HomeMy WebLinkAboutBID - 10205 Power Trail Crossing at Harmony Road
BID INFORMATION
AND
CONTRACT DOCUMENTS
FOR
Power Trail Crossing at Harmony Road
TAP M455-123
BID NO. 10205
August 27, 2025
Financial Services
Purchasing Division
215 N. Mason St. 2nd Floor
PO Box 580
Fort Collins, CO 80522
970.221.6775
970.221.6707
fcgov.com/purchasing
CONTRACT DOCUMENTS TABLE OF CONTENTS
BID INFORMATION
00020 Invitation to Bid
00100 General Information
00300 Bid Form
00400 Supplements to Bid Forms
00410 Bid Bond
00420 Not Used
00430 Schedule of Subcontractors
00440 Safety Form
00450 CDOT Form #606, Anti-Collusion Affidavit
00460 CDOT Form #1413, Bidders List
00470 CDOT Form #1414, Anticipated DBE Participation Plan
00480 Build America, Buy America Certification
00485 Buy America Certification
00490 Certification Regarding Lobbying
CONTRACT DOCUMENTS
00500 Agreement Forms
00510 Notice of Award
00520 Agreement
00525 Scope of Work
00530 Notice to Proceed
00600 Bonds and Certificates
00610 Performance Bond
00615 Payment Bond
00630 Certificate of Insurance
00635 Certificate of Substantial Completion
00640 Certificate of Final Acceptance
00650 Lien Waiver Release (CONTRACTOR)
00660 Consent of Surety
00670 Application for Exemption Certificate
CONDITIONS OF THE CONTRACT
00700 General Conditions
Exhibit GC-A GC-A1 - GC-A2
00800 Supplementary Conditions
Davis Bacon Wage Rates
Federal Terms & Conditions
00900 Addenda, Modifications, and Payment
00950 Contract Change Order
00960 Application for Payment
ADDITIONAL CONTRACT DOCUMENTS
EXHIBIT A – PROJECT PLAN SET DATED MAY 9, 2025
EXHIBIT B – PROJECT SPECIFICATIONS DATED MAY 9, 2025
EXHIBIT C – HYDRAULIC REPORT DATED JANUARY 14, 2025
EXHIBIT D – EARTHWORK TABULATION (FOR INFORMATION ONLY)
EXHIBIT E – CTL THOMPSON GROUND WATER TESTING DATED SEPTEMBER 1, 2023
EXHIBIT F -CTL THOMPSON PAVEMENT DESIGN DATED AUGUST 7, 2023
EXHIBIT G – CTL THOMPSON GEOTECHNICAL INVESTIGATION DATED JUNE 30, 2023
EXHIBIT H - CTL THOMPSON GROUND WATER TESTING DATED JULY 13, 2023
EXHIBIT I - LITHOS ENGINEERING GEOTECHNICAL INVESTIGATION DATED NOVEMBER
16, 2018
SECTION 00020
INVITATION TO BID
BID DUE: 3:00 PM MT (MT our clock), September 18, 2025
As part of the City’s commitment to sustainability, sealed Bids must be submitted online through
the Rocky Mountain E-Purchasing System (RMEPS) at http://bidnetdirect.com/colorado/city-of-
fort-collins.
Public Bid Opening: The bid opening will be conducted by video conference per the following
information. At said place and time, and promptly thereafter, all Bids that have been duly
received will be publicly opened and read aloud. To access the public Bid opening, please
follow the link to join the Microsoft Teams meeting:
Join the meeting now
Meeting ID: 253 072 344 101 1
Passcode: Yx7nz2XM
Dial in by phone
+1 970-628-0892,,160670373# United States, Grand Junction
Find a local number
Phone conference ID: 160 670 373#
The Contract Documents provide for the construction of Bid 10205 Power Trail Crossing at
Harmony Road. The Work involves the construction of a grade-separated underpass for the
Power Trail, a regional mixed-use recreational trail connecting Fort Collins' neighborhoods to
communities north and south. This crossing is a critical component of a broader initiative to
enhance multimodal transportation in the region.
A pre-bid conference and job walk with representatives of prospective Bidders will be
held at 10:00 AM MT on September 4, 2025, on Microsoft Teams. See link below for access
to the meeting and call in information. Please mute your microphone:
Join the meeting now
Meeting ID: 294 715 882 497 1
Passcode: S8Lr3Zp6
Dial in by phone
+1 970-628-0892,,489742347# United States, Grand Junction
Find a local number
Phone conference ID: 489 742 347#
Weather permitting, a job walk will take place at 11:00 AM MT after the pre-bid conference
on September 4, 2025. See below for area to approximate parking zone, do not block the
access road.
All questions should be submitted, in writing via email, to Adam Hill, Senior Buyer at
adhill@fcgov.com, no later than 3:00 PM MT on September 10, 2025. Please format your e-
mail to include: Bid 10205 Power Trail Crossing at Harmony Road in the subject line.
Questions received after this deadline may not be answered. Responses to all questions
submitted before the deadline will be addressed in an addendum and posted on RMEPS.
This is a Federally funded project with a Disadvantaged Business Enterprise (DBE) goal
of 10.5% and an On-the-Job Training goal of 1,600 hours. In order for a bidder to be
responsive, one must make a good faith effort to meet the DBE goal. The bidder can meet this
requirement in either of two ways. First, the bidder can meet the goal, documenting
commitments for participation by DBE firms sufficient to meet the goal. Second, the bidder can
document adequate good faith efforts. This means that the bidder must show that it took all
necessary and reasonable steps to achieve the DBE goal which by their scope, intensity, and
appropriateness to the objective, could reasonably be expected to obtain sufficient DBE
participation, even if the goal is not met. These good faith efforts must be completed prior to
submittal of the bid. For additional guidance regarding good faith efforts see 49 CFR Part 26
including Appendix A. To meet the DBE eligibility requirements, DBE firms must be
certified by CDOT. The CDOT DBE Directory is available at https://www.codot.gov
/business/civilrights/dbe. If the apparent low bidder does not meet the project DBE goal, the
Bidder’s good faith effort shall be submitted to the City of Fort Collins Purchasing Department at
purchasing@fcgov.com within five (5) calendar days of the Bid opening.
Bidders must complete, sign and submit with the bid all documents in Sections 00300
and 00400 including but not limited to CDOT Bidding forms 606, 1413 and 1414, Build
America, Buy America Certificate, and Lobbying Certificate with the bid. Bids will not be
accepted if these documents are not included.
The Contract Documents and Construction Drawings may be examined online at:
http://www.bidnetdirect.com/colorado/city-of-fort-collins
Bid security in the amount of not less than 5% of the total Bid must accompany each Bid in the
form specified in the Instructions to Bidders.
The successful Bidder will be required to furnish a Performance Bond and a Payment Bond
guaranteeing faithful performance and the payment of all bills and obligations arising from the
performance of the Contract.
No Bid may be withdrawn within a period of forty-five (45) days after the date fixed for opening
Bids.
The OWNER reserves the right to reject any and all Bids, and to waive any informalities and
irregularities therein.
Prohibition of Unlawful Discrimination: The City, in accordance with the provisions of Title VI
of the Civil Rights Act of 1964 (78 Stat. 252, 42 US.C. §§ 2000d to 2000d-4) and the
Regulations, affirmatively ensures that for all contracts entered into with the City, disadvantaged
business enterprises are afforded a full and fair opportunity to bid on the contract and are not to
be discriminated against on the grounds of race, color, or national origin in consideration for an
award.
The City strictly prohibits unlawful discrimination based on an individual’s gender (regardless of
gender identity or gender expression), race, color, religion, creed, national origin, ancestry, age
40 years or older, marital status, disability, sexual orientation, genetic information, or other
characteristics protected by law. For the purpose of this policy “sexual orientation” means a
person’s actual or perceived orientation toward heterosexuality, homosexuality, and bisexuality.
The City also strictly prohibits unlawful harassment in the workplace, including sexual
harassment. Further, the City strictly prohibits unlawful retaliation against a person who
engages in protected activity. Protected activity includes an employee complaining that he or
she has been discriminated against in violation of the above policy or participating in an
employment discrimination proceeding.
The City requires its Contractors to comply with the City’s policy for equal employment
opportunity and to prohibit unlawful discrimination, harassment and retaliation. This
requirement applies to all third-party Contractors and their subcontractors/subconsultants at
every tier.
Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall
have a financial interest in the sale to the City of any real or personal property, equipment,
material, supplies or services where such officer or employee exercises directly or indirectly any
decision-making authority concerning such sale or any supervisory authority over the services to
be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift,
gratuity favor, entertainment, kickback or any items of monetary value from any person who has
or is seeking to do business with the City of Fort Collins is prohibited.
Contractor Registration: The City requires new Contractors receiving awards from the City to
submit IRS form W-9 and requires all Contractors to accept Direct Deposit (Electronic)
payment. If needed, the W-9 form and the Vendor Direct Deposit Authorization Form can be
found on the City’s Purchasing website at www.fcgov.com /purchasing under Vendor Reference
Documents. Please do not submit these documents with your proposal, however, if you
take exception to participating in Direct Deposit (Electronic) payments please clearly note such
in your proposal as an exception. The City may waive the requirement to participate in Direct
Deposit (Electronic) payments at its sole discretion.
Colorado Open Records Act: The City is a governmental entity subject to the Colorado Open
Records Act, C.R.S. §§ 24-72-200.1 et seq. (“CORA”). Any bid submitted hereunder is subject
to public disclosure by the City pursuant to CORA and City ordinances. All submitted bids, Bid
Forms, and the awarded contract will be considered public records subject to disclosure
under CORA. By responding to this Bid, Contractor hereby waives any and all claims for
damages against the City for the City’s good faith compliance with CORA.
Collusive or Sham Bid: Any bid deemed to be collusive or a sham bid will be rejected and
reported to authorities as such. Your authorized signature of this proposal assures that such
proposal is genuine and is not a collusive or sham proposal.
City of Fort Collins
Gerry Paul
Purchasing Director
SECTION 00100
INSTRUCTIONS TO BIDDERS
1.0 DEFINED TERMS
Terms used in these Instructions to Bidders which are defined in the Standard General
Conditions of the Construction Contract (No. 1910-8, 1990 ed.) have the meanings
assigned to them in the General Conditions. The term "Bidder" means one who submits
a Bid to OWNER, as distinct from a sub-bidder, who submits a Bid to Bidder. The terms
"Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to
whom OWNER (on basis of OWNER's evaluation as hereinafter provided) makes an
award. The term "Bidding Documents" includes the Advertisement or Invitation to Bid,
Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including
all Addenda issued prior to receipt of Bids).
2.0 COPIES OF BIDDING DOCUMENTS
2.1. Complete sets of Bidding Documents may be obtained as stated in the Invitation to
Bid. No partial sets will be issued. The Bidding Documents may be examined at the
locations identified in the Invitation to Bid.
2.2. Complete sets of Bidding Documents shall be used in preparing Bids; neither
OWNER nor ENGINEER assumes any responsibility for errors or misinterpretations
resulting from the use of incomplete sets of Bidding Documents.
2.3. The submitted Bid proposal shall include Sections 00300 and 00400, fully executed.
2.4. OWNER and ENGINEER, in making copies of Bidding Documents available on the
above terms, do so only for the purpose of obtaining Bids on the Work and do not
confer a license or grant for any other use.
