HomeMy WebLinkAboutCHANGE ORDER - REQUISITION - 29832PRAsl@fidedti}Separtmen£006 Street Maintenance Program
PROJECT NUMBER: 320200 (Concrete Project - Bid #5847)
CONTRACTOR: Vogel Concrete (PO #6601601)
CHANGE ORDER NUMBER: 12
n preparing change orders show In order as separate numbered paragraphs the following:
t. Reason for change. 2. Description of change.
3. Change in contract cost. 4. Change in contract time.
1.&2. See attached invoice for details
3. The contract cost will increase by $44,365.94
4. Ten (10) days will be added to the contract time.
ORIGINAL CONTRACT COST
$1,491,976.37
TOTAL APPROVED CHANGE ORDERS
$70,143.08
TOTAL PENDING CHANGE ORDERS
$0.00
TOTAL THIS CHANGE ORDER
$44,365.94
TOTAL % OF THIS CHANGE ORDER
2.97%
TOTAL C.O. % OF ORIGINAL CONTRACT
7.67%
ADJUSTED CONTRACT COST
$1,606,486.39
ACCEPTED BY: DATE:
rector's Replresentative)
I r
APPROVED
DATE: 1 4 ?W—
(Project Engineer "
2APPROVED BY: DATE:
(Proje anag r - En neering)
44 - & - zo v7
APPROVED BY: S� r.r\&pg C9� , e DATE:
bA--(Project Manager
�-//Pedestrian Planning)
APPROVED BY: _ (/I/6G0� Z//2G� DATE: 7
(Department Head) (—
APPROVED BY: � vgXZA
DATE: 1
(Pu chasing Agent over $30,000)
cc: Purchasing $44,365.94 Pedstrian Planning
Accounting $0.00 Engineering
Contractor
Project File - -
Engineering Department • 281 North College Avenue • P.O. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6605
As Constructed
No Revisions:
Revised:
Void:
S UMMARY OF APPROXIMATE QUANTTIMS
Contract
Contract Item
Unit
Contract
By Others
Pro'ectTotals
Plan
As Constructed
Plan
As Constructed
Plan
As Constructed
Item No.
608.04
Cros span - Remove and Replace
S.F.
0
0
Dnveover Curb, Gutter & 4" Sidewalk-
608,05
Remove and Replace
LF.
0
0
DriveoverCurb, Gutter and 6"Sidewalk -
60806
L.F.
0
0
Remove and Replace
Driveover Curb and Gutter -No Sidewalk-
60807
Remove and Replace
L.F.
0
0
Driveover Curb, Gutter & Drive Approach-
60808
Remove and Replace
LF.
0
0
Vertical Curb, Gunter & 4" Sidewalk - Remove
608,09
and Replace
L.F.
0
0
Vertical Curb, Gutter & 6' Sidewalk - Remove
608.10
and Replace
L.F.
126
0
Vertical Curb and Gutter -No Sidewalk-
608.11
Remove and Replace
L.F.
0
0
Vertical Curb, Gutter and Drive Approach -
608 12
Remove and Replace
L.F.
0
0
Vertical Curb, Gutter and Drive Approach -
608.13
No Sidewalk- Remove and Replace
L.F.
0
0
VerticalOutfallCurbandGutter- Remove
60814
and Replace
L.F.
0
0
608.15
Banner Curb 12"
L.F.
0
0
Hollywood Curb, (rlrtter&4"Sidewalk -
60816
Remove and Replace
L.F.
0
0
Hollywood Curb, Gutter & 6' Sidewalk-
608.17
Remove and Replace
LF.
0
0
Hollywood Curb and Gutter -No Sidewalk-
608.18
Remove and Replace
L.F.
0
0
Hollywood Curb, Gutter & Drive Approach -
608.19
Remove and Replace
L.F.
0
0
HighbackCurb&Gutter - No Sidewalk-
60620
Remove and Replace
L.F.
0
0
Highback Curb, Gutter and Drive Approach -
608.21
Remove and Replace
L.F.
0
0
PedestrianAccess Ramp, DriveoverCurb
60822
Remove and Replace
L.F.
0
0
Pedestrian Access Ramp, Vertical Curb -
608.23
Remove and Replace
LF.
48
0
Pedestrian Access Ramp, Hollywood Curb -
60824
Remove and Replace
LF.
0
0
Pedestrian Access Ramp,HighbackCurb-
60825
Remove and Replace
S.F.
0
0
608.26
Truncated Dome Panel
S.F.
42
0
608.27
4" Flatwork - Remove & Replace
S.F.
0
0
Colored Concrete (4") San Diege Buff-
608.28
UpCharge
S.F.
0
0
SUMMARY OF APPROXIMATE QUANTITIES Creatir—
Designer. ERK 07 Regan: 4 Los'
Retailer. ERK Unit Leader. N? Full
pro,
"0n Project N
initioi-a: ERK r
SRTS M455-076
SAFE ROUTE 15959
011AtmnlES.DWr
Units: ENGLISH Sheet: 6
As Constructed
No Revisions:
Revised:
Void:
SUMMARY OF APPROXIM
SUMMARY OF APPROXIMATE QUANTITIES
Computer File Information
Pro ect No. Code
Creation Date: 12/04/06 Initials: ERK
Designer. ERK
07
Region: 4
Laid Modification Date: 02 28 07 Initials: ERK
SRTS M455-076
Detoiler. ERK
Unit Leader. wr
Full Path: H:\PED PLANNING\MULBERRY SAFE ROUTE
15959
Drawi File Name: SUMMARY OF APPROXIMATE QUAWMES.DWG
Acad Ver. 2005 Scale: NA Units: ENGLISH
Sheet: 7
ATE QUANTITIES
Contract
Item No,
Contract Item
unit
Contract
B
Others
Project
Totals
Plan
As Constructed
Plan
As Constructed
Piso
As Constructed
608.29
6"Flaiwork- Remove &Replace
S.F.
2100
0
608.30
Replace Flatwork- 1" Additional Depth
S.F.
0
0
608.31
4' Valley Pan - 6" Depth
S.F.
0
0
608.32
8" Alley Pavement -Remove &Replace
S.F.
0
0
608.33
ilrghback Alley Approach 8"-Remmve &
Replace
L.F.
0
0
608.34
Egransion & Caulking
L.F.
42
0
608.35
4" Splashblock
S.F.
0
0
608.36
}dosed Aggregate
S.F.
0
0
614.01
"No Parking" Sign With Stand
Per Day Per Each
100
0
614.02
Vertical Panel Without Light
Per Day Per Each
0
0
614.03
Channeliang Barrels
Per Day Per Each
0
0
614.04
Type lBarricade Without Light
Per Day Per Each
1W
0
614.05
Type flBarticade Without Light
Per Day Per Each
0
0
614.06
Type Ill Barricade Without Light
Per Day Per Each
0
0
614.07
Sim A Sign With Stand
Per Day Per Each
20
0
614.08
Sire B Sign With Stand
PerDay Per Each
0
0
614.09
Sire A Specialty Sign -Cost of
Manufacturing
Fach
0
0
614.10
Sire B Specialty Sign - Cost of
Manufacturing
Each
0
0
614.11
Cone With Reflective Strip
Per Day Per Each
150
0
614.12
Safety Fence
Per Day Per Roll
5
0
614.13
Light -Steady Bum
Per Day Per Each
0
0
614.14
Light - Flashing
Per Day Per Each
0
0
6I4I5
Advance Warning Flashing - or Sequencing
Artow Panel
Per Day Per Each
0
0
614.16
Traffic Control Supervisor
Per Day
5
0
614.17
Traffic Control Supervis or
Per Hour
0
0
614.18
Flagging
per Hour
30
0
623A1
Irrigation Sleeving 3" PVC
LF
0
0
F/A
MCR
F/A
As Constructed
No Revisions:
Revised:
Void:
Item No.
Description
Unit
Contract
Quantity
Unit Cost
Total
201.01
Grinding
HR
2
$
135.00
$
270.00
210.03
Reset Light Pole (City Forces)
LS
1
$ 3,375.00
$
3,375.00
210.09
Reset Traffic Signal (City Forces)
EA
1
$ 1,687.50
$
1,687.50
212.01
Sod
SF
1180
$
2.71
$
3,197.80
212.02
Landscape Labor
HR
4
$
52.97
$
211.88
304.01
Aggregate Base Course
Ton
30
$
30.29
$
908.70
403.30
Asphalt Patching (City Forces)
Ton
10
$
136.13
$
1,361.30
403.50
Temporary Patching
Ton
1.60
$
178.16
$
285.06
608.03
Apron - Remove and Replace
S.F.
240
$
7.90
$
1,896.00
608.10
Vertical Curb, Gutter & 6" Sidewalk - Remove
and Replace
LF.
126
$
49.12
$
6,189.12
60823
Pedestrian Access Ramp, Vertical Curb-
Remove and Replace
LF.
48
$
48.57
$
2,331.36
608.26
Truncated Dome Panel
S.F.
42
$
44.90
$
1,885.80
609.29
6" Flatwork- Remove & Replace
S.F.
2100
$
6.74
$
14,154.00
608.34
Expansion & Caulking
L.F.
42
$
4.76
$
199.92
614.01
"No Parking" Sign With Stand
Per Day Per Each
100
$
2.12
$
212.00
614.04
Type I Barricade Without Light
Per Day Per Each
100
$
0.72
$
72.00
614.07
Size A Sign With Stand
Per Day. Per Each
20
$
1.53
$
30.60
614.11
Cone With Reflective Strip
Per Day Per Each
150
$
0.72
$
108.00
614.12
Safety Fence
Per Day Per Roll
5
$
5.16
$
25,80
614.16
Traffic Control Supervisor
Per Day
5
$
384.80
$
1,924.00
614.18
Flagging
Per Hour
30
$
22.17
$
665.10
F/A
1MCR
F/A
1
$ 3,375.00
$
3,375,00
TOTAL COST
$
44,365.94
PROJECT COST ESTIMATE
Computer File
Information
Project
No./Code
Creation Date: 12/04/06 Initials: ERK
Designer. ERK
07
Region: 4
Last Modification Date: 03 26 07 Initials: ERK
SRTS
M455-076
Detailer. ERK
Unit Leader. Wr
Full Path: H:\PED PLANNING\MULBERRY SAFE ROUTE
15959
Drawing File Name: COST ESTIMATE.DWG
Sheet: 8
Acad Ver. 2005 Scale: NA Units: ENGLISH
im
3
As Constructed
o Revisions: mm/dd/yy
v&ed: mm/dd/yy
Did: mm/dd/yy
Z
J
a
t om user rile Inrormaiion Project No. Code
TRAFFIC CONTROL PLAN Creation Date: 02/02/07 Initials: ERK
Designer: ERK OT Region: 4 Last Modification Date: 03 26 07 Initials: ERK SRTS M455-076
Detailer. ERK Unit Leader: Wr Full Path: H:\PED PLANNING\MULBERRY SAFE ROUTE 15959
—Drawing File Name: COST ESTIMATE.DWG
Acad Ver. 2005 Scale: NA Units: ENGLISH Sheet: 9
DURING CONSTRUCTION
MATERIALS HANDLING:
As Constructed
No Revisions:
Revised:
1.) Material stockpile locations for projects in sensitive areas: Any material stockpiles shall be located
away from sensitive areas and confined so that no material or their run—off will enter state waters.
Locations shall be approved by the Engineer in consultation with the Region Environmental Unit,
2.) There shall be no stockpiling or side casting of waste materials including but not limited to paint
chips, asphalt, and concrete adjacent to any state waters that could potentially result from project
activities.
3.) Containment and cleanup of equipment fuel, oil and lubricant leaks:
Contractor shall inspect and certify equipment and vehicles daily to ensure petroleum, oils, and lubricants
(POL) are not leaking onto the soil or pavement. Absorbent material or containers approved by the
Engineer shall be used to prevent leaking POL from reaching the soil or pavement. Contractor shall have
ready approved absorbent material or containers of sufficient capacity to contain any leak POL that can
reasonably be foreseen. All materials resulting from POL leakage control and cleanup shall be property of
the Contractor and removed from the site. The cost for control and cleanup of POL leaks shall not be
paid for separately but shall be included in the cost of the work.
STREET CLEANING:
1.) Whenever sediment is transported onto the roadway, the road shall be cleaned as needed. Street
washing will not be allowed. Storm drain inlet protection shall be in place prior to shoveling or sweeping.
Street cleaning will not be paid for separately.
GENERAL SITE CONDITIONS:
1.) At the end of each day the Contractor shall be responsible for collecting all trash and disposing of it
in appropriate containers. Containers shall be emptied as needed.
CONCRETE WASHOUT:
It is estimated that 0 concrete washout structures shall be required on this project.
2.) Contractor is required to use an 'urban' concrete washout for this project. Urban concrete washout
examples are rigid plastic baby pools, wooden boxes lined with heavy duty plastic or waterproof 55 gallon
drums. Baby pools may be used a maximum of 3 times, if not damaged during previous use. After use,
the Contractor shall remove the structure from the project at his own cost and dispose of properly off
site. Cost of baby pools and maintenance of the baby pools will not be paid for separately, but shall be
included in the cost of the work.
STORMWATER MANAGEMENT PLAN
Designer. ERK O Region: 4
Detoiler. ERK Unit Leader. Wr
uom user rile lntormatlon Project No./Code
Creation Dote: 03/26/07 Initials: ERK
Lost Modification Date: Initials: SRTS M455-076
Full Path: H:\PED PLANNING\MULBERRY SAFE ROUTE 15959
Drawing File Name: STORMWATER MANAGEMENT.DWG
Arad Ver. 2007 Scab: NA Units: ENGUSH Sheet: 10
Curb to retain
ground behind the
walk, if needed.
— (Radius varies)
2
Transition
back of walk
(typ) --Zz�
w
E
0
0
m
Truncated Dome
Warning Detection
Wood float P
finish thru
ramp
0
g
a
I c
Walk
Broom finish
\cam o
Curb—s
otye-ao�
Gutter
Wood float finish thru ramp
Walk Broom finish
Curb
Gutter
Curb (optional)
CORNER LOCATION / Only if needed
Transition back of walk (typ.)
NE _ 1 t2 Broom finish
co- 0
656'
�(min.)��(min.)T T (min.)
MID -BLOCK LOCATION
Truncated Dome
Warning Detection
at the corners of the
truncated dome warning
2'-0" 6"
truncated dome warning
detection
1:25** slope 3
• . d pe (max.) o
u_ _
.. G
♦ d a
SECTION A -A
NOTES:
1. * 6" Thickness applies to entire ramp area.
2. ** 1:25 Unless a landing behind ramp (then ramp can be 1:12
with 1:20 on the truncated dome warning.)
3. See CONST. DWG. 1606(a) and 1607 for Fort Collins.
4. See CONST. DWG. 1614, 1615 and 1616 for Loveland.
r� ACCESS RAMP DETAILS
LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 1603
FORT COLLINS ONLY
E2-2 e
_E
O U U
m
C O O y
U
d fill
(]
— y
� V c
[0
tVp
m L 0
as
cn
ca
c� UULL
gOOq ,
N
aO;a i
c0
"'°'EEC
q WD O I
cc
a C f0 ^1q I
N + N
cc) N+ N +
a o V a
Varies
m
G N+ N + eV p V C p 2] p
o0-0 0
o
NNN N N U= V N O X
0
=e
�. cn0000 ple
m O d 0
I 'J
cy)wi
CC R X(J (O !� CO
0000
«s
� o
U
A N a
CJ
E
2
O .s tO
U
m ... a c LL
Q/°�
�`a E
E 3� � E ' ai
3= Y�
ca
fn Y
N[` N N O C N C C a
a C d 0 \\\ \\
c�i n `o'o ao o '�
a
L.�
0 0 2) 0 \\ `\
C
_—CEO
= ti Div m :c `o m d -°
a \\\\ \\\
O
_ p. U
V V O q
a aCha\\\`
v
CD
zI
CC+�JCy\\
o r
O
Vari s
C=
0 'O. \ \
o
a
2 X
z
I
a
N
Q)
m
c
U
c
U-3
a� Q
a i
o Q
C
O F-
z
a
N
>
N O
C
LL
J
cn
a ti
00
cn.
E
¢
d
y
p. p0liV
.xay unusapad
q
0000
O
.0
v> O
�' U c c
g0n0 II
Q Vaies
04 c; ', Q
aupmoij
O C =I O i i
r Ialln9 pue glnq
21 O°0 C
CD
Ogaa O o
rn
cz
U
2
lL
O U
m
C
CDC.
C.
�OQ
C7 Q
TRUNCATED DOME WARNING FOR ACCESS RAMPS
LARIMER COUNTY CONSTRUCTION REVISION NO: DRAPING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 1607
FEDERAL AID PROJECT NO. STE M455-076 MARCH 26, 2007
PROJECT CODE NO. 15959
COLORADO
DEPARTMENT OF TRANSPORTATION
SPECIAL PROVISIONS
WEST MULBERRY SIDEWALK IMPROVEMENT PROJECT
The City of Fort Collins specifications for Concrete Project Phase II, Bid. No. 5847, the Colorado Department of
Transportation 2005 Standard Specifications for Road and Bridge Construction, and the Larimer County Urban Area Street
Standards (hereafter referred to as the "Standard Specifications") are hereby adopted as the minimum Standard
Specifications of Compliance for this project. The following special provisions supplement or modify the Standard
Specifications and take precedence over the Standard Specifications and plans.
PROJECT SPECIAL PROVISIONS
Project Special Provisions
Standard Special Provisions
Notice to Contractor
Commencement and Completion of Work
Revision of Section 101 — Definition of Terms
Revision of Section 105 — Claims for Contract Adjustment
Revision of Section 107 - Insurance
Revision of Section 608 — Detectable Warnings
Utilities
Page No.
(March 26, 2007)
(March 26, 2007)
2
(March 26, 2007)
3
(March 26, 2007)
4
(March 26, 2007)
5
(March 26, 2007)
6
(March 26, 2007)
7
(March 26, 2007)
8-9
(March 26, 2007)
10
FEDERAL AID PROJECT NO. STE M455-076
PROJECT CODE NO. 15959
COLORADO
DEPARTMENT OF TRANSPORTATION
SPECIAL PROVISIONS
WEST MULBERRY SIDEWALK IMPROVEMENT PROJECT
STANDARD SPECIAL PROVISIONS
Revision of Section 208 — Storm Drain Inlet Protection
Revision of Section 601 and 701 — Structural Concrete
Revision of Section 630 — NCHRP 350 Requirements
Affirmative Action Requirements — Equal Employment Opportunity
Minimum Wages Colorado,
U.S. Department of Labor General Decision Numbers CO070014 and CO070015,
Highway Construction, Statewide
Required Contract Provisions — Federal -Aid Construction Contracts
MARCH 26, 2007
(June 29, 2006)
(October 19, 2006)
(January 5, 2006)
(August 1, 2005)
(February 9, 2007)
(August 1, 2005)
10
10
FEDERAL AID PROJECT NO. STE M455-076 MARCH 26, 2007
PROJECT CODE NO. 15959
NOTICE TO CONTRACTOR
City of Ft. Collins contact for the project is:
City of Fort Collins: Erika Keeton
281 North College Avenue
Fort Collins, CO 80524
Office Phone: (970) 221-6605
The above referenced individuals are the only representatives of the Department with authority to provide any information,
clarification, or interpretation regarding the plans, specifications, and any other contract documents or requirements.
