HomeMy WebLinkAboutBID - 10231 215 N Mason Third Floor Open Area LED Lighting Retrofit
BID INFORMATION
AND
CONTRACT DOCUMENTS
FOR
215 N MASON LED LIGHTING RETROFIT
BID NO. 10231
October 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
00050 Scope of Work
00100 General Information
00300 Bid Form
00400 Supplements to Bid Forms
00410 Bid Bond
00420 Statements of Bidders Qualifications
00430 Schedule of Subcontractors
00440 Safety Form
00450 CDOT Form #606, Anti-Collusion Affidavit
00460 CDOT Form #1414, Anticipated DBE Participation Plan
00470 Build America, Buy America Certification
00480 Buy America Certification
00490 Certification Regarding Lobbying
CONTRACT DOCUMENTS
00500 Contract Forms
00510 Notice of Award
00520 Contract
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 and Completion
00650 Lien Waiver Release (CONTRACTOR)
00660 Consent of Surety
00670 Application for Exemption Certificate
CONDITIONS OF THE CONTRACT
00700 General Conditions
00800 Supplementary Conditions
Davis Bacon Wage Rates
FEDERAL TRANSIT ADMINISTRATION - FEDERALLY REQUIRED AND OTHER
MODEL CONTRACT CLAUSES
US Department of Energy – Special Terms and Conditions
00900 Addenda, Modifications, and Payment
00950 Contract Change Order
00955 Work Change Directive
00960 Application for Payment
ADDITIONAL CONTRACT DOCUMENTS
ATTACHMENT A DRAWINGS
ATTACHMENT B US DOE SPECIAL TERMS AND DONDITIONS
ATTACHMENT C WASTE MANGEMENT PLAN
ATTACHMENT D DEBRIS RECYCLING FORM
ATTACHMENT E LIGHTING AND CONTROLS BOM
SECTION 00020
INVITATION TO BID
BID DUE: 3:00 PM MT (MT RMEPS clock), November 26, 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 Teams meeting:
Microsoft Teams Need help?
Join the meeting now
Meeting ID: 264 821 181 603 2
Passcode: dV6z2MW2
Dial in by phone
+1 970-628-0892,,805011946# United States, Grand Junction
Find a local number
Phone conference ID: 805 011 946#
The Contract Documents provide for the construction of Bid 10231 215 N Mason LED Lighting
Retrofit. The Work is to remove and replace the existing lighting in open work areas on the third
floor at 215 N Mason with LED lighting fixtures. A successful Bidder will provide a total lump sum
cost to complete the project turnkey, by providing the materials, labor and equipment to complete
the project. The project is funded by a grant awarded to the City of Fort Collins by the Department
of Energy.
A pre-bid conference and job walk with representatives of prospective Bidders will be held
at 10:00 AM on October 30, 2025, at 300 Laporte Building B Operations Service Conference
Room.
A job walk will take place immediately after the pre-bid conference. Prospective Bidders are
invited to present their questions relative to this Bid proposal at this meeting.
All questions should be submitted, in writing via email, to Dennis Ralph, Senior Buyer at
dralph@fcgov.com, no later than 3:00 PM MT on November 5, 2025. Please format your e-
mail to include: Bid 10231 215 N Mason LED Lighting Retrofit 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.
The Contract Documents and Construction Drawings may be examined online at:
http://www.bidnetdirect.com/colorado/city-of-fort-collins
Bid Bond 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 ninety (90) days after the date fixed for opening Bids.
The City 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 Bidder acknowledges that 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); Section §§24-34-401, et seq.,
C.R.S., and any associated State or Federal laws and regulations, 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 forty (40) years or older,
marital status, disability, sexual orientation, genetic information, or other characteristics protected
by law. Pursuant to City 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 the employee has been discriminated against in violation
of the above policy or participating in an employment discrimination proceeding.
The City requires the Bidder 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 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 the officer or employee exercises directly or indirectly any
decision-making authority concerning the 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 bid.
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 provisions
and pricing of Bids, Bid Forms, and the awarded CONTRACT will be, without redaction,
considered public records subject to disclosure under CORA. By responding to this Bid,
Bidder hereby waives any and all claims against the City relating to CORA.
Collusive or Sham Bid: Any Bid deemed to be collusive or a sham Bid will be rejected and
reported to authorities. Bidder’s authorized signature on its Bid assures that the Bid is genuine
and is not a collusive or sham Bid.
City of Fort Collins
Gerry Paul
Purchasing Director
SECTION 00050
SCOPE OF SERVICES
The Contract Documents provide for the construction of Bid 10231 215 N Mason LED Lighting
Retrofit. The Work is to remove and replace the existing lighting fixtures in open office areas on
the third floor at 215 N Mason. A successful Bidder will provide a total lump sum cost to complete
the project turnkey, by providing the materials, labor and equipment to complete the project. The
project is funded by a grant awarded to the City of Fort Collins by the Department of Energy. The
expected completion date for Substantial Completion is April 3, 2026, and Final Completion is
April 17, 2026.
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 City (OWNER), as distinct from a sub-bidder, who submits a Bid to Bidder. The term
"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 Successful Bidder becomes the CONTRACTOR once awarded and the
CONTRACT is fully executed. 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 before 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 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 To demonstrate qualifications to perform the Work, each Bidder must submit at the
time of the Bid Opening, a written statement of qualifications provided in Section
00420. As applicable, Bidder must possess all required state and local licenses.
3.2. In accordance with Section 8-160 of the Code of the City of Fort Collins in determining
whether a Bidder is responsible, the following shall be considered: (1) The ability,
capacity and skill of the Bidder to perform the CONTRACT or provide the services
required, (2) whether the Bidder can perform the contract or provide the service
promptly and within the time specified without delay or interference, (3) the character,
integrity, reputation, judgment, experience and efficiency of the Bidder, (4) the quality
of the Bidder's performance of previous contracts or services, (5) the previous and
existing compliance by the Bidder with laws and ordinances relating to the contract
or service, (6) the sufficiency of the financial resources and ability of the Bidder to
perform the contract or provide the service, (7) the quality, availability and adaptability
of the materials and services to the particular use required, (8) the ability of the Bidder
to provide future maintenance and service for the use of the subject of the contract,
and (9) any other circumstances which will affect the Bidder's performance of the
contract.
3.3. Each Bidder may be required to show that any Work previously performed by the
Bidder has no claims pending against such Work. No Bid will be accepted from a
Bidder who is engaged on any other Work which would impair its ability to perform or
finance this Work.
3.4 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 City in accordance with Section 00020 of all conflicts, errors
or discrepancies in the Bid and CONTRACT Documents.
4.2. 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 the 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 City in accordance with Section 00020. Interpretation or
clarifications considered necessary in response to the 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 City.
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 Bond 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. If the successful Bidder fails to execute and deliver the CONTRACT and furnish the
required Payment and Performance Bonds within 15 days of the Notice of Award,
City may annul the Notice of Award and the Bid Bond of that Bidder will be forfeited.
The Bid Bond of other Bidders whom City believes to have reasonable chance
receiving the award may be retained by City until the earlier of the seventh day after
the effective date of the CONTRACT or sixty (60) days after the Bid Opening,
whereupon Bid Bond furnished by the Bidders will be returned. Bid Bonds 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 CONTRACT.
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 with consideration of possible substitute or
"or equal" items. The City will consider alternate manufactures and part numbers deemed
at the City’s sole discretion to be equivalent to the stated product.
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 use 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 three (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 before the giving of the Notice of Award will be
deemed acceptable to OWNER and ENGINEER subject to revocation of the
acceptance after the effective date of the CONTRACT 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 listed for 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 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 before 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 before 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 before that date.
17.0 AWARD OF CONTRACT
17.1. OWNER reserves the right to reject any and all Bids, to waive any and all
informalities not involving price, time or changes in the Work, to negotiate contract
terms with the Successful Bidder, and the right to disregard all nonconforming,
nonresponsive, unbalanced or conditional Bids. Also, OWNER reserves the right to
reject the Bid of any Bidder if OWNER believes that it would not be in the best interest
of the Project to make an award to that Bidder, whether because the Bid is not
responsive, or the Bidder is unqualified or of doubtful financial ability or fails to meet
any other pertinent standard or criteria established by OWNER.
17.2. In evaluating Bids, OWNER will consider the qualifications of the Bidders, whether
or not the Bids comply with the prescribed requirements, and the alternates, unit
prices and other data, as may be requested in the Bid Form or before the Notice of
Award.
17.3. OWNER may consider the qualification and experience of Subcontractors,
Suppliers, and other persons and organizations proposed for those portions of the
Work as to which the identity of Subcontractors, Suppliers, and other persons and
organizations is submitted as requested by OWNER. OWNER also may consider
the operating costs, maintenance requirements, performance data and guarantees
of major items of materials and equipment proposed for incorporation in the Work
when such data is required to be submitted before the Notice of Award.
17.4. OWNER may conduct investigations as OWNER deems necessary to assist in the
evaluation of any Bid and to establish the responsibility, qualifications and financial
ability of the Bidder's proposed Subcontractors, Suppliers and other persons and
organizations to do the Work in accordance with the CONTRACT Documents to
OWNER's satisfaction within the prescribed time.
17.5. If the CONTRACT is to be awarded, it will be awarded to the lowest responsive and
responsible Bidder whose evaluation by OWNER indicates to OWNER that the
award will be in the best interest of the OWNER. The basis for award shall be as
noted in Section 00300. Only one contract will be awarded.
17.6. If the CONTRACT is to be awarded, OWNER will give the Successful Bidder a Notice
of Award within sixty (60) 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 CONTRACT to the OWNER, it shall be accompanied by the required
contract bonds.
19.0 SIGNING OF CONTRACT
When OWNER gives a Notice of Award to the awarded CONTRACTOR it will be
accompanied by the CONTRACT with all other written CONTRACT Documents attached.
Within fifteen (15) days thereafter, CONTRACTOR shall sign and deliver the CONTRACT
and attached documents to OWNER with the required Bonds. Within ten (10) days
thereafter, OWNER shall deliver the executed CONTRACT 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 CONTRACT.
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 October 27, 2025
Prebid Conference October 30, 2025, 10:00 AM
Deadline for questions November 5, 2025, 3:00 PM
Addendum issued November 12, 2025, 5:00 PM
Bid Due November 26, 2025, 3:00 PM
Tentative start date December 2025
END OF SECTION
SECTION 00300
BID FORM
SECTION 00300
BID FORM
PROJECT: 10231 215 N Mason LED LIGHTING RETROFIT 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 CONTRACT 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 the 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 provisions and pricing of submitted bids, Bid Forms, and the
awarded contract will be, without redaction, considered public records subject
to disclosure under CORA. By responding to this Bid, Contractor hereby waives any
and all claims against the City relating to 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)
Statement of Bidder's Qualifications (Section 00420)
Schedule of Subcontractors (Section 00430)
Safety Form (Section 00440)
00450 CDOT Form #606, Anti-Collusion Affidavit (Section 00450)
00460 CDOT Form #1414, Anticipated DBE Participation Plan (Section 00460)
00470 Build America, Buy America Certification (Section 00470)
00480 Buy America Certification (Section 00480)
00490 Certification Regarding Lobbying (Section 00490)
10. 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.
Construction documents are attached hereto as Attachment A
Any proposed alternates to the equipment listed in the Bid Schedule must be submitted
for approval by the question deadline for the City to review. The decision on the
alternate equipment will be issued in the form of an addendum.
Any proposed alternate must work with the proposed photometric solution in the Bid
Schedule.
QTY Manufacturer Model Number Price
Price in Words
1
Lutron (*) LS3-UPDN-4'-**-MED-MED-UNV-DB-*-
**-AWNR-**-
**-AWNR-**-
**-AWNR-**-
**-AWNR-**-
**-AWNR-**-
**-AWNR-**-
**-AWNR-**-
1 UPJ2-3BRL-WH-L01
1 PICO-WBX-ADAPT
1 LSC-OS-SU-A-SA
TOTAL BASE BID IN WORDS: ___________________________________________
NOTE – Due to the funding source, materials are not allowed to be marked up.
Overhead and Profit are to be included in proposed labor costs.
(*)The City will consider alternate manufactures and part numbers deemed at
the City’s sole discretion to be equivalent to the stated product.
MATERIAL LEAD TIME(**): ________________________/weeks
(**)CONSTRUCTION DATES WILL BE DETERMINED AFTER THE BID
OPENING. COORDINATION WITH THE FACILITY IS REQUIRED TO
FACILITATE THE INSTALLATION.
CONSTRUCTION TIMELINE:
SUBSTANTIAL COMPLETION IS EXPECTED TO BE April 3, 2026 AND FINAL
COMPLETION IS April 17, 2026.
11. PRICES
The foregoing prices shall include but is not limited to all labor, materials, overhead,
profit, insurance, etc., for completion of the Work.
Bidder acknowledges that the OWNER has the right to change items before award or
during Construction at their sole discretion without affecting the CONTRACT or prices
of any item so long as the deletion or change does not exceed twenty-five percent
(25%) of the total CONTRACT Price.
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 Statement of Bidder's Qualifications
00430 Schedule of Subcontractors
00440 Safety Form
00450 CDOT Form #606, Anti-Collusion Affidavit
00460 CDOT Form #1414, Anticipated DBE Participation Plan
00470 Build America, Buy America Certification
00480 Buy America Certification
00490 Appendix A, 49 CFR Part 20, Certification Regarding
Lobbying
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 CONTRACT for the construction of Fort Collins Project, 10231 215 N Mason LED
Lighting Retrofit
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 the CONTRACT, and for payment of all persons performing labor
or furnishing materials in connection therewith, and shall in all other respects perform the
CONTRACT 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 the
SURETY and its BOND shall be in no way impaired or affected by any extension of the time within
which the OWNER may accept the Bid; and the SURETY does hereby waive notice of any
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 00420
STATEMENT OF BIDDER'S QUALIFICATIONS
All questions must be answered, and the data given must be clear and comprehensive. This
statement must be notarized. If necessary, questions may be answered on separate attached
sheets. The Bidder may submit any additional information if needed.
1. Name of Bidder:
2. When was Bidder’s firm organized:
3. If your firm is a corporation, where is the firm incorporated:
4. How many years has the firm been engaged in the contracting business under the
present firm or trade name?
5. Provide a list of the contracts on hand: (list these, showing the amount of each contract
and the appropriate anticipated dates of completion.)
6. What is the general character of Work performed by your company:
7. Have you or a firm for which you were a principal ever failed to complete any Work
awarded to you?
If so, where and why?
8. Has the firm ever defaulted on a contract?
If so, where and why?
9. Is the firm debarred by any government agency?
If yes, list agency name.
10. Provide the background and experience of the principal members of your organization,
including officers:
11. Credit available: $
12. Bank Reference:
13. Will you, upon request, provide a detailed financial statement for your Company and
furnish any other information that may be required by the OWNER?
14. Is the firm licensed as a General Contractor, if applicable, in the City of Fort Collins?
15. Are any lawsuits pending against you or your firm at this time?
If yes, provide detail
16. REFERENCES
The undersigned Bidder shall provide three (3) completed or under construction project
references of similar scope and price from the past three (3) years. It is the City’s
preference that the reference projects use the same Project Manager as the
CONTRACTOR is proposing for this project. It is preferred that references are from three
separate owners and shall include a brief project description, owner contact information
(name, title, email, and phone number), and total contract value. References may be
checked by the City and bids that do not include the required and satisfactory references
may be deemed non-responsive. The City reserves the right to request additional project
references at its sole discretion.
Project 1 Name:
Brief Description:
Contract Value:
Client:
Contact Name: Title:
Phone: Email:
Project 2 Name:
Brief Description:
Contract Value:
Client:
Contact Name: Title:
Phone: Email:
Project 3 Name:
Brief Description:
Contract Value:
Client:
Contact Name: Title:
Phone: Email:
17. The undersigned hereby authorizes and requests any person, firm or corporation to furnish
any information requested by the OWNER in verification of the recital comprising this
Statement of Bidder's Qualifications.
By signing below, the Contractor agrees that the answers to the foregoing questions and
all statements therein contained are true and correct.
Company:
By: Printed:
Title:
State of ____________________
County of ____________________
Signed before me on _______________________, 20____
by __________________________________ (name(s) of individual(s) making statement).