3.0 QUALIFICATION OF BIDDERS
3.1 Bidders must have an active prequalified status in accordance with the Colorado
Department of Transportation (CDOT) Bid Rules 2 CCR 601-10 at the time of bid
submission. Requirements for CDOT bid rules and prequalification can be found at
https://www.codot.gov/business/bidding. Bid proposals submitted by Bidders not
having an active prequalification status with CDOT, shall be rejected by the City as
nonresponsive.
3.2 No Bidder shall be in default on the performance of any other contract with the City
or in the payment of any taxes, licenses or other monies due to the City.
4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE
4.1. It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the
Contract Documents thoroughly, (b) visit the site to familiarize itself with local
conditions that may in any manner affect cost, progress or performance of the
Work, (c) familiarize itself with federal, state and local laws, ordinances, rules and
regulations that may in any manner affect cost, progress or performance of the
Work, (d) study and carefully correlate Bidder's observations with the Contract
Documents, and (e) notify ENGINEER of all conflicts, errors or discrepancies in the
Contract Documents.
4.2. Reference is made to the Supplementary Conditions for identification of: Subsurface
and Physical Conditions SC-4.2.
4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder
that Bidder has complied with every requirement of this Article 4, that without
exception the Bid is premised upon performing and furnishing the Work required by
the Contract Documents and such means, methods, techniques, sequences or
procedures of construction as may be indicated in or required by the Contract
Documents, and that the Contract Documents are sufficient in scope and detail to
indicate and convey understanding of all terms and conditions for performance and
furnishing of the Work.
5.0 INTERPRETATIONS AND ADDENDA.
5.1. All questions about the meaning or intent of the Bidding Documents are to be
submitted in writing to the OWNER. Interpretation or clarifications considered
necessary in response to such questions will be issued only by Addenda. Only
questions answered by formal written Addenda will be binding. Oral and other
interpretations or clarifications will be without legal effect.
5.2. All questions concerning the scope of this project and submittal of bids should be
directed to the City of Fort Collins' Purchasing Division.
5.3. Addenda may also be issued to modify the Bidding Documents as deemed
advisable by OWNER or ENGINEER.
5.4. Responses to all questions submitted before the deadline will be addressed in an
addendum and posted on the Rocky Mountain E-Purchasing System webpage.
6.0 BID BOND
6.1. Each Bid must be accompanied by Bid Security in an amount no less than five (5)
percent of the Bid. The Bid Bond must be executed by a SURETY meeting the
requirements of the General Conditions for surety bonds. If a SURETY does not
issue electronic Bid Bonds, a scanned copy of the Bid Bond must be submitted
electronically through Rocky Mountain E-Purchasing System at the time of bidding,
and the hard copy Bid Bond must be mailed to the Purchasing Department at PO
Box 580, Fort Collins CO 80522 and received by OWNER prior to contract
execution.
6.2. The Bid Security of the successful Bidder will be retained until such Bidder has
executed the Agreement and furnished the required contract security, whereupon
Bid Security will be returned. If the successful Bidder fails to execute and deliver the
Agreement and furnish the required contract security within 15 days of the Notice of
Award, OWNER may annul the Notice of Award and the Bid Security of that Bidder
will be forfeited. The Bid Security of other Bidders whom OWNER believes to have
reasonable chance receiving the award may be retained by OWNER until the earlier
of the seventh day after the effective date of the Agreement or forty-five days after
the Bid Opening, whereupon Bid Security furnished by such Bidders will be
returned. Bid Security with Bids which are not competitive will be returned.
7.0 CONTRACT TIME
The number of days within which, or the date by which the Work is to reach Substantial
Completion and also completed and ready for Final Payment (the Contract Times) are
set forth in the Agreement.
8.0 LIQUIDATED DAMAGES
Provisions for liquidated damages are set forth in Section 00520.
9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT
The Contract, if awarded, will be on the basis of material and equipment described on
the Drawings or specified in the Specifications without consideration of possible
substitute or "or equal" items. Whenever it is indicated on the Drawings or specified in
the Specifications that a substitute or "or equal" item of material or equipment may be
furnished or used by CONTRACTOR if acceptable to ENGINEER, application for such
acceptance will not be considered by ENGINEER until after the "effective date of the
Agreement". The procedure for submittal of any such application by CONTRACTOR and
consideration by ENGINEER is set forth in the General Conditions which may be further
defined in the Supplementary Conditions.
10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS
10.1. Each Bidder shall submit at the Bid opening to OWNER a list of principal
subcontractors proposed for use in the Work. Refer to Section 00430 contained
within the Contract Documents. The Bidder may only utilize the subcontractors
stated in Section 00430 except in the event that the OWNER requires a change in
accordance with Section 10.2 below. Should the Bidder request a change to the
subcontractor list, OWNER approval shall be required. Proposed
subcontractor/supplier qualifications and references may be requested to be
submitted within 3 business days after bid opening. Subcontractor/supplier
responsibility will be determined in accordance with Section 8-160 of the Code of
the City of Fort Collins.
10.2. If OWNER or ENGINEER after due investigation has reasonable objection to any
proposed Subcontractor, either may, before the Notice of Award is given, request
the apparent successful Bidder to submit an acceptable substitute without an
increase in Bid price. If the apparent successful Bidder declines to make any
substitution, OWNER may award the contract to the next lowest responsive and
responsible Bidder that proposes to use acceptable subcontractors.
Subcontractors, suppliers, other persons or organization listed and to whom
OWNER or ENGINEER does not make written objection prior to the giving of the
Notice of Award will be deemed acceptable to OWNER and ENGINEER subject to
revocation of such acceptance after the effective date of the Agreement as
provided in the General Conditions.
11.0 BID FORM
11.1. A copy of the Bid Form will be posted at http://www.bidnetdirect.com/colorado/city-
of-fort-collins.
11.2. Bid Forms must be complete in ink or typed. All lump sum prices on the form must
be stated in words and numerals; in case of conflict, words will take precedence.
Unit prices shall govern over extensions of sums. Discrepancies between the
indicated sum of any column of figures and the correct sum thereof will be resolved
in favor of the correct sum. In the event that there are unit price items in a bid
schedule and the "extended amount" indicated for a unit price of a bid item does
not equal the product of the unit price and quantity listed, the unit price shall
govern, and the extended amount will be corrected accordingly. If there is more
than one bid item in a bid schedule, and the total indicated for the schedule does
not agree with the sum of prices of the individual bid items, the prices bid on the
individual items shall govern and the total for the schedule will be corrected
accordingly. The Contractor will be bound by said corrections.
11.3. Bids by corporations must be executed in the corporate name by the president or a
vice-president (or other appropriate officer accompanied by evidence of authority to
sign) and the corporate seal shall be affixed and attested by the secretary or an
assistant secretary. The corporate address and state of incorporation shall be
shown below the corporate name.
11.4. Bids by partnerships must be executed in the partnership name and signed by a
partner, the title must appear under signature and the official address of the
partnership must be shown below the signature.
11.5. Bids by joint venture shall be signed by each participant in the joint venture or by
an authorized agent of each participant. The full name of each person or company
interested in the Bid shall be listed on the Bid Form.
11.6. The Bid shall contain an acknowledgement of receipt of all Addenda (the numbers
of which must be filled in on the Bid Form).
11.7. No alterations in Bids, or in the printed forms therefore, by erasures, interpolations,
or otherwise will be acceptable unless each such alteration is signed or initialed by
the Bidder; if initialed, OWNER may require the Bidder to identify any alteration so
initialed.
12.0 BID PRICING
Bids must be priced as set forth in the Bid Schedule or Schedules.
13.0 SUBMISSION OF BIDS
13.1. Bids shall be submitted prior to the time and date stated in the Bid Documents or
any extension thereof made by addendum, electronically using Rocky Mountain E-
Purchasing System at the time and place indicated in the Invitation to Bid and
accompanied by the documents identified as required in Sections 00300 & 00400.
Bids received after the time and date for receipt of Bids will not be accepted.
Bidder shall assume full responsibility for timely delivery at the location designated
for receipt of Bids.
13.2. Oral, telephonic, telegraphic, physically mailed or delivered or facsimile Bids are
invalid and will not receive consideration.
13.3. No Bidder may submit more than one Bid. Multiple Bids under different names will
not be accepted from one firm or association.
14.0 MODIFICATION AND WITHDRAWAL OF BIDS
14.1. Bids may be modified or withdrawn at any time prior to the opening of Bids on
RMEPS.
14.2. Withdrawn Bids may be resubmitted up to the time designated for the receipt of
Bids provided that they are then fully in conformance with these Instructions to
Bidders.
15.0 BID OPENING
Bids will be opened and read aloud publicly as indicated in the Invitation to Bid. A Bid
Tally of the amounts of the Base Bids and major alternates (if any) will be made
available on RMEPS after the opening of Bids.
16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE
All Bids shall remain open for forty-five (45) days after the day of the Bid Opening, but
OWNER may, in his sole discretion, release any Bid prior to that date.
17.0 AWARD OF CONTRACT
17.1. Award of the bid shall be made to the lowest responsive bidder. OWNER reserves
the right subject to applicable Federal requirements to reject any and all bids, and
to waive informalities as deemed in the best interest of the OWNER.
17.2. If the Contract is to be awarded, OWNER will give the Successful Bidder a Notice
of Award within forty-five (45) days after the date of the Bid opening, or a mutually
agreed upon date.
18.0 PERFORMANCE & PAYMENT BONDS
The General Conditions and the Supplementary Conditions set forth OWNER's
requirements as to Performance and Payment Bonds. When the awarded
CONTRACTOR delivers the executed Agreement to the OWNER, it shall be
accompanied by the required contract bonds.
19.0 SIGNING OF AGREEMENT
When OWNER gives a Notice of Award to the awarded CONTRACTOR it will be
accompanied by the Agreement with all other written Contract Documents attached.
Within fifteen (15) days thereafter, CONTRACTOR shall sign and deliver the
AGREEMENT and attached documents to OWNER with the required Bonds. Within ten
(10) days thereafter, OWNER shall deliver the executed AGREEMENT to
CONTRACTOR.
20.0 TAXES
OWNER is exempt from Colorado State Sales and Use Tax as applicable. Said taxes
shall not be included in the Contract Price.
21.0 RETAINAGE
Provisions concerning retainage are set forth in the Agreement.
22.0 PURCHASING RESTRICTIONS.
Purchasing restrictions: The Bidder's authorized signature of this Bid assures the
Bidder's compliance with the City's purchasing restrictions. A copy of the resolutions is
available for review in the Purchasing Division or the City Clerk's office.
A. Cement Restrictions: City of Fort Collins Resolution 91-121 requires that
suppliers and producers of cement or products containing cement to certify
that the cement was not made in cement kilns that burn hazardous waste as
a fuel.
23.0 BID RESULTS
Bid results will be posted at http://www.bidnetdirect.com/colorado/city-of-fort-collins.
24.0 SCHEDULE
The anticipated schedule for this project is as follows:
Item Dates
Bid Issue Date August 27, 2025
Pre-Bid Meeting
Deadline for questions
Addendum issued September 12, 2025
Bid Due
Tentative start date November 3, 2025
END OF SECTION
SECTION 00300
BID FORM
SECTION 00300
BID FORM
PROJECT: 10205 Power Trail Crossing at Harmony Road Date:
1. In compliance with your Invitation to Bid dated , 20 and subject to all
conditions thereof, the undersigned a (Corporation, Limited Liability Company,
Partnership, Joint Venture, or Sole Proprietor) authorized to do business in the State
of Colorado hereby proposes to furnish and do everything required by the Contract
Documents to which this refers for the construction of all items listed on the following
Bid Schedule or Bid Schedules.