All references to the Colorado Division of Highways, Colorado Department of Transportation, and/or Department or
Division shall also mean City of Fort Collins.
City of Fort Collins Concrete Project - Bid No. 5847
Change Order No.: 12
Date: 4/2/2007
1. Reason For Change:
The funding issue from Change Order Number 5 has been resolved, and the Mulberry sidewalk improvements shall be
a. added back into the contract at the negotiated prices to account for Davis Bacon Wages.
2. Description Of Change:
a. Add the quantities for the Mulberry sidewalk to the contract as described by the attached spreadsheet.
The Mulberry plan set and Special Provisions shall be made part of the contract by this change order.
3. Change In Contract Amount:
a. See attached spreadsheet
4. Change In Contract Time
a. Ten days are added to the contract
44,365.94
10
FEDERAL AID PROJECT NO. STE M455-076 MARCH 26, 2007
PROJECT CODE NO. 15959
COMMENCEMENT AND COMPLETION OF WORK
The Contractor shall commence work under the Contract no earlier than June 4, 2007, unless such time for beginning the
work is changed by the City of Fort Collins Representative in the "Notice to Proceed." The Contractor shall complete all
work within 10 consecutive working days in accordance with the "Notice to Proceed." All Work shall be completed by
July 15, 2007.
FEDERAL AID PROJECT NO. STE M455-076 MARCH 26, 2007
PROJECT CODE NO. 15959
REVISION OF SECTION 101
DEFINITION OF TERMS
Certain terms utilized in the latest edition of the Colorado Department of Transportation Standard Specifications for Road
and Bridge Construction shall be interpreted to have different meanings within the scope of this Contract. A summary of
redefinitions follows:
Subsection 101.26: "Department shall mean City of Fort Collins, Colorado
Subsection 101.27: "Engineer" shall mean City Engineer, City of Fort Collins, Colorado or a designated
representative.
Subsection 101.35: "Laboratory" shall mean City of Fort Collins, Colorado or their designated representative.
Subsection 101.47: "Project Engineer" shall mean the City Engineer, Fort Collins, Colorado or a designated
representative.
Subsection 101.53 "Region Transportation Director" shall mean City Engineer, City of Fort Collins, Colorado or a
designated representative
Subsection 101.68 "State" shall mean City of Fort Collins, Colorado (where applicable)
5
FEDERAL AID PROJECT NO. STE M455-076 MARCH 26, 2007
PROJECT CODE NO. 15959
REVISION OF SECTION 105
CLAIMS FOR CONTRACT ADJUSTMENT
Section 105 of the Standard Specifications is hereby revised for this project as follows:
Subsection 105.21 shall be revised as follows:
The Colorado Department of Transportation will not participate in the resolution process for any claims filed by
the Contractor.
FEDERAL AID PROJECT NO. STE M455-076 MARCH 26, 2007
PROJECT CODE NO. 15959
REVISION OF SECTION 107
INSURANCE
Section 107.18 is hereby revised to read:
For this project all insurance certificates shall name the Colorado Department of Transportation as an additionally
insured party.
FEDERAL AID PROJECT NO. STE M455-076 MARCH 26, 2007
PROJECT CODE NO. 15959
REVISION OF SECTION 608
DETECTABLE WARNINGS
Section 608 of the Standard Specifications is hereby revised for this project as follows:
Subsection 608.01 shall include the following:
This work includes the installation of detectable warnings on concrete curb ramps at the locations shown on the
plans and in accordance with the plans.
Subsection 608.02 shall include the following:
Detectable warnings on curb ramps shall be truncated domes of the dimensions shown on the plans. Domes shall
be prefabricated by the manufacturer as a pattern on warning panels. The panel material shall be red Cast In Tact
Warning Panels.
Panels shall meet all Americans with Disabilities Act (ADA) requirements for truncated domes, and when
installed, shall be capable of producing the pattern of domes as shown on the plans.
Alternate materials may be used, if pre -approved by the Engineer. The Contractor shall submit a sample of the
product, the name of the selected supplier, and documentation that the product meets all contrast requirements and
will be fully compatible with the curb ramp surface to the Engineer for approval prior to start of work. Known
vendors of alternate products include but are not limited to the following:
The domes and the underlying surface shall have a minimum of 70% contrast with the light reflectivity of the
adjoining surface. The contrast shall be verified using the following equation:
Contrast = Bi —B2 x 100
Bi
Where B, = Light Reflectance Value (LRV) of the lighter area
B2 = LRV of the darker area
Absolute black and white will not be pennitted.
8
FEDERAL AID PROJECT NO. STE M455-076 MARCH 26, 2007
PROJECT CODE NO. 15959
REVISION OF SECTION 608
DETECTABLE WARNINGS
The contrast shall be achieved by adding pigment during the fabrication of the panel. Prior to start of work, the
Contractor shall submit appropriate documentation from the manufacturer verifying that the contrast has been
met, along with a sample panel, to the Engineer for approval.
Subsection 608.03 shall include the following:
(g) Detectable Warnings.
Pavers shall be placed in a running bond pattern. Domes shall be aligned to create a square grid in the
predominant direction of travel as shown in the plans. The base of the truncated dome shall be at the same
elevation as the adjoining surface, allowing for a smooth transition between the curb ramp and the detectable
warning.
(h) Alternate products. Alternate materials shall be installed in accordance with manufacturer's
recommendations.
The concrete surface to which alternate materials are to be applied shall be prepared in accordance with
manufacturer's recommendations. Material requirements, color and application shall be in accordance with
manufacturer's recommendations and as approved by the Engineer.
Subsection 608.05 shall include the following:
Detectable warnings on curb ramps and all other work and materials necessary for fabrication, transport, and
installation will not be measured and paid for separately, but shall be included in the work.
7
FEDERAL AID PROJECT NO. STE M455-076
PROJECT CODE NO. 15959
UTILITIES
Known utilities within the limits of this project are:
MARCH 26, 2007
Qwest
Terry Speer
(970)377-6405
Fort Collins, CO
Xcel Energy
Pat Kreager
(970)225-7865
Fort Collins, CO
Comcast
Dennis Greenwalt
(970) 484-7166
Fort Collins, CO
City of Ft Collins Traffic
Dan Holland
(970)221-6816
Fort Collins, CO
City of Fort Collins Utilities
Doug Martine
(970)224-6152
Fort Collins, CO
The work described in these plans and specifications may require coordination between the Contractor and the
utility companies in accordance with subsection 105.10 in conducting their respective operations as necessary.
The work listed below will be performed by the Utility Owner or their Agents:
The City of Fort Collins will relocate an electric pole and a traffic signal pole to provide room for the
sidewalk and a pedestrian ramp, as shown in the plans.
GENERAL:
The Contractor shall comply with Article 1.5 of Title 9, CRS ('Excavation Requirements") when excavation or
grading is planned in the area of underground utility facilities. The Contractor shall notify all affected utilities at
least two (2) business days prior to commencing such operations. Contact the Utility Notification Center of
Colorado (UNCC) to have locations of UNCC registered lines marked by member companies. Calls originating
within the Denver metro area use phone no. (303)534-6700; calls originating outside the Denver metro area use 1-
800-922-1987. All other underground facilities shall be located by contacting the respective company. Utility
service laterals shall also be located prior to beginning excavating or grading.
The locations of utility facilities as shown on the plan and profile sheets, and herein described, were obtained from
the best available information.
All costs incidental to the foregoing requirements will not be paid for separately but shall be included in the work.
10
June 29, 2006
REVISION OF SECTION 208
STORM DRAIN INLET PROTECTION
NOTICE
This is a standard special provision that revises or modifies CDOT's Standard
Specifications for Road and Bridge Construction. It has gone through a formal review
and approval process and has been issued by CDOT's Project Development Branch with
formal instructions for its use on CDOT construction projects. It is to be used as written
without change. Do not use modified versions of this special provision on CDOT
construction projects, and do not use this special provision on CDOT projects in a
manner other than that specified in the instructions unless such use is first approved by
CDOT's Standards and Specifications Unit. The instructions for use on CDOT
construction projects appear below.
Other agencies which use the Standard Specifications for Road and Bridge Construction
to administer construction projects may use this special provision as appropriate and at
their own risk.
Instructions for use on CDOT construction projects:
Use on projects having storm drain inlet protection devices.
June 29, 2006
REVISION OF SECTION 208
STORM DRAIN INLET PROTECTION
Section 208 of the Standard Specifications is hereby revised for this project as follows:
Subsection 208.01 shall include the following:
This work consists of the installation of pre -manufactured storm drain inlet protection at locations shown on the
plans.
Subsection 208.02 shall include the following:
(m) Storm Drain Inlet Protection (Type 1). Storm Drain Inlet Protection (Type 1) shall consist of woven geotextile
tubes that are capable of containing aggregate. The tubes shall have the following dimensions:
Diameter 4 inches
Section length 2 feet minimum
Fabric for the Storm Drain Inlet Protection shall have the following properties:
Grab tensile strength
ASTM D 4632
LBS
90 minimum
Percent O en Area
COE-22125-86
%
10
Ultraviolet Resistance
ASTM D 4355
%
70
Storm drain inlet protection shall be capable of remaining in place during a storm event and have an
approximate weight of 7 to 10 pounds per linear foot of device. The device shall also be capable of
conforming to the shape of the curb. Aggregate contained in the storm drain inlet device shall consist of
gravel or crushed stone conforming to Table 703-7 for Class C.
Subsection 208.05 shall include the following:
(p) Storm Drain Inlet Protection (Type 1). Prior to installation, the Contractor shall prepare the surface of the areas
in which the Storm Drain Inlet Protection devices are to be installed such that they are free of materials
greater than 2 inches in diameter and are suitably smooth for the installation of the Storm Drain Inlet
Protection, as approved. The ends of the inlet protection shall extend a minimum of 12 inches past each end
of the inlet.
Subsection 208.07 shall include the following
Storm Drain Inlet Protection will be measured by the actual number of linear feet that are installed and accepted.
Subsection 208.08 shall include the following:
Pay Item Pay Unit
Storm Drain Inlet Protection (Type 1) Linear Foot
Payment will be full compensation for all work, materials and equipment required to construct, maintain and
remove the storm drain inlet protection upon completion of the work, including surface preparation.
Aggregate will not be measured and paid for separately, but shall be included in the work.
October 19, 2006
REVISION OF SECTIONS 601 AND 701
STRUCTURAL CONCRETE
NOTICE
This is a standard special provision that revises or modifies CDOT's Standard
Specifications for Road and Bridge Construction It has gone through a formal review
and approval process and has been issued by CDOT's Project Development Branch with
formal instructions for its use on MOT construction projects. It is to be used as written
without change. Do not use modified versions of this special provision on MOT
construction projects, and do not use this special provision on MOT projects in a
manner other than that specified in the instructions unless such use is first approved by
CDOT's Standards and Specifications Unit. The instructions for use on MOT
construction projects appear below.
Other agencies which use the Standard Specifications for Road and Bridge Construction
to administer construction projects may use this special provision as appropriate and at
their own risk.
Instructions for use on CDOT construction projects:
Use this special provision in projects having any type of concrete construction.
Designers should include a general note on the plans that states the sulfate level for the
project.
City of Fort Collins Concrete Project
Phase II - Bid No. 5847
Change Order No. 12
Contract.
Item No.
Description
Unit
Unit Cost
Total
Quantity
201.01
Grindinq
NR
2
$ 135,00
$ 270.00
202.01
5awcut 4"
L.F.
$ 3.57
$ -
202.02
5awcuttmg - Additional Inch Depth
L.F./mch
$ 1 . 18
$ -
203.01
General Excavation
C.Y.
$ 59.39
$ -
203.02
Borrow
Ton
$ 23.75
$ -
210.03
Reset Li6jht Pole (City Forces)
L5
1
$ 3,375.00
$ 3,375.00
210.09
Reset Traffic 5i nal (City Forces)
EA
1
$ 1 ,G87.50
$ 1 ,G87.50
212.01
5od
SF
1 150
$ 2.71
$ 3,197.50
212.02
Landscape tabor
HR
4
$ 52.97
$ 211.88
304.01
Aggregate Base Course
Ton
30
$ 30.29
$ 908.70
403.30
Asphalt Patchm (City Forces)
Ton
to
$ 136. 13
$ 1 ,361 .30
403.50
Temporary Patchm
Ton
1.60
$ 178. 16
$ 285.06
G04.01
Type R Inlet - Remove and Replace
Each
$ 3,563.03
$ -
G04.02
Reconstruct Inlet Deck - Catch Basin
Each
$ 1, 187.67
$ -
Reconstruct Inlet Deck - Catch Basin
G04.03
L.F.
$ 178. 6
$ -
Additional Foot O emn
G04.04
Reconstruct Curb inlet Deck - 4' Opening
Each
$ 1,270.51
$ -
Reconstruct Curb Inlet Deck - Additional
G04.05
F
L..
$ 201 .90
$ -
Foot O enin
Type 13 - Curb Inlet with Frame, Grate and
604.06
Each
$ I ,959.67
$ -
Adjustable Curb Bonnet
G04.07
Concrete Sidewalk Culvert
Each
$ 1,425.22
$ -
G04.08
Metal Sidewalk Culvert - 5/8" Plate
Each
$ 1,781.52
$ -
G04.09
Additional 5 uare Foot 5/5" Plate
S.F.
$ 166.28
$ -
608.01
Remove Concrete
S.F.
$ 1.75
$ -
608.02
Remove and Haul Fillets
Each
$ 59.39
$ -
608.03
Aron - Remove and Replace
S.F.
240
$ 7.90
$ 1 ,896.00
608.04
Cross an - Remove and Replace
S.F.
$ 7.90
$ -
Dnveover Curb, Gutter 6 4" Sidewalk -
608.05
L.F.
$ 41.04
$ -
Remove and Replace
Driveover Curb, Gutter and 6" Sidewalk -
608.06
L.F.
$ 44. 1 5
$ -
Remove and Replace
Driveover Curb and Gutter - No Sidewalk -
606.07
L.F.
$ 25.34
$ -
Remove and Replace
Driveover Curb, Gutter d Drive Approach -
608.08
L.F.
$ 44.20
$ -
Remove and Re lace
608.09
Vertical Curb, Gutter fi 4" Sidewalk -
L.F.
$ 46.42
$ -
Remove and Replace
Vertical Curb, Gutter t 6" Sidewalk -
608. 10
Remove and Replace
L.F.
126
$ 49. 12
$ 6, 189. 12
Vertical Curb and Gutter - No Sidewalk -
608. 1
L.F.
$ 29.78
$ -
Remove and Replace
608. 12
Vertical Curb, Gutter and Drive Approach -
L.F.
$ 46.58
$
Remove and Re lace
-
Vertical Curb, Gutter and Drive Approach -
608. 1 3
No Sidewalk -Remove and Replace
L.F.
$ 29. 18
$
Vertical Outfall Curb and Gutter - Remove
608. 14
and Replace
L.F.
$ 26.65
$ -
608. 15
Barner Curb 1 2"
L.F.
1
$ 21.00
$ -
608. 16
Hollywood Curb, Gutter t 4" Sidewalk -
L.F.
$ 38.21
$
Remove and Replace
-
hollywood Curb, Gutter E 6" 50ewalk -
608 17
Remove and Replace
L.F.
$ 40. 16
$
608. 18
Hollywood Curb and Gutter - No 5idewalk -
Remove and Replace
L.F.
$ 25.40
$ _
608. 19
Hollywood Curb, Gutter C Drive Approach -
Remove and Replace
L.F.
$ 40. I6
$
605.20
hi9hback Curb E Gutter - No Sidewalk -
Remove and Re lace
L.F.
$ 38.98
$ _
608.2 I
Highback Curb, Gutter and Drive Approach
Remove and Replace
L.F.
$ 46.74
$ -
608.22
Pedestnan Access Ramp, Driveover Curb
Remove and Re lace
L.F.
$ 52.73
$ _
Page I of 2
October 19, 2006
REVISION OF SECTIONS 601 AND 701
STRUCTURAL CONCRETE
Sections 601 and 701 of the Standard Specifications are hereby revised for this project as follows:
Delete subsection 601.02 and replace with the following:
601.02 Classification. The classes of concrete shown in Table 601-1 shall be used when specified in the
Contract.
Table 601-1
CONCRETE TABLE
Concrete
Required Field
Cementitious
Air Content:
Water Cement
Class
Compressive
Content: Minimum
% Range
Ratio: Maximum
Strength(psi)
or Range Ibs! d'
Total
or Ran e
BZ
4000 at 28 da s
610
N/A
0.50
DT
4500 at 28 da s
700
5-8
0.44
H
4500 at 56 da s
580 to 640
5-8
0.38 - 0.42
PROM
P
4200 at 28 da s
660
4-8
0.44
S40
5800 at 28 da s
- - —
615 to 760
.19;,. x
5-8
911SWERM,
0.40
Class B concrete is an air entrained concrete for general use. Class D or H concrete may be substituted for
Class B concrete. Additional requirements are: The coarse aggregate shall have a nominal maximum size of 1'/2
inches or smaller. Approved fly ash may be substituted for portland cement up to a maximum of 20 percent Class
C or 30 percent Class F by weight of total cementitious.
Class BZ concrete is concrete for drilled piers. Additional requirements are: Entrained air is not required unless
specified in the Contract. High range water reducers may be added to obtain desired slump and retardation.
Slump shall be a minimum of 5 inches and a maximum of 8 inches. The concrete mix shall be made with
AASHTO M 43 size No. 67, No. 7 or No. 8 coarse aggregate. Approved fly ash may be substituted for portland
cement up to a maximum of 20 percent Class C or 30 percent Class F by weight of total cementitious.
Class D concrete is a dense medium strength structural concrete. Class H may be substituted for Class D
concrete. Additional requirements are: An approved water reducing admixture shall be incorporated in the mix.
