Upload
others
View
0
Download
0
Embed Size (px)
Citation preview
City of Logan, Utah
Request for Proposals For Construction Manager/General Contractor Services
LOGAN REGIONAL WASTEWATER TREATMENT FACILITY
November 2017
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility Improvements
TABLE OF CONTENTS
1.0 Introduction ............................................................................................................ 1
2.0 Project Description ................................................................................................ 2
3.0 Schedule ............................................................................................................... 4
4.0 Scope of CM/GC Services ..................................................................................... 5
5.0 Selection and Award Process ................................................................................ 6
6.0 Request for Information and Issuance of Addenda ................................................ 7
7.0 Proposal Submittal Requirements ......................................................................... 8
8.0 Contents of Proposal and Evaluation Criteria ........................................................ 9
9.0 Reference Checks ............................................................................................... 23
10.0 Interviews ............................................................................................................ 23
11.0 Final Selection ..................................................................................................... 24
12.0 Public Disclosure ................................................................................................. 24
13.0 Debriefing and Protest Procedures ...................................................................... 25
14.0 Cancellation and Rejection of Proposals .............................................................. 26
Attachment A – Preconstruction Scope of Work
Attachment B – Proposal Forms
Attachment C – Utah DWQ SRF Funding Requirements
Attachment D – Preproposal Services Contract
Attachment E – CM/GC Construction Contract
Logan City Page i October 13, 2017 Logan Regional WWTF Table of Contents
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility Improvements
Logan City Logan Regional WWTF
Page 3 October 13, 2017
LOGAN CITY
REQUEST FOR PROPOSALS
LOGAN REGIONAL WASTEWATER TREATMENT FACILITY
CONSTRUCTION MANAGER/GENERAL CONTRACTOR (CM/GC)
A. Request for Proposals: Logan City (City) is requesting Proposals from
qualified general contractors to provide Construction Manager/General
Contractor (CM/GC) services for the Logan Regional Wastewater Treatment
Facility Project.
B. Use of CM/GC: The Project will utilize the Construction Manager/General
Contractor alternate contracting procedure authorized in the Utah
Procurement Code.
C. Overview of CM/GC’s Role: The CM/GC is being selected to provide the City
and its design engineer, Carollo Engineers, Inc. (Carollo), with expertise and
experience that will assist in decision-making, constructability reviews, value
engineering, budget control, cost estimating, schedule control, and
sequencing of construction.
D. Selection Process: The CM/GC selection process has multiple steps. The first
step consists of submission and evaluation of the proposals in accordance
with the criteria set forth in the Request for Proposals (RFP). Based on the
evaluation of Proposals, the City will invite a short list of proposers to
participate in interviews. The scores from the proposals and interviews will be
combined to establish the top rated firm to be selected for the work.
E. Preconstruction Services Contract: The City intends to negotiate and execute
a Preconstruction Services Contract with the selected CM/GC. The City has
identified a draft scope of work for the Preconstruction Services in
Attachment A.
F. Negotiation of GMP: The City anticipates that at or near the completion of
preconstruction activities, the CM/GC and City will enter into negotiations for a
Guaranteed Maximum Price (GMP). Upon agreement on the GMP, a CM/GC
Construction Contract will be executed for Construction Services.
Construction Services will then commence, including soliciting bids for the
initial subcontract bid packages, recognizing that the City and the selected
1.0 INTRODUCTION
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility Improvements
Logan City Logan Regional WWTF
Page 4 October 13, 2017
CM/GC may have previously agreed to permit early subcontract bidding for
some subcontract bid packages.
G. Unsuccessful GMP Negotiation: If agreement on the GMP cannot be
reached, the City reserves the right to bid the project using a conventional
design/bid/build approach. The City, without limitation, may utilize any of the
value engineering, constructability, or any other ideas or methods/procedures
proposed by the CM/GC during the preconstruction services phase.
H. Cost of Responding to RFP: All costs incurred by firms choosing to
participate in this RFP process shall be borne by the proposing firms.
I. Questions: All inquiries about this RFP are to be directed, in writing, to the
individual identified in Section 6.0 A of this RFP.
J. Project Informational Meeting: An informational meeting will be held to discuss
proposal requirements, provide additional information, and to respond to
questions. The meeting will be held on the date and time and at the
location indicated in Section 3.0 (Schedule) of this RFP.
K. Site Visit: Interested firms are invited to attend the Site Visit, which will be
held following the conclusion of the Informational Meeting. The Site Visit and
tour will include a walk through and orientation of the Project Site.
A. Summary: The Logan Regional Wastewater Treatment Facility will be a new
18 million gallon per day (mgd) treatment facility that will replace the existing
lagoon treatment system. The lagoons must remain in operation during the
construction of the new treatment facility. The Wastewater Treatment Facility
will be funded with Federal, State, and City funds.
The 18 mgd Logan Regional Wastewater Treatment Facility will include a new
pump station located at the headworks (Process Area 10) of the existing
lagoons. Wastewater will be pumped approximately 1 mile to the new
treatment plant site located on the south side of the lagoons.
2.0 PROJECT DESCRIPTION
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility Improvements
Logan City Logan Regional WWTF
Page 5 October 13, 2017
The facilities to be constructed on the new site include but are not limited to the
following:
1. New Headworks with screening and grit removal (Process Area 20).
2. Three new Bioreactors (Process Area 40).
3. Four new Clarifiers (Process Area 50).
4. New UV Disinfection Building (Process Area 60).
5. Return Activated Sludge (RAS) Building with BioMag feed/recovery
(Process Area 70).
6. New Dewatering Building (Process Area 80).
7. New Solids Holding Tank (Process Area 85).
8. New Operations Building (Process Area 90).
9. New Influent Pump Station Electrical Building (Process Area 95).
10. New Bioreactor Electrical Building (Process Area 96).
11. New Generator Switchgear Building (Process Area 98).
The project includes excavation, grading, paving, yard piping, mechanical,
electrical, instrumentation and controls, and other ancillary items to make a
complete and functioning wastewater treatment plant.
B. Project Cost and Schedule:
1. The construction budget for the plant improvements is $107 million.
2. Construction on the Project is scheduled to begin the second quarter of
2018. Construction must be substantially completed by October 2021.
C. Other Considerations:
1. Challenging geotechnical conditions. Based on a geotechnical evaluation,
the site conditions include naturally occurring compressible soils which
must be carefully considered to achieve desirable foundation performance
of the various project components. Additionally, a relatively shallow
groundwater table, along with potential for artesian conditions in certain
locations, is present that affects both design and construction of all
structures. Design and construction measures must include adequate
shoring, excavation, groundwater control, and foundation stabilization
measures to address these issues.
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility Improvements
Logan City Logan Regional WWTF
Page 6 October 13, 2017
The following is the current schedule for the selection, contracting, and construction for
the Project. The City reserves the right to modify the schedule as circumstances may
warrant.
Date Description
November 8, 2017 Issue RFP.
November 29, 2017 Pre-Proposal Meeting at 10:30 AM Mountain
Standard Time at the following location: Logan City
Environmental Department, 153 North 1400 West,
Logan, Utah 84321.
December 5, 2017 All questions must be submitted by writing, no later
than 5:00 PM Mountain Standard Time.
December 12, 2017 Final addendum issued (if needed) in response to
Questions in regards to RFP.
December 19, 2017 Proposal Submission Deadline no later than
3 : 00 PM Mountain Standard Time.
December 29, 2017 Notify All Proposers of the Short-List Firms Selected
for Interview.
January 8-12, 2018 Interview Short-List Firms.
3.0 SCHEDULE
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility Improvements
Logan City Logan Regional WWTF
Page 7 October 13, 2017
The CM/GC is involved in two distinct stages of project delivery. Initially the CM/GC
provides Preconstruction Services and later Construction services as summarized
below:
A. Preconstruction Services: The CM/GC will work collaboratively with the City
and Design Team, as a member of the project team to review significant
aspects of the project. The Preconstruction Services will be performed over a
period of approximately 4 months. Among the tasks the CM/GC will perform
during preconstruction period are the following: develop recommendations
regarding means and methods, safety and security, schedules, coordination
of the work, potential cost saving measures, value engineering, subcontract
packaging, and other issues related to work constructability and
avoidance/mitigation of project risks. The CM/GC shall provide necessary
consulting expertise to the City to ensure that the program scope is
maximized and the construction budget and the Project schedule are met,
and will provide cost estimating for the project, cost tracking, and will work
with the Design Team on reconciling cost estimates. Upon completion of
Preconstruction Services, the CM/GC and City will enter into negotiations
for the GMP.
A preliminary scope of work for Preconstruction Services is included in
Attachment A to this RFP.
B. Construction Services: If a GMP is agreed upon and a CM/GC Construction
Contract is entered into between the City and the CM/GC, the CM/GC shall
provide full general contracting services for construction of the Project in
accordance with the requirements of the Contract Documents, except to
the extent work is specifically indicated in the Contract Documents to
be the responsibility of others. If for any reason the City and the
selected contractor do not enter into a CM/GC Construction
Contract, the contractor shall have no recourse whatsoever against
the City for such failure to enter into a construction contract.
A draft contract for the Construction Services work is provided in
Attachment E.
4.0 SCOPE OF CM/GC SERVICES
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility Improvements
Logan City Logan Regional WWTF
Page 8 October 13, 2017
The procurement of these CM/GC services will be in accordance with the City of
Logan and other applicable federal, state, and local laws, regulations, and
procedures.
The process for selection of the CM/GC Contractor for preconstruction and construction
services is as follows:
A. Submittal of Proposals: Firms interested in this CM/GC project may submit a
Proposal in accordance with the requirements set forth in this Request for
Proposals for CM/GC Services. All Proposers must be registered General
Contractors with the State of Utah with E100 and B100 licenses in effect, as of
the proposal submittal deadline.
B. Evaluation of Proposals: The first step in the selection process will consist of
evaluation of the Proposals received in response to this RFP and in
accordance with the evaluation criteria set forth in this RFP.
C. Reference Checks: Concurrent with the evaluation of Proposals, the City will
conduct reference checks, as described in Section 9.0 (Reference Checks)
of this RFP.
D. Interviews: The second step in the selection process will consist of an
interview to which a short list of proposers will be invited. The Interview
scores and Proposal scores will be added together to determine the highest
ranked proposer.
1. If the Proposer fails to execute the Preconstruction Services Contract
by the deadline provided in Section 3.0 (Schedule) of this RFP, or
such other deadline as the City may provide in writing to the
Proposer, the City may select the next highest ranked firm for
entering into a Preconstruction Services Contract.
E. Completion of GMP Negotiations: GMP negotiations will take place prior to
execution of the CM/GC Construction Contract, unless the City and the
CM/GC agree that the CM/GC may bid and award some subcontract
packages early. The Contractor shall not be reimbursed for the GMP
negotiations. Following successful negotiations of the GMP, the City will
finalize and execute the CM/GC Construction Contract.
F. Failure to Negotiate GMP: Should the CM/GC and City not agree on a
5.0 SELECTION AND AWARD PROCESS
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility Improvements
Logan City Logan Regional WWTF
Page 9 October 13, 2017
satisfactory GMP, the City shall terminate the negotiations and prequalify
general contractors to bid on the project in a conventional design/bid/build
approach. If for any reason the City and the selected contractor do not
enter into a CM/GC Construction Contract after the contractor’s performance
of the Preconstruction Services, the contractor shall have no recourse
whatsoever against the City for such failure to enter into a CM/GC
Construction Contract.
G. Compliance with RFP: Failure by a Proposer to comply with the
requirements of this RFP may result in the City declaring the Proposal as
nonresponsive.
A. Request for Information (RFI): After complete review of the solicitation
documents, if a Proposer has questions or needs clarification of the
solicitation documents, the Proposer shall submit a written RFI by email to the
following address:
Lori Mathys - Purchasing Agent
City of Logan
290 North 100 West
Logan, UT 84321 E-mail [email protected]
Inquiries shall reference the appropriate section and paragraph number of the
solicitation documents.
B. RFI Submittal: All inquiries about this RFP shall be directed, in writing, only to
the City’s Purchasing Agent at the above address. Proposers who contact any
other City employee or consultant with questions may have their proposal
declared non-responsive. Questions must be received by the City no later
than the date specified in Section 3.0 of this RFP.
C. Addenda Response to RFIs: The City will provide answers to RFIs only via
addenda which shall be distributed to all proposers. Only questions
answered by formal written addenda shall be binding. Oral interpretations
shall be without legal effect.
D. Addenda May Be Issued: In the event it becomes necessary to revise any
6.0 REQUEST FOR INFORMATION AND ISSUANCE OF ADDENDA
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility Improvements
Logan City Logan Regional WWTF
Page 10 October 13, 2017
part of this RFP, addenda will be issued and distributed to all proposers. If
addenda are issued, the time and date set for submittal of Proposals may
be changed by the City to enable Proposers to take into account the addenda
in preparing their Proposal.
E. Other Provisions Unchanged: If an addendum is issued amending this RFP,
all provisions that are not modified remain unchanged.
F. Acknowledgement of Addenda: Proposers shall acknowledge receipt of any
and all addenda to this RFP by acknowledging on the Proposal Form
included in Attachment B of this RFP.
A. Submittal Requirements: Ten (10) bound copies and one (1) electronic PDF
copy of the Proposal containing the information required by this RFP shall
be submitted. The bound proposals should be in an 8 1/2-inch by 11-inch
format. Proposers are encouraged to “double side” the printing of their
proposals, however, for the purposes of page limitations of the proposal
outlined in the RFP, one side of a printed page is considered one page.
Proposals must be submitted on or before the date and time specified in
Section 3.0 of this RFP, to the following address:
Logan City
Attention: Lori Mathys, Purchasing Agent
290 North 100 West
Logan, UT 84321
B. Conflicts: In the event of any conflicts between the hard copy and electronic
copy of the proposal, the original hard copy will prevail.
C. Late Proposals: Proposals will not be accepted by the City after the date and
time specified. In the event that a Proposal package is delivered after the
proposal submission deadline, the Proposal will not be accepted or
considered. The City will not be liable for delays in delivery of Proposals due
to handling by the U.S. Postal Service, or any other type of delivery service.
D. Only Hard Copy Submittals: No oral, FAX, electronic (e.g. e-mail),
telegraphic or telephonic Proposals or subsequent modifications to such
Proposals will be considered except as specified herein.
7.0 PROPOSAL SUBMITTAL REQUIREMENTS
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility Improvements
Logan City Logan Regional WWTF
Page 11 October 13, 2017
E. Packaging of Proposals: Submittals and their packaging (boxes or
envelopes) should be clearly marked with the name and address of the
Proposer and should be marked: “Logan City Request for Proposals for
Construction Manager / General Contractor Services for the Logan Regional
Wastewater Treatment Facility.”
F. Reviewing Proposals: The City will make such reviews and investigations, as
it considers necessary and appropriate for evaluation of the Proposals.
Approval and award of a Preconstruction Services Contract and CM/GC
Construction Contract will be made pursuant to City policies.
G. Clear and Responsive Proposals: The City has made every effort to include
enough information within this RFP for a firm to prepare a responsive
Proposal. Proposers are encouraged to submit the most comprehensive and
competitive information possible. Proposals that do not respond completely
or sufficiently to the evaluation criteria in this RFP may be rejected as non-
responsive, or will receive correspondingly lower scores for those criteria,
which may result in the Proposal not scoring high enough to be considered
further.
Firms shall submit Proposals meeting the following content requirements. The City
reserves the right to request additional information from Proposers.
A. General Proposal Format: Proposals must address each of the evaluation
criteria set forth below in a clear, comprehensive, and concise manner and in
the format prescribed below. In order for the City to adequately compare and
evaluate qualifications and project approach objectively, all Proposals must
be submitted in accordance with the following format in terms of order, should
be clearly separated with tabs, and labeled by response to specific requests
and criteria. The Proposals should be prepared simply, providing
straightforward and concise information that will enable the selection
committee to quickly access pertinent information. Proposals should avoid
duplication of information presented in the Proposal.
B. Proposal Outline: The proposal shall be organized as follows:
1. Cover Letter: The Proposer may include a Cover Letter with the
Proposal not to exceed two (2) pages. The Cover Letter may contain
any information desired by the proposer but not required by this RPF.
8.0 CONTENTS OF PROPOSAL AND EVALUATION CRITERIA
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility Improvements
Logan City Logan Regional WWTF
Page 12 October 13, 2017
2. Responses to Evaluation Criteria.
3. Proposal Form: Complete Form in Attachment B.
4. Accident Prevention Program for your firm.
5. Insurance Certificates.
C. Evaluation Criteria: The Evaluation Criteria to be used in evaluating the
Proposals and maximum number of points assigned for each criterion are
outlined below. In responding to the Evaluation Criteria, the Proposer should
organize its proposal so that the qualifications are clearly illustrated for each
Evaluation Criteria.
No.
Evaluation Criteria for Proposals Maximum Points
1 Qualifications of Proposer 10
2 Qualifications/Ability of Key Personnel 10
3 Past Experience and Performance of the Proposer 20
4 Proposer’s Approach to Executing the Project 10
5 Proposer’s Ability to Meet Time and Budget Requirements 5
6 Approach to Cost including Innovation and Proposal Price 30
Total for Proposals: 85
7 Interview 15
Total for Selection Process: 100
Evaluation Criterion 1 Qualifications of Proposer 10 points
Note: Information submitted in response to this Evaluation Criterion should be no
longer than four (4) pages. If applicable, the copy of the joint venture agreement shall
not be included in this page count limitation.
A. Organization:
1. History and Structure of Firm: Provide a brief description of the history
and structure of the firm including, but not limited to the following: the
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility Improvements
Logan City Logan Regional WWTF
Page 13 October 13, 2017
date it was established, any former name(s), type of ownership or legal
structure, state of incorporation, Proposer's Federal Tax ID number.
2. Organizational Structure: Describe the organizational structure of the
firm, and whether the firm is a corporation, joint venture, or other legal
entity. Identify how the organizational structure will result in an
integrated and cohesive team for managing the project.
3. Joint Ventures: If the firm is a joint venture, describe the component
parts and identify projects where the joint venture partners have had
experience working together in the past in managing projects similar in
size, scope, and complexity to this Project. Describe the specific
responsibilities of each member of the joint venture. The Proposer
should specify the degree of control each member of the Joint Venture
will exercise, the distribution of profit and loss, and identification of
work responsibilities each member will exercise. Include a copy of the
joint venture agreement as part of the Proposal.
B. Management:
1. CM/GC Capabilities and Approach: Describe the capabilities and
approach of your firm in managing, performing, and completing large
and complex CM/GC projects in Utah or other states, such as that
described in this RFP. The description should address your firm's
experience with cost estimating, controlling costs, value engineering,
ensuring quality of construction work, meeting schedules, facilitating
cooperation with other members of the project team and third-party
interests, and responsiveness to owner's requests.
2. Management and Planning Tools: Describe the management and
planning tools your firm will use to ensure an effective project.
3. Communications: Describe your firm's internal communication and
coordination protocols between all levels of the organization who will
be working on this project. Also, describe communication and
coordination protocols between your firm and other members of your
CM/GC team.
4. Familiarity with Local Laws: Regulations and Project Requirements:
Demonstrate your firm’s understanding of state and local legal
requirements applicable to this project, including identification of
applicable state and local permitting inspecting entities, and previous
project experience with Utah SRF funding requirements.
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility Improvements
Logan City Logan Regional WWTF
Page 14 October 13, 2017
C. Workloads:
1. Historical Volume of Work: What has been your firm's annual volume
(in dollars) of construction for the past five years (2012 through 2017)?
2. Anticipated Volume: What is the anticipated construction volume and
plan for the next three years (2018 through 2020)? How would your
firm's projected workload affect the capacity and capability of your firm
to manage and perform the work of this Project? What steps would
your firm take and commitments would your firm make to ensure that
adequate resources are applied to this Project?
D. Bonding Capacity: Describe the firm's current bonding capacity and provide
documentation addressing the ability of the firm to provide separate Payment
and Performance bonds for this Project, each in the amount of 100% of the
Total Contract Cost.
E. Financial Capacity: Provide complete 2016 audited financial statements
including income statement, balance sheet, and any other referenced or
supporting documentation to allow determination of the firm’s financial stability
and capacity to perform the work. Joint ventures of more than one firm shall
submit separate financial information for each firm.
Evaluation Criterion 2 Qualifications/Ability of Key Personnel 10 points
Note: Information submitted in response to this Evaluation Criterion should be no
longer than six (6) pages, including one page for the Organizational Chart, which may
be on an 11-inch x 17-inch sheet. Resumes, which shall not exceed two pages for
each individual, shall not be included in the six (6) page count limitation.
A. Background and Experience of Key Personnel: Describe the abilities,
specialized experience, technical competence, and qualifications of the firm's
professional key personnel that will comprise the proposed Project Team.
1. Identify, at a minimum, the corporate executive dedicated to the
Project, the project manager for preconstruction and construction
services, the lead superintendent(s), the project engineer, the cost
estimator, the scheduler, and the safety officer (key personnel).
a. List the name and title of the key personnel to be assigned to
the Project Team and their proposed role and responsibilities
on this Project.
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility Improvements
Logan City Logan Regional WWTF
Page 15 October 13, 2017
b. Describe the familiarity of each of the key personnel with
CM/GC projects. If any of the key personnel do not have
specific CM/GC experience, provide a statement on how
their experience is relevant to this project.
2. Demonstrate the qualifications and experience of the key personnel to
be assigned to this Project by listing three (3) past or current projects
performed by each of the key personnel including the following:
a. Project name, location, and brief description of project
including its size, scope, and complexity.
b. Description of the individual's position and responsibilities on
the projects.
c. Whether the individual worked for the contractor,
subcontractor, or other.
d. Relevance of the project experience to the work required for
this Project, including project delivery methods, such as
CM/GC or similar contracting methods.
e. Contact information for each project including the owner and
firm employing the key individual. References may be
contacted by the City and used as part of the evaluation
process.
3. Identify whether any of the key individuals have successfully worked
together on previous projects similar in size, scope, and complexity to
this Project. Describe the projects.
