HomeMy Public PortalAbout032-2013 - Summit Environmental - NGP - Phase II (1)AGREEMENT
THIS AGREEMENT made and entered into this I I T1+ day of !YK4 , 2013, and referred to as
Contract No. 32-2013 by and between the City of Richmond, Indiana, a municipal corporation acting
by and through its Board of Public Works and Safety (hereinafter referred to as the "City") and
Summit Environmental Services, LLC, 2125 Glenview Drive, Evansville, Indiana, 47720 (hereinafter
referred to as the "Contractor").
SECTION 1. STATEMENT AND SUBJECT OF WORK
City hereby retains Contractor to provide services in connection with capping and groundwater
remediation at the former manufactured gas plant property located at 16 East Main Street in
Richmond, Indiana as part of Phase II of the MGP Rernediation including the alternate Full Scale
InSitu treatment bid (the "Project"). Remediation activities conducted by Contractor shall comply
with all applicable federal and state Brownfield Cleanup Guidelines as explained in part below as well
as any US EPA and IFA requirements.
Certain Bid Specifications dated October 18, 2012, have been made available for inspection by
Contractor, are on file in the office of the Department of Metropolitan Development for the City of
Richmond, and are hereby incorporated by reference and made a part of this Agreement. Contractor
agrees to abide by the same.
The response of Contractor to said Bid Specifications, dated November 8, 2012, is on file in the office
of the Department of Metropolitan Development, is incorporated herein by reference and made a part
of this Agreement, and Contractor agrees to abide by the same. A portion of this response, consisting
of sixteen (16) pages, is also attached as Exhibit A. to this Agreement and incorporated herein by
reference and made a part of this Agreement.
The Davis -Bacon wage scale (General Decision: IN 120006 10/26/2012 IN6) is attached hereto as
Exhibit B, consists of thirty-nine (39) pages, and is also hereby incorporated by reference and made a
part of this Agreement.
Should any provisions, terms, or conditions contained in any of the documents attached hereto as
Exhibits, or in any of the documents incorporated by reference herein, conflict with any of the
provisions, terms, or conditions of this Agreement, this Agreement shall be controlling.
The Contractor shall furnish all labor, material, equipment, and services necessary which are incidental
to the proper completion of all work specified.
No performance of services shall commence until the following has been met:
1. The City is in receipt of any required certificates of insurance;
2. The Cfty is in receipt of anX Leguired affidavit signed by Contractor in
accordance with Indiana Code 22-5-1.7-11 WQ, and
3. A purchase order has been issued by the Purchasing Department.
Contract No. 32-2013
Page 1 of 19
SECTION IL STATUS OF CONTRACTOR
Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City
of Richmond. The Contractor shall provide, at its own expense, competent supervision of the work.
Contractor shall be deemed "prime contractor" and/or "subrecipient" and City shall be deemed "award
recipient" for purposes of any Brownfield Administrative Conditions, Guidelines, or Covenants.
SECTION III. COMPENSATION
City shall pay Contractor a total sum not to exceed Four Hundred Forty-two Thousand Eight Hundred
Thirty-eight Dollars and Fifty Cents ($442,838.50) for complete and satisfactory performance of the
work required hereunder.
SECTION IV. FEDERAL CONTRACT PROVISIONS PER 29 CFR 5.5
City and Contractor shall comply with the below Federal contract provisions set forth in accordance
with 29 CFR 5.5:
(a) The Agency head shall cause or require the contracting officer to insert in full in
any contract in excess of $2,000 which is entered into for the actual construction,
alteration and/or repair, including painting and decorating, of a public building or
public work, or building or work financed in whole or in part from Federal funds or in
accordance with guarantees of a Federal agency or financed from funds obtained by
pledge of any contract of a Federal agency to make a loan, grant or annual contribution
(except where a different meaning is expressly indicated), and which is subject to the
labor standards provisions of any of the acts listed in See. 5.1, the following clauses (or
any modifications thereof to meet the particular needs of the agency, Provided, That
such modifications are first approved by the Department of Labor):
(1) Minimum wages. (i) All laborers and mechanics employed or working upon the site
of the work (or under the United States Housing Act of 1937 or under the Housing Act
of 1949 in the construction or development of the project), will be paid unconditionally
and not less often than once a week, and without subsequent deduction or rebate on any
account (except such payroll deductions as are permitted by regulations issued by the
Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of 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
Page 2 of 19
Sec. 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
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)(H) (B) or (C) of this section, shall be paid to all workers performing
work in the classification under
this contract t from the first day on which work is performed in the classification.
(iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers
or mechanics includes a fringe benefit which is not expressed as an hourly rate, the
contractor shall either pay the benefit as stated in the wage determination or shall pay
another bona fide fringe benefit or an hourly cash equivalent thereof.
(iv) If the contractor does not make payments to a trustee or other third person, the
contractor may consider as part of the wages of any laborer or mechanic the amount of
any costs reasonably anticipated in providing bona fide fringe benefits under a plan or
program, Provided, That the Secretary of Labor has found, upon the 'written request of
Page 3 of 19 .
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 Environmental Protection Agency ("EPA") (or the City of
Richmond as the grant recipient) shall upon its own action or upon written request of
an authorized representative of the Department of Labor withhold or cause to be
withheld from the contractor under this contract or any other Federal contract with the
same prime contractor, or any other federally -assisted contract subject to Davis -Bacon
prevailing wage requirements, which is held by the same prime contractor, so much of
the accrued payments or advances as may be considered necessary to pay laborers and
mechanics, including apprentices, trainees, and helpers, employed by the contractor or
any subcontractor the full amount of wages required by the contract. In the event of
failure to pay any laborer or mechanic, including any apprentice, trainee, or helper,
employed or working on the site of the work (or under the United States Housing Act
of 1937 or under the Housing Act of 1949 in the construction or development of the
project), all or part of the wages required by the contract, the (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 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
(or under the United States Housing Act of 1937, or under the Housing Act of 1949, in
the construction or development of the project). Such records shall contain the name,
address, and social security number of each such worker, his or her correct
classification, hourly rates of wages paid (including rates of contributions or costs
anticipated for bona fide fringe benefits or cash equivalents thereof of the types
described in section l(b)(2)(13) of the Davis -Bacon Act), daily and weekly number of
hours worked, deductions trade 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.
(ii)(A) The contractor shall submit weekly for each week in which any contract work is
performed a copy of all payrolls to the EPA if the agency is a parry to the contract, but
if the agency is not such a party, the contractor will submit the payrolls to the
applicant, sponsor, or owner, as the case may be, for transmission to the EPA. 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
Page 4 of 19
required weekly payroll information may be submitted in any form desired. Optional
Form WH-347 is available for this purpose from the Wage and Hour Division Web site
at bttp://www.doI.gov/whd/fonns/wh347instr.htm or its successor site. The prime
contractor is responsible for the submission of copies of payrolls by all subcontractors.
Contractors and subcontractors shall maintain the full social security number and
current address of each covered worker, and shall provide them upon request to the
EPA if the agency is a party to the contract, but if the agency is not such a party, the
contractor will submit them to the applicant, sponsor, or owner, as the case may be, for
transmission to the EPA, the contractor, or the Wage and Hour Division of the
Department of Labor for purposes of an investigation or audit of compliance with
prevailing wage requirements. It is not a violation of this section for a prime contractor
to require a subcontractor to provide addresses and social security numbers to the
prime contractor for its own records, without weekly submission to the sponsoring
government agency (or the applicant, sponsor, or owner).
(B) Each payroll submitted shall be accompanied by a "Statement of Compliance,"
signed by the contractor or subcontractor or his or her agent who pays or supervises the
payment of the persons employed under the contract and shall certify the following:
(1) That the payroll for the payroll period contains the information required to be
provided under Sec. 5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate
information is being maintained under Sec. 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 "-347 shall satisfy the requirement for submission of the
"Statement of Compliance" required by paragraph (a)(3)(ii)(B) of this section,
(D) The falsification of any of the above certifications may subject the contractor or
subcontractor to civil or criminal prosecution under section 1001 of title 18 and section
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 (write the name of the agency) 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
Page 5 of 19
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 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.
(H) 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
Page 6 of 19
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 EPA
may by appropriate instructions require, and also a clause requiring the subcontractors
to include these clauses in any lower tier subcontracts. The prime contractor shall be
responsible for the compliance by any subcontractor or lower tier subcontractor with
all the contract clauses in 29 CFR 5.5.
(7) Contract termination: debarment. 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. The Agency Head shall cause or
require the contracting officer to insert the following clauses set forth in paragraphs
(b)(1), (2), (3), and (4) of this section in full in any contract in an amount in excess of
$100,000 and subject to the overtime provisions of the Contract Work Hours and
Safety Standards Act. These clauses shall be inserted in addition to the clauses required
by Sec. 5.5(a) or 4.6 of part 4 of this title. As used in this paragraph, the terms laborers
and mechanics include watchmen and guards.
(I) Overtime requirements. No contractor or subcontractor contracting for any part of
the contract work which may require or involve the employment of laborers `or
Page 7 of 19
P"
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 therefor shall be liable for the unpaid wages. In addition,
such contractor and subcontractor shall be liable to the United States (in the case of
work done under contract for the District of Columbia or a territory, to such District or
to such territory), for liquidated damages. Such liquidated damages shall be computed
with respect to each individual laborer or mechanic, including watchmen and guards,
employed in violation of the clause set forth in paragraph (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) WithhoIding for unpaid wages and liquidated damages. The EPA. (or the City of
Richmond as the grant recipient) shall upon its own action or upon written request of
an authorized representative of the Department of Labor withhold or cause to be
withheld, from any moneys payable on account of work performed by the contractor or
subcontractor under 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.
(c) In addition to the clauses contained in paragraph (b), in any contract subject only to
the Contract Work Hours and Safety Standards Act and not to any of the other statutes
cited in Sec. 5.1, the Agency Head shall cause or require the contracting officer to
insert a clause requiring that the contractor or subcontractor shall maintain payrolls and
basic payroll records during the course of the work and shall preserve them for a period
of three years from the completion of the contract for all laborers and mechanics,
including guards and watchmen, working on the contract. Such records shall contain
the name and address of each such employee, social security number, correct
classifications, hourly rates of wages paid, daily and weekly number of hours worked,
deductions made, and actual wages paid. Further, the Agency Head shall cause or
require the contracting officer to insert in any such contract a clause providing that the
records to be maintained under this paragraph shall be made available by the contractor
or subcontractor for inspection, copying, or transcription by authorized representatives
of the (write the name of agency) and the Department of Labor, and the contractor or
subcontractor will permit such representatives to interview employees during working
hours on the job.
Page 8 of 19
(The information collection, recordkeeping, and reporting requirements contained in
the following paragraphs of this section were approved by the Office of Management
and Budget:
OMB Control
Paragraph Number
(a)(1)(ii)(B).............................................. 1215-0140
(a)(1)(ii)(C)............................................. 1215-0140
(a)(1)(iv).................................................
1215-0140
(a)(3)(i)..................................................
1215-0140,
1215-0017
(a)(3)(ii)(A)•............................................
1215-0149
(c)........................................................
1215-0140,
1215-0017
j48 FR 19540, Apr. 29, 1983, as amended at 51 FR 12265, Apr.
9, 1986; 55 FR 50150, Dec. 4, 1990; 57 FR 28776, June 26, 1992; 58 FR
58955, Nov. 5, 1993; 61 FR 40716, Aug. 5, 1996; 65 FR 69674, Nov. 20, 2000;
73 FR 77511-77512, Dec. 19, 2008j
SECTION V. BROWNFIELD AND CLEANUP GUIDELINES, CONDITIONS, AND
COVENANTS
A. DRUG -FREE WORKPLACE CERTIFICATION AND MAINTAINING A DRUG -
FREE WORKPLACE (EXECUTIVE ORDER NO.90-5)
Contractor shall maintain a drug -free workplace pursuant to the specific requirements set forth
in Title 40 CFR 36.200-36.230. Contractor understands, acknowledges, and agrees that the project is a
federally funded project and the project location is identified as a Brownfield cleanup location subject
to federal drug -free workplace provisions, including but not limited to Title 40 CFR 36.200-36.230
and Title 40 CFR 36.300 as applicable. Contractor additionally understands, acknowledges, and
agrees that the consequences for violating the drug -free workplace provisions are outlined under Title
40 CFR 36.510.
Contractor covenants and agrees to make a good faith effort to provide and maintain during the
term of this Agreement a drug -free workplace and shall assist City with giving notice to the Indiana
Finance Authority within ten (10) days after receiving actual notice that an employee of the Contractor
or any subcontractor, who serves in or could be expected to serve in a capacity related to the Project, is
convicted of a criminal drug violation occurring in the Project workplace.
In addition to the above drug -free covenants, if the grant funds exceed $25,000, the Contractor
and any subcontractor further agree that this Agreement is expressly subject to the terms, conditions,
and representations of the following certification:
"This certification is required by Executive Order No. 90-5,
April 12, 1990, issued by the Governor of Indiana. Pursuant to its
delegated authority, the Indiana Department of Administration is
requiring the inclusion of this certification in all contracts and grants
from the State in excess of $25,000.00. No award of a contract shall be
Page 9 of 19
made, and no contract, purchase order or agreement, the total amount
of which exceeds $25,000.00, shall be valid, unless and until this
certification has been fully executed by the Grant Recipient and made a
part of the contract or agreement as part of the contract documents.
"The Grant Recipient certifies and agrees that it will provide a
drug -free workplace by:
(1) Publishing and providing to all its employees a
statement notifying them that the unlawful manufacture, distribution,
dispensing, possession or use of a controlled substance is prohibited in
the Grant Recipient's workplace, and specifying the actions that will be
taken against employees for violations of such prohibition;
(2) Establishing a drug -free awareness program to inform
its employees of (a) the dangers of drug abuse in the workplace; (b) the
Grant Recipient's policy of maintaining a drug -free workplace; (c) any
available drug counseling, rehabilitation, and employee assistance
programs; and (d) the penalties that may be imposed upon an employee
for drug abuse violations occurring in the workplace;
(3) Notifying all employees in the statement required by
subparagraph (A) above that as a condition of continued employment,
the employee will (a) abide by the terms of the statement; and (b) notify
the Grant Recipient of any criminal drug statute conviction for a
violation occurring in the workplace not later than five (5) days after
such conviction;
(4) Notifying the State within ten (10) days after receiving
notice from an employee under subdivision (3)(b) above, or otherwise
receiving actual notice of such conviction;
(5) Within thirty (30) days after receiving notice under
subdivision (3)(b) above of a conviction, imposing the following
sanctions or remedial measures on any employee who is convicted of
drug abuse violations occurring in the workplace: (a) taking appropriate
personnel action against the employee, up to an including termination;
or (b) requiring such employee to satisfactorily participate in a drug
abuse assistance or rehabilitation program approved for such purposes
by a federal, state or local health, law enforcement, or other appropriate
agency; and
(6) Making a good faith effort to maintain a drug -free
workplace through the implementation of subparagraphs (1) through
(5) above."
City and. Contractor (and any of Contractor's subcontractors) further agree that the failure of
the Contractor and any subcontractor to comply in good faith with the above drug -free workplace
provisions, or falsifying or otherwise violating any of the above drug -free workplace certification
Page 10 of 19
provisions shall constitute a material breach of this Agreement. Any breach entitles the Indiana
Finance Authority to impose sanctions against the Contractor and any subcontractors, including (but
not limited to) recovery of the Grant Funds, cancellation of this Agreement, and debarment of the
Contractor or Subcontractor from doing further business with the Indiana Finance Authority or the
State of Indiana for up to three (3) years.
