Loading...
HomeMy WebLinkAbout320027 O'NEILL TRUCKING LLC - CONTRACT - BID - 7355 HAULING SERVICESSERVICES AGREEMENT THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the "City" and O-ReA TRU G�M� LLChereinafter referred to as "Service Provider". WITNESSETH: In consideration of the mutual covenants and obligations herein expressed, it is agreed by and between the parties hereto as follows: 1. Sco0e of Services. The Service Provider agrees to provide services in accordance with the scope of services attached hereto as Exhibit "A", consisting of two U page(s) and incorporated herein by this reference. 2. Contract Period. This Agreement shall commence upon the date of execution shown on the signature page of this Agreement and shall continue in full force and effect until March 31, 2013. In addition, at the option of the City, the Agreement maybe extended for additional one year periods not to exceed four (4) additional one year periods. Renewals and pricing changes shall be negotiated by and agreed to by both parties. The Denver Boulder Greeley CPIU published by the Colorado State Planning and Budget Office will be used as a guide. Written notice of renewal shall be provided to the Service Provider and mailed no later than ninety (90) days prior to contract end. 3. Delav, if either party is prevented in whole or in part from performing its obligations by unforeseeable causes beyond its reasonable control and without its fault or negligence, then the party so prevented shall be excused from whatever performance is prevented by such cause. To the extent that the performance is actually prevented, the Service Provider must provide written notice to the City of such condition within fifteen (15) days from the onset of such condition. 4 Farly TPrminatinn by rifv,,Nntira Nntwithstandinnthp. 'mP nPrinds contained herein; the City may terminate this Agreement at any time without cause by providing written notice of Termination to the cF^,i,.e Provider. Such nOtir,.g gh21! he delivered atlP.^gtfifteen (15) days Prior to BID 7355 Hauling Services 2012 Page 8 of 15 ONEILL TRUCKING, LLC 12378 NCR 7 7 r Wellington, CO 80549 the owner's responsibility to immediately send any changes in driver's, to the City Purchasing department, and include the required above documentation. Non-compliance could be terms of contract cancellation, or delay in work assignments. 21. The City reserves the right to discipline companies (i.e. day/s off to termination) for violations of these rules. BID 7355 Hauling Services 2012 Page 6 of 15 BID SCHEDULE - 7355 HAULING SER VICES 2012 You may attach a separate o_ a_a_e_ with an equipment list - Please include Contractor name on it. EQUIPMENT YR MAKE MODEL CU. YDS. HP $/HR. TRACTOR/TRL TRUCKS with trailer $ $ TANDEM DUMP TRUCKS J4 5 Pe 37 7 I 42$ $S4.50 $ TANDEM DUMP TRUCKS W/PUP $ $ TYPES OF TRAILERS (for example) End, Belly, Bottom Not paid for separately included with Tractor/Trailer $ Failure to provide said equipment with qualified drivers as listed in the bid submitted may result in the removal of the vendor's name from the City's bidding list for a period of three vears. FIRM NAME C f t4f,' l L �► �l Q -C ou a Corporation, Partnership, SIGNATURE I4'(//) or PRINT NAME � 0'NQ; V ADDRESS 1Z -7 ao N C k t)->el� [ n-) �, CC—)&),sz+q . PHONE 222-5-63 - 79 a-7 FAX 4-70- 5(o5 - 79 a / BID 7355 Hauling Services 2012 CELL PHONE 970- 9-(7^ 467Lp EMAIL )n-e [L�_✓l-j ONEILL TRUCKING, LLC 12378 NCR 7 Wellington, CO 80549 Page 7 of 15 Rn j-a-IL Mar 26 2012 10:41—AM Hicu CCUNT!Ry SCE -- --- — acoRi� CERTIFICATE 9F LIABILITY INSI�{ZpPICE 22712012 THIS CERTIFICATE 15 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(Sh AUTHORIZED RE PRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER IMPORTANT: N the certificate holder is an ADDITIONAL INSURED, the pollcylles) must he endorsed. If SUBROGATION IS WANED, subject to the terms and conditions of the policy, certain policies may require an endorsement A statement an this certi icitte does not confer rights to the Certificate holder In Neu at such erdorsement(s). PRODUCER High Country Truck Insurance P.O. BOX 659 7-aag9— raX 303.697-1699 NO Morrison CO 80485 IIISUq APFa1mNOCAVERAfi rune INSURetA: PROGRESSIVE CASUALTY INS. CO WwRED OTIEILL TRUCKING LLC 12378 N. CO. RD. 7 WELLINGTON. CO 80549 HASURHta: es l ascc: anituREao: u1sLwEnE: INSURER F: S:VYCNAVt2i GIFRTBFICATE NIINRFBN � DMe1flY NIIYDCD. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NARKED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUSUECT TO ALL THE TERMS. EJCLUSIONSAND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY RAVE BEEN REDUCED BY PAID CLAIMS. LTR TYPEOFEAURIWCa WIICNN R W �F kY LOW$ IseIERAL UABLLtrt INSURANCE IDENTIFICATION CARD- Colorado EACH OCCURRENCE s M6ETO RENTE� ' o —J_— f COMMERCIAL GENERAL L"IUTY O MEDOm (Aryerr Neon) S CLAWS -WOE OCCUR Policy Number. 05318547.3 Effective Date: 02282012 to 02/282013 PERSONAL 4ADV INJURY $ Insurer. Artisan and Trucker Casualty CD PO Box 94739 Cleveland, OR 44101 GENERAL AGGREGATE e GEMLAGGIEGATE LIMITAPPUES PER: Your Agent Named Insured: PRODUCTS-COMPIDPAGG S POLICY LW HIGH COUNTRY TRUCK - ° O'NEILL TRUCKING LLC auraMoa4s tsAlsuTr 1-303fi97b099 S COMBINE 114GILE LIMIT 1,000,000 a ANYAUTO Vehicle: Year Make Model YIN SOMY IKIURY(Per De" a A UALT 1990 Ptrb 377 1XPCD89X3U)291862 AUTOSALTOSX BOORLYINAIRY(PwMrtlere S HnED AtJmS NON-OWNEDUUTOThis card must be carried in the possession of or in the vehicle of the ERtt DAWGE f named insured at all times that the named insured is operating a vehicle. _ This policy provides the minimum insurance prescribed by law. O'SAELLAI to DJxUR Form 4950 CO (12I07) EACH DCGJRRENCE $ BXCESSUAS I I CWMS-MAOE I AGGREGATE i DIED RETENTIONS / WORKERS ccMPENaAnoN WCSTA71} OM AND EMPLOYER! LMIUW YIN I,AHYPROPRIETOR1PAA1NER*-MCULNE OF:ICERMENSEA EMUDED7 NIA EL. EACH ACCIDENT s (NtodYvry In Np Myyaass4asoEa uv)w EL. DISEASE - SAL EMPLOYEE S L. DISEASE - POLICY LIMB 1 DESCmPYgY OPERATIONS OMav IXSifPrgN UP OPERATIONS I LOCATIDN;I VOeLLES(Attech Act= 1e1, Addeo" R1v,aAu Sit dub, InsNe �pec�b re9,im4) CERTIFICATE HOLDER IS LISTED AS ADDITIONAL INSURED CGDTII:ICATc tanr ncn _ -_ _ CITY OF FT. COLLINS 215 N. MASON ST. FT. COLLINS, CO 80526 970.22"707 ATTN: JENNY BECK OR JOHN STEVENS SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE YNILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. L E- II rf nhta ^—v,•vatlwawDa7 IHis AL�I7NI3 name anaWOO are registered marks ofACORD ONEILLTRUCKING. LI.0 12378 NCR 7 Z.1 Z PINNACOL ASSURANCE ITEM 1. INSURED Oneill Trucking LLC 12378 Ncr 7 Wellington, CO 80549 7501 E Lowry Blvd Denver, CO 80230-7006 303-361-4000/800-873-7242 www.pinnacol.com March 5, 2012 Policy #: 4146394 Welsh Insurance Agency, Inc. 1310 E. Eisenhower Blvd_ Loveland, CO 80537 (970)663-5404 SP/11.00 ITEM 2. POLICY PERIOD: FROM: 03/01/2012 TO 03/01/2013 12:01 A.M. MOUNTAIN STANDARD TIME ITEM 3. A. Workers' Compensation Insurance: Part One of the policy applies to the workers' compensation law of the states listed here: COLORADO B. Employers Liability Insurance: Part Two of the policy applies to work in each state listed in Item 3 A. The limits of our liability under part two are: BODILY INJURY BY ACCIDENT BODILY INJURY BY DISEASE BODILY INJURY BY DISEASE $100,000 EACH ACCIDENT $100,000 EACH EMPLOYEE $500.000 POLICY LIMIT C. Other States Insurance: Part Three of the policy applies to the states, if any, listed here: NONE (Please contact Pinnacol Assurance for information on coverage outside the state of Colorado) D. This policy includes the attached endorsements and schedules: 511 Other State Endorsement CAT09 Catastrophe (Other than Certified Acts of Terrorism) TER09 Terrorism Risk Insurance Program Reauthorization Act ITEM 4. We will determine the premium for this policy by our manuals of rules, classifications, rates and rating plans. All information required below is subject to verification and change by audit. The statements of estimated advanced premium are also a part of this policy. ONEILI T7 1CKING LLC"* rICR 7 WELD( CO 80549 P.c�r 4IV, I 7501 E Lowry aNd Deriver. CO 8073D-7006 - Page 2 of 6 P UB408 - 4146394 35788405 P4ALL-' EXHIBIT 2 — WAIVER OF WORKER'S COMPENSATION BENEFITS FORM WAIVER OF WORKERS' COMPENSATION BENEFITS FORM The following is a written waiver under the Workers' Compensation laws of the State of Colorado for a Sole Proprietor. The Sole Proprietor must provide the following information, sign, and return the form to the City of Fort