Loading...
HomeMy WebLinkAboutCHANGE ORDER - REQUISITION - 29832 (2)Change Order Form PROigB"fiI.IIepartateaR006 Street Maintenance Program PROJECT NUMBER: 320200 (Concrete Project - Bid #5847) CONTRACTOR: Vogel Concrete (PO #6601601) CHANGE ORDER NUMBER: 12 n preparing change orders show at 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. 1.82. See attached invoice for details 3. The contract cost will increase by $44,366.94 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 Z97% TOTAL C.O. % OF ORIGINAL CONTRACT 7.67% ADJUSTED CONTRACT COST $1,606,486.39 ACCEPTED APPROVED DATE: ! t5^ a 00 ' z DATE: l 4 ZW4 — APPROVED BY: / - / DATE: (Proj ane r - En veering) APPROVED BY: '�Sa rrtqfi (]s Ac)!eb . A,& DATE: Af" I t —0y j Jc—(Project Manager -`Pedestrian Planning) APPROVED BY: _ ( h/ zla zv" DATE: '71-4 O 7 (Department Head) APPROVED BY: ~ DATE: 7 V (Pu hosing Agent over $30,000) cc: Purchasing $44.385.94 Pedstrian Planning - Accounting $0.00 Enginaering . Contractor Project File Engineering Department • 291 North College Avenue • P.O. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6605 As Constructed RnWom No Revised: Void: SUMMARY OF APPROXIMATE OUANTITIES Computer File Information Project No./Code Crsetian Date•. 12/04/06 iitiab: ERK Designer. ERK L.90110-0 Region: 4 Last Modification Date: 03 26 07 Initials: ERK SKIS M455-076 DetaBar. ERK Unit Leader: car Full Path: H: PED PLANNING MULBERRY SAFE ROUTE 15959 Draw Fpe Now: SLWM tY OF APPROXNATE OUVIT IX& Acad Ver. 2005 Scab: NA Units: ENGUSH Shedd: 6 SC�YDNARY OF APPRO]CRNATEQIJAN'[1TOS Contract Contract Deal Uatt ContractBy Omen Pro ttTogls Plan As Constructed Plan As Constructed Plan As Cmstroeaed 14tf Na 608.04 Crosspan- Retrove and Replace S.F. 0 0 Driveover Curb, Cutttt&4" SidewaDc- LF. 0 0 60905 Remove and Replace DoveoverCufi,Gutter and 6"Sidewalk - LF. 0 0 60606 Remove and Replace Driveover Club and Gutter -No Sidewalk- 0 0 �� Remove and Replace LF. Driveover Curb, Gutter &Drive Approach- LF. 0 0 �� Remove and Replace VenicalCurb. Gutter &4"Sidewalk -Remove L.F. D 0 �� and Replace Vertical Curb, Gutter8:6"Sidewalk -Remove LF. 126 0 60810 and Replace Vertical Cuff and (Etter- No Sidewalk- 608.11 Remove and Replace L.F. 0 0 Vertical Curb, Gutter and Drive Approach - 0 0 608 12 Remove and Replace L.F. Vertical Curb, Gutter and Drive Approach - 0 0 608.13 No Sidewalk -Remove and Replace LF. 608.14 Vertical Wtfall Curb and Getter -Remove L.F. 0 D and Replace - 608.15 Barrier Curb 12" LF. 0 0 Hollywood CLrb, Gutter&4"Sidewalk- 608.Iti Remove and Replace L.F. 0 0 Hollywood Curb, Gutter & 6" Sidewalk- 60117 Remove and Emplace LF. 0 0 608.18 Hollywood Curb and Gutter. No Sidewalk- LF. 0 0 Remove and Re lace 608,19 Hollywood Curb, (lrtter & Drive Approach • L.F. 0 0 Remove and Replace 608.20 Highback Curb & Gutter -No Sidewalk- LF. 0 0 Remove and Replace Highback Curb, Gutter and Drive Approach- 60821 Remove and Replace L.F. 0 0 Pedestrian Access Ramp, Driveover Curb 60822 Remove and Replace L.F. 0 0 Pedestrian Access Ramp, Vertical Curb • ii0823 Remove and Replace LF. 48 0 Pedestran Access Ramp, Hollywood Curb - 608.24 Remove and Replace LF. 0 0 Pedestrian Access Ramp, Highback Curb - �825 Remove and Replace S.F 0 0 6D8.26 Truncated Dome Panel S.F. 42 0 608.27 4" Flatwork -Remove &Replace S.F. 0 0 60828 Colored Concrete (4")San Diege Buff- S.F. 0 0 U Ch e As Constructed No Rrmiow: Redsed: Void: SUMMARY OF APPROXIMATE QUANTITIES Computer File Information Project No./Code Creation Date: 12/04/06 gdliale: ERK De var ERK 07, Region: 4 Lost %Wlcatimt Dolr. 02 28 07 MOW ERK SRTS M1455-076 Detaiitr: ERK unR �: WT Full Path: H:\PED PLANNING\MULBERRY SAFE ROUTE 15959 Flit Name: stuAwy of APPRm011ATE ouwanEsow Arad Ver. 2005 So*: NA Units: E14GLISH Sheat: 7 ST781MARY OF APPROXDHAIT QUANTRIFS Coatrxt gam Na CoaVael teem [Jaet tract B Othen Pro at Totals Poe As CwsV�eeeed Plan Ai ComVaeted Plan Af Csaatruekd 608.29 b" F7atnork-Remove & Replace S.F. 2100 0 60&30 Replace Fittwnrk- 1" Additional Depth S.F. 0 0 60&31 4' Valley Pan - b" Depth S.F. 0 0 608.32 8"Alley Pavettsnt-Remove d: Replace S.F. 0 0 60833 Highbnck Alley Approach 8" - Retrieve & Replace L.F. 0 0 608.34 Figtansion&CeuBdng L.F. 42 0 60835 4' Splashblock S.F. 0 0 608.36 6rposed Aggregate $F. 0 0 6I4.01 "No Padong"Sign With Stand Per Day Per Each 100 0 614.02 Vertical Panel Without light Per Day Per Each 0 0 614.03 (]ranneli>irtg Barrels Per Day Per Each 0 0 bI404 Type lBarricade Without light Per Day Per Each 100 0 614.05 Type 0 Barricade Without light Per Day Per Each 0 0 614.06 Type ID Bemcade Without light Day Per Each 0 0 614.07 Six A Sign With Stand lHIyPerEach20061d08SiacBSignWithStand !Per Day Per Each 0 0 614.09 S¢e A Specialty Sign -Cost of Manufacturing Pych 0 0 614.10 Size B Specialty Sign -Cost of Manufacturing Fach 0 0 bl4.il Cone With Reflective Strip Pet Day Per Each 160 0 614.12 Safety Fence Rrl3ay Per Roll 5 0 614.13 Lght- Steady Bum Per bay Per Fach 0. 