B. DBE REQUIREMENTS
In accordance with the Environmental Protection Agency's (hereinafter "EPA") Program for
Participation by Disadvantaged Business Enterprises in procurement under EPA financial assistance
programs, Contractor, as subrecipient, agrees to comply with 40 CFR 33.301 which sets forth the
following:
Sec. 33.301 A recipient, including one exempted from applying the fair share
objective requirements by Section 33.411, is required to make the following
good faith efforts whenever procuring construction, equipment, services and
supplies under and EPA financial assistance agreement, even if it has achieved
its fair share objectives under subpart D of this part:
(a) Ensure DBEs are made aware of contracting opportunities to the fullest extent
practicable through outreach and recruitment activities. For Indian Tribal,
State and Focal and Government recipients, this will include placing DBEs on
solicitation lists and soliciting them whenever they are potential sources.
(b) Make information on forthcoming opportunities available to DBEs and arrange
time frames for contracts and establish delivery schedules, where the
requirements permit, in a way that encourages and facilitates participation by
DBEs in the competitive process. This includes, whenever possible, posting
solicitations for bids or proposals for a minimum of thirty (30) calendar days
before the bid or proposal closing date.
(c) Consider in the contracting process whether firms competing for large
contracts could subcontract with DBEs. For Indian Tribal, State and local
Government recipients, this will include dividing total requirements when
economically feasible into smaller tasks or quantities to permit maximum
.participation by DBEs in the competitive process.
(d) Encourage contracting with a consortium of DBEs when a contract is too large
for one of these firms to handle individually.
(e) Use the services and assistance of the SBA and the Minority Business
Development Agency of the Department of Commerce.
(f) If the prime contractor awards subcontracts, require the prime contractor to
take the steps in paragraphs (a) through (e) of this section.
Contractor shall retain records documenting compliance with the above DBE Requirements
and shall require the inclusion of the above Ianguage -in all sub -contracts entered into for this Project.
Page 11 of 19
Contractor understands that the EPA has reserved the right to take corrective action under 40 CFR
Parts 30, 31, and 35, as appropriate.
C. RECYCLED PAPER
Contractor, as subrecipient of Grant Funds, agrees to use recycled paper for all reports which
are prepared as a part of this Agreement and delivered to the EPA, in accordance with EPA Order
1000.25 and Executive Order 13 10 1, Greening the Government Through Waste Prevention, Recycling
and Federal Acquisition. This requirement does not apply to reports prepared on forms supplied by
EPA, or to Standard Forms, which are printed on recycled paper and are available through the General
Services Administration. Please note that Section 901 of E.O. 13101, dated September 14, 1998,
revoked E.O. 12873, Federal Acquisition, Recycling, and Waste Prevention in its entirety.
D. PROCUREMENT OF RECYCLED PRODUCTS
Contractor, as subrecipient of Grant Funds, shall comply with the requirements set forth in
Section 6002 of the Resource Conservation and Recovery Act (RCRA) (42 U.S.C. 6962). Regulations
issued under RCRA Section 6002 apply to any acquisition of an itern where the purchase price exceeds
$10,000 or where the quantity of such items acquired in the course of the preceding fiscal year was
$10,000 or more. RCRA Section 6002 requires that preference be given in procurement programs to
the purchase of specific products containing recycled materials identified in guidelines developed by
the EPA. These guidelines are listed in 40 CFR 247.
E. SMALL BUSINESS IN RURAL AREAS
Contractor agrees to comply with Section 129 of Public Law 100-590, the Small Business
Administration Reauthorization and Amendment Act of 1988. Therefore, if Contractor as subrecipient
awards a subcontract under this Agreement, Contractor will utilize the following affirmative steps
relative to Small Business in Rural Areas (SBRAs):
(1) Placing SBRAs on solicitation lists;
(2) Ensuring that SBRAs are solicited whenever they are potential sources;
(3) Dividing total requirements when economically feasible, into small tasks or
quantities to permit maximum participation by SBRAs;
(4) Establishing delivery schedules, where the requirements of work will permit,
which would encourage participation by SBRAs;
(5) Using the services of the Small Business Administration and the Minority
Business Development Agency of the U.S, Department of Commerce, as
appropriate; and
(6) Requiring the subcontractors to take affirmative steps in subparagraphs (1)
through (5) of this condition.
F. SUBAWARDS
Pape 12 of 19
The City as recipient has agreed to certain subaward provisions and Contractor, as prime
contractor and subrecipient, shall agree to same and require the below subparagraphs in any
subcontract:
(1)
Establish all subaward agreements in writing;
(2)
Ensure that any subawards comply with the standards in Section 210(a)-(d) of
OMB Circular A-133, and are not used to acquire commercial goods or
services for the Contractor;
(3)
Ensure that any subawards are awarded to eligible subrecipients and that
proposed subaward costs are necessary, reasonable, and allocable;
(4)
Ensure that any subawards to 501(c)(4) organizations do not involved lobbying
activities;
(5)
Monitor the performance of subcontractors and ensure that they comply with
all applicable regulations, statutes, and terms and conditions which flow down
in the subaward;
(6)
Obtain EPA's consent before awarding a subcontract or making a subaward to
a foreign or international organization, or a subaward to be performed in a
foreign country; and
(7)
Obtain approval from EPA for any new subaward work that is not outlined in
the approved work plan in accordance with 40 CFR Parts 30.25 and 31.30, as
applicable.
G. SUSPENSION AND DEBARMENT: 2 CFR PART 1532
Contractor agrees to fully comply with Subpart C of 2 CFR Part 180 and 2 CFR Part 1532,
entitled "Responsibilities of Participants Regarding Transactions (Doing Business with Other
Persons)." Contractor is responsible for ensuring that any subcontracts or lower tier covered
transaction as described in Subpart B of 2 CFR Part 180 and 2 CFR Part 1532, entitled "Covered
Transactions," includes a term or condition requiring compliance with Subpart C. Contractor is
responsible for further requiring the inclusion of a similar term or condition in any subsequent lower
tier covered transactions. Contractor, as prime contractor and subrecipient understands, acknowledges,
and agrees that the required terms as set forth above shall be included in all subcontracts.
Additionally, Contractor understands, acknowledges, and agrees that failure to disclose the
information as required at 2 CFR 180.335 may result in the delay or negation of any assistance
agreement awarded to the City, or pursuance of legal remedies, including suspension and debarment.
Contractor further understands, acknowledges, and agrees that any failure to disclose information as
set forth above may result in the termination of this Agreement.
This term and condition supersedes EPA Form 570049, "Certification Regarding Debarment,
Suspension, and Other Responsibility Matters."
H. LOBBYING AND LITIGATION — ALL RECIPIENTS
Page 13 of 19
Contractor understands, acknowledges, and agrees that no Grant Funds shall be used to engage
in the lobbying of the Federal Government or in litigation against the United States unless authorized
under existing law. As mandated by this Act, Contractor agrees to provide certification to the award
official via EPA Form 5700-53, Lobbying and Litigation Certificate, within ninety (90) days after the
end of the project period. This form can be accessed at http://www.epa.ggv/ogd/forms/adobe/5700-
53-pdf.
Contractor shall abide by its respective OMB Circular (A-21, A-87, or A-122), which prohibits
the use of federal grant funds for litigation against the United States. Any Part 30 recipient shall abide
by its respective OMB Circular (A-21 or A-122), which prohibits the use of Federal Grant Funds to
participate in various forms of lobbying or other political activities.
I. CONFLICT OF INTEREST
(1) As used in this section:
"Immediate Family" means the spouse and the emancipated children of an
individual.
"Interested Party" means:
(i.) The individual executing this Agreement;
(ii.) Any individual who has an interest of three (31/0) percent or
more of the Grant Recipient; or
(iii.) Any member of the Immediate Family of the individual
specified under subdivision (i.) or (ii.).
"Commission" means the State Ethics Commission.
(2) - The Indiana Finance Authority may cancel this Agreement without recourse if
an Interested Party is an employee of the Indiana Finance Authority or the State
of Indiana.
(3) The Indiana Finance Authority will not exercise its right to cancel this
Agreement under this Conflict of Interest provision if the City gives the
Indiana Finance Authority an opinion of the Commission indicating that the
existence of this Agreement and employment by the Indiana Finance Authority
or the State of the Interested Party does not violate any statute or code relating
to ethical conduct of employees of the Authority or State employees. The
Indiana Finance Authority may take action, including cancellation of this
Agreement, consistent with an opinion of the Commission.
(4) The City, as Grant Recipient, has an affirmative obligation under this
Agreement to disclose to the Indiana Finance Authority when an Interested
Party is, or becomes, an employee of the Authority or the State. The obligation
under the above Conflict of Interest provisions extends only to those facts that
the City knows or reasonably should know. Contractor, as subrecipient, agrees
that it shall also comply with the above Conflict of Interest provisions and shall
disclose to the Indiana Finance Authority when' an Interested Party is or
Page 14 of 19
becomes and employee of the Indiana Finance Authority or the State of
Indiana. This obligation of Contractor shall extend only to those facts that
Contractor knows or reasonably should have known. Contractor shall include
the above Conflict of Interest provisions in all subcontracts for this project.
SECTION VI. TERM OF AGREEMENT
This Agreement shall become effective when signed by all parties and shall continue in effect until the
completion of the project as outlined in the bid specifications.
Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part,
for cause, at any time by giving at least five (5) working days written notice specifying the effective
date of termination and the reasons for termination which shall include but not be limited to the
following:
(1) failure, for any reason of the Contractor to fulfill in a timely and proper manner
its obligations under this Agreement;
(2) submission by the Contractor to the City of reports that are incorrect or
incomplete in any material respect;
(3) ineffective or improper use of funds provided under this Agreement;
(4) unavailability of sufficient funds to make payment on this Agreement.
In the event of such termination, the City shall be required to make payment for all work performed
prior to the effective date of termination by Contractor, but shall be relieved of any other responsibility
herein.
This Agreement may also be terminated by either the City or the Contractor, in whole or in part, by
mutual Agreement setting forth the reasons for such termination, the effective date, and in the case of
partial termination, the portion to be terminated. This Agreement may also be terminated by the City,
in whole or in part, in the event the grant funding to the City under which this Agreement is made is
suspended or terminated.
A force majeure event is an event that includes but is not restricted to: acts of God; acts of a
legislative, administrative, or judicial entity; acts of contractors other than contractors engaged directly
by Contractor; fires; floods; labor disturbances; epidemics; and unusually severe weather. In the event
that performance of services by Contractor is affected by a force majeure event that is beyond the
Contractor's reasonable control, Contractor will be granted a time extension and the parties will
negotiate an equitable adjustment to the price of any affected services, where appropriate, based upon
the effect of the force majeure event on performance by Contractor. However, City retains the right to
terminate as set forth above and in the event of such termination, the City shall be required to make
payment for all work performed prior to the effective date of termination by Contractor, but shall be
relieved of any other responsibility herein.
Page 15 of 19
W:
SECTION VIL WITHHOLDING, RETAINAGE, AND CLAIMS FOR PAYMENTS
Contractor understands, acknowledges and agrees that pursuant to Indiana Code 36-1-12-13 the City
must provide for the payment of subcontractors, laborers, material suppliers, and those performing
services under a public works contractor and further agrees that in the event Contractor fails to timely
pay any subcontractor, laborer, or material supplier for the performance of services or delivery of
materials under this Agreement that the Board of Public Works and Safety for the City shall withhold
payments in an amount sufficient to pay the subcontractors, laborers, material suppliers, or those
providing services. Contractor further understands, acknowledges, and agrees that the Board shall
proceed with the proper administrative procedures initiated as the result of any claims timely filed by
any subcontractor, laborer, or material supplier under Indiana Code 36-1-12-12.
SECTION VI1L INDEMNIFICATION AND INSURANCE
Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to person or
property or any other claims which may arise from the Contractor's conduct or performance of this
Agreement, either intentionally or negligently; provided, however, that nothing contained in this
Agreement shall be construed as rendering the Contractor liable for acts of the City, its officers,
agents, or employees. Contractor shall as a prerequisite to this Agreement, purchase and thereafter
maintain such insurance as will protect it from the claims set forth below which may arise out of or
result from the Contractor's operations under this Agreement, whether such operations by the
Contractor or by any sub -contractors or by anyone directly or indirectly employed by any of them, or
by anyone for whose acts the Contractor may be held responsible.
Coverage Limits
A. Worker's Compensation & Statutory
Disability Requirements
B. Employer's Liability $100,000
C. Comprehensive General Liability
Section 1. Bodily Injury $1,000,000 each occurrence
$2,000,000 aggregate
Section 2. Property Damage $1,000,000 each occurrence
D. Comprehensive Auto Liability
Section 1. Bodily Injury $1,000,000 each person
$1,000,000 each occurrence
Section 2. Property Damage $1,000,000 each occurrence
E. Comprehensive Umbrella Liability $1,000,000 each occurrence
$1,000,000 each aggregate
Page 16 of 19
SECTION IX. COMPLIANCE WITH WORKER'S COMPENSATION LAW
Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall,
before commencing work under this Agreement, provide the City a certificate of insurance, or a
certificate from the industrial board showing that the Contractor has complied with Indiana Code
Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore
subject to another state's worker's compensation law, Contractor may choose to comply with all
provisions of its home state's worker's compensation law and provide the City proof of such
compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law.
SECTION X. PROHIBITION AGAINST DISCRIMINATION
A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub -contractor, or any person acting on
behalf of Contractor or any sub -contractor shall not discriminate against any employee or applicant for
employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms,
conditions or privileges of employment or any matter directly or indirectly related to employment,
because of race, religion, color, sex, disability, national origin, or ancestry.
B. Pursuant to Indiana Code 5-16-6-1, the Contractor agrees:
1. That in the hiring of employees for the performance of work under this Agreement of
any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of
Contractor or any sub -contractor, shall not discriminate by reason of race, religion, color, sex,
national origin or ancestry against any citizen of the State of Indiana who is qualified and
available to perform the work to which the employment relates;
2. That Contractor, any sub -contractor, or any person action on behalf of Contractor or
any sub -contractor shall in no manner discriminate against or intimidate any employee hired
for the performance of work under this Agreement on account of race, religion, color, sex,
national origin or ancestry;
3. That there may be deducted from the amount payable to Contractor by the City under
this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during
which such person was discriminated against or intimidated in violation of the provisions of
the Agreement; and
4. That this Agreement may be canceled or terminated by the City and all monies due or
to become due hereunder may be forfeited, for a second or any subsequent violation of the
terms or conditions of this section of the Agreement.
C. Pursuant to Indiana Code 22-9-1-10 and the Civil Rights Act of 1964, the Contractor as the
subrecipient and any of Contractor's subcontractors shall not discriminate against any employee or
applicant for employment, to be employed in the performance of this Agreement, with respect to the
employee's or applicant's hire, tenure, terms, conditions or privileges of employment or any matter
directly or indirectly related to employment, because of the employee's or applicant's race, color,
religion, sex, disability, national origin, or ancestry. Acceptance of this Agreement also signifies
compliance with applicable Federal laws, regulations, and executive orders prohibiting discrimination
Page 17 of 19
in the provision of services based on race, color, national origin, age, sex, disability, or status as a
veteran.
D. Violation of the terms or conditions of this Agreement relating to discrimination or
intimidation shall be considered a material breach of this Agreement.