The concrete mix shall be made with AASHTO M 43 sizes No. 57, No. 6 or No. 67 coarse aggregate. When
placed in a bridge deck, the concrete mix shall consist of a minimum 55 percent AASHTO M 43 size No. 67
coarse aggregate by weight of total aggregate. Approved fly ash may be substituted for portland cement up to a
maximum of 20 percent Class C or 30 percent Class F by weight of total cementitious.
Class DT concrete may be used for deck resurfacing and repairs. Class HT may be substituted for Class DT
concrete. Additional requirements are: An approved water reducing admixture shall be incorporated in the mix.
The concrete mix shall consist of a minimum 50 percent AASHTO M 43 size No. 7 or No. 8 coarse aggregate by
weight of total aggregate. Approved fly ash may be substituted for portland cement up to a maximum of 20
percent Class C or 30 percent Class F by weight of total cementitious.
Class E concrete may be used for fast track pavements needing early strength in order to open a pavement to
service soon after placement. Additional requirements are: Type Ili cement may be used The concrete mix shall
consist of a minimum 55 percent AASHTO M 43 size No. 357 or No. 467 coarse aggregate by weight of total
aggregate. If all transverse joints are doweled, the concrete mix shall consist of a minimum 55 percent AASHTO
M 43 sizes No. 57, No. 6, No. 67, No. 357, or No. 467 coarse aggregate by weight of total aggregate. The
October 19, 2006
2
REVISION OF SECTIONS 601 AND 701
STRUCTURAL CONCRETE
laboratory trial mix must produce an average 28 day flexural strength of a minimum 650 psi. Class E concrete
shall contain a minimum 10 percent to a maximum of 20 percent Class C, or a minimum 10 percent to a maximum
30 percent Class F fly ash by weight of total cementitious.
Class H concrete is used for bare concrete bridge decks that will not receive a waterproofing membrane.
Additional requirements are: An approved water reducing admixture shall be incorporated in the mix. The
concrete mix shall consist of a minimum of 55 percent AASHTO M 43 size No. 67 coarse aggregate by weight of
total aggregate. Class H concrete shall contain cementitious materials in the following ranges: 450 to 500
pounds per cubic yard Type II portland cement, 90 to 125 pounds per cubic yard fly ash and 20 to 30 pounds per
cubic yard silica fume. The total content of Type II portland cement, fly ash and silica fume shall be 580 to 640
pounds per cubic yard. The laboratory trial mix must not exceed permeability of 2000 coulombs at 56 days
(ASTM C 1202) and must not exhibit a crack at or before 14 days in the cracking tendency test (AASHTO PP 34).
Class HT concrete is used as the top layer for bare concrete bridge decks that will not receive a waterproofing
membrane. Additional requirements are: An approved water reducing admixture shall be incorporated in the mix.
The concrete mix shall consist of a minimum of 50 percent AASHTO M 43 size No. 7 or No. 8 coarse aggregate
by weight of total aggregate. Class HT concrete shall contain cementitious materials in the following ranges: 450
to 500 pounds per cubic yard Type II portland cement, 90 to 125 pounds per cubic yard fly ash and 20 to 30
pounds per cubic yard silica fume. The total content of Type If portland cement, fly ash and silica fume shall be
580 to 640 pounds per cubic yard. The laboratory trial mix must not exceed permeability of 2000 coulombs at 56
days (ASTM C 1202) and must not exhibit a crack at or before 14 days in the cracking tendency test (AASHTO
PP 34).
Class P concrete is used in pavements. Additional requirements are: The concrete mix shall consist of a
minimum 55 percent AASHTO M 43 size No. 357 or No. 467 coarse aggregate by weight of total aggregate. If all
transverse joints are doweled, the concrete mix shall consist of a minimum 55 percent AASHTO M 43 sizes No.
57, No. 6, No. 67, No. 357, or No. 467 coarse aggregate by weight of total aggregate. The laboratory trial mix
must produce an average 28 day flexural strength of a minimum 650 psi. Class P concrete shall contain a
minimum 10 percent to a maximum of 20 percent Class C, or a minimum 10 percent to a maximum 30 percent
Class F fly ash by weight of total cementitious. Unless acceptance is based on flexural strength, the total weight
of cementitious shall not be less than 660 pounds per cubic yard. If acceptance is based on flexural strength, the
total weight of cementitious shall not be less than 520 pounds per cubic yard.
Class S35 concrete is a dense high strength structural concrete. Additional requirements are: An approved
water reducing admixture shall be incorporated in the mix. The concrete mix shall be made with AASHTO M 43
sizes No. 57, No. 6, No. 67, No. 7 or No. 8 coarse aggregate. When placed in a bridge deck, the concrete mix
shall consist of a minimum 55 percent AASHTO M 43 size No. 67 coarse aggregate by weight of total aggregate.
Approved fly ash may be substituted for portland cement up to a maximum of 20 percent Class C or 30 percent
Class F by weight of total cementitious.
Class S40 concrete is a dense high strength structural concrete. Additional requirements are: An approved
water reducing admixture shall be incorporated in the mix. The concrete mix shall be made with AASHTO M 43
sizes No. 57, No. 6, No. 67, No. 7 or No. 8 coarse aggregate. When placed in a bridge deck, the concrete mix
shall consist of a minimum 55 percent AASHTO M 43 size No. 67 coarse aggregate. Approved fly ash may be
substituted for portland cement up to a maximum of 20 percent Class C or 30 percent Class F by weight of total
cementitious.
Class S50 concrete is a dense high strength structural concrete. Additional requirements are: An approved
water reducing admixture shall be incorporated in the mix. The concrete mix shall be made with AASHTO M 43
sizes No. 57, No. 6, No. 67, No. 7 or No. 8 coarse aggregate. When placed in a bridge deck, the concrete mix
shall consist of a minimum 55 percent AASHTO M 43 size No. 67 coarse aggregate by weight of total aggregate.
Approved fly ash may be substituted for portland cement up to a maximum of 20 percent Class C or 30 percent
October 19, 2006
REVISION OF SECTIONS 601 AND 701
STRUCTURAL CONCRETE
Class F by weight of total cementitious. The laboratory trial mix must not exhibit a crack at or before 14 days in
the cracking tendency test (AASHTO PP 34).
Subsection 601.03 shall include the following:
Where blended hydraulic cement is used the substitution of fly ash for the blended hydraulic cement is not
allowed.
Subsection 601.04 shall include the following:
601.04 Sulfate Resistance. The Contractor shall provide protection against sulfate attack on concrete structures
by providing concrete structures manufactured with requirements according to Table 601-4. The exposure Class
will be stated on the plans. A higher level of requirements may be used for a lower level of exposure.
If the Contractor can provide a test report that shows another class of exposure exists at a structure location, then
the Engineer may accept a concrete mix for that location that meets the corresponding sulfate protection
requirements in addition to other requirements shown in this section.
Table 601-4
REQUIREMENTS TO PROTECT AGAINST DAMAGE TO
CONCRETE BY SULFATE ATTACK FROM EXTERNAL SOURCES OF SULFATE
Cementitious material requirements are as follows:
Class 0 requirements shall be one of the following:
(1) ASTM C 150 Type I, II or V
(2) ASTM C 595 Type IF
(3) ASTM C 1157 Type GU
(4) ASTM C 150 Type III cement if it is allowed, as in Class E concrete
Class 1 requirements for sulfate resistance shall be one of the following:
(1) ASTM C 150 Type II or V; Class C fly ash shall not be allowed in the concrete mix
(2) ASTM C 595 Type IP(MS)
(3) ASTM C 1157 Type MS
(4) When ASTM C 150 Type III cement is allowed, as in Class E concrete, it shall have no more than 8 percent
CA. Class C fly ash shall not be allowed in the concrete mix
Class 2 requirements for sulfate resistance shall be one of the following:
(1) ASTM C 150 Type V with a minimum of a 20 percent substitution of Class F fly ash by weight
(2) ASTM C 150 Type II or III with no more than 0.040 percent expansion at 14 days when tested in accordance
with ASTM C 452 with a minimum of a 20 percent substitution of Class F fly ash by weight
(3) ASTM C 1157 Type HS
(4) A blend of portland cement meeting ASTM C 150 Type II or III with a minimum of 20 percent Class F fly ash
by weight, where the blend has less than 0.05 percent expansion at 6 months or 0.10 percent expansion at 12
months when tested according to ASTM C 1012.
October 19, 2006
4
REVISION OF SECTIONS 601 AND 701
STRUCTURAL CONCRETE
Class 3 requirements for sulfate resistance shall be one of the following:
(1) A blend of portland cement meeting ASTM C 150 Type II, III, or V with a minimum of a 20 percent substitution
of Class F fly ash by weight, where the blend has less than 0.10 percent expansion at 18 months when
tested according to ASTM C 1012.
(2) ASTM C 1157 Type HS having less than 0.10 percent expansion at 18 months when tested according to
ASTM C 1012.
When fly ash is used to enhance sulfate resistance, it shall be used in a proportion greater than or equal to the
proportion tested in accordance to ASTM C1012 and it shall have a calcium oxide content no more than 2.0
percent greater than the fly ash tested according to ASTM 1012.
Delete subsection 601.05 and replace with the following:
601.05 Proportioning. The Contractor shall submit a Concrete Mix Design Report consisting of design mix
proportions, laboratory trial mix and aggregate data for each class of concrete being placed on the project.
Concrete shall not be placed on the project before the Concrete Mix Design Report has been reviewed and
approved by the Engineer. The Concrete Mix Design cannot be approved when the laboratory trial mix data are
the results from tests performed more than two years in the past and aggregate data are the results from tests
performed more than a year in the past. The design mix proportions shall show the weights and sources of all
ingredients including cement, fly ash, aggregates, water, additives and the water cement ratio (w/c). When
determining the w/c, cement (c) shall be the sum of the weight of the cement, the weight of the fly ash and the
weight, of silica fume.
The laboratory trial mix data shall include results of the following:
(1) AASHTO T 119 (ASTM C 143) Slump of Hydraulic Cement Concrete.
(2) AASHTO T 121 (ASTM C 138) Weight per Cubic Foot, Yield, and Air Content (Gravimetric) of Concrete.
Air content from AASHTO T 152 (ASTM C 231) Air Content of Freshly Mixed Concrete by the Pressure
Method may be used in lieu of the air content by the gravimetric method in AASHTO T 121 (ASTM C 138).
(3) ASTM C 39 Compressive Strength of Cylindrical Concrete Specimens shall be performed with at least two
specimens at 7 days and three specimens at 28 days. Three additional specimens tested at 56 days shall
be required for Class H and HT concrete.
(4) Class H and HT concrete shall include a measurement of permeability by ASTM C 1202 Electrical
Indication of Concrete's Ability to Resist Chloride Ion Penetration. The concrete test specimens shall be
two 2 inch thick disks sawed from the centers of two molded 4 inch diameter cylinders cured 56 days in
accordance with ASTM C 192 Standard Practice for Making and Curing Concrete Test Specimens in the
Laboratory.
(5) Class H, HT and S50 concrete shall include a measurement of cracking by AASHTO PP 34 Standard
Practice for Estimating the Cracking Tendency of Concrete. The ring shall be cured in an indoor room with
the temperature maintained 65 to 75 OF and relative humidity not exceeding 40 percent.
(6) Class E and P concrete shall include AASHTO T 97 (ASTM C 78) Flexural Strength of Concrete (Using
Simple Beam with Third -Point Loading) performed with two specimens at seven days and four specimens
at 28 days.
Prior to placement of Class E concrete, the Contractor shall provide the Engineer a report of maturity relationships
in accordance with CP 69. The Contractor shall provide maturity meter and all necessary wire and connectors.
The Contractor shall be responsible for the placement and maintenance of the maturity meter and wire.
Placement shall be as directed by the Engineer.
Except for class BZ concrete, the maximum slump of the delivered concrete shall be the slump of the approved
concrete mix design plus 1'/2 inch. Except for class H and HT concrete, the laboratory trial mix must produce an
average 28 day compressive strength at least 115 percent of the required 28 day field compressive strength. The
October 19, 2006
5
REVISION OF SECTIONS 601 AND 701
STRUCTURAL CONCRETE
laboratory trial mix for Class H or HT concrete must produce an average 56 day compressive strength at least
115 percent of the required 56 day field compressive strength.
The laboratory trial mix shall have a relative yield of 0.99 to 1.02. When Portland Cement Concrete Pavement is
paid with a volumetric pay quantity, the relative yield of the concrete produced on the project shall be 0.99 to 1.02.
If the relative yield of the produced concrete does not conform to this range for two consecutive yield
determinations, concrete production shall cease and the Contractor shall present a plan to correct the relative
yield to the Engineer.
Aggregate data shall include the results of the following
(1) AASHTO T 11 (ASTM C 117) Materials Finer Than 75 um (No. 200) Sieve in Mineral Aggregates by
Washing.
(2) AASHTO T 19 (ASTM C 29) Unit Weight and Voids in Aggregate.
(3) AASHTO T 21 (ASTM C 40) Organic Impurities in Fine Aggregate for Concrete.
(4) AASHTO T 27 (ASTM C 136) Sieve Analysis of Fine and Coarse Aggregates.
(5) AASHTO T 84 (ASTM C 128) Specific Gravity and Absorption of Fine Aggregate.
(6) AASHTO T 85 (ASTM C 127) Specific Gravity and Absorption of Coarse Aggregate.
(7) AASHTO T 96 (ASTM C 131) Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and
Impact in the Los Angeles Machine.
(8) AASHTO T 104 (ASTM C 88) Soundness of Aggregate by Use of Sodium Sulfate or Magnesium Sulfate.
(9) AASHTO T 176. (ASTM D 2419) Plastic Fines in Graded Aggregates and Soils by use of the Sand
Equivalent Test,
(10) ASTM C 535 Resistance to Degradation of Large -Size Coarse Aggregate by Abrasion and Impact in the
Los Angeles Machine
(11) CP-L 4201 Determining the Potential Alkali Reactivity of Aggregates (Accelerated Mortar -Bar Method)
Any aggregate with an expansion of 0.10 percent or more at 16 days after casting as tested by CP-L 4201 shall
not be used unless mitigative measures are included in the mix design. Mitigative measures shall be tested using
CP-L 4202 and exhibit an expansion not exceeding 0.10 percent at 16 days after casting by one of the following
methods:
(1) Combined Aggregates. The mix design sources of aggregates, cement and mitigative measures shall be
tested. The porportions of aggregates and mitigive measures shall be those used in the mix design.
(2) Individual Aggregates. Each source and size of individual aggregates shall be tested. The source of
cement and mitigative measures shall be those used in the mix design. The highest level of mitigative
measures for any indivdual aggregate shall be the minimum used in the mix design.
The Concrete Mix Design Report shall include Certified Test Reports showing that the cement, fly ash and silica
fume admixture meet the specification requirements and supporting this statement with actual test results. The
certification for silica fume shall state the solids content if the silica fume admixture is furnished as slurry.
Where the Contractor's use of fly ash results in any delay, necessary changes in admixture quantities or source,
or unsatisfactory work, the cost of such delays, changes or corrective actions shall be bome by the Contractor.
The Contractor shall submit a new Concrete Mix Design Report meeting the above requirements when a change
occurs in the source, type, or proportions of cement, fly ash, or aggregate. The Contractor shall submit a new Mix
Design Report meeting the above requirements when a change occurs in the source of approved admixtures.
October 19, 2006
6
REVISION OF SECTIONS 601 AND 701
STRUCTURAL CONCRETE
The use of approved accelerating, retarding or hydration stabilizing admixtures to existing mix designs will be
permitted at the discretion of the Engineer when documentation includes the following:
(1) Manufacturers recommended dosage of the admixture
(2) A letter stamped by the Concrete Mix Design Engineer approving the changes to the existing mix design.
Unless otherwise permitted by the Engineer, the product of only one type of portland cement from one mill of
any one brand shall be used in a concrete mix design.
Review and approval of the Concrete Mix Design by the Engineer does not constitute acceptance of the concrete
Acceptance will be based solely on the test results of concrete placed on the project.
Delete subsection 701.01 and replace with the following:
701.01 Hydraulic Cement. Hydraulic cement shall conform to the requirements of the following specifications
for the type specified or permitted:
Portland Cement ASTM C 150
Blended Hydraulic Cement ASTM C 595
Hydraulic Cement ASTM C 1157
In addition to the standard chemical requirements for portland cement in ASTM C 150, the maximum percent of
equivalent alkalis (Na20 + 0.658 K20) shall not exceed 0.90 percent.
All concrete, including precast, prestressed and pipe shall be constructed with one of the following hydraulic
cements unless permitted otherwise.
ASTM C 150 Type I
ASTM C 150 Type II
ASTM C 150 Type V
ASTM C 595 Type IP consisting of no less than 70 percent portland cement,
ASTM C 595 Type IP(MS) consisting of no less than 70 percent portland cement,
ASTM C 1157 Type GU,
ASTM C 1157 Type MS
ASTM C 1157 Type HS consisting of no less than 20 percent Class F fly ash by weight
Cement shall be from a preapproved source listed on the Department's Approved Products List. The cement
intended for use on the project shall have been tested and accepted prior to its use. Certified Test Reports
showing that the cement meets the specification requirements and supporting this statement with actual test
results shall be submitted to the Engineer prior to the tested material being incorporated into the project.
The cement shall be subject to sampling and testing by the Department. Test results that do not meet the
physical and chemical requirements may result in the suspension of the use of the cement until the corrections
necessary have been taken to insure that the material meets the specifications.
The Contractor shall provide suitable means for storing and protecting the cement against dampness. Cement
which, for an reason, has become partially set or which contains lumps of caked cement shall not be used.
Cement salvaged from discarded or used bags shall not be used
January 5, 2006
REVISION OF SECTION 630
NCHRP 350 REQUIREMENTS
NOTICE
This is a standard special provision that revises or modifies CDOT's Standard
Specifications for Road and Bridge Construction. It has gone through a formal review
and approval process and has been issued by CDOT's Project Development Branch with
formal instructions for its use on CDOT construction projects. It is to be used as written
without change. Do not use modified versions of this special provision on CDOT
construction projects, and do not use this special provision on CDOT projects in a
manner other than that specified in the instructions unless such use is first approved by
the Standards and Specifications Unit of the Project Development Branch. The
instructions for use on CDOT construction projects appear below.
Other agencies which use the Standard Specifications for Road and Bridge Construction
to administer construction projects may use this special provision as appropriate and at
their own risk.
INSTRUCTIONS FOR USE ON CDOT CONSTRUCTION PROJECTS:
Use this standard special provision on all projects.
January 5, 2006
REVISION OF SECTION 630
NCHRP 350 REQUIREMENTS
Section 630 of the Standard Specifications is hereby revised for this project as follows:
Subsection 630.08 shall include the following:
The Contractor shall obtain and present to the Engineer the manufacturer's written NCHRP 350 certification for
each work zone device before it is first used on the project.