0 614.14 ligN- Flashing Per Day Per Each 0 0 614.15 Advance Wamvrg Flashing - or Sequencing Arrow Panel Per Day Per Each 0 0 614.16 Tragic Control Supervisor Per Day 5 0 614.17 Traffic Control Supervisor per Hour 0 0 614.18 Flagging Per Hour 30 0 623A1 Irrigation Skcv¢sg 3" PVC Ile 0 0 F/A MCR F/A As Constructed No Revisions: Rued; Yoid: Item No. Description Unit Contract Quantity Unit Cost Total 201.01 Grinding FIR 2 $ 135.00 $ 270.M 210.03 Reset light Pole (City Forces) IS 1 $ 3,375.00 S 3,375.00 210.09 Reset Traffic Signal (City Forces) FA 1 S 1,687.50 S 1,697.50 212.01 Sod SF 1180 $ 2.71 S 3,197.80 212.02 landscape Labor HR 4 S 52.97 S 211.89 304.01 Aggregate Base Course Ton 30 $ 3029 S 908.70 403.30 Asphalt Patching (City Forces) Ton 10 $ 136.13 S 1,361.30 403.50 Temporary Patching Ton 1.60 $ 178.16 $ 285.06 608.03 Apron - Remove and Replace S.F. 240 S 7.90 $ 1,8%.00 60810 Vertical Curb, Gutter& 6" Sidewalk -Remove and Replace LF. S26 $ 49.12 $ 6,189.12 608.23 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 S 1,885.80 609.29 6"Flatwork- Remove &Replace S.F. 2100 S 6.74 S 14,154.00 608.34 Expansion & Caulking LF. 42 S 4.76 $ 199.92 614.01 "No Parking" Sign With Stand Per Day Per Each 100 S 2.12 $ 212.00 614.04 Type I Barricade Without light Per Day Per Each 100 $ 0.72 S 72.00 614A7 Size A Sign With Stand Per Day. Per Each 20 S 1.53 S 30.60 614.11 Cone With Reflective Strip Per Day Per Each 150 $ 0.72 S 108.00 614.12 Safety Fence Per Day Per Roll 5 S 5.16 $ 25.90 614.16 Traffic Control Supervisor Per Day 5 Is 384,80 S 1,924.00 614.18 Flagging Per Hour 30 Is 2117 $ 665.10 F/A MCR F/A 1 S 3,375.00 $ 3,375.OD TOTAL COST S 44,365.94 PROJECT COST ESTIMATE Computer File Information Project No./Code CmSm Oda: 12/04/06 Mitials: ERK Daa"r. ERK 07, Region: 4 Lad MWeation Date: 03 26 07 Y *&'. ERK SRTS M455-076 Detaier ERK Ural Leach, Wr NO Poch: H: PED PLANNING\MULBERRY SAFE ROUTE 15959 Fie Name: COST smMATE.O Aced Yar, 2005 Swk: NA Ur ts: ENGUSH Sheet: 8 As Constructed Ed U I I I No Reviaiar: mm/dd/yy Raiesd: mm/dd/yy Vac: mm/dd/yy 1B90Ci 39 4Allli�5 f 183NA1[A4 ... — i r z m J I` 6 I HOfiWI Qa8® Wf fa JJ 6 TRAFFIC CONTROL PLAN Computer The Information Project No./Code Creation Date. 02/02 07 Indiale: ERK rMa'ilec gner. ERK OT Region: 4 tml Yoddimbon Dote: 03 26 07 Initials. ERK SRTS M455-076 Ful Path: H:\PED PLANNING\MULBERRY SAFE ROUTE ERK UnR Leader. WT FU Now:, ESTIMATE.DWG 5959 Aced Ver. 2005 Scale: NA Unite: ENGUSH Sheet 9 As Constructed No Rhone: DURING CONSTRUCTION Revised: void: MATERIALS HANDLING: 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, ail 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 irom the site. The cost for control and cleanup of POL leaks shalt 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 trosh and disposing of it in appropriate containers. Containers shall be emptied as needed. CONCRETE WASHOUT. 1.) 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 Com uter File Information Project No./Code Creation Dots: 03 26 07 InRkde ERK Designer: ERK Region: 4 Last Modification Datr Yi kk: SRTS M455-076 0 Ful Pdk H.\PED PLANNING\MULBERRY SAFE ROUTE Dslaix: ERK Unit Leader. Wr 15959 Drawing nb Name: STORMWATER MANAGEMENT.DWG Awd ver. 2007 Soak: NA Unite: ENGLISH Shaft: 10 Curb to retain ground behind the walk, 0 needed.\ WaIK Curb Gutter 2 (Radiusvades) Transition \back of walk (typ.) -� Wood float finish thru ramp Broom finish Wood float finish thru ramp Walk Broom finish Curb Gutter CORNER LOCATION a 1 5' 1 6 L co C w 0 2 M Truncated Dome Warning Detection Curb (optional) Only if needed Transition back of walk (typ.) Broom finish MID -BLOCK LOCATION 3 � 2-0• �� truncated dome waming detection 1: -5" slo 3 .< Pe (max.) s i• e e e, e 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. DWO. 1606(a) and 1607 for Fort Collins. 