4. Describe the extent of involvement of the individuals assigned during
each phase of the Project (preconstruction, subcontract buyout and
construction) expressed as a percentage (100% = full time).
5. Provide a copy of resumes for all key personnel with the history of
employment, education, work experience, length of time with the firm,
and any other information the selection committee might find useful in
evaluating the qualifications and abilities of the individuals proposed.
B. Organizational Chart: Provide an organizational chart showing the overall
organizational structure for the key individuals to be assigned to the Project
Team. Provide a separate chart for the preconstruction and construction
phases.
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility Improvements
Logan City Logan Regional WWTF
Page 16 October 13, 2017
C. Availability of Key Personnel: Discuss the availability and commitment of
the key personnel identified for the entire Project (Preconstruction Services
and Construction Services).
1. Note: If selected, Proposer acknowledges that it will provide for the
duration of the Project, the full complement of staff, including the
specific persons identified in its Proposal.
Evaluation Criterion 3 Past Experience and Performance of the Proposer
20 points
Note: Information submitted in response to this Evaluation Criterion should be no longer than six (6) pages.
A. List of Similar and/or Complex Projects: Provide a list of relevant projects.
Experience with wastewater projects and/or wastewater CM/GC projects is
desirable. For projects outside of Utah using similar alternative delivery,
such as CM/GC or CM at Risk, the proposers should describe the specific
terms of how these projects are similar to the CM/GC process. For each
project, include the project name, owner's name, and the final Total Contract
Cost.
1. For each project indicated, provide a description of the project, the
duration of construction, a description of the Preconstruction Services
performed and an explanation of how the experience on these projects
will help you to successfully complete the project described in this
RFP. Note if any of the individuals named in your Project Team
participated as members of the project team for the listed project.
2. Describe your firm's understanding and knowledge of CM/GC
contracting, and how such knowledge, along with your experience
with non-CM/GC projects would enable you to successfully complete
the CM/GC project described in this RFP.
B. WWTP Experience: Describe the experiences of your firm and/or key
personnel in successfully managing construction of wastewater treatment
facilities.
C. Data for Previous Projects: Choose five projects listed in items A and B
above that are most relevant to this project in terms of size, complexity, type
of work, and project impacts. Provide the following additional information for
those 5 projects.
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility Improvements
Logan City Logan Regional WWTF
Page 17 October 13, 2017
1. Owner's original estimated cost for the project.
2. Original Total Contract Amount as identified in the contract between
the CM/GC Contractor and Owner.
3. Final Total Contract Amount.
4. Explanation of the reasons for any difference between the Original and
Final Total Contract Amount.
5. Original Substantial Completion date for the project as identified in the
contract between CM/GC or Contractor and Owner.
6. Actual Substantial Completion date.
7. Explanation of the reasons for any difference between the Original and
Actual Substantial Completion date.
8. Contact Information including name, position, telephone number, and
e-mail address of a representative of the client's organization who is
familiar with your work.
D. Litigation: List any projects which have resulted in litigation over the last
10 years. Provide details as to the reason for the litigation and any resolution.
Evaluation Criterion 4 Proposer’s Approach to Executing the Project
10 points
Note: Information submitted in response to this Evaluation Criterion should be no longer than ten (10) pages. The Safety & Health Qualification Statement and your firm's Accident Prevention Program shall not be included in this page count limitation.
A. Project Issues:
1. Project Challenges: Describe your firm's understanding of the scope of
the project. Discuss your firm's approach to construction and
completing the Project. Identify and describe the major complexities
and challenges to successful completion of the Project, and how the
firm proposes to approach them. Specifically address the challenges
identified in Section 2.0 C (Other Considerations).
2. CM/GC Challenges: Identify and discuss key challenges and issues in
using the CM/GC process and how your firm would manage those
challenges and issues on this Project. Specifically address at least the
following issues:
a. How your firm would administratively manage, track, and
invoice for the various separate cost categories that comprise
the Total Contract Cost.
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility Improvements
Logan City Logan Regional WWTF
Page 18 October 13, 2017
b. The risks your firm would identify, and the strategies you
would employ, in successfully negotiating a GMP
acceptable to the Owner and within the Owner's budget.
3. Relationships: Elaborate on how your team will work to establish
productive relationships with the owner, design team and third parties.
Provide examples of community outreach programs and successful
communication techniques used on similar projects.
4. Coordination and Interface Management: Describe your approach to
ensuring effective coordination between the various disciplines
required for the project.
B. Preconstruction Issues:
1. Philosophy: Describe your firm's philosophy and approach to
Preconstruction Services.
2. Capabilities: Identify your firm's experiences and expertise in providing
the Preconstruction Service responsibilities identified in Attachment A.
3. Critical Preconstruction Activities: Identify the Preconstruction
activities that you see as being most important to the success of the
project and elaborate on the anticipated benefits of those activities to
the project.
4. Project Examples: Provide two or more examples of projects that
demonstrate the range of Preconstruction Services your firm has
provided on previous CM/GC projects (or private sector projects with a
guaranteed maximum price (GMP)).
C. Construction Issues:
1. Self-Perform Work: Indicate the scope of work the firm proposes to
submit bids on to self-perform work and its ability to perform such work.
2. Quality Control: Provide a summary of your firm's approach to
developing and implementing quality control plans and programs
during construction, addressing, at a minimum, the following:
a. Quality assurance and inspections
b. Coordination and management of subcontract work to
ensure quality of work
c. Coordination of commissioning
d. Description of quality control organization your firm plans to
employ
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility Improvements
Logan City Logan Regional WWTF
Page 19 October 13, 2017
e. Describe the levels and authority of the individuals to be
assigned quality control responsibilities on this Project.
Describe the role and degree of independence that is
proposed for the individual(s) or firm(s) responsible for
quality control and how corrections to adverse inspections
will be managed.
D. Safety Issues: Describe your proposed approach and commitment to ensure
the safety of workers and the public on this Project.
1. Accident Prevention Program: Submit a copy of your firm's Accident
Prevention Program as part of your Proposal in response to this RFP.
Evaluation Criterion 5 Proposer’s Ability to Meet Time and Budget Requirements
5 points
Note: Information submitted in response to this Evaluation Criterion should be no
longer than four (4) pages.
A. Meeting Budget and Schedule: Describe how your firm would monitor and
ensure that the City of Logan's program scope is maximized and its
construction budget and project schedule are met at every phase of the
Design and Construction Documents development phase and during
construction.
B. Systems: What estimating systems and management techniques would your
firm employ to achieve success in these items?
C. Firm’s proximity to the Project location: State the number of miles the
Project location is to the established local office of your firm that would be
managing the project. Explain what tools you would use to ensure effective
management of the project based on the distance.
D. Knowledge of Market: Describe your firm's familiarity with the local labor and
subcontracting market, or state how you will obtain this and the capability and
tools of your firm in working with subcontractors to generate viable and
competitive prices.
E. Use of Local Contractors:
1. Outreach Efforts: Describe the Proposer's planned outreach efforts for
ensuring that local contractors have sufficient information about
subcontract bid packages on this Project.
2. Strategies and Approach: Discuss your firm's strategies and approach
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility Improvements
Logan City Logan Regional WWTF
Page 20 October 13, 2017
for arranging and packaging subcontract bid packages to encourage
the participation of local contractors.
Evaluation Criterion 6 Approach to Cost including Innovation, and Proposal Price
30 points
A. Innovation: Each Proposer shall list and describe applicable innovative ideas
that it would implement into the Project.
Each Proposer shall:
1. Discuss the innovations it is using in its approach to reduce cost,
accelerate the schedule, improve the value of the finished Project, or
add value to the City;
2. Describe its innovative solutions to the top project risks identified in
Section 6.1 Project Risks or risks it identifies in response to Section in
Section 12.4, Approach;
3. Describe examples of where this approach/innovation was
implemented successfully in its previous experience, including in this
section a description of how the proposed innovation may accelerate
the schedule, improve the value of the finished project, or add value to
the City.
In scoring the Innovation, the evaluation team will assess the value of innovative
ideas; how the proposed innovations can help reduce cost, accelerate the
schedule, improve the value of the finished project, or add value to the City.
B. General Approach to Price: CM/GC is an open book process where the
CM/GC provides a detailed breakout of costs throughout the design process. In
the Approach to Price the evaluation team assesses the Proposer's ability to give
open book information for a thorough examination of costs, and assess the prices
derived from that cost model for the value of the Project. A detailed output of each
Proposer's estimating software used to determine the cost of self-performed work
in the Proposal Form shall be included with the proposal.
1. Each Proposer shall include a cost model that identifies tasks, costs,
assumptions and gives an estimated total cost for the Project. This
model will be used during the iterative process of refining design. The
cost model is a budgeting tool that is used as risk is removed and
innovations applied. This model will give the team a foundation for
considering design alternatives to support cost, schedule, and quality
goals that stay within budget. Under this selection criterion each
Proposer will be rated on the ability of the cost model to identify tasks,
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility Improvements
Logan City Logan Regional WWTF
Page 21 October 13, 2017
costs, and assumptions during the design process.
2. As the design progresses, the CM/GC will assist the team in updating
cost information to arrive at a Guaranteed Maximum Price ("GMP") at
the end of design. Each Proposer shall describe the estimating process
the CM/GC will use to communicate the cost of each bid item, the
innovation cost savings, and the cost of any risk, and indicate how the
CM/GC will communicate assumptions, risk, and innovation to the
Design Engineer and the Project Manager.
3. The narrative Approach to Price may also include discussion of any
unique business advantage or construction methods that will reduce
Project costs.
In scoring the Approach to Price the evaluation team will evaluate how the cost
model, approach to price, and information given in the item pricing will translate
into total Project cost. The evaluation team will assess Proposer's ability give
open book information for a thorough examination of cost; the competitiveness of
the cost model; and how that competitiveness will translate to total Project cost;
business advantages, or construction methods that would add value or reduce
cost; and innovations that reduce cost or add value.
C. Item by Item Approach to Cost: Each Proposer shall include a narrative
description of a detailed price breakdown to describe the line items, quantities,
and costs to support the Proposer's proposed price for each item.
1. Each Proposer shall include separate narrative sections of the
Approach to Price for each major work item defined in Section D, Item
by Item Price, together with the price detail of each item.
2. Each Proposer shall reflect the approach, innovations, and
commitments as described in Project Approach and include any
associated price savings due to innovations, and describe how Project
specifics will affect unit prices. Some items to consider are listed below:
a. Schedule.
b. Segmenting the Work.
c. Substantial Changes in Quantities.
d. Location.
e. Access to the Project.
f. Risk.
3. Contingency funding for risk should be identified but not included in
each Proposer's estimate. Contingency for Risk will be held and
managed by the City. In the design process and at the discretion of the
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility Improvements
Logan City Logan Regional WWTF
Page 22 October 13, 2017
City’s Project Manager risk may be transferred to the CM/GC for
specific bid items with a request for a lump sum price instead of a unit
price.
4. Each Proposer shall describe the potential benefit of proposed
innovations to cost.
5. The City expects the unit price the CM/GC includes for items in GMP(s)
will be the same or less than what the Selected CM/GC proposes with
its proposal. Reductions in price may occur because of innovations and
risk mitigation identified in design; however, some increases may occur
to bid items because of design decisions. Should this occur a
comparison shall be made to the engineers estimate and the Project
Manager Estimate prior to making an award decision.
6. Profit and overhead are subject to the same market conditions as any
other Project. The Project Manager's estimate will provide a
comparative price estimate at the end of Project design. The Project
Manager's Estimate will use existing market conditions for the
construction estimate including current market conditions regarding
profit and overhead rates.
D. Item by Item Price: Each Proposer shall include a price breakdown for the major
project items listed below following the narrative of the Item by Item Approach to
Price, and shall include a detailed breakdown with direct costs such as labor,
equipment, material, trucking, etc., as well as indirect costs, profit, and any other
detailed costs used to develop a fully loaded cost for each schedule item on the
Proposal Form. Each Proposer shall include in the price breakdown the following
information:
1. Total Price for the item installed complete.
2. Price of material for all items included in the unit price of the item
installed complete.
3. Price of labor required for the installation of the item installed
complete.
4. Price of equipment required for the installation of the item installed
complete.
5. Overhead and markup of each element of the item.
6. An adjusted price in the event that a proposed innovation is accepted
and implemented.
Each Proposer shall base Item price on the conceptual design, specifications and
installation guidelines provided with or referenced in the RFP.
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility Improvements
Logan City Logan Regional WWTF
Page 23 October 13, 2017
Prior to the interview with finalists, the City will conduct reference checks by contacting
those individuals submitted by the Contractor with their proposal in response to this
RFP. In addition, the City may contact references not listed by the Contractor.
Reference checks will not be scored separately, but will be used to validate information
included in the Proposals submitted by Contractors.
After evaluation of the Proposals in accordance with the points described in this RFP,
the selection committee shall develop a list of the most qualified firms (shortlist) and
invite them to an interview.
At a minimum, the corporate executive dedicated to the Project, the project manager,
the superintendent, cost estimator, and other key individuals responsible for
preconstruction and construction services shall attend.
For the interview, finalists will be rated based on the following evaluation criteria:
Evaluation Criteria for Interview Points
Presentation: Clarity of expression and thoroughness of presentation,
firm’s understanding of and approach to the requirements of the project.
5
Specific Questions: Thoroughness and insight in providing direct and clear
answers to the questions asked.
5
Communication: Overall quality of the team’s presentation including
interpersonal communications between team members and the interview
panel. Quality of questions asked by the firm.
5
Total for Interview: 15
10.0 INTERVIEWS
9.0 REFERENCE CHECKS
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility Improvements
Logan City Logan Regional WWTF
Page 24 October 13, 2017
Prior to execution of a CM/GC preconstruction contract, the City of Logan may perform
a review of the selected contractor's financial status and capacity to perform the work.
The selected contractor shall comply with requests for information that are
deemed necessary by the City to perform a reasonable review of the firm's financial
status. The City reserves the right to reject any proposer prior to award in the event
that the City’s analysis of the proposer’s financial status and capacity indicates, in
the City’s judgment, that the Contractor is not able to successfully perform the work.
The Proposer with the highest total score (total possible: 100 points) resulting from the
selection committee’s scoring of the Proposal, a n d Interview will be selected to
provide the Preconstruction Services and to enter into GMP negotiations.
A. Property of Logan City: Proposals submitted in response to this RFP shall
become the property of the City of Logan.
B. Proposals are Public Records: Proposals submitted under this RFP shall be
considered public records and with limited exceptions will be available for
inspection and copying by the public. Except to the extent protected by
state and or federal laws, proposals shall be considered public
documents and available for review and copying by the public.
C. Public Records Exemption: Trade secrets or other proprietary information
submitted by a Proposer in connection with this RFP, may not be subject to
public disclosure if the Proposer specifically states in writing the reasons why
protection from disclosure is necessary, and identifies the data or materials
to be protected. Proposers shall specifically designate and clearly label as
“CONFIDENTIAL” any and all such materials or portions thereof that they
deem to contain trade secrets or other proprietary information, which may
be exempt from public inspection and copying. The Proposer shall provide
the legal basis for the exemption to the City upon request. Proposers are
advised that this exemption is subject to judicial review and the
Proposers designation of confidential may or may not be upheld by a
Court.
12.0 PUBLIC DISCLOSURE
11.0 FINAL SELECTION
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility Improvements
Logan City Logan Regional WWTF
Page 25 October 13, 2017
D. Proposals Not Marked as Confidential: If a Proposal does not clearly identify
the “CONFIDENTIAL” portions, the City will not notify the Proposer that its
proposal will be made available for inspection and copying.
E. Process for Disclosing Information: If a request is made for disclosure of
material or any portion marked “CONFIDENTIAL,” the City will determine
whether the material should be made available under the law. If the City
determines that the material is not exempt and may be disclosed, the City will
notify the Proposer of the request and allow the Proposer ten (10) business
days to take appropriate action at its sole expense and liability. If the Proposer
fails or neglects to take such action within said period, the City of Logan may
release the portions of the Proposal deemed subject to disclosure without any
liability to the City.
F. Indemnification by Proposer: To the extent that the City withholds from
disclosure all or any portion of Proposer’s documents at Proposer’s request,
Proposer, by submitting a Proposal in response to this RFP agrees to fully
indemnify, defend and hold harmless the City of Logan from all damages,
penalties, attorneys’ fees and costs the City incurs related to withholding
information from public disclosure.
G. No Claims Against the City of Logan: By submitting a Proposal, the
Proposer consents to the procedure outlined in this section as its sole remedy
and shall have waived any claim against the City because of actions taken
under this procedure.
A. Debriefing: Proposers may request a debriefing within 5 calendar days of
being notified of the selection of the top ranked firm. Debriefings may include
a review of the debriefed Proposer’s points for each evaluation criteria, overall
ranking, the strengths and weaknesses of its Proposal and presentation in the
Interview, and answers to questions regarding the selection process.
B. Protests: Interested parties have a right to seek resolution of any concerns,
issues, or perceived wrongs associated with this RFP by filing a written
protest outlining the protest and its legal basis with the City’s Purchasing
Office within five calendar days of being notified of the selection of the top
ranked firm. Failure to file the protest within the designated time will result in a
waiver of the protest. Upon receipt of a written protest, issues of concern will
be researched and a written determination to the protesting party will be
issued by the City.
13.0 DEBRIEFING AND PROTEST PROCEDURES
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility Improvements
Logan City Logan Regional WWTF
Page 26 October 13, 2017
C. No Objections: By submitting a Proposal in response to this RFP,
Proposer agrees that the process, criteria, and requirements described in this
RFP are fair and proper, and that the Proposer has no objection to any
provisions of the RFP. If the Proposer does not object to any of the
provisions of this RFP during the period prior to Proposal submission deadline,
the Proposer shall be deemed to have waived their rights to any future
protest of the provisions of this RFP.
The City reserves the right to reject any and all Proposals at any time and to choose not
to award and/or execute a contract(s) up to the time the City signs the contract
documents, even after a notice of selection has been issued. Proposers acknowledge
that a notice of selection confers no right of contract. The City may cancel the
procurement and reject all proposals for any reason. A decision by the City to cancel
the procurement and/or enter into a contract will not result in any claims or causes of
action for costs or damages by any Proposers against the City.
END OF RFP
14.0 CANCELLATION AND REJECTION OF PROPOSALS
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility
Logan City Logan Regional WWTF
October 13, 2017
Attachment A
Preconstruction Scope of Work
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility
Logan City Logan Regional WWTF
Page A1 October 13, 2017
Preconstruction Scope of Work
BASIC SERVICES
Task 1.1 Project Management
Description Provide overall project management services of the CM/GC and ensure coordination of all efforts with the City, the design team, and others as appropriate.
Duration From Notice to Proceed for Preconstruction Services (NTP) through completion of GMP negotiations and execution of CM/GC Construction Contract (estimated 5 to 6 months)
Purpose Manage efforts of CM/GC team and ensure coordination with City and other project participants during the preconstruction phase
Deliverable Project Management Plan (PMP), including details of project communication, documentation, invoicing procedures, schedule analysis, etc.
Task 1.2 Construction Plan
Description In coordination with City’s team, develop a construction plan that addresses issues relating to how the construction will be managed on the project. Specific issues to be addressed include:
Comprehensive document management and tracking system that will be accessible by CM/GC and its subcontractors, the City, and the Design Team
Detailed review of Design Plans and Specifications
Database to track comments on design and other open issues (Value Engineering, constructability, permitting, Operations and Maintenance, other comments) and responses
Site safety plan
Quality Control
Value Engineering (VE) procedures during construction
Start-up planning (responsibility of CM/GC, coordination with Operations and Maintenance, warranties, training, manuals)
Cost management and tracking
Site access and control issues (site security, traffic, pedestrian access, parking, noise and vibration, hoisting equipment, survey, etc.)
Sequencing of the work
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility
Logan City Logan Regional WWTF
Page A2 October 13, 2017
Schedule control and reporting
Site staging including construction offices, laydown and work areas, temporary facilities and utilities.
Hoisting plan showing CM/GC Consultant provided equipment to service all project needs
Frequency One-time effort with draft submittal 60 days of NTP
Purpose Provide direction for managing critical elements of the work through the construction phase. Develop information for negotiation of costs for items identified as Negotiated Support Services as part of the GMP. Develop information that will provide the basis for early submittals required in the Contract Documents.
Deliverable Construction Plan – Draft; Construction Plan – Final. Final Plan shall incorporate City comments which will be issued within 3 weeks after draft plan is received; final construction plan submitted within 3 weeks of receipt of City comments. Submit updates of plan sections as needed during project performance.
Task 1.3 Construction Contract Packaging
Description Develop a breakdown of the work into contract packages that will be bid by the CM/GC. Include the scope of work, schedule, delivery method, and subcontract bidder responsibility criteria (if required) for each contract package. If pre-bid eligibility of subcontractors is recommended, this should be included, along with a schedule to ensure sufficient time to establish such eligibility criteria and conduct the qualification process.
Frequency One-time effort, updated as necessary
Purpose Determine construction contract packaging. Develop alternative packaging configurations and evaluation factors. Determine equipment early procurement packages. Recommend preferred approach. Conduct a one-day workshop with Design Team, Owner, and others as necessary to review and agree on packaging approach. Conduct a half-day workshop to finalize contracting approach.
Deliverable Workshop materials. Technical memorandum documenting alternatives, analysis, and recommendations.
Task 1.4 Subcontracting Plan
Description Develop a plan to involve the best qualified subcontractors in the project and meet SRF funding requirements. Plan for competitively bidding the subcontracted work.
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility
Logan City Logan Regional WWTF
Page A3 October 13, 2017
Frequency One-time effort, updated as necessary
Purpose Ensure that subcontracting opportunities within each subcontract bid package are clearly identified, that these opportunities will attract a high level of competition from qualified local subcontractors.
Deliverable Draft Plan for review. Final plan incorporating City comments. Revisions to the plan as necessary to adapt to changing conditions and experience on the initial Construction Packages.
Task 2: Meetings
Task 2.1 Kickoff Meeting
Frequency One time, to be held immediately following NTP for Preconstruction Services.