____________________________________ [SEAL]
(Notary’s official signature)
____________________________________
(Title of office)
____________________________________
(Commission Expiration)
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors and their corresponding Work items when performing over 10% of the total
Bid.
WORK ITEM & ESTIMATED % SUBCONTRACTOR
SECTION 00440
SAFETY FORM
CONTRACTOR 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:
☐☐
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:
Phone Number:
Email:
If no, provide the following information of the person responsible for safety in your
company:
Name:
Title:
Phone Number:
Email:
Provide the following information for the site safety Point of Contact:
Name:
Title:
Phone Number:
Email:
Section 3. Health and Safety Program
☐☐
Y ☐ N ☐
Does the written Company Safety Program include the following:
☐☐
Y ☐ N ☐
☐☐☐☐
documentation).
the project?
document them? ☐☐
☐☐
Section 4. Training and Certifications
List required safety training ALL employees receive:
List specialized safety training employees receive as needed:
☐☐
Section 5. Safety Equipment (Engineered Controls)
Will your company be performing any Trenching/Excavation and Confined Space
Activities? ☐☐
Section 6. Health and Safety Records
List the Company’s Experience Modification Rate (EMR) for the previous 3 years
Year: EMR:
Year: EMR:
corrective action taken by the Company. Use additional pages if needed.
Number of Fatalities
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
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 00480
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 ________________________________________________________________________
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 $100,000 for each such
failure.
The Contractor, ________________ ___, certifies or affirms the truthfulness and
accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor
understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this
certification and disclosure, if any.
__________________________ Entity Name
__________________________ Signature of Authorized Official
__________________________ Name and Title of Authorized Official
__________________________ Date
SECTION 00500
CONTRACT FORMS
00510 Notice of Award
00520 Contract
00530 Notice to Proceed
SECTION 00510
NOTICE OF AWARD
DATE: [Date]
TO: [Contractor] (hereinafter referred to as the CONTRACTOR)
PROJECT: 10231 215 N Mason LED Lighting Retrofit
OWNER: CITY OF FORT COLLINS (hereinafter referred to as the OWNER)
CONTRACTOR is hereby notified that its Bid dated [CONTRACTOR'S Bid Date] for the above
project has been considered. CONTRACTOR is the apparent successful Bidder and has been
awarded a CONTRACT for 10231 215 N Mason LED Lighting Retrofit.
The Price of the CONTRACT is ($ ).
One (1) copy of all CONTRACT Documents accompany this Notice of Award.
CONTRACTOR must comply with the following conditions within fifteen (15) business days of the
date of this Notice of Award, that is by [Date].
1. CONTRACTOR must deliver to the OWNER a fully executed CONTRACT
complete with authorized signature on the signature page.
2. CONTRACTOR must deliver with the executed CONTRACT the Payment and
Performance Bonds as specified in the Instructions to Bidders.
Failure to comply with these conditions within the time specified will entitle OWNER to consider
the CONTRACTOR’s Bid abandoned, to annul this Notice of Award, and to declare
CONTRACTOR’s Bid Bond forfeited.
City of Fort Collins
OWNER
By:
Gerry Paul
Purchasing Director
SECTION 00520
CONTRACT
THIS CONTRACT is dated as of the [Day] day of [Month] in the year of 20[Year] and shall be
effective on the date this CONTRACT 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 10231
215 N Mason LED Lighting Retrofit.
ARTICLE 2. CHANGE ORDERS AND WORK CHANGE DIRECTIVES
2.1 Change Orders. The City, may, at any time during the term and without
invalidating the CONTRACT, make changes to the particular services.
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.
2.2 Work Change Directives. Work Change Directives are 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 that 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 will, in most cases, require
a Change Order. A sample Work Change Directive is attached hereto as
00955, consisting of one (1) page and incorporated herein by this
reference.
ARTICLE 3. ENGINEER
The Project has been designed by Fisher Lighting and Controls. However, all
references in the CONTRACT Documents to the ENGINEER shall be the City’s
Project Manager, Mark McLean, 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 in accordance with the
CONTRACT Documents. 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), by April 3, 2026.
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 by April 17, 2026.
4.3. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of
the essence of this CONTRACT and that OWNER will suffer financial loss if
the Work is not completed within the times specified in paragraphs 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 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. Two Hundred Fifty Dollars ($250) for each
calendar day or fraction thereof, after April 3, 2026 until the Work is
Substantially Complete
2) Final Acceptance and Completion: One Hundred Fifty Dollars ($150) for
each calendar day or fraction thereof after April 17, 2026 until the Work
is Finally Accepted and Complete.
ARTICLE 5. CONTRACT PRICE
OWNER shall pay CONTRACTOR for performance of the Work in accordance with
the CONTRACT Documents in the amount of ($ ).
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 in
accordance with the CONTRACT on the basis of CONTRACTOR's
Application for Payment as approved 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. 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 CONTRACT. In
the event additional Work is requested that is not stated in the
CONTRACT, the CONTRACTOR and the OWNER will negotiate an
appropriate unit price for the Work. Before the CONTRACTOR
initiates such Work, the parties shall document the change in
accordance with Article 2.
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
any 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 before Substantial Completion will be in an amount equal to
100% of the Work completed. Subject to OWNER’s prior written
approval, 95% of materials and equipment not incorporated in the
Work (but delivered, suitably stored, insured, 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 ACCEPTANCE AND COMPLETION. Upon Final Acceptance and
Completion 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.
ARTICLE 7. CONTRACTOR'S REPRESENTATION
CONTRACTOR makes the following representations and acknowledgement of
obligations upon which the OWNER may rely:
7.1 CONTRACTOR has familiarized itself 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.
7.3 CONTRACTOR has studied and acknowledges the results of (or assumes
responsibility for obtaining and carefully studying) all examinations,
investigations, explorations, tests, reports, studies, subsurface conditions
and physical conditions, identified in the Contract Documents, 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 Article 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.
7.3 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 the Underground Facilities. No
additional examinations, investigations, explorations, tests, reports, studies
or similar information or data in respect of the 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.
CONTRACTOR has correlated the results of all observations, examinations,
investigations, tests, reports and data with the terms and conditions of the
Contract Documents.
CONTRACTOR has given ENGINEER written notice of all conflicts, errors or
discrepancies that it has discovered in the Contract Documents and the
written resolution thereof by ENGINEER is acceptable to CONTRACTOR.
7.4 CONTRACTOR represents that all Work and/or materials must meet all
applicable standards currently in force by recognized technical and
professional societies, trade and materials supply associations, institutes
and organizations, bureaus and testing laboratories, and national, federal,
state, county, and local laws, codes and municipal ordinances to including
but not limited to the American Disabilities Act (ADA), American National
Standards Institute (ANSI), and American Water Works Association
(AWWA) standards. The CONTRACTOR further agrees to comply fully with
the Occupational Safety and Health Act (OSHA), all regulations issued
there under, and all state laws and regulations enacted and adopted
pursuant thereto.
7.5 Dust Control. The CONTRACTOR shall abide by the City of Fort Collins
“Dust Control and Prevention Manual,” which is available for public
download at https://www.fcgov.com/airquality/pdf/dust-prevention-and-
control-manual.pdf, and is incorporated herein by this reference.
7.6 The CONTRACTOR is responsible for recording and submitting all
applicable information on the ‘City of Fort Collins Waste Management Plan
Form’. The Plan form is available at
https://www.fcgov.com/recycling/files/construction-waste-management-
plan.pdf. The OWNER reserves the right to withhold payment until a
completed ‘City of Fort Collins Waste Management Plan Form’ is submitted.
7.7 The CONTRACTOR shall be responsible for obtaining any necessary
licenses, fees or permits without additional expense to the OWNER. All
vehicles and equipment shall be properly licensed and insured, carry the
appropriate permits and be placarded as required by law.
The CONTRACTOR and all subcontractors will be required to have a City
of Fort Collins applicable permits, prior to the start of construction and
throughout the project duration. CONTRACTOR will also be responsible for
ensuring current Code requirements are met. The permits will be the
responsibility of CONTRACTOR.
7.8 The CONTRACTOR shall be responsible for maintaining satisfactory
standards of employees' competency, conduct, courtesy, appearance,
honesty, and integrity, and shall be responsible for taking such disciplinary
action with respect to any employee, as may be necessary.
The OWNER may require the CONTRACTOR to immediately remove any
employee the OWNER identifies to be unfit to perform duties due to one or
more of the following reasons:
1. Neglect of duty.
2. Disorderly conduct, use of abusive or offensive language, quarreling,
intimidation by words or actions or fighting.
3. Theft, vandalism, immoral conduct or any other criminal action.
4. Selling, consuming, possessing, or being under the influence of
intoxicants, including alcohol, or illegal substances while on assignment
for the City.
5. Acting in an unsafe manner.
All OWNER facilities and grounds are non-smoking sites. All OWNER
parks, trails and natural areas are also non-smoking.
Agents and employees of CONTRACTOR working for the OWNER shall
present a clean and neat appearance. Prior to performing any Work for the
OWNER, CONTRACTOR shall require each of their employees to wear ID
badges or uniforms identifying CONTRACTOR by name.
7.10 CONTRACTOR agrees that any incident/accident resulting in damage to
property or causing personal injury within the limits of a work site shall be
immediately reported to the appropriate police agency, other required
agencies, Project Manager and the City of Fort Collins Safety and Risk
Management Department.
The Contractor shall immediately contact the Project Manager when
damage to an underground facility is identified. If a natural or propane gas
line is damaged, the Contractor must call 911 prior to notifying the City
Representative. The Contractor shall not backfill around the underground
utility line until the Project Manager has repaired the damage and has given
clearance to backfill. The City will not pay the Contractor for labor, vehicles,
material, or equipment or any other cost associated with the repair to any
at-fault damage. Failure to comply may result in a verbal warning,
suspension of the crew, loss of work, and/or termination of the Master
Agreement.
7.11 CONTRACTOR shall comply with all engineering, safety, and operating
requirements concerning installation of equipment in, on or around utility
facilities; obtaining access facilities; and adhering to operating rules and
requirements involving safe contact with utility equipment and water, gas
and power lines, and confined spaces. CONTRACTOR shall adopt Utility's
minimum safety standards as the baseline requirements.
7.12 Should it be necessary to halt the work because of incorrect or
unsatisfactory operations under the terms of this CONTRACT or because
of failure to follow safety standards applicable hereto, the CONTRACTOR
must take immediate steps to remedy the deficiencies. Should repair or
correction of any safety defect or deficiency not be immediately undertaken
and should the OWNER be required to protect the site or make the repair
or correction, the cost of such work shall be deducted from payment due
the CONTRACTOR.
ARTICLE 8. CONTRACT DOCUMENTS
8.1. The CONTRACT Documents which comprise the entire CONTRACT 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 CONTRACT 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 Statement of Bidder’s Qualifications
8.2.3. Section 00430 Schedule of Subcontractors
8.2.4. Section 00440 CDOT
8.2.5. Section 00450 CDOT Form #1413, Bidders List
8.2.6. Section 00460 CDOT Form #1414, Anticipated DBE Participation
Plan
8.2.7. Section 00470 Build America, Buy America Certification
8.2.8. Section 00480 Certification Regarding Lobbying
8.2.9. Section 00510 Notice of Award
8.2.10. Section 00520 CONTRACT
8.2.11. Section 00525 Scope of Work
8.2.12. Section 00530 Notice to Proceed
8.2.13. Section 00610 Performance Bond
8.2.14. Section 00615 Payment Bond
8.2.15. Section 00630 Certificate of Insurance
8.2.16. Section 00635 Certificate of Substantial Completion
8.2.17. Section 00640 Certificate of Final Acceptance and Completion
8.2.18. Section 00650 Lien Waiver Releases
8.2.19. Section 00660 Consent of SURETY
8.2.20. Section 00700 General Conditions
8.2.21. Section 00800 Supplementary Conditions
8.2.22. Section 00950 Change Order
8.2.23. Section 00955 Work Change Directive
8.2.24. Section 00960 Application for Payment
8.3. Specifications, Reports & Drawings, August 22, 2024 and consisting of a
cover sheet and sheets numbered as follows:
BOM 1 -215 N Mason LED Lighting Retrofit
ARTICLE 9. MISCELLANEOUS
9.1. Terms used in this CONTRACT 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 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 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 CONTRACT and in the CONTRACT
Documents.
9.4 To the extent this CONTRACT 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 CONTRACT in any fiscal year for which no
supporting appropriation has been made.
9.5 The laws of the State of Colorado, the City of Fort Collins Charter and
Municipal Code shall govern the construction, interpretation, execution, and
enforcement of this CONTRACT without regard to choice law or conflict of
law principles. 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 Federal
District Court in Denver.
9.6 Independent Contractor. The Work to be performed by the CONTRACTOR
are those of an independent contractor and not of an employee of the
OWNER. The OWNER shall not be responsible for withholding any portion
of the CONTRACTOR’s compensation hereunder for the payment of FICA,
Worker’s Compensation, unemployment insurance, other taxes or benefits
or for any other purpose.
9.7 Acceptance Not Waiver. The OWNER’s approval of any deliverables
furnished hereunder shall not in any way relieve the CONTRACTOR of
responsibility for the quality or technical accuracy of the Work. The
OWNER’s approval or acceptance of, or payment for, any of the Work shall
not be construed to operate as a waiver of any rights or benefits provided
the OWNER under this CONTRACT.
9.8 Governmental Immunity Act. No term or condition of this CONTRACT shall
be construed or interpreted as a waiver, express or implied, of any of the
notices, requirements, immunities, rights, benefits, protections, limitations of
liability, and other provisions of the Colorado Governmental Immunity Act,
C.R.S. § 24-10-101 and under any other applicable law.
9.6 All notices provided under this CONTRACT shall be written. All notices
provided under this CONTRACT 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: Mark McLean
PO Box 580
Fort Collins, CO 80522
mmclean@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 $1,000,000)
PRINTED
By:
Gerry Paul, Purchasing Director Title:
Date: Date:
Attest: (CORPORATE SEAL)
Attest:
Approved as to Form:
SECTION 00530
NOTICE TO PROCEED
10231 215 N Mason LED Lighting Retrofit
Description of Work: 10231 215 N Mason LED Lighting Retrofit
To: [CONTRACTOR]
This notice is to advise you:
That the CONTRACT covering the above described Work has been fully executed by the
CONTRACTOR and the OWNER.
That the required CONTRACTOR's Performance Bond and Payment Bond have been received
by the OWNER.
Therefore, as the CONTRACTOR for the above described Work, CONTRACTOR is hereby
authorized and directed to proceed with the Work to begin on .
The dates for Substantial Completion and Final Acceptance shall be , 20 and ,
20 , respectively.
Dated this day of , 20 .
OWNER: CITY OF FORT COLLINS
By:
Title:
ACKNOWLEDGMENT OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged this day of
, 20 .
CONTRACTOR: [CONTRACTOR]
By:
Title:
SECTION 00600
BONDS AND CERTIFICATES
00610 Performance Bond
00615 Payment Bond
00630 Certificate of Insurance
00635 Certificate of Substantial Completion
00640 Certificate of Final Acceptance and Completion
00650 Lien Waiver Release (CONTRACTOR)
00660 Consent of SURETY
00670 Application for Exemption Certificate
SECTION 00610
PERFORMANCE BOND
Bond No.
KNOW ALL PEOPLE BY THESE PRESENTS: that
(firm)
(address)
(an Individual), (a Partnership), (a Corporation) (a Limited Liability Company), hereinafter referred
to as the "PRINCIPAL" and
(Firm)
(Address)
hereinafter referred to as "the SURETY", are held and firmly bound unto City of Fort Collins, 300
Laporte Ave, Fort Collins, Colorado 80522, a home rule municipality, hereinafter referred to as
the "OWNER", in the penal sum of ($ ) in lawful money of the United States, for the
payment of which sum well and truly to be made, SURETY binds itself, its 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 CONTRACT 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, 10231 215 N Mason LED Lighting Retrofit.
NOW, THEREFORE, if the PRINCIPAL shall well, truly and faithfully perform its duties, all the
undertakings, covenants, terms, conditions and agreements of the CONTRACT 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 the CONTRACT, 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 SURETY, for value received, hereby stipulates and agrees that
no change, extension of time, alteration or addition to the terms of the CONTRACT 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 change, extension of time,
alteration or addition to the terms of the CONTRACT 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 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 before date of the CONTRACT. 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 CONTRACT 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, 10231 215 N Mason LED Lighting Retrofit.