August 1, 2005
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
NOTICE
This is a standard special provision that revises or modifies CDOT's Standard
Specifications for Road and Bridge Construction. It has gone through a formal review
and approval process and has been issued by CDOT's Project Development Branch with
formal instructions for its use on CDOT construction projects. It is to be used as written
without change. Do not use modified versions of this special provision on CDOT
construction projects, and do not use this special provision on CDOT projects in a
manner other than that specified in the instructions unless such use is first approved by
the Standards and Specifications Unit of the Project Development Branch. The
instructions for use on CDOT construction projects appear below.
Other agencies which use the Standard Specifications for Road and Bridge Construction
to administer construction projects may use this special provision as appropriate and at
their own risk.
Instructions for use on CDOT construction projects:
Use this standard special provision on all projects.
August 1, 2005
1
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
A. AFFIRMATIVE ACTION REQUIREMENTS
Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246)
1. The Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal
Employment Opportunity Construction Contract Specifications" set forth herein.
2. The goals and timetables for minority and female participation, expressed in percentage terms for the
Contractor's aggregate workforce in each trade on all construction work in the covered area are as
follows:
Goals and Timetable for Minort Utilization
Timetable - Until Further Notice
Economic
Standard Metropolitan
Counties
Goal
Area
Statistical Area SMSA
Involved
157
2080 Denver -Boulder
Adams, Arapahoe, Boulder, Denver,
(Denver)
Douglas, Gilpin Jefferson ...................
13.8%
2670 Fort Collins
Larimer................................................
6.9%
3060 Greeley
Weld ....................................................
13.1 %
Non SMSA Counties
Cheyenne, Clear Creek, Elbert,
Grand, Kit Carson, Logan, Morgan,
Park, Phillips, Sedgwick, Summit,
Washington & Yuma ............................
12.8%
158
1720 Colorado Springs
El Paso, Teller .....................................
10.9%
(Colo. Spgs. -
6560 Pueblo
Pueblo .................................................
27.5%
Pueblo)
Non SMSA Counties
Alamosa, Baca, Bent, Chaffee,
Conejos, Costilla, Crowley, Custer,
Fremont, Huerfano, Kiowa, Lake,
Las Animas, Lincoln, Mineral, Otero,
Prowers, Rio Grande, Sa uache........
19.0%
159
Non SMSA
Archuleta, Delta, Dolores, Eagle,
(Grand Junction)
Garfield, Gunnison, Hinsdale,
La Plata, Mesa, Moffat, Montezuma,
Montrose, Ouray, Pitkin, Rio Blanco,
Routt, San Juan, San Miguel
10.2%
156 (Cheyenne -
Non SMSA
Jackson County, Colorado ..................
7.5%
Casper WY)
GOALS AND TIMETABLES FOR FEMALE UTILIZATION
UntilFurther Notice......................................................................................................................6.9% - Statewide
City of Fort Collins Concrete Project
Phase II - Bid No. 5847
Change Order No. 12
Item No.
Description
Unit
Contract
Quanta
Unit Cost
Total
608.23
Pedestrian Access Ramp, Vertical Curb -
Remove and Re lace
L.F.
48
$ 48.57
$ 2,33 1.36
608.24
Pedestrian Access Ramp, Hollywood Curb
Remove and Pe lace
L.P.
$ 46.59
$ -
608.25
Pedestrian Access Ramp, Highback Curb -
Remove and Pe lace
S.F.
$ 10.95
$ -
608.26
Truncated Dome Panel
S.F.
42.
$ 44.90
$ 1,865.80
608.27
4" Flatwork - Remove 4 Pe lace
S.F.
$ 5.54
$ -
608.28
Colored Concrete (4") 5an Diege Buff -
U Char e
5 F
$ 0.90
$ -
608.29
6" Flatwork - Remove 4 Replace
S.F.
2100
$ 6.74
$ 14,154.00
608.30
Replace Flatwork- I" Additional Depth
S.F.
$ 0.74
$ -
608.31
4' Valley Pan - 6" Depth
S.F.
$ 1 2. 13
$ -
608.32
8" Alley Pavement - Remove 4 Replace
S.F.
$ 8.72
$ -
608.33
H'ghback Alley Approach 8' - Remove 4
Replace
L.P.
$ 60.63
$ -
608.34
Expansion 4 Caulking
L.F.
42
$ 4.76
$ 199.92
608.35
4" Splashblock
S.F.
$ _
608.36
Exposed Aggregate
S.F.
$ -
G 14.01
"No Parking" 51gn With Stand
Per Day Per Each
100
$ 2. 1 2
$ 212.00
6 14.02
Vertical Panel Without Light
Per Day Per Each
$ 0.72
$ _
6 14.03
Channehisnq Barrels
Per Day Per Each
$ 0.87
$ _
6 14.04
Type I Barricade Without beaht
Per Day Per Each
100
$ 0.72
$ 72.00
6 14.05
Type If Barricade Without Light
Per Day Per Each
$ 0.74
$ -
614.06
Type III Barricade Without Light
Per Day Per Each
$ 4.25
$ _
614.07
Size A 5tgn With Stand
Per Day Per Each
20
$ 1.53
$ 30.60
61 4.08
Size B Sign With Stand
Per Day Per Each
$ 1.77
$ _
61 4.09
Size A Specialty Sign - Cost of
Manufacturincj
Each
$ 88.45
$ -
614. 10
Size B Specialty Sign - Cost of
Manufacturincl
Each
$ 97.64
$
G14.) I
Cone With Reflectwe Strip
Per Day Per Each
150
$ 0.72
$ 105.00
6 1 4. 1 2
Safety Fence
Per Day Per Roll
5
$ 5. 1 6
$ 25.80
6 14. 1 3
Light - Steady Burn
Per Day Per Each
$ 0.38
$ -
G 14.14
Light - Flashing
Per Day Per Each
$ 0.35
$ -
61 4. 1 5
Advance Warning Flashing - or Sequencing
Arrow Panel
Per Day Per Each
15
$ -
614. 1 6
Traffic Control 5u ervisor
Per Da
80
$ 1 ,e124.00
614.17
Traffic Control Supervisor
Per Hour
i30
90
fi$3,375.00
$
614. 18
Fla m
Per Hour
17
$ 665. 10
623.01
Irri ation 5leevin 3" PVC
LF
02F/A
MCR
F/A
$ 3,375.00
TOTAL C05T
$ 44,365.94
Page 2 of 2
August 1, 2005
2
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
These goals are applicable to all the Contractor's construction work (whether or not it is Federal or
federally assisted) performed in the covered area. If the Contractor performs construction work in a
geographical area located outside of the covered area, it shall apply the goals established for such
geographical area where the work is actually performed. With regard to this second area, the Contractor
also is subject to the goals for both its federally involved and non -federally involved construction.
The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be
based on its implementation of the Equal Opportunity Clause specific affirmative action obligations
required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts meet the goals established for
the geographical area where the contract resulting form this solicitation is to be performed. The hours of
minority and female employment and training must be substantially uniform throughout the length of the
contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and
women evenly on each of its projects. The transfer of minority or female employees or trainees from
Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals
shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Par 60-4.
Compliance with the goals will be measured against the total work hours performed.
3. The Contractor shall provide written notification to the Director of the Office of Federal Contract
Compliance Programs within 10 working days of award of any construction subcontract in excess
of $10,000 at any tier for construction work under the contract resulting from this solicitation. The
notification shall list the name, address and telephone number of the subcontractor; employer
identification number; estimated dollar amount of the subcontract; estimated starting and
completion dates of the subcontract; and the geographical area in which the contract is to be
performed.
4. As used in this specification, and in the contract resulting from this solicitation, the "covered area'
is the county or counties shown on the Invitation for Bids and on the plans. In cases where the
work is in two or more counties covered by differing percentage goals, the highest percentage will
govern.
August 1,2005
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
B. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT
SPECIFICATIONS
Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246)
1. As used in these Specifications:
a. "Covered area" means the geographical area described in the solicitation from which this contract
resulted;
b. "Director' means Director, Office of Federal Contract Compliance Programs, United States
Department of Labor, or any person to whom the Director delegates authority;
c. "Employer identification number' means the Federal Social Security number used on the Employer's
Quarterly Federal Tax Return, U.S. Treasury Department Form 941.
d. "Minority" includes;
(i) Black (all persons having origins in any of the Black African racial groups not of Hispanic
origin);
(ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other
Spanish Culture or origin, regardless of race);
(iii) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far
East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and
(iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples
of North America and maintaining identifiable tribal affiliations through membership and
participation or community identification).
2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving
any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions
of these specifications and the Notice which contains the applicable goals for minority and female
participation and which is set forth in the solicitations from which this contract resulted.
3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S.
Department of Labor in the covered area either individually or through an association, its affirmative
action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with
that Plan for those trades which have unions participating in the Plan. Contractors must be able to
demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each
Contractor or Subcontractor participating in an approved Plan is individually required to comply with its
obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in
each trade in which it has employees. The overall good faith performance by other Contractors or
Subcontractor toward a goal in an approved Plan does not excuse any covered Contractor's or
Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables.
4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a
through p of these specifications. The goals set forth in the solicitation from which this contract resulted
are expressed as percentages of the total hours of employment and training of minority and female
utilization the Contractor should reasonably be able to achieve in each construction trade in which it has
employees in the covered area. Covered Construction contractors performing construction work in
geographical areas where they do not have a Federal or federally assisted construction contract shall
apply the minority and female goals established for the geographical area where the work is being
performed. Goals are published periodically in the Federal Register in notice form, and such notices may
be obtained from any office of Federal Contract Compliance Programs Office or from Federal
procurement contracting officers. The Contractor is expected to make substantially uniform progress in
meeting its goals in each craft during the period specified.
August 1, 2005
4
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the
Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the
Contractor's obligations under these specifications, Executive Order 11246, or the regulations
promulgated pursuant thereto.
6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals,
such apprentices and trainees must be employed by the Contractor during the training period, and the
Contractor must have made a commitment to employ the apprentices and trainees at the completion of
their training, subject to the availability of employment opportunities. Trainees must be trained pursuant
to training programs approved by the U.S. Department of Labor.
7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The
evaluation of the Contractor's compliance with these specifications shall be based upon its effort to
achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall
implement affirmative action steps at least as extensive as the following;
a. Ensure and maintain a working environment free of harassment, intimidation , and coercion at all
sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor,
where possible, will assign two or more women to each construction project. The Contractor shall
specifically ensure that all foremen, superintendents, and other on -site supervisory personnel are
aware of and carry out the Contractor's obligation to maintain such a working environment, with
specific attention to minority or female individuals working at such sites or in such facilities.
b. Establish and maintain a current list of minority and female recruitment sources, provide written
notification to minority and female recruitment sources and to community organizations when the
Contractor or its union have employment opportunities available, and maintain a record of the
organization's responses.
c. Maintain a current file of the names, addresses and telephone numbers of each minority and female
off -the -street applicant and minority or female referral from a union, a recruitment source of
community organization and of what action was taken with respect to each individual. If such
individual was sent to the union hiring hall for referral and was not referred back to the Contractor by
the union or, if referred, not employed by the Contractor, this shall be documented in the file with the
reason therefor, along with whatever additional actions the Contractor may have taken.
d. Provide immediate written notification to the Director when the union with which the Contractor has a
collective bargaining agreement has not referred to the Contractor a minority person or woman sent
by the Contractor, or when he Contractor has other information that the union referral process has
impeded the Contractor's efforts to meet its obligations.
e. Develop on-the-job training opportunities and/or participate in training programs for the area which
expressly include minorities and women, including upgrading programs and apprenticeship and
trainee programs relevant to the Contractor's employment needs, especially those programs funded
or approved by the Department of Labor. The Contractor shall provide notice of these programs to
the sources compiled under 7b above.
Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training
programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations;
by including it in any policy manual and collective bargaining agreement; by publicizing it in the
company newspaper, annual report, etc., by specific review of the policy with all management
personnel and with all minority and female employees at least once a year, and by posting the
Contractor's EEO policy on bulletin boards accessible to all employees at each location where
construction work is performed.
August 1,2005
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
g. Review, at least annually, the Contractor's EEO policy and affirmative action obligations under these
specifications with all employees having any responsibility for hiring, assignment, layoff, termination
or other employment decisions including specific review of these items with onsite supervisory
personnel such as Superintendents, General Foreman, etc., prior to the initiation of construction work
at any job site. A written record shall be made and maintained identifying the time and place of these
meetings, persons attending, subject matter discussed, and disposition of the subject matter.
h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news
media, specifically including minority and female news media, and providing written notification to and
discussing the Contractors and Subcontractors with whom the Contractor does or anticipates doing
business.
i. Direct its recruitment efforts, both oral and written, to minority, female and community organizations,
to schools with minority and female students and to minority and female recruitment and training
organizations serving the Contractor's recruitment area and employment needs. Not later than one
month prior to the date for the acceptance of applications for apprenticeship or other training by any
recruitment source, the Contractor shall send written notification to organizations such as the above,
describing the openings, screening procedures, and tests to be used in the selection process.
j. Encourage present minority and female employees to recruit other minority persons and women and,
where reasonable, provide after school, summer and vacation employment to minority and .female
youth both on the site and in other areas of a Contractor's workforce.
k. Validate all tests and other selection requirements where there is an obligation to do so under 41
CFR Part 60-3.
Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel
for promotional opportunities and encourage these employees to seek or to prepare for, through
appropriate training, etc. such opportunities.
m. Ensure that seniority practices, job classifications, work assignments and other personnel practices,
do not have a discriminatory effect by continually monitoring all personnel and employment related
activities to ensure that the EEO policy and the Contractor's obligations under these specifications
are being carried out.
n. Ensure that all facilities and Contractor's activities are nonsegregated except that separate or single -
user toilet and necessary changing facilities shall be provided to assure privacy between the sexes.
o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female
construction contractors and suppliers, including circulation of solicitations to minority and female
contractor associations and other business associations.
p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the
Contractor's EEO policies and affirmative action obligation.
August 1, 2005
6
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more
of their affirmative action obligations (7a through p). The efforts of a contractor association, joint
contractor -union contractor -community, or other similar group of which the Contractor is a member and
participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these
specifications provided that the Contractor actively participates in the group, makes every effort to assure
that the group has a positive impact on the employment of minorities and women in the industry, ensures
that the concrete benefits of the program are reflected in the Contractor's minority and female workforce
participation, makes a good faith effort to meet its individual goal and timetables, and can provide access
to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The
obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall
not be a defense for the Contractor's noncompliance.
9. A single goal for minorities and a separate single goal for women have been established. The
Contractor, however, is required to provide equal employment opportunity and to take affirmative action
for all minority groups, both male and female, and all women, both minority and non -minority.
Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed
in a substantially disparate manner (for example, even thought the Contractor has achieved its goals for
women generally, the Contractor may be in violation of the Executive Order if a specific minority group of
women is underutilized).
10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate
against any person because of race, color, religion, sex, or national origin.
11. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government
contracts pursuant to Executive Order 11246.
12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the
Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as
may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing
regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry
out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246,
as amended.
13 The Contractor in fulfilling its obligations under these specifications, shall implement specific affirmative
action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications,
so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the
Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or
these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8.
14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure
that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as
may be required by the Government and to keep records. Records shall at least include for each
employee the name, address, telephone numbers, construction trade, union affiliation if any, employee
identification number when assigned, social security number, race, sex, status (e.g., mechanic,
apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the
indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained
in an easily understandable and retrievable form, however, to the degree that existing records satisfy this
requirement, contractors shall not be required to maintain separate records.
15. Nothing herein provided shall be construed as a limitation upon the application of other laws which
establish different standards of compliance or upon application of requirements for the hiring of local or
other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community
Development Block Grant Program).
August 1,2005
7
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
C. SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES.
1. General.
a. Equal employment opportunity requirements not to discriminate and to take affirmative action to
assure equal employment opportunity as required by Executive Order 11246 and Executive Order
11375 are set forth in Required Contract. Provisions (Form FHWA 1273 or 1316, as appropriate) and
these Special Provisions which are imposed pursuant to Section 140 of Title 23, U.S.C., as
established by Section 22 of the Federal -Aid highway Act of 1968. The requirements set forth in
these Special Provisions shall constitute the specific affirmative action requirements for project
activities under this contract and supplement the equal employment opportunity requirements set
forth in the Required Contract provisions.
b. The Contractor will work with the State highway agencies and the Federal Government in carrying out
equal employment opportunity obligations and in their review of his/her activities under the contract.
c. The Contractor and all his/her subcontractors holding subcontracts not including material suppliers, of
$10,000 or more, will comply with the following minimum specific requirement activities of equal
employment opportunity: (The equal employment opportunity requirements of Executive Order
11246, as set forth in Volume 6, Chapter 4, Section 1, Subsection 1 of the Federal -Aid Highway
Program Manual, are applicable to material suppliers as well as contractors and subcontractors.)
The Contractor will include these requirements in every subcontract of $10,000 or more with such
modification of language as is necessary to make them binding on the subcontractor.
2. Equal Employment Opportunity Policy. The Contractor will accept as his operating policy the following
statement which is designed to further the provision of equal employment opportunity to all persons
without regard to their race, color, religion, sex, or national origin, and to promote the full realization of
equal employment opportunity through a positive continuing program;
It is the policy of this Company to assure that applicants are employed, and that employees are treated
during employment, without regard to their race, religion, sex, color, or national origin. Such action shall
include; 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, preapprenticeship, and/or on-the-job training.
3. Equal Employment Opportunity Officer. The Contractor will designate and make known to the State
highway agency contracting officers and equal employment opportunity officer (herein after referred to as
the EEO Officer) who will have the responsibility for an must be capable of effectively administering and
promoting an active contractor program of equal employment opportunity and who must be assigned
adequate authority and responsibility to do so.
4. Dissemination of Policy.
a. All members of the Contractor's staff who are authorized to hire, supervise, promote, and discharge
employees, or who recommend such action, or who are substantially involved in such action, will be
made fully cognizant of, and will implement, the Contractor's equal employment opportunity policy
and contractual responsibilities to provide equal employment opportunity in each grade and
classification of employment. To ensure that the above agreement will be met, the following actions
will be taken as a minimum;
(1) Periodic meetings of supervisory and personnel office employees will be conducted before the
start of work and then not less often than once every six months, at which time the Contractor's
equal employment opportunity policy and its implementation will be reviewed and explained. The
meetings will be conducted by the EEO Officer or other knowledgeable company official.