SECTION XI. COMPLIANCE WITH E-VERIFY PROGRAM REQUIREMENTS
Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work eligibility
status of all newly hired employees of the contractor through the Indiana E-Verify program.
Contractor is not required to verify the work eligibility status of all newly hired employees of the
contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists.
Prior to the performance of this Agreement, Contractor shall provide to the City its signed Affidavit
affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-
5-1.7-11 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to
remedy the violation not later than thirty (30) days after the City notifies the Contractor of the
violation. If Contractor fails to remedy the violation within the thirty (30) day period provided above,
the City shall consider the Contractor to be in breach of this Agreement and this Agreement will be
terminated. If the City determines that terminating this Agreement would be detrimental to the public
interest or public property, the City may allow this Agreement to remain in effect until the City
procures a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-
5-1.7-13 (c) the Contractor will remain liable to the City for actual damages.
SECTION XII. IRAN INVESTMENT ACTIVITIES
Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in
investment activities in Iran. In the event City determines during the course of this Agreement that
this certification is no Ionger valid, City shall notify Contractor in writing of said determination and
shall give contractor ninety (90) days within which to respond to the written notice. In the event
Contractor fails to demonstrate to the City that the Contractor has ceased investment activities in Iran
within ninety (90) days after the written notice is given to the Contractor, the City may proceed with
any remedies it may have pursuant to IC 5-22-16.5. In the event the City determines during the course
of this Agreement that this certification is no longer valid and said determination is not refuted by
Contractor in the manner set forth in IC 5-22-16.5, the City reserves the right to consider the
Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the
ninety (90) day period set forth above.
SECTION XIII. RELEASE OF LIABILITY
Contractor hereby agrees to release and hold harmless the City and all officers, employees, or agents of
the same from all liability for negligence which may arise in the course of Contractor's performance of
its obligations pursuant to this Agreement.
SECTION )IV. MISCELLANEOUS
This Agreement is personal to the parties hereto and neither party may assign or delegate any of its
rights or obligations hereunder without the prior written consent of the other party. It shall be
controlled by Indiana law and shall be binding upon the parties, their successors and assigns. It
constitutes the entire Agreement between the parties, although it may be altered or amended in whole
Page 18 of 19
or in part at any time by filing with the Agreement a written instrument setting forth such changes
signed by both parties.
This Agreement may be simultaneously executed in several counterparts, each of which shall be an
original and all of which shall constitute but one and the same instrument.
The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and suit arising under
this Contract, if any, must be fled in said courts. The parties specifically agree that no arbitration or
mediation shall be required prior to the commencement of legal proceedings in said Courts.
Any person executing this Contract in a representative capacity hereby warrants that he has been duly
authorized by his or her principal to execute this Contract.
In the event of any breach of this Agreement by Contractor, and in addition to any other damages or
remedies, Contractor shall be liable for all costs incurred by City due to the enforcement of this
Agreement, including but not limited to City's reasonable attorney's fees, whether or not suit is filed.
In the event that an ambiguity or question of intent or a need for interpretation of this Agreement
arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or
burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the
provisions of this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of the
day and year first written above, although signatures may be affixed on different dates.
"CITY"
THE CITY OF RICHMOND,
INDIANA BY AND THROUGH ITS Board
of Public Works and Safety
By. a.
Vicki Robinson, President
Date:__
APPROVED:
Sarah L. Hutton, Mayor
"CONTRACTOR"
SUMMIT ENVIRONMENTAL
Printed: `..� A S\,.Oul-ks
Title: �V� � i�a.Ace w kko,A
Date:
Page 19 of 19
...
EXMIBIT.t�-- PAGE I Q
CONTRACTOR'S BID FOR PUBLIC WORK - FORM 96
State Fort 52414 (R 19-10)1 Form 96 (Revised 2010)
Prescribed by State Board of Accounts
PART
(To be completed for all bids. Please type or prirnt)
Date (month, day, year): 11/812012
1. Governmental Unit (Owner): City of Richmond
2. County: Wayne
3. Bidder (Firm): Summit Environmental
Address: 2125 Glenview Drive
City/StatelZIPcode: Evansville, IN 47720
4. Telephone Number: 812-421-1744
5. Agent of Bidder (if applicable):
Pursuant to notices given, the undersigned offers to furnish labor and/or material necessary to complete
the public works project of Former MGP Site Groundwater Remediation Project
(Governmental Unit) in accordance with plans and specifications prepared by AECOM
and dated 11/8/12 for the sum of
& �3r &'i r� S� Ic ££ (. F _ �,.r , {f -I� Jnd'r�c / G � Sa
The undersigned further agrees to furnish a bond or certified check with this bid for an amount specified in the
notice of the letting. If alternative bids apply, the undersigned submits a proposal for each in accordance with the
notice. Any addendums attached will be specifically referenced at the applicable page.
If additional units of material included in the contract are needed, the cost of units must be the same as
that shown in the original contract if accepted by the governmental unit. If the bid is to be awarded on a unit
basis, the Itemization of the units shall be shown on a separate attachment.
The contractor and his subcontractors, if any, shall not discriminate against or intimidate any employee,
or applicant for employment, to be employed in the performance of this contract, with respect to any matter
directly or indirectly related to employment because of race, religion, color, sex, national origin or ancestry.
Breach of this covenant may be regarded as a material breach of the contract.
CERTIFICATION OF USE OF UNITED STATES STEEL PRODUCTS
(!f applicable)
1, the undersigned bidder or agent as a contractor on a public works project, understand my statutory
obligation to use steel products made in the United States (I.C. 5-16-8-2). 1 hereby certify that I and all
subcontractors employed by me for this project will use U.S. steel products on this project if awarded. I
understand that violations hereunder may result in forfeiture of contractual payments.
EXHtBtT E OF�
ACCEPTANCE
The above bid is accepted this day of , subject to the
following conditions:
Contracting Authority Members:
PART It
(For projects of $100, 000 or more — !C 36-1-12-4)
Governmental Unit: City of Richmond
Bidder (Firm)
Summit Environmental
Date (month, day, year): 1118112
These statements to be submitted under oath by each bidder with and as a part of his bid.
Attach additional pages for each section as needed.
SECTION I EXPERIENCE QUESTIONNAIRE
What public works projects has your organization completed for the period of one (1) year prior to the
date of the current bid?
Contract Amount
Class of Work
Completion
Date
Name and Address of Owner
2. What public works projects are now in process of construction by your organization?
Contract Amount
Class of Work
Expected
Completion
Date
Name and Address of Owner
E HIBITPAGE �F G
3. Have you ever failed to complete any work awarded to you? No. If so, where and why?
4. List references from private firms for which you have performed work.
Bryant Griggs - Arcadis 317-231-6500
Jill Best - GES - 800.263-1545 x4365
David Mooney - General Cable - 765-664-2321 ext. 68118
SECTION Il PLAN AND EQUIPMENT QUESTIONNAIRE
1. Explain your plan or layout for performing proposed work. (Examples could include a narrative of when
you could begin work, complete the project, number of workers, etc. and any other information which you
believe would enable the governmental unit to consider your bid. )
Summit will initiate work activities by collection the require samples for the bench scale testing within 15 days
of receiving a signed contract from the City of Richmond. Bench scale results and pilot test design will be submitted
for review within 64 days of award, Upon approval of the Pilot test design, Summit will wordinate with the City of Richmond
and AECOM to finalize the clay cap and pilot test schedules. It is anticipated that a pilot test report will be
submitted for review during the 2nd quarter of 2013 with a full scale implementation goal of 3rd quarter 2013.
2. Please list the names and addresses of all subcontractors (i.e. persons orfirms outside your own firm
who have performed part of the work) that you have used on public works projects during the past five (5)
years along with a brief description of the work done by each subcontractor.
NA
EXHIBIT PAGE 0EQ
3. If you intend to sublet any portion of the work, state the name and address of each subcontractor,
equipment to be used by the subcontractor, and whether you will require a bond. However, if you are
unable to currently provide a listing, please understand a listing must be provided prior to contract
approval. Until the completion of the proposed project, you are under a continuing obligation to
immediately notify the governmental unit in the event that you subsequently determine that you will use a
subcontractor on the proposed project_
1.) Regenesis - 812-923-7999 - Regenox Bench Test, Pilot Testing, Full Scale Implementation
2.) V ronex - 13050 W. 43rd (hive, Suite 100 Golden, CO 80403 - Bench Test, Pilot Test, Full Scale Implementation
4. What equipment do you have available to use for the proposed project? Any equipment to be used by
subcontractors may also be required to be listed by the governmental unit.
1.) Case 850 Dozer
2.) 84 Sheepsfoot Compactor
3.) Komatsu 300 Excavator
4.) Direct Push Drill Rig and Chemical/Grout Pump
Injection and Support Trailer
5. Have you entered into contracts or received offers for all materials which substantiate the prices used in
preparing your proposal? If not, please explain the rationale used which would corroborate the prices
listed.
Yes.
SECTION Ill CONTRACTOR'S FINANCIAL STATEMENT
Attachment of bidder's financial statement is mandatory. Any bid submitted without said financial
statement as required by statute shall thereby be rendered invalid. The financial statement provided hereunder to
the governing body awarding the contract must be specific enough in detail so that said governing body can make
a proper determination of the bidder's capability for completing the project if awarded.
EXHIBIT R PAGE OEQ
SECTION IV CONTRACTOR'S NON — COLLUSION AFFIDAVIT
The undersigned bidder or agent, being duly sworn on oath, says that he has not, nor has any other
member, representative, or agent of the firm, company, corporation or partnership represented by him, entered
into any combination, collusion or agreement with any person relative to the price to be bid by anyone at such
letting nor to prevent any person from bidding nor to include anyone to refrain from bidding, and that this bid is
made without reference to any other bid and without any agreement, understanding or combination with any other
person in reference to such bidding.
He further says that no person or persons, firms, or corporation has, have or will receive directly or
indirectly, any rebate, fee, gift, commission or thing of value on account of such sale.
SECTION V OATH AND AFFIRMATION
I HEREBY AFFIRM UNDER THE PENALTIES FOR PERJURY THAT THE FACTS AND INFORMATION
CONTAINED IN THE FOREGOING BID FOR PUBLIC WORKS ARE TRUE AND CORRECT.
Dated at 12:00 PM
this 8th day of November , 2012
Summit Environmental Services, LLC
{Name of Organization)
NJ
By
Andy Shoulders, Vice Presidnet
{TIUe of Person signing)
ACKNOWLEDGEMENT
STATE OF Indiana }
COUNTY OF Vanderburgh ss
I
Before me, a Notary Public, personally appeared the above -named Andy Shoulders and
swore that the statements contained in the foregoing document are true and correct.
Subscribed and sworn to before me this Z day of No van or , 1-()11-
Notary Public
My Commission Expires,_ _ 6 0' I Cl - I � ,, _1�,
County of Residence: t11� r t
\, 0tikiItt I)//
do
Q ; yoraertiur4
Ca4rger e�CP
�9� 4ays28e$8 � � a
sr+rrlaslo
% O.rQ.1912 ��
EXHIBIT PAGE _U_aF I U
Part of Slate Form 52414 (R 19-10)1 Forth 95 (Revised 2010)
BID OF
Summit Environmental
(cont-aatar)
2125 Glenview Drive
(address)
Evansville, Indiana 47720
FOR
PUBLIC WORKS PROJECTS
OF
Former MGP Site Groundwater Remedlation Project
Filed
Action taken
EXF EI PAGES OFF
Schedule A - Cap Installation Bid Sheet
Former Richmond MCP
UNIT PRICE SCHEDULE,
�y�_
'11Oi
I
x .,,rite rs .yam •�
Zi�'2 `'.:>;=:�YG:'Y""i-� �ry ty}�i��4a iJ:Y..Vfv y •Y"'� _:���:��"_ c:�=F �:y �'I!:D} [,M }f•.e^r`S"..'
^._-...:.e '`+ G"4 r�.A�"-a...�.i:: rfi�.,,:•�.?�.�3%1��ki_:,;`�d"� •v\�I
Mobilization &Site Preparation
_.
}�
�L1
i S
L•.:Y. S ,9`
�y �.+,<F
0 �. 0 c5
;i .y. -+e-
_.:
I
y
�,r'�i Q:�:
7JQ �y e D
2
3
Site Security (Fencing & Gates)
Erosion & Storni ater !Control
LF
LF
9
o 0
550
400
3, 2 00 . o1D
4
Grubbing and Clearing
SF
�, �5�
10,000
g 'ft Vah • OD
5
Cap Material Purchase and Delivery
Tons
1.00
4,600
,414 f y oo . c3
G
Cap Material Placement and Compaction
Tons
f q Q
4,600
$ 6 y (4 t7 . `
7
Topsoil Purchase and Delivet'y
Tons
7 p t3
1,500
2S, 500 ' a°
STT111111
Plneernent and Compaction
Tons
2 , %q
1,500
10
Re -Establishment of Vegetation
SY
0, 65,
71500
-4 c x4 S- ° c
1
1 i
Demobilization
LS
2'C1
t
$ ?., 9 IS-,
Totalprica- -'hovel,. we 5; '�` dollars($
1. Bidder acknowledges that quantities are not guaranteed and final payment will be based on actual quantities determined as provid:d in the contract
documents. Actual cinanti ties may vary from those stated above by in excess of thirty percent (30%) and contractor will not be allowed to adjust unit prices
based on this variance in quantity.
EXHIBiT PAS F t�
Schedule A - Injections Bid Skeet
Former Richmond MGP '
1 Mobilization & Demobillzation
2 Direct Push Soil Sample Collection and Borehole
3 Groundwater Sample Collection
4 Groundwater Monitoring Well installation
S Decontamination
to be con feted between sample points and foIlo
6 Laboratory Beach Test
ineludes laboratory report of sample anal ses ail
7 Final Repast Preparation
Total Price -S'x 4&,,,o Ap,!4, Sur-1, cioliars ( ��, SFF�Z , 00
1. Bidder acknowledges that quantities are not guaranteed and final payment will be based on actual quantities determined as provided in the contract
doaunaents. Actual quantities may vary from those stated above by in excess of thirEy percent (34r) and contractor will not bo allowed to adjust unit prices
based on this variance in quantity.
LSf�(�Zb
1I
OZc7,nc;
Abandonment
LF
7 q
216
$ 5�, 1 Sq c�
Each
$ Sb
9
43'D , OD
Each
$1,Z60
4
siMo.afl
Ving renal samn le correction
Hour
150
i chemical oxidant testing)
LS
be us
HSIK51
S'j5D•O'
1
$5-,5`80,00
IEXHIBITA_ PAGE
SCHEDULE B
LIST OF ADDENDA
List all Addenda received,
NO. TITLE
hEa
Pre -bid meeting sign in and Bench Test Labs 11 -1 -12
2. Response to Questions 11-5-12
is
3,
Y.
au Schedules
Final Wage Determination 11-5-12
DATE
1011512012
EXHIBIT � PAGr= _ OFF
--�--�-
SCHEDULE C
SCHEDULE OF MATERIALS (VARIATIONS AND SOURCES)
'V'AMTIONS (Bidder shall list any proposed vaa-iatious from the specified materials, subject to approval by
Engineer):
MATERIALS SOURCES (Bidder shall list sources ofthe following specified materials)
Clay Cap Material: Wanye County Property Owner - Approximately 10 miles from project location
Erosion control products: D2 Land and Water - Indianapolis, IN
Temporary Fencing & Gates: National Construction Rentals - Dayton, OH
Topsoil: EZ Transport Trucking - Indlanpolis, IN
Seed, Fertilizer, and Amendments: Daylight Landscaping - Evansville, IN
Other:
Bid Schedules
1011 M012
EXHIBIT ar PAGE J_Q
SCHEDULE C
f
SCHEDULE OF MATERIALS - (VARIATIONS AND SOURCES)
VARIATIONS (Bidder shall list any proposed variations from the specified materials, subject to approval by
Engineer):
MATERIALS SOURCES (Bidder shall list sources of the following specified materials)
Injection Material: Regenesis, Mronex, IsoTech
Water Source for Mixing. City of Richmond Public Works
Water Source for Decontamination: City of Richmond Public Works
other:
81d Schedules 1011512012
EXHIBIT PAGE '�QF
SCHEDULE D
LIST OF SUB -CONTRACTORS
Provide the name of each Sub -Contractor proposed for the Work, together with the amount payable to each Sub -Contractor.