4. See CONST. DWO. 1614, 161 a and 1616 for Loveland. Truncated Dome Warning Detection at the comers of the truncated dome warning ACCESS RAMP DETAILS LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAI9ING URBAN AREA DRAWINGS STREET STANDARDS DATE: 04/O1/07 1BO3 FORT COLLINS ONLY ge U 6' e o ff coI.L E to 0 c7 U "r OO_ O Q .70 1 c�C (S vi iE o O C9 O i U U N _O + O Q 1 V le$ m a +iV N 1 + 1n + Y'J + L N c OOnO i a VNlV NfV A O t �) O i 0 0= 0 Fa in b o o b tt x v vi �a r� m a ZIP 5 2Gi 0 tad 0 0000 m o U A <V ll � V c� QWo � _ d m m Clie `ram = O b h a x 0 0 �� \` c m n g c? 3 V c co Do cc BE CV(TI)^_ ¢ v'ci a n h 5 n N Oo. CJ O 0Cw O CQ 6:)o OCR CO O Vari s 090 % c O -v9,,� E s CV `v v R m u- c-') d c U a � o cn C [n — z d cn CC, 0oys �a�O No �E aEi as VM OMiES! O�-L o O rn G> wya�y 0000 w ° y a� c c 0000 Q Vaies D O do ; ¢ O pMoi� oC�O i ,-- 3 joungpueUtno 0000 o cQ U li N m U� Oo+1 �LO =0 cm - co ¢ TRUNCATED DOME WARNING FOR ACCESS RAMPS LAURBA COUNTY CONSTRUCTION REVISION NO: DRAWING 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 11, 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 Page No. Project Special Provisions (March 26, 2007) 1 Standard Special Provisions (March 26, 2007) 2 Notice to Contractor (March 26, 2007) 3 Commencement and Completion of Work (March 26, 2007) 4 Revision of Section 101 — Definition of Terms (March 26, 2007) 5 Revision of Section 105 — Claims for Contract Adjustment (March 26, 2007) 6 Revision of Section 107 - Insurance (March 26, 2007) 7 Revision of Section 608 — Detectable Warnings (March 26, 2007) 8-9 Utilities (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) 2 (October 19, 2006) 6 (January 5, 2006) 1 (August 1, 2005) 10 (February 9, 2007) 9 (August 1, 2005) 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: 402007 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 -BZ x 100 Bi Where Bi = Light Reflectance Value (LRV) of the lighter area Bz = LRV of the darker area Absolute black and white will not be permitted. 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. 9 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 105.1.0 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 1en Area I 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 I). 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 Stone 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 Stone 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 Specificationsfor 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 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 Item No. Descriloton Unit Contract Unit Cost Total 201.01 Grindmq MR 2 $ 135.00 $ 270.00 202.01 5awcut 4' L.F. $ 3.57 $ - 202.02 5awcuttmg - Additional Inch Depth L.F./inch $ 1 . 18 $ - 203.01 General Excavation C.Y. $ 59.39 $ - 203.02 Borrow Ton $ 23.75 $ - 210.03 Reset beht Pole (City Forces) L5 1 $ 3,375.00 $ 3,375.00 210.09 Reset Traffic Signal (City Forces) EA 1 $ I ,687.50 $ I ,687.50 212.01 Seel 5F 1 150 $ 2.71 $ 3,197.60 212.02 lands jpe Labor MR 4 $ 52.97 $ 21 1.88 304.01 Aggregate Base Course Ton 30 $ 30.29 $ 908.70 403.30 Asphalt Patchin (City Forces) Ton 10 $ 136. 13 $ 1,361.30 403.50 Temporary Patching Ton I .GO $ 178.16 $ 265.06 604.01 Type R Inlet - Remove and Replace Each $ 3,563.03 $ - 604.02 Reconstruct Inlet Deck - Catch Basin Each $ 1. 187.67 $ - Reconstruct Inlet Deck - Catch Basin L.F. $ 178.16 $ 604.03 Additional Foot O emn - 604.04 Reconstruct Curb Inlet Deck - 4' Opening Each $ 1 ,270-81 $ - 604.05 Reconstruct Curb Inlet Deck - Additional L F. $ 201.90 $ - Foot Opening Type 13 - Curb Inlet with Frame, Grate and Each 1 $ 604.06 Adjustable Curb Bonnet ,959.67 $ - G04.07 Concrete Sidewalk Culvert Each $ 1,425.22 $ - G04.08 Metal Sidewalk Culvert - 5/8' Plate Each $ 1,781,52 $ G04.09 Additional Square Foot 5/8' Plate S.F. $ 166.26 $ 608.01 Remove Concrete S.F. $ 1,78 $ G08.02 Remove and Haul Fillets Each $ 59.39 $ 608.03 Apron - Remove and Replace S.F. 240 $ 7,90 $ 1 ,896.00 G08.04 Gross an - Remove and Replace S.F. $ 7,90 $ Drweover Curb, Gutter t 4' Sidewalk - 608.05 L.F. $ 41.04 $ _ Remove and Replace 608.06 Drweover Curb, Gutter and G' Sidewalk - L.F. $ 44 15 $ _ Remove and Replace 608.07 Drweover Curb and Gutter - No 5idcwalk - L. F. $ 25.34 $ _ Remove and Replace 608.08 Dnveover Curb, Gutter f Drive Approach - L.F. $ 44.20 $ - Remove and Re lace 608.09 Vertical Curb, Gutter t 4' Sidewalk - L.F. $ 46.42 $ - Remove and Replace 608.10 Vertical Curb, Gutter a G' Sidewalk - L.F. 126 $ 49.12 $ G. 189.12 Remove and Replace 608. 1 1 Vertical Curb and Gutter . No Sidewalk - L.F. $ 29.78 $ Remove and Replace 608. 12 Vertical Curb, Gutter and Drive Approach - L.F. $ 46 $ _ Remove and Replace .58 608.13 Vertical Curb, Gutter and Drive Approach - L.F. $ No Sidewalk - Remove and Replace 29. 18 $ - 608. 14 Vertical Outfall Curb and Gutter - Remove L F $ 26.65 and Replace $ _ GOB. 15 Earner Curb 12' L.F. $ 21.00 $ 608. 16 Hollywood Curb, Gutter ♦ 4' Sidewalk - L.F. $ 38 $ _ Remove and Replace .21 608.17 Hollywood Curb, Gutter ! 6' Sidewalk - L.F. 40. 16 Remove and Replace $ $ 608. i 8 Hollywood Curb and Gutter - No Sidewalk - L.F.- $ 25.40 Remove and Replace $ _ 608. 