August 1,2005
8
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
(2) All new supervisory or personnel office employees will be given a thorough indoctrination by the
EEO Officer or other knowledgeable company official, covering all major aspects of the
Contractor's equal employment opportunity obligations within thirty days following their reporting
for duty with the Contractor.
(3) All personnel who are engaged in direct recruitment for the project will be instructed by the EEO
Officer or appropriate company official in the Contractor's procedures for locating and hiring
minority group employees.
b. In order to make the Contractor's equal employment opportunity policy known to all employees,
prospective employees and potential sources of employees, i.e., schools, employment agencies,
labor unions (where appropriate), college placement officers, etc., the Contractor will take the
following actions:
(1) Notices and posters setting forth the Contractor's equal employment opportunity policy will be
placed in areas readily accessible to employees, applicants for employment and potential
employees.
(2) The Contractor's equal employment opportunity policy and the procedures to implement such
policy will be brought to the attention of employees by means of meetings, employee
handbooks, or other appropriate means.
5. Recruitment.
a. When advertising for employees, the Contractor will include in all advertisements for employees
the notation; "An Equal Opportunity Employer." All such advertisements will be published in
newspapers or other publications having a large circulation among minority groups in the area
from which the project work force would normally be derived.
b. The Contractor will, unless precluded by a valid bargaining agreement, conduct systematic and
direct recruitment through public and private employee referral sources likely to yield qualified
minority group applicants, including, but not limited to, State employment agencies, schools,
colleges and minority group organizations. To meet this requirement, the Contractor will, through
his EEO Officer, identify sources of potential minority group employees, and establish with such
identified sources procedures whereby minority group applicants may be referred to the
Contractor for employment consideration.
In the event the Contractor has a valid bargaining agreement providing for exclusive hiring hall
referrals, he is expected to observe the provisions of that agreement to the extent that the system
permits the Contractor's compliance with equal employment opportunity contract provisions.
(The U.S. Department of Labor has held that where implementation of such agreements have the
effect of discriminating against minorities or women, or obligates the Contractor to do the same,
such implementation violates Executive Order 11246, as amended.)
c. The Contractor will encourage his present employees to refer minority group applicants for
employment by posting appropriate notices or bulletins in areas accessible to all such
employees. In addition, information and procedures with regard to referring minority group
applicants will be discussed with employees.
'6. Personnel Actions. Wages, working conditions, and employee benefits shall be established and
administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer,
demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, or
national origin. The following procedures shall be followed;
a. The Contractor will conduct periodic inspections of project sites to insure that working conditions
and employee facilities do not indicate discriminatory treatment of project site personnel.
August 1, 2005
9
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
b. The Contractor will periodically evaluate the spread of wages paid within each classification to
determine any evidence of discriminatory wage practices.
c. The Contractor will periodically review selected personnel actions in depth to determine whether
there is evidence of discrimination. Where evidence is found, the Contractor will promptly take
corrective action. If the review indicates that the discrimination may extend beyond the actions
reviewed, such corrective action shall include all affected persons.
d. The Contract will promptly investigate all complaints of alleged discrimination made to the
Contractor in connection with his obligations under this contract, will attempt to resolve such
complaints, and will take appropriate corrective action within a reasonable time. If the
investigation indicates that the discrimination may affect persons other than the complainant,
such corrective action shall include such other persons. Upon completion of each investigation,
the Contractor will inform every complainant of all of his avenues of appeal.
7. Training and Promotion.
a. The Contractor will assist in locating, qualifying, and increasing the skills of minority group and
women employees, and applicants for employment.
b. Consistent with the Contractor's work force requirements and as permissible under Federal and
State regulations, the Contractor shall make full use of training programs, i.e., apprenticeship,
and on-the-job training programs for the geographical area of contract performance. Where
feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of
apprenticeship or training.
c. The Contractor will advise employees and applicants for employment of available training
programs and entrance requirements for each.
d. The Contractor will periodically review the training and promotion potential of minority group and
women employees and will encourage eligible employees to apply for such training and
promotion.
8. Unions. If the Contractor relies in whole or in part upon unions as a source of employees, the
Contractor will use his/her best efforts to obtain the cooperation of such unions to increase
opportunities for minority groups and women with the unions, and to effect referrals by such unions of
minority and female employees. Actions by the Contractor either directly or thorough a contractor's
association acting as agent will include the procedures set forth below:
a. The Contractor will use best efforts to develop, in cooperation with the unions, joint training
programs aimed toward qualifying more minority group members and women for membership in
the unions and increasing the skills of minority group employees and women so that they may
qualify for higher paying employment.
b. The Contractor will use best efforts to incorporate an equal employment opportunity clause into
each union agreement to the end that such union will be contractually bound to refer applicants
without regard to their race, color, religion, sex, or national origin.
c. The Contractor is to obtain information as to the referral practices and policies of the labor union
except that to the extent such information is within the exclusive possession of the labor union
and such labor union refuses to furnish such information to the Contractor, the Contractor shall
so certify to the State highway department and shall set forth what efforts have been made to
obtain such information.
August 1,2005
10
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
d. In the event the union is unable to provide the Contractor with a reasonable flow of minority and
women referrals within he time limit set forth in the collective bargaining agreement, the Contractor
will, through independent recruitment efforts, fill the employment vacancies without regard to race,
color, religion , sex or national origin; making full efforts to obtain qualified and/or qualifiable minority
group persons and women. (The U.S. Department of Labor has held that it shall be no excuse that
the union with which the Contractor has a collective bargaining agreement providing for exclusive
referral failed to refer minority employees.) In the event the union referral practice prevents the
Contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these
special provisions, such Contractor shall immediately notify the State highway agency.
9. Subcontracting.
a. The Contractor will use his best efforts to solicit bids from and to utilize minority group subcontractors
or subcontractors with meaningful minority group and female representation among their employees.
Contractors shall obtain lists of minority -owned construction firms from State highway agency
personnel.
b. The Contractor will use his best efforts to ensure subcontractor compliance with their equal
employment opportunity obligations.
10. Records and Reports.
a. The Contractor will keep such records as are necessary to determine compliance with the
Contractor's equal employment opportunity obligations. The records kept by the Contractor will be
designed to indicate:
(1) The number of minority and nonminority group members and women employed in each work
classification on the project.
(2) The Progress and efforts being made in cooperation with unions to increase employment
opportunities for minorities and women (applicable only to contractors who rely in whole or in part
on unions as a source of their work force).
(3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading
minority and female employees, and
(4) The progress and efforts being made in securing the services of minority group subcontractors or
subcontractors with meaningful minority and female representation among their employees.
b. All such records must be retained for a period of three years following completion of the contract work
and shall be available at reasonable times and places for inspection by authorized representatives of
the State highway agency and the Federal Highway Administration.
c. The Contractors will submit an annual report to the State highway agency each July for the duration
of the project, indicating the number of minority, women, and non -minority group employees currently
engaged in each work classification required by the contract work. This information is to be reported
on Form PR 1391.
February 09, 2007
U.S. DEPT. OF LABOR,
DAVIS BACON MINIMUM WAGES, COLORADO
GENERAL DECISION NUMBERS C0070014 AND C0070015
HIGHWAY CONSTRUCTION
NOTICE
This is a standard special provision that revises or modifies CDOT's Standard
Specifications for Road and Bridge Construction. It has gone through a formal review
and approval process and has been issued by CDOT's Project Development Branch with
formal instructions for its use on CDOT construction projects. It is to be used as written
without change. Do not use modified versions of this special provision on CDOT
construction projects, and do not use this special provision on CDOT projects in a
manner other than that specified in the instructions, unless such use is first approved by
the Standards and Specification Unit of the Project Development Branch. The
instructions for use on CDOT construction projects appear below.
Other agencies which use the Standard Specifications for Road and Bridge Construction
to administer construction projects may use this special provision as appropriate and at
their own risk.
Instructions for use on CDOT construction projects:
Use this standard special provision on all federal -aid projects with contracts exceeding
$2000, except for projects on roadways classified as local roads or rural minor
collectors, which are exempt.
Oversight / NHS
FHWA FULL OVERSIGHT? ■ NO o YES
NATIONAL HIGHWAY SYSTEM? ■ NO ❑ YES
Other Project Information: As Constructed
Project Number: SRTS M455-076
Project Code: 15959 No Revisions:
Construction Project Name: Revised:
WEST MULBERRY SIDEWALK IMPROVEMENT PROJECT V,;A
DEPARTMENT OF TRANSPORTATION
STATE OF COLORADO
HIGHWAY CONSTRUCTION BID PLANS OF PROPOSED
FEDERAL AID PROJECT NO. SRTS M455-076
WEST MULBERRY SIDEWALK IMPROVEMENT PROJECT
CITY OF FORT COLLINS - LARIMER COUNTY
CONSTRUCTION PROJECT CODE NO. 15959
SHEET. IDENTIFICATION SHEET NO
01wXMI�h(110
PROJECT LOCATION MAP
2
PROJECT DESCRIPTION
3
TYPICAL SECTIONS
4
SUMMARY OF APPROXIMATE QUANTITIES
5-7
COST ESTIMATE
8
TRAFFIC CONTROL PLAN
9
STORMWATER MANAGEMENT PLAN
10
ACCESS RAMP DETAILS
1603
TRUNCATED DOME WARNING DETAIL
1607
[—i
i�
O
Index
of Kevisions
l.ontract lniormatlon
City Of Fort. Collins
Contractor: VOGEL CONCRETE
Resident Engineer:
Project Engineer. KURT RAVENSCHLAG
PROJECT STARTED: ACCEPTED:
Comments:
Index of Sheets
Computer File Information
Project No./Code
Creation Date: 11 /28/06 Initials: ERK
SRTS M455-076
Last Modification Date: 03 26 07 Initials: ERK
Designer: ERK
O�
Re ion: 4
Full Path: H:\PED PLANNING\MULBERRY SAFE ROUTE
15959
Detailer: ERK
Unit Leader: WT
Drawing File Name: TITLE SHEEr.DWG
Aaad Ver. 2005 Scale: NA Units: ENGLISH
Sheet: 1
-1-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 02-09-07
GENERAL DECISION NUMBERS CO070014 AND CO070015. HIGHWAY CONSTRI JCTTON
Decision Nos. CO070014 and CO070015 dated February 09, 2007
Modifications
ID
supersedes Decision Nos. CO030014 and CO030015 dated June 13,
2003.
When work within a project is located in two or more counties and
the minimum wages and fringe benefits are different for one or more
job classifications, the higher minimum wages and fringe benefits
shall apply throughout the project.
General Decision No. CO070014 applies to the following counties: Adams, Arapahoe, Boulder, Denver, Douglas, El Paso,
Jefferson, Larimer, Mesa, Pueblo, and Weld counties.
General Decision No. CO070014
The wage and fringe benefits listed below reflect collectively bargained rates.
Code
Classification
Basic Hourly
Fringe Benefits
Last
Rate
Mod
ELECTRICIANS:
1200
Electrical work $150,000 or less (Pueblo county)
22.14
8.85 + 3%
1201
Electrical work over $150,000 (Pueblo county)
26.04
8.85 + 3%
1202
Electricians (Adams, Arapahoe, Boulder, Denver, Douglas,
28.91
10.33
Jefferson, Larimer, and Weld counties)
1203
Electricians (El Paso county)
25.80
11.70 + 3%
1204
Electricians (Mesa county)
19.81
8.54
1205
Traffic Signal Installer (Zone 1)
22.91
1.75 + 13%
1206
Traffic Signal Installer (Zone 2)
25.91
1.75 + 13%
Traffic Installer Zone Definitions
Zone 1 — Within a 35 mile radius measured from the addresses
of the following cities:
Colorado Springs - Nevada & Bijou
Denver - Ellsworth Avenue & Broadway
Ft. Collins - Prospect & College
Grand Junction - 12th & North Avenue
Pueblo - 1-25 & Highway 50
Zone 2 - All work outside these areas.
POWER EQUIPMENT OPERATORS:
1300
Asphalt Screed
20.67
7.22
1301
Bituminous or Asphalt Spreader/Laydown Machine
20.67
7.22
1302
Bulldozer
20.67
7.22
-2-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 02-09-07
GENERAL DECISION NUMBERS C0070014 AND C0070015. HIGHWAY CONSTRUCTION
General Decision No. C0070014
The wage and fringe benefits listed below reflect collectively bargained rates.
Code
Classification
Basic Hourly
Fringe Benefits
Last
Rate
Mod
POWER EQUIPMENT OPERATORS (cont.):
Crane:
1305
50 tons and under
20.82
7.22
1306
51 to 90 tons
20.97
7.22
1307
91 to 140 tons
21.12
7.22
1308
141 tons and over
21.88
7.22
Drill Operator:
1309
William MF/Watson 2500 only
20.97
7.22
Grader/Blade:
1310
Rough
20.67
7.22
1311
Finish
20.97
7.22
Loader:
7.22
1312
Barber Green, etc., 6 cubic yards and under
20.67
7.22
1313
Over 6 cubic yards
20.82
7.22
Mechanic and/or Welder (Includes heavy duty and combination
mechanic and welder):
7.22
1314
Mechanic and/or Welder
20.82
7.22
1315
Mechanic/Welder (Heavy duty)
20.97
7.22
1316
Oiler
19.97
7.22
Power Broom:
7.22
1317
Under 70 HP
19.97
7.22
1318
70 HP and over
20.67
7.22
Roller (excluding dirt and soil compaction):
7.22
1319
Self-propelled, rubber tires under 5 tons
20.32
7.22
1320
Self-propelled, all types over 5 tons
20.67
7.22
Scraper:
T22
1321
Single bowl under 40 cubic yards
20.82
7.22
1322
Single bowl including pups 40 cubic yards and tandem bowls
20.97
7.22
and over
1323
Trackhoe
20.82
7.22
1324
Water Truck
20.82
7.22
-3-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 02-09-07
GENERAL DECISION NUMBERS C0070014 AND C0070015. HIGHWAY CONSTRUCTION
General Decision No. C0070014
The wage and fringe benefits listed below reflect collectively bargained rates.
Code
Classification
Basic Hourly
Fringe Benefits
Last
Rate
Mod
Laborers:
Asphalt Laborer/Raker, Common Laborer,
1400
and Concrete Laborer/Mason Tender
16.29
4.25
General Decision No. C0070014
The wage and fringe benefits listed below do not reflect collectively bargained rates.
1500
Bricklayers
15.55
2.85
Carpenters:
1600
Form Work (Excluding curbs and gutters)
16.54
3.90
1601
All other work
16.61
3.88
1700
Concrete Finishers/Cement Masons
16.05
3.00
Ironworkers:
1900
Reinforcing
16.69
5.45
1901
Bridge Rail (Excludes guardrail)
18.22
6.01
Laborers:
2001
Fence Erector (Includes fencing on bridges)
13.02
3.20
2002
Form Work (Curbs and gutters only)
11.85
3.45
2003
Guardrail Erector (Excludes bridgerail)
12.89
3.20
2004
Landscape and Irrigation Laborer
12.26
3.16
2005
Pipelayer
13.55
2.41
2006
Striping Laborer (Pre -form layout and removal of pavement
12.62
3.21
markings)
2007
Traffic Director/Flagger
9.55
3.05
2008
Traffic and Sign Laborer (Sets up barricades and cones,
3.22
and installs permanent signs)12.43
PAINTERS
2100
Brush
16.94
2.10
2101
Spray
16.99
2.87
POWER EQUIPMENT OPERATORS:
2200
Backhoes
16.54
4.24
2201
Bobcat/Skid Loader
15.37
4.28
2202
Concrete Pump Operator
16.52
4.30
-4-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 02-09-07
GENERAL DECISION NUMBERS C0070014 AND C0070015_ HIGHWAY CONSTRUCTION
General Decision No. C0070014
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Fringe Benefits
Last
Rate
Mod
POWER EQUIPMENT OPERATORS (coat.):
Drill Operator:
2203
All except William MF/Watson 2500
16.74
2.66
2204
Forklift
15.91
4.09
2205
Rotomill Operator
16.22
4.41
2206
Post Driver/Punch Machine
16.07
4.41
2207
Tractor
13.13
2.95
2208
Compactor (Dirt and soil only)
16.70
3.30
Groundman (Traffic signalization)
2301
Class C
11.44
3.25
Truck Drivers:
2400
Floats -Semi Truck
14.86
3.08
2401
Multipurpose Truck - Specialty & Hoisting
14:35
3.49
2402
Truck Mechanic
16.91
3.01
2403
Pickup Truck (Includes Pilot and Sign/Barricade Truck)
13.93
3.68
2405
Single Axle Truck
14.24
3.77
2406
Distributor Truck
15.80
5.27
2407
Dump Truck:
2408
14 cubic yards and under
14.93
5.27
2409
15 to 29 cubic yards
15.27
5.27
2410
30 to 79 cubic yards
15.80
5.27
2411
80 cubic yards and over
16.45
5.27
2412
Low Boy Truck
17.25
5.27
WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.
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 [29 CFR 5.5(a)(1)(ii)J.
END OF GENERAL DECISION NUMBER C0070014,
-5-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 02-09-07
GENERAi. DECigTON NIiMRRRC Cnn7ooiA ANr) CYM7nf)l C T4TrPA7JA V rnATeTDTT!"rTnXT
General Decision No. CO070015 applies to the following counties: Alamosa, Archuleta, Baca, Bent, Chaffee, Cheyenne,
Clear Creek, Conejos, Costilla, Crowley, Custer, Delta, Dolores, Eagle, Elbert, Fremont, Garfield, Gilpin, Grand,
Gunnison, Hinsdale, Huerfano, Jackson, Kiowa, Kit Carson, La Plata, Lake, Las Animas, Lincoln, Logan, Mineral, Moffat,
Montezuma, Montrose, Morgan, Otero, Ouray, Park, Phillips, Pitkin, Prowers, Rio Blanco, Rio Grande, Routt, Saguache,
San Juan, San Miguel, Sedgwick, Summit, Teller, Washington, and Yuma counties.
When work within a project is located in two or more counties, and the minimum wages and fringe benefits are different
for one or more job classifications, the higher minimum wages and fringe benefits shall apply throughout the project.
General Decision No. CO070015
The wage and fringe benefits listed below reflect collectively bargained rates.