Duration One (1) day
Attendees Project Executive, Project Manager, Superintendent, Cost Estimator, Scheduler, and at least two other members of the CM/GC team as determined by the CM/GC.
Purpose To introduce key project personnel and to define roles and responsibilities of each team member. Develop Meeting schedule and review project schedule.
Deliverable Key personnel Roster with names, phone numbers, role during Preconstruction Services, e-mail address. Minutes of meeting.
Task 2.2 Regular Meetings
Frequency Biweekly, held with City and others as deemed appropriate by City, beginning at NTP and continuing until negotiation of final GMP package is completed (estimated 5 to 6 months).
Duration Not to exceed 2 hours
Attendees Project Manager, Cost Estimator, Scheduler, others as determined by the CM/GC Consultant.
Purpose Provide monthly update of schedule and cost estimates; distribute constructability Issue Log, VE Log. Discuss design process and issues. Determine follow-up actions to be taken by each party.
Deliverable Updated schedule, Constructability Issue Log. Cost comparison analysis if any performed.
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility
Logan City Logan Regional WWTF
Page A4 October 13, 2017
Task 2.3 Special Meetings
Frequency To be held on an “as-needed” basis as requested by either City, Design Engineer, or CM/GC. Assume 2 meetings, not to exceed 4 hours each.
Attendees Project Manager, others as appropriate for the subject matter.
Purpose To discuss specific issues, ideas, recommendations for the benefit of the project.
Deliverable Meeting notes including final recommendation and action items.
Task 3 Cost Estimating
Task 3.1 Estimating Methodology Report
Description Prepare a report documenting the approach that will be used in preparing cost estimates for the project
Purpose Provide a guide for the development of cost estimates, including the types of information required, sources of information, level of detail, format of reports, estimating software and descriptions of the estimating process. The methodology report shall describe how costs will be developed consistently for each element of the estimate and provide a checklist to track completeness of estimate submittals.
Deliverable Draft Estimating Methodology Report, description of estimating software, sample reports and checklists of estimate elements.
Final Estimating Methodology report incorporating review comments from the City.
Task 3.2 Baseline Cost Estimate
Description Prepare a detailed construction cost estimate for all project elements based on the design documents provided by the City. Design documents will be between 90% and 100% complete for this effort.
Frequency One-time effort, within 60 days of NTP for Preconstruction Services.
Purpose To develop a detailed and complete cost estimate for the contract. This will provide project team information for the City and Designer to assist in evaluating alternative designs, equipment, materials or other variations in implementation of the project and will provide the basis for GMP negotiations.
Deliverable Draft baseline construction cost estimate with detail and format conforming to the agreed estimating methodology.
Final baseline estimate incorporating review comments from the City.
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility
Logan City Logan Regional WWTF
Page A5 October 13, 2017
Task 3.3 Estimating Support for Evaluation of Alternatives
Description Develop cost estimates for alternative concepts, designs, approaches, or means and methods as necessary to evaluate ideas proposed as part of VE and constructability reviews or through other discussions and proposals.
Frequency In conjunction with scheduled VE and Constructability reviews. Assume 3 major review sessions during the Preconstruction phase.
Purpose To inform the decision-making process on the acceptance of alternatives based on the cost savings that would result from inclusion of changes into the project.
Deliverable Detailed construction cost estimates for up to 15 alternative concepts and comparison of alternatives to baseline costs for the same item using a combination of narrative and tables to clearly demonstrate cost differences.
A report, including narrative discussion and tables as necessary to track all accepted changes and cost savings for individual changes, as well as cumulative savings on the project.
Task 3.4 Construction Cost Estimate
Description Update of Baseline Cost Estimate to incorporate adopted changes resulting from various project reviews and other accepted changes. Incorporate any new information on labor rates, productivity, pricing of materials and equipment, overhead costs and escalation to produce a complete final cost estimate of all the work to be included in the CM/GC Construction Contract.
Frequency One-time effort following completion of project reviews and prior to the start of GMP negotiations.
Purpose To produce a complete, accurate and timely estimate of costs for the CM/GC construction contract. This estimate will be used as the basis for GMP negotiations.
Deliverable Final detailed construction cost estimate in conformance with the requirements set forth in the Cost Estimating Methodology Report.
A technical memorandum that explains all estimating assumptions, methodologies used, sources of cost data and productivity rates, and any notable issues encountered in preparation of the estimate.
Work to prepare for and conduct GMP negotiations is not included under this task and will not be paid for by the City.
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility
Logan City Logan Regional WWTF
Page A6 October 13, 2017
Task 4: Construction Schedules
Task 4.1 Draft Contract Baseline Schedule
Description Develop Draft Contract Baseline schedule using scheduling software (e.g., Primavera P6). The draft schedule does not have to be cost and resource loaded.
Frequency To be completed one time and submitted as a draft schedule within 90 days of the NTP for preconstruction activities.
Purpose To incorporate all City, third party and CM/GC activities into one schedule. Included in this schedule shall be all subcontract bid package development, GMP negotiations, subcontract bidding/procurement, and anticipated construction activities. The schedule shall identify all long-lead procurement items.
Deliverable CM/GC shall submit schedules and schedule reports as defined for the Contract Baseline Schedule.
Task 4.2 Scheduling Support for Evaluation of Alternatives
Description Develop construction schedules for alternative concepts, designs, approaches, or means and methods as necessary to evaluate ideas proposed as part of VE and constructability reviews or through other discussions and proposals.
Frequency In conjunction with scheduled VE and Constructability reviews. Assume 3 major review sessions during the preconstruction phase.
Purpose To inform the decision-making process on the acceptance of alternatives based on the schedule impacts that would result from inclusion of changes into the project.
Deliverable Schedule analysis including narrative discussions and schedule or other graphics for significant changes that may impact the overall project schedule. Assume schedule analysis of up to 15 alternative concepts and comparison of alternatives to baseline schedules.
Task 4.3 Final Contract Baseline Schedule
Description Develop a Final Contract Baseline schedule prepared using scheduling software (e.g., Primavera P6). The final schedule shall be cost and resource loaded.
Frequency One-time effort following completion of project reviews and prior to the start of GMP negotiations.
Purpose To produce a complete, accurate and timely representation of the schedule for the CM/GC contract.
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility
Logan City Logan Regional WWTF
Page A7 October 13, 2017
Deliverable Final Contract Schedule including cost and resource loading as well as schedule changes resulting from the various reviews performed in the preconstruction phase. This submittal will include a technical memorandum explaining schedule in conformance with the requirements of the contract specifications.
Task 5: Project Reviews
Task 5.1 Value Engineering, Constructability and Risk Management
Description Participate in two multi-disciplinary workshops of the project team to provide input on Value Engineering ideas, constructability issues and allocation/mitigation of project risks. Review design documents and provide CM/GC comments and recommendations on Value Engineering opportunities, constructability issues and allocation and mitigation of project risks. Identify drawings, specifications and/or interfaces with other contract designs that will require modification as a result of each proposed change and assist in evaluating design costs and schedule impacts related to each proposed change.
Frequency Anticipate 3 separate workshops; a two-day workshop using a value engineering format to familiarize team with project details and explore VE ideas; a two-day Constructability Review workshop, and review of project risks and discussion of risk allocation and mitigation. Assume first workshop within 60 days of NTP and completion of all two workshops within 90 days of NTP.
Purpose To review and provide recommendations on the construction documents with issues such as phasing of the work, staging, temporary work, new construction techniques or methods for executing the work, value engineering suggestions that could lead to cost reductions along with identifying where the contract documents are not consistent or complete. Review to ensure that good building practice is being incorporated into the documents and design elements are buildable as drawn. Also identify whether project sequencing is viable with respect to third-party requirements.
Deliverables Reports summarizing the recommendations and implementation of decisions resulting from each of the workshops. Reports shall include analysis of costs and schedules and savings or other benefits that will be gained with the recommended alternatives.
Task 5.2 Subject Specific Review Meetings
Description Conduct workshops to review specific elements of the work with discipline specialists and to develop ideas and recommendations for project improvements. Elements of the work that may be addressed in these meetings include: top-down construction methods,
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility
Logan City Logan Regional WWTF
Page A8 October 13, 2017
architectural finishes, and mechanical and electrical systems.
Frequency Anticipate 3 workshops, each having durations of 1 day (average) to be conducted within 90 days of NTP.
Purpose To review project and formulate approaches and ideas to improve the delivery of specific elements of the work. These are intended to be discipline-specific and involve a small group of subject-matter experts.
Deliverables A report for each workshop explaining recommendations for implementation of the work elements evaluated, including cost and schedule savings, risk mitigations, “ripple” effects on other work elements, and operational impacts.
GENERAL CONDITIONS
The following items are to be included, but not limited to within the Specified General Conditions of the Work:
Support of permit reviews, including attendance at meetings, response to questions, and assistance in preparing plans as necessary to obtain permits.
Project site staff, site communications, field offices and storage, mobilization, temporary utilities, site and building clean-up, and miscellaneous items.
SUPPLEMENTAL SERVICES
Additional services to be performed as part of the Preconstruction Services Contract will be at the direction of the City and may include the following:
Support of community involvement activities, including attendance at meetings, responding to questions, etc.
Development of information documents, website, and brochures to encourage involvement of subcontractors.
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility
Logan City Logan Regional WWTF
October 13, 2017
Attachment B
Proposal Forms
Form 1 – Proposal Form
Form 2 – Safety & Health Qualifications Statement
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility
Logan City Logan Regional WWTF
Page B1 October 13, 2017
FORM 1
PROPOSAL FORM TO: Logan City
The undersigned submits the following Proposal:
BID:
Pursuant to and in compliance with the Request for Proposals, the undersigned certifies, having carefully examined the Contract Documents and conditions affecting the work, and being familiar with the site; proposes to furnish all labor, materials, equipment and services necessary to complete the work, as follows:
Description of Bid Item: Percentage Total Estimated GMP
Bid Amount
Cost for Preconstruction Services
(Based on Scope of Work in Attachment A)
$
Percent Fee (Percentage x Total Estimated GMP)
%
$ 85,000,000
$
Specified General Conditions Work
$
Total Bid Price: $
SELF-PERFORMED WORK: The City would prefer to have the CM/GC be capable of self-performing a significant portion of the work. Please list the items that the CM/GC would be able to self-perform (i.e. reinforced concrete, process mechanical, excavation, yard piping, etc.)
1. _________________________________ 7. ________________________________
2. _________________________________ 8. ________________________________
3. _________________________________ 9. ________________________________
4. _________________________________ 10. ________________________________
5. _________________________________ 11. ________________________________
6. _________________________________ 12. ________________________________
Based on the listed items, the CM/GC estimates that they would be capable of self-performing ______ percent of the total project.
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility
Logan City Logan Regional WWTF
Page B2 October 13, 2017
The City is requesting bid prices on the following items, which the City may (at the City’s option) award to the CM/GC to self-perform without additional competitive bidding. The City reserves the right to not award any or all of the bid items, in which case the CM/GC shall include items not awarded with bid packages developed for the project. The CM/GC shall submit open book pricing breakdown for all bid items as an example of pricing detail / transparency to be provided during the project.
Work Item Cost Estimate
Lump Sum Amount
1. Mass excavation as shown on Drawings CD08 and CD09
2. Structural concrete work for Process Area 10
3. Structural concrete work for Process Area 20
4. Structural concrete work for Process Area 40
5. Structural concrete work for Process Area 50
6. Structural concrete work for Process Area 60
7. Structural concrete work for Process Area 70
8. Structural concrete work for Process Area 80
9. Structural concrete work for Process Area 85
10. Structural concrete work for Process Area 90
11. Structural concrete work for Process Areas 95, 96, 98
Total for Self-Performed Work: $ _________
Have you, or any member of your team, ever had a project that was awarded to you as the CM/GC company on which you were not able to finalize negotiations and enter into a Guaranteed Maximum Price construction contract?
YES _____ NO _____ If yes, attach additional information regarding project details.
SALES TAX:
All of the sums stated in the foregoing include Utah State Sales Tax, where required.
Initials of Proposer’s Representative: ________
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility
Logan City Logan Regional WWTF
Page B3 October 13, 2017
Proposer’s Business Name:
Type of Business: Sole Proprietorship Partnership Corporation (State of Incorporation: _) Other
Business Address: City: State: Zip Code:
Business Telephone Number: Business Fax Number: Business E-mail Address:
State of Utah Contractor License Number:
Receipt is hereby acknowledged of RFP Addenda No(s).: _ _ _ _
REPRESENTATIVE AUTHORIZED TO SIGN FOR PROPOSER:
"I certify (or declare) under penalty of perjury under the laws of the State of Utah that the foregoing is true and correct":
Signature: Date:
Print Name and Title Location or Place Executed: (City, State)
END OF SECTION
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility
Logan City Logan Regional WWTF
Page B5 October 13, 2017
FORM 2
SAFETY & HEALTH QUALIFICATIONS STATEMENT
Please do not leave blanks on any item except lists; use ‘n/a’ if a field does not
apply.
You may neatly handwrite the information. We are more concerned about correct
complete information than how it looks.
Legal Name of your Company:
Street Address: City: State: Zip:
Mailing Address: City: State: Zip:
Phone: Fax: E-Mail Address:
Is this address the: Main Office Regional Office Branch Office
Other
1. Please list the trade(s) in which your company performs work:
CSI Division No. Description
2. For work in Utah (Intrastate), please list your Company’s Workers’ Compensation Experience Modification Rate (Experience Factor) for the most recent three years.
Year Rate Year Rate Year Rate
2016 2015 2014
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility
Logan City Logan Regional WWTF
Page B6 October 13, 2017
3. For work in other states (Interstate), please list your Company’s Workers’ Compensation Experience Modification Rate (Experience Factor) for the most recent three years.
State Name
Year Rate Year Rate Year Rate
2016 2015 2014
2016 2015 2014
2016 2015 2014
2016 2015 2014
4. Using the three most recent year’s OSHA No. 300 Logs, please fill in the number of cases for each of the following categories: (attach a copy of your last three years of OSHA No. 300 Logs)
2016 2015 2014
A. Number of deaths (Total column G)
Please provide a brief description of the circumstances surrounding any employee death(s):
B. Number of days away from work and job transfer or restricted workday cases(Total Column H & I)
C. Number of other recordable cases (Total Columns J)
D. Number of days away from work cases (Total Column H)
E. Employee Hours Worked
F. OSHA Recordable Incidence Rate (See formula below)
G. OSHA Lost Workday Incidence Rate (See formula below)
Notes:
Items in parenthesis above come from your OSHA No. 300 Log
Employee Hours Worked = total number of hours worked during the year by all employees
OSHA Recordable Incidence Rate= [(A+B+C) ×200,000/Employee Hours Worked]
OSHA Lost Workday Incidence Rate= [(D) × 200,000/Employee Hours Worked]
5. Please provide the following safety information for three public construction
projects of your Company in which the superintendent proposed for this project
was the superintendent. The Incidence Rates reported below must include
incidences for the contractor and subcontractors of any tier.
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility
Logan City Logan Regional WWTF
Page B7 October 13, 2017
Project Name and Owner
Superintendent’s Name
Recordable Incidence Rate for the Project
Lost Workday Incidence Rate for the Project
6. How many OSHA violation(s) has your Company received in the last three
years?
Year # of Violations
Year # of Violations
Year # of Violations
2016 2015 2014
Were any of the OSHA violations considered willful violations:
Yes No
Please give a brief description of all willful violation(s):
The undersigned warrants and represents the data provided is accurate in all respects.
Name of Company:
Prepared by:
Title:
Signature Date
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility
Logan City Logan Regional WWTF
October 13, 2017
Attachment C
Utah DWQ SRF Requirements
1
Submit this check sheet to SRF along with your documents to affirm and show where all the items discussed above have been addressed.
SRF Boilerplate Checklist Project: [Project Name]
Addressed? (Yes/No/NA)
Page #s Abbreviated description of requirement (Add your notes or explanations if needed.)
Advertise for bids at least twice in a newspaper published or of general circulation in the local entity at least (5) days prior to the opening of bids (Utah Code 11-39-103) or local requirements if more stringent..
Was it possible for bid to be advertised 30 days prior to bid opening, per DBE Good Faith Effort Requirements (40 CFR 33.301).
5% bid bonds; only bonds most projects (not certified checks, etc.).
Contract performance and payment bonds.
Final settlement and payment to contractor provisions.
Retainage.
Suspension and Debarment
Certification of Non-Segregated Facilities
DBE Good Faith Effort.
Additional items to submit with bid.
SRF Special Conditions section inserted into the bid document on Blue Paper.
SRF Special Conditions are identified as part of contract.
Insert the name of the County where the work is located.
American Iron and Steel Requirement and Guidance
Davis-Bacon Wage Category included in the contract.
Davis-Bacon Mixed Project
Last Revised March 24, 2014
2
REQUIRED SIGNS AND POSTERS The following signs and posters required for the project, include but are not limited to: 1. Minimum
Wage Poster http://www.dol.gov/elaws/firststep/poster_direct.htm?p_flsa=1
2. Davis-Bacon Wage Poster WH-1321
http://www.dol.gov/elaws/firststep/poster_direct.htm?p_dbra=1
3. Davis-Bacon Wage Determinations
http://www.wdol.gov/wdol/scafiles/davisbacon/ut.html
4. Equal Opportunity Employer Poster:
http://www.dol.gov/elaws/firststep/poster_direct.htm?p_eeo=1
5. OSHA Poster http://www.dol.gov/elaws/firststep/poster_direct.htm?p_osha=1
3
SRF SPECIAL CONDITIONS CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND
VOLUNTARY EXCLUSION LOWER TIER COVERED TRANSACTIONS
Instructions for Certification 1. By signing and submitting this proposal, the prospective lower tier participant is providing the
certification set out below. 2. The certification in this clause is a material representation of fact upon which reliance was
placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.
3. The prospective lower tier participant shall provide immediate written notice to the person to
which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or had become erroneous by reason of changed circumstances.
4. The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction,
participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meaning set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations.
5. The prospective lower tier participant agrees by submitting this proposal that, should the
proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated.
6. The prospective lower tier participant further agrees by submitting this proposal that it will
include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions.
7. A participant in a covered transaction may rely upon a certification of a prospective participant
in a lower tier covered transaction that it is not proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, ineligible, or voluntarily excluded from covered transactions, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is
4
not required to, check the List of Parties Excluded from Federal Procurement and Nonprocurement Programs.
8. Nothing contained in the foregoing shall be construed to require establishment of a system of
records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.
9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a
covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.
Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Covered Transactions 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it
nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency.
2. Where the prospective lower tier participant is unable to certify to any of the statements in this
certification, such prospective participant shall attach an explanation to this proposal. Organization Name Name and Title of Authorized Representative Signature
Date
5
EQUAL EMPLOYMENT OPPORTUNITY and AFFIRMATIVE ACTION REQUIREMENTS on FEDERALLY ASSISTED CONSTRUCTION CONTRACTS Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246)
1. The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Specifications" set forth herein.
2. The goals and timetables for minority and female participation, expressed in
percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows:
Goal for female participation in each trade: 6.9%
Minority participation goals in each trade:
County Goal Beaver, Garfield, Iron, Kane, Washington 12.6 Utah, Provo-Orem 2.4 Davis, Salt Lake, Tooele, Weber, Salt Lake City - Ogden
6.0
Box Elder, Cache, Carbon, Daggett, Duchesne, Emery, Juab, Millard, Morgan, Piute, Rich, Sanpete, Sevier, Summit, Uintah, Wasatch, Wayne
5.1
These goals are applicable to all the Contractor's construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor also is subject to the goals for both its federally involved and nonfederally involved construction. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from contractor to contractor or from project to project for the sole purpose of meeting the contractor's goals shall be a violation of the contract, the Executive Order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed.
6
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 $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number for the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the subcontract is to be performed. An example notification letter is available on the next page.
4. As used in this Notice, and in the contract resulting from this solicitation, the
"covered area" is ___________________ County, Utah. This 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 $10,000 to be performed in geographical areas designated by the Director pursuant to 41 CFR 60-4.6.
7
CONTRACTOR’S NAME, ADDRESS & TELEPHONE NUMBER RETURN TO: USDOL/OFCCP Denver District Office 1244 Speer Blvd., Suite 520 Denver CO 80204
FAX: 720-264-3211 ATTN: Jerome Carter
EMPLOYER ID NUMBER OF CONTRACTOR:
Per our obligation under 41 CFR 60-4.2, we are submitting the following information regarding our subcontractor(s) whose contract is in excess of $10,000 on our Federal or federally assisted construction project:
CONTRACT INFORMATION
PROJECT AND LOCATION: Dollar Amount of Contract
Estimated Start Date
Estimated Completion Date
Contract No.
Geographical Area
NOTIFICATION OF SUBCONTRACTS AWARDED (>$10,000)
Subcontractor’s Name,
Address, & Phone Number
Employer ID Number of Subcontractor
Estimated $ Amount of Subcontract
Estimated Start Date
Estimated Completion
Date
8
EQUAL OPPORTUNITY CLAUSES A. The Equal Opportunity Clause published at 41 CFR 60-1.4(b) is required to be included in,
and is part of, all nonexempt federally assisted construction contracts and subcontracts (including this Contract). The Equal Opportunity Clause shall be considered to be a part of every contract and subcontract required by the regulations to include such a clause, whether or not it is physically incorporated in such contracts. The notices required to be posted by paragraphs (1) and (3) of the Equal Opportunity Clause shall be the "Equal Employment Opportunity is the Law" poster approved by the Office of Federal Contract Compliance Programs and available on the internet at http://www.dol.gov/oasam/programs/osdbu/sbrefa/poster/matrix.htm.
EQUAL OPPORTUNITY CLAUSE (41 CFR 60-1.4(b))
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 ensure that applicants are employed, and that employees are 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 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' representatives 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 Labor.
(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.
9
(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 Executive Order 11246 of September 24, 1965, or by rule, regulation, or 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 (1) 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.