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 the CONTRACT 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 the Work, and all insurance
premiums on the Work, and for all labor, performed in the Work whether by subcontractor or
otherwise, then this obligation shall be void; otherwise to remain in full force and effect.
PROVIDED, FURTHER, that the SURETY, for value received, hereby stipulates and agrees that
no change, extension of time, alteration or addition to the terms of the CONTRACT 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 change, extension of time,
alteration or addition to the terms of the CONTRACT 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 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 before date of CONTRACT. 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 OWNER, the
insurance coverage designated hereinafter and pay all costs. Before commencing work under
this Bid, the CONTRACTOR shall furnish the OWNER 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 OWNER, at its option,
may take out and maintain, at the expense of the CONTRACTOR, insurance as the OWNER may
deem proper and may deduct the cost of the insurance from any monies which may be due or
become due the CONTRACTOR under this CONTRACT.
Insurance certificates should show the certificate holder as follows:
City of Fort Collins
Purchasing Division
PO Box 580
Fort Collins, CO 80522
The OWNER, its officers, agents and employees shall be named as additional insureds on
the CONTRACTOR'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 CONTRACT.
Insurance coverages shall be as follows:
A. Workers' Compensation & Employer's Liability. The CONTRACTOR shall maintain during
the life of this CONTRACT for all of the CONTRACTOR’s employees engaged in work
performed under this CONTRACT. 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 CONTRACT
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 CONTRACT. 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 CONTRACT
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 CONTRACT.
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. Builder’s Risk. The CONTRACTOR shall maintain during the term of this CONTRACT
builder’s risk insurance in the amount of full insurable replacement cost. The insurance
shall:
Be written on a builder’s risk “all risk” policy form that shall at least include insurance for
physical loss or damage to the Work, temporary buildings, falsework, and materials and
equipment in transit, and shall insure against at least the following perils or causes of loss:
fire; lightning; windstorm; riot; civil commotion; terrorism; vehicle impact; aircraft; smoke;
theft; vandalism and malicious mischief; earthquake and other earth movement; flood;
collapse; explosion; debris removal; demolition; and water damage (other than that
caused by flood).
Cover, as insured property, at least the following: (a) the Work and all materials, supplies,
machinery, apparatus, equipment, fixtures, and other property of a similar nature that are
to be incorporated into or used in the preparation, fabrication, construction, erection, or
completion of the Work, including OWNER-furnished or assigned property; (b) spare parts
inventory required within the scope of the CONTRACT; and (c) temporary works which
are not intended to form part of the permanent constructed Work but which are intended
to provide working access to the Site, or to the Work under construction, or which are
intended to provide temporary support for the Work under construction, including
scaffolding, form work, fences, shoring, falsework, and temporary structures
E. 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 CONTRACT by a subcontractor, which liability is not covered
by the subcontractor's insurance.
F. Primary Coverage. For any claims related to the CONTRACT, CONTRACTOR’s
insurance shall be primary coverage, and any insurance or self-insurance maintained by
the OWNER, its officers, agents and employees shall be in excess of the
CONTRACTOR’s insurance and shall not contribute with it.
G. Waiver of Subrogation. CONTRACTOR will grant to the OWNER a waiver of any right of
subrogation which any insurer of CONTRACTOR may acquire against the OWNER 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 OWNER 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 CONTRACT 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: 10231 215 N Mason LED
Lighting Retrofit
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
All applicable training
Commissioning
Third Party Warranties
Owner’s Extra Stock & Parts
Keys
Other:
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
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, 10231 215 N Mason LED Lighting Retrofit.
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.
Contractor]’s 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: 10231 215 N Mason LED Lighting Retrofit
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 the 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 day of , 20 .
CONTRACTOR: [CONTRACTOR]
By:
Title:
ATTEST:
Secretary
STATE OF )
)ss.
COUNTY OF )
Subscribed and sworn to before me this day of , 20 ,
by (name(s) of individual(s)
making statement).
Witness my hand and official seal.
____________________________________ [SEAL]
(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: 10231 215 N Mason LED Lighting Retrofit
CONTRACT DATE: [Date]
In accordance with the provisions of the CONTRACT between the OWNER and the
CONTRACTOR as indicated above, for (SURETY),
on bond , the SURETY 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 SURETY's Bonds.
IN WITNESS WHEREOF, the SURETY has hereunto set its hand this day of
, 20 .
By:
(SURETY)
ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact.
STATE OF )
)ss.
COUNTY OF )
This record was acknowledged before me on _________________________, 20 _____.
By (name of officer or agent, title of officer or
agent)as (type of authority, such as officer or trustee)
of (name of corporation acknowledging), a
(state or place of incorporation) corporation, on behalf of the corporation.
Witness my hand and official seal.
[SEAL]
(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 CONTRACT 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:
NONE
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
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 CONTRACT.
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 CONTRACT.
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 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 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 CONTRACT 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 If within two years after the date of Substantial Completion or a longer
period of time as may be prescribed by Laws or Regulations or by the terms
of any applicable special guarantee required by the CONTRACT
Documents or by any specific provision of the CONTRACT Documents,
and Work is found to be defective, CONTRACTOR shall promptly, without
cost to OWNER and in accordance with OWNER’s written instructions . . .
SC-DB Davis Bacon Wage Rates
A. The terms and conditions set forth in the following pages are hereby
incorporated as part of this CONTRACT.
SC-FED Federal Terms & Conditions
A. The terms and conditions set forth in the following pages are hereby
incorporated as part of this CONTRACT. 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 CONTRACT (the “CONTRACT”), 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
the 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 CONTRACT 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 CONTRACT, or (b) is required by law, regulation or
court order to be disclosed, provided that the request for 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 CONTRACT to anyone to
whom it is required to make disclosure and shall promptly advise the City in writing of
each 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 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
""General Decision Number: CO20250024 09/05/2025
Superseded General Decision Number: CO20240024
State: Colorado
Construction Type: Building
County: Larimer County in Colorado.
BUILDING CONSTRUCTION PROJECTS (does not include single family
homes or apartments up to and including 4 stories).
Note: Contracts subject to the Davis-Bacon Act are generally
required to pay at least the applicable minimum wage rate
required under Executive Order 14026 or Executive Order 13658.
Please note that these Executive Orders apply to covered
contracts entered into by the federal government that are
subject to the Davis-Bacon Act itself, but do not apply to
contracts subject only to the Davis-Bacon Related Acts,
including those set forth at 29 CFR 5.1(a)(1).
______________________________________________________________
|If the contract is entered |. Executive Order 14026 |
|into on or after January 30, | generally applies to the |
|2022, or the contract is | contract. |
|renewed or extended (e.g., an |. The contractor must pay |
|option is exercised) on or | all covered workers at |
|after January 30, 2022: | least $17.75 per hour (or |
| | the applicable wage rate |
| | listed on this wage |
| | determination, if it is |
| | higher) for all hours |
| | spent performing on the |
| | contract in 2025. |
|______________________________|_____________________________|
|If the contract was awarded on|. Executive Order 13658 |
|or between January 1, 2015 and| generally applies to the |
|January 29, 2022, and the | contract. |
|contract is not renewed or |. The contractor must pay all|
|extended on or after January | covered workers at least |
|30, 2022: | $13.30 per hour (or the |
| | applicable wage rate listed|
| | on this wage determination,|
| | if it is higher) for all |
| | hours spent performing on |
| | that contract in 2025. |
|______________________________|_____________________________|
The applicable Executive Order minimum wage rate will be
adjusted annually. If this contract is covered by one of the
Executive Orders and a classification considered necessary for
performance of work on the contract does not appear on this
wage determination, the contractor must still submit a
conformance request.
Additional information on contractor requirements and worker
protections under the Executive Orders is available at
http://www.dol.gov/whd/govcontracts.
Modification Number Publication Date
0 01/03/2025
1 02/07/2025
2 03/07/2025
3 03/14/2025
4 07/11/2025
5 07/18/2025
6 07/25/2025
7 09/05/2025
ELEC0068-002 06/01/2025
Rates Fringes
ELECTRICIAN......................$ 46.80 19.53
----------------------------------------------------------------
ELEV0025-001 01/01/2025
Rates Fringes
ELEVATOR MECHANIC................$ 56.57 38.435
FOOTNOTE:
a.Vacation: 6%/under 5 years based on regular hourly rate for
all hours worked. 8%/over 5 years based on regular hourly
rate for all hours worked.
b. PAID HOLIDAYS: New Year's Day; Memorial Day; Independence
Day; Labor Day; Veterans' Day; Thanksgiving Day; the Friday
after Thanksgiving Day; and Christmas Day.
----------------------------------------------------------------
ENGI0009-017 05/01/2024
Rates Fringes
POWER EQUIPMENT OPERATOR
(Crane)
141 tons and over...........$ 39.80 15.20
50 tons and under...........$ 35.78 15.20
51 to 90 tons...............$ 36.09 15.20
91 to 140 tons..............$ 37.34 15.20
----------------------------------------------------------------
IRON0024-009 11/01/2024
Rates Fringes
IRONWORKER, ORNAMENTAL...........$ 39.21 12.50
----------------------------------------------------------------
IRON0024-010 11/01/2024
Rates Fringes
IRONWORKER, STRUCTURAL...........$ 39.21 12.50
----------------------------------------------------------------
PAIN0079-009 08/01/2024
Rates Fringes
PAINTER (Spray)..................$ 27.41 11.56
----------------------------------------------------------------
* PAIN0419-002 06/01/2022
Rates Fringes
FLOOR LAYER: Carpet Only.........$ 16.25 ** 14.33
----------------------------------------------------------------
PLUM0003-010 06/01/2025
Rates Fringes
PLUMBER (Excludes HVAC Duct
and Pipe Installation)...........$ 47.23 21.68
----------------------------------------------------------------
* PLUM0208-011 09/01/2025
Rates Fringes
PIPEFITTER (Includes HVAC
Pipe Installation; Excludes
HVAC Duct Installation)..........$ 45.55 23.26
----------------------------------------------------------------
SHEE0009-007 07/01/2024
Rates Fringes
SHEET METAL WORKER (Includes
HVAC Duct Inst24allation;
Excludes HVAC Pipe
Installation)....................$ 39.47 21.78
----------------------------------------------------------------
* SUCO2013-010 07/31/2015
Rates Fringes
ACOUSTICAL CEILING MECHANIC......$ 21.08 0.00
BRICKLAYER.......................$ 21.96 0.00
CARPENTER (Drywall
Finishing/Taping Only)...........$ 17.49 ** 0.00
CARPENTER (Drywall Hanging
Only)............................$ 16.91 ** 0.00
CARPENTER, Excludes
Acoustical Ceiling
Installation, Drywall
Finishing/Taping, and Drywall
Hanging..........................$ 21.87 4.83
CEMENT MASON/CONCRETE FINISHER...$ 21.44 10.23
INSULATOR - MECHANICAL
(Duct, Pipe & Mechanical
System Insulation)...............$ 18.46 3.10
LABORER: Common or General......$ 13.87 ** 2.80
LABORER: Mason Tender - Brick...$ 15.99 ** 0.00
LABORER: Mason Tender -
Cement/Concrete..................$ 16.00 ** 0.00
LABORER: Pipelayer..............$ 16.96 ** 3.68
OPERATOR:
Backhoe/Excavator/Trackhoe.......$ 20.78 5.78
OPERATOR: Bobcat/Skid
Steer/Skid Loader................$ 18.58 2.42
OPERATOR: Grader/Blade..........$ 21.50 0.00
PAINTER (Brush and Roller).......$ 17.00 ** 1.81
ROOFER...........................$ 16.03 ** 0.00
TRUCK DRIVER: Dump Truck........$ 17.34 ** 0.00
----------------------------------------------------------------
WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
================================================================
** Workers in this classification may be entitled to a higher
minimum wage under Executive Order 14026 ($17.75) or 13658
($13.30). Please see the Note at the top of the wage
determination for more information. Please also note that the
minimum wage requirements of Executive Order 14026 are not
currently being enforced as to any contract or subcontract to
which the states of Texas, Louisiana, or Mississippi, including
their agencies, are a party.
Note: Executive Order (EO) 13706, Establishing Paid Sick Leave
for Federal Contractors applies to all contracts subject to the
Davis-Bacon Act for which the contract is awarded (and any
solicitation was issued) on or after January 1, 2017. If this
contract is covered by the EO, the contractor must provide
employees with 1 hour of paid sick leave for every 30 hours
they work, up to 56 hours of paid sick leave each year.
Employees must be permitted to use paid sick leave for their
own illness, injury or other health-related needs, including
preventive care; to assist a family member (or person who is
like family to the employee) who is ill, injured, or has other
health-related needs, including preventive care; or for reasons
resulting from, or to assist a family member (or person who is
like family to the employee) who is a victim of, domestic
violence, sexual assault, or stalking. Additional information
on contractor requirements and worker protections under the EO
is available at
https://www.dol.gov/agencies/whd/government-contracts.
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (iii)).
----------------------------------------------------------------
The body of each wage determination lists the classifications
and wage rates that have been found to be prevailing for the
type(s) of construction and geographic area covered by the wage
determination. The classifications are listed in alphabetical
order under rate identifiers indicating whether the particular
rate is a union rate (current union negotiated rate), a survey
rate, a weighted union average rate, a state adopted rate, or a
supplemental classification rate.
Union Rate Identifiers
A four-letter identifier beginning with characters other than
""SU"", ""UAVG"", ?SA?, or ?SC? denotes that a union rate was
prevailing for that classification in the survey. Example:
PLUM0198-005 07/01/2024. PLUM is an identifier of the union
whose collectively bargained rate prevailed in the survey for
this classification, which in this example would be Plumbers.
0198 indicates the local union number or district council
number where applicable, i.e., Plumbers Local 0198. The next
number, 005 in the example, is an internal number used in
processing the wage determination. The date, 07/01/2024 in the
example, is the effective date of the most current negotiated
rate.
Union prevailing wage rates are updated to reflect all changes
over time that are reported to WHD in the rates
in the collective bargaining agreement (CBA) governing the
classification.
Union Average Rate Identifiers
The UAVG identifier indicates that no single rate prevailed for
those classifications, but that 100% of the data reported for
the classifications reflected union rates. EXAMPLE:
UAVG-OH-0010 01/01/2024. UAVG indicates that the rate is a
weighted union average rate. OH indicates the State of Ohio.
The next number, 0010 in the example, is an internal number
used in producing the wage determination. The date, 01/01/2024
in the example, indicates the date the wage determination was
updated to reflect the most current union average rate.
A UAVG rate will be updated once a year, usually in January, to
reflect a weighted average of the current rates in the
collective bargaining agreements on which the rate is based.
Survey Rate Identifiers
The ""SU"" identifier indicates that either a single non-union
rate prevailed (as defined in 29 CFR 1.2) for this
classification in the survey or that the rate was derived by
computing a weighted average rate based on all the rates
reported in the survey for that classification. As a weighted
average rate includes all rates reported in the survey, it may
include both union and non-union rates. Example: SUFL2022-007
6/27/2024. SU indicates the rate is a single non-union
prevailing rate or a weighted average of survey data for that
classification. FL indicates the State of Florida. 2022 is the
year of the survey on which these classifications and rates are
based. The next number, 007 in the example, is an internal
number used in producing the wage determination. The date,
6/27/2024 in the example, indicates the survey completion date
for the classifications and rates under that identifier.
?SU? wage rates typically remain in effect until a new survey
is conducted. However, the Wage and Hour Division (WHD) has the
discretion to update such rates under 29 CFR 1.6(c)(1).
State Adopted Rate Identifiers
The ""SA"" identifier indicates that the classifications and
prevailing wage rates set by a state (or local) government were
adopted under 29 C.F.R 1.3(g)-(h). Example: SAME2023-007
01/03/2024. SA reflects that the rates are state adopted. ME
refers to the State of Maine. 2023 is the year during which the
state completed the survey on which the listed classifications
and rates are based. The next number, 007 in the example, is an
internal number used in producing the wage determination.
The date, 01/03/2024 in the example, reflects the date on which
the classifications and rates under the ?SA? identifier took
effect under state law in the state from which the rates were
adopted.