2. The undersigned Bidder does hereby declare and stipulate that this proposal is made
in good faith, without collusion or connection with any other person or persons Bidding
for the same Work, and that it is made in pursuance of and subject to all the terms and
conditions of the Contract Documents pertaining to the Work to be done, all of which
have been examined by the undersigned.
3. Accompanying this Bid is a Bid Bond in the sum of
($ ) in accordance with the Invitation to Bid and Instructions to
Bidders.
4. The undersigned Bidder agrees to execute the Agreement and a Performance Bond
and a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar
days from the date when the written Notice of Award is delivered to the address given
on this Bid. The name and address of the corporate SURETY with which the Bidder
proposes to furnish the specified Performance and Payment Bonds is as follows:
5. All the various phases of Work enumerated in the Contract Documents with their
individual jobs and overhead, whether specifically mentioned, included by implication
or appurtenant thereto, are to be performed by the CONTRACTOR under one of the
items listed in the Bid Schedule, irrespective of whether it is named in said list.
6. Payment for Work performed will be in accordance with the Bid Schedule(s) subject to
change(s) as provided in the Contract Documents.
7. The undersigned Bidder hereby acknowledges receipt of Addenda No.
through .
8. COLORADO OPEN RECORDS ACT
The undersigned Bidder acknowledges that the City is a governmental entity subject
to the Colorado Open Records Act, C.R.S. §§ 24-72-200.1 et seq. (“CORA”). Any bids
submitted hereunder is subject to public disclosure by the City pursuant to CORA and
City ordinances. All submitted bids, Bid Forms, and the awarded contract will be
considered public records subject to disclosure under CORA. By responding to
this Bid, Contractor hereby waives any and all claims for damages against the City for
the City’s good faith compliance with CORA.
9. The undersigned Bidder hereby acknowledges the documents listed below are
required elements of the Bid and must be submitted with the Bid. The City may reject
any incomplete Bids as non-responsive.
Bid Form (this Section 00300)
Electronic Bid Bond (Item 3 above and Section 00410) for five (5) percent of the
base Bid amount
Acknowledgement of Bid Addenda (Item 7 above)
Schedule of Subcontractors (Section 00430)
Safety Form (Section 00440)
CDOT Form #606, Anti-Collusion Affidavit (Section 00450)
CDOT Form #1413, Bidders List (Section 00460)
CDOT Form #1414, Anticipated DBE Participation Plan (Section 00470)
Build America, Buy America Certification (Section 00480)
Buy America Certification (Section 00485)
Appendix A, 49 CFR Part 20, Certification Regarding Lobbying (Section 00490)
10. The Bidder acknowledges this is a Federally funded project subject to the Federal
Terms and Conditions incorporated herein as part of the Invitation to Bid. This project
has a DBE goal of 10.5% and an OJT goal of 1,600 hours. In order for a bidder to be
responsive one must make a good faith effort to meet the DBE goal. The bidder can
meet this requirement in either of two ways. First, the bidder can meet the goal,
documenting commitments for participation by DBE firms sufficient to meet the goal.
Second, the bidder can document adequate good faith efforts. These good faith efforts
must be completed prior to submittal of the bid. To meet the DBE eligibility
requirements, DBE firms must be certified by CDOT. The CDOT DBE Directory is
available at https://www.codot.gov/business/civilrights/dbe. If the apparent low bidder
does not meet the project DBE goal, the CONTRACTOR’s good faith effort shall be
submitted to the City of Fort Collins Purchasing Department at purchasing@fcgov.com
within five (5) business days of the Bid opening.
11. Contractor must accept or reject the fuel cost adjustment specification by making a
selection below.
ACCEPTANCE OF FUEL COST ADJUSTMENTS:
Bidders have the option to accept Fuel Cost Adjustments in accordance with the
Revision of Section 109 - Fuel Cost Adjustment. To accept this standard special
provision, the bidder must fill in an "X" next to "YES" below. No Fuel Cost Adjustment
will be made due to fuel cost changes for bidders who answer "NO". If neither line is
marked, the Department will assume the bidder rejects Fuel Cost Adjustments for
this project. After bids are submitted, bidders will not be given any other opportunity
to accept or reject this adjustment.
(Mark only one line with an "X"):
____ YES, I choose to accept Fuel Cost Adjustments for this project
____ NO, I choose NOT to accept Fuel Cost Adjustments for this project (if neither line
is marked, the default is "NO", I choose NOT to accept Fuel Cost Adjustments for this
project
12. BID SCHEDULE (Base Bid)
At the City’s option the basis of award is the low responsive and responsible Bidder
based on the total price for Base Bid or the total price for the Base Bid plus selected
Alternates.
Please complete Bid Schedule included in Microsoft Excel File:
10205 – Bid Schedule.xlsx
*NOTE: ALL BID ITEMS MUST HAVE A COST ENTERED WHICH CANNOT BE
ZERO, BLANK OR DASH ("-"), BIDS WILL BE CONSIDERED NON-RESPONSIVE
WITH NO COST ENTERED FOR EACH LINE ITEM.
13. PRICES
The foregoing prices shall include but is not limited to all labor, materials, overhead,
profit, insurance, etc., for completion of the Work.
RESPECTFULLY SUBMITTED:
Legal Firm Name:
Physical Address:
Remit to Address:
Phone:
Name of Authorized Agent of Firm:
Signature of Authorized Agent:
Primary Contact for Project:
Title: Email Address:
Phone: Cell Phone:
(Seal - if Bid is by corporation)
Attest:
Address
Telephone
Email
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410 Bid Bond
00420 Not Used
00430 Schedule of Subcontractors
00440 Safety Form
00450 CDOT Form #606, Anti-Collusion Affidavit
00460 CDOT Form #1413, Bidders List
00470 CDOT Form #1414, Anticipated DBE Participation Plan
00480 Build America, Buy America Certification
00485 Buy America Certification
00490 Byrd Anti-Lobbying Amendment
SECTION 00410
BID BOND
KNOW ALL PEOPLE BY THESE PRESENTS: that we, the undersigned
as PRINCIPAL, and , as SURETY, are hereby held and firmly
bound unto the City of Fort Collins, Colorado, as OWNER, in the sum of $
($ ) for the payment of which, well and truly to be made, we hereby jointly and severally bind
ourselves, successors, and assigns.
THE CONDITION of this obligation is such that whereas the PRINCIPAL has submitted to the
City of Fort Collins, Colorado the accompanying Bid and hereby made a part hereof to enter into
a Construction Agreement for the construction of Fort Collins Project, 10205 Power Trail
Crossing at Harmony Road.
NOW THEREFORE,
(a) If said Bid shall be rejected, or
(b) If said Bid shall be accepted and the PRINCIPAL shall execute the Contract attached
hereto (properly completed in accordance with said Bid) and shall furnish a BOND for
their faithful performance of said Contract, and for payment of all persons performing
labor or furnishing materials in connection therewith, and shall in all other respects
perform the Agreement created by the acceptance of said Bid, then this obligation shall
be void; otherwise the same shall remain in force and effect, it being expressly
understood and agreed that the liability of the SURETY for any and all claims hereunder
shall, in no event, exceed the penal amount of this obligation as herein stated.
The SURETY, for value received, hereby stipulates and agrees that the obligations of said
SURETY and its BOND shall be in no way impaired or affected by any extension of the time
within which the OWNER may accept such Bid; and said SURETY does hereby waive notice of
any such extension.
SURETY Companies executing bonds must be authorized to transact business in the State of
Colorado and be accepted by the OWNER.
IN WITNESS WHEREOF, the PRINCIPAL and the SURETY have hereunto set their hands and
seals this day of , 20 , and such of them as are corporations have caused their
corporate seals to be hereto affixed and these presents to be signed by their proper officers, the
day and year first set forth above.
PRINCIPAL SURETY
Name:
Address:
By: By:
Title: Title:
ATTEST:
By:
(SEAL) (SEAL)
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors and their corresponding Work items when performing over 10% of the total
bid.
WORK ITEM SUBCONTRACTOR
SECTION 00440
SAFETY FORM
Please complete the following form to provide information about your Company’s safety records and procedures.
This information will be included in the evaluation of the submitted proposal. We reserve the right to request
additional documentation, at any point, that supports the accuracy of this form.
Contractor(s) safety record will be evaluated by the evaluation team as an element of determining whether the
Contractor(s) is responsible. Contractor(s) whose safety record is above 1.0 for Experience Modification Rating
(EMR) and 5.0 for Total Recordable Incident Rate (TRIR) will be reviewed in depth and may be deemed ineligible
to be considered for award at the City’s sole discretion.
Section 1. General Information
Company Name
Number of Employees Full Time: Part Time: Seasonal:
Insurance Carrier
Self-insured for Workers Compensation?
Y ☐ N ☐
Section 2. Health and Safety Professional Information
Does your company have a full-time dedicated Safety Officer?
Y ☐ N ☐
If yes, provide the following information for the dedicated Safety Officer:
Name:
Title:
Name:
Section 3. Health and Safety Program
☐ N ☐
Does the written Company Safety Program cover the work activities proposed by your
company for this project? ☐☐
☐☐☐☐☐☐
Incident Reporting and Investigation Y ☐ N ☐
Describe a typical job site safety briefing (time, location, frequency, topics, documentation).
project?
them? ☐☐
☐☐
Section 4. Training and Certifications
List required safety training ALL employees receive:
Does your company maintain records of all safety training and certifications?
Y ☐ N ☐
Section 5. Safety Equipment (Engineered Controls)
Will your company be performing any Trenching/Excavation and Confined Space Activities?
Y ☐ N ☐
If yes, list what protective shoring equipment you will have available for the job site?
Section 6. Health and Safety Records
List the Company’s Experience Modification Rate (EMR) for the previous 3 years
Year: EMR:
Year: EMR:
Year: EMR:
Calendar Year
Number of Fatalities
Number of OSHA recordable cases
Number of OSHA modified duty cases
Number of OSHA lost time cases
(TRIR)
Number of recordable cases x 200,000
Number of hours worked
OSHA DART Rate (Days Away Restricted
or Transferred)
Number of DART cases x 200,000
Number of hours worked
Average number of employees on payroll
☐☐
citation, the penalty issued, and describe the corrective action taken by the Company. Limit
your response to projects that have occurred in the Rocky Mountain region. Use additional
pages if needed.
SECTION 00450
SECTION 00460
SECTION 00470
SECTION 00480
BUILD AMERICA, BUY AMERICA CERTIFICATION
Build America – Construction materials used in the Project are subject to the domestic preference
requirement of the Build America, Buy America Act, Pub. L. 117-58, div. G, tit. IX, §§70911 –
70927 (2021), as implemented by the U.S. Office of Management and Budget, the U.S.
Department of Transportation, and FTA. The Recipient acknowledges that this agreement is
neither a waiver of § 70914(a) nor a finding under § 70914(b).
Buy America – The domestic preference requirements of 49 U.S.C. § 5323(j), and FTA
regulations, “Buy America Requirements,” 49 CFR Part 661, to the extent consistent with 49
U.S.C. 5323(j) apply to this contract.