B. The Standard Federal Equal Employment Opportunity Construction Contract Specifications
published at 41 CFR 60-4.3(a) are required to be included in, and are part of, all federal and federally assisted construction contracts and subcontracts (including this Contract) in excess of $10,000 to be performed in geographical areas designated by the Director pursuant to 41 CFR 60-4.6 and in construction subcontracts in excess of $10,000 necessary in whole or in part to the performance of non-construction Federal contracts and subcontracts covered under Executive Order 11246. These Specifications shall be considered to be a part of every contract and subcontract required by the regulations to include such a clause, whether or not it is physically incorporated in such contracts.
10
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 Department of Labor, or any person to whom the Director delegates authority;
c. "Employer identification number" means the Federal Social Security number used
on the employer's quarterly Federal Tax Return, U.S. Treasury Department Form 941.
d. "Minority" includes:
(i) Black (all persons having origins in any of the Black African racial groups not
of Hispanic origin); (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South
American or other Spanish Culture or origin, regardless of race);
(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);
(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).
2. Whenever the contractor, or any subcontractor at any tier, subcontracts a portion of the
work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted.
3. If the contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan
approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area, (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith
11
effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractor's or subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables.
4. The contractor shall implement the specific affirmative action standards provided in
paragraphs (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 hours of employment and training of minority and female utilization the contractor should reasonably by able to achieve in each construction trade in which it has employees in the covered area. Covered Construction contractors performing 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 form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified.
5. Neither the provisions of any collective bargaining agreement, nor the failure by a
union with whom the contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto.
6. In order for the non-working training hours of apprentices and trainees to be counted
in meeting the goals, such apprentices and trainees must be employed by the contractor during the training period, and the contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor.
7. The contractor shall take specific affirmative actions to ensure equal employment
opportunity. The evaluation of the contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following:
a. Ensure and maintain a working environment free of harassment, intimidation, and
coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The contractor, where possible, will assign two or more women to each construction project. The contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the contractor's obligation to maintain such a working environment, with
12
specific attention to minority or female individuals working at such sites or in such facilities.
b. Establish and maintain a current list of minority and female recruitment sources,
provide written notification to minority and female recruitment sources and to community organizations when the contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses.
c. Maintain a current file of the names, addresses, and telephone numbers of each
minority and female off-the-street applicant and minority or female referral from a union, a recruitment source or 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 therefore, along with whatever additional actions the contractor may have taken.
d. Provide immediate written notification to the Director when the union or unions
with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations.
e. Develop on-the-job training opportunities and/or participate in training programs
for the areas which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the contractor's employment needs, especially those programs funded or approved by the Department of Labor. The contractor shall provide notice of these programs to the sources compiled under (7)(b) above.
f. Disseminate the contractor's EEO policy by providing notice of the policy to unions
and training programs and requesting their cooperation in assisting the contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed.
g. Review, at least annually, the company's EEO policy and affirmative action
obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on-site 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
13
and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter.
h. Disseminate the contractor's EEO policy externally by including it in any
advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the contractor's EEO policy with other contractors and subcontractors with whom the contractor does or anticipates doing business.
i. Direct its recruitment efforts, both oral and written, to minority, female and
community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process.
j. Encourage present minority and female employees to recruit other minority persons
and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a contractor's workforce.
k. Validate all tests and other selection requirements where there is an obligation to
do so under 41 CFR Part 60-3. l. Conduct, at least annually, an inventory and evaluation at least of all minority and
female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities.
m. Ensure that seniority practices, job classifications, work assignments and other
personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the contractor's obligations under these specifications are being carried out.
n. Ensure that all facilities and company activities are nonsegregated except that
separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes.
o. Document and maintain a record of all solicitations of offers for subcontracts from
minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations.
p. Conduct a review, at least annually, of all supervisor's adherence to and
performance under the contractor's EEO policies and affirmative action obligations.
14
8. Contractors are encouraged to participate in voluntary associations which assist in
fulfilling one or more of their affirmative action obligations (7)(a) 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 (7)(a) through (p) of these specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the contractor's minority and female workforce participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the contractor. The obligation to comply, however, is the contractor's and failure of such a group to fulfill an obligation shall not be a defense for the contractor's noncompliance.
9. A single goal for minorities and a separate single goal for women have been
established. The contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the contractor has achieved its goals for women generally, the contractor may be in violation of the Executive order if a specific minority group of women is under-utilized).
10. The contractor shall not use the goals and timetables of affirmative action standards to
discriminate 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. 12. The contractor shall carry out such sanctions and penalties for violation of these
specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended.
13. The contractor, in fulfilling its obligations under these specifications, shall implement
specific affirmative action steps, at least as extensive as those standards prescribed in paragraph (7) of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8.
15
14. The contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records.
15. Nothing herein provided shall be construed as a limitation upon the application of other
laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program).
16
Attachment 1 SRF Required Front-End Specifications
(This form must be completed and signed by Prime Contractor and Submitted with the bid.)
U.S. Environmental Protection Agency
Certification of Non-Segregated Facilities (Applicable to contracts, subcontracts, and agreements with applicants who are themselves performing Federally assisted construction contracts, exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause.) By the submission of this bid, the bidder, offeror, applicant, or subcontractor certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. He certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The bidder, offeror, applicant, or subcontractor agrees that a breach of this certification is a violation of the Equal Opportunity clause in this contract. As used in this certification, the term “segregated facilities” means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national original, because of habit, local custom, or otherwise. He further agrees that (except where he has obtained identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause; that we will retain such certifications in his files; and that he will forward the following notice to such proposed subcontractors (except where the proposed subcontractors have submitted identical certifications for specific time periods):
NOTICE TO PROSPECTIVE SUBCONTRACTORS OF REQUIREMENT FOR CERTIFICATION OF NON-SEGREGATED FACILITIES
A Certification of Non-segregated Facilities, as required by the May 9, 1967, order (33 F.R. 7808, May 28, 1968) on Elimination of Segregated Facilities, by the Secretary of Labor must be submitted prior to the award of the subcontract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity clause. The certification may be submitted either for each subcontract or for all subcontracts during a period (i.e., quarterly, semiannually, or annually). Signature Date Name and Title of Signer (Please Type) NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. February 2009 EPA-7 5720-4.2
17
PROHIBITION AGAINST LISTED VIOLATING FACILITIES
A. REQUIREMENTS
(1) To comply with all the requirements of section 114 of the Clean Air Act, as amended (42 U.S.C. 1857, et seq., as amended by Pub. L. 92-604) and section 308 of the Clean Water Act (33 U.S.C. 1251, as amended), respectively, which relate to inspection, monitoring, entry, reports, and information, as well as other requirements specified in section 114 and section 308 of the Air Act and the Water Act, respectively, and all regulations and guidelines issued thereunder before the award of this contract.
(2) That no portion of the work required by this prime contract will be performed in a facility
listed on the Environmental Protection Agency list of violating facilities on the date when this contract was awarded unless and until the EPA eliminates the name of such facility or facilities from the listing.
(3) To use his best efforts to comply with clean air and clean water standards at the facilities
in which the contract is being performed.
(4) To insert the substance of the provisions of this clause, including this paragraph (4), in any nonexempt subcontract.
B. DEFINITIONS
(1) Air Act means the Clean Air Act, as amended (42 U.S.C. 1857 et seq.). (2) Water Act means the Clean Water Act, as amended (33 U.S.C. 1251 et seq.).
(3) Clean Air Standards means any enforceable rules, regulations, guidelines, standards,
limitations, orders, controls, prohibitions, or other requirements which are contained in, issued under, or otherwise adopted under the Air Act or Executive Order 11738, an applicable implementation plan as described in section 110 (d) of the Air Act (42 U.S.C. 1857c-5(d)), an approved implementation procedure or plan under section 111 (c) or section 111(d), or an approved implementation procedure under section 112(d) of the Air Act (42 U.S.C. 1857c-7(d)).
(4) Clean Water Standards means any enforceable limitation, control, condition, prohibition,
standard, or other requirement which is promulgated under the Water Act or contained in a permit issued to a discharger by the Environmental Protection Agency or by a State under an approved program, as authorized by section 402 of the Water Act (33 U.S.C. 1342), or by a local government to ensure compliance with pretreatment regulations as required by section 307 of Water Act (33 U.S.C. 1317).
(5) Compliance means compliance with clean air or water standards. Compliance shall also
mean compliance with a schedule or plan ordered or approved by a court of competent
18
jurisdiction, the Environmental Protection Agency in accordance with the requirements of the Air Act or Water Act and regulations.
(6) Facility means any building, plant, installation, structure, mine, vessel, or other floating
craft, location, or site of operations, owned, leased, or supervised by a contractor or subcontractor, to be used in the performance of a contract or subcontract. Where a location or site of operations contains or includes more than one building, plant, installation, or structure, the entire location or site shall be deemed to be a facility except where the Director, Office of Federal Activities, Environmental Protection Agency, determines that independent facilities are located in one geographical area.
WILLIAMS-STEIGER OCCUPATIONAL SAFETY
AND HEALTH ACT OF 1970 A. AUTHORITY
(1) The contractor is subject to the provisions of the Williams-Steiger Occupational Safety and Health Act of 1970.
(2) These construction documents and the joint and several phases of construction hereby
contemplated are to be governed, at all times, by applicable provisions of the Federal law(s), including but not limited to the latest amendment of the following:
a. Williams-Steiger Occupational Safety and Health Act of 1970, Public Law 94-596; b. Part 1910 - Occupational Safety and Health Standards, Chapter XVII of Title 29, Code
of Federal Regulations; c. Part 1926 - Safety and Health Regulations for Construction, Chapter XVII of Title 29,
Code of Federal Regulations. B. SAFETY AND HEALTH PROGRAM REQUIREMENTS
(1) This project, its prime contractor and its subcontractors, shall at all times be governed by Chapter XVII of Title 29, Code of Federal Regulations, Part 1926 - Safety and Health Regulations for Construction (29 CFR 22801), as amended to date.
(2) To implement the program and to provide safe and healthful working conditions for all
persons, general project safety meetings will be conducted at the site at least once each month during the course of construction, by the construction superintendent or his/her designated safety officer. Notice of such meeting shall be issued not less than three (3) days prior, stating the exact time, location, and agenda to be included. Attendance by the owner, architect, general foreman, shop steward(s), and trades, or their designated representatives, witnessed in writing as such, shall be mandatory.
19
(3) To further implement the program, each trade shall conduct a short gang meeting, not less than once a week, to review project safety requirements mandatory for all persons during the coming week. The gang foreman shall report the agenda and specific items covered to the project superintendent, who shall incorporate these items in his/her daily log or report.
(4) The prime contractor and all subcontractors shall immediately report all accidents, injuries,
or health hazards to the owner and architect, or their designated representatives, in writing. This shall not obviate any mandatory reporting under the provisions of the Occupational Safety and Health Act of 1970.
(5) This program shall become a part of the contract documents and the contract between the
owner and prime contractor, prime contractor and all subcontractors, as though fully written therein.
ANTI-KICKBACKS
Contractor shall comply with the Copeland "Anti-Kickback" Act (18 U.S.C. 874) as supplemented in the Department of Labor Regulations (29 CFR, Part 3). This Act provides that Contractor is prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he is otherwise entitled. Contractor certifies and warrants that no gratuities, kickbacks and contingency fees were paid in connection with this contract, nor were any fees, commissions, gifts, or other considerations made contingent upon the award of this contract. Contractor certifies that, to Contractor's knowledge, no state employee has any personal or beneficial interest whatsoever in the services described in this Contract. No staff member of Contractor, compensated either partially or wholly with funds disbursed pursuant to the Contract, shall engage in any Contract or activity which would constitute a conflict of interest as related to this Contract.
DISCOVERY OF ARCHAEOLOGICAL AND OTHER HISTORICAL ITEMS In the event of an archaeological find during any phase of construction, the following procedure will be followed: 1. Construction shall be halted, with as little disruption to the archaeological site as possible. 2. Contractor shall notify Owner who shall contact the State Historic Preservation Officer. 3. The State Historic Preservation Officer may decide to have an archaeologist inspect the site
and make recommendations about the steps needed to protect the site, before construction is resumed.
4. The entire event should be handled as expediently as possible in order to hold the loss in construction time to a minimum while still protecting archaeological finds.
20
A similar procedure should be followed with regard to more recent historical resources. Should any artifacts, housing sites, etc., be uncovered, the same procedure should be followed as for an archaeological find. In the event archaeological/historical data are evaluated to meet National Register criteria, the Advisory Council on Historic Preservation may be notified and asked to comment by the Utah State Revolving Fund Program.
ACCESS Contractor and loan recipient shall insure that authorized representatives of the Utah DEQ, State Historic Preservation Office, US EPA, Comptroller General, Inspector General, and other applicable federal and state agencies and officials will have access to the project work whenever it is in preparation or progress and shall provide proper facilities for such access and inspection. Contractor shall allow these representatives to have access to any books, documents, plans, reports, papers, and other records of Contractor which are pertinent to the project for the purpose of making audit, examination, excerpts, copies and transcriptions thereof and to interview any officer or employee. Contractor shall insure that all subagreements will also afford access to such project work, sites, documents, records, and persons.
SITE EROSION AND SEDIMENT CONTROL MEASURES Every effort shall be made by Contractor and subcontractors to prevent and correct problems associated with erosion and runoff processes which could occur during and after project construction. The efforts should be consistent with applicable local ordinances and the Nonpoint Source Pollution Control Guidance. Whenever appropriate, Contractor's efforts shall reflect the following engineering principles: (a) When appropriate, land grading and excavating should be kept at a minimum to reduce the
possibility of creating runoff and erosion problems which require extensive control measures. (b) Whenever possible, topsoil should be removed and stockpiled before grading begins. (c) Land exposure should be minimized in terms of area and time. (d) Exposed areas subject to erosion should be covered as quickly as possible by means of
mulching or vegetation. (e) Natural vegetation should be retained whenever feasible. (f) Early completion of stabilized drainage systems (temporary and permanent systems) will
substantially reduce erosion potential. (g) Roadways and parking lots should be paved or otherwise stabilized as soon as feasible. (h) Clearing and grading should not be started until a firm construction schedule is known and can
be effectively coordinated with grading and clearing activity.
21
UPDES CONSTRUCTION RELATED DISCHARGE PERMITS Construction projects which will disturb one or more acres will require coverage under the State of Utah General Permit for Storm Water Discharges Associated with Large Construction Activities. Contractor is responsible for obtaining coverage under the appropriate permit and maintaining compliance until Owner accepts the Work as complete. For additional information see http://www.waterquality.utah.gov/UPDES/stormwatercon.htm. Certain construction activities such as dewatering, flushing, testing, and disinfection require coverage under the State of Utah General Permit for Temporary Discharges or under a separate discharge permit. Contractor is responsible for obtaining any necessary coverage and maintaining compliance. For more information see http://www.waterquality.utah.gov/UPDES/stormwatercon.htm.
AIR QUALITY PROTECTION MEASURES Contractor shall adhere to effective dust control procedures as required under the Utah Air Quality Standards and Regulations UAC R307. If asbestos is encountered during this project, Contractor shall follow standards for handling according to UAC R307-801. Contractor shall adhere to proper trade waste and materials disposal.
PRESERVATION OF OPEN COMPETITION AND GOVERNMENT NEUTRALITY TOWARDS GOVERNMENT CONTRACTORS' LABOR RELATIONS ON FEDERAL
AND FEDERALLY FUNDED CONSTRUCTION PROJECTS The assistance recipient agrees to comply with Executive Order 13202 (Feb. 22, 2001, 66 Federal Register 11225) of February 17, 2001, entitled "Preservation of Open Competition and Government Neutrality Towards Government Contractors' Labor Relations on Federal and Federally Funded Construction Projects," as amended by Executive Order 13208 (April 11, 2001, 66 Federal Register 18717) of April 6, 2001, entitled "Amendment to Executive Order 13202, Preservation of Open Competition and Government Neutrality Towards Government Contractors' Labor Relations on Federal and Federally Funded Construction Projects. Amend 48 CFR Part 36.202 by adding paragraph (d) to read as follows: (d) In accordance with Executive Order 13202, of February 17, 2001, Preservation of Open
Competition and Government Neutrality Towards Government Contractors' Labor Relations on Federal and Federally Funded Construction Projects, as amended on April 6, 2001—
(1) The Government, or any construction manager acting on behalf of the Government, must
not—
22
(i) Require or prohibit offerors, contractors, or subcontractors to enter into or adhere to agreements with one or more labor organizations (as defined in 42 U.S.C. 2000e(d)) on the same or other related construction projects; or
(ii) Otherwise discriminate against offerors, contractors, or subcontractors for becoming,
refusing to become, or remaining signatories or otherwise adhering to agreements with one or more labor organizations, on the same or other related construction projects.
(2) Nothing in this paragraph prohibits offerors, contractors, or subcontractors from
voluntarily entering into project labor agreements. (3) The head of the agency may exempt a construction project from this policy if the agency
head finds that, as of February 17, 2001—
(i) The agency or a construction manager acting on behalf of the Government had issued or was a party to bid specifications, project agreements, agreements with one or more labor organizations, or other controlling documents with respect to that particular project, which contained any of the requirements or prohibitions in paragraph (d)(1) of this section; and
(ii) One or more construction contracts subject to such requirements or prohibitions had
been awarded.
(4) The head of the agency may exempt a particular project, contract, or subcontract from this policy upon a finding that special circumstances require an exemption in order to avert an imminent threat to public health or safety, or to serve the national security. A finding of "special circumstances" may not be based on the possibility or presence of a labor dispute concerning the use of contractors or subcontractors who are nonsignatories to, or otherwise do not adhere to, agreements with one or more labor organizations, or concerning employees on the project who are not members of or affiliated with a labor organization.
23
AMERICAN IRON AND STEEL REQUIREMENT None of the funds made available by a State water pollution control revolving fund as authorized by title VI of the Federal Water Pollution Control Act (33 U.S.C. 1381 et seq.) shall be used for a project for the construction, alteration, maintenance, or repair of a public treatment works unless all of the iron and steel products used in the project are produced in the United States. The Contractor acknowledges to and for the benefit of (“Purchaser”) and the Utah Division of Water Quality (the “State”) that it understands the goods and services under this Agreement are being funded with monies made available by the Clean Water State Revolving Fund (CWSRF) and/or Drinking Water State Revolving Fund (DWSRF) that have statutory requirements commonly known as “American Iron and Steel;” that requires all of the iron and steel products used in the project to be produced in the United States (“American Iron and Steel Requirement”) including iron and steel products provided by the Contactor pursuant to this Agreement. The Contractor hereby represents and warrants to and for the benefit of the Purchaser and the State that:
(a) the Contractor has reviewed and understands the American Iron and Steel Requirement, (b) all of the iron and steel products used in the project will be and/or have been produced in
the United States in a manner that complies with the American Iron and Steel Requirement, unless a waiver of the requirement is approved, and
(c) the Contractor will provide any further verified information, certification or assurance of compliance with this paragraph, or information necessary to support a waiver of the American Iron and Steel Requirement, as may be requested by the Purchaser or the State.
Notwithstanding any other provision of this Agreement, any failure to comply with this requirement by the Contractor shall permit the Purchaser or State to recover as damages against the Contractor any loss, expense, or cost (including without limitation attorney’s fees) incurred by the Purchaser or State resulting from any such failure (including without limitation any impairment or loss of funding, whether in whole or in part, from the State or any damages owed to the State by the Purchaser). While the Contractor has no direct contractual privity with the State, as a lender to the Purchaser for the funding of its project, the Purchaser and the Contractor agree that the State is a third-party beneficiary and neither this paragraph (nor any other provision of this Agreement necessary to give this paragraph force or effect) shall be amended or waived without the prior written consent of the State. The full American Iron and Steel Guidance can be found at: http://water.epa.gov/grants_funding/aisrequirement.cfm
24
AMERICAN IRON AND STEEL REQUIREMENT GUIDANCE Covered American Iron and Steel (AIS) Products
1. What is an iron or steel product? For purposes of the CWSRF projects that must comply with the AIS requirement, an iron or steel product is one of the following made primarily of iron or steel that is permanently incorporated into the project: • Lined or unlined pipes or fittings; • Manhole Covers; • Municipal Castings (defined in more detail later in this guidance); • Hydrants; • Tanks; • Flanges; • Pipe clamps and restraints; • Valves; • Structural steel (defined in more detail later in this guidance); • Reinforced precast concrete; and • Construction materials (defined in more detail later in this guidance).
2. What does the term ‘primarily iron or steel’ mean?
‘Primarily iron or steel’ places constraints on the list of products above. For one of the listed products to be considered subject to the AIS requirements, it must be made of greater than 50% iron or steel, measured by cost. The cost should be based on the material costs. For example, the iron portion of a fire hydrant would likely be the bonnet, body and shoe, and then the cost would include the pouring and casting to create those components. The other material costs would include non-iron and steel internal workings of the fire hydrant (i.e. stem, coupling, valve, seals, etc.). However, the assembly of the internal workings into the hydrant body would not be included in this cost calculation. If one of the listed products is not made primarily of iron or steel, United States provenance is not required. An exception to this definition is reinforced precast concrete, which is addressed later in this guidance.
3. If a product is composed of more than 50% iron or steel, but is not listed in the above list of items, must the item be produced in the US? Alternatively, must the iron or steel in such a product be produced in the US? The answer to both question is no. Only items on the above list must be produced in the US. Additionally, the iron or steel in a non-listed item can be sourced from outside the US.
4. What is the definition of steel? Steel means an alloy that includes at least 50 percent iron, between .02 and 2 percent carbon, and may include other elements. Metallic elements such as chromium, nickel, molybdenum, manganese, and silicon may be added during the melting of steel for the purpose of enhancing properties such as corrosion resistance, hardness, or strength. The definition of steel covers carbon steel, ally steel, stainless steel, tool steel and other
25
specialty steels.