19 Hollywood Curb, Gutter < Drive Approach - L.F. $ 40. 16 Remove and Replace $ - G08 20 Hrghback Curb a Gutter - No Sidewalk - L'F' Remove and Replace $ 38.98 $ - 608.2 I Highback Curb, Gutter and Drive Approach L F. $ 46.74 Remove and Replace $ " GOB 22 Pede Access Ramp, Drweover Curb :n Remove and Replace L F $ 52.73 $ - Page I of 2 October 19, 2006 1 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 C"BZ4000 uired Field Cementitlous Air Content: Water Cement Cmpressive Content: Minimum % Range Ratio: Maximum n th i or Range i ' (Total)or Range at 28 days 610 NIA 0.50 DT 4500 at 28 days 700 5-8 5-8 0.44 0.38 - 0.42 H 4500 at 56 days 580 to 640 P 4200 at 28 da s 660 4 — 8 0.44 S40 5800 at 28 da s 615 to 760 5 — 8 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 %_ 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 III 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 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 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 3 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 FYTERNs1 snurtrcc nc sui ceTc Severity of potential Water-soluble sulfate (SO4), Sulfate (SO4) in Water cement ratio, Cementitious material exposure percent, d soil water, ppm maximum requirements q Gass 1 0.11 to 0.20 151 to 1500 0.50 Class 1 Class 3 2.01 or greater 1 10,001 or greater 0.40 Class 3 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 IP (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 �Ciass E concrete, it shall have no more than 6 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 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 11, 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 ASTMI 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 Gass BZ concrete, the maximum slump of the delivered concrete shall be the slump of the approved concrete mix design plus 1'/a inch. Except for class H and HT concrete, the laboratory trial mix must produce an average 2B day compressive strength at least 115 percent of the required 26 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 pooportions 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 (Na2O + 0.658 K2O) 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 DepartmenPs 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 Spec f cations 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. REVISION OF SECTION 630 January 5, 2006 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 Minority Utirimtinn 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 ................... ................ 7 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, RouttSan 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. Daemptron Unit ©anti ct Unit Cost Total 608 23 Pedestrian Access Ramp, Vertical Curb - Remove and Replace L F 48 $ 48.57 $ 2,331.36 608.24 Pedestrian Acre» Ramp, Mollywood Curb Remove and Replace L. F. $ 46.59 $ - 608.25 Pedestrian Access Ramp, Nightack Curb - Remove and Re lax S.F. $ 10.95 $ - 608.26 Truncated Dome Panel S.F. 42 $ 44.90 $ 1.885.80 608. 27 W Flatwork - Remove ! Ptetalace S.F. $ 5.84 $ 608.28 Colored Concrete (41 San Diege Buff - S.F. $ 0.90 $ - 608.29 6' Flatwork - Remove ! Replace S.F. 2100 $ 6.74 $ 14, 15A.00 608.30 Replace Flatwork- I' Additional Depth S.F. $ 0.74 $ _ 908.31 4' Valley Pan - 6' Depth S.F. $ 12.13 $ - 608.32 e' Alley Pavement - Remove 4 Replace S.F. $ 8.72 $ - 608.33 highback Alley Approach 8' - Remove ! Re lace L.F. $ 60.63 $ - 608.34 Expansion ! Caulking L.F. 42 $ 4.76 $ 199.92 608.35 4"5pla5hblock S.F. $ _ 608.36 Exposed Aggregate S.F. $ - 614.01 "No Parking' Sign With Stand Per Day Per Each 100 $ 2.12 $ 212.00 614.02 Vertical Panel Without Light Per Day Per Each $ 0.72 $ - 614.03 Channelizinq Barrels Per Day Per Each $ 0.87 $ 614.04 Type 1 Barricade Without Light Per Day Per Each 100 $ 0.72 $ 72.00 614.05 Type II 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 Sign With Stand Per Day Per Each 20 $ 1.53 $ 30.60 614.08 Size B Sign With Stand Per Day Per Each $ 1 .77 $ - 614.09 Size A Specialty Sign - Cost of Manufactunn Each $ 88.45 $ _ 614.10 Size B Specialty Sign - Cost of Manufactun Each $ 97,64 $ _ 614. 1 1 Cone With Reflective Strip Per Day Per Each )50 $ 0.72 $ 10&00 6 14. 12 Safety Fence Per Day Per Roil 5 $ 5. 16 $ 25,80 614. 13 Light - Steady Burn Per Day Per Each $ 0.36 $ - 614.14 Light - Flashing Per Day Per Each $ 0.38 $ - 614.15 Advance Warning Flashing - or Sequencing Arrow Panel Per Day Per Each $ 86. 15 $ - 614. 16 Traffic Control Supervisor Per Day 5 $ 384.80 $ 1,924.00 614. 17 Traffic Control 5u ervisor Per Flour $ 37.90 $ 6 14. 18 Fla i Per hour 30 $ 22.17 $ 665. 