BIDDER MUST SIGN THE FOLLOWING:
Certification requirement for Build America, Buy America.
The bidder or offeror hereby certifies that it will meet the requirements of Build America, Buy
America.
Date _______________________________________________________________________
Signature ____________________________________________________________________
Company Name _______________________________________________________________
Title ________________________________________________________________________
SECTION 00485
BUY AMERICA CERTIFICATION
BUY AMERICA
The Contractor agrees to comply with 49 U.S.C. 5323(j) and 49 C.F.R. Part 661, which provide that
Federal funds may not be obligated unless steel, iron, and manufactured products used in FTA-
funded projects are produced in the United States, unless a waiver has been granted by FTA or the
product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7, and include
final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by
Chrysler Corporation, and microcomputer equipment and software. Separate requirements for
rolling stock are set out at 49 U.S.C. 5323(j)(2)(C) and 49 C.F.R. 661.11. Rolling stock must be
assembled in the United States and have a 60 percent domestic content.
A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification
(below) with all bids or offers on FTA-funded contracts, except those subject to a general waiver.
Bids or offers that are not accompanied by a completed Buy America certification must be
rejected as nonresponsive. This requirement does not apply to lower tier subcontractors.
BIDDER MUST SIGN ONE (1) OF THE FOLLOWING:
Certification requirement for procurement of steel, iron, or manufactured products.
Certificate of Compliance with 49 U.S.C. 5323(j)(1)
The bidder or offeror hereby certifies that it will meet the requirements of 49 U.S.C. 5323(j)(1) and
the applicable regulations in 49 C.F.R. Part 661.5.
Date _________________________________________________________________________
Signature______________________________________________________________________
Company Name________________________________________________________________
Title __________________________________________________________________________
Certificate of Non-Compliance with 49 U.S.C. 5323(j)(1)
The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C.
5323(j)(1) and 49 C.F.R. 661.5, but it may qualify for an exception pursuant to 49 U.S.C.
5323(j)(2)(A), 5323(j)(2)(B), or 5323(j)(2)(D), and 49 C.F.R. 661.7.
Date _________________________________________________________________________
Signature _____________________________________________________________________
Company Name ________________________________________________________________
Title __________________________________________________________________________
Certification requirement for procurement of buses, other rolling stock and associated
equipment.
Certificate of Compliance with 49 U.S.C. 5323(j)(2)(C).
The bidder or offeror hereby certifies that it will comply with the requirements of 49 U.S.C.
5323(j)(2)(C) and the regulations at 49 C.F.R. Part 661.11.
Date _________________________________________________________________________
Signature _____________________________________________________________________
Company Name ________________________________________________________________
Title __________________________________________________________________________
Certificate of Non-Compliance with 49 U.S.C. 5323(j)(2)(C)
The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C.
5323(j)(2)(C) and 49 C.F.R. 661.11, but may qualify for an exception pursuant to 49 U.S.C.
5323(j)(2)(A), 5323(j)(2)(B), or 5323(j)(2)(D), and 49 CFR 661.7.
Date _________________________________________________________________________
Signature _____________________________________________________________________
Company Name ________________________________________________________________
Title __________________________________________________________________________
SECTION 00490
Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)
CERTIFICATION
The Contractor attests that it has filed the required certification under the Byrd Anti-Lobbying
Amendment. The Contractor attests that it has certified that it will not and has not used Federal
appropriated funds to pay any person or organization for influencing or attempting to influence an
officer or employee of any agency, a member of Congress, officer or employee of Congress, or an
employee of a member of Congress in connection with obtaining any Federal Contract, grant or any
other award covered by 31 U.S.C.1352. The Contractor further attests that it has disclosed, and will
continue to disclose, any lobbying with non-Federal funds that takes place in connection with
obtaining any Federal award.
The undersigned certifies, to the best of his or her knowledge and belief, that:
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an officer or employee
of an agency, a Member of Congress, an officer or employee of Congress, or an employee of
a Member of Congress in connection with the awarding of any Federal contract, the making
of any Federal grant, the making of any Federal loan, the entering into of any cooperative
agreement, and the extension, continuation, renewal, amendment, or modification of any
Federal contract, grant, loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person
for making lobbying contacts to an officer or employee of any agency, a Member of Congress,
an officer or employee of Congress, or an employee of a Member of Congress in connection
with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall
complete and submit Standard Form--LLL, "Disclosure Form to Report Lobbying," in
accordance with its instructions [as amended by "Government wide Guidance for New
Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19/96).
(3) The undersigned shall require that the language of this certification be included in the award
documents for all subawards at all tiers (including subcontracts, subgrants, and contracts
under grants, loans, and cooperative agreements) and that all subrecipients shall certify and
disclose accordingly.
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for making
or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying
Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a
civil penalty of not less than $10,000 and not more than $100,000 for each such failure.
The Contractor, ________________ ___, certifies or affirms the truthfulness and
accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor
understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this certification
and disclosure, if any.
__________________________ Entity Name
__________________________ Signature of Authorized Official
__________________________ Name and Title of Authorized Official
__________________________ Date
SECTION 00500
AGREEMENT FORMS
00510 Notice of Award
00520 Agreement
00530 Notice to Proceed
SECTION 00510
NOTICE OF AWARD
DATE: [Date]
TO: [Contractor]
PROJECT: 10205 Power Trail Crossing at Harmony Road
OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER")
CONTRACTOR is hereby notified that your Bid dated [CONTRACTOR'S Bid Date] for the above
project has been considered. CONTRACTOR is the apparent successful Bidder and has been
awarded an Agreement for 10205 Power Trail Crossing at Harmony Road.
The Price of the Agreement is ($ ).
One (1) copy of all Contract Documents accompany this Notice of Award. Additional copies of the
drawings may be requested from the Project Manager.
CONTRACTOR must comply with the following conditions within fifteen (15) days of the date of this
Notice of Award, that is by [Date].
1. CONTRACTOR must deliver to the OWNER a fully executed Agreement complete
with authorized signature on the signature page.
2. CONTRACTOR must deliver with the executed Agreement the Contract Security
(Bonds) as specified in the Instructions to Bidders.
Failure to comply with these conditions within the time specified will entitle OWNER to consider
your Bid abandoned, to annul this Notice of Award and to declare your Bid Security forfeited.
City of Fort Collins
OWNER
By:
Gerry Paul
Purchasing Director
SECTION 00520
AGREEMENT
THIS AGREEMENT is dated as of the [Day] day of [Month] in the year of 20[Year] and shall be
effective on the date this AGREEMENT is signed by the City.
The City of Fort Collins (hereinafter called OWNER) and
[Contractor] (hereinafter called CONTRACTOR)
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth,
agree as follows:
ARTICLE 1. WORK
CONTRACTOR shall complete all Work as specified or indicated in the Contract
Documents. The Project for which the Work under the Contract Documents may be
the whole or only a part is defined as the construction of the 10205 Power Trail
Crossing at Harmony Road.
ARTICLE 2. CHANGE ORDERS
The City, may, at any time during the term and without invalidating the Agreement,
make changes to the particular services. Such changes shall be agreed upon in
writing by the parties by Change Order, a sample of which is attached hereto as
00950, consisting of one (1) page and incorporated herein by this reference.
ARTICLE 3. ENGINEER
The Project has been designed by Otak, Inc. However, all references in the
Contract Documents to the Engineer shall be the City’s Project Manager, Dillon
Willett, who will assume all duties and responsibilities and will have the rights and
authority assigned to Engineer in the Contract Documents in connection with
completion of the Work. The Project Manager is subject to change by the Owner by
written notice via email to the Contractor
ARTICLE 4. CONTRACT TIMES
4.1 The Work shall be Substantially Completed by the CONTRACTOR, as
evidenced by the issuance of the Certificate of Substantial Completion (Section
00635), within two hundred fifty (250) calendar days after the date of the Notice
to Proceed.
1) Scope of work to be delivered by substantial completion includes
construction of the box culvert structure and reconstruction of Harmony
Road as approved by the City Project Manager.
4.2 The Work must be completed by the CONTRACTOR and ready for issuance of
the Certificate of Final Acceptance and Completion (Section 00640) in
accordance with Article 14 of the General Conditions within three hundred fifty
(350) calendar days after the date of the Notice to Proceed.
4.3 Liquidated Damages. OWNER and CONTRACTOR recognize that time is of
the essence of this Agreement and that OWNER will suffer financial loss if the
Work is not completed within the times specified in paragraph 4.1 and 4.2
above, plus any extensions thereof allowed in accordance with Article 12 of the
General Conditions.
They also recognize the delays, expenses and difficulties involved in proving in a
legal preceding the actual loss suffered by OWNER if the Work is not completed on
time. Accordingly, instead of requiring any such proof, OWNER and
CONTRACTOR agree that as Liquidated Damages for delay (but not as penalty)
CONTRACTOR shall pay OWNER the amounts set forth hereafter.
1) Substantial Completion. Eight thousand, eight hundred dollars and zero cents
($8,800.00) for each calendar day or fraction thereof after two hundred fifty
(250) calendar days from the Notice to Proceed until the Work is Substantially
Complete.
2) Final Payment and Acceptance: Eight thousand, eight hundred dollars and
zero cents ($8,800.00) for each calendar day or fraction thereof after three
hundred fifty (350) calendar days from the Notice to Proceed until the Work is
ready for Final Payment and Acceptance.
ARTICLE 5. CONTRACT PRICE
5.1. OWNER shall pay CONTRACTOR for performance of the Work in accordance
with the Contract Documents as follows: ($ ), in accordance with
Section 00300, attached and incorporated herein by this reference.
ARTICLE 6. PAYMENT PROCEDURES
CONTRACTOR shall submit Applications for Payment in accordance with Article
14 of the General Conditions. Applications for Payment will be processed by
ENGINEER as provided in the General Conditions.
6.1. PROGRESS PAYMENTS. OWNER shall make progress payments on
account of the Contract Price on the basis of CONTRACTOR's Application for
Payment as recommended by ENGINEER, once each month during
construction as provided below. All progress payments will be calculated on
the basis of the progress of the Work. I In the case of Unit Price Work,
progress payments will be based on the number of units completed and
pricing will be in accordance with the Bid Form, Section 00300.
6.1.1. APPLICATION FOR PAYMENT
Applications for Payment should be emailed monthly to
invoices@fcgov.com with a copy to the Project Manager. The cost of
the work completed shall be paid to the Contractor each month
following the submittal of a correct invoice completed in accordance
with the Application for Payment, Section 00960.
Payments will be made using the prices stated in the Work Order. In
the event a service is requested that is not stated in the Work Order,
the Contractor and the City will negotiate an appropriate unit price for
the service prior to the Contractor initiating such work.
The OWNER pays undisputed payment applications on Net 30 days
from the date of submittal or, for disputed payment applications, Net 30
days from the date of ENGINEER’s approval.
6.1.2 RETAINAGE
Before Substantial Completion, OWNER will be entitled to withhold as
contract retainage five percent (5%) of each progress payment, but, in
each case, less the aggregate of payments previously made and less
such amounts as ENGINEER shall determine, or OWNER may
withhold, in accordance with Article 14.7 of the General Conditions. If,
in the sole discretion of OWNER, on recommendation of ENGINEER,
OWNER determines that the character and progress of the Work have
been satisfactory to OWNER and ENGINEER, OWNER may
determine that as long as the character and progress of the Work
remain satisfactory to them, there will be no additional retainage on
account of Work completed in which case the remaining progress
payments prior to Substantial Completion will be in an amount equal to
100% of the Work completed. 95% of materials and equipment not
incorporated in the Work (but delivered, suitably stored and
accompanied by documentation satisfactory to OWNER as provided in
Article 14.2 of the General Conditions) may be included in the
Application for Payment 00960.