5. What does ‘produced in the United States’ mean? Production in the United States of the iron or steel products used in the project requires that all manufacturing processes, including application of coatings, must take place in the United States, with the exception of metallurgical processes involving refinement of steel additives. All manufacturing processes includes processes such as melting, refining, forming, rolling, drawing, finishing, fabricating and coating. Further, if a domestic iron and steel product is taken out of the US for any part of the manufacturing process, it becomes foreign source material. However, raw materials such as iron ore, limestone and iron and steel scrap are not covered by the AIS requirement, and the material(s), if any, being applied as a coating are similarly not covered. Non-iron or steel components of an iron and steel product may come from non-US sources. For example, for products such as valves and hydrants, the individual non-iron and steel components do not have to be of domestic origin.
6. Are the raw materials used in the production of iron or steel required to come from US sources? No, raw materials, such as iron ore, limestone, scrap iron, and scrap steel, can come from non-US sources.
7. If an above listed item is primarily made of iron or steel, but is only at the construction site temporarily, must such an item be produced in the US? No. Only the above listed products made primarily of iron or steel, permanently incorporated into the project must be produced in the US. For example trench boxes or scaffolding, which are removed from the project site upon completion of the project, are not required to be made of U.S. Iron or Steel.
8. What is the definition of ‘municipal castings’? Municipal castings are cast iron or steel infrastructure products that are melted and cast. They typically provide access, protection, or housing for components incorporated into utility owned drinking water, storm water, wastewater, and surface infrastructure. They are typically made of grey or ductile iron, or steel. Examples of municipal castings are: • Access Hatches; • Ballast Screen; • Benches (Iron or Steel); • Bollards; • Cast Bases; • Cast Iron Hinged Hatches, Square and Rectangular; • Cast Iron Riser Rings; • Catch Basin Inlet; • Cleanout/Monument Boxes; • Construction Covers and Frames; • Curb and Corner Guards; • Curb Openings;
26
• Detectable Warning Plates; • Downspout Shoes (Boot, Inlet); • Drainage Grates, Frames and Curb Inlets; • Inlets; • Junction Boxes; • Lampposts; • Manhole Covers, Rings and Frames, Risers; • Meter Boxes; • Steel Hinged Hatches, Square and Rectangular; • Steel Riser Rings; • Trash receptacles; • Tree Grates; • Tree Guards; • Trench Grates; and • Valve Boxes, Covers and Risers.
9. What is ‘structural steel’?
Structural steel is rolled flanged shapes, having at least one dimension of their cross-section three inches or greater, which are used in the construction of bridges, buildings, ships, railroad rolling stock, and for numerous other constructional purposes. Such shapes are designated as wide-flange shapes, standard I-beams, channels, angles, tees and zees. Other shapes include H-piles, sheet piling, tie plates, cross ties, and those for other special purposes.
10. What is a ‘construction material’ for purposes of the AIS requirement? Construction materials are those articles, materials, or supplies made primarily of iron and steel, that are permanently incorporated into the project, not including mechanical and/or electrical components, equipment and systems. Some of these products may overlap with what is also considered “structural steel”. This includes, but is not limited to, the following products: • wire rod, • bar, • angles, • concrete reinforcing bar, • wire, • wire cloth, • wire rope and cables, • tubing, • framing, • joists, • trusses, • fasteners (i.e. nuts and bolts), • welding rods, • decking,
27
• grating, • railings, • stairs, • access ramps, • fire escapes, • ladders, • wall panels, • dome structures, • roofing, • ductwork, • surface drains, • cable hanging systems, • manhole steps, • fencing and fence tubing, • guardrails, • doors, • stationary screens
11. What is not considered a ‘construction material’ for purposes of the AIS requirement? Mechanical and electrical components, equipment and systems are not considered construction materials. Mechanical equipment is typically that which has motorized parts and/or is powered by a motor. Electrical equipment is typically any machine powered by electricity and includes components that are part of the electrical distribution system. The following examples (including their appurtenances necessary for their intended use and operation) are NOT considered construction materials: • pumps, • motors, • gear reducers, • drives (including variable frequency drives (VFDs)) • electric/pneumatic/manual accessories used to operate valves (such as electric valve
actuators) • mixers, • gates, • motorized screens (such as traveling screens), • blowers/aeration equipment, • compressors, • meters, • sensors, • controls and switches, • supervisory control and data acquisition (SCADA) • membrane bioreactor systems, • membrane filtrations systems,
28
• filters, • clarifiers and clarifier mechanisms, • rakes, • grinders, • disinfection systems, • presses (including belt presses), • conveyors, • cranes, • HVAC (excluding ductwork), • water heaters, • heat exchangers, • generators, • cabinetry and housings (such as electrical boxes/enclosures), • lighting fixtures, • electrical conduit, • emergency life systems, • metal office furniture, • shelving, • laboratory equipment, • analytical instrumentation, • dewatering equipment
12. If the iron or steel is produced in the US, may other steps in the manufacturing
process take place outside of the US, such as assembly? No. Production in the US of the iron or steel used in a listed product requires that all manufacturing processes must take place in the United States, except metallurgical processes involving refinement of steel additives.
13. What processes must occur in the US to be compliant with the AIS requirement for reinforced precast concrete? While reinforced precast concrete may not be at least 50% iron or steel, in this particular case, the reinforcing rebar and wire must be produced in the US and meet the same standards as for any other iron or steel product. Additionally, the casting of the concrete product must take place in the US. The cement and other raw materials used in concrete production are not required to be of domestic origin. If the reinforced concrete is cast at the construction site, the reinforcing bar and wire are considered to be a construction material and mush be produced in the US.
Compliance with AIS Requirements
1. How should an assistance recipient document compliance with the AIS requirement? In order to ensure compliance with the AIS requirement, specific AIS contract language must be included in each contract, starting with the assistance agreement (bond, grant agreement), all the way down to the subcontractor and purchase agreements. Language for
29
contracts should be similar to the American Iron and Steel Requirement provision in this contract. EPA recommends the use of a step certification process, similar to one used by the Federal Highway Administration. The step certification process is a method to ensure adherence to AIS requirements and assistance recipients can verify that products comply with the AIS requirement. The process also establishes accountability and better enables States to take enforcement actions against violators. Step certification creates a paper trail which documents the location of the manufacturing process involved with the production of steel and iron materials. A step certification is a process under which each handler (supplier, fabricator, manufacturer, processor, etc.) of the iron and steel products certifies that their step in the process was domestically performed. Each time a step in the manufacturing process takes place, the manufacturer delivers its work along with a certification of its origin. A certification can be quite simple. Typically, it includes the name of the manufacturer, the location of the manufacturing facility where the product or process took place (not its headquarters), a description of the product or item being delivered, and a signature by a manufacturer’s responsible party. A sample certification is located in this section. These certifications should be collected and maintained by the assistance recipients. Alternatively, the final manufacturer that delivers the iron or steel product to the worksite, vendor, or contractor, may provide a certification asserting that all manufacturing processes occurred in the US. While this type of certification may be acceptable, it does not provide the same degree of assurance. Additional documentation may be needed if the certification is lacking important information. Step certification is the best practice.
2. How will the State will ensure assistance recipients are complying with the AIS
requirement? In order to ensure compliance with the AIS requirement, the State must include specific AIS contract language in the assistance agreement (i.e. bond, grant agreement, etc.). The assistance recipient must include specific AIS contract language in the project’s contract documents. The State will also conduct site visits of projects during construction and review documentation demonstrating proof of compliance which the assistance recipient has gathered.
3. What happens if a State or EPA finds a non-compliant iron and/or steel product permanently incorporated in the project? If a potentially noncompliant product is identified, the State will notify the assistance recipient of the apparent unauthorized use of the non-domestic component, including a proposed corrective action, and should be given the opportunity to reply. If unauthorized use is confirmed, the State can take one or more of the following actions: • request a waiver where appropriate; • require the removal of the non-domestic item; or
30
• withhold payment for all or part of the project. Only EPA can issue waivers to authorize the use of a non-domestic item. EPA may use remedies available to it under the Clean Water Act and 40 CRF part 31 grant regulations in the event of a violation of a grant term and condition. It is recommended that the State work collaboratively with EPA to determine the appropriate corrective action, especially in cases where the State is the one who identifies the item in noncompliance or there is a disagreement with the assistance recipient. If fraudulent activities are suspected, the Office of Inspector General (OIG) should be contacted immediately. The OIG can be reached at 1-888-546-8740 or [email protected]. More information can be found at this website: http://www.epa.gov/oig/hotline.htm.
4. How do international trade agreements affect the implementation of the AIS
requirements? The AIS provision applies in a manner consistent with United States obligations under international agreements. Typically, these obligations only apply to direct procurement by the entities that are signatories to such agreements. In general, SRF assistance recipients are not signatories to such agreements, so these agreements have no impact on this AIS provision. In the few instances where such an agreement applies to a municipality, that municipality is under the obligation to determine its applicability and requirements and document the actions taken to comply for the State.
AIS Requirement Waiver Process The statute permits EPA to issue waivers for a case or category of cases where EPA finds (1) that applying these requirements would be inconsistent with the public interest; (2) iron and steel products are not produced in the US in sufficient and reasonably available quantities and of a satisfactory quality; or (3) inclusion of iron and steel products produced in the US will increase the cost of the overall project by more than 25 percent.
In order to implement the AIS requirements, EPA has developed an approach to allow for effective and efficient implementation of the waiver process to allow projects to proceed in a timely manner. The framework described later in this guidance will allow States to apply for waiver, on the behalf of the assistance recipients, to apply for waivers of the AIS requirement directly to EPA Headquarters. Pursuant to the Act, EPA has the responsibility to make findings as to the issuance of waivers to the AIS requirements.
• Reasonably Available Quantity means the quantity of iron or steel products is available or will be available at the time needed and place needed, and in the proper form or specification as specified in the project plans and design.
• Satisfactory Quality means the quality of iron or steel products, as specified in the project plans and designs.
• Assistance Recipient means a borrower or grantee that receives funding from a State CWSRF program.
31
Information Checklist for Waiver Request The purpose of this checklist is to help ensure that all appropriate and necessary information is submitted to EPA. EPA recommends that waiver applicants review this checklist carefully and provide all appropriate information to EPA. This checklist is for informational purposes only and does not need to be included as part of a waiver application.
Items Notes General
• Waiver request includes the following information: — Description of the foreign and domestic construction materials — Unit of measure — Quantity — Price — Time of delivery or availability — Location of the construction project — Name and address of the proposed supplier — A detailed justification for the use of foreign construction materials
• Waiver request was submitted according to the instructions in the memorandum • Assistance recipient made a good faith effort to solicit bids for domestic iron and steel products, as demonstrated by language in requests for
proposals, contracts, and communications with the prime contractor
Cost Waiver Requests • Waiver request includes the following information:
— Comparison of overall cost of project with domestic iron and steel products to overall cost of project with foreign iron and steel products
— Relevant excerpts from the bid documents used by the contractors to complete the comparison — Supporting documentation indicating that the contractor made a reasonable survey of the market, such as a description of the
process for identifying suppliers and a list of contacted suppliers
Availability Waiver Requests • Waiver request includes the following supporting documentation necessary to demonstrate the availability, quantity, and/or quality of the
materials for which the waiver is requested: — Supplier information or pricing information from a reasonable number of domestic suppliers indicating availability/delivery date
for construction materials — Documentation of the assistance recipient’s efforts to find available domestic sources, such as a description of the process for
identifying suppliers and a list of contacted suppliers. — Project schedule — Relevant excerpts from project plans, specifications, and permits indicating the required quantity and quality of construction
materials • Waiver request includes a statement from the prime contractor confirming the non-availability of the domestic construction materials for
which the waiver is sought • Has the State received other waiver requests for the materials described in this waiver request, for comparable projects?
32
HQ Review Checklist for Waiver Request Instructions: To be completed by EPA. Review all waiver requests using the questions in the checklist, and mark the appropriate box as Yes, No or N/A. Marks that fall inside the shaded boxes may be grounds for denying the waiver. If none of your review markings fall into a shaded box, the waiver is eligible for approval if it indicates that one or more of the following conditions applies to the domestic product for which the waiver is sought:
1. The iron and/or steel products are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality. 2. The inclusion of iron and/or steel products produced in the United States will increase the cost of the overall project by more than 25 percent.
Review Items Yes No N/A Comments
Cost Waiver Requests • Does the waiver request include the following information?
— Comparison of overall cost of project with domestic iron and steel products to overall cost of project with foreign iron and steel products
— Relevant excerpts from the bid documents used by the contractors to complete the comparison — A sufficient number of bid documents or pricing information from domestic sources to constitute a reasonable survey of the
market • Does the Total Domestic Project exceed the Total Foreign Project Cost by more than 25%?
Availability Waiver Requests • Does the waiver request include supporting documentation sufficient to show the availability, quantity, and/or quality of the iron
and/or steel product for which the waiver is requested? — Supplier information or other documentation indicating availability/delivery date for materials — Project schedule — Relevant excerpts from project plans, specifications, and permits indicating the required quantity and quality of materials
• Does supporting documentation provide sufficient evidence that the contractors made a reasonable effort to locate domestic suppliers of materials, such as a description of the process for identifying suppliers and a list of contacted suppliers?
• Based on the materials delivery/availability date indicated in the supporting documentation, will the materials be unavailable when they are needed according to the project schedule? (By item, list schedule date and domestic delivery quote date or other relevant information)
• Is EPA aware of any other evidence indicating the non-availability of the materials for which the waiver is requested? Examples include:
— Multiple waiver requests for the materials described in this waiver request, for comparable projects in the same State — Multiple waiver requests for the materials described in this waiver request, for comparable projects in other States — Correspondence with construction trade associations indicating the non-availability of the materials
• Are the available domestic materials indicated in the bid documents of inadequate quality compared those required by the project plans, specifications, and/or permits?
34
Sample Step Certification Letter
The following information is provided as a sample letter of step certification for AIS compliance. Documentation must be provided on company letterhead. Date Company Name Company Address City, State Zip Subject: Buy America Step Certification for Project (XXXXXXXXXXX) I, (company representative), certify that the (melting, bending, coating, galvanizing, cutting, etc.) process for (manufacturing or fabricating) the following products and/or materials shipped or provided for the subject project is in full compliance with the American Iron and Steel requirement as mandated in EPA’s State Revolving Fund Programs. Item, Products and/or Materials: 1. Xxxx 2. Xxxx 3. Xxxx
Such process took place at the following location:
If any of the above compliance statements change while providing material to this project we will immediately notify the prime contractor and the engineer. Signed by company representative
35
Sample Certification Letter The following information is provided as a sample letter of certification for AIS compliance. Documentation must be provided on company letterhead. Date Company Name Company Address City, State Zip Subject: Buy America Certification for Project (XXXXXXXXXXX) I, (company representative), certify that the following products and/or materials shipped/provided to the subject project are in full compliance with the American Iron and Steel requirement as mandated in EPA’s State Revolving Fund Programs. Item, Products and/or Materials: 1. Xxxx 2. Xxxx 3. Xxxx Such process took place at the following location: If any of the above compliance statements change while providing material to this project we will immediately notify the prime contractor and the engineer. Signed by company representative
36
DAVIS BACON PREVAILING WAGE REQUIREMENTS “Notwithstanding any other provision of law and in a manner consistent with other provisions in this Act, all laborers and mechanics employed by contractors and sub contractors on projects funded directly by or assisted in whole or in part by and through the Federal Government pursuant to this Act shall be paid wages at rates not less than those prevailing on projects of a character similar in the locality as determined by the Secretary of Labor in accordance with subchapter IV of chapter 31 of title 40, United States Code. With respect to the labor standards specified in this section, the Secretary of Labor shall have the authority and functions set forth in Reorganization Plan Numbered 14 of 1950 (64 Stat. 1267; 5 U.S.C. App.) and section 3145 of title 40, United States Code.” Federal Labor Standards Provisions (from 29 CFR 5.5) (a) (1) Minimum wages.
(i) All laborers and mechanics employed or working upon the site of the work will be paid
unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics.
Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (a)(1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph (a)(1)(ii) of this section) and the Davis-Bacon poster (WH–1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers.
(ii) (A) The contracting officer shall require that any class of laborers or mechanics,
including helpers, which is not listed in the wage determination and which is to be
37
employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met:
( 1 ) The work to be performed by the classification requested is not performed
by a classification in the wage determination; 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 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 30-day period that additional time is necessary.
(C) In the event the contractor, the laborers or mechanics to be employed in the
classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary.
(D) The wage rate (including fringe benefits where appropriate) determined pursuant
to paragraphs (a)(1)(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 not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof.
38
(iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program.
(2) Withholding. The project owner (the SRF loan recipient) or the Utah SRF Program shall
upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the project owner or the Utah SRF Program may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased.
(3) Payrolls and basic records.
(i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs.
39
(ii) (A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the project owner. Project owner will provide copies to the Utah SRF Program upon request. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee ( e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH–347 is available for this purpose from the US Department of Labor/Wage and Hour Division Web site at http://www.dol.gov/whd/programs/dbra/wh347.htm. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the project owner. Project owner shall provide such information, upon request, to the Utah SRF Program or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the project owner or other government agencies.
(B) Each payroll submitted shall be accompanied by a “Statement of Compliance,”
signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following:
( 1 ) That the payroll for the payroll period contains the information required to be
provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete;
( 2 ) That each laborer or mechanic (including each helper, apprentice, and trainee)
employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 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 in the applicable wage determination incorporated into the contract.
(C) The weekly submission of a properly executed certification set forth on the reverse
side of Optional Form WH–347 shall satisfy the requirement for submission of the “Statement of Compliance” required by paragraph (a)(3)(ii)(B) of this section.
40
(D) The falsification of any of the above certifications may subject the contractor or
subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code.
(iii)The contractor or subcontractor shall make the records required under paragraph
(a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the project owner, the Utah SRF Program, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12.
(4) Apprentices and trainees
(i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator
41
determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved.
(ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at
less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved.
(iii)Equal employment opportunity. The utilization of apprentices, trainees and journeymen
under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30.
(5) Compliance with Copeland Act requirements. The contractor shall comply with the
requirements of 29 CFR part 3, which are incorporated by reference in this contract. (6) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses
contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the project owner and/or the Utah SRF Program may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The
42
prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5.
(7) Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be
grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12.
(8) Compliance with Davis-Bacon and Related Act requirements. All rulings and
interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract.
(9) Disputes concerning labor standards. Disputes arising out of the labor standards provisions
of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives.
(10)Certification of eligibility.
(i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).
(ii) No part of this contract shall be subcontracted to any person or firm ineligible for award
of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).
(iii)The penalty for making false statements is prescribed in the U.S. Criminal Code, 18
U.S.C. 1001.
(b) Contract Work Hours and Safety Standards Act. As used in this paragraph, the terms 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 to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.
(2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of
the clause set forth in paragraph (b)(1) of this section the contractor and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract
43
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)(1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (b)(1) of this section.
(3) Withholding for unpaid wages and liquidated damages. The project owner or the Utah SRF
Program shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (b)(2) of this section.
(4) Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses
set forth in paragraph (b)(1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (b)(1) through (4) of this section.
Other related requirements and information
1. Based on 29 CFR 5.6(a)(3): Owner shall make such investigations as may be necessary to
assure compliance with the labor standards provisions and related statutes and regulations. Investigations shall be made with such frequency as may be necessary to assure compliance. Such investigations shall include interviews with employees, which shall be taken in confidence, and examinations of payroll data and evidence of registration and certification with respect to apprenticeship and training plans. In making such examinations, particular care shall be taken to determine the correctness of classifications and to determine whether there is a disproportionate employment of laborers and of apprentices or trainees registered in approved programs. Such investigations shall also include evidence of fringe benefit plans and payments thereunder. Complaints of alleged violations shall be given priority.
2. A brief summary of required Davis Bacon compliance checking activities by Owner:
• Make sure the Davis-Bacon poster and the wage determination are posted at the job site in a prominent and accessible place where both can be easily seen by the workers.
• Review the weekly payrolls for compliance with the requirements. • Interview employees to cross check the payrolls and to help ensure compliance with the
requirements.
44
3. The regulations do not require a specific interval and number of employee interviews; however, Owner shall make the interval and number of interviews commensurate with the size and complexity of the project so as to provide a reasonable check on Contractor's compliance.
4. The regulations do not require a specific interview format. Owner can use or adapt other
agencies' Davis-Bacon interview forms, such as the one provided by the US Department of Housing and Urban Development, form HUD-11, which can be found at http://www.hud.gov/offices/olr/olrform.cfm or Standard Form -1445 which can be found at http://www.gsa.gov/portal/forms/download/12BF5D0E2DC4484685256CBC0062F375.
5. Owner shall maintain the payrolls, interview records, and other compliance related records for
a minimum of three years after completion of the contract and shall provide them upon request to the Utah SRF Program or to applicable federal agencies.
6. Additional compliance information and assistance is available at
http://www.dol.gov/compliance/guide/dbra.htm and other related websites. 7. Following are the identifier codes used to reference the various craft unions. Examples of
classifications for which their local unions commonly negotiate wage and fringe benefit rates are shown in parentheses.
ASBE = International Association of Heat and Frost Insulators and Asbestos Workers BOIL = International Brotherhood of Boiler Makers, Iron Shipbuilders, Blacksmiths,
Forgers and Helpers BRXX = International Union of Bricklayers, and Allied Craftsmen (bricklayers, cement
masons, stone masons, tile, marble and terrazzo workers) CARP = United Brotherhood of Carpenters and Joiners of America (carpenter, millwright,
piledrivermen, soft floor layers, divers) ELEC = International Brotherhood of Electrical Workers (electricians, communication
systems installers, and other low voltage specialty workers) ELEV = International Union of Elevator Constructors ENGI = International Union of Operating Engineers (operators of various types of power
equipment) IRON = International Association of Bridge, Structural and Ornamental Iron Workers LABO = Laborers' International Union of North America
45
PAIN = International Brotherhood of Painters and Allied Trades (painters, drywall finishers, glaziers, soft floor layers)
PLAS = Operative Plasterers' and Cement Masons' International Association of the United
States and Canada (cement masons, plasterers) PLUM = United Association of Journeymen and Apprentices of the Plumbing and Pipe
Fitting Industry of the United States and Canada (plumbers, pipefitters, steamfitters, sprinkler fitters)
ROOF = United Union of Roofers, Waterproofers and Allied Workers SHEE = Sheet Metal Workers International Association SU.... = The "SU..." identifier is for rates derived from survey data where the union rate(s)
were not determined to be prevailing for the classification(s) listed. (The data reported for such a classification and used in computing the prevailing rate may have included both union and non-union wage data.) Note that various classifications, for which non-union rates have been determined to be prevailing, may be listed in alphabetical order under this identifier, which the computer places into the wage determination in alphabetical order, as listed here.