-----------------------------------------------------------
WAGE DETERMINATION APPEALS PROCESS
1) Has there been an initial decision in the matter? This can
be:
a) a survey underlying a wage determination
b) an existing published wage determination
c) an initial WHD letter setting forth a position on
a wage determination matter
d) an initial conformance (additional classification
and rate) determination
On survey related matters, initial contact, including requests
for summaries of surveys, should be directed to the WHD Branch
of Wage Surveys. Requests can be submitted via email to
davisbaconinfo@dol.gov or by mail to:
Branch of Wage Surveys
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
Regarding any other wage determination matter such as
conformance decisions, requests for initial decisions should be
directed to the WHD Branch of Construction Wage Determinations.
Requests can be submitted via email to BCWD-Office@dol.gov or
by mail to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2) If an initial decision has been issued, then any interested
party (those affected by the action) that disagrees with the
decision can request review and reconsideration from the Wage
and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7).
Requests for review and reconsideration can be submitted via
email to dba.reconsideration@dol.gov or by mail to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and any information (wage payment
data, project description, area practice material, etc.) that
the requestor considers relevant to the issue.
3) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210.
================================================================
END OF GENERAL DECISION"
FEDERAL TRANSIT ADMINISTRATION
FEDERALLY REQUIRED AND OTHER MODEL CONTRACT CLAUSES
TABLE OF CONTENTS
1. NO FEDERAL GOVERNMENT OBLIGATION TO THIRD PARTIES 16
2. RECORDS RETENTIONS AND ACCESS TO SITES OF PERFORMANCE 16
3. FEDERAL CHANGES 17
4. CIVIL RIGHTS (EEO, TITLE VI & ADA) 17
5. INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS 21
6. ENERGY CONSERVATION REQUIREMENTS 21
7. VETERANS EMPLOYEMENT 21
8. PROHIBITION ON CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE
SERVICES OR EQUIPMENT (2 CFR §200.216) 22
9. TERMINATION PROVISIONS (APPENDIX II TO PART 200) 22
10. GOVERNMENT-WIDE DEBARMENT AND SUSPENSION 22
11. NOTICE TO FTA AND U.S. DOT INSPECTOR GENERAL OF INFORMATION
RELATED TO FRAUD, WASTE, ABUSE OR OTHER LEGAL MATTERS 23
12. CLEAN AIR AND FEDERAL WATER POLLUTION CONTROL ACT 24
13. ADMINISTRATIVE, CONTRACTUAL, OR LEGAL REMEDIES OR BREACH –
(APPENDIX II TO PART 200) Error! Bookmark not defined.
14. CARGO PREFERENCE REQUIREMENTS 24
15. FLY AMERICA REQUIREMENTS 25
16. COPELAND ANTI-KICKBACK ACTS (APPENDIX II TO PART 200) 25
17. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (APPENDIX II TO PART
200) 25
18. BONDING REQUIREMENTS (2 CRF 200.326) 26
19. EQUAL EMPLOYMENT OPPORTUNITY (APPENDIX II TO PART 200) 26
20. SEISMIC SAFETY REQUIREMENTS 29
21. SPECIAL DOL CLAUSE 29
22. NONCONSTRUCTION EMPLOYEE PROTECTION (CONTRACT WORK HOURS AND
SAFETY STANDARDS ACT) 29
23. DRUG AND ALCOHOL TESTING 29
24. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT 30
25. DISADVANTAGED BUSINESS ENTERPRISE (DBE) & PROMPT PAYMENT 30
26. PROMPT PAYMENT AND RETURN OF RETAINAGE 31
27. 6002 OF THE SOLID WASTE DISPOSAL ACT (2 CFR 200.322) 31
28. ADA ACCESS 31
29. ASSIGNABILITY 32
30. CITY OF FORT COLLINS BID PROTEST PROCEDURES 32
31. TITLE VI OF THE CIVIL RIGHTS ACT OF 1964 32
32. INCREASING SEAT BELT USE IN THE UNITED STATES 32
33. REDUCING TEXT MESSAGING WHILE DRIVING 33
NO FEDERAL GOVERNMENT OBLIGATION TO THIRD PARTIES
Applies to all FTA-Assisted Third-Party Contracts and Subcontracts.
No Obligation by the Federal Government.
1. The Purchaser and Contractor acknowledge and agree that, notwithstanding any
concurrence by the Federal Government in or approval of the solicitation or award of the
underlying contract, absent the express written consent by the Federal Government, the
Federal Government is not a party to this contract and shall not be subject to any
obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not
a party to that contract) pertaining to any matter resulting from the underlying contract.
2. The Contractor agrees to include the above clause in each subcontract financed in whole
or in part with Federal assistance provided by FTA. It is further agreed that the clause
shall not be modified, except to identify the sub-contractor who will be subject to it
provisions.
Records retentions and access to sites of performance
Applies to all FTA-Assisted Third-Party Contracts and Subcontracts.
1. For a period of three years following Contract closing, the Contractor and its
subcontractors shall maintain, preserve and make available to the City, the FTA
Administrator, the Comptroller General of the United States, and any of their authorized
representatives, access at all reasonable times to any books, documents, papers and
records of Contractor which are directly pertinent to this Contract for the purposes of
making audits, examinations, excerpts and transcriptions. Contractor also agrees,
otherwise comply with 49 U.S.C. § 5325(g), and federal access to records requirements
as set forth in the applicable U.S. DOT Common Rule.
2. The Contractor shall maintain and the City shall have the right to examine and audit all
records and other evidence sufficient to reflect properly all prices, costs or rates
negotiated and invoiced in performance of this Contract. This right of examination shall
include inspection at all reasonable times of the Contractor’s offices engaged in
performing the Contract.
3. If this Contract is completely or partially terminated, the Contractor shall make available
the records relating to the work terminated until 3 years after any resulting final
termination settlement. The Contractor shall make available records relating to appeals
under the Disputes clause or to litigation or the settlement of claims arising under or
relating to this Contract until such appeals, litigation, or claims are finally resolved.
4. Access to Records and Reports” applies with equal force and effect to any
subcontractors hired by the Contractor to perform Work under this Contract. The
Contractor shall insert this provision in all subcontracts under this Contract and require
subcontractor compliance therewith.
5. Access to the Sites of Performance. The Recipient agrees to permit, and to require its
Third Party Participants to permit, FTA to have access to the sites of performance of its
Award, the accompanying Underlying Agreement, and any Amendments thereto, and to
make site visits as needed in compliance with the U.S. DOT Common Rules.
6. Closeout. Closeout of the Award does not alter the record retention or access
requirements of this section of this Master Agreement.
FEDERAL CHANGES
Applies to all FTA-Assisted Third-Party Contracts and Subcontracts.
Federal Changes - Contractor shall at all times comply with all applicable FTA regulations,
policies, procedures and directives, including without limitation those listed directly or by
reference in the Master Agreement between Purchaser and FTA, as they may be amended
or promulgated from time to time during the term of this contract. Contractor's failure to so
comply shall constitute a material breach of this contract.
CIVIL RIGHTS (EEO, TITLE VI & ADA)
Applies to all FTA-Assisted Third-Party Contracts and Subcontracts.
The following requirements apply to the underlying contract:
a) The Recipient agrees that it must comply with applicable federal civil rights laws,
regulations, requirements, and guidance, and follow applicable federal guidance,
except as the Federal Government determines otherwise in writing. Therefore, unless
a Recipient or a federal program, including the Tribal Transit Program or the Indian
Tribe Recipient, is specifically exempted from a civil rights statute, FTA requires
compliance with that civil rights statute, including compliance with equity in service.
b) Nondiscrimination in Federal Public Transportation Programs. The Recipient agrees
to, and assures that it and each Third-Party Participant, will: (1) Prohibit discrimination
based on the basis of race, color, religion, national origin, sex, disability, or age. (2)
Prohibit the: (a) Exclusion from participation in employment or a business opportunity
for reasons identified in 49 U.S.C. § 5332, (b) Denial of program benefits in
employment or a business opportunity identified in 49 U.S.C. § 5332, or (c)
Discrimination, including discrimination in employment or a business opportunity
identified in 49 U.S.C. § 5332. (3) Follow: (a) The most recent edition of FTA Circular
4702.1, “Title VI Requirements and Guidelines for Federal Transit Administration
Recipients,” to the extent consistent with applicable federal laws, regulations,
requirements, and guidance, and other applicable federal guidance that may be
issued, but (b) FTA does not require an Indian Tribe to comply with FTA program-
specific guidelines for Title VI when administering its Underlying Agreement supported
with federal assistance under the Tribal Transit Program.
c) Nondiscrimination – Title VI of the Civil Rights Act. The Recipient agrees to, and
assures that each Third Party Participant, will: (1) Prohibit discrimination based on
race, color, or national origin, (2) Comply with: (a) Title VI of the Civil Rights Act of
1964, as amended, 42 U.S.C. § 2000d et seq., (b) U.S. DOT regulations,
“Nondiscrimination in Federally-Assisted Programs of the Department of
Transportation – Effectuation of Title VI of the Civil Rights Act of 1964,” 49 C.F.R. part
21, and (c) Federal transit law, specifically 49 U.S.C. § 5332, and (3) Follow: (a) The
most recent edition of FTA Circular 4702.1, “Title VI Requirements and Guidelines for
Federal Transit Administration Recipients,” to the extent consistent with applicable
federal laws, regulations, requirements, and guidance, (b) U.S. DOJ, “Guidelines for
the enforcement of Title VI, Civil Rights Act of 1964,” 28 C.F.R. § 50.3, and (c) All other
applicable federal guidance that may be issued.
d) Equal Employment Opportunity. (1) Federal Requirements and Guidance. The
Recipient agrees to, and assures that each Third Party Participant will, prohibit
discrimination on the basis of race, color, religion, sex, or national origin, and: (a)
Comply with Title VII of the Civil Rights Act of 1964, as amended, 42 U.S.C. § 2000e
et seq., (b) Facilitate compliance with Executive Order No. 11246, “Equal Employment
Opportunity,” as amended by Executive Order No. 11375, “Amending Executive Order
No. 11246, Relating to Equal Employment Opportunity,” 42U.S.C. § 2000e note, (c)
Comply with Federal transit law, specifically 49 U.S.C. § 5332, as stated in section a,
and (d) Comply with FTA Circular 4704.1other applicable EEO laws and regulations,
as provided in Federal guidance, including laws and regulations prohibiting
discrimination on the basis of disability, except as the Federal Government determines
otherwise in writing, (2) General. The Recipient agrees to: (a) Ensure that applicants
for employment are employed and employees are treated during employment without
discrimination on the basis of their: 1 Race, 2 Color, 3 Religion, 4 Sex, 5 Disability, 6
Age, or 7 National origin, (b) Take affirmative action that includes, but is not limited to:
1 Recruitment advertising, 2 Recruitment, 3Employment, 4 Rates of pay, 5 Other forms
of compensation, 6 Selection for training, including apprenticeship, 7 Upgrading, 8
Transfers, 9 Demotions, 10 Layoffs, and 11 Terminations, but (b) Indian Tribe. Title
VII of the Civil Rights Act of 1964, as amended, exempts Indian Tribes under the
definition of "Employer". (3) Equal Employment Opportunity Requirements for
Construction Activities. In addition to the foregoing, when undertaking “construction”
as recognized by the U.S. Department of Labor (U.S. DOL), the Recipient agrees to
comply, and assures the compliance of each Third Party Participant, with: (a) U.S.
DOL regulations, “Office of Federal Contract Compliance Programs, September 2019
Equal Employment Opportunity, Department of Labor,” 41 C.F.R. chapter 60, and (b)
Executive Order No. 11246, “Equal Employment Opportunity,” as amended by
Executive Order No. 11375, “Amending Executive Order No. 11246, Relating to Equal
Employment Opportunity,” 42U.S.C. § 2000e note.
e) Disadvantaged Business Enterprise. To the extent authorized by applicable federal
laws and regulations, the Recipient agrees to facilitate, and assures that each Third-
Party Participant will facilitate, participation by small business concerns owned and
controlled by socially and economically disadvantaged individuals, also referred to as
“Disadvantaged Business Enterprises” (DBEs), in the Underlying Agreement as
follows: (1) Statutory and Regulatory Requirements. The Recipient agrees to comply
with: (a) Section 1101(b) of the FAST Act, 23 U.S.C. §101 note, (b) U.S. DOT
regulations, “Participation by Disadvantaged Business Enterprises in Department of
Transportation Financial Assistance Programs,” 49 C.F.R. part 26, and (c) Federal
transit law, specifically 49 U.S.C. § 5332, as provided in section 12a of this Master
Agreement. (2) DBE Program Requirements. A Recipient that receives planning,
capital and/or operating assistance and that will award prime third-party contracts
exceeding $250,000 in a federal fiscal year must have a DBE program meeting the
requirements of 49 C.F.R. Part 26, which is approved by FTA, and establish an annual
DBE participation goal. (3) Special Requirements for a Transit Vehicle Manufacturer
(TVM). The Recipient agrees that: (a) TVM Certification. Each TVM, as a condition of
being authorized to bid or propose on FTA-assisted transit vehicle procurements, must
certify that it has complied with the requirements of 49 C.F.R. part 26, and (b)
Reporting TVM Awards. Within 30 days of any third-party contract award for a vehicle
purchase, the Recipient must submit to FTA the name of the TVM contractor and the
total dollar value of the third-party contract and notify FTA that this information has
been attached to FTA’s electronic award and management system, the Recipient must
also submit subsequent notifications if options are exercised in subsequent years to
ensure the TVM is still in good standing. (4) Assurance. As required by 49 C.F.R. §
26.13(a): (a) Recipient Assurance. The Recipient agrees and assures that: 1 It must
not discriminate on the basis of race, color, national origin, or sex in the award and
performance of any FTA or U.S. DOT-assisted contract, or in the administration of its
DBE program or the requirements of 49 C.F.R. part 26, 2 It must take all necessary
and reasonable steps under 49 C.F.R. part 26 to ensure nondiscrimination in the
award and administration of U.S. DOT- assisted contracts, 3 Its DBE program, as
required under 49 C.F.R. part 26 and as approved by U.S. DOT, is incorporated by
reference and made part of the Underlying Agreement, and 4 Implementation of its
DBE program approved by U.S. DOT is a legal obligation and failure to carry out its
terms shall be treated as a violation of this Master Agreement. (b) Subrecipient/Third
Party Contractor/Third Party Subcontractor Assurance. The Recipient agrees and
assures that it will include the following assurance in each subagreement and third
party contract it signs with a Subrecipient or Third Party Contractor and agrees to
obtain the agreement of each of its Subrecipients, Third Party Contractors, and Third
Party Subcontractors to include the following assurance in every subagreement and
third party contract it signs: 1 The Subrecipient, each Third Party Contractor, and each
Third Party Subcontractor must not discriminate on the basis of race, color, national
origin, or sex in the award and performance of any FTA or U.S. DOT-assisted
subagreement, third party contract, and third party subcontract, as applicable, and the
administration of its DBE program or the requirements of 49 C.F.R. part 26, 2 The
Subrecipient, each Third Party Contractor, and each Third Party Subcontractor must
take all necessary and reasonable steps under 49 C.F.R. part 26 to ensure
nondiscrimination in the award and administration of U.S. DOT-assisted
subagreements, third party contracts, and third party subcontracts, as applicable, 3
Failure by the Subrecipient and any of its Third Party Contractors or Third Party
Subcontractors to carry out the requirements of this subparagraph 13.d(4)(b) is a
material breach of this subagreement, third party contract, or third party subcontract,
as applicable, and 4 The following remedies, or such other remedy as the Recipient
deems appropriate, include, but are not limited to, withholding monthly progress
payments; assessing sanctions; liquidated damages; and/or disqualifying the
Subrecipient, Third Party Contractor, or Third Party Subcontractor from future bidding
as non-responsible. (5) Remedies. Upon notification to the Recipient of its failure to
carry out its approved program, FTA or U.S. DOT may impose sanctions as provided
for under 49 C.F.R. part 26, and, in appropriate cases, refer the matter
for enforcement under either or both 18 U.S.C. § 1001, and/or the Program Fraud Civil
Remedies Act of 1986, 31 U.S.C. § 3801 et seq.
f) Nondiscrimination on the Basis of Sex. The Recipient agrees to comply with federal
prohibitions against discrimination on the basis of sex, including: (1) Title IX of the
Education Amendments of 1972, as amended, 20 U.S.C. § 1681 et seq., (2) U.S. DOT
regulations, “Nondiscrimination on the Basis of Sex in Education Programs or
Activities Receiving Federal Financial Assistance,” 49 C.F.R. part 25, and (3) Federal
transit law, specifically 49 U.S.C. § 5332.