6.1.3. Upon Substantial Completion and if necessary, payment will be made
in an amount sufficient to increase total payments to CONTRACTOR
to 95% of the CONTRACT Price, less any amounts as ENGINEER
shall determine or OWNER may withhold in accordance with Article
14.7 of the General Conditions or as provided by law.
6.2. FINAL PAYMENT AND ACCEPTANCE. Upon Final Payment and Acceptance
of the Work in accordance with Article 14.13 of the General Conditions,
OWNER shall pay the remainder of the Contract Price as recommended by
ENGINEER as provided in said Article 14.13.
ARTICLE 7. CONTRACTOR'S REPRESENTATION
In order to induce OWNER to enter into this Agreement, CONTRACTOR makes
the following representations:
7.1 CONTRACTOR has familiarized himself with the nature and extent of the
Contract Documents, Work, site, locality, local conditions, and all applicable
Laws and Regulations that in any manner may affect cost, progress,
performance or furnishing of the Work.
7.2. CONTRACTOR has studied carefully all reports of explorations and tests of
subsurface conditions and drawings of physical conditions which are identified
in the Supplementary Conditions as provided in paragraph 4.2 of the General
Conditions.
7.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility
for obtaining and carefully studying) all such examinations, investigations,
explorations, tests, reports, studies, and subsurface or physical conditions,
identified in the Supplementary Conditions, at or contiguous to the site or
otherwise may affect the cost, progress, performance or furnishing of the Work
as CONTRACTOR considers necessary for the performance or furnishing of
the Work at the Contract Price, within the Contract Times and in accordance
with the other terms and conditions of the Contract Documents, including
specifically the provisions of paragraph 4.2 of the General Conditions; and no
additional examinations, investigations, explorations, tests, reports, studies or
similar information or data are or will be required by CONTRACTOR for such
purposes.
7.4. CONTRACTOR has reviewed and checked all information and data shown or
indicated on the Contract Documents with respect to existing Underground
Facilities at or contiguous to the site and assumes responsibility for the
accurate location of said Underground Facilities. No additional examinations,
investigations, explorations, tests, reports, studies or similar information or
data in respect of said Underground Facilities are or will be required by
CONTRACTOR in order to perform and furnish the Work at the Contract Price,
within the Contract Times and in accordance with the other terms and
conditions of the Contract Documents, including specifically the provision of
Article 4.3 of the General Conditions.
7.5. CONTRACTOR has correlated the results of all such observations,
examinations, investigations, tests, reports and data with the terms and
conditions of the Contract Documents.
7.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or
discrepancies that he has discovered in the Contract Documents and the
written resolution thereof by ENGINEER is acceptable to CONTRACTOR.
ARTICLE 8. CONTRACT DOCUMENTS
8.1. The Contract Documents which comprise the entire Agreement between
OWNER and CONTRACTOR concerning the Work consist of the General
Conditions and Supplementary Conditions. Contract Documents are further
defined in Article 1.10 of the General Conditions and other items as stated
below, all of which are incorporated herein by this reference.
8.2. Forms for use by CITY and/or CONTRACTOR in performing the Work and
related actions in carrying out the terms of this Agreement are deemed
Contract Documents and incorporated herein by this reference, and include,
but are not limited to, the following:
8.2.1. Section 00300 Bid Form
8.2.2. Section 00420 Not Used
8.2.3. Section 00430 Schedule of Subcontractors
8.2.4. Section 00440 Safety Form
8.2.5. Section 00450 CDOT Form #606, Anti-Collusion Affidavit
8.2.6. Section 00460 CDOT Form #1413, Bidders List
8.2.7. Section 00470 CDOT Form #1414, Anticipated DBE Participation Plan
8.2.8. Section 00480 Build America, Buy America Certification
8.2.9. Section 00490 Certification Regarding Lobbying
8.2.10. Section 00510 Notice of Award
8.2.11. Section 00520 Agreement
8.2.12. Section 00525 Scope of Work
8.2.13. Section 00530 Notice to Proceed
8.2.14. Section 00610 Performance Bond
8.2.15. Section 00615 Payment Bond
8.2.16. Section 00630 Certificate of Insurance
8.2.17. Section 00635 Certificate of Substantial Completion
8.2.18. Section 00640 Certificate of Final Acceptance
8.2.19. Section 00650 Lien Waiver Releases
8.2.20. Section 00660 Consent of SURETY
8.2.21. Section 00700 General Conditions
8.2.22. Section 00800 Supplementary Conditions
8.2.23. Section 00960 Application for Payment
8.3. Specifications, Reports & Drawings, as follows:
• EXHIBIT A – PROJECT PLAN SET DATED AUGUST 25, 2025
• EXHIBIT B – PROJECT SPECIFICATIONS DATED AUGUST 25, 2025
• EXHIBIT C – HYDRAULIC REPORT DATED JANUARY 14, 2025
• EXHIBIT D – EARTHWORK TABULATION (FOR INFORMATION ONLY)
• EXHIBIT E – CTL THOMPSON GROUND WATER TESTING DATED
SEPTEMBER 1, 2023
• EXHIBIT F -CTL THOMPSON PAVEMENT DESIGN DATED AUGUST 7,
2023
• EXHIBIT G – CTL THOMPSON GEOTECHNICAL INVESTIGATION
DATED JUNE 30, 2023
• EXHIBIT H - CTL THOMPSON GROUND WATER TESTING DATED JULY
13, 2023
• EXHIBIT I - LITHOS ENGINEERING GEOTECHNICAL INVESTIGATION
DATED NOVEMBER 16, 2018
ARTICLE 9. MISCELLANEOUS
9.1. Terms used in this Agreement which are defined in Article I of the General
Conditions shall have the meanings indicated in the General Conditions.
9.2 No assignment by a party hereto of any rights, obligations or interests in or
under the Contract Documents will be binding on another party hereto without
the prior written consent of the party sought to be bound; and specifically but
not without limitations, moneys that may become due and moneys that are
due may not be assigned without such consent and unless specifically stated
to the contrary in any written consent to an assignment no assignment will
release or discharge that assignor from any duty or responsibility under the
Contract Documents. Any such assignment without the required prior written
consent of the OWNER, shall be deemed null and void and have no effect.
9.3. OWNER and CONTRACTOR each binds itself, its partners, successors,
assigns and legal representatives to the other party hereto, its partners,
successors, assigns and legal representatives in respect to all covenants,
promises, and obligations in this Agreement and in the Contract Documents.
9.4 To the extent this Agreement or any provision in it constitutes a multiple fiscal
year debt or financial obligation of the OWNER, it shall be subject to annual
appropriation by OWNER’S City Council as required in Article V, Section 8(b)
of the City Charter, City Code Section 8-186, and Article X, Section 20 of the
Colorado Constitution. The OWNER shall have no obligation to continue this
Agreement in any fiscal year for which no such supporting appropriation has
been made.
9.5 The laws of the State of Colorado shall govern the construction,
interpretation, execution, and enforcement of this Agreement. The Parties
further agree that Larimer County District Court is the proper venue for all
disputes. If the OWNER subsequently agrees in writing that the matter may
be heard in federal court, venue will be in Denver District Court.
9.6 All notices provided under this Agreement shall be effective immediately
when emailed or three business days from the date of the notice when mailed
to the following addresses:
Contractor: City: Copy to:
Attn:
Email Address
Attn: Dillon Willett
PO Box 580
Fort Collins, CO 80522
dwillett@fcgov.com
Attn: Purchasing Dept.
PO Box 580
Fort Collins, CO 80522
purchasing@fcgov.com
OWNER: CITY OF FORT COLLINS CONTRACTOR: [CONTRACTOR]
By: By:
Kelly DiMartino, City Manager
(over $1,000,000)
PRINTED
By:
Gerry Paul, Purchasing Director Title:
Date: Date:
Attest: (CORPORATE SEAL)
Attest:
Approved as to Form:
SECTION 00525
SCOPE OF WORK
General Project Description
The Power Trail Crossing at Harmony Road project involves the construction of a grade-separated
underpass for the Power Trail, a regional mixed-use recreational trail connecting Fort Collins'
neighborhoods to communities north and south. This crossing is a critical component of a broader
initiative to enhance multimodal transportation in the region. A follow-up project will extend the
trail to the north and south, completing the connection and enhancing regional connectivity.
Construction Scope
The underpass will be constructed using a box culvert structure with cut-and-cover methods. Key
items within the project scope include, but are not limited to, the following:
• Construction of the underpass beneath Harmony Road, including trail approaches on both
the north and south sides of the road.
• Reconstruction of Harmony Road, including:
o Median work, curb and gutter reconstruction
o Asphalt paving, signing, and striping
o Drainage improvements to accommodate the underpass
o Reconfiguration of roadway geometries for improved traffic flow
• Landscaping and public art integrated into the project for aesthetic enhancement.
See Exhibit A – Project Plan Set, Exhibit B Project Specifications and Exhibit C Hydraulic
Reports for additional project detail.
Key Considerations
• Traffic Management: Given the project’s high profile, maintaining traffic flow along
Harmony Road is paramount. Traffic control measures must minimize disruptions to
motorists and trail users. Work hour restrictions, potential temporary detours, and a
comprehensive work area traffic control plan must be in place. The plan must comply with
City of Fort Collins and CDOT safety standards and provide measures for pedestrian and
cyclist safety and access.
o Approval Required: All traffic control plans must be approved by the City of Fort
Collins Traffic Representative and require the following:
1. A minimum of two travel lanes in each direction should be maintained at all
times during primary construction activities to preserve consistent traffic flow
on this major arterial.
2. During paving operations, a minimum of one travel lane in each direction may
be permitted. This reduced configuration should not exceed one week in
duration and will require close coordination with Traffic Operations.
Access to all multimodal facilities (including sidewalks, bike lanes, and transit
stops) must be maintained or safely detoured in compliance with ADA
requirements and City standards.
3. The City also recognizes there may be instances where work areas require more
impactful traffic control. These situations will be reviewed on a case-by-case
basis and should be minimized to the greatest extent possible. Maintaining
traffic flow should remain a primary priority throughout the project. A detailed
and phased Traffic Control Plan (TCP) will need to be submitted as part of the
work area traffic control (WATC) permit process for review and approval prior
to implementation.
• Utility Coordination: Coordination of relocation and protection of utilities, including those
from City of Fort Collins Utilities, Fort Collins-Loveland Water District, Xcel Energy, and
Lumen, will be required. Timely coordination with utility providers is essential to avoid
delays. Contractors should ensure that utility relocations are completed according to the
project specifications to minimize disruptions.
• Groundwater & Excavation: Initial groundwater monitoring indicates the possibility of
encountering water below the proposed grade. Contractors should account for this in their
excavation plans and structural design.
• Worksite Safety: Adequate shoring and safety protocols must be followed throughout the
project. All work must adhere to CDOT and City of Fort Collins safety standards to protect
workers and the public.