10 1n5leewn 3' PVC LF $ 4.02 $ F/A FTOTAL MCR FIA 1 $ 3,375.00 $ 3,375.00 C05T $ 44,365.94 Page 2 of 2 August 1, 2005 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 ovals 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 3 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. 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. f. 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 5 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. I. 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 Contractors equal employment opportunity policy and contractual responsibilities to provide equai 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 Contractors 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 6 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 M newspapers or other publications having a large circulation among minority groups in the area from which the project work force would normally be derived. 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. 2006 g AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY 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 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 Specif cations 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 PULL OVERSIGHT? ■ NO o YES NATIONAL HIGHWAY SYSTEM? ■ NO o YES Other Project Information: Project Number SRTS M455-076 Project Code: 15959 Construction Project Name: WEST MULBERRY SIDEWALK IMPROVEMENT PROJECT As Constructed No Revisions: Revised: 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. 01OX410919:1110 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 Contractor: VOGEL CONCRETE C Resident Engineer: Project Engineer: KURT RAVENSCHLAG O PROJECT STARTED: AC mputer 1•ile Information Index of Sheets Region: 4 Full Path: H:\PED PLANNING\MULBERRY SAFE ROUTE Unit Leader. wt Drowina File Nome: TITLE SNEET.DWG Acod Ver, 2005 Scale: NA Units: Project No./Code SRTS M455-076 15959 Sheet: 1 -I- U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 02-09-07 GENERAL DECISION NUMBERS C0070014 A" r0070n1 i 74MT4W Av rrrnaernr rrrrniu Decision Nos. C0070014 and C0070015 dated February 09, 2007 Modifications M supersedes Decision Nos. C0030014 and C0030015 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. C0070014 applies to the following counties: Adams, Arapahoe, Boulder, Denver, Douglas, EI Paso, Jefferson Larimer, Mesa,Pueblo, and Weld counties. General Decision No. C0070014 The wage and fringe benefits listed below reflect collectively ba mined 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, Jefferson, Larimer, and Weld counties) 28.91 10.33 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 SpreaderlL.aydown 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_ HIG14WAY MN4ZT1?1 rr-Mr1W General Decision No. C0070014 - The wage and hinge benefits listed below reflect collectively bargained rates. Code Classification Basic Hourly Fringe Benefits Last Rate Mod POWER EQUIPMENT OPERATORS (coat.): 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 and over 20.97 7.22 1323 Trackhoe 20.82 7.22 1324 1 Water Truck 20.82 7.22 -3- U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 02-09-07 GRNERAI, 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 Beneflts 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, 322 and installs permanent signs)12.43 PAINTERS 2100 Brush 16.94 2.10 210I 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 4AI 2207 Tractor 13.13 2.95 2208 Compactor (Dirt and soil only) 16.70 3.30 Gronndman (Traffic signahzation) 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 15.90 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 1 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)(I)(ii)). END OF GENERAL DECISION NUMBER C0070014. -5- U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 02-09-07 GRNF.RAT. T)RCIRION NTIMRRRS C0070014 AND C0070015_ HIGHWAY CONSTRIWTTCIN General Decision No. C0070015 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. C0070015 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 n 8.85 + 3/o 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, 25.80 11.70+ 3% and Teller counties) 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 l) 22.91 1.75 + 13% 3207 Traffic Signal Installer (Zone 2) 25.91 1.75 + 13% Traffic Installer Zone Definitions Zone T — 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. -6- U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 02-09-07 rvP..NF.RAT. T)RCISTON NTTMRRRR C.On7nO1d ANT) rn n7nnl i 141nFTwav rnmQTnnrTrnV 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 Finiskers/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 sail 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 CM70014 ANT) Crxn001 S utruwev rnNCTn1 rr-rrnX1 General Decision No. C0070015 The wage and fringe benefits listed below do not reflect collectively bargained rates. Code Classification Basic Hourly Fringe Benelits 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 1Distributor 15.80 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)]. END OF GENERAL DECISION NUMBER C0070015. -9- U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 02-09-07 GENERAL DECISION NUMBERS C0070014 AND C0070015, 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 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. 