Work that will be carried out partly or entirely by Bidder's own form shall be indicated by "Own Forces". Should Bidder wish
to separate the Work into two parts or more to be awarded to two or more Sub -Contractors, without conflicting with the
requirements of the Specifications, such separation shall be indicated below. Bidder shall not be allowed to change any Sub -
Contractor except with the prior consent of the )engineer.
TYPE OF WORK
1.) Trucking
2.) Drilling
3. ) Bench Testing/Pilot Test
4. ) Bench Testing/Pilot Test
NAME AND ADDRYSS
"PROXIMATE VAL I&
EZ Transport - 2803 South Shelby Street $30,000.00
Midway Drilling - Knightstown Indiana $10,000.00
Regenesis $2,500.00
Vironex - 13050 W. 43rd Drive, Suite 100 Golden, CO 80403 $45,000.00
VidSchedules 10l1$12012
EXHIBIT A— PAGE �OF�
SCHEDULE E
LIST OF EQUIPMENT
On this form list all equipment that will be used in the performance of the Work. Such list shall show for
each unit, the description of the unit, capacity, condition, age, present Iocation, the name of the owner of
the equipment, and all-inclusive hourly rates excluding operator. Such equipment shad be subject to
inspection by the Engineer to verify the stated information. The equipment rates provided on this schedule
may be used as the basis for payment of any Time and Materials Work that is deemed necessary by the
Engineer for completion of the Work. Hourly rates wi{f include all operating costs includuzg fuel.
Operator costs should not be included. During the course of the project if additional equipment is required
this fist will be revised and resubmitted to the Engineer.
DESCR-WTION CAPACITY AGE LOCATION GiWNER HOUREYR.iTE
850 Case Dozer 75 HP
Good
2005
Indianapolis
Summit
$75
Komatsu 300 80,O000LB
Good
2005
Indianapolis
Summit
$105
M' Somag Compactor
Good
2005
Richmond
Cat Equip
$55
Bid Schedules 10/1512012
EXHIBIT&_PAGE 114 OFIE
SCHEDULE F
CONSTRUCTION MILESTONES
Bidder shall prepare an initial Progress Schedule, as described in the Specifications, showing all activities
and dependent operations such as plant and equipment mobilization and taking into account the Milestones
listed below. The Bidder's initial Progress Schedule shall be provided with the Bid proposal.
Date Cap Installation Milestone
NOTE: These are tentative dates and are subject to change
l Pre -Bid Meeting October 18, 2012
2 Bids Due November S, 2012
3 Mobilization Spring 2013
S Demobilization Complete Fall 2013
Sample Collection and Analysis- Feb 2013
Bench Scale Test - March 2013
Pilot Test Implementation - June 2013
Soli Cap Implementation - July 2013
Full Scale ISCO Injection - August 2013
Final Site Grading 1 Hydroseed - October 2013
l BIC( Schedules 1011512012
1-
FXHIBIT,8�
SCHEDULE F
CONSTRUCTION MILESTONES
Bidder shall prepare an initial Progress Schedule, as described in the Specifications, showing all activities
and dependent operations such as plant and equipment mobilization and taking into account the Milestones
listed below. The Bidder's initial Progress Schedule shall be provided with the Bid proposal.
Date )injection Milestone
NOTE, These are tentative dates and are subject to change
1 Pre -Bid Meeting October 18, 2012
2 Bids Due November 8, 2012
3 Mobilization Winter 2013
S Demobilization Complete F2112013
Because Project Milestones are linked between Injection and Cap Implentation, Summit has
provided an overal milestone list on the previous page.
..
Bid Schedules 1011 b1 =
l
SCHEDULE G EXHlB T PAGE _[U OF
LIST OF PERSONNEL
List the names of the principal personnel who will be assigned to the Work, including the superintendent, their
experience, and their hourly billing rate (not pay rate). List all categories of personnel and hourly rates for non -
principal personnel. This information shall be for the use of the Engineer, and such personnel shall be subject to
the approval of the Engineer and Owner. The labor rates provided maybe used as the basis for payment of arty
Time and Materials Work that is deemed necessary by the Engineer for completion of the Work.
NAME
POSITION
EXPERIENCE
HOURLY RATE
Adam Certain
Manager
11 years
$80
Frank Clark
Superintendent
22 years
$65
Larry Fox
Operator
20+ years
Per Wadge Determination
Fred Williams
Operator
15 years
Per Wadge Determination
Jeff M cK nney
Superintentent
20+ years
$65
Bid Schodules 10115/2012
EXHIBIT PAGE OF�
FINAL WAGE DETERMINATION
This is the final wage determination applicable to this project.
For any questions concerning Davis Bacon Requirements please contact
8omer Stephens at 317-984-8639
I
EXHIBIT _ _ PAGE OF
General Decision Number: IN120006 10/26/2012 IN6
Superseded General Decision Number: IN20100006
State: Indiana
Construction Types: Heavy and Highway
Counties: Adams, Allen, Bartholomew, Benton, Blackford,
Boone, Brown, Carroll, Cass, Clark, Clay, Clinton, Crawford,
Daviess, Dearborn, Decatur, DeKalb, Delaware, Dubois, Elkhart,
Fayette, Floyd, Fountain, Franklin, Fulton,, Gibson, Grant,
Greene, Hamilton, Hancock, Harrison, Hendricks, Henry, Howard,
Huntington, Jackson, Jasper, Jay, Jefferson, Jennings, Johnson,
Knox, Kosciusko, Lagrange, Lawrence, Madison, Marion, Marshall,
Martin, Miami, Monroe, Montgomery, Morgan, Newton, Noble, Ohio,
Orange, Owen, Parke, Perry, Pike, Posey, Pulaski, Putnam,
Randolph, Ripley, Rush, Scott, Shelby, Spencer., Starke,
Steuben, Sullivan, Switzerland, Tippecanoe, Tipton, Union,
Vanderburgh, Vermillion, Vigo, Wabash, Warren, Warrick,
Washington, Wayne, Wells, White and Whitley Counties in Indiana.
* EXCEPT LAKE, LAPORTE, PORTER AND ST. JOSEPH COUNTIES HEAVY
AND HIGHWAY CONSTRUCTION PROJECTS
Modification Number
Publication Date
0
01/0-6/2012
1
01/13/2012
2
01/27/2,012
3
02/03/2012
4
02/17/2012
5
02/24/2012
6
03/02/2012
7
03/23/2012
8
03/30/2012
9
04/06/2012
10
04/13/2012
11
04/27/2012
12
05/11/2012
13
05/18/2012
14
D6/01/2012
15
06/08/2012
16
06/15/2012
17
06/22/2012
18
06/29/2012
19
07/06/2012
20
07/13/2012
21
07/Z0/2012
22
07/27/2012
23
.08/03/2012
24
08/10/2-012
25
08/11/2.012
26
09/2412012
27
08/31/2012
28
09728/2012
29
10/26/2012
ASBE0008--004 07/01/2012
http://www.wdol.gov/wdol/Sr,afiles/davisbaconAN6.dvb?v=29
Page 1 of 38
10131/2012
I
E �
EXHIBIT PAGE ' D OF, & Page 2 of 38
DEARBORN, FAYETTE, FRANKLIN, OHIO, RIPLEY SWIT'ZERLAND AND UNION
COUNTIES
Rates
Asbestos Workers/Insulator
(Includes application of all
insulating materials,
protective coverings,
coatings & finishings to all
types of mechanical systems).....$ 28.50
HAZARDOUS MATERIAL HANDLER
(Includes preparation.,
wettings, stripping, removal,
scrapping, vacuuming, bagging
& disposing of all insulation
materials, whether they
contain asbestos or not, from
mechanical systems) ..............$ 23.75
ASBE0018-004 06/01/2011
Fringes
13.22
11.20
-----------------------
BARTHOLOMEW, BENTON, BOONE, C"ARROLL, CLINTON, DELAWARE,
FOUNTAIN, HAMILTON, HANCOCK, HENDRIC5S, HOWARD, JOHNSON,
MADISON, MARION, MONROE, MONTGOMERY, MORGAN, SHELBY,
T'IPPECANOE, TIPTON, AND WARREN COUNTIES":
Rates Fringes
ASBESTOS WORKER/BEAT & FROST
INSULATOR (includes
application of all insulating
materials, protective
coverings, coatings and
finishings to all types of
mechanical systems) ..............$ 31.23 14.60
HAZARDOUS MATERIAL HANDLER
(includes preparation,
wettings, stripping, removal,
scrapping, vacuuming, bagging
& disposing of all
insulation materials, whether
they contain asbestos or not,
from mechanical systems) ......... $ 18.75 9.70
ASBE0037-004 04/01/2012
DAVIESS, DUBO"IS, GIBSON, KNOX, MARTIN, PIKE, POSEY, SPENCER,
SULLIVAN, VANDERBURGH AND WARRICK COUNTIES
Rates Fringes
ASBESTOS WORKER/HEAT & FROST
INSULATOR (includes
application of all .insulating
materials protective
http://www.wdol.,gov/wdol/scaMes/davisbaconlIN6.dvb?v--29
10131/2012
EXi-i�B1T PAGE OF;
Page 3 of 38
coverings, coatings an
finishes to all types of
mechanical systems. Also the
application of firestopping,
material openings and
penetrations in walls,
floors, ceilings, curtain
walls and all lead abatement.) ... $ 29.45 15.21
HAZARDOUS MATERIAL HANDLER
(includes preparation,
wetting, stripping, removal,
scrapping, vacuuming, bagging
and disposing of all
insulation materials, whether
they contain asbestos or not,
from mechanical systems) ......... $ 19.35 10.35
* ASBE0041-002 07/01/2012
ADAMS, ALLEN, BLA,CKFORD, DE.KALn, GRANT, HUNTINGTON, JAY,
MIAMI, NOBLE, STEUBEN, WABASH, WELLS AND WHITLEY COUNTIES:
Rates Fringes
ASBESTOS WORKER/HEAT & FROST
INSULATOR (includes
application of all insulating
materials, protective
coverings, coatings and
finishings to all types of
mechanical systems) ..............$ 29.73 12.93
HAZARDOUS MATERIAL HANDLER
(includes preparation,
wettings, stripping, removal,
scrapping, vaccuming, ,bagging
& disposing of all insulation
materials, whether they
contain asbestos or not, from
mechanical systems) ..............$ 21.15 12.20
ASB'E0051-003 04/01/2012
CLARKE, FLOYD, HARRISON and 7ENNINGS COUNTIES,
Rates
ASBESTOS WORKER/HEAT & FROST
INSULATOR (Includes
application of all insulating
materials, protective
coverings, coatings and.
€inishings to all types of
mechanical systems) ..............$ 24.67
HAZARDOUS MATERIAL HANDLER
(includes preparation,
,wettings, stripping, removal,
scrapping, vaccuming, bagging
& disposing of all insulation
materials, whether they
Fringes
11.08
hq:/lwww.wdol.gov/wdol/scafi[es/davisbacoz4T6.dvb?v=29 10/31/2012
EXHIBIT PAGE D _
contain asbestos or not, from
mechanical systems) ..............$ 19.35 10.35
------------------------------.._----------------------------_-----
ASEE0079-002 07/01/2008
RANDOLPH AUD WAYNE COUNTIES
Rates Fringes
ASBZSTOS WORKER/HEAT & FROST
INSULATOR (Includes
application, of all insulating
materials, protective
Coverings, coatings &
finishings to all types of
mechanical systems) ..............$ 22.25 8.89
HAZARDOUS MATERIAL HANDLER
(Includes preparation,
wetting, stripping, removal,
scrapping, vacuuming,. bagging
& disposing of all insulation
materials, whether they
contain asbestos or not, from
mechanical systems)) .............$ 22,60 9.40
BRIN0003-001 06/01/2012
INDIANAPOLIS
BOONE, HANCOCK, HENDRICKS, JOHNSON, MARION, MONTGOMERY, MORGAN
and SHELBY -COUNTIES
Rates Fringes
Bricklayer, Stone Mason,
Pointer, Caulking ..... ...........
$ 29.75
10.23
TERRAZZO FINISHER .................
$ 18.96
6.30
TERRAZZO WORKER/SETTER ...........
$ 29.58
9.93
Tile & Marble Finisher ...........
$ 19.83
6.32
Tile, Marble Setter ..............
$ 28.99
9.83
BRIN0004-004 06/01/2012
FORT WAYNE
ADAMS, ALLEN, DEKALB, HUNTINGTON, NOBLE, STEUBEN, WELLS AND
WHITLEY COUNTIES;
Rates Fringes
BRICKLAYER (STONE MASON,
MARBLE MASONS, POINTER,
CLEANER, AND CAULKER) ............
$ 28.06
11.88
Terrazzo Grinder Finisher ........
$ 24.01
8.45
Terrazzo Worker Mechanic .........
$ 28.52
10.35
Tile Setter. & Marble Mason
Mechanic....._ ...................$
25.61
10.35
Tale, Marble & Terrazzo
Finisher .........................$
----------------------------------------------------------------
2G.84
8.45
Page 4 of 3 8
http://www.wdol.gov/wdol/scatiles/davisbacon/IN6.dvb?�--29 10/31/2012
EXHIBIT PACE(p F Page 5 of 38
l
BRIN0004-009 06/01/2012
BARTHOLOMEW, BROWN, DEARBORN, DECATUR, JENNINGS, MONROE, OHIO,
OWENS, RIPLEY and SWITZERLAND COUNTIES
Rates Fringes
Bricklayer, Stonemason ........... $ 27.20 9.95
TERRAZZO FINISHER ................$ 18.96 6.30
TERRAZZO WORKER/SLITTER........... $ 29.58 9.93
Tile & Marble Finisher ........... $ 19.83 6.32
Tile, Marble Setter ..............$ 28.99 9F.63
13RIN0004-010 06/01/2012
Rates Fringes
BRICKLAYER
CLARK, FLOYD, & HARRISON
COUNTIES
BRICKLAYERS,. STONEMASONS
AND CEMENT MASONS ..........
$ 24.11
10.07
TILE, MARBLE AND TERRAZZO
WORKERS ........ ............
$ 22.64
6.05
POSEY, VANDERBURGH AND
WARRIGK COUNTIES
BRICKLAYERS, MASONS ........
$ 28.47
12.89
TILE, MARBLE AND TERRAZZO
WORKERS ....................$
23.72
8.71
----------------------------------------------------------------
BRIN0004-015 06/01/2012
TERRE HAUTE
CLAY, DAVIESS, GIBSON, GREENE, KNOX, MARTIN, PARKE,
PIKE,
PUTNAM, SULLIVAN, VERMILLION and
VIGO COUNTIES
Rates Fringes
BRICKLAYER
BRICKLAYERS, STONE MASONS
and POINTER/
CLEANER/CAULKER.............