• Public Engagement and Communication: As a high-visibility project, the contractor will
need to coordinate with the City of Fort Collins' public relations team to manage
communication with the public. This includes providing information to City staff about
construction schedules, road closures, and detours.
• Contractor Responsibilities: The Contractor is responsible for obtaining all necessary local
and state permits and insurances including but not limited to:
o Environmental permits (e.g., CDPHE MS4)
o Right-of-Way (ROW) excavation
o Traffic control permits
o Railroad Protective Liability Insurance (Union Pacific Railroad)
• Asphalt binder for Section A3 will be PG 64-28 for the entirety of the final 2” top lift to
match Overlay Section A1 and A2. This has been adjusted in the bid schedule and will be
updated on the For Construction plan set.
• Timber lagging identified to remain in place does not need to be treated.
• Structural steel soldier piles and headed stud anchors do not require painting.
• Per Standard Specification Section 503.12, uncontrolled in-situ slurries are not permitted.
Note that steel casings shown on Sheet Number 91, Detail C reference ½” thick minimum
steel casings and shall be permanent and extend the full depth of the drilled shaft.
• Revised sheets to show approximate bottom of drilled shaft elevations are included in
Exhibit D These revisions will be incorporated with a For Construction plan set.
• With approval from City representative, portions of the shoring system that will not be in
conflict with the permanent underpass or associated drainage, may remain in place. Shoring
must be removed to a minimum of two (2) feet below the finished roadway surface.
Funding
This project is funded through federal funds administered by CDOT, including grants from:
• Transportation Alternatives Program (TAP)
• Congestion Mitigation and Air Quality (CMAQ)
• Local funds, including Conservation Trust Funds
The project will be under CDOT oversight and must comply with all necessary documentation and
regulatory requirements as specified by CDOT.
Schedule and Milestones
The project is expected to start within 30 days of contract execution and must be completed within
250 calendar days.
Conclusion
This project marks a significant step in improving multimodal transportation infrastructure in Fort
Collins. The Contractor will need to manage key risks, including utility coordination, traffic
control, and adherence to environmental and safety standards, to ensure the project’s successful
completion.
SECTION 00530
NOTICE TO PROCEED
Original Bid Number & Name: 10205 Power Trail Crossing at Harmony Road
Description of Work:
To: [CONTRACTOR]
This notice is to advise you:
That the Contract covering the above described Work has been fully executed by the
CONTRACTOR and the OWNER.
That the required CONTRACTOR's Performance Bond and Payment Bond have been received
by the OWNER.
Therefore, as the CONTRACTOR for the above described Work, CONTRACTOR is hereby
authorized and directed to proceed with the Work to begin on .
The date for Substantial Completion and Final Acceptance shall be , 20 ,
respectively.
Dated this day of , 20 .
City of Fort Collins
OWNER
By:
Title:
ACKNOWLEDGMENT OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged this day of
, 20__.
CONTRACTOR: [CONTRACTOR]
By:
Title:
SECTION 00600
BONDS AND CERTIFICATES
00610 Performance Bond
00615 Payment Bond
00630 Certificate of Insurance
00635 Certificate of Substantial Completion
00640 Certificate of Final Acceptance
00650 Lien Waiver Release (CONTRACTOR)
00660 Consent of SURETY
00670 Application for Exemption Certificate
SECTION 00610
PERFORMANCE BOND
Bond No.
KNOW ALL PEOPLE BY THESE PRESENTS: that
(firm)
(address)
(an Individual), (a Partnership), (a Corporation) (a Limited Liability Company), hereinafter
referred to as the "PRINCIPAL" and
(Firm)
(Address)
hereinafter referred to as "the SURETY", are held and firmly bound unto City of Fort Collins, 300
Laporte Ave, Fort Collins, Colorado 80522, a home rule municipality, hereinafter referred to as
the "OWNER", in the penal sum of ($ ) in lawful money of the United States, for the
payment of which sum well and truly to be made, we bind ourselves, successors and assigns,
jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the PRINCIPAL entered into
a certain Agreement with the OWNER, dated the [Day] day of [Month] in the year of 20[Year], a
copy of which is hereto attached and made a part hereof for the performance of the City of Fort
Collins Project, 10205 Power Trail Crossing at Harmony Road.
NOW, THEREFORE, if the PRINCIPAL shall well, truly and faithfully perform its duties, all the
undertakings, covenants, terms, conditions and agreements of said Agreement during the
original term thereof, and any extensions thereof which may be granted by the OWNER, with or
without any notice to the SURETY and during the life of the guaranty period, and if the Principal
shall satisfy all claims and demands incurred under such Agreement, and shall fully indemnify
and save harmless the OWNER from all cost and damages which it may suffer by reason of
failure to do so, and shall reimburse and repay the OWNER all outlay and expense which the
OWNER may incur in making good any default then this obligation shall be void; otherwise to
remain in full force and effect.
PROVIDED, FURTHER, that the said SURETY, for value received, hereby stipulates and
agrees that no change, extension of time, alteration or addition to the terms of the Agreement or
to the Work to be performed thereunder or the Specifications accompanying the same shall in
any way affect its obligation on this bond; and it does hereby waive notice of any such change,
extension of time, alteration or addition to the terms of the Agreement or to the Work or to the
Specifications.
PROVIDED, FURTHER, that no final settlement between the OWNER and the PRINCIPAL shall
abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.
PROVIDED, FURTHER, that the SURETY Company must be authorized to transact business in
the State of Colorado and be acceptable to the OWNER.
IN WITNESS WHEREOF, this instrument is executed this _____ day of _____ ____, 20__.
IN PRESENCE OF: PRINCIPAL
(Title) (Title)
(Corporate Seal)
(Address)
IN PRESENCE OF: Other PARTNERS
_____________________________ By:
_____________________________ By:
IN PRESENCE OF: SURETY
_____________________________ By:_____________________________________
_____________________________
(Address)
(SURETY Seal)
NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is
Partnership, all partners should execute Bond.
Attach to form when submitted: Power of Attorney and Certificate of Authority of
Attorney(s)-in-Fact
SECTION 00615
PAYMENT BOND
Bond No.
KNOW ALL PEOPLE BY THESE PRESENTS: that
(firm)
(address)
(an Individual), (a Partnership), (a Corporation) (a Limited Liability Company), hereinafter
referred to as the "PRINCIPAL" and
(Firm)
(Address)
hereinafter referred to as "the SURETY", are held and firmly bound unto the City of Fort Collins,
300 Laporte Ave., Fort Collins, Colorado 80522 , a home rule municipality, a home rule
municipality, hereinafter referred to as "the OWNER", in the penal sum of ($ ) in
lawful money of the United States, for the payment of which sum well and truly to be made, we
bind ourselves, successors and assigns, jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the PRINCIPAL entered into
a certain Agreement with the OWNER, dated the [Day] day of [Month] in the year of 20[Year], a
copy of which is hereto attached and made a part hereof for the performance of the City of Fort
Collins Project, 10205 Power Trail Crossing at Harmony Road.
NOW, THEREFORE, if the PRINCIPAL shall make payment to all persons, firms,
subcontractors, and corporations furnishing materials for or performing labor in the prosecution
of the Work provided for in such Agreement and any authorized extension or modification
thereof, including but not limited to, all amounts due for materials, lubricants, repairs on
machinery, equipment and tools, consumed, rented or used in connection with the construction
of such Work, and all insurance premiums on said Work, and for all labor, performed in such
Work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to
remain in full force and effect.
PROVIDED, FURTHER, that the said SURETY, for value received, hereby stipulates and
agrees that no change, extension of time, alteration or addition to the terms of the Agreement or
to the Work to be performed thereunder or the Specifications accompanying the same shall in
any way affect its obligation on this bond; and it does hereby waive notice of any such change,
extension of time, alteration or addition to the terms of the Agreement or to the Work or to the
Specifications.
PROVIDED, FURTHER, that no final settlement between the OWNER and the PRINCIPAL shall
abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.
PROVIDED, FURTHER, that the SURETY Company must be authorized to transact business in
the State of Colorado and be acceptable to the OWNER.
IN WITNESS WHEREOF, this instrument is executed this day of , 20__.
IN PRESENCE OF: PRINCIPAL
(Title) (Title)
(Corporate Seal)
(Address)
IN PRESENCE OF: Other PARTNERS
_____________________________ By:
_____________________________ By:
IN PRESENCE OF: SURETY
_____________________________ By:_____________________________________
_____________________________
(Address)
(SURETY Seal)
NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is
Partnership, all partners should execute Bond.
Attach to form when submitted: Power of Attorney and Certificate of Authority of
Attorney(s)-in-Fact
SECTION 00630
CERTIFICATE OF INSURANCE
The CONTRACTOR will provide, from insurance companies acceptable to the City, the insurance
coverage designated hereinafter and pay all costs. Before commencing work under this bid, the
CONTRACTOR shall furnish the City with certificates of insurance showing the type, amount,
class of operations covered, effective dates and date of expiration of policies.
In case of the breach of any provision of the Insurance Requirements, the City, at its option, may
take out and maintain, at the expense of the Contractor, such insurance as the City may deem
proper and may deduct the cost of such insurance from any monies which may be due or become
due the CONTRACTOR under this Agreement.
Insurance certificates should show the certificate holder as follows:
City of Fort Collins
Purchasing Division
PO Box 580
Fort Collins, CO 80522
The City, its officers, agents and employees shall be named as additional insureds on the
Service Provider 's general liability and automobile liability insurance policies by marking
the appropriate box or adding a statement to this effect on the certificate, for any claims
arising out of work performed under this Agreement.
The State of Colorado shall be named as an additional insured on all commercial general
liability policies (leases and construction contracts require additional insured coverage
for completed operations) required of Local Agency and Subcontractors. In the event of
cancellation of any commercial general liability policy, the carrier shall provide at least 10
days prior written notice to CDOT.
Insurance coverages shall be as follows:
A. Workers' Compensation & Employer's Liability. The CONTRACTOR shall maintain during
the life of this Agreement for all of the CONTRACTOR’s employees engaged in work
performed under this agreement. Workers' Compensation & Employer’s Liability insurance
shall conform with statutory limits of $100,000 per accident, $500,000 disease aggregate,
and $100,000 disease each employee, or as required by Colorado law.
B. General Liability. The CONTRACTOR shall maintain during the life of this Agreement such
General Liability as will provide coverage for damage claims of personal injury, including
accidental death, as well as for claims for property damage, which may arise directly or
indirectly from the performance of work under this Agreement. Coverage for property
damage shall be on a "broad form" basis. The amount of insurance for General Liability,
shall not be less than $1,000,000 combined single limits for bodily injury and property
damage.
C. Automobile Liability. The CONTRACTOR shall maintain during the life of this Agreement
such Automobile Liability insurance as will provide coverage for damage claims of
personal injury, including accidental death, as well as for claims for property damage,
which may arise directly or indirectly from the performance of work under this Agreement.
Coverage for property damage shall be on a "broad form" basis. The amount of insurance
for Automobile Liability, shall not be less than $1,000,000 combined single limits for bodily
injury and property damage.
D. Subcontractors. In the event any work is performed by a subcontractor, the
CONTRACTOR shall be responsible for any liability directly or indirectly arising out of the
work performed under this Agreement by a subcontractor, which liability is not covered by
the subcontractor's insurance.
E. Primary Coverage. For any claims related to the Agreement, CONTRACTOR’s insurance
shall be primary coverage, and any insurance or self-insurance maintained by the City, its
officers, agents and employees shall be in excess of the CONTRACTOR’s insurance and
shall not contribute with it.