g) Nondiscrimination on the Basis of Age. The Recipient agrees to comply with federal
prohibitions against discrimination on the basis of age, including: (1) The Age
Discrimination in Employment Act, 29 U.S.C. §§ 621 – 634, which prohibits
discrimination on the basis of age, (2) U.S. Equal Employment Opportunity
Commission (U.S. EEOC) regulations, “Age Discrimination in Employment Act,” 29
C.F.R. part 1625, (3) The Age Discrimination Act of 1975, as amended, 42 U.S.C. §
6101 et seq., which prohibits discrimination against individuals on the basis of age in
the administration of Programs, Projects, and related activities receiving federal
assistance, (4) U.S. Health and Human Services regulations, “Nondiscrimination on
the Basis of Age in Programs or Activities Receiving Federal Financial Assistance,” 45
C.F.R. part 90, and (5) Federal transit law, specifically 49 U.S.C. § 5332.
h) Nondiscrimination on the Basis of Disability. The Recipient agrees to comply with the
following federal prohibitions against discrimination on the basis of disability: (1)
Federal laws, including: (a) section 504 of the Rehabilitation Act of 1973, as amended,
29 U.S.C. § 794, which prohibits discrimination on the basis of disability in the
administration of federally assisted Programs, Projects, or activities, (b) The
Americans with Disabilities Act of 1990 (ADA), as amended, 42 U.S.C. § 12101 et
seq., which requires that accessible facilities and services be made available to
individuals with disabilities: 1 For FTA Recipients generally, Titles I, II, and III of the
ADA apply, but 2 For Indian Tribes, Titles II and III of the ADA apply, but Title I of the
ADA does not apply because it exempts Indian Tribes from the definition of “employer,”
(c) The Architectural Barriers Act of 1968, as amended, 42 U.S.C. § 4151 et seq.,
which requires that buildings and public accommodations be accessible to individuals
with disabilities, (d) Federal transit law, specifically 49 U.S.C. § 5332, which now
includes disability as a prohibited basis for discrimination, and (e) Other applicable
federal laws, regulations and requirements pertaining to access for seniors or
individuals with disabilities. (2) Federal regulations, including: (a) U.S. DOT
regulations, “Transportation Services for Individuals with Disabilities (ADA),” 49 C.F.R.
part 37, (b) U.S. DOT regulations, “Nondiscrimination on the Basis of Disability in
Programs and Activities Receiving or Benefiting from Federal Financial Assistance,”
49 C.F.R. part 27, (c) Joint U.S. Architectural and Transportation Barriers Compliance
Board (U.S. ATBCB) and U.S. DOT regulations, “Americans With Disabilities (ADA)
Accessibility Specifications for Transportation Vehicles,” 36 C.F.R. part 1192 and 49
C.F.R. part 38, (d) U.S. DOT regulations, “Transportation for Individuals with
Disabilities: Passenger Vessels,” 49 C.F.R. part 39, (e) U.S. DOJ regulations,
“Nondiscrimination on the Basis of Disability in State and Local Government Services,”
28 C.F.R. part 35, (f) U.S. DOJ regulations, “Nondiscrimination on the Basis of
Disability by Public Accommodations and in Commercial Facilities,” 28 C.F.R. part 36,
(g) U.S. EEOC, “Regulations to Implement the Equal Employment Provisions of the
Americans with Disabilities Act,” 29 C.F.R. part 1630, (h) U.S. Federal
Communications Commission regulations, “Telecommunications Relay Services and
Related Customer Premises Equipment for Persons with Disabilities,” 47 C.F.R. part
64, Subpart F, (i) U.S. ATBCB regulations, “Electronic and Information Technology
Accessibility Standards,” 36 C.F.R. part 1194, and (j) FTA regulations, “Transportation
for Elderly and Handicapped Persons,” 49 C.F.R. part 609, and (k) Other applicable
federal civil rights and nondiscrimination guidance.
(i) Drug or Alcohol Abuse - Confidentiality and Other Civil Rights Protections. The
Recipient agrees to comply with the confidentiality and civil rights protections of: (1)
The Drug Abuse Office and Treatment Act of 1972, as amended, 21 U.S.C. § 1101 et
seq., (2) The Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment
and Rehabilitation Act of 1970, as amended, 42 U.S.C. § 4541 et seq., and (3) The
Public Health Service Act, as amended, 42 U.S.C. §§ 290dd – 290dd-2.
(j) Access to Services for Persons with Limited English Proficiency. The Recipient agrees
to promote accessibility of public transportation services to persons with limited
understanding of English by following: (1) Executive Order No. 13166, “Improving
Access to Services for Persons with Limited English Proficiency,” August 11, 2000, 42
U.S.C. § 2000d-1 note, and (2) U.S. DOT Notice, “DOT Policy Guidance Concerning
Recipients’ Responsibilities to Limited English Proficiency (LEP) Persons,” 70 Fed.
Reg. 74087, December 14, 2005.
(k) Other Nondiscrimination Laws, Regulations, Requirements, and Guidance. The
Recipient agrees to comply with other applicable federal nondiscrimination laws,
regulations, and requirements, and follow federal guidance prohibiting discrimination.
(l) Remedies. Remedies for failure to comply with applicable federal Civil Rights laws,
regulations, requirements, and guidance may be enforced as provided in those federal
laws, regulations, or requirements.
(m) Free Speech and Religious Liberty. The recipient shall ensure that Federal funding is
expended in full accordance with the U.S. Constitution, Federal Law, and statutory and
public policy requirements: including, but not limited to, those protecting free speech,
religious liberty, public welfare, the environment, and prohibiting discrimination.
INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS
(Per FTA C 4330.1F)
Applies to all FTA-Assisted Third-Party Contracts and Subcontracts.
Incorporation of Federal Transit Administration (FTA) Terms - The preceding provisions
include, in part, certain Standard Terms and Conditions required by DOT, whether or not
expressly set forth in the preceding contract provisions. All contractual provisions required
by DOT, as set forth in FTA Circular 4220.1F, are hereby incorporated by reference.
Anything to the contrary herein notwithstanding, all FTA mandated terms shall be deemed
to control in the event of a conflict with other provisions contained in this Agreement. The
Contractor shall not perform any act, fail to perform any act, or refuse to comply with any
City requests which would cause the City to be in violation of the FTA terms and conditions.
ENERGY CONSERVATION REQUIREMENTS
Applies to all FTA-Assisted Third-Party Contracts and Subcontracts.
Energy Conservation - The contractor agrees to comply with mandatory standards and
policies relating to energy efficiency which are contained in the state energy conservation
plans under the Energy Policy and Conservation Act, as amended 42 U.S.C. § 6321, et.
seq., and perform an energy assessment for any building constructed, reconstructed, or
modified with federal assistance required under FTA regulations, “Requirements for Energy
Assessments,” 49 CFR Part 622, subpart C.
Veterans Employment
Applies to all FTA-Assisted Third-Party Contracts and Subcontracts.
Veterans Employment. As provided by 49 U.S.C. § 5325(k):
To the extent practicable, the contractor agrees and assures that each of its
subcontractors:
1. Will give a hiring preference to veterans (as defined in 5 U.S.C. § 2108), who have the
skills and abilities required to perform construction work required under a third-party
contract in connection with a capital project supported with funds made available or
appropriated for 49 U.S.C. chapter 53, and
2. Will not require an employer to give a preference to any veteran over any equally
qualified applicant who is a member of any racial or ethnic minority, female, an
individual with a disability, or a former employee.
Prohibition on certain telecommunications and video surveillance services or equipment (2 CFR
§200.216)
Applies to all FTA-Assisted Third-Party Contracts and Subcontracts.
Contractor is prohibited from using equipment, services, or systems that uses covered
telecommunications equipment or services as a substantial or essential component of any
system, or as critical technology as part of any system. As described in Public Law 115-232,
section 889, covered telecommunications equipment is telecommunications equipment
produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or
affiliate of such entities).
a. For the purpose of public safety, security of government facilities, physical security
surveillance of critical infrastructure, and other national security purposes, video
surveillance and telecommunications equipment produced by Hytera Communications
Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology
Company (or any subsidiary or affiliate of such entities).
b. Telecommunications or video surveillance services provided by such entities or using
such equipment.
c. Telecommunications or video surveillance equipment or services produced or
provided by an entity that the Secretary of Defense, in consultation with the Director
of the National Intelligence or the Director of the Federal Bureau of Investigation,
reasonably believes to be an entity owned or controlled by, or otherwise connected to,
the government of a covered foreign country.
TERMINATION Provisions (appendix II to Part 200)
Applies to all contracts except micro-purchases.
a. Termination for Convenience. The City may terminate this Contract, in whole or in part,
for any reason, upon five (5) days written notice to the Contractor. In such event, the
City shall pay the Contractor its costs, including reasonable Contract close-out costs,
and profit on Work performed up to the time of termination. The Contractor shall
promptly submit its termination claim to the City to be paid the Contractor. If the
Contractor has any property in its possession belonging to the City, the Contractor will
account for the same, and dispose of it in a manner the City directs.
b. Termination for Breach. Either Party’s failure to perform any of its material obligations
under this Contract, in whole or in part or in a timely or satisfactory manner, will be a
breach. The institution of proceedings under any bankruptcy, insolvency, reorganization
or similar law, by or against Contractor, or the appointment of a receiver or similar officer
for Contractor or any of its property, which is not vacated or fully stayed within thirty (30)
days after the institution of such proceeding, will also constitute a breach. In the event
of a breach, the non-breaching Party may provide written notice of the breach to the
other Party. If the notified Party does not cure the breach, at its sole expense, within
thirty (30) days after delivery of notice, the non-breaching Party may exercise any of its
remedies provided under this Contract or at law, including immediate termination of the
Contract.
GOVERNMENT-WIDE DEBARMENT AND SUSPENSION
Applies to all contracts and subcontracts exceeding $25,000.
Suspension and Debarment Executive.
The contractor attests that it is not listed on the government-wide exclusions in the System
for Award Management (SAM).
The Contractor agrees to the following:
(a) It will comply with the requirements of 2 C.F.R. part 180, subpart C, as adopted and
supplemented by U.S. DOT regulations at 2 C.F.R. part 1200, which include the
following: (a) It will not enter into any arrangement to participate in the development or
implementation of the Project with any Third Party Participant that is debarred or
suspended except as authorized by: 1 U.S. DOT regulations, “Non-procurement
Suspension and Debarment,” 2 C.F.R. part 1200, 2 U.S. OMB, “Guidelines to
Agencies on Government wide Debarment and Suspension (Non-procurement),” 2
C.F.R. part 180, including any amendments thereto, and 3 Executive Orders Nos.
12549 and 12689, “Debarment and Suspension,” 31 U.S.C. § 6101 note, (b) It will
review the U.S. GSA “System for Award Management,” https://www.sam.gov, if
required by U.S. DOT regulations, 2 C.F.R. part 1200, and (c) It will include, and
require each of its Third Party Participants to include, a similar provision in each lower
tier covered transaction, ensuring that each lower tier Third Party Participant: 1 Will
comply with Federal debarment and suspension requirements, and 2 Reviews the
“System for Award Management” at https://www.sam.gov, if necessary to comply with
U.S. DOT regulations, 2 C.F.R. part 1200, and
(b) If the Recipient suspends, debars, or takes any similar action against a Third-Party
Participant or individual, the Recipient will provide immediate written notice to the: (a)
FTA Regional Counsel for the Region in which the Recipient is located or implements
the Project, (b) FTA Project Manager if the Project is administered by an FTA
Headquarters Office, or (c) FTA Chief Counsel.
NOTICE TO FTA AND U.S. DOT INSPECTOR GENERAL OF INFORMATION RELATED TO
FRAUD, WASTE, ABUSE OR OTHER LEGAL MATTERS
Applies to all contracts and subcontracts exceeding $25,000. The prime contractor is
required to “flow down” this requirement to subcontractors.
a. If a current or prospective legal matter that may affect the Federal Government emerges,
the Recipient must promptly notify the FTA Chief Counsel and FTA Regional Counsel
for the Region in which the Recipient is located. The Recipient must include a similar
notification requirement in its Third Party Agreements and must require each Third Party
Participant to include an equivalent provision in its subagreements at every tier, for any
agreement that is a “covered transaction” according to 2 C.F.R. §§ 180.220 and
1200.220.
1. The types of legal matters that require notification include, but are not limited to, a
major dispute, breach, default, litigation, or naming the Federal Government as a
party to litigation or a legal disagreement in any forum for any reason.
2. Matters that may affect the Federal Government include, but are not limited to, the
Federal Government’s interests in the Award, the accompanying Underlying
Agreement, and any Amendments thereto, or the Federal Government’s
administration or enforcement of federal laws, regulations, and requirements.
3. Additional Notice to U.S. DOT Inspector General. The Recipient must promptly notify
the U.S. DOT Inspector General in addition to the FTA Chief Counsel or Regional
Counsel for the Region in which the Recipient is located, if the Recipient has
knowledge of potential fraud, waste, or abuse occurring on a Project receiving
assistance from FTA. The notification provision applies if a person has or may have
submitted a false claim under the False Claims Act, 31 U.S.C. § 3729, et seq., or
has or may have committed a criminal or civil violation of law pertaining to such
matters as fraud, conflict of interest, bid rigging, misappropriation or embezzlement,
bribery, gratuity, or similar misconduct involving federal assistance. This
responsibility occurs whether the Project is subject to this Agreement or another
agreement between the Recipient and FTA, or an agreement involving a principal,
officer, employee, agent, or Third Party Participant of the Recipient. It also applies
to subcontractors at any tier. Knowledge, as used in this paragraph, includes, but is
not limited to, knowledge of a criminal or civil investigation by a Federal, state, or
local law enforcement or other investigative agency, a criminal indictment or civil
complaint, or probable cause that could support a criminal indictment, or any other
credible information in the possession of the Recipient. In this paragraph, “promptly”
means to refer information without delay and without change. This notification
provision applies to all divisions of the Recipient, including divisions tasked with law
enforcement or investigatory functions.
b. Federal Interest in Recovery. The Federal Government retains the right to a
proportionate share of any proceeds recovered from any third party, based on the
percentage of the federal share for the Underlying Agreement. Notwithstanding the
preceding sentence, the Recipient may return all liquidated damages it receives to its
Award Budget for its Underlying Agreement rather than return the federal share of those
liquidated damages to the Federal Government, provided that the Recipient receives
FTA’s prior written concurrence.
c. Enforcement. The Recipient must pursue its legal rights and remedies available under
any third party agreement or any federal, state, or local law or regulation.
CLEAN AIR and Federal Water Pollution Control Act
Applies to all contracts exceeding $150,000.
Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33
U.S.C. 1251-1387), as amended.
a. All parties agree to comply with all applicable standards, orders or regulations issued
pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution
Control Act as amended (33 U.S.C. 1251-1387). All parties shall report violations to the
Federal awarding agency and the Regional Office of the Environmental Protection
Agency (EPA).
b. The Contractor agrees to report each violation to the City and understands and agrees
that the City will, in turn, report each violation as required to assure notification to the
Federal Emergency Management Agency, and the appropriate Environmental
Protection Agency Regional Office.
c. The Contractor agrees to include these requirements in each subcontract exceeding
$150,000 financed in whole or in part with Federal funds.
CARGO PREFERENCE REQUIREMENTS
Applies to purchases of property suitable for shipment by ocean vessel.
Cargo Preference - Use of United States-Flag Vessels - The contractor agrees comply with
the shipping requirements of 46 U.S.C. § 55305, and U.S. Maritime Administration
regulations, “Cargo Preference – U.S.-Flag Vessels,” 46 CFR Part 381.
FLY AMERICA REQUIREMENTS
Applies to property or persons transported by air between U.S. and foreign destinations, or
between foreign locations.
Fly America Requirements. The contractor agrees to air transportation requirements of
Section 5 of the International Air Transportation Fair Competitive Practices Act of 1974, as
amended, 49 U.S.C. § 40118, and U.S. General Services Administration (U.S. GSA)
regulations, “Use of United States Flag Air Carriers,” 41 C.F.R. §§ 301-10.131 – 301-10.143.
COPELAND ANTI-KICKBACK ACTS (Appendix II to Part 200)
Applies to all prime construction contracts in excess of $2,000.