TEAM = International Brotherhood of Teamsters
46
47
48
Insert (in place of this page) the applicable Davis-Bacon Wage Decision. Current wage decisions for Utah are available at http://www.gpo.gov/davisbacon/UT.html. Use the wage decision that applies to the type of construction. Most water and sewer line projects are classified as "heavy." Treatment plants may be "heavy" or "building" or both, depending on circumstances. Notice further that the "heavy" classification is broken into two subcategory decisions, one for water and sewer main construction and one for plants. Water and sewer mains constructed in conjunction with a UDOT project may be "highway." Discuss with the SRF program if necessary, especially if multiple types seem to apply. We may need to consult EPA or the US Department of Labor in some cases. Check the wage decision(s) again right before going to bid to make sure you are using the most up to date decision(s) as they get updated regularly.
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility
Logan City Logan Regional WWTF
October 13, 2017
Attachment D
Preconstruction Services Contract
1
City of Logan
Preconstruction Services Contract
For Construction Manager/General Contractor Services
LOGAN REGIONAL WASTEWATER TREATMENT FACILITY
PROJECT NUMBER ______________
2
CITY OF LOGAN
Standard Contract Terms and Conditions for Professional Services
Project:
1. PARTIES: This agreement is made and entered into as of the day of , 2018, by and between the
City of Logan, a Utah municipal corporation, hereinafter referred to as the “CITY”, and , hereinafter
referred to as “CONTRACTOR”.
2. CONTRACT DOCUMENTS: This agreement incorporates by reference the Request for Proposal, which includes Insurance
and Bond Requirements, dated and the Proposal dated .
3. SCOPE OF WORK: CITY intends to construct the Logan Regional Wastewater Treatment Facility including a new 18 million
gallon per day (mgd) treatment facility that will replace the existing lagoon treatment system. CONTRACTOR has submitted a
proposal to provide Construction Manager/General Contractor (CM/GC) services.
CONTRACTOR agrees to furnish all services necessary to perform Preconstruction Services as called for in this Contract,
including the Preconstruction Services Scope of Work in Attachment A. The Contractor shall actively participate as a member of
the Project team with the Owner and the Engineer during the design and construction documents phases prior to construction. The
Contractor shall be responsible for providing necessary consulting expertise to the Owner to ensure that the program scope, the
construction budget and the Project schedule are met.
This Contract is solely for Preconstruction Services. In entering into this Contract, Owner and Contractor recognize that they may
not be able to negotiate a Guaranteed Maximum Price (GMP) for this project. Accordingly, Owner and Contractor are not relying
on the assumption that a CM/GC Contract will subsequently be signed. In the event Owner and Contractor do not successfully
negotiate a GMP for this project, this Contract will be terminated and Contractor will be paid the value of its Preconstruction
Services to the date of termination and will not be entitled to any other compensation, damages, loss of profits or payment of any
other kind.
4. AUTHORITY: Provisions of this contract (“Contract”) are pursuant to the authority set forth in Logan Municipal Code 3.04, and
related statutes which permit the City of Logan to purchase certain specified services, and other approved purchases for the City of
Logan.
5. CONTRACT JURISDICTION, CHOICE OF LAW, AND VENUE: The provisions of this Contract shall be governed by the
laws of the State of Utah. The parties will submit to the jurisdiction of the courts of the State of Utah for any dispute arising out of
this Contract or the breach thereof. Venue shall be in Logan, in the First Judicial District Court for Cache County.
6. LAWS AND REGULATIONS: The person or entity contracting with the City of Logan under this Contract (“Contractor”) and
any and all supplies, services, equipment, and construction furnished under this Contract will comply fully with all applicable
Federal, and State, and local laws, codes, rules, regulations, and ordinances, including applicable licensure and certification
requirements.
7. RECORDS ADMINISTRATION: The Contractor shall maintain, or supervise the maintenance of, all records necessary to
properly account for the payments made to the Contractor for costs authorized by this Contract. These records shall be retained by
the Contractor for at least four years after the Contract terminates, or until all audits initiated within the four years, have been
completed, whichever is later. The Contractor agrees to allow State and Federal auditors, and City of Logan staff, access to all the
records to this Contract, for audit and inspection, and monitoring of services. Such access will be during normal business hours,
or by appointment.
8. TIME: The Contractor shall complete the scope of services work in a manner to achieve any milestones identified in the
procurement documents related to this Contract and the attachments to this Contract. The full scope of services work shall be
completed by any applicable deadline stated in the solicitation.
9. TIME IS OF THE ESSENCE: For all work and services under this Contract, time is of the essence and Contractor shall be
liable for all damages to the City of Logan and anyone for whom the City of Logan may be liable, as a result of the failure to
timely complete the scope of work required under this Contract.
10. PAYMENT:
10.1 Owner will pay Contractor a lump sum amount of $ , excluding Utah State sales tax for such services. This
Preconstruction Services Contract Construction Manager/General Contractor Services for Logan Regional Wastewater Treatment
3
Facility. This Contract amount specifically includes all of the Contractor's direct and indirect costs arising out of or related to the
performance of the work identified in the Contract, including but not limited to profit, overhead, supervision, labor, supplies,
materials, equipment or use thereof, taxes, relocation costs, travel, communication, and office space. The Contractor shall submit
monthly invoices and will be paid monthly for satisfactorily completed work and services based on the actual percent complete
without markup, up to the lump sum total compensation set forth above. Any amount that exceeds the total compensation agreed to
will be at the Contractor's sole cost and expense, unless there are scope changes in the Preconstruction Services authorized by a
written amendment to this Contract.
10.2 Payments are normally made within 30 days following the date the order is delivered or the date a correct invoice is
received, whichever is later. After 60 days from the date a correct invoice is received by the appropriate City official, the
Contractor may assess interest on overdue, undisputed account charges up to a maximum of the interest rate paid by the IRS on
taxpayer refund claims, plus two percent, computed similarly as the requirements of Utah Code Annotated Section 15-6-3. The
IRS interest rate is adjusted quarterly, and is applied on a per annum basis, on the invoice amount that is overdue.
10.3 The contract total may be changed only by written amendment executed by authorized personnel of the parties. Unless
otherwise stated in the Contract, all payments to the Contractor will be remitted by mail or electronic funds transfer.
10.4 The acceptance by the Contractor of final payment without a written protest filed with the City of Logan within ten (10)
working days of receipt of final payment shall release the City of Logan from all claims and all liability to the Contractor for fees
and costs of the performance of the services pursuant to this Contract.
11. PROMPT PAYMENT DISCOUNT: Offeror may quote a prompt payment discount based upon early payment; however,
discounts offered for less than 30 days will not be considered in making the award. Contractor shall list Payment Discount Terms
on invoices. The date from which discount time is calculated will be the date a correct invoice is received or receipt of shipment,
whichever is later; except that if testing is performed, the date will be the date of acceptance of the merchandise.
12. RETAINAGE: The Owner shall withhold 5% of each payment to the Contractor under this Contract as retainage.
13. PREVAILING WAGES: The work of this Contract is subject to the payment of prevailing wages. The Contractor shall comply
with all applicable provisions of 29 CFR Parts 1, 3, and 5 concerning prevailing wages, shall provide the Owner with all
documents required therein, and shall pay not less than the prevailing rate of wage to such laborers, workers, or mechanics in each
trade or occupation required for the work whether performed by the Contractor, subcontractor, or other person doing or
contracting to do the whole or any part of the work subject to prevailing wages and contemplated by this Contract. The execution
date of this Contract shall be the effective date for any prevailing wages required to be paid under this Contract. In any case, the
Contractor shall not pay any person described herein less than the hourly minimum rate of wage.
14. CONTRACTOR STAFFING: Contractor agrees to provide all professional personnel necessary to perform the required
Preconstruction Services including the following individuals with the following time commitments who were named in the
Contractor's proposal submitted in response to the Owner's Request for Proposals for CM/GC Services for the Project. These key
personnel shall remain assigned for the duration of the Project unless otherwise agreed to in writing by the Owner. In the event the
Contractor proposes to substitute any of the key personnel designated below, the individual(s) proposed must demonstrate similar
qualifications and experience as required to successfully perform such duties. The Owner shall have the sole right to determine
whether key personnel proposed as substitutes are qualified to work on the Project. Owner shall not unreasonably withhold
approval of staff changes. The Contractor will remove from the Project any personnel assigned to the Project if, after the matter
has been thoroughly considered by the Owner and Contractor, the Owner considers such removal necessary and in the best interest
of the Project, and the Owner so notifies the Contractor in writing and allows a reasonable period of time for the transition to
different personnel.
Position Title Name of Individual Percentage of Time
Commitment
Corporate Executive
Project Manager
Project Superintendent
Project Engineer
Cost Estimator
Scheduler
Safety Officer
4
15. NO WAIVER: No payment, whether monthly or final, to the Contractor for any Project work shall constitute a waiver or release
by the Owner of any claims, rights, or remedies it may have against the Contractor under this Contract or by law, nor shall such
payment constitute a waiver, remission, or discharge by the Owner of any failure or fault of the Contractor to satisfactorily
perform the Project work as required under this Contract. Failure by Owner to require or enforce any provision of this Contract
shall not constitute a waiver or release by Owner of any rights or remedies, or to require contractual performance by Contractor.
16. CHANGES IN SCOPE: Any changes in the scope of the services to be performed under this Contract shall be in the form of a
written amendment to this Contract, mutually agreed to and signed by duly authorized representatives of both parties, specifying
any such changes, fee adjustments, any adjustment in time of performance, or any other significant factors arising from the
changes in the scope of services.
17. DOCUMENT OWNERSHIP: Contractor agrees that any work/services and all Deliverables prepared for City of Logan, to the
extent to which it is eligible under copyright law in any county, shall be deemed a work made for hire, such that all right, title and
interest in the work and Deliverables reside with the City of Logan. To the extent any work or Deliverable is deemed not to be,
for any reason whatsoever, work made for hire, Contractor agrees to assign and hereby assigns all right, title, and interest,
including but not limited to, copyright, patent, trademark, and trade secret, to such work and Deliverables, and all extensions and
renewals thereof, to the City of Logan. Contractor further agrees to provide all assistance reasonably requested by City of Logan
in the establishment, preservation and enforcement of its rights in such work and deliverables, or subsequent amendments or
modifications to such work and deliverables, without any additional compensation to Contractor. Contractor agrees to waive, and
hereby, to the extent permissible, waives, all rights relating to such work and deliverables, or subsequent amendments or
modifications to such work and deliverables, including without limitation any and all rights of identification of authorship and any
and all rights of approval, restriction or limitation on use.
18. CERTIFY REGISTRATION AND USE OF EMPLOYMENT "STATUS VERIFICATION SYSTEM”: The Status
Verification System, also referred to as “E-verify,” only applies to contracts issued through a Request for Proposal process, and to
sole sources that are included within a Request for Proposal. It does not apply to Invitation to Bids nor to the Multi-Step Process.
18.1 Status Verification System
(1) Contractor certifies as to its own entity, under penalty of perjury, that the named Contractor has registered and is participating
in the Status Verification System to verify the work eligibility status of the Contractor’s new employees that are employed in the
State of Utah in accordance with applicable immigration laws including Utah Code Ann. Section 63G-12-302.
(2) The Contractor shall require that the following provision be placed in each subcontract at every tier: “The subcontractor shall
certify to the main (prime or general) contractor by affidavit that the subcontractor has verified through the Status Verification
System the employment status of each new employee of the respective subcontractor, all in accordance with applicable
immigration laws including Utah Code Ann. Section 63G-12-302 and to comply with all applicable employee status verification
laws. Such affidavit must be provided prior to the notice to proceed for the subcontractor to perform the work.”
(3) The City of Logan will not consider a proposal for award, nor will it make any award, where there has not been compliance
with this Section.
(4) Manually or electronically signing the Proposal is deemed the Contractor’s certification of compliance with all provisions of
this employment status verification certification required by all applicable status verification laws, including Utah Code Ann.
Section 63G-12-302.
18.2 Indemnity Clause for Status Verification System
Contractor (includes, but is not limited to any Contractor or Consultant) shall protect, indemnify and hold harmless, the City of
Logan and its officers, employees, agents, representatives and anyone that the City of Logan may be liable for, against any claim,
damages or liability arising out of or resulting from violations of the above Status Verification System Section whether violated by
employees, agents, or contractors of the following: (a) Contractor; (b) Contractor’s subcontractor or subconsultant at any tier;
and/or (c) any entity or person for whom the Contractor or Subcontractor may be liable.
19. CONFLICT OF INTEREST: Contractor represents that none of its officers or employees are officers or employees of the City
of Logan, unless disclosure has been made. Contractor also represents that it has no conflict of interest in performing the services
for the City of Logan under this Contract, unless such conflict of interest has been disclosed to the City of Logan and approval to
proceed, notwithstanding the conflict, has been obtained from the City of Logan in writing.
20. CONTRACTOR AN INDEPENDENT CONTRACTOR: The Contractor shall be an independent contractor, and as such, shall
have no authorization, express or implied, to bind the City of Logan to any agreements, settlements, liability, or understanding
whatsoever, and agrees not to perform any acts as agent for the City of Logan, except as herein expressly set forth. Compensation
stated herein shall be the total amount payable to the Contractor by the City of Logan. The Contractor shall be responsible for the
payment of all income tax and Social Security amounts due as a result of payments received from the City of Logan for these
5
Contract services. Persons employed by the City of Logan and acting under the direction of the City of Logan shall not be deemed
to be employees or agents of the Contractor.
21. INDEMNITY CLAUSE: The Contractor agrees to indemnify, save harmless, and release the City of Logan, and all its officers,
agents, volunteers, and employees from and against any and all claims, loss, damages, injury, liability, suits, and proceedings
arising out of the performance of this Contract which are caused in whole or in part by the acts or negligence of (a) the Contractor,
(b) the Contractor’s officers, agents, volunteers, or employees, (c) the Contractor’s subcontractors or subconsultants at any tier, or
(d) anyone for whom Contractor may be liable but not for claims arising from the City of Logan's sole negligence. The parties
agree that if there are any Limitations of the Contractor’s Liability, including a limitation of liability for anyone for whom the
Contractor is responsible, such Limitations of Liability will not apply to injuries to persons, including death, or to damages to
property.
22. EMPLOYMENT PRACTICES CLAUSE: The Contractor agrees to abide by the provisions of Title VI and VII of the Civil
Rights Act of 1964 (42 USC 2000e) which prohibits discrimination against any employee or applicant for employment or any
applicant or recipient of services, on the basis of race, religion, color, or national origin; and further agrees to abide by Executive
Order No. 11246, as amended, which prohibits discrimination on the basis of sex; 45 CFR 90 which prohibits discrimination on
the basis of age; and Section 504 of the Rehabilitation Act of 1973, or the Americans with Disabilities Act of 1990 which
prohibits discrimination on the basis of disabilities. Also, the Contractor agrees to abide by Utah's Executive Order, dated
December 13, 2006, which prohibits sexual harassment in the work place. Contractor also agrees to abide by any laws and
policies of the City of Logan regarding any of the above mentioned prohibitions in this paragraph.
23. PERFORMANCE EVALUATION: The City of Logan may conduct a performance evaluation of the Contractor’s services,
including specific personnel of the Contractor. References in the Contract to Contractor shall include Contractor, Contractor’s
subcontractors, or subconsultants at any tier, if any. Results of any evaluation will be made available to the Contractor.
24. WAIVERS: No waiver by the City of Logan or Contractor of any default shall constitute a waiver of the same default at a later
time or of a different default.
25. SEPARABILITY CLAUSE: A declaration by any court, or any other binding legal authority, that any provision of this Contract
is illegal and void shall not affect the legality and enforceability of any other provision of this Contract, unless the provisions are
mutually dependent.
26. RENEGOTIATION OR MODIFICATIONS: This Contract may be amended, modified, or supplemented only by written
amendment to this Contract, executed by authorized persons of the parties hereto, and attached to the original signed copy of this
Contract. Automatic renewals will not apply to this Contract.
27. SUSPENSION/DEBARMENT: The Contractor certifies that neither it nor its principals are presently or have ever been
debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction
(Contract), by any governmental department or agency in the United States, including any federal, state or local agency. If the
Contractor cannot certify this statement, attach a written explanation for review by the City of Logan. The Contractor must notify
the Purchasing Agent within 30 days if suspended or debarred by any governmental entity during the Contract period.
28. TERMINATION:
28.1 Unless otherwise stated in the Additional Terms and Conditions of the City of Logan, if applicable, this Contract may be
terminated, with cause by either party, in advance of the specified termination date, upon written notice being given by the other
party. The party in violation will be given ten (10) working days after notification to correct and cease the violations, after which
this Contract may be terminated for cause. This Contract may be terminated without cause, in advance of the specified expiration
date, by either party, upon sixty (60) days prior written notice being given to the other party. On termination of this Contract, all
accounts and payments will be processed according to the financial arrangements set forth herein for approved services rendered
to date of termination.
28.2 In the event of such termination, the Contractor shall be compensated for services properly performed under this Contract
up to the effective date of the notice of termination. The Contractor agrees that in the event of such termination for cause or
without cause, Contractor’s sole remedy and monetary recovery from the City of Logan is limited to full payment for all work
properly performed as authorized under this Contract up to the date of termination as well as any reasonable monies owed as a
result of the Contractor having to terminate contracts necessarily and appropriately entered into by the Contractor pursuant to this
Contract. Contractor further acknowledges that in the event of such termination, all work product, which includes but is not
6
limited to all manuals, forms, contracts, schedules, reports, and any and all documents produced by Contractor under this Contract
up to the date of termination are the property of the City of Logan and shall be promptly delivered to the City of Logan.
29. INSURANCE:
29.1 To protect against liability, loss and/or expense in connection with the performance of services described under this
Contract, the Contractor shall obtain and maintain in force during the entire period of this Contract without interruption, at its own
expense, insurance as shown in Attachment B from insurance companies authorized to do business in the State of Utah and with an
A.M. Best rating as approved by the City of Logan Risk Manager.
29.2 The following are minimum coverages that may be supplemented by additional requirements contained in the solicitation
for this Contract or provided in an Attachment to this Contract:
(1) Worker’s Compensation Insurance and Employers’ Liability Insurance. Worker’s compensation insurance shall cover full
liability under the worker’s compensation laws of the jurisdiction in which the service is performed at the statutory limits required
by said jurisdiction.
(2) Professional liability insurance in the amount as described in the solicitation for this Contract, if applicable.
(3) Any other insurance described in the solicitation for this Contract, if applicable.
29.3 Any type of insurance or any increase of limits of liability not described in this Contract which the Contractor requires for
its own protection or on account of any statute, rule, or regulation shall be its own responsibility, and shall be provided at
Contractor’s own expense.
29.4 The carrying of insurance required by this Contract shall not be interpreted as relieving the Contractor of any other
responsibility or liability under this Contract or any applicable law, statute, rule, regulation, or order.
30. STANDARD OF CARE: The services of Contractor and its subcontractors and subconsultants at any tier, if any, shall be
performed in accordance with the standard of care exercised by licensed members of their respective professions having
substantial experience providing similar services which similarities include the type, magnitude and complexity of the services that
are the subject of this Contract. The Contractor shall be liable to the City of Logan for claims, liabilities, additional burdens,
penalties, damages or third party claims (i.e. another Contractor’s claim against the City of Logan), to the extent caused by
wrongful acts, errors or omissions that do not meet this standard of care.
31. CITY OF LOGAN REVIEWS, LIMITATIONS: The right of the City of Logan to perform plan checks, plan reviews, other
reviews and/or comment upon the services of the Contractor, as well as any approval by the City of Logan, shall not be construed
as relieving the Contractor from its professional and legal responsibility for services required under this Contract. No review by
the City of Logan or any entity/user, approval or acceptance, or payment for any of the services required under this Contract shall
be construed to operate as a waiver by the City of Logan of any right under this Contract or of any cause of action arising out of
the performance or nonperformance of this Contract, and the Contractor shall be and remain liable to the City of Logan in
accordance with applicable law for all damages to the City of Logan caused by the wrongful acts, errors and/or omissions of the
Contractor or its subcontractors or subconsultants at any tier, if any.
32. NONAPPROPRIATION OF FUNDS: The Contractor acknowledges that the City of Logan cannot contract for the payment of
funds not yet appropriated by the City Council. If the Council does not appropriate funds for paying the City of Logan’s
obligations on this Contract, or if funding to the City of Logan is reduced due to an order by the Mayor, or is required by State
law, or if Federal funding (when applicable) is not provided, the City of Logan may terminate this Contract or proportionately
reduce the services and purchase obligations and the amount due from the City of Logan upon 30 days written notice to
Contractor. If this Contract is terminated, or services and purchase obligations are reduced due to nonappropriation of funds or
reduction in funding, as described in the preceding sentence, the City of Logan will pay Contractor for services properly
performed, and will reimburse Contractor for expenses incurred, as authorized under this Contract, through the date of
cancellation or reduction, and this payment shall be Contractor’s sole remedy, and the City of Logan will not be liable for any
future commitments, penalties, or liquidated damages.
33. SALES TAX EXEMPTION: The City of Logan’s sales and use tax exemption number is 12238772-002-STC. The tangible
personal property or services being purchased are being paid from City of Logan funds and used in the exercise of that entity’s
essential functions.
34. PUBLIC INFORMATION: Contractor agrees that this Contract, related sales orders, and invoices shall be public documents,
and shall be available for distribution. Contractor gives the City of Logan express permission to make copies of this Contract,
related sales orders, and invoices in accordance with the State of Utah Government Records Access and Management Act
7
(GRAMA). Contractor also agrees that the Contractor’s response to the solicitation, if applicable, will be a public document, and
copies may be given to the public under GRAMA laws. This permission to make copies as noted will take precedence over any
statements of confidentiality, proprietary information, copyright information, or similar notation.