F. Waiver of Subrogation. CONTRACTOR will grant to the City a waiver of any right of
subrogation which any insurer of CONTRACTOR may acquire against the City by virtue
of any payment of any loss. CONTRACTOR agrees to obtain any endorsement that may
be necessary to affect this waiver of subrogation, but this provision applies regardless of
whether or not the City has received a waiver of subrogation endorsement from the
insurer.
In the event any work is performed by a subcontractor, the CONTRACTOR shall be responsible
for any liability directly or indirectly arising out of the work performed under this Agreement by a
subcontractor, which liability is not covered by the subcontractor's insurance.
SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: CITY OF FORT COLLINS (OWNER)
DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: 10205 Power Trail
Crossing at Harmony Road
PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado
INCLUDE:
OWNER: City of Fort Collins
CONTRACTOR: [Contractor]
CONTRACT DATE: [Date]
The Work performed under this CONTRACT has been inspected by authorized representatives
of the OWNER, CONTRACTOR, and the ENGINEER and the Project or specified part of the
Project, as indicated above is hereby declared to have achieved Substantial Completion on the
above date.
Pursuant to the CONTRACT Documents, CONTRACTOR has provided the following items,
where applicable:
Record Drawings (ie. final as-builts)
Operations & Maintenance Manuals
Third Party Warranties
Owner’s Extra Stock & Parts
Other:
A tentative list of items to be completed or corrected is appended hereto. This list may not be
exhaustive, and the failure to include an item on it does not alter the responsibility of the
CONTRACTOR to complete all the Work in accordance with the CONTRACT Documents.
OWNER AUTHORIZED REPRESENTATIVE
DATE
The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to
complete and correct the items on the tentative list on or before the Final Acceptance and
Completion date of , 20 .
CONTRACTOR AUTHORIZED REPRESENTATIVE
DATE
The OWNER accepts the Project or specified area of the Project as substantially complete and
will assume full possession of the Project or specified area of the Project at 12:01 a.m., on
, 20 .
CITY OF FORT COLLINS, COLORADO By:
OWNER AUTHORIZED REPRESENTATIVE
DATE
SECTION 00640
CERTIFICATE OF FINAL ACCEPTANCE AND COMPLETION
Month, day , 20 Original Bid Number & Name: 10205 Power Trail Crossing
at Harmony Road
TO: [CONTRACTOR]
You are hereby notified that on the day of , 20__, the City of
Fort Collins, Colorado, has accepted the Work completed by [CONTRACTOR] for the City of
Fort Collins Project, .
Pursuant to the Contract Documents, CONTRACTOR has provided the following items:
A. All documentation called for in the Contract Documents, including without limitation
certified payrolls as required for state or federally funded projects;
B. Consent of the SURETY, if any, to final payment;
C. Satisfactory evidence that all title issues have been resolved such that title to all Work,
materials, and equipment has passed to OWNER free and clear of any Liens or other
title defects or will so pass upon final payment.
D. A list of all disputes that CONTRACTOR believes are unsettled; and
E. Complete and legally effective releases or waivers (satisfactory to OWNER) of all Lien
rights arising out of the Work, and of Liens filed in connection with the Work.
Your continuing obligations and guarantees for the Project will be as provided in the Contract
Documents.
OWNER: City of Fort Collins
By:
Title:
SECTION 00650
LIEN WAIVER RELEASE
(CONTRACTOR)
TO: City of Fort Collins, Colorado (OWNER)
FROM: [CONTRACTOR] (CONTRACTOR)
PROJECT: 10205 Power Trail Crossing at Harmony Road
1. The CONTRACTOR acknowledges having received payment, except retainage from the
OWNER for all work, labor, skill and material furnished, delivered and performed by the
CONTRACTOR for the OWNER or for anyone in the construction, design, improvement,
alteration, addition or repair of the above described project.
2. In consideration of such payment and other good and valuable consideration, the receipt
and adequacy of which are hereby acknowledged, the CONTRACTOR voluntarily waives
all rights, claims and liens, including but not limited to, mechanic's liens, Miller Act claims
(40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor and material bond rights
which the CONTRACTOR may now or may afterward have, claim or assert for all and any
work, labor, skill or materials furnished, delivered or performed for the construction,
design, improvement, alteration, addition or repair of the above described project, against
the OWNER or its officers, agents, employees or assigns, against any fund of or in the
possession or control of the OWNER, against the project or against all land and the
buildings on and appurtenances to the land improved by the project.
3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or
performed to or for the construction, design, improvement, alteration, addition or repair of
the project were furnished, delivered or performed by the CONTRACTOR or its agents,
employees, and servants, or by and through the CONTRACTOR by various
subcontractors or materialmen or their agents, employees and servants and further affirms
the same have been paid in full and have released in full any and all existing or possible
future mechanic's liens or rights or claims against the project or any funds in the
OWNER'S possession or control concerning the project or against the OWNER or its
officers, agents, employees or assigns arising out of the project.
4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if any,
and the SURETY on the project against and from any claim hereinafter made by the
CONTRACTOR'S subcontractors, materialmen, employees, servants, agents or assigns
against the project or against the OWNER or its officers, employees, agents or assigns
arising out of the project for all loss, damage and costs, including reasonable attorney’s
fees, incurred as a result of such claims.
5. The parties acknowledge that the description of the project set forth above constitutes an
adequate description of the property and improvements to which this Lien Waiver Release
pertains. It is further acknowledged that this Lien Waiver Release is for the benefit of and
may be relied upon by the OWNER, the lender, if any, and SURETY on any Payment and
Performance Bonds for the project.
Signed this date , day of month , 20 .
CONTRACTOR: [CONTRACTOR]
By:
Title:
ATTEST:
Secretary
STATE OF )
)ss.
COUNTY OF )
Subscribed and sworn to before me this
date day of month 20 , by printed name of notary .
Witness my hand and official seal.
Signed and sworn to [or affirmed] before me on _______________________, 20____
by __________________________________ (name(s) of individual(s) making statement).
____________________________________
(Notary’s official signature)
____________________________________
(Title of office)
____________________________________
(Commission Expiration)
SECTION 00660
CONSENT OF SURETY
TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER")
CONTRACTOR: [CONTRACTOR]
PROJECT: 10205 Power Trail Crossing at Harmony Road
CONTRACT DATE: [Date]
In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR
as indicated above, for .
(SURETY)
on bond numbers
hereby approves of the Final Payment to the CONTRACTOR and agrees that Final Payment to
the CONTRACTOR shall not relieve the SURETY of any of its obligations to the OWNER, as set
forth in the said SURETY's Bonds.
IN WITNESS WHEREOF, the SURETY has hereunto set its hand this date day of
month , 20 .
(SURETY)
By:
ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact.
State of
County of ____________________
This record was acknowledged before me on _________________________, 20 _____
by _________________________ as (type of authority, such as officer or trustee) of
(name of party/entity on behalf of whom record was executed).
(name of officer or agent, title of officer or agent) of (name of corporation acknowledging)
a (state or place of incorporation) corporation, on behalf of the corporation.
____________________________________
(Notary’s official signature)
____________________________________
(Title of office)
____________________________________
(Commission Expiration)
SECTION 00670
APPLICATION FOR EXEMPTION CERTIFICATE
SECTION 00700
GENERAL CONDITIONS
SECTION 00800
SUPPLEMENTARY CONDITIONS
SECTION 00800
SUPPLEMENTARY CONDITIONS
Conditions of the Contract
These Supplementary Conditions amend or supplement the General Conditions of the
Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with City of Fort Collins
modifications) and other provisions of the Contract Documents as indicated below.
SC-1.46 Work Order
A. Add the following new paragraph immediately after paragraph 1.43 of the General
Conditions:
1.43 Work Order - A Contract Document once executed by OWNER and
CONTRACTOR, that provides for the construction of all or a portion of the
Work, pursuant to the Agreement and Contract Documents.
SC-2.8 Preliminary Matters
A. Delete paragraph 2.8 of the General Conditions entirely and replace it with the
following paragraph:
Preconstruction Conference. Within ten days after the Contract Times for a
Work Order start to run, but before any Work at the site is started, a conference
attended by CONTRACTOR, ENGINEER and others as appropriate will be
held to establish a working relationship among the parties as to the Work and
to discuss the schedules referred to in paragraph 2.6, procedures for handling
Shop Drawings and other submittals, processing Applications for Payment,
and maintaining required records. Unless otherwise agreed by the parties, the
CONTRACTOR shall be responsible for documenting the meeting minutes
which shall be subject to the OWNER’S approval.
SC-4.2 Subsurface and Physical Conditions:
A. Add the following language to paragraph 4.2.1 of the General Conditions.
4.2.1.1.1 The following report(s) of exploration and tests of subsurface conditions
at the site of the Work:
EXHIBIT A – PROJECT PLAN SET DATED MAY 9, 2025
EXHIBIT C – HYDRAULIC REPORT DATED JANUARY 14, 2025
Contractor may rely upon the accuracy of the technical data contained in the
geotechnical documents, but not upon nontechnical data, interpretations or
opinions contained therein or upon the completeness of any information in the
report.
SC-5.4.7 Additional Insureds. Include the following parties or entities as additional insureds,
as provided in paragraph 5.4.7 of the General Conditions:
5.4.7.1 City of Fort Collins, PO Box 580, Fort Collins, Colorado 80522
5.4.7.2 The State of Colorado
SC-5.4.8 Limits of Liability
A. Add the following language at the end of paragraph 5.4.8.
The limits of liability for the insurance required by the paragraph numbers of the
General Conditions listed in paragraphs 5.4.1 through 5.4.10 of the General
Conditions are as outlined in Section 00630 of the Agreement.
The limits of liability for the insurance required by paragraphs 5.4.1 through 5.4.6
inclusive and requirements of 5.4.7 through 5.4.10 shall be in accordance with
Section 00630 of the Agreement.
SC-8.0 Owner’s Responsibilities
A. 8.1 Change reference to ENGINEER to PROJECT MANAGER
B. Add the following language to ARTICLE 8:
8.10. The OWNER will provide a project manager (the Project Manager). The
CONTRACTOR shall direct all questions concerning Contract interpretation, Change
Orders, and other requests for clarification or instruction to the Project Manager.
8.10.1 Authority: The Project Manager will be the OWNER's representative during the
construction of the project. The Project Manager shall have the authority to reject
work and materials whenever such rejection may be necessary to ensure the proper
performance of the Work in accordance with the Contract Documents.
8.10.2 Duties and Responsibilities: The Project Manager will make periodic visits to the
project site to observe the progress and quality of the Work and to determine, in
general, if the Work is proceeding in accordance with the Contract Documents. The
Project Manager shall not be required to make comprehensive or continuous
inspections to check the progress or quality of the Work. The Project Manager shall
not be responsible for construction means, methods, techniques, sequences, or
procedures, or for safety precautions or programs in connection with the Work, or for
any failure of the CONTRACTOR to comply with laws and regulation applicable to
the performance or furnishing of the Work. Visits and observations made by the
Project Manager shall not relieve the CONTRACTOR of his obligation to conduct
comprehensive inspections of the Work, to furnish materials and perform acceptable
Work, and to provide adequate safety precautions in conformance with the Contract
Documents. The Project Manager shall at all times have access to the Work. The
CONTRACTOR shall provide facilities for such access so the Project Manager may
perform his or her functions under the Contract Documents.