Code
Classification
Basic Hourly
Fringe Benefits
Last
Rate
Mod
ELECTRICIANS: (Including traffic signal installation)
Electrical work $150,000 or less (Alamosa, Archuleta, Baca,
3200
Bent, Chaffee, Conejos, Costilla, Crowley, Custer, Fremont,
22.14
8.85 + 3%
Huerfano, Kiowa, Las Animas, Mineral, Otero, Prowers, Rio
Grande, and Saguache counties)
Electrical work over $150,000 (Alamosa, Archuleta, Baca,
3201
Bent, Chaffee, Conejos, Costilla, Crowley, Custer, Fremont,
26.04
8.85 + 3%
Huerfano, Kiowa, Las Animas, Mineral, Otero, Prowers, Rio
Grande, and Saguache counties)
Electricians (Clear Creek, Eagle, Gilpin, Grand, Jackson, Lake,
3202
Logan, Morgan, Phillips, Sedgwick, Summit, Washington,
28.91
10.33
and Yuma counties)
3203
Electricians (Cheyenne, Elbert, Kit Carson, Lincoln, Park,
and Teller counties)
25.80
11.70+ 3%
Electricians (Dolores, Garfield, Gunnison, Hinsdale, La Plata,
3204
Moffat, Montezuma, Ouray, Pitkin, Rio Blanco, Routt, San Juan,
27.46
8.73
and San Miguel counties)
3205
Electricians (Delta and Montrose counties)
19.81
8.54
3206
Traffic Signal Installer (Zone 1)
22.91
1.75 + 13%
3207
Traffic Signal Installer (Zone 2)
25.91
1.75 + 13%
Traffic Installer Zone Definitions
Zone I — Within a 35 mile radius measured from the addresses
of the following cities:
Colorado Springs - Nevada & Bijou
Denver - Ellsworth Avenue & Broadway
Ft. Collins - Prospect & College
Grand Junction - 12th & North Avenue
Pueblo - I-25 & Highway 50
Zone 2 - All work outside these areas.
-6-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 02-09-07
GENERAL. DECISION NUMBERS C0070014 AND C0070015_ HIGHWAY CONSTRUCTION
General Decision No. C0070015
The wage and fringe benefits listed below reflect collectively bargained rates.
Code
Classification
Basic Hourly
Fringe Benefits
Last
Rate
Mod
POWER EQUIPMENT OPERATORS:
3300
Bituminous or Asphalt Spreader/Laydown Machine
20.67
7.22
3301
Bulldozer
20.67
7.22
Crane:
3302
50 tons and under
20.82
7.22
3303
51 to 90 tons
20.97
7.22
3304
91 to 140 tons
21.12
7.22
3305
141 tons and over
21.88
7.22
3306
Grade Checker
20.82
7.22
Loader:
7.22
3307
Barber Green, etc., 6 cubic yards and under
20.67
7.22
3308
Over 6 cubic yards
20.82
7.22
Roller (excluding dirt and soil compaction):
3309
Self-propelled, rubber tires under 5 tons
20.32
7.22
3310
Self-propelled, all types over 5 tons
20.67
7.22
3311
Trackhoe
20.82
7.22
3312
Oiler
19.97
7,22
3313
Water Wagon
20.82
7.22
General Decision No. C0070015
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Carpenters:
3600
Form Building and Setting (Excluding curbs and gutters)
15.92
5.38
3601
All other work
16.30
3.71
3700
Concrete Finishers/Cement Masons
15.55
2.85
3800
Groundman (Traffic signalization)
11.57
3.50
Ironworkers:
3900
Reinforcing
16.94
6.77
3901
Bridge Rail (Excluding guardrail)
16.76
6.01
-7-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 02-09-07
GENERAL DECISION NUMBERS CO070014 AND CO070015, HIGHWAY CONSTRUCTION
General Decision No. CO070015
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Fringe Benefits
Last
Rate
Mod
Laborers:
4000
Asphalt Laborer/Raker
12.40
2.92
4001
Common
12.44
3.53
4002
Concrete Laborer/Mason Tender
12.44
3.10
4003
Striping -Paint Laborer (Pre -form layout and removal of
12.90
3.07
pavement markings)
4004
Traffic Director/Flagger
9.42
3.21
4005
Traffic/Sign Laborer (Sets up barricades and cones,
12.39
3.20
and installs permanent signs)
4007
Guardrail (Excludes bridgerail)
12.78
3.31
4008
Formwork (Curbs and gutters only)
12.92
4.54
4009
Landscape Laborer (Including irrigation work)
12.21
3.16
Painters:
4100
Spray
17.54
3.52
POWER EQUIPMENT OPERATORS:
4200
Asphalt Plant
17.23
1.20
4201
Asphalt Screed
16.21
3.76
4202
Backhoe
16.42
4.42
4203
Compactor (Dirt and soil only)
16.52
3.13
4204
Grader/Blade
16.39
4.20
4205
Mechanic and or Welder (Includes heavy duty and combination
16.74
4.20
mechanic welder)
4206
Post Driver/Punch Machine
16.07
4.41
4207
Rotomill Operator
16.28
4.41
4209
Scraper
17.62
3.16
-8-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 02-09-07
GENERAL DECISION NUMBERS C0070014 AND C0070015. HIGHWAY CONSTRUCTION
General Decision No. C0070015
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Fringe Benefits
Last
Rate
Mod
Truck Drivers:
4400
Dump
14.15
3.83
4401
Low Boy
15.07
4.56
4402
Truck Mechanic
15.97
4.61
4403
Multipurpose Truck -Specialty and Hoisting
14.60
3.49
4404
Pickup (Including pilot car)
14.04
3.49
4405
Water Truck
14.88
2.07
4406
Distributor
15.80
5.27
WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.
L
isted classifications needed for work not included within the scope of the classifications listed may be added after award
y as provided in the labor standards contract clauses [29 CFR 5.5(a)(1)(ii)].
END OF GENERAL DECISION NUMBER C0070015.
-9-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 02-09-07
GENERAL DECISION NUMBERS CO070014 AND CO070015, HIGHWAY CONSTRUCTION
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can be:
♦ an existing published wage determination
♦ a survey underlying a wage determination
♦ a Wage and Hour Division letter setting forth a position on a wage determination matter
♦ a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests for summaries of surveys, should be with the
Wage and Hour Regional Office for the area in which the survey was conducted because those Regional
Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is
not satisfactory, then the process described in 2.) and 3.) should be followed.
With regard to any other matter not yet ripe for the formal process described here, initial contact should be
with the Branch of construction wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, D.C. 20210
2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7).
Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, D.C. 20210
The request should be accompanied by a full statement of the interested party's position and by 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, D.C. 20210
4.) All Decisions of the Administrative review board are final.
August 1, 2005
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
NOTICE
This is a standard special provision that revises or modifies CDOT's Standard
Specifications for Road and Bridge Construction. It has gone through a formal review
and approval process and has been issued by CDOT's Project Development Branch with
formal instructions for its use on MOT construction projects. It is to be used as written
without change. Do not use modified versions of this special provision on MOT
construction projects, and do not use this special provision on MOT projects in a
manner other than that specified in the instructions unless such use is first approved by
the Standards and Specifications Unit of the Project Development Branch. The
instructions for use on MOT construction projects appear below.
Other agencies which use the Standard Specifications for Road and Bridge Construction
to administer construction projects may use this special provision as appropriate and at
their own risk.
Instructions for use on CDOT construction projects:
Use this standard special provision on federal aid projects.
r
z W. Vine Dr.
Laporte Ave.
W. Mulberry St.
ai
Q
:F PROJECTLOCATION
As Constructed
No Revisions:
Revised:
E. Vine Dr.
E. Mulberry St.
W. Prospect Rd.
E. Prospect Rd.
af
—
N
V
N
Q
Of
=
a�
o
�
w
b
F-
t
Ln
W
—
C/'
L/i
W. Drake Rd.
"'
E
vi
a;
>
Q
rd
M
E. Harmony Rd.
PROJECT LOCATION MAP L,om uTer rile 1nTormaTlon Project No./Code
Creation Date: 11/30/06 Initials: ERK
Designer. ERK OT Region: 4 Last Modificolion Date: 03 26 07 Initials: ERK SRTS M455-076
Detoiler. ERK Unit Leader. yyT Fall Path: H:\PED PLANNING\MULBERRY SAFE ROUTE 15959
Drawing File Name: PROJECT LOCATION.DWG
Acad Ver. 2005 Scale: NA Units: ENGLISH Sheet: 2
August 1, 2005
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
Attached is Form FHWA 1273 titled Required Contract Provisions Federal -Aid Construction Contracts. As
described in Section I. General, the provisions of Form FHWA 1273 apply to all work performed under the
Contract and are to be included in all subcontracts.
XI.
XII
August 1, 2005
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
FHWA-1273 Electronic version — March 10, 1994
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
Page a. discriminate against labor from any other State, posses -
General.........................................................1 sion, or territory of the United States (except for employment
Nondiscrimination............................................1 preference for Appalachian contracts, when applicable, as
Nonsegrated Facilities......................................3 specified in Attachment A), or
Payment of Predetermined Minimum Wage .......... 3
Statements and Payrolls...................................6
Record of Materials, Supplies, and Labor.............6
GeneralSubletting or Assigning the Contract ......... 7
Safety: Accident Prevention...............................7
False Statements Concerning Highway Projects. ..7
Implementation of Clean Air Act and Federal
Water Pollution Control Act................................8
Certification Regarding Debarment, Suspension......
Ineligibility, and Voluntary Exclusion..................8
Certification Regarding Use of Contract Funds for...
Lobbying......................................................9
ATTACHMENTS
A. Employment Preference for Appalachian Contracts
(included in Appalachian contracts only)
I. GENERAL
1. These contract provisions shall apply to all work performed
on the contract by the contractors own organization and with the
assistance of workers under the contractors immediate superin-
tendence and to all work performed on the contract by piecework,
station work, or by subcontract.
2. Except as otherwise provided for in each section, the contrac-
tor shall insert in each subcontract all of the stipulations contained
in these Required Contract Provisions, and further require their
inclusion in any lower tier subcontract or purchase order that may
in turn be made. The Required Contract Provisions shall not be
incorporated by reference in any case. The prime contractor shall
be responsible for compliance by any subcontractor or lower tier
subcontractor with these Required Contract Provisions.
3. A breach of any of the stipulations contained in these
Required Contract Provisions shall be sufficient grounds for
termination of the contract.
4. A breach of the following clauses of the Required Contract
Provisions may also be grounds for debarment as provided in 29
CFR 5.12:
Section I, paragraph 2;
Section IV, paragraphs 1, 2, 3, 4, and 7;
Section V, paragraphs 1 and 2a through 2g.
5. Disputes arising out of the labor standards provisions of
Section IV (except paragraph 5) and Section V of these Required
Contract Provisions shall not be subject to the general disputes
clause of this contract. Such disputes shall be resolved in accor-
dance with the procedures of the U.S. Department of Labor (DOL)
as set forth in 29 CFR 5, 6, and 7. Disputes within the meaning of
this clause include disputes between the contractor (or any of its
subcontractors) and the contracting agency, the DOL, or the
contractors employees or their representatives.
6. Selection of Labor: During the performance of this contract,
the contractor shall not:
b. employ convict labor for any purpose within the limits of
the project unless it is labor performed by convicts who are on
parole, supervised release, or probation.
II. NONDISCRIMINATION
(Applicable to all Federal -aid construction contracts and to all
related subcontracts of $10,000 or more.)
1. Equal Employment Opportunity: Equal employment
opportunity (EEO) requirements not to discriminate and to take
affirmative action to assure equal opportunity as set forth under
laws, executive orders, rules, regulations (28 CFR 35, 29 CFR
1630 and 41 CFR 60) and orders of the Secretary of Labor as
modified by the provisions prescribed herein, and imposed
pursuant to 23 U.S.C. 140 shall constitute the EEO and specific
affirmative action standards for the contractors project activities
under this contract. The Equal Opportunity Construction Contract
Specifications set forth under 41 CFR 60-4.3 and the provisions of
the American Disabilities Act of 1990 (42 U.S.C. 12101 et sec.) set
forth under 28 CFR 35 and 29 CFR 1630 are incorporated by
reference in this contract. In the execution of this contract, the
contractor agrees to comply with the following minimum specific
requirement activities of EEO:
a. The contractor will work with the State highway agency
(SHA) and the Federal Government in carrying out EEO obligations
and in their review of his/her activities under the contract.
b. The contractor will accept as his operating policy the
following statement:
"It is the policy of this Company to assure that applicants
are employed, and that employees are treated during
employment, without regard to their race, religion, sex,
color, national origin, age or disability. Such action shall
include: 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, preapprenticeship,
and/or on-the-job training."
2. EEO Officer: The contractor will designate and make known
to the SHA contracting officers an EEO Officer who will have the
responsibility for and must be capable of effectively administering
and promoting an active contractor program of EEO and who must
be assigned adequate authority and responsibility to do so.
3. Dissemination of Policy: All members of the contractor's
staff who are authorized to hire, supervise, promote, and discharge
employees, or who recommend such action, or who are
substantially involved in such action, will be made fully cognizant
of, and will implement, the contractor's EEO policy and contractual
responsibilities to provide EEO in each grade and classification of
employment. To ensure that the above agreement will be met, the
following actions will be taken as a minimum:
a. Periodic meetings of supervisory and personnel office
employees will be conducted before the start of work and then not
less often than once every six months, at which time the contract-
ors EEO policy and its implementation will be reviewed and
explained. The meetings will be conducted by the EEO Officer.
3
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
b. All new supervisory or personnel office employees will be
given a thorough indoctrination by the EEO Officer, covering all
major aspects of the contractor's EEO obligations within thirty days
following their reporting for duty with the contractor.
c. All personnel who are engaged in direct recruitment for
the project will be instructed by the EEO Officer in the contractor's
procedures for locating and hiring minority group employees.
d. Notices and posters setting forth the contractor's EEO
policy will be placed in areas readily accessible to employees,
applicants for employment and potential employees.
e. The contractor's EEO policy and the procedures to
implement such policy will be brought to the attention of employees
by means of meetings, employee handbooks, or other appropriate
means.
4. Recruitment: When advertising for employees, the contrac-
tor will include in all advertisements for employees the notation:
"An Equal Opportunity Employer." All such advertisements will be
placed in publications having a large circulation among minority
groups in the area from which the project work force would
normally be derived.
a. The contractor will, unless precluded by a valid bargaining
agreement, conduct systematic and direct recruitment through
public and private employee referral sources likely to yield qualified
minority group applicants. To meet this requirement, the contractor
will identify sources of potential minority group employees, and
establish with such identified ,sources procedures whereby minority
group applicants may be referred to the contractor for employment
consideration.
b. In the event the contractor has a valid bargaining agree-
ment providing for exclusive hiring hall referrals, he is expected to
observe the provisions of that agreement to the extent that the
system permits the contractor's compliance with EEO contract
provisions. (The DOL has held that where implementation of such
agreements have the effect of discriminating against minorities or
women, or obligates the contractor to do the same, such imple-
mentation violates Executive Order 11246, as amended.)
c. The contractor will encourage his present employees to
refer minority group applicants for employment. Information and
procedures with regard to referring minority group applicants will be
discussed with employees.
5. Personnel Actions: Wages, working conditions, and
employee benefits shall be established and administered, and
personnel actions of every type, including hiring, upgrading,
promotion, transfer, demotion, layoff, and termination, shall be
taken without regard to race, color, religion, sex, national origin,
age or disability. The following procedures shall be followed:
a. The contractor will conduct periodic inspections of project
sites to insure that working conditions and employee facilities do
not indicate discriminatory treatment of project site personnel.
b. The contractor will periodically evaluate the spread of
wages paid within each classification to determine any evidence of
discriminatory wage practices.
c. The contractor will periodically review selected personnel
actions in depth to determine whether there is evidence of discrimi-
nation. Where evidence is found, the contractor will promptly take
corrective action. If the review indicates that the discrimination
may extend beyond the actions reviewed, such corrective action
shall include all affected persons.
d. The contractor will promptly investigate all complaints of
alleged discrimination made to the contractor in connection with his
August 1,2005
obligations under this contract, will attempt to resolve such com-
plaints, and will take appropriate corrective action within a reason-
able time. If the investigation indicates that the discrimination may
affect persons other than the complainant, such corrective action
shall include such other persons. Upon completion of each
investigation, the contractor will inform every complainant of all of
his avenues of appeal.
6. Training and Promotion:
a. The contractor will assist in locating, qualifying, and
increasing the skills of minority group and women employees, and
applicants for employment.
b. Consistent with the contractor's work force requirements
and as permissible under Federal and State regulations, the
contractor shall make full use of training programs, i.e., appren-
ticeship, and on-the-job training programs for the geographical
area of contract performance. Where feasible, 25 percent of
apprentices or trainees in each occupation shall be in their first
year of apprenticeship or training. In the event a special provision
for training is provided under this contract, this subparagraph will
be superseded as indicated in the special provision.
c. The contractor will advise employees and applicants for
employment of available training programs and entrance require-
ments for each.
d. The contractor will periodically review the training and
promotion potential of minority group and women employees and .
will encourage eligible employees to apply for such training and
promotion.
7. Unions: If the contractor relies in whole or in part upon
unions as a source of employees, the contractor will use his/her
best efforts to obtain the cooperation of such unions to increase
opportunities for minority groups and women within the unions, and
to effect referrals by such unions of minority and female
employees. Actions by the contractor either directly or through a
contractor's association acting as agent will include the procedures
set forth below:
a. The contractor will use best efforts to develop, in coopera-
tion with the unions, joint training programs aimed toward qualifying
more minority group members and women for membership in the
unions and increasing the skills of minority group employees and
women so that they may qualify for higher paying employment.
b. The contractor will use best efforts to incorporate an EEO
clause into each union agreement to the end that such union will
be contractually bound to refer applicants without regard to their
race, color, religion, sex, national origin, age or disability.
c. The contractor is to obtain information as to the referral
practices and policies of the labor union except that to the extent
such information is within the exclusive possession of the labor
union and such labor union refuses to furnish such information to
the contractor, the contractor shall so certify to the SHA and shall
set forth what efforts have been made to obtain such information.
d. In the event the union is unable to provide the contractor
with a reasonable flow of minority and women referrals within the
time limit set forth in the collective bargaining agreement, the
contractor will, through independent recruitment efforts, fill the
employment vacancies without regard to race, color, religion, sex,
national origin, age or disability; making full efforts to obtain
qualified and/or qualifiable minority group persons and women.
(The DOL has held that it shall be no excuse that the union with
which the contractor has a collective bargaining agreement provid-
ing for exclusive referral failed to refer minority employees.) In the
event the union referral practice prevents the contractor from
meeting the obligations pursuant to Executive Order 11246, as
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
amended, and these special provisions, such contractor shall
immediately notify the SHA.