35. PATENTS, COPYRIGHTS, ETC.: The Contractor will release, indemnify and hold the City of Logan, its officers, agents and
employees harmless from liability of any kind or nature, including the Contractor's use of any copyrighted or un-copyrighted
composition, secret process, patented or un-patented invention, article or appliance furnished or used in the performance of this
Contract.
36. ASSIGNMENT/SUBCONTRACT: Contractor will not assign, sell, transfer, subcontract or sublet rights, or delegate
responsibilities under this Contract, in whole or in part, without the prior written approval of the City of Logan.
37. DEFAULT AND REMEDIES:
37.1 Any of the following events will constitute cause for the City of Logan to declare Contractor in default of this Contract:
(1) Nonperformance of contractual requirements; or
(2) A material breach of any term or condition of this Contract.
37.2 Should Contractor be in default under any of the provisions under Subsection 32.1 above, the City of Logan will issue a
written notice of default providing a ten (10) day period in which Contractor will have an opportunity to cure. Time allowed for
cure will not diminish or eliminate Contractor's liability for damages. If the default remains after Contractor has been provided the
opportunity to cure, the City of Logan may do one or more of the following: (1) Exercise any remedy provided by law; (2)
Terminate this Contract and any related contracts or portions thereof; (3) Impose liquidated damages, if liquidated damages are
listed in the Contract; or (4) Suspend Contractor from receiving future solicitations.
38. FORCE MAJEURE: Neither party to this Contract will be held responsible for delay or default caused by fire, riot, acts of God
and/or war which is beyond that party's reasonable control. The City of Logan may terminate this Contract after determining such
delay or default will reasonably prevent successful performance of this Contract.
39. PROCUREMENT ETHICS: The Contractor understands that a person who is interested in any way in the sale of any supplies,
services, construction, or insurance to the City of Logan is violating the law if the person gives or offers to give any compensation,
gratuity, contribution, loan or reward, or any promise thereof to any person acting as a procurement officer on behalf of the City of
Logan, or who in any official capacity participates in the procurement of such supplies, services, construction, or insurance,
whether it is given for their own use or for the use or benefit of any other person or organization.
40. CONFLICT OF TERMS: In order for any terms and conditions of the Contractor to apply to this Contract, they must be in
writing and attached to this Contract. No other terms and conditions of the Contractor will apply to this Contract, including terms
listed or referenced on a Contractor’s website, terms listed in a Contractor quotation/sales order, etc.
41. ENTIRE CONTRACT: This Contract including all attachments and documents incorporated hereunder, and the related City of
Logan solicitation documents, if any, constitutes the entire Contract between the parties with respect to the subject matter, and
supersedes any and all other prior and contemporaneous agreements and understandings between the parties, whether oral or
written. The terms of this Contract shall supersede any additional or conflicting terms or provisions that may be set forth or
printed on the Contractor’s work plans, cost estimate forms, receiving tickets, invoices, or any other related standard forms or
documents of the Contractor that may subsequently be used to implement, record, or invoice services hereunder from time to time,
even if such standard forms or documents have been signed or initialed by a representative of the City of Logan. The parties agree
that the terms of this Contract shall prevail in any dispute between the terms of this Contract and the terms printed on any such
standard forms or documents, and such standard forms or documents shall not be considered written amendments of this Contract.
42. DISPUTE RESOLUTION: In the event of any dispute under this Contract prior to any filing in any judicial proceedings, the
parties agree to participate in good faith in the mediation of the dispute. The City of Logan, after consultation with the Contractor,
may appoint an expert or panel of experts to assist in the resolution of the dispute. If the City of Logan appoints such an expert or
panel, City of Logan and Contractor agree to cooperate in good faith in providing information and documents to the expert or
panel in an effort to resolve the dispute.
43. ATTACHMENTS: The following documents, whether attached hereto or not, are hereby incorporated by reference and made a
part of this Contract, as if set forth herein in full:
Attachment A: Preconstruction Services Scope of Work
Attachment B: Insurance Requirements
8
Attachment C: Prevailing Wage Rates for Cache County
OWNER: CONTRACTOR:
City of Logan
By: By:
Attest: Attest:
Address for giving notices: Address for giving notices:
290 North 100 West
Logan UT 84321
END OF DOCUMENT
9
Attachment A Preconstruction Services Scope of Work
10
Attachment B Insurance Requirements
CITY OF LOGANINSURANCE AND BOND REQUIREMENTS
FOR: Logan Regional Wastewater Treatment Plant Construction October 2017
The Contracting party shall procure and maintain for the duration of the contract insurance and bonds against claims or liability which arises out of or in connection with the performance of the work hereunder by the Contracting party, his agents, representatives, employees or subcontractors. The cost of such insurance and bonds shall be included in the Contracting party's bid or proposal.
A. MINIMUM LIMITS OF INSURANCE
Contracting party shall maintain limits not less than:
1. GENERAL LIABILITY: $4,000,000 combined single limit per occurrence, personalinjury and property damage, $5,000,000 aggregate. Broad Form Commercial General Liability is required. (ISO 1993 or better) to include Products - Comp/OP aggregate of $5,000,000. Limits to apply to this project individually.
2. PROFESSIONAL LIABILITY: Not applicable to this project.
3. AUTOMOBILE LIABILITY: $2,000,000 per occurrence. "Any Auto" coverage isrequired.
4. WORKERS' COMPENSATION and EMPLOYERS LIABILITY: Workers'Compensation statutory limits as required by the Workers Compensation Act of the State of Utah and Employers Liability limits at a minimum of $100,000 per occurrence.
5. PAYMENT and PERFORMANCE BONDS: Contracting party shall provide paymentand performance bonds in a form acceptable to the City and in the full amount of the contract.
B. DEDUCTIBLES AND SELF-INSURED RETENTIONS
Any deductibles or self-insured retention exceeding 5% of the policy limits must be declared to and approved by Logan City. At the option of Logan City, either (1) the insurer may be required to reduce or eliminate such deductibles or self-insured retention as respects Logan City, its officers, officials and employees; or (2) the Contracting party may be required to procure a bond guaranteeing payment of losses and related investigations, claim distribution and defense expenses.
C. NOTICE OF INCIDENT OR ACCIDENT
Contracting party shall agree to promptly disclose to Logan City, all incidents or occurrences of accident, injury, and/or property damage covered by the insurance policy or policies.
D. OTHER INSURANCE PROVISIONS
The policies are to contain, or be endorsed to contain, the following provisions:
I. General Liability and Automobile Liability Coverages
A. Logan City, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of the contracting party; products and completed operations of the Contracting party; premises owned, leased, hired or borrowed by the Contracting party. The coverage shall contain no special limitations on the scope of protection afforded to Logan City, its officers, officials, employees or volunteers.
B. The Contracting party's insurance coverage shall be a primary insurance as respects to Logan City, its officers, officials, employees and volunteers. Any insurance or self-insurance maintained by Logan City, its officers, officials, employees or volunteers shall be in excess of the Contracting party's insurance and shall not contribute with it.
C. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to Logan City, its officers, officials, employees or volunteers.
D. The Contracting party's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability.
E. ACCEPTABILITY OF INSURERS
Insurance and bonds are to be placed with insurers admitted in the State of Utah with an A. M. Best rating of not less than A-: IX, and in the limits as listed in this document, unless approved by the City’s Risk Manager, or his designee, a minimum of five (5) business days before bid or proposal deadline.
F. VERIFICATION OF COVERAGE
Contracting party shall furnish Logan City with certificates of insurance and with original endorsements effecting coverage required by this clause. The certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be on forms acceptable to Logan City before work commences. Logan City reserves the right to require complete, certified copies of all required insurance policies, with all endorsements, at any time.
G. SUBCONTRACTORS
Contracting party shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein.
11
Attachment C Prevailing Wage Rates for Cache County
REQUEST FOR PROPOSALS Construction Manager/General Contractor Services for
Logan Regional Wastewater Treatment Facility
Logan City Logan Regional WWTF
October 13, 2017
Attachment E
CM/GC Construction Contract
CONTRACT FOR CONSTRUCTION
This Contract is by and between The City of Logan (hereinafter called the OWNER)
and (hereinafter called CM/GC)
OWNER and CM/GC, in consideration of the mutual covenants hereinafter set forth, agree as
follows:
ARTICLE 1 – THE PROJECT
1.01 The Project for which the Work under the Contract Documents shall apply is generally
described as follows:
A. The construction of the Logan Regional Wastewater Treatment Facility (LRWWTF) that
will be a new 18 million gallon per day (mgd) treatment facility that will replace the
existing lagoon treatment system. The lagoons must remain in operation during the
construction of the new treatment facility.
B. The 18 mgd LRWWTF will include a new pump station located at the headworks (Process
Area 10) of the existing lagoons. Wastewater will be pumped approximately 1 mile to the
new treatment plant site located on the south side of the lagoons.
C. The facilities to be constructed on the new site include but are not limited to the following:
1. A new Headworks with screening and grit removal (Process Area 20).
2. Three new Bioreactors (Process Area 40).
3. Four new Clarifiers (Process Area 50).
4. New UV Disinfection Building (Process Area 60).
5. Return Activated Sludge (RAS) Building with BioMag feed/recovery (Process Area
70).
6. New Dewatering Building (Process Area 80).
7. New Solids Holding Tank (Process Area 85).
8. New Operations Building (Process Area 90).
9. Bioreactor Electrical Building (Process Area 96).
10. Generator Switchgear Building (Process Area 98).
D. The project includes excavation, grading, paving, yard piping, mechanical, electrical,
instrumentation and controls, and other ancillary items to make a complete and functioning
wastewater treatment plant.
ARTICLE 2 – WORK
2.01 CM/GC shall complete all Work as specified or indicated in the Contract Documents for
completion of the project. The CM/GC will work collaboratively and proactively with the
Owner and Engineer in a manner which supports the Owner's efforts to keep costs within the
Owner's budget. The CM/GC shall provide Construction Management (CM) services
throughout the Project, from contract execution through construction and shall closely
coordinate such work with the Owner. The CM/GC shall provide CM services, including but
not limited to: a) assistance in identifying safe work practices and requirements for
construction; b) assessing and recommending site logistics requirements; c) recommending
phasing, sequencing of work and construction scheduling; d) providing cost-estimating as
needed to support changes to the Work; e) assessing alternative construction options for cost
savings; g) identifying products for Value Engineering (VE) and engineering systems for life-
cycle cost considerations and recommending all work necessary to support their
implementation. These services were included as part of the Preconstruction Services Contract
and shall continue during construction. In addition, the CM/GC shall work with local labor and
subcontracting markets to generate viable and competitive pricing through effective packaging
of subcontract bid opportunities and reaching out to subcontractors encouraging them to bid.
The CM/GC shall provide full general contracting services for construction of the Project in
accordance with the requirements of the Contract Documents, except to the extent work is
specifically indicated in the Contract Documents to be the responsibility of others.
2.02 Prior to execution of this Contract, the Parties entered into a Preconstruction Services Contract.
This Contract shall not include those activities included in the Preconstruction Services
Contract. Any compensation paid under the Preconstruction Services Contract shall be paid in
accordance with that Contract.
2.03 During construction, the CM/GC shall provide all services required of a general contractor and
construction manager to execute the Work. Some details of CM/GC's work are provided below
but this list shall in no way limit the CM/GC's overall duty to provide CM/GC services.
A. Meetings and Tours: The CM/GC shall conduct weekly Construction Progress Meetings
and provide all schedules, logs and other information of construction activities to support
the meeting. The Owner will record and distribute meeting minutes for those meetings. The
CM/GC shall also conduct separate weekly safety and Subcontractor meeting(s) and
maintain minutes for those meetings. Upon advanced notice, the CM/GC shall conduct site
tours for the Owner and other officials as required.
B. Superintendence/Coordination: The CM/GC shall be responsible for superintendence,
providing ongoing coordination between crafts, job site safety, housekeeping, quality
control, settling disputes between Subcontractors, negotiating any Change Orders with the
Subcontractors (Owner expects the CM/GC to negotiate with Subcontractors but reserves
the right to reject any Subcontractor proposal), negotiating Change Orders with the Owner,
reviewing, coordinating and forwarding submittals, substitution requests, and Requests for
Information (RFIs) to the Owner's Representative for action, and for managing efforts
required for any procurement activities that arise from a Subcontractor's inability or
unwillingness to perform.
C. Planning and Layout: The CM/GC shall be responsible for the planning and layout of the
Work, and for the coordination of layout work provided by separate trades for their own
work, to insure that no conflict exists with the work of other trades.
D. Staffing: The CM/GC shall provide sufficient staff of project managers, project engineers,
superintendents, surveyors, Health and Safety Officers, QC representatives, testing
engineers, scheduling engineers, cost engineers, clerical and accounting personnel, etc., to
ensure that:
1. The work is executed in accordance with the CM/GC's schedule and plan developed
during preconstruction and negotiation of the GMP.
2. Submittals are reviewed for completeness and forwarded to the Owner's Representative
within five (5) days of receipt.
3. RFIs are reviewed and forwarded to the Owner's Representative as expeditiously as
possible to not cause delay to the Project.
4. Replies to correspondence from Subcontractor, Owner, and other outside agencies are
provided within seven (7) calendar days.
5. Change Order Proposals are submitted to the Owner within fifteen (15) calendar days of
the receipt by the CM/GC of the Subcontractor's proposal; only changes negotiated
between CM/GC and Subcontractor are acceptable.
6. For a minimum of ninety (90) calendar days after Substantial Completion or until Final
Completion is achieved, whichever is later, provide adequate qualified on-site staff that
is authorized to act on behalf of the CM/GC to coordinate and insure that any
outstanding work items, punch lists, testing and commissioning are completed, at no
additional cost to the Owner.
7. All requirements of the Contract Documents are satisfied.
E. Inspections: Special inspections required by the appropriate building officials and
regulatory agencies will be provided by the Owner per Division 01 of the Specifications.
The CM/GC shall be responsible to ensure that the Owner's inspectors are given notice and
are afforded timely and appropriate access to the Work to make their inspections.
F. Permits: Refer to General Conditions Article 7.08.
G. Certificate of Occupancy: The CM/GC shall obtain the Certificate of Occupancy necessary
for the Owner to take beneficial occupancy of the Project site or any partially completed
portion of the Project site. The coordination for obtaining the Certificate of Occupancy is a
Specified General Condition Cost.
ARTICLE 3 – RELATIONSHIP OF THE PARTIES
3.01 General:
A. The CM/GC accepts the relationship of trust and confidence established by this Contract
and covenants with the Owner to cooperate with the Owner and Engineer through every
Phase of the Work and utilize the CM/GC's best skill, efforts and judgment in furthering
the interests of the Owner; to furnish efficient business administration and supervision;
to make best efforts to furnish at all times an adequate supply of workers and materials;
and to perform the Work in the best way and most expeditious and economical manner
consistent with the interests of the Owner. The CM/GC recognizes that the Owner has a
separate agreement with the Engineer to design the Project and to provide certain
construction administration services necessary to ensure that the construction is in
accordance with the Contract Documents. The CM/GC further recognizes that in order
for the Project to be completed on time and within budget the CM/GC and the Engineer
and the Owner will have to closely cooperate on a regular basis to revise plans,
Drawings, Specifications, materials, methods, estimates, schedules, and budgets as
necessary to meet the Owner's financial constraints.
3.02 Partnering:
A. The Owner and CM/GC agree to utilize the "partnering" concept for this Project.
Partnering emphasizes a cooperative approach to problem solving involving all key
parties to the Project: Owner, Engineer, CM/GC and principal Subcontractors.
B. One workshop to define partnering relationships will be scheduled not to exceed one day
or as mutually agreed. The Owner, Engineer, CM/GC, and principal Subcontractors
when known, shall participate in a partnering session. Principal Subcontractors should
include: electrical, mechanical, and others as the CM/GC and Owner jointly agree are
appropriate. The purpose of the partnering workshop shall be:
1. To establish mutual understanding of partnering concepts;
2 To develop the mission statement and goals for the Project for all parties;
3 To develop a process so that critical issues can be quickly resolved.
C. The Owner shall be responsible for arranging for and providing the facilities, facilitator,
and any materials for the workshop. The CM/GC shall pay one-third (1/3) of the costs for
the facilitator and facilities not-to-exceed Two Thousand Dollars ($2,000.00), as a
Specified General Conditions cost. The CM/GC shall ensure that key Project personnel
attend and participate in the workshop. The cost of attendance at the workshop by the
CM/GC's key personnel shall be a Specified General Conditions cost.
D. At the conclusion of the workshop, it is anticipated that a definitive working arrangement
for partnering will be agreed upon and committed to in writing by the participants. Parties
may withdraw from the partnering arrangement upon written notice to the others. Should
the partnering arrangement be terminated, claims or disputes settled or changes approved
during the existence of the partnering arrangement shall not be affected.
ARTICLE 4 – ENGINEER
4.01 The ENGINEER, unless otherwise indicated in the Contract Documents, shall be Carollo
Engineers.
ARTICLE 5 – CONTRACT TIMES
5.01 Time of the Essence:
A. All time limits for Milestones, if any, Substantial Completion, and completion and
readiness for final payment as stated in the Contract Documents are of the essence of the
Contract.
5.02 Date of Commencement:
A. The date of commencement for the work included herein shall be by a Notice to Proceed
letter to the CM/GC specifying the authorized work. Any work performed prior to issuance
of the Notice to Proceed shall be at the CM/GC's sole risk and expense.
5.03 Dates for Substantial Completion and Final Payment:
A. The Work will be substantially completed on or before October 31, 2021 and Final
Completion no later than 90 days following Substantial Completion and ready for final
payment in accordance with the General Conditions.
5.04 Liquidated Damages:
A. CM/GC and OWNER recognize that time is of the essence of this Agreement and the
OWNER will suffer financial loss if the Work is not completed within the times specified
in paragraph 5.03, plus any extensions thereof allowed in accordance with the General
Conditions. The parties also recognize that it will be impracticable to determine actual
damages which OWNER will sustain in the event of or by reason of the delay.
Accordingly, instead of requiring any such proof, OWNER and CM/GC agree that as
liquidated damages for delay (but not as a penalty) CM/GC shall pay OWNER $1,000.00
for each day that expires after the specified time in paragraph 5.03 for substantial
completion until the Work is substantially complete. After substantial completion, if
CM/GC shall neglect, refuse, or fail to complete the remaining Work within the contract
time or any proper extension thereof granted by OWNER, CM/GC shall pay OWNER
$1,000.00 for each day that expires after the time specified in paragraph 5.03 for
completion and readiness for the final payment until the Work is completed and ready for
final payment. It is further agreed that the amount stipulated for liquidated damages per
day of delay is a reasonable estimate of the damages that would be sustained by OWNER,
and CM/GC agrees to pay such liquidated damages as herein provided. In case the
liquidated damages are not paid, CM/GC agrees that OWNER may deduct the amount
thereof from any money due or that may become due to CM/GC by progress payments or
otherwise under the Agreement, or if said amount is not sufficient, recover the total
amount.
ARTICLE 6 – CONTRACT PRICE
6.01 OWNER shall pay CM/GC for completion of the Work in accordance with the Contract
Documents an amount in current funds equal to the sum of the amounts determined below:
Percent Fee of the GMP (_____%) $__________________________
Fixed Amount for Specified General Conditions $__________________________
Guaranteed Maximum Price (GMP) $__________________________
Total for Subcontract Costs: $________________
Negotiated Support Services $________________
Risk Contingency Account: $________________
Total Contract Cost (TCC):
$
(use words) (use figures)
6.02 If the Work cannot be completed for the agreed Guaranteed Maximum Price (GMP), excepting
increases due to Owner directed changes, regulatory changes, design errors or omissions, or
unforeseen site conditions, any and all additional costs shall be the sole responsibility of the
CM/GC and CM/GC hereby assumes liability for such costs without reimbursement by the
Owner.
6.03 The GMP, as part of the Total Contract Cost (TCC), has been mutually negotiated and agreed to
by the Parties. The CM/GC agrees that the Project is adequately defined, that Construction
Documents are complete, and has determined that the Project is sufficiently clear and
understandable for the CM/GC to agree to the TCC in this Contract.
6.04 The Total Contract Cost was determined in part through a negotiation of the GMP conducted
prior to execution of this Contract. The CM/GC will not be reimbursed for GMP negotiations
work.
6.05 The CM/GC shall be responsible for: a.) all costs related to Subcontractor claims or charges that
result from mistakes or omissions in the subcontract buyout; b.) coordination errors and
coordination omissions related to the shop drawings and submittals defined in Division 01 of
the specifications, c.) interference between Subcontractor and the CM/GC; and d.) interference
between Subcontractors and other Subcontractors.
6.06 A Risk Contingency Account has been established in the amount of 2.5% of the Total for
Subcontract Costs. The Risk Contingency Account is included in the GMP. The CM/GC may
utilize the Risk Contingency Account established herein to pay for coordination items for which
it is responsible, as defined in Section 6.05 herein, except that the CM/GC may not use the Risk
Contingency Account for items that are defined as Percent Fee or as Specified General
Conditions. The CM/GC's use of the Risk Contingency Account must be approved in writing in
advance by the Owner. The CM/GC shall provide the Owner monthly updates on the use of the
Risk Contingency Account. Any funds remaining in the Risk Contingency Account shall be
returned to the Owner with the corresponding Percent Fee.
6.07 As part of the GMP negotiations the CM/GC has provided a complete cost estimate dated
_________________________. This estimate is incorporated herein by reference as part of this
Contract as though fully included herein.
6.08 The costs for items identified as Negotiated Support Services are included in the GMP and
specifically identified as the Negotiated Support Services costs to be reimbursed by the Owner
on a direct cost basis, based upon the schedule and duration identified in Section 5.03 herein,
and/or paid as a lump sum based upon the percent complete. A detailed breakdown of the
agreed upon Negotiated Support Services is included in the CM/GC's complete cost estimate.