Collins Purchasing. I am a sole proprietor and I am doing business as (name of Sole Proprietor's business). I am performing work as an independent contractor for the City of Fort Collins, and therefore; I do not need to provide workers' compensation insurance. I understand that if I have any employees working for me, I must maintain workers' compensation insurance on them and will send copies to the City within 30 days. Name of Sole Proprietor CDL No. Address/P.O. Box City State _ Signature of Sole Proprietor E-Mail address NIk- Telephone No. Zip Code Date UGKIN7 , LLC ONE1123-18 Co S0549 Nlellington, Addendum 1 - 7355 Hauling Services 2012�� Page 3 of 3 the termination date contained in said notice unless otherwise agreed in writing by the parties. All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following addresses: City: Service Provider: City of Fort Collins \ I Attn: Purchasing Q l�leli� TfuC n� LU!, PO Box 580 Fort Collins, CO 80522 ONEILL TRUCKING, Li C: 12378 NCR 7 Wellington, CO 8054< In the event of early termination by the City, the Service Provider shall be paid for services rendered to the date of termination, subject only to the satisfactory performance of the Service Provider's obligations under this Agreement. Such payment shall be the Service Provider's sole right and rpmedy for such termination. 5. Contract Sum. The City shall pay the Service provider for the performance of this Contract, subject to additions and deletions provided herein, per the attached Exhibit C:. consisting of (__) page(s), and incorporated herein by this reference. 6. City Representative. The City will designate, prior to commencement of the work, its representative who shall make, within the scope of his or her authority, all necessary and proper decisions with reference to the services provided under this agreement. All requests concerning this agreement shall be directed to the City Representative. 7. Independent Service provider. The services to be performed by Service Provider are those of an independent service provider and not of an employee of the City of Fort Collins. The City shall not be responsible for withholding any portion of Service Provider's compensation hereunder for the payment of FICA, Workmen's Compensation or other taxes or benefits or for any other purpose. 8. Personal Services. it is understood that the City enters into the Agreement based on the special abilities of the Service Provider and that this Agreement shall be considered as an BID 7355 Hauling Services 2012 Page 9 of 15 agreement for personal services. Accordingly, the Service Provider shall neither assign any responsibilities nor delegate any duties arising under the Agreement without the prior written consent of the City. 9. Acceptance Not Waiver. The City's approval or acceptance of, or payment for any of the services shall not be construed to operate as a waiver of any rights or benefits provided to the City under this Agreement or cause of action arising out of performance of this Agreement. 10. Warranty. a. Service Provider warrants that all work performed hereunder shall be performed with the highest degree of competence and care in accordance with accepted standards for work of a similar nature. b. Unless otherwise provided in the Agreement, all materials and equipment incorporated into any work shall be new and, where not specified, of the most suitable grade of their respective kinds for their intended use, and all workmanship shall be acceptable to City. C. Service Provider warrants all equipment, materials, labor and other work, provided under this Agreement, except City -furnished materials, equipment and labor, against defects and nonconformances in design, materials and workmanship/workwomanship for a period beginning with the start of the work and ending twelve (12) months from and after final acceptance under the Agreement, regardless whether the same were furnished or performed by Service Provider or by any of its subcontractors of any tier. Upon receipt of written notice from City of any such defect or nonconformances, the affected item or part thereof shall be redesigned, repaired or replaced by Service Provider in a manner and at a time acceptable to City. 11. Default. Each and every term and condition hereof shall be deemed to be a material element of this Agreement. In the event either party should fail or refuse to perform according to the terms of this agreement, such, party may be declared in default thereof. 