$ 29.40
10.95
CEMENT MASON (GREENE and
SULLIVAN COUNTIES) ..........
$ 27.05
10.95
CEMENT MASON (REMAINING
COUNTIES) ..................$
27.30
10.85
TERRAZZO FINISHERS ...........
$ 18.96
6..30
TERRAZZO WORKER .............$
29.58
9.93
TILE AND MARBLE FINISHERS....$
19.83
6.32
TILE LAYER,MARBLE MASON,
MOSAIC WORKER .................
$ 2-8.99
9.93
----------------------------------------------------------------
BRIN0004-016 06/01/2012
MUNC I E
BLACKFORD, DELAWARE, FAYETTE, FRANKLIN,
HAMILTON,
HENRY, ,TAY,
MADISON, RANDOLPH, RUSH, TIPTON,
UNION and WAYNE
COUNTIES
http://wvvw.wdol.gov/wdoi/scaf 1es/davisbacon/IN6.dvb?v=29 10/31/2012
le
EXHIBIT PAGE �,i)�� Page 6 of 38
y
Rates
Fringes
Bricklayer, Stonemason,
Pointer, Caulker & Cleaner .......
$
28.05
12.34
TERRAZZO FINISHER .......... .....$
18.96
6.30
TERRAZZO WORKER/SETTER ...........
$
29.58
9.93
Tile & Marble Finisher .......... A
19.83
6.32
Tile & Marble Setter; Mosaic
Worker ...........................$
28.99
9.83
._
------------------------------------------------
BRINDOO.S-001 03/06/2012
MERRILLVILLE
JASPER, NEWTON & STARKE COUNTIES
Rates
Fringes
Bricklayer, Stone Mason,
Marble Mason, Terrazzo
Worker, Tile Layer, Pointer,
Cle ..............................$
35.87
19.55
Tile, Marble & Terrazzo Worker ...
$
35.87
19.55
BRIN0011-001 06/01/2012
LAFAYETTE
BENTON, CARROLL, CLINTON, FOUNTAIN,
TIPPECANOE,
WARREN and
WHITE COUNTIES
Rates Fringes
Bricklayer, Stonemason,
Pointer, Caulker & Cleaner .......
$ 27.00
13.19
TERRAZZO FINISHER ................
$ 18.96
6.30
TERRAZZO WORKER/SETTER ...........
$ 29.58
9.93
Tile & Marble Finisher ...........
$ 19.83
6.32
Tile & Marble Setter; Mosaic
Worker ...........................$
28.99
9.83
----------------------------------------------------------------
MNO-018--002 06/01/2012
CASS, ELKHART, FULTOId, GRANT, HOWARD, KOSCUISKO,
LAGRANGE,
MARSRALL, MIAMr, PULASKI, WABASH
Rates Fringes
Bricklayer, Caulker, Cleaner,
Pointer ..........................$ 27.61 12.14
----------------------------------------------------------------
CARP0107-010 C14/01/2010
ADAMS, CASS, ELKHART, FULTON, GRANT, HOWARD, HUNTINGTON,
KOSCIUSKO, MARSHALL, MIAMI, TIPTON, WABASH AND WELLS COUNTIES:
Rates Fringes
http://wwvv.wdol.govlwdol/sca£des/davisbacon/IN6.dvb?v=29 10/31/2012
Page 7 of 38
CARPENTER ........................$ 24.53 12.94
----------------------------------------------------------------
CARP0108-002 06/01/2012
BENTON, CARROLL, CLINTON, PULASKI, TIPPECANOE, WARREN AND WHITE
COUNTIES
Rates Fringes
CARPENTER ........................$ 26.56 15.95
----------------------------------------------------------------
CARP0109-002 04/01/2012
DAVIESS, "GIBSON, GREENE, KNOB, LAWRENCE, MARTIN, ORANGE AND
SULLIVAN COUNTIES:
Rates Fringes
CARPENTER ........................$ 23.93 15.78
----------------------------------------------------------------
CARP0111--002.04/01/2012
BOONE, CLAY, FOUNTAIN, HAMILTON, HANCOCK, HENDRICKS, JOHNSON
(Townships of Clark, Camp Atterbury north of Hospital Road,
Pleasant, White River), MONROE, MONTGOMERY, MORGAN, OWEN,
PARKE, PUTNAM, VERMILLION AND VIGO COUNTIES
Rates Fringes
CARPENTER..... ...................$ 24.76 15.21
----------------------------------------------------------------
CARP0111-003 04/01/2012
BARTHOLOMEW, BROWN,(Camp Atterbury south of Hospital Road),
DECATUR, FRANKLIN, JOHNSON (Townships of Blue River, Franklin,
Hensley, Needham, Nineveh, Union) , RUSH AND SHELBY COUNTIES
Rates Fringes
CARPENTER ........................$ 24.32. 15.21
CARP0111-004 04/01/2012
MRRION COUNTY
Rates Fringes
CARPENTER ......... ................$ 25.87 15.21
----------------------------------------------------------------
CARP0111-005 04/01/2012
BLACKFORD, DELAWARE, FAYETTE, HENRY, JAy, MADISON, RANDOLPH,
UNION AND WAYNE COUNTIES
Rates Fringes
hitp://www.wdol.gov/wdol/sr,afiles/davisbaoonffN6.dvb?v=29 10131/2012
C HiBiT� .PAGE -..��0�
Page 8 of 38
S
CARPENTER ........................$ 24.62 15.21
----------------------------------------------------------------
CARP0232-003 04/01/2012
ALLEN, DEKALB, LAGRANGE, NOBLE, STEUBEN and WHITLEY COUNTIES
Rates Fringes
CARPENTER ........................$ 24.70 14.57
----------------------------------------------------------------
CARP0999-001 06/01/2012
JASPER, NEWTON AND STARKE COUNTIES
'Rates Fringes
CARPENTER ..........35.42 23.70
-CARP0999--002 04/01/2012
CRAWFORD, DUBOIS, PERRY, PIKE, POSEY, SPENCER, VANDERBURGH AND
WARRICK COUNTIES:
Rates Fringes
CARPENTER ........................$ 23.60 15.71
----------------------------------------------------------------
CARP0999-004 04/01/2012
DEARBORN, JACKSON, JENNINGS, OHIO, RIPLEY AND SWITZERLAND
COUNTIES
Rates Fringes
CARPENTER ........................$ 24.12 15.19
----------------------------------------------------------------
CARP0999-005 04/01/2012
CLARET, FLOYD, HARRISON, JEFFERSON,SCOTT AND WASHINGTON COUNTIES
Rates Fringes
CARPENTER ... ....................$ 23.47 15.84
----------------------------------------------------------------
CARP1031-012 06/01/2011
C',ARK, FLOYD, HARRISION AND WASHINGTON COUNTIES
Rates Fringes
MILLWRIGHT .......................$ 24.65 17.57
*~ELEC001Z-003 04/01/2012
CRAWFORD, DAVIESS, DUBOIS, GIBSON, LAWRENCE, MARTIN, ORANGE,
PERRY, PIKE, POSEY, SPENCER, 'VANDERBURGH, WARRICK
hq://www.wdol.govtwdol/scafiles/davisbarondN6.dvb?v=29
10/31/2012
. _ . .. EXHIBIT PAGE . Q-
i --- - Page 9 of 38
'f i
Rates Fringes
a
ELECTRICIAN ......................$ 39.13 13.81
_-___--------------------------_---_-----------_--------
ELECO071-006 01/16/2012
DEARBORN, OHIO, and SWTIZERLAND COUNTIES
Rates Fringes
Line Construction:
Equipment Operator .......... ,$ 29.03 10.65
Groundman................... $ 20.96 9.40
Lineman & Cable Splicers .... $ 32.25 11.77
---------------- W----------------------- --------------------------
ELMC0153-003 03/01/2012
i
ELKHART, KOS.CIUSKO and MARSHALL COUNTIES
Rates Fringes
Communication Technician ......... $ 24.58 12.05
ELECTRICIAN........_ ..............$ 30.25 17.81
Includes the installation, operation, inspection,
modification, maintenance and repair of systems used for
the transmission and reception of signals of any nature, �
for any purpose, including but not limited to , sound and
voice transmission/transference systems, communication
systems that transmit or receive information and /or
control systems, television and video systems,
micre-processor controlled fire alarm systems, and security j
systems and the performance of any task directly related to
such installation or service. The scope of work shall i
exclude the installation of electrical power wiring and the
installation of conduit raceways exceeding fifteen (15) :I
feet in length,
----------------------------------------------------------------
ELECO212-009 05/28/2012
DEAR80RN, DHZO, and Si'QITZERLAND COUNTIES
l`
I `
Rates Fringes j
ELECTRICIAN. ......................$ 26.11 15.42 i
-
ELEC0305-003 01/01/2012 - _
i
ADAMS, ALLEN, DE KALB, FiUNTINGTON, NOBLE, STEUBEN, WELLS, and
WHITLEY COUNTIES
Rates Fringes
ELECTRICIAN ......................0 29.96 13.56
---------------------.._--_----------- --_-_----------------------------
ELEC0369-005 05130/2.012
CLARK, FLOYD, and HARRISON COUNTIES
htip,//www.w.dol.gov/wdoUscafiies/davisbaeon/N6.dvb?v=29 10/31/2012
EXHIBIT PAGE _ ' 0 Page 10 of 38
Rates Fringes
ELECTRICIAN ......................$ 29.32 13.78
Line Construction:
Groundman...................$ la.8-3 6.35
Lineman; Equipment Operator.$ 22.25 6.36
---------------------------------------------------------------
ELEC0481-003 01/01/20-09
BARTHOLOMEW, BOONE, DECATUR, HAMILTON, HANCOCK, HENDRICKS,
JENNINGS, JOHNSON, MADISON, MARION, MONTGOMERY, MORGAN, PUTNAM,
RIPLEY, RUSH AND SHELBY COUNTIES
Rates Fringes
ELECTRICIAN ......................$ 31.45 14.74
----------------------------------------------------------------
ELEC0668-002 06/01/2012
BENTON, CARROLL, CASS, FULTON, TIPPECANOE and WHITE COUNTIES
Rates Fringes
ELECTRICIAN ......................$ 30.90 14.99
FOOTNOTE: a. PAID HOLIDAYS: New Years Day, Memorial Day,
July 4th, Labor Day, Veterans Day Thanksgiving Day and
Christmas Day
-ELEC0702-003 07/02/2012
DUBOIS., GIBSON, PERRY, PIKE, POSEY, SPENCER AND VANDERBURGH
COUNTIES
Rates Fringes
Line Construction:
GROUNDMAN, Class A ..........
$ 23.79
12.66
GROUNDMAN--EQUIPMENT
OPERATOR (All other
equipment) ..................$
30.16
14.51
HEAVY -EQUIPMENT OPERATOR
(All crawler type
equipment D-4 and larger)...$
34.40
15.74
LINEMAN .....................$
41.91
17.91
----------------------------------------------------------------
ELEC0725-003 01/01/2011
CLAY, GREENE, OWEN, PARKE, SULLIVAN AND VIGO
COUNTIES
Elates
Fringes
ELECTRICIAN ......................$
33.15
23% $5.64
ELEC0725-DO7 09/01/1999
CLAY, GREENE, OWEN, PAHKE, SULLIVAN AND VIGO
COUNTIES
hop/www.wdol.gov/wdol/scafiles/davisbaconlN6.dvb?v--29 10/31/201.2
[EXHIBIT PAGE
Rates Fringes
Communication Technician ......... $ 18.70 3.80+3%
Includes the installation, operation, inspection,
maintenance, repair and service of radio, television,
recording, voice sound and vision production and
reproduction apparatus, equipment and appliances used for
domestic, commercial, education, entertainment and private
telephone systems.
----------------------------------------------------------------
ELECO855-001 06/01/2012
FAYETTE, FRANKLIN, HENRY, RANDOLPH, UNION AND WAYNE COUNTIES
Rates Fringes
ELECTRICIAN ......... ............. $ 32.37 12.24
----------------------------------------------------------------
ELECO873-002 03/01/2012
CLINTON, GRANT, HOWARD, MIAMI, TIPTON AND WABASH COUNTIES:
Rates Fringes
ELECTRICIAN ......................$ 32.03 11.75
----------------------------------------------------------------
ELEC1393-001 12/06/2010
REMAINING COUNTIES
Rates Fringes
Line Construction:
EQUIPMENT OPERATOR
(Backhoes over 1/2 yard
bucket capacity, cranes
rated at 15 ton or more
capacity) 95% J.L. rate.....$
32.00
4.75+27.75%
GROUNDLAN TRUCK DRIVER ......
$ 21.51
4.75+27,75%
GROUNDMAN, EQUIPMENT
OPERATOR: Diggers, 5th
wheel type trucks, crawler
type, D-4 and smaller,
bucket trucks and live
boom type Line trucks .......
$ 24.67
4.75+27.75%
GROUNDMAN...................$
18.69
4.75+27.75%
LINEMAN .....................$
32.00
4.75+2-7.75%
----------------------------------------------------------------
ELFC1393-002 12/06/2010
NEWTON COUNTY
Rates Fringes
Line Construction:
EQUIPMENT OPERATOR
(Backhoes over 1/2 yard
bucket capacity, cranes
Page 11 of 38
http://www.wdol.gov/wdollseafiles/davisbacon/IN6.dvb?v=29 10/31/2012
EXHIBIT PAGE (Jk-.Q
rated at 15 ton or more
capacity) 95% J.L. rate.....$
32.00
4.75+27.75%
GROUNDMAN TRUCK DRIVER ......
$ 21.51
4.75+27.75%
GROUNDMAN, EQUIPMENT
OPERATOR: Diggers, 5th
wheel type trucks, crawler
type, D--4 and smaller,
bucket trucks and live
boom type line trucks .......
$ 24.67
4.75+27.75%
GROUNDMAN.......... .........