Copeland “Anti-Kickback” Act (40 U.S.C. 3145). Contractor must fully comply with the
Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as supplemented by Department of Labor
regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public
Work Financed in Whole or in Part by Loans or Grants from the United States”). Pursuant
to the Act, Contractor is prohibited from inducing, by any means, any person employed in
the construction, completion, or repair of public work, to give up any part of the
compensation to which he or she is otherwise entitled. The City shall report all suspected
or reported violations of the Copeland “Anti-Kickback” Act to the Federal awarding agency.
CONTRACT WORK HOURS AND SAFETY STANDARDS ACT (Appendix II to Part 200)
Applies to all contracts over $100,000 that involve the employment of mechanics or laborers.
Contractor must fully comply with the Contract Work Hours and Safety Standard Act (40
U.S.C. 3701-3708), including 40 U.S.C. 3702 and 3704, as supplemented by Department
of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, Contract is required
to compute the wages of every mechanic and laborer on the basis of a standard work week
of 40 hours. Work in excess of the standard work week is permissible provided that the
worker is compensated at a rate of not less than one and a half times the basic rate of pay
for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C.
3704 are applicable to construction work and provide that no laborer or mechanic must be
required to work in surroundings or under working conditions which are unsanitary,
hazardous or dangerous. These requirements do not apply to the purchases of supplies or
materials or articles ordinarily available on the open market, or Contracts for transportation
or transmission of intelligence.
a. Overtime requirements. No contractor or subcontractor contracting for any part of the
contract work which may require or involve the employment of laborers or mechanics
shall require or permit any such laborer or mechanic in any workweek in which he or she
is employed on such work to work in excess of forty hours in such workweek unless
such laborer or mechanic receives compensation at a rate not less than one and one-
half times the basic rate of pay for all hours worked in excess of forty hours in such
workweek.
b. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of
the clause set forth in paragraph (a) of this section the contractor and any subcontractor
responsible therefor shall be liable for the unpaid wages. In addition, such contractor
and subcontractor shall be liable to the United States (in the case of work done under
contract for the District of Columbia or a territory, to such District or to such territory), for
liquidated damages. Such liquidated damages shall be computed with respect to each
individual laborer or mechanic, including watchmen and guards, employed in violation
of the clause set forth in paragraph (a) of this section, in the sum of $26 for each calendar
day on which such individual was required or permitted to work in excess of the standard
workweek of forty hours without payment of the overtime wages required by the clause
set forth in paragraph (a) of this section.
c. Withholding for unpaid wages and liquidated damages. The FEMA shall upon its own
action or upon written request of an authorized representative of the Department of
Labor withhold or cause to be withheld, from any moneys payable on account of work
performed by the contractor or subcontractor under any such contract or any other
Federal contract with the same prime contractor, or any other federally-assisted contract
subject to the Contract Work Hours and Safety Standards Act, which is held by the same
prime contractor, such sums as may be determined to be necessary to satisfy any
liabilities of such contractor or subcontractor for unpaid wages and liquidated damages
as provided in the clause set forth in paragraph (b) of this section.
d. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the
clauses set forth in paragraph (a) through (d) of this section and also a clause requiring
the subcontractors to include these clauses in any lower tier subcontracts. The prime
contractor shall be responsible for compliance by any subcontractor or lower tier
subcontractor with the clauses set forth in paragraphs (a) through (d) of this section.
BONDING REQUIREMENTS (2 crf 200.326)
Applies to construction or facility improvement contracts or subcontracts exceeding the
Simplified Acquisition Threshold ($250,000).
Except where the Federal awarding agency or pass-through entity has made a
determination that alternative bonding policy and requirements adequately protect the
Federal interest, Contractor agrees to comply with the following minimum bonding
requirements:
a. Contractor must provide a bid guarantee equivalent to five percent of the bid price. The
"bid guarantee" must consist of a firm commitment such as a bid bond, certified check,
or other negotiable instrument accompanying a bid as assurance that the Contractor
will, upon acceptance of the bid, execute such Contractual documents as may be
required within the time specified.
b. Contractor must provide a performance bond on the part of the Contractor for 100
percent of the Contract price. A "performance bond" is one executed in connection with
a Contract to secure fulfillment of all the Contractor's obligations under such Contract.
c. Contractor must provide a payment bond on the part of the Contractor for 100 percent
of the Contract price. A "payment bond" is one executed in connection with a Contract
to assure payment as required by law of all persons supplying labor and material in the
execution of the work provided for in the Contract.
Equal Employment opportunity (Appendix II to Part 200)
Applies to all contracts that meet the definition of “federally assisted construction contract”.
Equal Employment Opportunity. Contractor agrees to comply with the Equal Opportunity
Clause provided under 41 CFR 60-1.4(a) (Government Contracts) and 41 CFR 60-1.4(b)
(Federal Assisted Construction Contracts), in accordance with Executive Order 11246,
“Equal Employment Opportunity” (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p.
339), as amended by Executive Order 11375, “Amending Executive Order 11246 Relating
to Equal Employment Opportunity,” and implementing regulations at 41 CFR part 60, “Office
of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of
Labor.” Contractor further agrees to include this provision, including the Equal Opportunity
Clause or a reference thereto, in any subcontracts it enters into pursuant to the Contract.
During the performance of this Contract, the Contractor agrees as follows:
(1) The Contractor will not discriminate against any employee or applicant for employment
because of race, color, religion, sex, sexual orientation, gender identity, or national
origin. The Contractor will take affirmative action to ensure that applicants are employed,
and that employees are treated during employment without regard to their race, color,
religion, sex, sexual orientation, gender identity, or national origin. Such action shall
include, but not be limited to the following:
Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising;
layoff or termination; rates of pay or other forms of compensation; and selection for
training, including apprenticeship. The Contractor agrees to post in conspicuous places,
available to employees and applicants for employment, notices to be provided setting
forth the provisions of this nondiscrimination clause.
(2) The Contractor will, in all solicitations or advertisements for employees placed by or on
behalf of the Contractor, state that all qualified applicants will receive consideration for
employment without regard to race, color, religion, sex, sexual orientation, gender
identity, or national origin.
(3) The Contractor will not discharge or in any other manner discriminate against any
employee or applicant for employment because such employee or applicant has inquired
about, discussed, or disclosed the compensation of the employee or applicant or another
employee or applicant. This provision shall not apply to instances in which an employee
who has access to the compensation information of other employees or applicants as a
part of such employee's essential job functions discloses the compensation of such other
employees or applicants to individuals who do not otherwise have access to such
information, unless such disclosure is in response to a formal complaint or charge, in
furtherance of an investigation, proceeding, hearing, or action, including an investigation
conducted by the employer, or is consistent with the Contractor's legal duty to furnish
information.
(4) The Contractor will send to each labor union or representative of workers with which he
has a collective bargaining agreement or other Contract or understanding, a notice to
be provided advising the said labor union or workers' representatives of the Contractor's
commitments under this section, and shall post copies of the notice in conspicuous
places available to employees and applicants for employment.
(5) The Contractor will comply with all provisions of Executive Order 11246 of September
24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor.
(6) The Contractor will furnish all information and reports required by Executive Order 11246
of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor,
or pursuant thereto, and will permit access to his books, records, and accounts by the
administering agency and the Secretary of Labor for purposes of investigation to
ascertain compliance with such rules, regulations, and orders.
(7) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this
Contract or with any of the said rules, regulations, or orders, this Contract may be
canceled, terminated, or suspended in whole or in part and the Contractor may be
declared ineligible for further Government Contracts or federally assisted construction
Contracts in accordance with procedures authorized in Executive Order 11246 of
September 24, 1965, and such other sanctions may be imposed and remedies invoked
as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or
order of the Secretary of Labor, or as otherwise provided by law.
(8) The Contractor will include the portion of the sentence immediately preceding paragraph
(1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase
order unless exempted by rules, regulations, or orders of the Secretary of Labor issued
pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such
provisions will be binding upon each subcontractor or vendor. The Contractor will take
such action with respect to any subcontract or purchase order as the administering
agency may direct as a means of enforcing such provisions, including sanctions for
noncompliance:
Provided, however, that in the event a Contractor becomes involved in, or is threatened
with, litigation with a subcontractor or vendor as a result of such direction by the
administering agency, the Contractor may request the United States to enter into such
litigation to protect the interests of the United States.
The applicant further agrees that it will be bound by the above equal opportunity clause
with respect to its own employment practices when it participates in federally assisted
construction work: Provided, that if the applicant so participating is a State or local
government, the above equal opportunity clause is not applicable to any agency,
instrumentality or subdivision of such government which does not participate in work on
or under the Contract.
The applicant agrees that it will assist and cooperate actively with the administering
agency and the Secretary of Labor in obtaining the compliance of Contractors and
subcontractors with the equal opportunity clause and the rules, regulations, and relevant
orders of the Secretary of Labor, that it will furnish the administering agency and the
Secretary of Labor such information as they may require for the supervision of such
compliance, and that it will otherwise assist the administering agency in the discharge
of the agency's primary responsibility for securing compliance.
The applicant further agrees that it will refrain from entering into any Contract or Contract
modification subject to Executive Order 11246 of September 24, 1965, with a Contractor
debarred from, or who has not demonstrated eligibility for, Government Contracts and
federally assisted construction Contracts pursuant to the Executive Order and will carry
out such sanctions and penalties for violation of the equal opportunity clause as may be
imposed upon Contractors and subcontractors by the administering agency or the
Secretary of Labor pursuant to Part II, Subpart D of the Executive Order. In addition, the
applicant agrees that if it fails or refuses to comply with these undertakings, the
administering agency may take any or all of the following actions: Cancel, terminate, or
suspend in whole or in part this grant (Contract, loan, insurance, guarantee); refrain from
extending any further assistance to the applicant under the program with respect to
which the failure or refund occurred until satisfactory assurance of future compliance
has been received from such applicant; and refer the case to the Department of Justice
for appropriate legal proceedings.
(9) [Reserved]
(c) Subcontracts. Each nonexempt prime Contractor or subcontractor shall include the
equal opportunity clause in each of its nonexempt subcontracts.
(d) Inclusion of the equal opportunity clause by reference. The equal opportunity clause
may be included by reference in all Government Contracts and subcontracts,
including Government bills of lading, transportation requests, Contracts for deposit
of Government funds, and Contracts for issuing and paying U.S. savings bonds and
notes, and such other Contracts and subcontracts as the Director of OFCCP may
designate.
(e) Incorporation by operation of the order. By operation of the order, the equal
opportunity clause shall be considered to be a part of every Contract and subcontract
required by the order and the regulations in this part to include such a clause whether
or not it is physically incorporated in such Contracts and whether or not the Contract
between the agency and the Contractor is written.
(f) Adaptation of language. Such necessary changes in language may be made in the
equal opportunity clause as shall be appropriate to identify properly the parties and
their undertakings.
SEISMIC SAFETY REQUIREMENTS
Applies to contracts for construction of new buildings or additions to existing buildings.
Seismic Safety - The contractor agrees that any new building or addition to an existing
building will be designed and constructed in accordance with the standards for Seismic
Safety required in Department of Transportation Seismic Safety Regulations 49 CFR Part
41 and will certify to compliance to the extent required by the regulation. The contractor
also agrees to ensure that all work performed under this contract including work performed
by a subcontractor is in compliance with the standards required by the Seismic Safety
Regulations and the certification of compliance issued on the project.
SPECIAL dol CLAUSE
Applies to contracts for construction exceeding $10,000.
41 CFR Part 60 – See Section 15 – Contract Clause Civil Rights Requirements
NONCONSTRUCTION EMPLOYEE PROTECTION (CONTRACT WORK HOURS AND
SAFETY STANDARDS ACT)
Applies to all turnkey, rolling stock and operational contracts (excluding contracts for
transportation services exceeding $100,000.
The contractor agrees to comply and assures that each subcontractor will comply with all
federal laws, regulations, and requirements providing wage and hour protections for
nonconstruction employees, including Section 102 of the Contract Work Hours and Safety
Standards Act, as amended, 40 U.S.C. § 3702, and other relevant parts of that Act, 40
U.S.C. § 3701, et seq., and U.S. DOL regulations, “Labor Standards Provisions Applicable
to Contracts Covering Federally Financed and Assisted Construction (also Labor Standards
Provisions Applicable to Nonconstruction Contracts Subject to the Contract Work Hours and
Safety Standards Act),” 29 CFR Part 5.
DRUG AND ALCOHOL TESTING
Applies to all Operational Services contracts except micro-purchases.
Drug and Alcohol Testing
The contractor agrees to establish and implement a drug and alcohol testing program that
complies with 49 CFR Parts 653 and 654, produce any documentation necessary to
establish its compliance with Parts 653 and 654, and permit any authorized representative
of the United States Department of Transportation or its operating administrations, the State
Oversight Agency of (name of State), or the (insert name of grantee), to inspect the facilities
and records associated with the implementation of the drug and alcohol testing program as
required under 49 CFR Parts 653 and 654 and review the testing process. The contractor
agrees further to certify annually its compliance with Parts 653 and 654 before (insert date)
and to submit the Management Information System (MIS) reports before (insert date before
March 15) to (insert title and address of person responsible for receiving information). To
certify compliance the contractor shall use the "Substance Abuse Certifications" in the
"Annual List of Certifications and Assurances for Federal Transit Administration Grants and
Cooperative Agreements," which is published annually in the Federal Register. The
Contractor agrees further to [Select a, b, or c] (a) submit before (insert date or upon request)
a copy of the Policy Statement developed to implement its drug and alcohol testing program;
OR (b) adopt (insert title of the Policy Statement the recipient wishes the contractor to use)
as its policy statement as required under 49 CFR 653 and 654; OR (c) submit for review
and approval before (insert date or upon request) a copy of its Policy Statement developed
to implement its drug and alcohol testing program. In addition, the contractor agrees to: (to
be determined by the recipient, but may address areas such as: the selection of the certified
laboratory, substance abuse professional, or Medical Review Officer, or the use of a
consortium).
RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT
Appendix II to Part 200
Applies to “funding agreement” under 37 CFR Part §401.2(a)
Rights to Inventions Made Under a Contract or Contract. For Contracts entered into by the
Contractor or the City with a small business firm or nonprofit organization regarding the
substitution of parties, assignment or performance of experimental, developmental, or
research work under that “funding agreement,” the parties must comply with the
requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations
and Small Business Firms Under Government Grants, Contracts and Cooperative
Contracts,” and any implementing regulations issued by the awarding agency.
DISADVANTAGED BUSINESS ENTERPRISE (DBE) & PROMPT PAYMENT
(49 CFR Part 26)
Applies to contracts awarded on the basis of a bid or proposal offering to use DBEs.
Disadvantaged Business Enterprises
a. This contract is subject to the requirements of Title 49, Code of Federal Regulations, Part
26, Participation by Disadvantaged Business Enterprises in Department of
Transportation Financial Assistance Programs. The national goal for participation of
Disadvantaged Business Enterprises (DBE) is 10%. The agency’s overall goal for DBE
participation is 3%.
b. The contractor shall not discriminate on the basis of race, color, national origin, or sex in
the performance of this contract. The contractor shall carry out applicable requirements
of 49 CFR Part 26 in the award and administration of this DOT-assisted contract. Failure
by the contractor to carry out these requirements is a material breach of this contract,
which may result in the termination of this contract or such other remedy as the City of
Fort Collins deems appropriate. Each subcontract the contractor signs with a
subcontractor must include the assurance in this paragraph (see 49 CFR 26.13(b)).
c. The successful bidder/offeror will be required to report its DBE participation obtained
through race-neutral means throughout the period of performance.
PROMPT PAYMENT and RETURN OF RETAINAGE
Applies to all contracts except micro-purchases.
The contractor is required to pay its subcontractors performing work related to this contract
for satisfactory performance of that work no later than 30 days after the contractor’s receipt
of payment for that work from the City. In addition, the contractor may not hold retainage from
its subcontractors. The contractor must promptly notify the City whenever a DBE
subcontractor performing work related to this contract is terminated or fails to complete its
work and must make good faith efforts to engage another DBE subcontractor to perform at
least the same amount of work. The contractor may not terminate any DBE subcontractor
and perform that work through its own forces or those of an affiliate without prior written
consent of the City.
6002 OF THE SOLID WASTE DISPOSAL ACT (2 CFR 200.322)
Applies to all contracts except micro-purchases.