12. Remedies. In the event a party has been declared in default, such defaulting party shall be allowed a period of ten (10) days within which to cure said default. In the event the default BID 7355 Hauling Services 2012 Page 10 of 15 remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail himself of any other remedy at law or equity. If the non -defaulting party commences legal or equitable actions against the defaulting party, the defaulting party shall be liable to the non - defaulting party for the non -defaulting party's reasonable attorney fees and costs incurred because of the default. 13. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire agreement between the parties and shall be binding upon said parties, their officers, employees, agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal representatives, successors and assigns of said parties. 14. Indemnity/Insurance a. The Service Provider agrees to indemnify and save harmless the City, its officers, agents and employees against and from any and all actions, suits, claims, demands or liability of any character whatsoever brought or asserted for injuries to or death of any person or persons, or damages to property arising out of, result from or occurring in connection with the performance of any service hereunder. b. The Service Provider shall take all necessary precautions in performing the work hereunder to prevent injury to persons and property. c. Without limiting any of the Service Provider's obligations hereunder, the Service Provider shall provide and maintain insurance coverage naming the City as an additional insured under this Agreement of the type and with the limits specified within Exhibit B, consisting of one (1) page, attached hereto and incorporated herein by this reference. The Service Provider before commencing services hereunder, shall deliver to the City's Director of Purchasing and Risk Management, P. O. Box 580 Fort Collins, Colorado 80522 one copy of a certificate evidencing the insurance coverage required from an insurance company acceptable to the City. 15. Entire Agreement This Agreement, along with all Exhibits and other documents BID 7355 Hauling Services 2012 Page 11 of 15 incorporated herein, shall constitute the entire Agreement of the parties. Covenants or representations not contained in this Agreement shall not be binding on the parties. 16. Law/Severability. The laws of the State of Colorado shall govern the construction interpretation, execution and enforcement of this Agreement. In the event any provision of this Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such holding shall not invalidate or render unenforceable any other provision of this Agreement. 17. Prohibition Against Employing Illegal Aliens. Pursuant to Section 8-17.5-101, C.R.S., et. seq., Service Provider represents and agrees that: a. As of the date of this Agreement: 1. Service Provider does not knowingly employ or contract with an illegal alien who will perform work under this Agreement: and 2. Service Provider will participate in either the e-Verify program created in Public Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th Congress, as amended, administered by the United States Department of Homeland Security (the "e-Verify Program") or the Department Program (the "Department Program"), an employment verification program established pursuant to Section 8-17.5-102(5)(c) C.R.S. in orderto confirm the employment eligibility of all newly hired employees to perform work under this Agreement. b. Service Provider shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or knowingly enter into a contract with a subcontractor that knowingly employs or contracts with an illegal alien to perform work under this Agreement. c. Service Provider is prohibited from using the e-Verify Program or Department Program procedures to undertake pre -employment screening of job applicants while this Agreement is being performed. d. If Service Provider obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Service Provider shall: 1. Notify such subcontractor and the City within three days that Service Provider BID 7355 Hauling Services 2012 Page 12 of 15 has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and 2. Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to this section the subcontractor does not cease employing or contracting with the illegal alien; except that Service Provider shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. e. Service Provider shall comply with any reasonable request by the Colorado Department of Labor and Employment (the "Department") made in the course of an investigation that the Department undertakes or is undertaking pursuant to the authority established in Subsection 8-17.5-102 (5), C.R.S. I. If Service Provider violates any provision of this Agreement pertaining to the duties imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement. If this Agreement is so terminated, Service Provider shall be liable for actual and consequential damages to the City arising out of Service Provider's violation of Subsection 8-17.5-102, C.R.S. g. The City will notify the Office of the Secretary of State if Service Provider violates this provision of this Agreement and the City terminates the Agreement for such breach. BID 7355 Hauling Services 2012 1 Page 13 of 15 ATTEST: CORPORATE SECRETARY CITY OF FORT COLLINS, COLORADO a municipal corporation By: _ Q ZA� James B. 'Neill 11, CPPO, FNIGP 146 Director of Purchasing and Risk Management I/ Date:Z— Date: 4 ` ? -^ I Z (Corporate Seal) 114G, 0 ONE1 123 6 CO ap5g9 W 6%11gkon' BID 7355 Hauling Services 2012 Page 14 of 15 BID #7355 HAULING SERVICES SCOPE OF WORK 1. Service Provider must be able to provide the equipment bid and a qualified driver Sunday through Saturday at any time, within one hour of being called by the City Representative or designated Truck Boss. Phone contact with a company representative, qualified to dispatch equipment, must be available at all times. The City Representative will try to schedule night/weekend work in advance, if possible. Vendor must own all trucks. 2. The equipment and the driver shall be used primarily to haul asphalt from various asphalt plants to the job site as directed by the City Representative. Material from the job site may also be hauled to various other job sites, or dump sites located around the City, as directed by the City Representative. Other City departments may use this bid for hauling. Equipment and drivers shall report in at the time and location, as directed by the City Representative, mechanically sound and fully prepared to work a full day. 3. All Drivers must have a valid CDL license, and be qualified to operate the equipment. Any driver (contractor) who operates a commercial motor vehicle, as defined in §382.107, in intrastate or interstate commerce and is subject to the commercial driver's license requirement of 49 CFR part 383 must be included in an alcohol and controlled substances testing program under the Federal Highway Administration's rule. Documentation of proof must be submitted with this bid prior to performing work for the City of Fort Collins. 4. Drivers must be mentally and physically alert, and capable of maintaining safe control of their vehicle at all times. Drivers must be properly dressed for work in the construction environment. a. Hard Hats — ANSI approved, must be worn all times when outside a vehicle or equipment. b. Eye Protection — ANSI Approved, must be worn when drivers are exposed to machines, equipment, or operations that present a potential eye injury. c. Footwear, suitable footwear that fits and provides adequate protection from hazards present at the construction site must be worn at all times. d. Safety Vests — ANSI Class II must be worn at all times on the job site or public right- of-way. Night work will require a Class III Safety Vest. e. No Animals / pets are allowed on facilities or job sites. 5. All drivers must attend a pre -construction meeting to review the scope of work. 6. All equipment must comply with all DOT, CDL, and any other local/State/Federal requirements including able to clear Port of Entry, Portable Scales, and posses current inspection stickers. Trucks must be equipped with an effective load covering tarp, asphalt apron (asphalt lip), and backup alarms. 