$ 18.69
4.75+27.75%
LINEMAN .....................$
32.00
4-75+27.751
----------------------------------------------------------------
ENGIO103--003 04/01/2012
INCLUDING UNDERGROUND AND UTILITY
CONSTRUCTION
REMAINING COUNITES
Rates
Fringes
Power equipment operators:
GROUP
1.....................$
30.25
14.40
GROUP
2.....................$
28.53
14.40
GROUP
3.....................$
27.61
14.40
GROUP
4.....................$
26.11
14.40
POWER EQUIPMENT OPERATOR CLASSIFICATIONS
GROUP 1: Air compressors in manifold with throttle valve;
Asphalt plant engineer; Auto grade or similar type machine;
Auto patrol; Backhoe or farm -type tractor, 45 hp and over;
Ballast regulator (RR); Bituminous mixer; Bituminous paver;
Bituminous plant engineer; Bulldozer; Caisson drilling
machine; Cherry picker, 15 ton or over; Chip spreader;
Concrete mixer 21 cu. ft. or over; Core drilling machine;
Crane or derrick with any attachment (including clamshell,
dragline, shovel, Backhoe, etc.); Dredge engineer; Dredge
operator; Drilling machine on which the drill is an integral
part; Earth mover, rubber -tired (paddle wheel, 616, 631,
TS-24 or similar type); Earth mover, rubber -tired, tandem
($0.50 per hour additional for each bowl); Elevating
grader; Fork lift, 10 ton or over; P.C.C. formless paver
post driver; Highlift shovel, 1 1/2 cu. yd. or over; Hoist,
2-drums and over; Helicopter, crew; Hydraulic boom truck;
keystone, skimmer scoop; Loader, self-propelled (belt,
chain, wheel).; Locomotive operator; Mechanic, Mucking
machine; Panel board concrete plant, central mix type;
Paver, Hetherington; Pile driver, skid or crawler; Road
paving mixer; Rock breaking plant; Rock crushing plant,
portable; Roller '(asphalt, waterbound macadam, bituminous
macadam, brick surface); Roller with dozer blade; hoot
rake, tractor --mounted; Self-propelled widener; Stump
remover, tractor -mounted; Surface heater and planer; Tandem
push tractor ($0.50 per hour additional.); Tractor, boom;
Winch or hoe head; Tractor, push; Tractor with scoop;
Tractor -mounted spreader; Tree mover; Trench machine, over
24"; Tug boat operator; Well drilling machine; Winch truck
with A -frame
GROUP 2: Aar compressor with throttle valve or clever
Page 12 of 38
http://www.wdol.gov/wdol/scafiles/`davisbaconlIM6.dvb?v=29-
10/31/2012
FXHIBIT�2 PAGE -Ut- ,jjj
Page 13 of 38
brooks -type combination; Backfiller; Backhoe on farm -type
tractor, under 45 hp; Bull float; Cherry picker under 15
ton; Chip spreader, self --propelled; Concrete pump; Concrete
mesh depressor, independently
operated; Concrete spreader, power -driven; End loader under
1/2 cu. yd.; Excavating loader, portable; Finishing machine
and 'bull float; Gunite machine; Head greaser; Mesh or steel
placer; Multiple tamping machine (RR); P.C.C. concrete belt
placer; Pull grader, power control; Refrigerating machine,
freezing operation; Ross carrier; Sheepfoot roller
(self-propelled); Tamper (multiple vibrating, asphalt,
waterbound macadam, bituminous macadam, brick surface);
Trench machine, 24" and under; Tube float; Welder
GROUP 3: Assistant plant engineer; Base paver (lersey or
similar type machine); Concrete finishing machine; Concrete
mixer, less than 21 cu. ft.; Curb machine; Farm tractor,
including farm tractor with all attachments except backhoe
and including high lift end loadere of 1 cu. yd. capacity
or Less; Fire tender on boiler; Hoist, 1 drum; Operator, 5
pieces of .minor equipment; Paving breaker; Power broom,
self-propelled; Roller, earth and sub -base material; Slurry
seal machine; Spike machine (RR); Tamper (multiple
vibrating, earth and sub -base material); Throttle valve and
fire tender combination on horizontal or upright boiler;
Tractaire with drill; Tractor, 50 h.p. or over; Well point
system; Widener, APSCO or similar type
GROUP 4: Air compressor; Assistant to engineer, oiler;
Automatic dry batch plant; Bituminous distributor;
Bituminous patching tamper; Belt spreader; Broom and belt
machine; Chair cart, self-propelled; Coleman -type screen;
Conveyor, portable; Digger post hole, power -driven; Fork
lift, under 10 ton; Form grader; Form tamper, motor -driven;
Generator; Hetherington driver; Hydra seeder; Operator, 1
through 4 pieces of minor equipment; Outboard or inboard
motor boat; Power curing spraying machine; Power saw,
concrete, power -driven; Pug mill; Pull broom, power -type;
Seaman tiller; Straw blower or brush mulcher; striping
machine paint, motor -driven; Sub grader; Tractaire,
Eractor, below 50 h.p.; Truck crane oiler, driver;
Spreader; Water pump; Melding machine, 2 of 300 amps or over
-------------------------------------------------------------
ENG10150-009 04/01/2012
HEAVY, HIGHWAY AND RAILROAD CONSTRUCTION
ELKHART, FULTON, JASPER, KOSCIUSKO, LAGRANGE, MARSHALL, NEWTON,
NOBLE., PULASKI, and STARKS COUNTIES
Rates Fringes
Power equipment operators:
GROUP
1.....................4
28.60
20.10
GROUP
2.....................$
27.00
20.10
GROUP
3.....................$
25.70
20.10
GROUP
4.....................$
24.30
20.10
-GROUP
5.....................$
21.05
20.10
http://Svc+ww.wdol.gov/wdol/scaffles/daAsbacon/IN6.dvb?v--29 10/31/2012
kk1BIT WAGE 0F
POWER EQUIPMENT OPERATOR CLASSIFICATIONS
GROUP 1: Air compressors in manifold with throttle valve;
Asphalt plant engineer; Auto grade or similar type machine;
Auto patrol; Automatic Sub -Grade; Backhoe or farm type
tractor, 45 hp and over; Ballast regulator (RR); Barrier
Wall Machine; Batch Plants (Concrete & Asphalt); B
ituminous mixer; Bituminous paver; Bituminous plant
engineer; Boring Machine; Bulldozer; Caisson drilling
machine; Cherry picker, 15 ton or over; Chip spreader;
Concrete mixer, 21 cu. ft. or over; Concrete Balt•Piacer;
Concrete Pager; Concrete Pump (Truck Mounted); Concrete Saw
(track mounted); Concrete Spreader (power driven); Core
drilling machine; Crane or derrick with any attachment
(including clamshell, dragline, shovel, backhoe, etc.);
Curb Machine; Gutter Machine; Dredge engineer; Dredge
operator; Drilling machine on which the drill is an
integral part; Earthmover, rubber -tired (paddle wheel, 616,
631, TS-24 or similar type); Earthmover, rubber -tired,
tandem (.50 per hr. additional for each bowl); Elevating
Grader; Forklift (10 ton or over); P.C.C. Formless Paver;
Gradall; Gravel. Processing Plant (portable); Operator of
Guard Rail Post Driver; Highlift Shovel 1-1/2 cu.yd. or
over) Prame; Hoist (2 drum. & over); Helicopter crew,
Hydraulic boom truck; Hydraulic Excavator; Loaded -Self
propelled (belt chain wheel); Laser Screed; Locomotive
operator; Mechanic; Mucking machine; P.C.C. Concrete Belt
Placer; Panel board concrete plant (central mix type);
Paver (Hetherington); Pavement Breaker; Pile driver, skid
or crawler; Road paving mixer; Rock breaking plant; Rock
crushing plant (portable); Roller (asphalt, waterbound
macadam, bituminous macadam, brick surface); Roller with
dozer blade; Goad Widener; Root rake (tractor -mounted);
Roto Mill Grinder; Self-propelled widener; Stump remover;
surface heater and planer; Tandem push tractor ($0.50 per
hour additional); Tractor, boom; Winch or hoe head; Tractor
(push); Tractor with scoop; Tractor -mounted .spreader; Tree
mover; Trench machine, over 24"; Tug boat operator; Well
drilling machine; Widener (Apsco or similar type); Winch
truck with A -frame
GROUP 2: Air compressor with throttle valve or Clever Brooks
type combination; Backfiller; Farm type tractor (under 45
H.P.); Cherry picker under 15 ton; Chip spreader
(self-propelled); Concrete pump (trailer type); Concrete
mesh depressor, independently operated; End loader under 1
1/2 cu. yd.; Excavating loader (portable); Finishing
machine and bull float; Gunite machine; Hydraulic Power
unit; Head greaser; Mesh or
steel placer; Multiple tamping backhoe on machine (RR); Bull
float (bidwell Machine); Refrigerating machine -operation;
Ross Carrier; Sheepfoot roller (self-propelled);
Tamper -Multiple Vibrating (Asphalt, Waterbound, Macadam,
Bituminous Macadam, Brick surface); Trench machine (24" and
under); Tube float; Water Pull/Wagon; Welder
GROUP 3: Plant engineer; Base paver (Jersey or similar type
machine); Concrete finishing machine; Concrete mixer, less
than 21 cu. ft.; Curb machine; Farm tractor, including farm
tractor with all attachments except backhoe and including
Page 14 of 38
r
http://vrww.wdol.goy/wdol/seaf les/davisbaoon/IN6.dvb?v 29
10/31/2012
EKHI�IT PAG OF
w
Page 15 of 38
�r
high lift end loaders of 1 cu. yd. capacity or less;
Fireman, on boiler; Hoist, 1 drum; Operator, 3-5 pieces of
minor equipment; Paving breaker; Power broom,
self-propelled; Roller, earth and subbase material; Power
Saw -Concrete (Power Driven); Slurry seal machine; Spike
machine (RR); Sub -surface Material Distributor; Tamper
(multiple vibrating, earth and sub -base material), Throttle
valve; Throttle Valve and fireman combination on horizontal
or upright boiler; Tractaire with drill; Well Point
GROUP 4: Air compressor; Assistant to engineer, oiler;
Bituminous patching tamper; Belt spreader; Broom and belt
machine; Chair cart, self --propelled; Coleman -type screen;
Conveyor, portable; Deck -hand Digger post hole,
power -driven; Forklift, under 10 ton.; Form grader; Form
tamper, motor -driven; Generator; Hetherington driver; Hydra
seeder; Mechanic heater; Operator, 2 pieces of minor
equipment; Outboard or inboard motor boat; Power curing
spraying machine; Pug mill; Pull broom, power type; Seaman
tiller; Skid steer loader over 3/4 cu. yd.; Straw blower or
brush mulcher; Striping machine paint, motor -driven;
Sub -grader; Tractaire; Tractor, below 50 h.p.; Truck crane
oiler; Spreader; Water pump
GROUP 5: Skid steer loader under 3/4 cu. yds
ENG10150-039 06/01/2012
UNDERGROUND & UTILITY CONSTRUCTION.
JASPER, NEWTON, PULASKI AND STARKE COUNTIES:
Rates Fringes
Power equipment operators:
GROUP
1.....................$
38.45
24.93
GROUP
2.....................$
37.65
24.93
GROUP
3.....................$
33.35
24.93
GROUP
4.....................$
31.15
24.93
POWER EQUIPMENT OPERATOR CLASSIFICATIONS
GROUP 1: Mechanic; Asphalt plant.; Autograde; Batch plant;
Benoto (requires 2 engineers); Boiler and throttle valve;
Boring machine (mining machine); Caisson rigs; Central
Redi-mix plant; Combination backhoe--endloader with backhoe
bucket .over 1/2 cu. yd.;, Combination tugger hoist and air
compressor; Compressor and throttle; Concrete breaker
(truck -mounted); Concrete conveyor; Concrete paver over 27E
cu, ft.; Concrete paver 27E cu. ft. and under; Concrete
pump with boom (truck -mounted); Concrete tower; Cranes and
backhoes, all attachments; Cranes, Hammerhead tower; Creter
cranes; Derricks, all; Derricks, traveling; Forklift, lull
type; Forklift, 10 ton and over; Hoists, 1, 2 and 3 drum;
Hoist, 2 tugger -- one floor; Hydraulic boom truck;
Locomotives, all; Motor patrol; Mucking machine; ,Pile
driving and skid rig; Pit machines; Pre -stress machines;
Pumperete and similar types; Rock drill, self --propelled;
Rock drill, truck -mounted; Slip form paver; Straddle
buggies; Tractor with boom and side boom; Trenching
h4:/Jwww.wdol.gov/wdol/scafiles/davisbacon/IN6.dvb?v=29 10/31/2012
- - _ EMBIT -PAGE
Page 16 o€38
machine; Winch tractors
GROUP 2: Asphalt spreader; Boilers; Bulldozers; Combination
backhoe-endloader with backhoe bucket 1/2 cu. yd, and
under; Engineer acting as conductor in charge of crew;
Grader, elevating; Greaser engineer; Grouting machines;
Highlift shovels or front endloader; Hoists, automatic;
Corboy drilling machines; Hoists, all elevators; Hoists,
tugger, single drums; Post hole digger; Roller, all;
Scoops, tractor -drawn; Stone crushers; Tournapull; Winch
trucks
GROUP 3: Concrete mixer (2 bag and over); Conveyor, portable;
Steam generators; Tractor, farm and similar type; Air
compressor, small, 150 and under, 1 to 5 not to exceed a
total of 300 ft.; Air compressor, large, over 150;
Combination, small equipment operator; Forklift, under 10
ton; Generator; Pump, 1 to 3 not to exceed a total of 325
ft.; Pumps; Well points; Welding machines (2 through 5);
Winches, 4 electric drill winches
GROUP 4: Heater, mechanical (1 to 5.), Oilers; Switchmen
----------------------------------------------------------------
ENG10181-014 04/01/2012
HEAVY AND HIGHWAY CONSTRUCTION-.
BARTHOLOMEW, BROWN, CLARK, CRAWFORD, DEARBORN, DECATUR, DUBOIS,
FLOYD, FRANKLIN, GIBSON, HARRISON, JACKSON, JEFFERSON,
JENNINGS, LAWRENCE, MARTIN, OHIO, ORANGE, PERRY, PIKE, POSEY,
RIPLEY, SCOTT, SPENCER, SWITZERLAND, VANDERBURGH, WARRICK, and
WASHINGTON COUNTIES
Rates Fringes
Power equipment operators:
GROUP A .....................$ 2-9.70 13.00
GROUP B.....................$ 27.05 13.00
GROUP C.....................$ 24.92 13.00
POWER EQUIPMENT OPERATOR CLASSIFICATIONS
GROUP A: Air compressor in manifold with throttle valve;
Asphalt plant engineer; Auto grade or similar type machine;
Bituminous mixer; Bituminous paver; Bituminous plant
engineer; Bulldozer; Caisson drilling machine; Cherry
picker, all; Ballast regulator (RR); Chip spreader,
self-propelled; Cold grinder or similar type equipment;
Concrete mixer, 21 cu. ft. or over; Concrete pump,
truck --mounted; Core drilling machine; Crane or derrick with
any attachment (including clamshell, dragline, shovel,
backhoe, etc.); Dredge operator; Drilling machine on which
the drill is an integral part; Earth mover, rubber -tired,
tandem 0.50 per hour additional; Elevating grader;
Endloader, Hi-- lift shovel; P.C.C. formless paver; Gradall;
Gravel processing plant, portable; Guardrail, post driver
operator; Head greaser; Hi -lift shovel, endloader; Hoist (2
drums and over); Helicopter crew; Hydraulic boom truck,
Keystone, Skimmer Scoop; Loader, self-propelled (belt,
hap://www.wdol.gov/wdol/scafiles/davisbacon/lN6.dvb?v=29 1.0/3112012
EXHIBIT PAGE OF
Page 17 of 38
chain wheel); Locomotive operator; Mechanic; Mucking
machine; Matti -bank drill operator; Panel board concrete
plant, central mix type; Paver, Hetherington; Pile driver,
skid or crawler; Road paving ;nixes; Rock breaking plant;
Rock crushing plant, portable; Roller (asphalt, waterbound,
macadam., bituminous macadam, brick surface); Roller, with
dozer blade; Root rake, tractor -mounted; Stump remover,
tractor- mounted; Surface heater and planer; Tandem push
tractor, $0.50 per hour additional; Tractor, boom winch or
hoe head; Tractor, push; Tractor with scoop;
Tractor -mounted spreader; Tree mover; Trench machine, over
24"; Tug boat operator; Welder; Well drilling machine;
Self-propelled widener.