Recovered Materials - All parties agree to comply with all applicable requirements of Section
6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and
Recovery Act. The requirements of Section 6002 include procuring only items designated
in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain
the highest percentage of recovered materials practicable, consistent with maintaining a
satisfactory level of competition, where the purchase price of the item exceeds $10,000 or
the value of the quantity acquired during the preceding fiscal year exceeded $10,000;
procuring solid waste management services in a manner that maximizes energy and
resource recovery; and establishing an affirmative procurement program for procurement of
recovered materials identified in the EPA guidelines.
a. In the performance of this contract, the Contractor shall make maximum use of products
containing recovered materials that are EPA-designated items unless the product
cannot be acquired:
• Competitively within a timeframe providing for compliance with the contract
performance schedule;
• Meeting contract performance requirements; or
• At a reasonable price.
b. Information about this requirement, along with the list of EPA-designated items, is
available at EPA’s Comprehensive Procurement Guidelines web site:
https://www.epa.gov/smm/comprehensive-procurement-guideline-cpg-program
ADA ACCESS
Applies to contracts for rolling stock or facilities construction/renovation
1. The City must comply with 49 U.S.C. § 5332, which states the Federal policy that elderly
individuals and individuals with disabilities have the same right as other individuals to
use public transportation services and facilities, and that special efforts shall be made
in planning and designing those services and facilities to implement transportation
accessibility rights for elderly individuals and individuals with disabilities; all applicable
provisions of section 504 of the Rehabilitation Act of 1973, as amended, 29 U.S.C. §
794, which prohibits discrimination on the basis of disability; the Americans with
Disabilities Act of 1990 (ADA), as amended; 42 U.S.C. § 12101 et seq., which requires
that accessible facilities and services be made available to individuals with disabilities;
and the Architectural Barriers Act of 1968, as amended, 42 U.S.C. § 4151 et seq., which
requires that buildings and public accommodations be accessible to individuals with
disabilities.
2. All deliverable items deliverable items provided by the contractor for the City under this
contract shall comply with the above-referenced laws as well as all other applicable
federal, state and local regulations and directives and any subsequent amendments
ASSIGNABILITY
Applies to all contracts except micro-purchases.
Neither the City nor the Contractor shall assign or transfer any of its rights or obligations
hereunder without the prior written consent of the other.
CITY OF FORT COLLINS BID PROTEST PROCEDURES
Applies to all contracts except micro-purchases.
The City of Fort Collins has a protest procedure, covering any phase of solicitation or award,
including but not limited to specification or award. The protest procedures are available
from the Purchasing Department, City of Fort Collins, 215 N. Mason, Street, 2nd Floor, P.
O. Box 580, Fort Collins, CO. 80522. You may also request a copy of the procedures by
emailing: Purchasing@fcgov.com or calling 970-221-6775.
Title VI of the Civil Rights Act of 1964
Applies to all contracts except micro-purchases.
The sub-grantee, contractor, subcontractor, successor, transferee, and assignee shall
comply with Title VI of the Civil Rights Act of 1964, which prohibits recipients of federal
financial assistance from excluding from a program or activity, denying benefits of, or
otherwise discriminating against a person on the basis of race, color, or national origin (42
U.S.C. § 2000d et seq.), as implemented by the Department of the Treasury’s Title VI
regulations, 31 CFR Part 22, which are herein incorporated by reference and made a part
of this contract (or agreement). Title VI also includes protection to persons with “Limited
English Proficiency” in any program or activity receiving federal financial assistance, 42
U.S.C. § 2000d et seq., as implemented by the Department of the Treasury’s Title VI
regulations, 31 CFR Part 22, and herein incorporated by reference and made a part of this
contract or agreement.
Increasing Seat Belt Use in the United States
Applies to all contracts except micro-purchases.
Pursuant to Executive Order 13043, 62 FR 19217 (Apr. 18, 1997), the City encourages its
contractors to adopt and enforce on-the-job seat belt policies and programs for their
employees when operating company-owned, rented, or personally owned vehicles.
Reducing Text Messaging While Driving
Applies to all contracts except micro-purchases.
Pursuant to Executive Order 13513, 74 FR 51225 (Oct. 6, 2009), the City encourages its
employees, subrecipients, and contractors to adopt and enforce policies that ban text
messaging while driving, and the City has established workplace safety policies to decrease
accidents caused by distracted drivers.
SECTION 00900
CHANGE ORDERS AND PAYMENT
00950 Change Order
00955 Work Change Directive
00960 Application for Payment
SECTION 00950
CHANGE ORDER
NO.
PROJECT TITLE: 10231 215 N Mason LED Lighting Retrofit
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:
Name, Project Manager
REVIEWED: Date:
Name, Buyer II or 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: 10231 215 N Mason LED Lighting Retrofit
CONTRACTOR: Name
ENGINEER: Mark McLean
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
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 received,
In accordance with the CONTRACT Documents, based on site observations and the data comprising the above 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.
Work
Completed
Work
Completed
Work
Completed Stored
This Month To Date Materials Total
Period Billed
Page M of 1
Revisions
#
D
a
t
e
Sc
a
l
e
:
Ch
e
c
k
e
d
B
y
:
Da
t
e
:
1
/
3
/
2
0
1
9
Fo
r
t
C
o
l
l
i
n
s
B
l
d
g
2
1
5
3
r
d
F
l
o
o
r
Dr
a
w
n
B
y
:
B
.
S
o
b
o
t
a
LO
P
3
0
a
n
d
L
O
P
6
0
V
i
e
w
Luminaire Schedule
Symbol Qty Label Arrangement Total Lamp Lumens LLF Description
45 LOPx4A030T35VxD7xxxxxx SINGLE N.A.1.000 LOPx4A030T35VxD7xxxxxx
107 LOPx8A060T35VxD7xxxxxx SINGLE N.A.1.000 LOPx8A060T35VxD7xxxxxx
19.1 25.0 27.7 28.0 28.2 27.3 26.9 26.4 26.8 25.9 25.4 23.7 21.9 18.0
26.0 38.1 42.9 41.8 43.5 40.6 41.0 38.6 42.0 38.4 40.3 35.3 35.3 25.7 20.5 20.5 24.2 29.0 29.0 31.3 29.8 30.7 29.3 29.6 28.2 28.4 27.0 26.0 22.8
28.4 29.5 30.8 31.2 33.1 36.8 50.7 56.0 55.2 58.6 55.3 57.1 52.1 58.6 52.6 57.7 49.6 52.7 35.1 26.8 21.3 21.5 23.8 27.3 33.3 37.7 48.6 44.1 51.1 45.0 50.3 44.9 48.8 43.4 47.0 42.6 44.1 37.7
46.4 45.0 48.4 47.3 50.0 50.6 56.2 59.4 58.6 62.4 59.6 61.6 56.3 63.3 57.3 63.0 54.8 59.3 44.6 42.1 28.6 24.4 22.8 22.1 22.0 22.1 24.6 30.2 39.1 41.6 53.1 50.8 61.6 54.5 63.0 55.1 62.5 55.8 61.8 54.5 60.1 54.4 57.5 48.6 38.6 36.0 40.6 38.5
51.3 50.0 54.4 52.7 54.6 52.7 53.4 54.5 53.9 57.5 55.5 57.4 52.5 59.0 53.5 59.2 51.9 57.2 46.5 48.9 34.0 36.1 33.7 32.2 27.1 13 .0 7.6 6.5 8.0 12.9 18.1 25.2 34.4 33.4 38.8 40.7 52.5 50.2 61.2 55.5 64.5 56.2 64.3 56.2 63.8 57.1 63.5 56.3 62.4 56.8 60.7 53.9 52.1 48.3 48.9 43.3
40.5 41.3 44.2 43.2 42.7 39.9 38.6 38.5 39.0 41.2 41.1 42.4 39.1 43.0 40.0 43.7 39.3 43.2 36.8 39.5 29.4 33.0 31.6 31.5 26.5 12 .5 7.6 6.6 8.7 16.9 24.1 27.5 37.0 35.6 41.7 40.2 49.4 47.3 56.4 51.1 57.9 49.7 55.2 47.9 54.5 48.8 54.8 48.6 54.3 49.6 53.9 49.5 51.9 48.7 49.0 42.6
35.3 37.7 38.3 38.7 34.1 28.1 25.0 23.8 23.6 23.9 24.2 24.3 23.6 24.0 23.6 24.0 23.2 23.5 22.1 22.0 18.8 18.8 18.2 17.7 15.0 9.4 6.7 6.2 7.5 12.0 15.8 17.8 21.7 23.2 26.9 30.7 38.1 39.4 44.5 4 2.7 44.7 38.4 35.7 31.8 33.4 31.6 33.9 31.9 34.3 32.8 35.0 33.8 35.7 35.1 35.8 32.2
32.6 47.1 45.8 52.3 48.9 52.0 39.6 25.5 20.1 17.9 17.0 16.5 16.3 16.1 15.8 15.6 15.4 15.1 14.7 14.3 13.7 13.0 12.0 11.4 10.8 10 .0 8.6 6.9 5.7 5.4 6.0 7.4 8.9 10.4 12.1 14.2 18.1 27.5 42.5 41.4 48.6 44.8 47.5 36.1 24.3 20.1 19.0 18.5 18.6 18.5 18.9 19.1 19.7 20.3 21.7 23.6 26.2 26.1
40.1 60.8 56.8 66.1 59.6 62.6 45.1 26.2 19.1 16.2 14.9 14.1 13.7 13.3 13.0 12.7 12.4 12.0 11.5 11.0 10.4 9.8 9.2 8.5 7.9 7.3 6.5 5.7 5.1 4.8 4.9 5.5 6.2 7.1 8.3 10.3 14.6 26.8 47.1 43.6 52.2 46.1 49.8 35.0 19.6 14.6 13.0 12.4 12.3 12.3 12.5 12.9 13.6 14.7 17 .0 22.5 34.0 38.6 33.8 29.6
44.6 65.7 61.5 71.4 63.8 66.6 47.1 27.4 19.8 16.6 15.0 14.2 13.6 13.2 12.8 12.4 11.9 11.4 10.8 10.2 9.5 8.9 8.2 7.6 7.1 6.4 5.8 5 .2 4.7 4.4 4.4 4.5 4.9 5.5 6.5 8.1 11.5 20.8 35.7 33.6 39.2 34.8 3 6.5 26.1 15.3 11.4 10.1 9.6 9.4 9.5 9.8 10.2 11.1 12.7 16.2 26.2 53.5 65.0 52.0 48.2
46.4 67.6 63.3 73.3 65.6 68.4 48.9 29.6 22.0 18.9 17.3 16.4 15.8 15.2 14.8 14.3 13.7 12.9 12.0 10.9 9.9 9.2 8.5 7.9 7.2 6.6 5.9 5 .2 4.7 4.3 4.0 4.0 4.2 4.6 5.2 6.3 8.4 12.6 17.6 18.6 19.9 19.1 18 .4 15.0 11.2 9.2 8.4 8.0 8.0 8.1 8.4 9.0 10.1 12.0 16.3 27.9 57.5 70.2 60.6 57.1
47.2 68.2 64.0 74.0 66.5 69.9 51.8 34.6 27.7 25.1 23.5 22.7 21.9 21.3 20.6 19.9 19.0 17.9 16.2 13.6 11.7 10.6 9.9 9.2 8.5 7.7 6.7 5.8 5.0 4.3 3.9 3.7 3.7 3.9 4.3 5.0 6.1 7.7 9.3 10.3 10.8 10.8 10 .5 9.6 8.5 7.8 7.4 7.3 7.4 7.6 8.0 8.6 9.8 11.9 16.3 27.4 52.9 64.3 61.9 60.2
47.6 68.4 64.3 74.5 67.4 72.0 57.5 48.3 40.7 40.5 37.8 38.2 36.4 36.1 34.7 34.0 32.4 30.6 27.5 19.3 15.2 13.8 13.0 12.3 11.5 10 .4 8.8 7.1 5.6 4.6 4.0 3.6 3.4 3.5 3.7 4.1 4.7 5.4 6.1 6.7 7.2 7.4 7 .5 7.4 7.3 7.2 7.2 7.3 7.5 7.8 8.2 8.9 10.1 12.2 16.5 27.2 51.3 62 .4 61.7 60.9
48.0 68.4 64.5 74.8 68.1 74.1 64.4 65.9 56.7 60.5 55.7 58.2 54.5 55.9 53.4 53.7 51.1 48.8 44.6 27.4 21.2 20.4 20.3 19.3 18.9 17 .3 13.9 9.6 6.8 5.1 4.1 3.5 3.2 3.1 3.2 3.4 3.7 4.2 4.6 5.1 5.5 5.9 6.3 6.7 7.1 7.5 7.9 8.1 8.4 8.8 9.3 10.0 11.1 13.0 17.1 27.1 50.5 61.1 60.5 59.7
48.0 68.4 64.4 74.9 68.5 75.9 69.1 75.5 67.3 72.2 66.5 68.4 64.2 65.9 63.4 64.1 61.4 59.2 55.4 37.2 31.7 34.8 37.1 34.1 36.8 34 .5 26.0 13.9 8.3 5.7 4.3 3.5 3.1 2.9 2.8 2.9 3.1 3.4 3.8 4.2 4.7 5.3 6.1 7.1 8.3 9.3 10.0 10.4 10.8 11.4 12.1 12.7 13.4 14.9 18.3 27 .1 48.3 57.2 55.9 55.1
47.5 67.8 63.7 74.3 68.2 76.8 73.3 86.3 78.3 83.8 75.4 73.1 67.6 69.0 66.7 67.4 65.2 63.4 62.1 51.5 49.6 51.7 55.5 50.8 58.3 54 .2 39.7 18.3 9.8 6.3 4.5 3.5 3.0 2.7 2.6 2.6 2.8 3.0 3.3 3.7 4.3 5.2 6.6 8.9 12.1 14.7 15.7 15.9 16.7 17.8 19.6 19.7 19.1 19.5 21.8 27.8 41.8 47.5 44.8 42.9
46.1 66.1 61.7 72.3 66.2 75.8 76.0 99.7 89.8 98.4 84.6 74.5 67.5 68.5 66.3 67.1 65.4 64.1 65.4 61.5 62.1 59.8 62.7 58.0 66.7 62 .0 45.0 20.5 10.6 6.5 4.6 3.5 2.9 2.5 2.4 2.4 2.5 2.7 3.0 3.5 4.2 5 .3 7.6 12.5 22.6 28.9 30.7 28.3 31.1 32.5 41.0 38.2 33.2 30.6 32 .1 34.4 39.3 41.3 39.5 36.1
42.2 60.5 55.8 65.6 59.3 67.9 69.3 94.4 85.3 94.9 80.3 68.3 61.4 62.3 60.7 61.5 60.4 59.7 62.5 61.2 62.5 58.9 60.7 56.1 64.7 60 .2 44.2 20.3 10.4 6.4 4.5 3.5 2.9 2.4 2.2 2.2 2.3 2.5 2.8 3.3 4.1 5 .5 8.5 16.4 36.3 47.5 50.9 43.3 50.7 51.1 72.8 64.0 53.8 46.7 48 .8 48.2 50.4 51.1 49.6 45.1
33.6 46.0 43.7 49.2 45.2 48.7 50.2 62.8 59.6 64.6 57.0 50.1 46.2 47.0 46.3 47.2 46.8 46.8 49.8 53.3 54.9 48.4 48.0 45.5 51.1 47 .4 38.2 2.0 2.0 2.1 2.2 2.5 2.8 3.3 4.1 5.6 8.7 16.9 37.5 49.4 53.2 45.5 5 3.5 54.0 77.2 68.3 58.4 50.9 53.3 52.0 53.7 54.2 53.1 48.5
1.9 2.0 2.1 2.3 2.5 2.8 3.3 4.1 5.4 8.1 14.2 26.5 34.6 37.4 34.8 3 8.6 39.6 50.2 47.1 43.6 40.2 41.7 41.5 42.4 43.4 42.7 38.5
8
CCX1
8
CCX1
4
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX18
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1
4
CCX1
4
CCX1
4
CCX1
4
CCX1
4
CCX1
4
CCX1
4
CCX1
4
CCX1
4
CCX1
4
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX18
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1 8
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1 8
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1
8
CCX1
CCX1
Lutron Designer 25.2.0.112
System Layout
General Notes
This layout is for system schematic purposes only.