8. Selection of Subcontractors, Procurement of Materials
and Leasing of Equipment: The contractor shall not discriminate
on the grounds of race, color, religion, sex, national origin, age or
disability in the selection and retention of subcontractors, including
procurement of materials and leases of equipment.
a. The contractor shall notify all potential subcontractors and
suppliers of his/her EEO obligations under this contract.
b. Disadvantaged business enterprises (DBE), as defined in
49 CFR 23, shall have equal opportunity to compete for and
perform subcontracts which the contractor enters into pursuant to
this contract. The contractor will use his best efforts to solicit bids
from and to utilize DBE subcontractors or subcontractors with
meaningful minority group and female representation among their
employees. Contractors shall obtain lists of DBE construction firms
from SHA personnel.
c. The contractor will use his best efforts to ensure subcon-
tractor compliance with their EEO obligations.
9. Records and Reports: The contractor shall keep such
records as necessary to document compliance with the EEO
requirements. Such records shall be retained for a period of three
years following completion of the contract work and shall be
available at reasonable times and places for inspection by autho-
rized representatives of the SHA and the FHWA.
a. The records kept by the contractor shall document the
following:
(1) The number of minority and non -minority group
members and women employed in each work classification on the
project;
(2) The progress and efforts being made in cooperation
with unions, when applicable, to increase employment opportuni-
ties for minorities and women;
(3) The progress and efforts being made in locating,
hiring, training, qualifying, and upgrading minority and female
employees; and
(4) The progress and efforts being made in securing the
services of DBE subcontractors or subcontractors with meaningful
minority and female representation among their employees.
b. The contractors will submit an annual report to the SHA
each July for the duration of the project, indicating the number of
minority, women, and non -minority group employees currently
engaged in each work classification required by the contract work.
This information is to be reported on Form FHWA-1391. If on -the -
job training is being required by special provision, the contractor
will be required to collect and report training data.
III. NONSEGREGATED FACILITIES
(Applicable to all Federal -aid construction contracts and to all
related subcontracts of $10,000 or more.)
a. By submission of this bid, the execution of this contract or
subcontract, or the consummation of this material supply agree-
ment or purchase order, as appropriate, the bidder, Federal -aid
construction contractor, subcontractor, material supplier, or vendor,
as appropriate, certifies that the firm does not maintain or provide
for its employees any segregated facilities at any of its establish-
ments, and that the firm does not permit its employees to perform
their services at any location, under its control, where segregated
facilities are maintained. The firm agrees that a breach of this
certification is a violation of the EEO provisions of this contract.
August 1,2005
The firm further certifies that no employee will be denied access to
adequate facilities on the basis of sex or disability.
b. As used in this certification, the term "segregated facilities"
means any waiting rooms, work areas, restrooms and washrooms,
restaurants and other eating areas, timeclocks, locker rooms, and
other storage or dressing areas, parking lots, drinking fountains,
recreation or entertainment areas, transportation, and housing
facilities provided for employees which are segregated by explicit
directive, or are, in fact, segregated on the basis of race, color,
religion, national origin, age or disability, because of habit, local
custom, or otherwise. The only exception will be for the disabled
when the demands for accessibility override (e.g. disabled
parking).
c. The contractor agrees that it has obtained or will obtain
identical certification from proposed subcontractors or material
suppliers prior to award of subcontracts or consummation of
material supply agreements of $10,000 or more and that it will
retain such certifications in its files.
IV. PAYMENT OF PREDETERMINED MINIMUM WAGE
(Applicable to all Federal -aid construction contracts exceeding
$2,000 and to all related subcontracts, except for projects located
on roadways classified as local roads or rural minor collectors,
which are exempt.)
1. General:
a. All mechanics and laborers employed or working upon
the site of the work will be paid unconditionally and not less often
than once a week and without subsequent deduction or rebate on
any account [except such payroll deductions as are permitted by
regulations (29 CFR 3) issued by the Secretary of Labor under the
Copeland Act (40 U.S.C. 276c)] the full amounts of wages and
bona fide fringe benefits (or cash equivalents thereof) due at time
of payment. The payment shall be computed at wage rates not
less than those contained in the wage determination of the
Secretary of Labor (hereinafter "the wage determination") which is
attached hereto and made a part hereof, regardless of any
contractual relationship which may be alleged to exist between the
contractor or its subcontractors and such laborers and mechanics.
The wage determination (including any additional classifications
and wage rates conformed under paragraph 2 of this Section IV
and the DOL poster (WH-1321) or Form FHWA-1495) shall be
posted at all times by the contractor and its subcontractors at the
site of the work in a prominent and accessible place where it can
be easily seen by the workers. For the purpose of this Section,
contributions made or costs reasonably anticipated for bona fide
fringe benefits under Section 1(b)(2) of the Davis -Bacon Act (40
U.S.C. 276a) on behalf of laborers or mechanics are considered
wages paid to such laborers or mechanics, subject to the provi-
sions of Section IV, paragraph 3b, hereof. Also, for the purpose of
this Section, regular contributions made or costs incurred for more
than a weekly period (but not less often than quarterly) under
plans, funds, or programs, which cover the particular weekly
period, are deemed to be constructively made or incurred during
such weekly period. Such laborers and mechanics shall be paid
the appropriate wage rate and fringe benefits on the wage
determination for the classification of work actually performed,
without regard to skill, except as provided in paragraphs 4 and 5 of
this Section IV.
b. Laborers or mechanics performing work in more than one
classification may be compensated at the rate specified for each
classification for the time actually worked therein, provided, that the
employer's payroll records accurately set forth the time spent in
each classification in which work is performed.
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
c. All rulings and interpretations of the Davis -Bacon Act and
related ads contained in 29 CFR 1, 3, and 5 are herein incorpo-
rated by reference in this contract.
2. Classification:
a. The SHA contracting officer shall require that any class of
laborers or mechanics employed under the contract, which is not
listed in the wage determination, shall be classified in conformance
with the wage determination.
b. The contracting officer shall approve an additional
classification, wage rate and fringe benefits only when the following
criteria have been met:
(1) the work to be performed by the additional classifi-
cation requested is not performed by a classification in the wage
determination;
(2) the additional classification is utilized in the area by
the construction industry;
(3) the proposed wage rate, including any bona fide
fringe benefits, bears a reasonable relationship to the wage rates
contained in the wage determination; and
(4) with respect to helpers, when such a classification
prevails in the area in which the work is performed.
c. If the contractor or subcontractors, as appropriate, the
laborers and mechanics (if known) to be employed in the additional
classification or their representatives, and the contracting officer
agree on the classification and wage rate (including the amount
designated for fringe benefits where appropriate), a report of the
action taken shall be sent by the contracting officer to the DOL,
Administrator of the Wage and Hour Division, Employment Stan-
dards Administration, Washington, D.C. 20210. The Wage and
Hour Administrator, or an authorized representative, will approve,
modify, or disapprove every additional classification action within
30 days of receipt and so advise the contracting officer or will notify
the contracting officer within the 30-day period that additional time
is necessary.
d. In the event the contractor or subcontractors, as appro-
priate, the laborers or mechanics to be employed in the additional
classification or their representatives, and the contracting officer do
not agree on the proposed classification and wage rate (including
the amount designated for fringe benefits, where appropriate), the
contracting officer shall refer the questions, including the views of
all interested parties and the recommendation of the contracting
officer, to the Wage and Hour Administrator for determination.
Said Administrator, or an authorized representative, will issue a
determination within 30 days of receipt and so advise the
contracting officer or will notify the contracting officer within the 30-
day period that additional time is necessary
e. The wage rate (including fringe benefits where appropri-
ate) determined pursuant to paragraph 2c or 2d of this Section IV
shall be paid to all workers performing work in the additional
classification from the first day on which work is performed in the
classification.
3. Payment of Fringe Benefits:
a. Whenever the minimum wage rate prescribed in the
contract for a class of laborers or mechanics includes a fringe
benefit which is not expressed as an hourly rate, the contractor or
subcontractors, as appropriate, shall either pay the benefit as
stated in the wage determination or shall pay another bona fide
fringe benefit or an hourly case equivalent thereof.
August 1,2005
b. If the contractor or subcontractor, as appropriate, does
not make payments to a trustee or other third person, he/she may
consider as a part of the wages of any laborer or mechanic the
amount of any costs reasonably anticipated in providing bona fide
fringe benefits under a plan or program, provided, that the Secre-
tary of Labor has found, upon the written request of the contractor,
that the applicable standards of the Davis -Bacon Act have been
met. The Secretary of Labor may require the contractor to set
aside in a separate account assets for the meeting of obligations
under the plan or program.
4. Apprentices and Trainees (Programs of the U.S. DOL)
and Helpers:
a. Apprentices:
(1) Apprentices will be permitted to work at less than the
predetermined rate for the work they performed when they are
employed pursuant to and individually registered in a bona fide
apprenticeship program registered with the DOL, Employment and
Training Administration, Bureau of Apprenticeship and Training, or
with a State apprenticeship agency recognized by the Bureau, or if
a person is employed in his/her first 90 days of probationary
employment as an apprentice in such an apprenticeship program,
who is not individually registered in the program, but who has been
certified by the Bureau of Apprenticeship and Training or a State
apprenticeship agency (where appropriate) to be eligible for
probationary employment as an apprentice.
(2) The allowable ratio of apprentices to journeyman -
level employees on the job site in any craft classification shall not
be greater than the ratio permitted to the contractor as to the entire
work force under the registered program. Any employee listed on
a payroll at an apprentice wage rate, who is not registered or
otherwise employed as stated above, shall be paid not less than
the applicable wage rate listed in the wage determination for the
classification of work actually performed. In addition, any appren-
tice performing work on the job site in excess of the ratio permitted
under the registered program shall be paid not less than the
applicable wage rate on the wage determination for the work
actually performed. Where a contractor or subcontractor is
performing construction on a project in a locality other than that in
which its program is registered, the ratios and wage rates (ex-
pressed in percentages of the journeyman -level hourly rate)
specified in the contractor's or subcontractor's registered program
shall be observed.
(3) Every apprentice must be paid at not less than the
rate specified in the registered program for the apprentice's level of
progress, expressed as a percentage of the journeyman -level
hourly rate specified in the applicable wage determination.
Apprentices shall be paid fringe benefits in accordance with the
provisions of the apprenticeship program. If the apprenticeship
program does not specify fringe benefits, apprentices must be paid
the full amount of fringe benefits listed on the wage determination
for the applicable classification. If the Administrator for the Wage
and Hour Division determines that a different practice prevails for
the applicable apprentice classification, fringes shall be paid in
accordance with that determination.
(4) In the event the Bureau of Apprenticeship and
Training, or a State apprenticeship agency recognized by the
Bureau, withdraws approval of an apprenticeship program, the
contractor or subcontractor will no longer be permitted to utilize
apprentices at less than the applicable predetermined rate for the
comparable work performed by regular employees until an accept-
able program is approved.
b. Trainees:
(1) Except as provided in 29 CFR 5.16, trainees will not
be permitted to work at less than the predetermined rate for the
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
work performed unless they are employed pursuant to and
individually registered in a program which has received prior
approval, evidenced by formal certification by the DOL, Employ-
ment and Training Administration.
(2) The ratio of trainees to journeyman -level employees
on the job site shall not be greater than permitted under the plan
approved by the Employment and Training Administration. Any
employee listed on the payroll at a trainee rate who is not regis-
tered and participating in a training plan approved by the Employ-
ment and Training Administration shall be paid not less than the
applicable wage rate on the wage determination for the classifica-
tion of work actually performed. In addition, any trainee performing
work on the job site in excess of the ratio permitted under the
registered program shall be paid not less than the applicable wage
rate on the wage determination for the work actually performed.
(3) Every trainee must be paid at not less than the rate
specified in the approved program for his/her level of progress,
expressed as a percentage of the joumeyman-level hourly rate
specified in the applicable wage determination. Trainees shall be
paid fringe benefits in accordance with the provisions of the trainee
program. If the trainee program does not mention fringe benefits,
trainees shall be paid the full amount of fringe benefits listed on the
wage determination unless the Administrator of the Wage and Hour
Division determines that there is an apprenticeship program
associated with the corresponding journeyman -level wage rate on
the wage determination which provides for less than full fringe
benefits for apprentices, in which case such trainees shall receive
the same fringe benefits as apprentices.
(4) In the event the Employment and Training Adminis-
tration withdraws approval of a training program, the contractor or
subcontractor will no longer be permitted to utilize trainees at less
than the applicable predetermined rate for the work performed until
an acceptable program is approved.
c. Helpers:
Helpers will be permitted to work on a project if the
helper classification is specified and defined on the applicable
wage determination or is approved pursuant to the conformance
procedure set forth in Section IV.2. Any worker listed on a payroll
at a helper wage rate, who is not a helper under a approved defini-
tion, shall be paid not less than the applicable wage rate on the
wage determination for the classification of work actually per-
formed.
5. Apprentices and Trainees (Programs of the U.S. DOT):
Apprentices and trainees working under apprenticeship and
skill training programs which have been certified by the Secretary
of Transportation as promoting EEO in connection with Federal -
aid highway construction programs are not subject to the require-
ments of paragraph 4 of this Section IV. The straight time hourly
wage rates for apprentices and trainees under such programs will
be established by the particular programs. The ratio of apprentices
and trainees to journeymen shall not be greater than permitted by
the terms of the particular program.
6. Withholding:
The SHA shall upon its own action or upon written request
of an authorized representative of the DOL withhold, or cause to be
withheld, from the contractor or subcontractor under this contract or
any other Federal contract with the same prime contractor, or any
other Federally -assisted contract subject to Davis -Bacon prevailing
wage requirements which is held by the same prime contractor, as
much of the accrued payments or advances as may be considered
necessary to pay laborers and mechanics, including apprentices,
trainees, and helpers, employed by the contractor or any subcon-
tractor the full amount of wages required by the contract. In the
August 1, 2005
event of failure to pay any laborer or mechanic, including any
apprentice, trainee, or helper, employed or working on the site of
the work, all or part of the wages required by the contract, the SHA
contracting officer may, after written notice to the contractor, take
such action as may be necessary to cause the suspension of any
further payment, advance, or guarantee of funds until such
violations have ceased.
7. Overtime Requirements:
No contractor or subcontractor contracting for any part of
the contract work which may require or involve the employment of
laborers, mechanics, watchmen, or guards (including apprentices,
trainees, and helpers described in paragraphs 4 and 5 above) shall
require or permit any laborer, mechanic, watchman, or guard in any
workweek in which he/she is employed on such work, to work in
excess of 40 hours in such workweek unless such laborer,
mechanic, watchman, or guard receives compensation at a rate not
less than one -and -one-half times his/her basic rate of pay for all
hours worked in excess of 40 hours in such workweek.
8. Violation:
Liability for Unpaid Wages; Liquidated Damages: In the
event of any violation of the clause set forth in paragraph 7 above,
the contractor and any subcontractor responsible thereof shall be
liable to the affected employee for his/her 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, mechanic,
watchman, or guard employed in violation of the clause set forth in
paragraph 7, in the sum of $10 for each calendar day on which
such employee was required or permitted to work in excess of the
standard work week of 40 hours without payment of the overtime
wages required by the clause set forth in paragraph 7.
9. Withholding for Unpaid Wages and Liquidated Damages:
The SHA shall upon its own action or upon written request
of any authorized representative of the DOL withhold, or cause to
be withheld, from any monies 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 8 above.
V. STATEMENTS AND PAYROLLS
(Applicable to all Federal -aid construction contracts exceeding
$2,000 and to all related subcontracts, except for projects located
on roadways classified as local roads or rural collectors, which are
exempt.)
1. Compliance with Copeland Regulations (29 CFR 3):
The contractor shall comply with the Copeland Regulations of
the Secretary of Labor which are herein incorporated by reference.
2. Payrolls and Payroll Records:
a. Payrolls and basic records relating thereto shall be
maintained by the contractor and each subcontractor during the
course of the work and preserved for a period of 3 years from the
date of completion of the contract for all laborers, mechanics,
apprentices, trainees, watchmen, helpers, and guards working at
the site of the work.
7
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
b. The payroll records shall contain the name, social
security number, and address of each such employee; his or her
correct classification; hourly rates of wages paid (including rates of
contributions or costs anticipated for bona fide fringe benefits or
cash equivalent thereof the types described in Section 1(b)(2)(B) of
the Davis Bacon Act); daily and weekly number of hours worked;
deductions made; and actual wages paid. In addition, for Appala-
chian contracts, the payroll records shall contain a notation indicat-
ing whether the employee does, or does not, normally reside in the
labor area as defined in Attachment A, paragraph 1. Whenever the
Secretary of Labor, pursuant to Section IV, paragraph 3b, has
found that the wages of any laborer or mechanic include the
amount of any costs reasonably anticipated in providing benefits
under a plan or program described in Section 1(b)(2)(B) of the
Davis Bacon Act, the contractor and each subcontractor shall
maintain records which show that the commitment to provide such
benefits is enforceable, that the plan or program is financially
responsible, that the plan or program has been communicated in
writing to the laborers or mechanics affected, and show the cost
anticipated or the actual cost incurred in providing benefits.
Contractors or subcontractors employing apprentices or trainees
under approved programs shall maintain written evidence of the
registration of apprentices and trainees, and ratios and wage rates
prescribed in the applicable programs.
c. Each contractor and subcontractor shall furnish, each
week in which any contract work is performed, to the SHA resident
engineer a payroll of wages paid each of its employees (including
apprentices, trainees, and helpers, described in Section IV, para-
graphs 4 and 5, and watchmen and guards engaged on work
during the preceding weekly payroll period). The payroll submitte,'
shall set out accurately and completely all of the information
required to be maintained under paragraph 2b of this Section V.
This information may be submitted in any form desired. Optional
Form WH-347 is available for this purpose and may be purchased
from the Superintendent of Documents (Federal stock number 029-
005-0014-1), U.S. Government Printing Office, Washington, D.C.
20402. The prime contractor is responsible for the submission of
copies of payrolls by all subcontractors.
d. Each payroll submitted shall be accompanied by a
"Statement of Compliance," signed by the contractor or subcon-
tractor or his/her agent who pays or supervises the payment of the
persons employed under the contract and shall certify the follow-
ing:
(1) that the payroll for the payroll period contains the
information required to be maintained under paragraph 2b of this
Section V and that such information is correct and complete;
(2) that such laborer or mechanic (including each helper,
apprentice, and trainee) employed on the contract during the
payroll period has been paid the full weekly wages earned, without
rebate, either directly or indirectly, and that no deductions have
been made either directly or indirectly from the full wages earned,
other than permissible deductions as set forth in the Regulations,
29 CFR 3;
(3) that each laborer or mechanic has been paid not less
that the applicable wage rate and fringe benefits or cash equivalent
for the classification of worked performed, as specified in the
applicable wage determination incorporated into the contract.
e. The weekly submission of a properly executed certifica-
tion set forth on the reverse side of Optional Form WH-347 shall
satisfy the requirement for submission of the "Statement of
Compliance" required by paragraph 2d of this Section V.
f. The falsification of any of the above certifications may
subject the contractor to civil or criminal prosecution under 18
U.S.C. 1001 and 31 U.S.C. 231,
August 1, 2005
g. The contractor or subcontractor shall make the records
required under paragraph 2b of this Section V available for inspec-
tion, copying, or transcription by authorized representatives of the
SHA, the FHWA, or the DOL, and shall permit such representatives
to interview employees during working hours on the job. If the
contractor or subcontractor fails to submit the required records or
to make them available, the SHA, the FHWA, the DOL, or all may,
after written notice to the contractor, sponsor, applicant, or owner,
take such actions as may be necessary to cause the suspension of
any further payment, advance, or guarantee of funds.