7. All work shall be done in a professional, SAFE, courteous and efficient manner. The driver shall exercise the utmost courtesy to other drivers, the City, and the public including foul language on the job and during radio communications. 8. Drivers must use appropriate sanitary facilities as provided by the City on each job site or facility. 9. The City shall not be responsible for any equipment failures, damage to equipment, or maintenance required on the equipment. The vendor is responsible for all fuel required. BID 7355 Hauling Services 2012 Page 4 of 15 10. The City has adopted a "Limitation on Engine Idling" to discourage the idling of vehicle engines. Contractor must comply with turning off vehicles instead of idling for long periods (more than three minutes, as a general rule). The City also desires that contractors run biodiesel in their trucks. 11. Any damage caused by the vendor's equipment or driver shall be the sole responsibility of the vendor. The vendor shall indemnify and hold harmless the City for any damage done by the vendor's equipment/driver to any member of the public, private property, and any part of the right-of-way. If City -owned equipment or City employees directly cause any damage, the City will assume responsibility for the damage. 12. At no time whatsoever shall the driver be considered or become a City employee. However the driver must understand that their actions represent the City since that is the citizens' perception. 13. The City will not guarantee hours. Vendors will be used on an as -needed basis, depending on job site, availability and type of equipment. The City reserves right to choose which truck or tractor/trailer is utilized on each project that meets the best interests of the City. 14. In the event a vendor chooses to pull off a City project to work for another company or contractor, the City reserves the right to utilize other vendors in there place for the duration of the project at the City Representative's discretion. Also, a Vendor may not return until the start of the next job. Exceptions will be at the City Representative's discretion which may include mechanical breakdowns, illnesses, etc. 15. Hours worked must be approved at the end of each day by the City Representative. Hours will be counted from the time of arrival on the job site (not from the time of notification), and will end after the last load is unloaded. In the event, that a project is cancelled for the day and the City Representative is unable to provide a one hour cancellation notice the Vendor shall be paid one hour show up time. 16. The City shall have the option to proceed with calling the next available vendor if the lowest vendor is not available. In case of a tie, the City Representative will alternate calling the tied vendors. Vendors who want to work for the City, but were not included in the original bid, will be added to the end of the list, regardless of price, upon approval by the City. When special conditions arise, the City shall have the option to choose the vendor to fit any special equipment needs. 17. At the option of the City, the Agreement may be extended for additional one year periods not to exceed four (4) additional one year periods. Pricing changes shall be negotiated by and agreed to by both parties and may not exceed the Denver - Boulder CPI-U as published by the Colorado State Planning and Budget Office. Written notice of renewal shall be provided to the Service Provider and mailed no later than 90 days prior to contract end. 18. The City does not intend to award to one vendor, but will issue multiple awards. 19. All drivers must provide Workman's Compensation insurance unless you own and drive your own truck. Owners who do not sub lease their trucks must provide a completed workman's compensation waiver each renewal year. Owner must notify the City of any changes. 20. If changes, the owners who sub lease a truck must provide a drivers name with copy of CDL driver's license, insurance including liability/workman's compensation and proof of alcohol and controlled substances testing program under the Federal Highway Administration's rule. It is BID 7355 Hauling Services 2012 Page 5 of 15