7 2 z W. Vine Dr. I Laporte Ave. W. Mulberry St. ei Q I PROJECT I LOCATION � VI N S � N w L d N H (n vi W. Drake Rd. U; Q T v E J N PROJECT LOCATION MAP crpcan i Designer. ERK Region: 4 last MD6 Dstailer. ERK 610hOT UnR leader. yyr Fdi 4o1h: Dr*wM F Arad Vw. As Constructed No RWMWW Revised: E. Vine Dr. E. Mulberry St. E. Prmect Rd. E. Harmony Rd ""' Project No./Code Rids: ERK Nale: ERK SRTS M455-076 SAFE ROUTE 15959 hilts: ENGUSH Sheet: 2 XI. XII. August 1, 2005 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS VyMA-1273 Bwvmicvnafon—March M, IW4 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......................... ........................ ..... S ATTACHMENTS A. Employment Preference for Appalachian Contracts (included in Appalachian contracts only) L 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 ail of the stipulations contained in these Required Contract Provisions, and further require their inclusion in any lower gar 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 5A2: 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 2g 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. B. 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 It M.) 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 spedfic 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 hisiher 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, preappronticeship, andfor 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 contractors 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 contractors 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 contractors EEO obligations within thirty days following their reporting for duty with the contractor. c. An personnel who are engaged in direct recruitment for the project win 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 - a. The contractor's EEO policy and the procedures to implement such policy will be brought to the atrenfion 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 wig 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 hag referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the contractors 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 arty 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 i, 2005 obligations under this contract, will attempt to resolve such com- plaints, and will take appropriate corroclNe 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 bating, qualifying, and increasing the skins of minority group and woman employees, and applicants for employment. b. Consistent with the contractors 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 shah 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 suds 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 wig 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 tabor 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 shag 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. S. Selection of Subcontractors, Procureniont of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, am, 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 trader 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 fines 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 inspedion by autho- rized representatives of the SHA and the FH WA. 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 DOE 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 FHWAA391. If on -the - job training is being required by special provision, the contractor will be required to coiled 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, Federakaid 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 firth 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 1,2006 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 faciities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, timeclocks, locker rooms, and other storage or dressing areas, parking sots, 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. Ali 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)j 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 arty additional classtfications 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 prow sans 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. 