The costs for management required to administer the Negotiated Support Services Work shall
be included in the Fixed Amount for Specified General Conditions.
6.09 Upon execution of this Contract, the CM/GC shall submit to the Owner a Subcontract Plan
developed under the Preconstruction Services Contract and during GMP negotiations preceding
the execution of this Contract, in a format satisfactory to the Owner, outlining the Subcontract
packages and procurement schedule for each package the CM/GC intends to prepare to execute
the Project. The Subcontract Plan shall include a statement regarding the work the CM/GC
intends to bid on to self-perform and an affidavit stipulating that such work is customarily
performed by the CM/GC.
6.10 Percent Fee and Specified General Conditions:
A. The CM/GC submitted a Percent Fee percentage and a Percent Fee dollar amount on the
Final Proposal Form based on the estimated GMP. The actual Percent Fee amount of the
GMP stated in Section 5.01 of this Contract is a set dollar amount calculated by
multiplying the proposed Percent Fee percentage by the actual negotiated GMP. The
Percent Fee amount shall be adjusted based on deductive or additive change orders by
multiplying the proposed fee percentage by the actual amount of the change order. The
Percent Fee shall cover the following:
1. All profit of the CM/GC for this Project.
2 All regional and home office overhead expenses, including labor and materials,
travel, phone, facsimile, postage, and other incidental office expenses attributed to
work on this Project that is not specifically identified in the Specified General
Conditions Work.
3 All overhead expenses of the CM/GC for participation in and the support of the
Subcontractor bidding process of the Project.
4 Other than retail sales tax, the fee shall cover all taxes owed by the CM/GC
including City and State taxes.
5 CM/GC's performance and payment bond.
6 CM/GC's expenses for providing insurance coverage required by the Contract
Documents.
B. This Contract identifies the dollar amount for the "Fixed Amount for Specified General
Conditions" Work. The Specified General Conditions Work shall consist of all
requirements of the Contract contained in the General Conditions, the CM/GC Contract,
and the Division 01 Specifications. Any cost that is not specifically identified elsewhere in
the Contract Documents shall be covered by the amount bid for Specified General
Conditions, unless otherwise identified in this Contract. Specified General Conditions
Work must be performed at the expense of the CM/GC and may not be made part of a
subcontract bid package except when so required by the Specifications.
6.11 CM/GC Cost Accounting:
A. Starting with the award of the first subcontract bid package, the CM/GC shall, in
accordance with directions given and formats developed by the Owner, provide Owner
with monthly reports, including but not limited to, showing expenditures on all
subcontract bid packages, all Contract changes, and all Negotiated Support Services costs
including forecast-to-Final Completion updates. CM/GC claims shall be accounted for
separately.
B. Prior to execution of this Contract by the Owner the CM/GC shall provide the Owner with
a separate Performance Bond and a separate Payment Bond, each in an amount equal to
the full amount of the Total Contract Cost, including applicable taxes, in a form and with a
surety acceptable to the Owner. The bonding company (surety) must have a current rating
of at least A-IX in A.M. Best's Key Rating Guide.
ARTICLE 7 – SUBCONTRACTING
7.01 Competitive Bidding Required: Other than the Specified General Conditions and Negotiated
Support Services work, all Work on the Project shall be competitively bid with public bid
openings. Subcontract work shall not be issued for bid until the CM/GC has completed the
requirements of Section 7.03 B. herein.
A. The CM/GC shall make every effort possible to secure at least three subcontract bids
for each package. If the CM/GC receives less than three bids, the Owner, at its
discretion, may request that the CM/GC re-bid the package at no additional cost to the
Owner or impact to the schedule. This applies to all subcontract bid packages
including the packages whereby the CM/GC decides to submit a bid.
7.02 Self-Performance by CM/GC: The CM/GC may bid on subcontract work and/or supply of
equipment and materials which it customarily performs or supplies. CM/GC's interest in the
Work shall not diminish its duty to aggressively seek competition for bid packages. In the
event the CM/GC will be bidding on subcontract work, the bid opening will be managed by
the Owner and notice of the CM/GC's intention to bid shall be included in the public
solicitation for bids for that bid package. In no event may the CM/GC or its subsidiaries
purchase equipment or materials and assign ownership and warranty of such equipment or
materials to Subcontractors, but may assign the equipment or materials to Subcontractors for
installation as part of a subcontract bid package.
A. The CM/GC must provide staff to superintend and manage subcontract packages it
undertakes that is separate and distinct from the staff involved in the management of
this Contract.
7.03 Subcontract Buyout Procedure:
A. Award to Low Bidder: When subcontract bid packages are awarded, they shall be
awarded to the eligible responsible bidder submitting the low responsive bid.
B. Updated Subcontract Plan and Other Requirements: Before soliciting subcontract bids
the CM/GC shall submit, for review and approval by the Owner: a.) an updated
Subcontract Plan outlining the subcontract packages with bid package estimates and a
procurement schedule for each package; b.) bidding instructions; c.) standard
Subcontractor agreements; and d.) a project schedule updated from the Final
Construction Baseline Schedule required by the separate Preconstruction Services
Contract.
1. No "Allowances" shall be included in the Subcontractor bid documents if not
specifically included in the negotiated GMP or without prior approval of the
Owner. Denial or approval of any allowance shall not result in a change in the
GMP. If the Owner agrees an allowance is appropriate within a subcontract bid
package, the following procedures will be implemented:
a. CM/GC will provide a schedule of Allowances in the subcontract bid
package.
b. Allowances will be tracked by CM/GC on a Time & Materials (T&M)
basis and shown on the Schedule of Values as a discrete line item for
each appropriate Subcontractor.
c. A deductive Change Order will be issued at the end of the Project for
any remaining Allowances not spent, plus the corresponding Percent
Fee amount.
C. Bid Documents Reproduction Costs. Reproduction of bid sets as required for subcontract
bidding and for printing conformed documents to provide a consolidated set of drawings
and specifications due to phased permitting and partial Contract Document issuance shall
be included and identified in Negotiated Support Services.
D. Bidding: The CM/GC shall bid out subcontracts in accordance with its approved updated
Subcontract Plan. During subcontract buyout, the CM/GC may request a change in its
Subcontract Plan, and the Owner will not unreasonably withhold approval, provided the
sum of all final bid package estimates in the Subcontract Plan, as revised, does not exceed
the GMP.
E. Negotiations: If the low responsive bid for a particular bid package is greater than the bid
package estimate, then the CM/GC may negotiate an adjustment to that bid based upon
agreed changes to the subcontract package between the Owner and CM/GC to bring the
bid within the amount of the bid package estimate, which, for purposes of this Contract,
shall be considered to be the "Available Funds." All time delays and costs, including
Engineer costs associated with the negotiations and/or changes to the Contract Documents
shall be the responsibility of the CM/GC.
F. Award or Rebid: If the CM/GC chooses not to negotiate under the provisions of Section
7.03 E above, the CM/GC shall award the bid package to the responsible bidder
submitting the low responsive bid at no additional cost to the Owner. Provided unusual
circumstances exist, CM/GC may request and Owner, at its sole option may agree to a
change in the scope of the work for the bid package. The CM/GC may then rebid, but all
time delays, including construction schedule impacts, and costs to rebid, including
reproduction costs and any Engineer costs to the Owner associated with changes to the
Contract Documents, shall be the responsibility of the CM/GC and the GMP shall not be
changed.
G. Bid Protest: CM/GC shall be responsible for reviewing and responding to bid protests and
shall be responsible for all risks and damages in the event of a bid protest, except in the
event that the CM/GC is submitting a bid to self-perform the work.
H. Savings: If the CM/GC is successful in awarding contracts for all of its subcontracts in its
approved updated Subcontract Plan in an amount less than the negotiated GMP, any
remaining savings will be shared with the CM/GC at a ratio of 50 percent Owner,
50 percent CM/GC.
I. Subcontractor Non-Performance. If any Subcontractor to whom a bid package has been
awarded is unable to perform for whatever reason, the CM/GC, with the Owner's
approval, shall have the option to either rebid or negotiate for the performance of the
work, or perform the work itself. The CM/GC shall bear all risk and/or be responsible for
cost overruns occasioned by a Subcontractor's inability to perform.
J. Owner-Furnished Equipment. The CM/GC shall perform all work required to subcontract
the installation of Owner Furnished CM/GC equipment.
7.04 Pre-bid Determination of Subcontractor Eligibility. When in the best interest of the Project and
critical to the successful completion of a subcontractor bid package the Owner and CM/GC may
determine Subcontractor eligibility to bid. Subcontract bid packages shall be awarded to the
responsible eligible bidder submitting the low responsive bid.
7.05 Subcontractor Bid Packages. The CM/GC may with approval by the Owner: a.) organize and
solicit bids for the subcontract work in whatever combinations or packages it chooses; b.) use
any Allowances except as provided in Section 7.03 B herein; and c.) use any Alternates in
subcontract bid packages when such Alternates were specified in the GMP.
A. CM/GC shall submit: a) a draft and final bid package specific scope of work, and; b)
Bid Forms for each subcontract package for Owner's review prior to bidding. Changes
to the final bid package documents shall not occur without Owner's approval.
7.06 Cost of Subcontracting Process. As part of the Specified General Conditions Work the
CM/GC shall be responsible for all costs associated with the subcontracting process including,
but not necessarily limited to:
A. Developing solicitations for subcontract packages.
B. Pre-qualification and subcontract procurement.
C. Site tours.
D. Responding to questions from bidders.
E. Providing bid opening facility.
F. Bidding in accordance with the requirements of this Section.
G. Subcontract award.
7.07 Solicitations of Subcontractors. Solicitations of Subcontractors by the CM/GC shall be made
in accordance with the following procedures:
A. A representative from the Owner will be present at each bid opening to observe the
procedure. In the event the CM/GC is bidding on a subcontract package, the Owner
will receive the bids and conduct the bid opening.
B. Solicitations for bids will be advertised in advance in the Herald Journal of Logan, and
the Salt Lake Tribune of Salt Lake City.
C. Bidders may obtain the bid results by telephone from the CM/GC. All such calls will
be referred to the CM/GC.
D. Responsiveness requirements, responsibility criteria, and bidding procedures will be
described in each bid solicitation and, will be reviewed with the Owner prior to each
bid opening.
7.08 Subcontractor Bonding. For subcontract bid packages, the CM/GC shall require a bid bond in
the amount of 5% of the amount bid from Subcontractors who bid. The CM/GC shall require a
performance and payment bond from all Subcontractors who are awarded a contract over
$15,000, in the amount of the subcontract. The CM/GC acknowledges that all costs of
subcontractor bonding are included in the negotiated GMP in Section 6.01 of this Contract.
7.09 Subcontract Agreements. Subcontract agreements used by the CM/GC shall be in compliance
with all of the applicable provisions of this Contract.
ARTICLE 8 – PAYMENT PROCEDURES
8.01 Submittal and Processing of Payments:
A. CM/GC shall submit Applications of Payment in accordance with the General Conditions.
Applications for Payment will be processed by OWNER as provided in the General Conditions.
8.02 Progress Payments; Retainage:
A. OWNER shall make progress payments on account of the Contract Price on the basis of
CM/GC’s Applications for Payment once each month during performance of the Work as
provided in paragraphs 8.02.A.1 and 8.02.A.s below. All payments will be made based on the
percentage of job completion, and will be verified by Engineer prior to invoicing:
1. Prior to Substantial Completion, progress payments will be made in an amount equal
to the percentage indicated below but, in each case, less the aggregate of payments
previously made and less such amounts as OWNER may withhold, in accordance with
the General Conditions:
a. The OWNER will pay the CM/GC a progress payment on the basis of the
approved partial payment estimate submitted by the CM/GC and verified by
the OWNER, including any approved Change Orders, but will not hold
retainage.
2. Upon Substantial Completion of the project, the OWNER will pay to 95 percent of the
revised contract amount including any approved Change Orders.
8.03 Final Payment
A. When all items on any generated ‘Punch’ or Completion List have been completed, the
OWNER will pay the remaining 5 percent of the revised contract amount within 30 days of
notification to the OWNER in writing by the CM/GC that all items have been completed.
The OWNER shall verify that all items have been completed before final payment is made.
ARTICLE 9 – INTEREST
9.01 All moneys not paid when due as provided in the General Conditions shall bear interest at the
same rate that OWNER’s funds accrue interest in the State’s treasury account.
ARTICLE 10 – CM/GC’S REPRESENTATIONS
10.01 In order to induce OWNER to enter into this Agreement, CM/GC makes the following
representations:
A. CM/GC has examined and carefully studied the Contract Documents and the other related
data identified in the Bidding Documents.
B. CM/GC has visited the site and become familiar with and is satisfied as to the general,
local, and Site conditions that may affect the cost, progress, and performance of the Work.
C. CM/GC is familiar with and is satisfied as to all federal, state, and local Laws and
Regulations that may affect cost, progress, and performance of the Work.
D. CM/GC has carefully studied all: (1) reports of explorations and tests of subsurface
conditions at or contiguous to the Site and all drawings of physical conditions in or
relating to existing surface or subsurface structures at or contiguous to the Site (except
Underground Facilities) which have been identified in the Supplementary Conditions as
provided in the General Conditions and (2) reports and drawings of a Hazardous
Environmental Condition, if any, at the Site which is identified in the Supplementary
Conditions as provided in the General Conditions..
E. CM/GC has obtained and carefully studied (or assumes responsibility for having done so)
all additional or supplementary examinations, investigations, explorations, tests, studies,
and data concerning conditions (surface, subsurface, and Underground Facilities) at or
contiguous to the Site which may affect cost, progress, or performance of the Work or
which relate to any aspect of the means, methods, techniques, sequences, and procedures
of construction to be employed by CM/GC, including applying the specific means
methods, techniques, sequences, and procedures of construction, if any, expressly required
by the Contract Documents to be employed by CM/GC, and safety precautions and
programs incident thereto.
F. CM/GC does not consider that any further examinations, investigations, explorations,
tests, studies or data are necessary for the performance of the Work at the Contract Price,
within the Contract Times, and in accordance with the other terms and conditions of the
Contract Documents.
G. CM/GC is aware of the general nature of work to be performed by OWNER and others at
the Site that relates to the Work as indicated in the Contract Documents.
H. CM/GC has correlated the information known to CM/GC, information and observations
obtained from visits to the Site, reports and drawings identified in the Contract
Documents, and all additional examinations, investigations, explorations, tests, studies,
and data with the Contract Documents.
I. CM/GC has given OWNER written notice of all conflicts, errors, ambiguities, or
discrepancies that CM/GC has discovered in the Contract Documents, and the written
resolution thereof by OWNER is acceptable to CM/GC.
J. CM/GC agrees to register and participate in the Status Verification System to verify the
work eligibility status of the CM/GC's new employees that are employed in the state as set
forth in Utah Code Section 63G-11-103. Each contractor or subcontractor who works
under or for another contractor shall certify to the main contractor by affidavit that the
contractor or subcontractor has verified through the Status Verification System the
employment status of each new employee of the respective contractor or subcontractor.
K. The Contract Documents are generally sufficient to indicate and convey understanding of
all terms and conditions of performance and furnishing of the work.
ARTICLE 11 – CONTRACT DOCUMENTS
11.01 Contents:
A. The Contract Documents consist of the following:
1. Bid Bond
2. This CM/GC Agreement
3. Performance Bond
4. Payment Bond
5. General Conditions, Division 0700 of the Specifications
6. Special Provisions, Division 0800 of the Specifications
7. Construction Drawings, dated _____________
8. Specifications, dated _____________
9. CM/GC’s final proposal to the City’s Request for Proposal with the CM/GC’s
proposed prices for the Percent Fee and Fixed Amount for Specified General
Conditions Work
10. Addenda (numbers to , inclusive)
11. Insurance and Bond Requirements
12. Exhibits to this Agreement (enumerated as follows):
a. Schedule of Values
b. Schedule of Project Completion
c. Certificate of Insurance, approved by OWNER’s Risk Management Division
14. The following which may be delivered or issued on or after the Effective Date of
the Agreement and are not attached hereto:
a. Notice to Proceed
b. Written Amendments
c. Change Orders
d. Field Orders
B. There are no Contract Documents other than those listed above in this Article 11.
C. The Contract Documents may only be amended, modified or supplemented as provided in
the General Conditions.
ARTICLE 12 – MISCELLANEOUS
12.01 Terms:
Terms used in this Agreement will have the meanings indicated in the General Conditions
12.02 Assignment of Contract:
No assignment by a party hereto of any rights under or interests in the Contract will be
binding on another party hereto without the consent of the party sought to be bound; and
specifically but without limitation, moneys that may become due and moneys that are due
may not be assigned without such consent (except to the extent that the effect of this
restriction may be limited by law), and unless specifically stated to the contrary in any
written consent to an assignment, no assignment will release or discharge the assignor from
any duty or responsibility under the Contract Documents.
12.03 Successors and Assigns:
OWNER and CM/GC each binds itself, its partners, successors, assigns, and legal
representatives to the other party thereto, its partners, successors assign and legal
representatives in respect to all covenants, agreements, and obligations contained in the
Contract Documents.
12.04 Termination for OWNER’s Convenience:
A. Upon ten (10) days’ written notice to CM/GC, Owner may, without cause and without
prejudice to any other right or remedy of Owner, terminate the Contract. In such case,
CM/GC shall be paid for (without duplication of any payment amounts or work items):
1. completed and acceptable Work executed prior to the effective date of termination,
in accordance with the payment provisions of the Contract Documents; provided,
however, that no completed work items shall be paid on a cost-plus basis;
2. reasonable expenses sustained prior to the effective date of termination in
performing services and furnishing labor, materials, or equipment as required by the
Contract Documents in connection with uncompleted Work or unacceptable Work (but
only those portions of the unacceptable Work that are acceptable and CM/GC shall not
be entitled to any compensation for any portions of the Work which are unacceptable),
plus fair and reasonable sums for overhead and profit on such expenses; provided,
however, that CM/GC shall not be entitled to additional compensation for Work items
paid under subparagraph 12.04 A.1. above;
3. costs incurred in settlement of terminated contracts with Subcontractors, Suppliers,
and others; provided, however, that CM/GC shall not be entitled to additional
compensation for Work items paid under subparagraphs 12.04 A.1. and 2. above; and
4. reasonable expenses directly attributable to termination; provided, however, that
CM/GC shall not be entitled to additional compensation for Work items paid under
subparagraphs 12.04 A. 1., 2. and 3. above.
B. CM/GC shall not be paid on account of loss of anticipated profits or revenue or other
economic loss arising out of or resulting from such termination. Termination under this
Subparagraph 12.04 shall not entitle CM/GC to compensation on a cost-plus basis except for
items paid under Subparagraph 12.04 A. 2. above.
C. This Article 12.04 shall amend the General Conditions, Document 00700 referenced in
Article 11.01 A.5. by replacing the “Owner May Terminate for Convenience” clause
contained in 16.03 therein.
12.05 Severability:
Any provision or part of the Contract Documents held to be void or unenforceable under
any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue
to be valid and binding upon OWNER and CM/GC, who agree that the Contract Documents
shall be reformed to replace such stricken provision of part thereof with a valid and
enforceable provision that comes as close as possible to expressing the intention of the
stricken provision.
12.06 Guarantee Period
The CM/GC agrees to indemnify and save harmless the OWNER from any and all defects
appearing or developing in the workmanship or materials performed or furnished under the
Contract for a period of one (1) year after the date of the written notice from the Engineer
recommending final acceptance of the entire project by the OWNER.
12.07 Audit
Owner shall have the right to audit. Upon request by Owner, CM/GC shall provide Owner full
access to all of CM/GC's data, records, accounts or materials relevant to the performance of
this Contract. CM/GC shall preserve all project records for a period not less than 6 years after
substantial completion, and shall direct all subcontractors and other agents to preserve their
records for this same period.
12.08 Builders Risk: The Owner shall provide Builder’s Risk Insurance per the General Conditions.
12.09 Sales Tax: The actual amount of sales tax to be paid to the CM/GC will be based on the then
current sales tax percentage applied to actual Total Contract Cost progress payments,
inclusive of approved change orders.
12.10 CM/GC agrees to provide all professional personnel necessary to perform the required
services under this CM/GC Contract including the individuals with the corresponding time
commitments who were named in the CM/GC's proposal submitted in response to the Owner's
Request for Proposals for CM/GC Services for the Project. These key personnel shall remain
assigned for the duration of the Project unless otherwise agreed to in writing by the Owner. In
the event the CM/GC proposes to substitute any of the key personnel, the individual(s)
proposed must demonstrate similar qualifications and experience as required to successfully
perform such duties. The Owner shall have the sole right to determine whether key personnel
proposed as substitutes are qualified to work on the Project. Owner shall not unreasonably
withhold approval of staff changes. The CM/GC will remove from the Project any personnel
assigned to the Project if, after the matter has been thoroughly considered by the Owner and
CM/GC, the Owner considers such removal necessary and in the best interest of the Project,
and the Owner so notifies the CM/GC in writing and allows a reasonable period of time for
the transition to different personnel.
12.11 Regulatory Compliance: The Owner can assess the CM/GC with any fines imposed by the
Utah Division of Water Quality, or any other regulatory agency. Assessment of fines is in
addition to any liquidated damages or other damages related to Contract performance,
regardless of time of occurrence.
12.12 Notices required in this Contract shall be in writing and either hand delivered during normal
business hours, or mailed with postage prepaid, to the following addresses, consistent with the
General Conditions:
City of Logan [CM/GC’s Business Name]
290 North 100 West [Address]
Logan, Utah 84321 [City, State, Zip]
Attn: _______________________ Attn:________________________________
IN WITNESS WHEREOF, OWNER and CM/GC HAVE SIGNED THIS Agreement in duplicate.
One counterpart each has been delivered to OWNER and CM/GC. All portions of the Contract
Documents have been signed or identified by OWNER and CM/GC or on their behalf.
This Agreement will be effective on , 20___.
OWNER: CM/GC:
By: By:
Attest: Attest:
Address for giving notices: Address for giving notices:
END OF DOCUMENT