GROUP B. Air compressor with throttle valve or clever
brooks -type combination; Backfiller, base paver, Jersey or
similar type machine; Bull float; Concrete finishing
machine; Concrete mesh depressor, independently operated;
Concrete spreader, power- driven; Dredge engineer;
Excavator loader, portable; Fire tender on boiler;
Forklift, regardless of ton; Hoists, 1 drum; Mesh or steel
placer; minor equipment operator., 5 pieces; Multiple
tamping machine JRR), P.C.C. concrete placer; Paving
breaker; Power broom, self-propelled;
Pull grader, power -controlled; Refrigerating machine,
freezing operation; Roller, earth and sub- base material;
Ross carrier (Straddle buggy); Sheepfoot roller,
.self-propelled without blade; Tamper, multiple\vibrating
(asphalt, waterbound macadam, bituminous macadam, brick
surface); 'tamper, multiple vibrating (earth and sub -base
material); Trench machine, 24" and under; Tube float; Well
point system; Widener, Apsco or similar type; Winch truck
with A -frame.
GROUP C: Air compressor, oiler; Automatic dry batch plant;
Bituminous distributor; Bituminous patching tamper; Belt
spreader; Broom and belt machine? Brush burner; Chair cart,
self- propelled; Coleman -type screen; Cold grinder oiler;
Concrete mixer, less than 21 cu. ft.; Conveyor, portable;
Curb machine; Deckhand; Digger (post hole, power -driven);
Farm tractor, including farm tractor with all attachments
(except backhoe, Hi- lift endloaders); Form grader; Form
tamper, motor -driven; Generator; Gunite machine;
Hetherington driver; Hydra seeder; Mechanical heater; Minor
equipment operator, 1 through 4 pieces; Curing spraying
machine; Power saw, concxete (power -driven); Pug mill pull
broom, power type; Seaman tiller; Slurry seal machine;
Spike machine; Straw blower or brush mulcher; Stripping
machine (paint, motor -driven); Sub grader; Throttle valve;
Tractaire with drill; Truck crane and multi -drill oiler,
driver; Spreader; Water pump.
----------------------------------------------------------------
ENGIOIBI-015 04/01/2012.
SEWER WATERLINE & UTILITY CONSTRUCTION:
BARTHOLOMEW, BROWN, CLAR.K, CRAWFORD, DEARBORN, DECATUR, DUBOIS,
FLOYD, FRANKLIN, GIBSON, HARRISON, JACKSON, JEFFERSON,
JENNINGS, LAWRENCE, MARTIN, OHIO, ORANGE, PERRY, PIKE, POSEY,
RIPLEY, SCOTT, SPENCER, SWITZERI,AND, VANDERBURGH, WARRICK, and
hq./lwww.wdol.gov/wdoUscafdos/davisbacmn N6.dvb?v=29 10/31/2012.
EXH€Sid" PAGE ...,.��
Page 18 of 38
WASHINGTON COUNTIES
Rates Fringes
Power equipment operators:
GROUP A ............ _........ $ 29.38 13.40
GROUP B..................... $ 21.25 13.40
SEWER WATERLINE & UTILITY CONSTRUCTION
GROUP A: A -frame winch truck; Air compressor 900 ,cu. ft. and
over; Air tugger; Autograde (CMI); Auto patrol; Backhoe;
Ballast regulator (RR); Batch plant (electrical control
concrete); Bending machine (pipe); Bituminous plant
(engineer); Bituminous plant; Bituminous mixer travel
plant; Bituminous paver; Bituminous roller; Buck foist;
Bulldozer; Cableway; Chicago boom; Clamshell; Concrete
mixer, 21 cu. ft. or over; Concrete pager, concrete pump,
crete; Crane; Craneman; Crusher plant; Derrick; Derrick
boat; Dinky; Dope pots (pipeline); Dragline; Dredge
operator; Dredge engineer; Drill operator; Elevator grader;
Elevator; Ford hoe, or similar type equipment; Forklift;
Formless paver; Gantry crane; Grada€l; Grademan; Hopto;
Hough loader or similar type; Hydro crane; Motor crane;
Mucking machine; Multiple tamping machine (RR); Overhead
crane; Pile driver; Fulls; Push dozer, Push boats.; Roller
(sheep foot); Ross Carrier; Scoop; Shovel; Side boom; Swing
crane; Trench machine; Welder (heavy fluty; Truck -mounted
concrete pump; Truck -mounted drill; Well point; Whirleys.
GROUP B:.Air compressor, up to 900 cu. ft.; Brakeman, Bull
float; Concrete mixer, over 10S and under 21S; Concrete
spreader or puddler; Deck engine; Electric vibrator
compactor (earth or rock); finishing machine; Fireman;
Greaser, on grease facilities servicing heavy equipment;
Material pump; Motor boats; Portable loader; post hole
digger; Power broom; Rock roller; Moller, wobble wheel
(earth and rock); Spike machine (RR); Seaman tiller;
Spreader rock; Sub grader; Tamping machine; Welding
machine; Widener, Apsco or similar type: Bituminous
distributor; Cement gun.; Concrete saw; Conveyor; Deckhand
oiler; Earth roller; Form grader; Generator; Guard rail
driver; Beater; JLG lifts; Oiler; Paving joint machine;
Power traffic signal; Scissor lift; Steam Jennyu; Truck
crane oiler; Vibrator; Water pump.
--------------------------------------------------------------
ENGIO841-011 04/01/2012
HEAVY, HIGHWAY AND UTILITY CONSTRUCTION
BOONE, CLAY, DAVIESS, FOUNTAIN, GREENE, HENDRICIiS, KNOX,
MONROE, MONTGOMERY, MORGAN OWEN, PARKE, PUTNAM, SULLIVAN,
VERMILLIAN, VIGO, and WARREN COUNTIES
Rates Fringes
Power equipment operators:
GROUP 1.....................$ 29.25 16•.00+a
hftp://www.wdol.gov/wdol/scafilm/davisbacon/IN6.dvb?v--29 10/31I2012
EXHIBIT Y>- PAGE
`r Page 19 of 38
GROUP 2.....................$ 23.00 16.00.+a
POWER. EQUIPMENT OPERATOR CLASSIFICATIONS
GROUP 1: Air Compressor Over 600 CU FT, Air Compressors (2),
Compressors hooked in Manifold, Asphalt Plant Engineer,
Auto Grade and/or C.M.I. or similar type Machine, Auto
Patrol, Motor Patrol, Power Blade, Aspco Paver, Asphalt
Planer, Asphalt Rollers, Asphalt Paver Operator, Concrete
or Asphalt Milling Machine, Self Propelled Widener, Backhoe
and/or Pavement Breaker ,Attachment, Self Propelled Pavement
Breaker, Ballast Regulator (R.R), Bituminous Mixer,
Bituminous Paver, Bituminous Plant Engineer, Bulk Cement
Plant Engineer, Bulldozer, one -Drum Hoist with Tower or
Boom, Cableways, Tower Machines, Back Filler, Boom Tractor,
Boom or Winch Truck, Winch or Hydraulic Boom Truck, Boring
Machine, Bolier, -operator, Brush Mulcher, Bull Float,
Finishing Machine, Power Cranes, Overhead Cranes, Truck
cranes, Piledriver, Skid.or Crawler, Guard Rail Post
Driver, Tower Cranes, Hydro Crane, Cherry Picker,
Draglines, Derricks, Shovels, Clam, Gradalls, Two Drum
Machine, Concrete or Asphalt Curb Machine, Self Propelled,
Concrete Mixers with Skid, Tournamixer, Concrete Pump
(Truck or Skid Mounted), Concrete Plant Engineer, Soil
Cement Machine, Formless Paver, Concrete Spreader, Span Saw
(and similar types)., Chip Spreader, Mesh Placer, Dredging(
Equipment or Dredge Engineer or Dredge Operator, Tug Boat
Operator, Marine Scoops, Ditching Machine with Dual
Attachment, Standard or Dinkey Locomotives, Drilling
Machine, including Well Testing, Caissons, Shaft or any
similar type Drilling Machine (Well Point Systems), 4 Point
Life System (Power Lift or similar type), Mud Cat, Mucking
Machine, Sull-Air, Mechanics, Welder, Head Equipment
Greaser, Tournapull, Tractor Operating Scoops, Push
Tractors, Large Rollers on Earth, Loaders (Track or Rubber
Mounted), or similar type Machine, Lull, Tournadozer,
Scoopmobiles, Elevating Machines, Power Broom (Self
Propelled), power Sub Grader, Hydra Ax, Farm Tractor with
Attachments, Soil Stabilizer (Seaman'Tiller, So mag, Rage
Gator and similar types of equipment), Tree Mover, Stump
Remover, Root Rake, Hydra Seeder, Straw Blower,
Refrigerating Machine, Freezing Operator, Chair Cart -Self
Propelled, Helicopter Crew (3), Ross Carrier or Straddle
Buggy or similar Machine, Rock Crusher Plant, Gravel
Processing Machine, Pipe Cleaning Machine, Pipe Wrapping
Machine, Pipe Bending Machine, Pug Mill, Concrete Bump
Grinder Machine, Power Curing Spray Machine, Forklift
(except when used for landscaping), Snooper Truck Operator.
GROUP 2: Air Compressor 600 cu. ft. and under, Air Tugger,
Air Valves, Assistant Concrete Plant Engineer, Assistant
Asphalt Plant Engineer, Asphalt Plant Fireman, Bulk Cement
Plant Equipment Greaser, Concrete Mixers without Skips,
Curbing Machine, Concrete Saw (Self Propelled),
Conveyors,Cement Blimps, Ditching Machine under 6",
Distributor Operator On trucks, Deck Hands, Elevators when
used fox hoisting material, Engine Tenders, Fork Lift (when
used for landscaping), Firm Tractor, Fireman, Fireman on
Paint or Dope Pots, Form Tamper, Form Grader, Flex Plane,
Generators (two to four), or Welding Machines or Water
http://www.wdol.gov/wdol/soaffies/davisbacon/IN6.dvb?v--29 10/31/2012
PAGE F Page 20 of 38
Pumps, within 400 feet, Gunite Machine, Machine Mounted
Post Hole Digger, Mude Jack, One Drum Machines without
Tower or Boom, One Water Pump, One Welding Machine.,
Outboard or Inboard Motor Boat, Pull Broom (Power Type,
Siphons and Pulsometer, Switchman, Striping and or Painting
Machine (motor driven), Slurry Seal Machine, Track Jack,
Temporary Heat, Throttle Valve, Tube Float, Tractaire,
Wagon -Drill., Multiple Tamping Machine (R.R.), Spike Machine
(R.R.), Mechanical Heaters, Brush Burner, Vacuum Truck
(Super Sucker and similar types).
FOOTNOTES:
A. Employees operating booms from 149Ft. to 199 Ft.
including jib, shall receceiv'e an additional seventy-five
Cents (.75) per hour above the rate. Employees operating
booms over 199 Ft. including jib, shall receive an
additional one dollar and twenty- five cents ($1.25) per
hour above the regular rate.
B. Employees operating scoops, pulls, or tractors hooked in
tandem shall receive an additional one dollar (41.001 per
hour above the regular rate.
C. Employees operating scoops, pulls, or tractors pulling
any other hauling unit in tandem shall receive an
additional one dollar ($1.00) per hour above the regular
rate.
D. Underground work -- Employees working in tunnels, shafts,
etc. shall be paid a thirty percent (30%) premium above the
wage rate.
IRON0022-001 06/01/2012
BARTHOLOMEW, BENTON (REMAINDER OF COUNTY), BOONE, BROWN,
CARROLL, CASS, CLAY, CLINTON, D.AVIESS (REMAINDER OF COUNTY),
DECATUR (W 3/4), DELAWARE (REMAINDER OF COUTNTY), FAYETTE (W
1/3), FOUNTAIN,FRANNKLIN (NW TIP.), FULTON (REMAINDER OF COUNTY),
GRANT (REMAINDER OF COUNTY), GREENE, HAMILTON, HADTCOCK,
HENDRICKS, HENRY., HOWARD., JACKSON, JASPER (SOUTHEASTERN 1/3),
JENNINGS (NORTHWEST 2/3), JOHNSON, KNOX (REMAINDER OF COUNTY),
LAWRENCE, MADISON, MARTIN (NW 2/3.), MIAMI (REMAINDER OF
COUNTY), MONROE, MONTGOMERY, MORGAN, NEWTON (SOUTHERN HALF),
OWEN, PAiRKE, PULASKI (REMAINDER OF COUNTY), PUTNAM, RANDOLPH
(SW TIP), RUSH (REMAINDER OF COUNTY), SHELBY, SULLIVAN,
TIPPECANOE, TIPTON, VERMILLION, VIGO, WAYNE, WARREN AND WHITE
COUNTIES:
Rates Fringes
IRONWORKER ........................$ 28.60 18.40
----------------------------------------------------------------
IRON0044-010 06/01/2012
DEARBORN, DECATUR (REMAINDER OF COUNTY), FAYETTE (REMAINDER OF
COUNTY), FRANKLIN (REMAINDER OF COUNTY), JEFFERSON (REMAINDER
OF COUNTY), JENNINGS (REMAINDER OF COUNTY), OHIO, RIPLEY, RUSH
(SOUTHEASTERN. TIP), SWITZERLAND, AND UNION (SOUTHERN 1/3)
hip://www.wdoi.gov/wcloU8cafiles/davisbacon/IN6.dvb?v--29 10/31/2012
tpXHIBi7 PAGE 2.�, 0F?)i
Rates
Ironworkers:
FENCE ERECTORS ..............$ 22.50
ORNAMENTAL ..................$ 24.80
STRUCTURAL, MACHINERY
MOVERS, RIGGERS .............$ 24.80
----------------------------------------
IRQN0070-002 06/01/2012
Fringes
18.10
18.10
18.10
--------------------
CLARK, CRAWFORD, FLOYD', HARRISON, JACKSON (SOUTHERN 3/4);
JEFFERSON (EXCLUDING NORTHEASTERN TIP); JENNINGS (SOUTHERN
3/4), LAWRENCE (SOUTHERN 2/3), MARTIN (SOUTHEASTERN 2/3),
ORANGE, PERRY (EASTERN 3/4); SCOTT AND WASHINGTON COUNTIES:
Rates Fringes
IRONWORKER .......................$ 26.34 18.58
___
IRON0103-001 04/01/2012 -----
DAVIESS (S 1/2), DUBOIS, GIBSON, KNOX (S 1/2), MARTIN (SW 1/3),
PERRY (W 1/4), PIKE, POSEY, SPENCER, VANDERBURGH, AND WARRICK
Rates Fringes
IRONWORKER .......................$ 27.02 15.755
IRON0147-004 46/01'/2012 �" �' -------�-______....
ADAMS,- ALLEN, BLACKFORD, DEKALB, DELAWARE (NORTHEAST THIRD OF
COUNTY), FULTON (EASTERN PART), GRANT (EXCLUDING SOUTHWEST
PORTION), HUNTINGTON, JAY, MIAMI (NORTHEAST HALE"), NOBLE
(EXCLUDING NORTHEAST TIP)., STEUBEN, WABASH, WELLS, and WHITLEY
COUNTIES
Rates Fringes
IRONWORKER-- .................$ 24.64 18.32
IRON0290-004 06/01/2012 ..