8.10.3 One or more Construction Inspector(s) (CI) may be assigned to assist the Project
Manager in providing observation of the Work, to determine whether or not the Work
is proceeding according to the construction documents. CONTRACTOR will receive
written notification from the OWNER of any CI assignments. The CI shall not
supervise, direct or have control or authority over, nor be responsible for,
CONTRACTOR's means, methods, techniques, sequences or procedures of
construction or the safety precautions and programs incident thereto, or for any
failure of CONTRACTOR to comply with Laws and Regulations applicable to the
furnishing or performance of the Work. The CI will not be responsible for
CONTRACTOR's failure to perform or furnish the Work in accordance with the
Contract Documents. The CI's dealings in matters pertaining to the on-site work will
be to keep the Project Manager properly apprised about such matters.
8.10.4 Communications: All instructions, approvals, and decisions of the Project Manager
shall be in writing. The CONTRACTOR may not rely on instructions, approvals, or
decisions of the Project Manager until the same are reduced to writing.
SC-11.6.2 Change of Contract Price
A. Add the following new paragraph to paragraph 11.6.2 of the General Conditions:
11.6.2.7. Cost of the Work. Allowances for profit, overhead and mark-up
prescribed by Article 5 of the Agreement shall be used in lieu of any
CONTRACTOR'S fee, overhead, profit or mark-up allowances as
prescribed in paragraphs 11.6.2.1, 11.6.2.2, and 11.6.2.3.
SC-12.3. Add the following language to the end of paragraph 12.3 of the General Conditions.
Lost days due to abnormal weather conditions will be allocated as required. Should there be a
day with abnormal weather conditions, Contractor and the City Project Manager will consult,
before start of Work, and determine whether Work should begin or not, documenting the decision
in writing. In the event the parties mutually agree to suspend Work due to weather, the Project
Schedule may be extended on a day for day basis equivalent to the period of time the Work was
suspended for weather.
SC-13.12 Correction Period:
13.12.1 N/A
SC-DB Davis Bacon Wage Rates
A. The terms and conditions set forth in the following pages are hereby
incorporated as part of this Agreement.
SC-FED Federal Terms & Conditions
A. The terms and conditions set forth in the following pages are hereby incorporated
as part of this Agreement. In the event of a conflict between the Federal Terms &
Conditions and other Contract Documents, the Federal Terms & Conditions shall
take precedence.
SC-Confidentiality
IN CONNECTION WITH SERVICES provided to the City of Fort Collins (the “City”) pursuant to
this Agreement (the “Agreement”), the Service Provider hereby acknowledges that it has been
informed that the City has established policies and procedures with regard to the handling of
confidential information and other sensitive materials.
In consideration of access to certain information, data and material (hereinafter individually and
collectively, regardless of nature, referred to as “information”) that are the property of and/or relate
to the City or its employees, customers or suppliers, which access is related to the performance
of services that the Service Provider has agreed to perform, the Service Provider hereby
acknowledges and agrees as follows:
That information that has or will come into its possession or knowledge in connection with the
performance of services for the City may be confidential and/or proprietary. The Service Provider
agrees to treat as confidential (a) all information that is owned by the City, or that relates to the
business of the City, or that is used by the City in carrying on business, and (b) all information
that is proprietary to a third party (including but not limited to customers and suppliers of the City).
The Service Provider shall not disclose any such information to any person not having a legitimate
need-to-know for purposes authorized by the City. Further, the Service Provider shall not use
such information to obtain any economic or other benefit for itself, or any third party, except as
specifically authorized by the City.
The foregoing to the contrary notwithstanding, the Service Provider understands that it shall have
no obligation under this Agreement with respect to information and material that (a) becomes
generally known to the public by publication or some means other than a breach of duty of this
Agreement, or (b) is required by law, regulation or court order to be disclosed, provided that the
request for such disclosure is proper and the disclosure does not exceed that which is required.
In the event of any disclosure under (b) above, the Service Provider shall furnish a copy of this
Agreement to anyone to whom it is required to make such disclosure and shall promptly advise
the City in writing of each such disclosure.
In the event that the Service Provider ceases to perform services for the City, or the City so
requests for any reason, the Service Provider shall promptly return to the City any and all
information described hereinabove, including all copies, notes and/or summaries (handwritten or
mechanically produced) thereof, in its possession or control or as to which it otherwise has
access.
The Service Provider understands and agrees that the City’s remedies at law for a breach of the
Service Provider’s obligations under this Confidentiality Agreement may be inadequate and that
the City shall, in the event of any such breach, be entitled to seek equitable relief (including without
limitation preliminary and permanent injunctive relief and specific performance) in addition to all
other remedies provided hereunder or available at law.
DAVIS BACON WAGE RATES
FEDERAL TERMS & CONDITIONS
FHWA – 1273 – Revised October 23, 2023
Required Contract Provisions – Federal-Aid Construction Contracts.
*Note – Contractor must include form 1273 with all of their subcontracts.
SECTION 00900
CHANGE ORDERS AND PAYMENT
00950 Contract Change Order
00955 Work Change Directive
00960 Application for Payment
SECTION 00950
CHANGE ORDER
NO.
PROJECT TITLE: 10205 Power Trail Crossing at Harmony Road
CONTRACTOR: Company Name
PO NUMBER:
DESCRIPTION:
1. Reason for Change: Why is the change required?
2. Description of Change: Provide details of the changes to the Work
3. Change in Price:
4. Change in Time:
ORIGINAL PRICE $ .00
TOTAL APPROVED CHANGE ORDER .00
TOTAL PENDING CHANGE ORDER .00
TOTAL THIS CHANGE ORDER .00
TOTAL % OF THIS CHANGE ORDER %
TOTAL C.O.% OF ORIGINAL WORK ORDER %
ADJUSTED COST $ .00
SERVICE PROVIDER: Date:
Name, Title
ACCEPTANCE: Date:
Dillon Willett, Project Manager
REVIEWED: Date:
Adam Hill, Senior Buyer
ACCEPTANCE: Date:
Gerry Paul, Purchasing Director
(if greater than $60,000)
SECTION 00955
WORK CHANGE DIRECTIVE
A. GENERAL INFORMATION
This document was developed for use in situations involving changes in the Work which, if not
processed expeditiously, might delay the Project. These changes are often initiated in the field
and may affect the Contract Price or the Contract Times. This is not a Change Order, but only a
directive to proceed with the Work that may be included in a subsequent Change Order.
For supplemental instructions and minor changes not involving a change in the Contract Price
or the Contract Times a Field Order should be used.
B. COMPLETING THE WORK CHANGE DIRECTIVE FORM
Engineer initiates the form, including a description of the items involved and attachments.
Based on conversations between the Engineer/Owner and Contractor, Engineer completes the
following:
METHOD OF DETERMINING CHANGE, IF ANY, IN CONTRACT PRICE: Mark the
method to be used in determining the final cost of Work involved and the estimated net
effect on the Contract Price. If the change involves an increase in the Contract Price and
the estimated amount is approached before the additional or changed Work is
completed, another Work Change Directive must be issued to change the estimated
price or Contractor may stop the changed Work when the estimated time is reached. If
the Work Change Directive is not likely to change the Contract Price, the space for
estimated increase (decrease) should be marked “Not Applicable”.
Once Engineer has completed and signed the form, all copies should be sent to Owner for
authorization because Engineer alone does not have authority to authorize changes in Price or
Times. Once authorized by Owner, a copy should be sent by Engineer to Contractor. Price and
Times may only be changed by Change Order signed by Owner and Contractor with Engineer’s
recommendation.
Article 10 of the General Conditions requires that a Change Order be initiated and processed to
cover any undisputed sum or amount of time for Work actually performed pursuant to this Work
Change Directive.
Once the Work covered by this directive is completed or final cost and times are determined,
Contractor should submit documentation for inclusion in a Change Order.
IF THIS IS A DIRECTIVE TO PROCEED WITH A CHANGE THAT MAY AFFECT THE
CONTRACT PRICE OR CONTRACT TIMES. A CHANGE ORDER, IF ANY, SHOULD BE
CONSIDERED PROMPTLY.
WORK CHANGE DIRECTIVE
NO.
PROJECT TITLE: 10205 Power Trail Crossing at Harmony Road
CONTRACTOR: Name
ENGINEER: Name
PO NUMBER:
You are directed to proceed promptly with the following change(s):
Description:
Purpose of Work Change Directive:
Attachments: (List documents supporting change)
If OWNER OR CONTRACTOR believe that the above change has affected Contract Price, any
Claim for a Change Order based thereon will involve one or more of the following methods as
defined in the Contract Documents.
Method of determining change in Contract Price:
Unit Prices
Lump Sum
Cost of the Work
Estimated increase (decrease) in Contract Price: $
If the change involves an increase, the estimated amount is not to be exceeded without further
authorization.
Estimated increase (decrease) in Contract Times: Substantial Completion: days; Ready for
Final Acceptance: days
REQUESTED:
Name
CONTRACTOR AUTHORIZED REPRESENTATIVE
DATE
RECOMMENDED:
ENGINEER AUTHORIZED REPRESENTATIVE
DATE
AUTHORIZED:
OWNER AUTHORIZED REPRESENTATIVE
DATE
Section 00960
APPLICATION FOR PAYMENT PAGE 1 OF 4
OWNER: City of Fort Collins PROJECT: APPLICATION NUMBER:
APPLICATION DATE:
PERIOD BEGINNING:
ENGINEER: CONTRACTOR: PERIOD ENDING:
PROJECT NUMBER:
CHANGE ORDERS Application is made for Payment as shown below in connection with Contract
NUMBER DATE AMOUNT
The present status of the account for this Contract is as
follows:
1
2 Original Contract Amount:
3 Net Change by Change Order:
Current contract Amount: $0.00
Total Completed and Stored to Date:
Less Previous Applications:
Amount Due this Application - Before Retainage: $0.00
Less Retainage:
Net Change by Change Order $0.00 AMOUNT DUE THIS APPLICATION: $0.00
CERTIFICATION:
The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with
the Work have been satisfied as required in Paragraph 14.3. of the General Conditions of the Contract.
OR
The undersigned CONTRACTOR certifies that to the best of its knowledge, information and belief the Work
covered by this Application for Payment has been completed in accordance with the Contract Documents, that
all accounts have been paid for Work for which previous Applications for Payment were issued and payments
Application, the ENGINEER certifies to the OWNER that the Work has progressed to the point indicated;
that to the best of its knowledge, information and belief, the quality of the Work is generally in accordance
with the Contract Documents, and that the CONTRACTOR is entitled to payment of the amount requested
herein subject to any set-offs set forth on the attached exhibit.
Date: By:
Payment of the above Amount Due This Application is approved by the OWNER.
Date: By:
CONTRACT AMOUNTS
APPLICATION FOR
PAYMENT PAGE 2 OF 4
Work
Completed
Work
Completed
Work
Completed Stored
Bid
This
Month
Previous
Periods
To
Date Materials Total
Item This Earned Percent
Number Description Quantity Units
Unit
Price Amount Qty. Amount Qty. Amount Qty. Amount Period
To
Date Billed
$0.00 $0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00 $0.00
$0.00 $0.00 $0.00 $0.00 $0.00
TOTALS $0.00 $0.00 $0.00 $0.00 $0.00