Furthermore, failure to submit the required records upon request or
to make such records available may be grounds for debarment
action pursuant to 29 CFR 5.12.
VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR
1. On all Federal -aid contracts on the National Highway
System, except those which provide solely for the installation of
protective devices at railroad grade crossings, those which are
constructed on a force account or direct labor basis, highway
beautification contracts, and contracts for which the total final
construction cost for roadway and bridge is less than $1,000,000
(23 CFR 635) the contractor shall:
a. Become familiar with the list of specific materials and
supplies contained in Form FHWA-47, "Statement of Materials and
Labor Used by Contractor of Highway Construction Involving
Federal Funds," prior to the commencement of work under this
contract.
b. Maintain a record of the total cost of all materials: and
supplies purchased for and incorporated in the work, and also of
the quantities of those specific materials and supplies listed on
. Form FHWA-47, and in the units shown on Form FHWA-47.
c. Furnish, upon the completion of the contract, to the SHA
resident engineer on Form FHWA-47 together with the data
required in paragraph 1b relative to materials and supplies, a final
labor summary of all contract work indicating the total hours
worked and the total amount earned.
2. At the prime contractor's option, either a single report
covering all contract work or separate reports for the contractor and
for each subcontract shall be submitted.
VII. SUBLETTING OR ASSIGNING THE CONTRACT
1. The contractor shall perform with its own organization
contract work amounting to not less than 30 percent (or a greater
percentage if specified elsewhere in the contract) of the total
original contract price, excluding any specialty items designated by
the State. Specialty items may be performed by subcontract and
the amount of any such specialty items performed may be
deducted from the total original contract price before computing the
amount of work required to be performed by the contractor's own
organization (23 CFR 635).
a. "Its own organization" shall be construed to include only
workers employed and paid directly by the prime contractor and
equipment owned or rented by the prime contractor, with or without
operators. Such term does not include employees or equipment of
a subcontractor, assignee, or agent of the prime contractor.
b. "Specialty Items" shall be construed to be limited to work
that requires highly specialized knowledge, abilities, or equipment
not ordinarily available in the type of contracting organizations
qualified and expected to bid on the contract as a whole and in
general are to be limited to minor components of the overall
contract.
August 1,2005
8
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
2. The contract amount upon which the requirements set forth in
paragraph 1 of Section VII is computed includes the cost of
material and manufactured products which are to be purchased or
produced by the contractor under the contract provisions.
3. The contractor shall furnish (a) a competent superintendent
or supervisor who is employed by the firm, has full authority to
direct performance of the work in accordance with the contract
requirements, and is in charge of all construction operations
(regardless of who performs the work) and (b) such other of its own
organizational resources (supervision, management, and engineer-
ing services) as the SHA contracting officer determines is neces-
sary to assure the performance of the contract.
4. No portion of the contract shall be sublet, assigned or
otherwise disposed of except with the written consent of the SHA
contracting officer, or authorized representative, and such consent
when given shall not be construed to relieve the contractor of any
responsibility for the fulfillment of the contract. Written consent will
be given only after the SHA has assured that each subcontract is
evidenced in writing and that it contains all pertinent provisions and
requirements of the prime contract.
VIII. SAFETY: ACCIDENT PREVENTION
1. In the performance of this contract the contractor shall
comply with all applicable Federal, State, and local laws governing
safety, health, and sanitation (23 CFR 635). The contractor shall
provide all safeguards, safety devices and protective equipment
and take any other needed actions as it determines, or as the SHA
contracting officer may determine; to be reasonably necessary to
protect the life and health of employees on the job and the safety of
the public and to protect property in connection with the
performance of the work covered by the contract.
2. It is a condition of this contract, and shall be made a condition
of each subcontract, which the contractor enters into pursuant to
this contract, that the contractor and any subcontractor shall not
permit any employee, in performance of the contract, to work in
surroundings or under conditions which are unsanitary, hazardous
or dangerous to his/her health or safety, as determined under
construction safety and health standards (29 CFR 1926)
promulgated by the Secretary of Labor, in accordance with Section
107 of the Contract Work Hours and Safety Standards Act
(40 U.S.C. 333).
3. Pursuant to 29 CFR 1926.3, it is a condition of this contract
that the Secretary of Labor or authorized representative thereof,
shall have right of entry to any site of contract performance to
inspect or investigate the matter of compliance with the construc-
tion safety and health standards and to carry out the duties of the
Secretary under Section 107 of the Contract Work Hours and
Safety Standards Act (40 U.S.C. 333).
IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS
In order to assure high quality and durable construction in
conformity with approved plans and specifications and a high
degree of reliability on statements and representations made by
engineers, contractors, suppliers, and workers on Federal -aid
highway projects, it is essential that all persons concerned with the
project perform their functions as carefully, thoroughly, and
honestly as possible. Willful falsification, distortion, or misrepre-
sentation with respect to any facts related to the project is a
violation of Federal law. To prevent any misunderstanding
regarding the seriousness of these and similar acts, the following
notice shall be posted on each Federal -aid highway project (23
CFR 635) in one or more places where it is readily available to all
persons concerned with the project:
NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL -AID
HIGHWAY PROJECTS
18 U.S.C. 1020 reads as follows:
"Whoever, being an officer, agent, or employee of the United
States, or of any State or Territory, or whoever, whether a person,
association, firm, or corporation, knowingly makes any false
statement, false representation, or false report as to the character,
quality, quantity, or cost of the material used or to be used, or the
quantity or quality of the work performed or to be performed, or the
cost thereof in connection with the submission of plans, maps,
specifications, contracts, or costs of construction on any highway
or related project submitted for approval to the Secretary of
Transportation; or
Whoever knowingly makes any false statement, false mpresen-
tation, false report or false claim with respect to the character,
quality, quantity, or cost of any work performed or to be performed,
or materials furnished or to be furnished, in connection with the
construction of any highway or related project approved by the
Secretary of Transportation; or
Whoever knowingly makes any false statement or false repre-
sentation as to material fact in any statement, certificate, or report
submitted pursuant to provisions of the Federal -aid Roads Act
approved July 21, 1916, (39 Stat. 355), as amended and supple-
mented;
Shall be fined not more that $10,000 or imprisoned not more
than 5 years or both."
X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL
WATER POLLUTION CONTROL ACT
(Applicable to all Federal -aid construction contracts and to all
related subcontracts of $100,000 or more.)
By submission of this bid or the execution of this contract, or
subcontract, as appropriate, the bidder, Federal -aid construction
contractor, or subcontractor, as appropriate, will be deemed to
have stipulated as follows:
1. That any facility that is or will be utilized in the performance of
this contract, unless such contract is exempt under the Clean Air
Act, as amended (42 U.S.C. 1857 at seq., as amended by Pub.L.
91-604), and under the Federal Water Pollution Control Act, as
amended (33 U.S.C. 1251 at seq., as amended by Pub.L. 92-500),
Executive Order 11738, and regulations in implementation thereof
(40 CFR 15) is not listed, on the date of contract award, on the
U.S. Environmental Protection Agency (EPA) List of Violating
Facilities pursuant to 40 CFR 15.20.
2. That the firm agrees to comply and remain in compliance with
all the requirements of Section 114 of the Clean Air Act and
Section 308 of the Federal Water Pollution Control Act and all
regulations and guidelines listed thereunder.
3. That the firm shall promptly notify the SHA of the receipt of any
communication from the Director, Office of Federal Activities, EPA,
indicating that a facility that is or will be utilized for the contract is
under consideration to be listed on the EPA List of Violating
Facilities.
4. That the firm agrees to include or cause to be included the
requirements of paragraph 1 through 4 of this Section X in every
nonexempt subcontract, and further agrees to take such action as
the government may direct as a means of enforcing such require-
ments.
XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION,
INELIGIBILITY AND VOLUNTARY EXCLUSION
9
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
1. Instructions for Certification - Primary Covered Transac-
tions:
(Applicable to all Federal -aid contracts - 49 CFR 29)
a. By signing and submitting this proposal, the prospective
primary participant is providing the certification set out below.
b. The inability of a person to provide the certification set out
below will not necessarily result in denial of participation in this
covered transaction. The prospective participant shall submit an
explanation of why it cannot provide the certification set out below.
The certification or explanation will be considered in connection
with the department or agency's determination whether to enter
into this transaction. However, failure of the prospective primary
participant to furnish a certification or an explanation shall disquali-
fy such a person from participation in this transaction.
c. The certification in this clause is a material representation
of fact upon which reliance was placed when the department or
agency determined to enter into this transaction. If it is later
determined that the prospective primary participant knowingly
rendered an erroneous certification, in addition to other remedies
available to the Federal Government, the department or agency
may terminate this transaction for cause of default.
d. The prospective primary participant shall provide immedi-
ate written notice to the department or agency to whom this
proposal is submitted if any time the prospective primary partici-
pant learns that its certification was erroneous when submitted or
has become erroneous by reason of changed circumstances.
e. The terms "covered transaction," "debarred," "suspend-
ed" "ineligible," "lower tier covered transaction," "participant,"
.person," "primary covered transaction," "principal," "proposal," and
"voluntarily excluded," as used in this clause, have the meanings
set out in the Definitions and Coverage sections of rules imple-
menting Executive Order 12549. You may contact the department
or agency to which this proposal is submitted for assistance in
obtaining a copy of those regulations.
f. The prospective primary participant agrees by submitting
this proposal that, should the proposed covered transaction be
entered into, it shall not knowingly enter into any lower tier covered
transaction with a person who is debarred, suspended, declared
ineligible, or voluntarily excluded from participation in this covered
transaction, unless authorized by the department or agency
entering into this transaction.
g. The prospective primary participant further agrees by
submitting this proposal that it will include the clause titled "Certifi-
cation Regarding Debarment, Suspension, Ineligibility and Volun-
tary Exclusion -Lower Tier Covered Transaction," provided by the
department or agency entering into this covered transaction,
without modification, in all lower tier covered transactions and in all
solicitations for lower tier covered transactions.
h. A participant in a covered transaction may rely upon a
certification of a prospective participant in a lower tier covered
transaction that is not debarred, suspended, ineligible, or volun-
tarily excluded from the covered transaction, unless it knows that
the certification is erroneous. A participant may decide the method
and frequency by which it determines the eligibility of its principals.
Each participant may, but is not required to, check the nonprocure-
ment portion of the "Lists of Parties Excluded From Federal
Procurement or Nonprocurement Programs" (Nonprocurement List)
which is compiled by the General Services Administration.
I. Nothing contained in the foregoing shall be construed to
require establishment of a system of records in order to render in
good faith the certification required by this clause. The knowledge
and information of participant is not required to exceed that which
August 1, 2005
is normally possessed by a prudent person in the ordinary course
of business dealings.
j. Except for transactions authorized under paragraph f of
these instructions, if a participant in a covered transaction knowing-
ly enters into a lower tier covered transaction with a person who is
suspended, debarred, ineligible, or voluntarily excluded from
participation in this transaction, in addition to other remedies
available to the Federal Government, the department or agency
may terminate this transaction for cause or default.
Certification Regarding Debarment, Suspension, Ineligibility
and Voluntary Exclusion —Primary Covered Transactions
1. The prospective primary participant certifies to the best of its
knowledge and belief, that it and its principals:
a. Are not presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from
covered transactions by any Federal department or agency;
b. Have not within a 3-year period preceding this proposal
been convicted of or had a civil judgement rendered against them
for commission of fraud or a criminal offense in connection with
obtaining, attempting to obtain, or performing a public (Federal,
State or local) transaction or contract under a public transaction;
violation of Federal or State antitrust statutes or commission of
embezzlements theft,, forgery, bribery, falsification or destruction of
records, making false statements, or receiving stolen property;
c. Are not presently indicted for or otherwise criminally or
civilly charged by a governmental entity (Federal, State or local)
with commission of any of the offenses enumerated in paragraph
1b of this certification; and
d. Have not within a 3-year period preceding this applica-
tion/proposal had one or more public transactions (Federal, State
or local) terminated for cause or default.
2. Where the prospective primary participant is unable to certify
to any of the statements in this certification, such prospective
participant shall attach an explanation to this proposal.
2. Instructions for Certification - Lower Tier Covered
Transactions:
(Applicable to all subcontracts, purchase orders and other lower
tier transactions of $25,000 or more - 49 CFR 29)
a. By signing and submitting this proposal, the prospective
lower tier is providing the certification set out below.
b. The certification in this clause is a material representation
of fact upon which reliance was placed when this transaction was
entered into. If it is later determined that the prospective lower tier
participant knowingly rendered an erroneous certification, in
addition to other remedies available to the Federal Government,
the department, or agency with which this transaction originated
may pursue available remedies, including suspension and/or
debarment.
c. The prospective lower tier participant shall provide
immediate written notice to the person to which this proposal is
submitted if at any time the prospective lower tier participant learns
10
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
that its certification was erroneous by reason of changed circum-
stances.
d. The terms "covered transaction," "debarred," "suspend-
ed," "ineligible," "primary covered transaction" 'participant"
"person," "principal" "proposal," and "voluntarily excluded," as
used in this clause, have the meanings set out in the Definitions
and Coverage sections of rules implementing Executive Order
12549. You may contact the person to which this proposal is
submitted for assistance in obtaining a copy of those regulations.
e. The prospective lower tier participant agrees by submit-
ting this proposal that, should the proposed covered transaction be
entered into, it shall not knowingly enter into any lower tier covered
transaction with a person who is debarred, suspended, declared
ineligible, or voluntarily excluded from participation in this covered
transaction, unless authorized by the department or agency with
which this transaction originated.
f. The prospective lower tier participant further agrees by
submitting this proposal that it will include this clause titled
"Certification Regarding Debarment, Suspension, Ineligibility and
Voluntary Exclusion -Lower Tier Covered Transaction," without
modification, in all lower tier covered transactions and in all
solicitations for lower tier covered transactions.
g. A participant in a covered transaction may rely upon a
certification of a prospective participant in a lower tier covered
transaction that is not debarred, suspended, ineligible, or volun-
tarily excluded from the covered transaction, unless it knows that
the certification is erroneous. A participant may decide the method
and frequency by which it determines the eligibility of its principals.
Each participant may, but is not required to, check the Nonprocure-
ment List.
h. Nothing contained in the foregoing shall be construed to
require establishment of a system of records in order to render in
good faith the certification required by this clause. The knowledge
and information of participant is not required to exceed that which
is normally possessed by a prudent person in the ordinary course
of business dealings.
I. Except for transactions authorized under paragraph a of
these instructions, if a participant in a covered transaction knowing-
ly enters into a lower tier covered transaction with a person who is
suspended, debarred, ineligible, or voluntarily excluded from
participation in this transaction, in addition to other remedies
available to the Federal Government, the department or agency
with which this transaction originated may pursue available
remedies, including suspension and/or debarment.
Certification Regarding Debarment, Suspension, Ineligibility
and Voluntary Exclusion --Lower Tier Covered Transactions:
1. The prospective lower tier participant certifies, by submission
of this proposal, that neither it nor its principals is presently
August 1, 2005
debarred, suspended, proposed for debarment, declared ineligible,
or voluntarily excluded from participation in this transaction by any
Federal department or agency.
2. Where the prospective lower tier participant is unable to
certify to any of the statements in this certification, such prospec-
tive participant shall attach an explanation to this proposal.
XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS
FOR LOBBYING
(Applicable to all Federal -aid construction contracts and to all
related subcontracts which exceed $100,000 - 49 CFR 20)
1. The prospective participant certifies, by signing and submit-
ting this bid or proposal, to the best of his or her knowledge and
belief, that:
a. No Federal appropriated funds have been paid or will be
paid, by or on behalf of the undersigned, to any person for influenc-
ing or attempting to influence an officer or employee of any Federal
agency, a Member of Congress, an officer or employee of Con-
gress, 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,
b. If any funds other than Federal appropriated hinds have
been paid or will be paid to any person for influencing or attempting
to influence an officer or employee of any Federal 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.
2. 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. 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.
3. The prospective participant also agrees by submitting his or
her bid or proposal that he or she shall require that the language of
this certification be included in all lower tier subcontracts, which
exceed $100,000 and that all such recipients shall certify and
disclose accordingly.
No Text
TYPICAL SECTION
EXISTING CURB, GUTTER
AND 3' SIDEWALK (TYP)
TYPICAL SECTION Creation I
Designer. ERK OT Region: 4 Last Modi
Full Path:
Detailer. ERK ImmUnit Leader: Wr
DrawingF
Acod Ver. 2005
r rlle Intormation
SAFE
NA Units: ENGLISH
As Constructed
No Revisions:
Revised:
Void:
NEW 6" SIDEWALK
(3' X 700')
MATCH EXISTING
Project No./Co(
SRTS M455-076
15959
Sheet: 4
As Constructed
No Revisions:
Revised:
Void:
itiaon
Project No./Code
Creation Date: 12/04/06 Inils: ERK
Designer. ERK
07
Region: 4
Last Modification Date: 03 26 07 Initials: ERK
SRTS M455-076
Detailer. ERK
Unit Leader. Wr
Full Path: H:\PED PLANNING\MULBERRY SAFE ROUTE
15959
Drowi File Name: sumMARY of APPRoximATE auwmWS.Dwo
Sheet: 5
Aood Ver. 2005 Scale: NA Units: ENGLISH
SUMMARY OF APPRO7{IMATE QUANTITIES
Contract
Item No,
Contract Item
Unit
Contract
B Others
Pro ect Totals
Plan
As Constructed
Plan
As Constructed
Plan
As Constructed
201.01
Grinding
FIR
2
0
202.01
Sawcut 4"
L.F.
0
0
202.02
Sawcuttutg -Additional Inch Depth
L.FJinch
0
0
203.01
General Excavation
C.Y.
0
0
203.02
Borrow
Ton
0
0
210.03
Reset Light Pole (City Forces))
E4
0
1
210.09
Reset Traffic Signal (City Forces)
EA
0
I
212.01
Sod
SF
1180
0
212.02
Landscape/hrigation Labor
FIR
4
0
304.01
Aggregate Base Course
Ton
30
0