FAYETTE (NE 1/4), RANDOLPH (S. PART OF COUNTY EXCLUDING
WINCAESTER BUT INCLUDING UNION CITY) UNION (NORTHERN 2/3) AND
WAYNE (REMAINDER OF COUNTY) COUNTIES
Rates Fringes
Ironworkers: ..................... $ 26.23 18.15
-- IRON0292--005 06/01j2012
ELKHART, FULTON (North 2/3), KOSCIUSKO (Remainder of County),
LAGRANGE CWest 1/3), MARSHALL, MIAMI (Northwestern Tip), NOBLE
http://www.wdol.gov/wdol/scafiles/davisbacon/IN6.dvb?v--29
Page 21 of 38
10/31/2012
W B PRG O
(Northwestern Tip), PULASKI (Northeast Half), and STARTLE
COUNTIES
Rates fringes
IRONWORKER .......................$ 26.38 17.91
----------------------------------------------------------------
IRON0372-007 06/01/2012
DEARBORN, DECATUR (REMAINDER OF COUNTY), FAYETTE (SE CORNER),
FRANKLIN (S 3/4), OHIO, RIPLEY (REM. OF COUNTY), SWITZERLAND
(REMAINDER OF COUNTY) and JENNINGS (NE TIP) COUNTIES
Rates Fringes
IRONWORKER (Reinforcing)
Beyond 25 miles of
Hamilton County, Ohio
Court House .................$ 26.59 18.58
Within 25 miles of
Hamilton County, Ohio
Court House .................$ 26.34 18.58
----------------------------------------------------------
IRON0355--002 06/'01/2012
JASPER (NORTHERN 1/2), NEWTON (NORTHERN 1/2), PULASKI
(NORTHWESTERN TIP) COUNTIES
Rates Fringes
Ironworkers:
IRONWORKERS .................. $ 38.00 23.74
SHEETER...................... $ 38.25 23.74
----------------------------------------------------------------
IRON0465--002 06/01/2008
BENTON (NORTHWESTERN TIP), JASPER (REMAINDER OF COUNTY), NEWTON
(REMAINDER OF COUNTY)
Rates Fringes
IRONWORKER .......................$ 34.50 24.03
----------------------------------------------------------------
LAB40041-U05 04/01/2012
UTILITY CONSTRUCTION
JASPER AND NEWTON COUNTY
Rates Fringes
Laborers:
GROUP 1.....................$ 29.07 11.70
GROUP 2.....................$ 29.37 11.70
GROUP 3.....................$ 30.07 11.70
Page 22 of38
http://www.wdol.gov/wdol/scafilestdavisbacon/IN6.dvb?v=29 10/31/2012
HiBiT __ PAGE IF Page 23 of 38
LABORERS CLASSIFICATIONS (UTILITY CONSTRUCTION)
GROUP 1: Construction laborer; Fence erector; Flagger; Grade
checker; Guard rail erector; Wire mesh layer; Joint man
(mortar, mastic and all other types); Lighting installer
(permanent or temporary); Lineman for automatic grade maker
on paving machines; Mortar man; Multi -plate erector;
Rip -rap installer (all products and materials); Road
marking and delineation laborer; Setting and placing of all
precast concrete products; Sign installation including
supporting structure; Spraying of all epoxy, curing
compound, or like material; sod layer; Air tool., power
tool, and power equipment operator; Asphalt lute man;
Asphalt raker man; Batch truck dumper; Bridge handrail
erector; Handler (bulk or bag cement); Chain saw man;
concrete puddler; concrete rubber; Concrete saw operator;
core drill operator, eye level; Hand blade operator; Hydro
seeder man; Motor -driven Georgia buggy operator;
Power -driven compactor or tamper operator; Power saw
operator; Pumperete assembly man; Screed man or screw man
on asphalt paver; Rebar installer; Sandblaster man; Sealer
applicator for asphalt (toxic); Setting and placing
prestressed or precast concrete structural memebers; Side
rail setter (for sidewalks, side ditches, radii, and
pavements); Spreader box tender (manual or power -driven);
Straw blower man; Subsurface drain and culvert pipe layer;
Transverse and longitudinal hand bull float man; Concrete
conveyor assembly man; Horizontal boring and jacking man;
Jackman and sheetman; Pape grade man; Winch and windlass
operator
GROUP 2: Cutting torch burner; Laser beam aligner; Manhole
erector; Sewer pipe layer; Water line installer, temporary
or permanent; Welder {electric or exy-acetylene) in
connection with waterline and sewer work, Clod Carrier
(tending bricklayers.);. Tying and associated grouting of
utility lines
GROUP 3: Air track and wagon drillman; Concrete barrier rail
form setter; Dynamite and powder man; General leadman;
Concrete Saw Joint Control cutting
LABOOOSI.-003 04/01/2012
UTILITY CONSTRUCTION
STARKE.COUNTY
Rates Fringes
Laborers.
-GROUP I .......... .........$ 25.47 11.70
GROUP 2......................$ 25.77 11.70
GROUP 3.....................$ 26.47 11.70
LABORERS CLASSIFICATIONS .(UTILITY CONSTRUCTION)
GROUP l: Construction laborer; Fence erector; Flagger; Grade
checker; Guard rail erector; Wire mesh layer; Joint man
(mortar, mastic and all other types); Lighting installer
hV:/Iwww.wdol.gov/wdol/sca.files/davi.sbacon4N6.dvb?v=29 10/31/2012
EXHIBIT PAGE ✓ ` " Page 24 of 38
(permanent or temporary); Lineman for automatic grade maker
on paving machines; Mortar man; Multi -plate erector;
Rip -rap installer (all products and materials); Road
marking and delineation laborer; Setting and placing of all
precast concrete products; Sign installation including
supporting structure; Spraying of all epoxy, curing
compound, or lake material; sod layer; Air tool, power
tool, and power equipment operator; Asphalt lute man;
Asphalt raker man; Batch truck dumper; Bridge handrail
erector; Handler (bulk or bag cement); Chain saw man;
concrete puddler; concrete rubber; Concrete saw operator;
Core drill operator, eye level; Hand blade operator; Hydro
seeder man; Motor -driven Georgia buggy operator;
Power -driven compactor or tamper -operator; Power saw
operator; Pumperete assembly man; Screed man or screw man
on asphalt paver; Rebar installer; Sandblaster man; Sealer
applicator for asphalt (toxic); Setting and placing
prestressed or precast concrete structural memebers; Side
rail setter (for sidewalks, side ditches, .radii, and
pavements); Spreader box tender (manual or power -driven);
Straw blower man; Subsurface drain and culvert pipe layer;
Transverse and longitudinal hand bull float man; Concrete
conveyor assembly man; Horizontal boring and jacking man;
Jackman and sheetman; Pipe grade man; Winch and windlass
operator
GROUP 2: Cutting torch burner; Laser beam aligner; Manhole
erector; Sewer pipe layer; Water line installer, temporary
or permanent; Welder (electric or exy--acetylene) in
connection with waterline and sewer work, Hod Carrier
(tending bricklayers); Tving and associated grouting of
utility lines
GROUP 3: Air track and wagon drillman; Concrete barrier rail
form setter, Dynamite and powder man; General lea-dman.;
Concrete Saw Joint Control cutting
----------------------------------------------------------------
LAB00081-007 04/01/20.12
UTILITY CONSTRUCTION
ALL REMAINIRG COUNTIES
Rates Fringes
Laborers:
GROUP 1. ...................$ 22.62 11.70
GROUP 2.....................$ 22.92 11.10
GROUP-9.....................$ 23.62 11.70
LABORERS CLASSIFICATIONS (UTILITY CONSTRUCTION)
GROUP 1: Construction laborer; Fence erector; Flagger; Grade
checker; Guard rail erector; wire mesh layer; Joint man
(mortar, mastic and all other types); Lighting installer
(permanent or temporary); Lineman for automatic grade maker
on paving machines; Mortar man; Multi -plate erector;
Rip -rap installer (all products and materials); Road
marking and delineation laborer; Setting and placing of all
precast concrete products; Sign installation including
h4//www.wdol.gov/wdol/scafilos/d2Lvisbacon/IN6.dvb?v-29 10/31/2012
EXHIBIT PAGEA_L_0F!&_ Page 25 of 38
supporting structure; Spraying of all epoxy, curing
compound, or like material; sod layer; Air tool, power
tool, and power equipment operator; Asphalt lute man;
Asphalt raker man; Batch truck dumper; ari.dge handrail
erector; Handler (bulk or bag cement); Chain saw man;
concrete puddler; concrete rubber; Concrete saw operator;
Core drill operator, eye level; Hand blade operator; Hydro
seeder man; Motor --driven Georgia buggy operator;
Power -driven compactor or tamper operator; Power saw
operator; Pumperete assembly man; Screed man or screw man
on asphalt paver; Rebar installer; Sandblaster man; Sealer
applicator for asphalt (toxic); Setting and placing
prestressed or precast concrete structural memebers; Side
rail setter (for sidewalks, side ditches, radii, and
pavements); Spreader box tender (manual or power -driven);
Straw blower man; Subsurface drain and culvert pipe layer;
Transverse and longitudinal hand bull float man; Concrete
conveyor assembly man; Horizontal boring and jacking man;
Jackman and sheetman; Pipe grade man; Winch and windlass
operator
GROUP 2: Cutting torch burner; Laser beam aligner; Manhole
erector; Sewer pipe layer; Water line installer, temporary
or permanent; Welder (electric or exy-acetylene) in
connection with waterline and sewer work, Hod Carrier
(tending bricklayers); Tying and associated grouting of
utility lines
GROUP 3: Air track and wagon drillman; Concrete barrier rail
form setter; Dynamite and powder man; General leadman;
Concrete Saw Joint Control cutting
------------------------------------------------------------
LABOO999-001 04/01/2012
HEAVY AND HIGHWAY CONSTRUCTION
Rates Fringes
Laborers:
GROUP 1.....................$ 22.62 11.70
GROUP 2.......... ........... $ 22.92 11.70
GROUP 3.....................$ 23..62 11.70
LABORERS CLASSIFICATIONS
GROUP l: Building and Construction Laborers; Scaffold
Builders (other than for Plasterers); Mechanic Tenders;
Window Washers and cleaners; Waterboys and Toolhousemen;
Roofers Tenders; Railroad Workers; Masonry Wall Washers
(interior and exterior); Cement Finisher Tenders; Carpenter
Tenders; All Portable Water pumps with discharge up to (3)
inches; Plaster Tenders; Mason Tenders; Flag & Signal
Person.
GROUP 2: Waterproofing; Handling of Creosot Lumber or lute
treated material (excluding railroad material); Asphalt
Rakers and Lutemen; Kettlemen; Air Tool Operators and all
Pneumatic Tool Operators; Air and Electric Vibrators and
Chipping Hammer Operators; Earth Compactors Jackmen and
Sheetmen working Ditches deeper than (6) ft.in depth;
hq://www.wdol.gov/wdol/scafHes/davisbacon/IN6.dvb?v=2.9 10/3-112012
EXHIBIT PAGE GF_"
Laborers working in ditches (6) ft.in depth or deeper;
Assembly of Unicrete Pump; Tile Layers (sewer or field) and
Sewer Pipe Layer (metallic or non-metallic); Motor driven
Wheelbarrows and Concrete Buggies; Hyster Operators, Pump
Crete Assemblers; Core Drill Operators; Cement, Lime or
Silica Clay Handlers (bulk or bag); Handling of Toxic
Materials damaging to clothing; Pneumatic Spikers; Deck
Engine and Minch Operators; dater Main and Cable Ducking
(metallic and non --metallic); Screed Man or Screw Operator
on Asphalt Paver; Chain and Demolition Saw Operators;
Concrete Conveyor Assemblers.
GROUP 3: Water Blast Machine Operator; Mortar Mixers; Welders
(Acetylene or electric); Cutting Torch or Burner; Cement
Nozzle. Laborers; Cement Gun Operator; Scaffold Builders
when Working for Plasterers. Dynamite Men; Drillers -- Air
Track or Wagon Drilling for explosives Hazardous and Toxic
material handier, asbestos removal or handler.
----------------------------------------------------------------
PAIN0012-006 05/01/2012
COMMERCIAL AND INDUSTRIAL
DEARBORN, OHIO, RIPLEY AND SWITZERLAND COUNTIES;
Rates Fringes
Painters:
Bridges, Lead Abatement.....$ 24.10 8.33
Brush & Roller,
Paperhanger, Drywall Taping.$ 23.10 8.33
Sandblasting, Waterblasting.$ 23.85 8..33
Spray .......................$ 23.60 8.33
-----------------------------------------------------------
PAIN002.7-.005 06/01/2012
NEWTON COUNTY, West of Highway #41
Rates Fringes
GLAZIER ...........................$ 39.50 27.97
----------------------------------------------------------------
FAIN0047-005 06/01/2012
BARTHOLOMEW, BOONE, BROWN, DECATUR, HAMILTON, HANCOCK,
HENDRICKS, JACKSON, JENNINGS, JOHNSON, LAWRENCE, MARION,
MARTIN, MONROE, MORGAN, ORANGE, AND SHELBY COUNTIES
Rates
Fringes
Painters:
BRIDGE WORK
Brush &.Roller .............$
25.43
11.23
Spray, Sandblaster,
Waterblaster, Lead Based
Paint Abatement ............
$ 29.49
11.23
Brush, Roller ...............$
24.43
11.23
Spray and Sand -Blasting.....$
---------------------------------------------------------------
25.43
11.23
Page 26 of 38
http://www.wdol.govfwdol/scafdes/davisbacon/IN6.dvb?v=29 10/31J2012
EXHIBIT PAGE 4F`
* PAIN0080-001 08/01/2012
BENTON, CARROLL, CASS, CLINTON, FOUNTAIN, MONTGOMERY TIPPECANOE
AND WARREN COUNTIES
Rates Fringes
Painters:
Brush and Roller ............ $ 23.00 13.58
Spray and Sandblasting ...... $ 24.00 13.58
------------------------------------------------------------
PAIN0091-007 06/01/2011
ELKHART, FULTON, KOSCIUSKO AND MARSHALL COUNTIES
Rates Fringes
Painters:
Brush & Roller, Drywall
Taping & Finishing,
Vinyl/Paper Hanging ......... $ 25.68. 11.85
Spray .......................$ 26.18 11.85
----------------------------------------------------------------
PAIN0118-005 05/01/2011
CLARK, CRAWFORD, FLOYD, HARRISON J'EFFERSON, SCOTT AND
1'iF1'ASHINGTON COUNTIES
Rates Fringes
Painters:
Brush, Roller & Paperhanger.$ 22.93 11.05
Spray, Sandblast &
Waterblast..................$ 23.93 11.05
----------------------------------------------------------------
PAINO156-001 04/01/2011
DAVIESS, DUBOIS, GIBZSON, KNOX, PERRY, PIKE, POSSEY, SPENCER,
VANDERBURGH, AND WARRICK COUNTIES
Rates Fringes
Painters:
BRUSH & ROLLER ..............$
25.60
12.16
DRYWALL rINISHERS...........
$ 25..65
12.16.
MASTICS, CREOSOTES KEWINCH
KOATE, & COAL TAR EPDXY .....
$ 26.60
12.16
SPRAY of MASTICS .
CREOSOTES, KWINCH KOATE,
COAL TAR EPDXY ..............$
27.60
12.16
SPRAY, SANDBLAST, POWER
TOOLS, WATERBLA.ST & STEAM
CLEANING ....................$
26.60
12.16
----------------------------------------------------------------
PRIN0197-001 08/01/2011
CLAY, GREENE, OWEN, PARKE, PUTNAM,
SULLIVAN,
VERMILLION AND
Pap 27 of 38
http://www.wdol.gov/wdollacafiles/davisbacon/IN6.dvb?v=29 10/31/2012