5 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS c. All rulings and Interpretations of the Davis -Bacon Act and related acts 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 dassifi- 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 wont 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-. Bards 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, whore 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 hinge 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. DOW and Helpers: a. Apprentices: (1) Apprentices will be permitted to work at less than the predetermined rate for the wont 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 fisted 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 joumeyman4evel 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 apprentices 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 apprerhtice 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 fine 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 5.15, trainees will not be permitted to wort at less than the predetermined rate for the 6 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 certificatlon by the DOL, Employ- ment and Training Administration. (2) The ratio of trainees to joumeymen-level employees an the job site shall not be greater than permittad 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 shah 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 deterrrdnatlon for the work actually performed. (3) Every trek" must be paid at not less than ttm 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 an the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding joumeyman-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 wih 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 die 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 requited by the contract, the S14A contracting officer may, after written notice to the contractor, take such action as may be necessary to cause ft 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. S. 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 liabie 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 she 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 hourty rates of wages paid (including rates of contributions or costs anticipated for bona fife 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 sfhal 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 submitted 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, apprenfice, 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. I. 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 avallable for inspeo lion, copying, or transcription by authorized rapreaentativea 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 an 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 FHWA47, and in the units shown on Form FHWA47. C. Furnish, upon the completion of the contract, to the SHA resident engineer on Form FHWA-47 together with the data required in paragraph lb 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 hems 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 overati contract. August 1,2005 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 814A 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 fulfilment 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. Vill. 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 detemdnsi 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 hislher 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 condlton 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 shah be posted on each Federal-ald 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, quafily, quantity, or cost of the material used or to be used, or the quantity or qualify of the work performed or to be peAorred, or the cost thereof In connection with the submission of plans, maps, specMcations, contracts, or costs of construction on any highway or totaled project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false represen- tation, false report or false claim with respect to the character, qualify, quantity, or cost of any worts performed or to be performed, or materials furnished or to be fumished, 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 mpre- sentafion 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, wit 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 g( egg., as amended by Pub.L. 91.604). and under the Federal Water Pollution Control Ad, as amended (33 U.S.C. 1251 t?] M., 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 lions: REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS Instructions for Certification - Primary Covered Transact (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 decrial 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 agencys 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 cartification 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 partid- pant_leams 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 cause, have the meanings set out in the Definitions and Coverage sections of rubs 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 pa&dpa» t 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 Votun- tary Exclusion -Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower ter 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 lover 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 is principals. Each participant may, but is not required to, check the nonproours- 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 Govemment, 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 is 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 embezzlement, 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 certificeilon, 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 andfor 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 rubs 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 fier 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. I. 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 Her 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 Transacifons: 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 debamtent, 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. live 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, anti the extension, continuation; renewal, amendment, or modification of any Federal contract, grant; ban, or cooperative agreement, b. If any funds other than Federal appropriated tunds 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 thic.Faderal contract, grant, ban, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Forth 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 falls to file the required certification shall be subject to a civil penalty of riot 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. August 1, 2005 REQUIRED CONTRACT PROVISIONS FEDERAL -AID CONSTRUCTION CONTRACTS NOTICE This is a standard special provision that revises or modifies CDOT's Standard Spec f cations 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 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 federal aid projects. No Text As Constructed No RwWom: Rovin& void: TYPICAL SECTION EXISTING CURB, GUTTER AND 3' SIDEWALK (TYP) NEW 6" SIDEWALK (3' X 7D0') MATCH EXISTING TYPICAL SECTION Computer File Information Project No./Code Creation Date: 12/04/06 Iddiak ERK D, ir. ERK Regime 4 Lost Mod'dication Dade: 03 26 07 Inil'wle: ERK SRTS M455-076 Ful Path: H:\PED PLANNING\MULBERRY SAFE ROUTE Udoisr: ERK Unit Leodw: M? 15959 Drew'Dmwing File Now TYPICAL SECTION.M Aced Ver. 2005 Scole: NA Unibr ENGLISH Sheet: 4 No Revised: Void: As Constructed RwAsions: SUMMARY OF APPROXIMATE QUANTITIES Com uter File Information Project No./Code Creation Dote: 12/04/06 Initieb: ERK Designer: ERK 07, Regiar. 4 tout IA�dilieolion Dote: 03 2s 07 InitloW ERK SRTS M455-076 DetaiMr: ERK Unit Loader: N? Full ": H:\PED PLANNING MULBERRY SAFE ROUTE 15959 Drml File. wmmwf of APPRoxau Aood Ver. 2005 Seole: NA Units: ENGLISH Stoat: 5 S UMt►iARY OF APPRO7QMATE Ql1ANT1TRrS Contract Item No. Coatradibem lilt Contract B Others Protect W Toa Plan As Constructed Plan As Constructed Plan As Constructed 20L01 Crindmg FIIt 2 D 202.01 Sawcut 4" LF. 0 0 202.02 Sawcutting-Additional Inch l)epth flinch 0 0 203.01 General Fxavation C.Y. 0 0 203.02 Borrow Ton 0 0 210.03 Reset light Pole (City Faces) FA 0 t 210.09 Reset Traffic Signal (City Forces) FA 0 I 212.01 Sod SF 1180 0 212.02 Landscape/hrigation Labor [iR 4 0 304.01 Aggregate Base Course Ton 30 0 403.30 Asphalt Patching (Coy Forces) Ton 0 10 403.50 Temporary Patching Ton 1.6(1 0 604.01 Type R Inlet •Remove and Replace Each 0 0 604.02 Reconstruct Inlet Deck -Catch Basin Each D 0 604.03 Reconstruct Inlet Deck -Catch Basin Additional Foot Opening LF. 0 0 tiO4.04 Reconstruct Curb Inlet Deck • 4' Opening Each 0 0 4.0 605 ReconsttuctCLrbinktDeck- Additional Foot Opening LF. 0 0 �'� Type 13 •Curb Ink[ with Frame, Gate and Adjustable Curb Bonnet Each 0 0 604.07 Concrete Sidewalk Culvert Each 0 0 604.08 Metal SidewaikCulvert - 518" Plate Each 0 0 50G.09 Additional Square Foot 5!8" Plate S.F. 0 0 608.01 Remove Concrete S.F. 0 0 608.02 Remove and Haul Filets Each 0 0 608.03 Apron -Remove and Replace S.F. 240 0