Contractor shall locate, install, and wire
equipment according to Lutron installation and
specification documents.
If the Lutron Sensor Layout and tuning service
has been purchased, then daylight and
occupancy sensors are placed by Lutron.
Verify shade design with Lutron.
See Cover Sheet and One-Lines for additional
information.
Final location with adequate LTE coverage to be
determined by electrical contractor
Lutron Electronics Co., Inc.
7200 Suter Road
Coopersburg, PA 18036, USA
+1.610.282.3800 | Fax: +1.610.282.1146
!NOT FOR CONSTRUCTION
Floor 2/215 N Mason 3rd Floor (2) 1-4-19
Project Name:
215 N Mason
Location:
Fort Collins, Colorado
Project Number:
2230402.1.0
Created by:
Matthew Murphy
File Name:
215 N Mason-REV 1.lutd
Document Revision:
Date:April 07, 2025
Sheet:2 of 2
Legend
CCX1
Floor 2\215 N Mason 3rd Floor (2)
1-4-19\Uncategorized Devices
\Processor 001
A-RF2 (1)
QP5-2L-POE (1)
PJ2-3BRL-GWH-L01 (CW-1-WH)(1)
LUT-LTE-1 (1)
U.S. Department of Energy (DOE)
Special Terms and Conditions
Energy Efficiency and Conservation Block Grant
The Contractor agrees to comply with the U.S. Department of Energy’s Special Terms and
Conditions, as applicable and to require strict compliance by all subcontractors to the
requirements stated herein. In the event of conflicting terms, the order of precedence shall be;
1)Exhibit B; 2) Exhibit A; and 3) the Agreement.
Compliance with Federal, State, and Municipal Law
Inconsistency with Federal Law
ARTICLE 2 –
City’s Project Manager
ARTICLE 3 –
Indemnity
ARTICLE 5 – The CONTRACTOR shall indemnify DOE and its officers, agents, or employees for any
and all liability, including litigation expenses and attorneys' fees, arising from suits, actions, or
claims of any character for death, bodily injury, or loss of or damage to property or to the
environment, resulting from the project, except to the extent that such liability results from the
direct fault or negligence of DOE officers, agents or employees, or to the extent such liability may
be covered by applicable allowable costs provisions.
Foreign National Participation
ARTICLE 7 –
’s
Attachment B
associated with the Agreement. The City’s Purchasing Agent will notify the
CONTRACTOR if this information is required.
ARTICLE 8 –
ARTICLE 9 – The City may, based on direction from the DOE elect to deny a foreign
national’s participation in the Agreement.
A.
5.Environmental, Safety and Health Performance of Work at City Facilities
With respect to the performance of any portion of the Work under this Agreement
which is performed at a City-owned or controlled site, the CONTRACTOR agrees to
comply with all Local, State and Federal Environmental, Safety and Health (ES&H)
regulations and with all other ES&H requirements of the operator of such site.
Prior to the performance on any Work at a City-owned or controlled site, the
CONTRACTOR shall contact the City’s Project Manager for information on City and
site-specific ES&H requirements.
The CONTRACTOR is required apply this provision to its subcontractors.
6.Nondisclosure and Confidentiality Agreements Assurances
A.By entering into this Agreement, the CONTRACTOR attests that it does not and
will not require its employees or subcontractors to sign internal nondisclosure or
confidentiality agreements or statements prohibiting or otherwise restricting its
employees or contactors from lawfully reporting waste, fraud, or abuse to a
designated investigative or law enforcement representative of a Federal
department or agency authorized to receive such information.
B.The CONTRACTOR further attests that it does not and will not use any
Federal funds to implement or enforce any nondisclosure and/or confidentiality
policy, form, or agreement it uses unless it contains the following provisions:
i.‘‘These provisions are consistent with and do not supersede, conflict with, or
otherwise alter the employee obligations, rights, or liabilities created by
existing statute or Executive order relating to (1) classified information, (2)
communications to Congress, (3) the reporting to an Inspector General of a
violation of any law, rule, or regulation, or mismanagement, a gross waste of
funds, an abuse of authority, or a substantial and specific danger to public
health or safety, or (4) any other whistleblower protection. The definitions,
requirements, obligations, rights, sanctions, and liabilities created by
controlling Executive orders and statutory provisions are incorporated into this
agreement and are controlling.’’
Attachment B
ii. The limitation above shall not contravene requirements applicable to
Standard Form 312, Form 4414, or any other form issued by a Federal
department or agency governing the nondisclosure of classified information.
iii. Notwithstanding provision listed in paragraph (a), a nondisclosure or
confidentiality policy form or agreement that is to be executed by a person
connected with the conduct of an intelligence or intelligence-related activity,
other than an employee or officer of the United States Government, may
contain provisions appropriate to the particular activity for which such
document is to be used. Such form or agreement shall, at a minimum, require
that the person will not disclose any classified information received in the
course of such activity unless specifically authorized to do so by the United
States Government. Such nondisclosure or confidentiality forms shall also
make it clear that they do not bar disclosures to Congress, or to an authorized
official of an executive agency or the Department of Justice, that are essential
to reporting a substantial violation of law.
7. Export Control
The United States government regulates the transfer of information, commodities,
technology, and software considered to be strategically important to the U.S. to
protect national security, foreign policy, and economic interests without imposing
undue regulatory burdens on legitimate international trade. There is a network of
Federal agencies and regulations that govern exports that are collectively referred
to as “Export Controls.” The CONTRACTOR is responsible for ensuring compliance
with all applicable United States Export Control laws and regulations relating to any
work performed under a resulting award.
The CONTRACTOR must immediately report to the City any export control violations related
to the project funded under this award and provide the corrective action(s) to prevent future
violations.
8. Fraud, Waste and Abuse
The mission of the DOE Office of Inspector General (OIG) is to strengthen the
integrity, economy and efficiency of DOE’s programs and operations including
deterring and detecting fraud, waste, abuse and mismanagement. The OIG
accomplishes this mission primarily through investigations, audits, and inspections
of Department of Energy activities to include grants, cooperative agreements, loans,
and contracts. The OIG maintains a Hotline for reporting allegations of fraud,
waste, abuse, or mismanagement. To report such allegations, please visit
https://www.energy.gov/ig/ig-hotline.
Attachment B
9.Affirmative Action and Pay Transparency Requirements
All federally assisted construction contracts exceeding $10,000 annually will be
subject to the requirements of Executive Order 11246:
(1)CONTRACTORs and subcontractors are prohibited from
discriminating in employment decisions on the basis of race,
color, religion, sex, sexual orientation, gender identity or national
origin.
(2)CONTRACTORs and subcontractors are required to take
affirmative action to ensure that equal opportunity is provided in all
aspects of their employment. This includes flowing down the
appropriate language to all subrecipients, contractors and
subcontractors.
(3)CONTRACTORs and subcontractors are prohibited from taking
adverse employment actions against applicants and employees for
asking about, discussing, or sharing information about their pay or,
under certain circumstances, the pay of their co-workers.
The Department of Labor’s (DOL) Office of Federal Contractor Compliance
Programs (OFCCP) uses a neutral process to schedule contractors for compliance
evaluations. OFCCP’s Technical Assistance Guide should be consulted to gain an
understanding of the requirements and possible actions the recipients,
subrecipients, contractors and subcontractors must take.
10.Transparency of Foreign Connections
During the term of the Agreement, the CONTRACTOR must notify the City’s
Purchasing Agent within fifteen (15) business days of learning of the following
circumstances in relation to the CONTRACTOR or subcontractors:
1.The existence of any joint venture or subsidiary that is based in, funded by,
or has a foreign affiliation with any foreign country of risk;
2.Any current or pending contractual or financial obligation or other
agreement specific to a business arrangement, or joint venture-like
arrangement with an enterprise owned by a country of risk or foreign
entity based in a country of risk;
3.Any current or pending change in ownership structure of the
CONTRACTOR or subcontractors that increases foreign
ownership related to a country of risk;
4.Any current or pending venture capital or institutional investment by an
entity that has a general partner or individual holding a leadership role in
such entity who has a foreign affiliation with any foreign country of risk;
5.Any current or pending technology licensing or intellectual property
Attachment B
sales to a foreign country of risk; and
6.Any current or pending foreign business entity, offshore entity, or entity
outside the United States related to the CONTRACTOR or subcontractor.
Attachment B
Project Type: New/Alteration Demolition Re-roof
Instructions: Submit this form at the beginning and end of each project (re-roof projects only require final submittal).
At initial submittal, do not include weights, hauler signatures or documentation. All changes to this plan are subject to prior
approval. At project completion resubmit this plan with all fields completed and include the required documentation.
Documentation: Provide documentation from the hauling company and include the project address and services
provided. If you hauled the materials yourself, attach tickets from all disposal and recycling facilities.
Electronic submittal: environmentalcompliance@fcgov.com Questions: Linda Hardin 970-416-2701
Material
Company hauling the
material
(Write “self” if self-hauled)
Facility receiving the
material
Total weight of material
(Indicate units. Volume
okay)
Asphalt, Concrete, Masonry
Wood
Metal
(Please describe)
(Please describe)
(Do not include as trash.
Indicate material)
Trash, Asphalt Shingles
I understand that my failure to follow this plan or resubmit this plan could include penalties of over $2,500 per
day of the violation and up to six months in jail. I certify that the above materials include all trash and recycling from
my construction site and were handled in the manner described.
_____________________________________________
Contractor/Owner - Print Name & Signature
_____________________________________________
Hauler(s) - Print Name & Signature
(Indicate company. If multiple include signature from each)
Rev 1-15-2019
CONSTRUCTION WASTE MANAGEMENT PLAN and DOCUMENTATION
Address: _________________________________________ Permit #(s)
Contact Person: ____________________________ Phone Number: _________________________________
Attachment C
CONSTRUCTION & DEMOLITION DEBRIS RECYCLING RESOURCES
The City of Fort Collins requires that wood, metal, cardboard, and aggregates (including concrete and masonry) be
recycled at all new residential construction and all new commercial construction or residential or commercial additions and
remodels over 2,500 square-feet. The City also requires that wood and metal be recycled from all demolition projects and
where possible wood and salvageable architectural items such as doors, windows, cabinets or fixtures shall also be
recycled. Project managers can either hire one full-service hauler to collect all trash and recyclables or may choose to
haul materials themselves to a recycling specialist company. Resources for either option are listed below.
Note: City staff is able to assist if you have questions about implementing a construction site recycling program,
please call Linda Hardin at (970) 416-2701 or lhardin@fcgov.com.
Full-Service Construction Waste Recycling Companies
Fuzion Field Services: 2435 2nd Ave. Greeley, 970-815-1974, fuzionfs.com. Collects trash and recyclables, including
wood, metals, cardboard, and aggregates.
Republic Waste Services: P.O. Box 1986 Fort Collins, 970-484-5556, republicservices.com. Collects trash and
recyclables, including wood, metals, cardboard, aggregates, yard waste, and more. Will help design comprehensive
construction waste recycling program and haul all recyclables. Programs geared towards diverting maximum volume of
construction waste.
Home Builder Services: 3031 Hwy. 119, Longmont, 303-651-5715, cfshbs.com/dumpster. Collects trash and
recyclables, including wood, metals, cardboard, and aggregates.
S&B Waste Services: 6766 E County Road 18 Johnstown, 970-356-7070, sbprestrooms.com. Collects trash and
recyclables, including wood, metals, cardboard, and aggregates.
Waste-Not Recycling: 1065 Poplar St., Loveland, 970-669-9912, waste-not.com. Collects trash and recyclables,
including wood, metals, cardboard, aggregates, and more. Will help design comprehensive construction waste
recycling program and haul all recyclables. Programs geared towards diverting maximum volume of construction waste.
Waste Management of Northern Colorado: 40950 Weld County Rd. 25, Ault, 970-674-2500, wm.com. Collects trash
and recyclables, including wood, metals, cardboard, and aggregates.
Wood
Note: NO trash, painted or treated wood. Wood waste includes; dimensional lumber, pallets, crates, shake shingles,
and the like. Plywood and other composite woods may be accepted at certain recyclers, call for details.
A1 Organics: 16350 WCR 76, Eaton, 970-454-3492, a1organics.com. Receives dropped-off materials only. Accepts
wood waste and yard waste. Fee charged per cubic yard of material.
Ewings Outdoor Supply: 3501 E Prospect Rd., Fort Collins, 970-221-7173, yard314@ewingos.com. Receives
dropped-off materials only. Accepts wood waste and yard waste, NO trash. Fee charged per cubic yard of material.
Larimer County Landfill: 5887 S. Taft Hill Rd., Fort Collins, 970-498-5760, larimer.org/solidwaste/greenwaste.
Receives dropped-off materials only. Accepts wood waste and yard waste, loads must be separated by load type, NO
trash. Fee charged per cubic yard of material.
Attachment D
Aggregates (concrete, masonry, asphalt)
Barker Construction: 142 N Timberline Rd, Fort Collins, 970-482-9526 Receives dropped-off materials only. Accepts;
concrete (rebar and wire mesh acceptable, but fees apply), masonry, and asphalt. Porcelain is NOT accepted.
Bivens, 862 W. Willox Ln, Fort Collins, 970-482-0358 Receives dropped-off materials only. Accepts; concrete (rebar
and wire mesh acceptable), masonry, and asphalt. Fees depend on quantity and quality of load. Porcelain is NOT
accepted.
City of Fort Collins Crushing Operations: 1380 Hoffman Mill Rd., Fort Collins, 970-482-1249, fcgov.com/streets/
crushing. Receives dropped-off materials only. Accepts; asphalt (clean, broken or milled), clean concrete (rebar and
wire mesh are NOT accepted), masonry, porcelain, pit run (clean dirt and rock mix), and rocks at no charge.
Connell Resources: 5150 SE Frontage Rd., Fort Collins, 970-223-3151, connellresources.com. Receives dropped-off
materials only, check in at the scale office or CB channel 40. Accepts; clean concrete (wire mesh and concrete pipes
are NOT accepted, rebar is acceptable), and clean asphalt at no charge.
Metals
Note: scrap metals include a wide variety of materials, including appliances, pipes, iron, and structural steel. Metals
accepted usually include lead, copper, brass, stainless steel, scrap steel, structural steel, steel pipes, and cast iron.
Colorado Iron & Metal: 903 E. Buckingham St., Fort Collins, 970-482-7707, coloradoironmetal.com. Receives dropped
off materials and may collect materials as well. May pay for some metals.
RMB Recycling Center: 1475 N. College Ave., Fort Collins, 970-484-5384, rmbrecycling.com. Receives dropped-off
materials and may collect materials as well. Accepts scrap metal, batteries, and wood pallets. May pay for some metals.
Cardboard
City of Fort Collins Timberline Recycling Center: 1903 S Timberline Rd., Fort Collins, 970-221-6600, fcgov.com/
TRC Receives dropped-off materials only. Accepts flattened cardboard at no charge. Open seven days a week during
daylight hours.
Green Girl: P.O. Box 324, Jamestown, 303-442-7535. Collects cardboard for recycling.
Larimer County Landfill: 5887 S. Taft Hill Rd., Fort Collins, 970-498-5760, larimer.org/solidwaste. Receives dropped
off materials only. The recycling facility pays for large, clean loads of cardboard, and also offers drop-off recycling for
smaller amounts of flattened cardboard at no charge.
Salvageable Architectural Materials
National Center for Craftsmanship, 1420 Blue Spruce, Unit G, Fort Collins, 970-215-4587, nccraftsmanship.org.
Non-profit providing complete or partial deconstruction of buildings for recycling, reuse, diversion up to 90% by weight.
Program provides tax incentives / credits and LEED points for qualified owners & projects.
ReStore - Habitat for Humanity: 4001 S. Taft Hill Rd., Fort Collins, 970-223-9909, habitatstore.org. Receives dropped-
off materials and may collect materials as well if scheduled in advance. Accepts donations of new and used building
materials; lighting fixtures, large appliances less than 10 years old, etc. Please call before making your donation. All
proceeds go to building Habitat homes.
Uncle Benny’s Building Supplies: 1815 S. County Rd. 13C, Loveland, 970-593-1667. Receives dropped-off materials
only. Accepts stackable lumber, windows, doors, plumbing fixtures, countertops, cabinets etc. May pay for some
materials.
rev.06.19.2024
!"#"$
%
&&
' &