Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout180828 COLORADO BORING - CONTRACT - BID - 5802 ATMS COMMUNICATIONS SYSTEM 2SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
ATMS COMMUNICATIONS SYSTEM
PHASE 2
CONTRACT MODIFICATION ORDER
BID NO.5802
BID OPENING:
PURCHASING DIVISION
215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS
JUNE 30, 2004 - 3:00 P.M. (OUR CLOCK)
SECTION 00600
BONDS AND CERTIFICATES
00610 Performance Bond
00615Payment Bond
00630Certificate of Insurance
00635 Certificate of Substantial Completion
00640Certificate of Final Acceptance
00650 Lien Waiver Release (CONTRACTOR)
00660Consent of Surety
00670 Application for Exemption Certificate
entire work force under the registered program. Any worker listed on a payroll at an -"
apprentice wage rate, who is not registered or otherwise employed as stated above,
shall be paid not less than the applicable wage rate on the wage determination for the
classification of work actually performed. In addition, any apprentice 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 is performing construction on a project in a locality other —
than that in which its program is registered, the ratios and wage rates (expressed in
percentages of the journeyman's hourly rate) specified in the contractor's or
subcontractor's registered program shall be observed. Every apprentice must be paid at
not less than the rate specified in the registered program for the apprentice's level of
progress, expressed as a percentage of the journeymen 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 of —
the Wage and Hour Division of the U.S. Department of Labor determines that a different
practice prevails for the applicable apprentice classification, fringes shall be paid in
accordance with that determination. In the event the Bureau of Apprenticeship and
Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws
approval of an apprenticeship program, the contractor will no longer be permitted to
utilize apprentices at less than the applicable predetermined rate for the work performed
until an acceptable program is approved. —
(ii) Trainees - Except as provided in 29 CFR 5.16, trainees will not be permitted to work at
less than the predetermined rate for the work performed unless they are employed _
pursuant to and individually registered in a program which has received prior approval,
evidenced by formal certification by the U.S. Department of Labor, Employment and
Training Administration. The ratio of trainees to journeymen on the job site shall not be —
greater than permitted under the plan approved by the Employment and Training
Administration. Every trainee must be paid at not less than the rate specified in the
approved program for the trainee's level of progress, expressed as a percentage of the
journeyman hourly rate specified in the applicable wage determination. Trainees shall
be paid fringe benefits in accordance with the provisions of the trainee program. If the
trainee program does not mention fringe benefits, trainees shall be paid the full amount
of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with
the corresponding journeyman wage rate on the wage determination which provides for
less than full fringe benefits for apprentices. Any employee listed on the payroll at a —
trainee rate who is not registered and participating in a training plan approved by the
Employment and Training Administration shall be paid not less than the applicable wage
rate on the wage determination for the classification of work actually performed. In —
addition, any trainee performing work on the job site in excess of the ratio permitted
under the registered program shall be paid not less than the applicable wage rate on the
wage determination for the work actually performed. In the event the Employment and
Training Administration withdraws approval of a training program, the contractor 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. —
(Ili) Equal employment opportunity - The utilization of apprentices, trainees and
journeymen under this part shall be in conformity with the equal employment opportunity
requirements of Executive Order 1 1 246, as amended, and 29 CFR part 30.
12
(5) Compliance with Copeland Act requirements - The contractor shall comply with the
requirements of 29 CFR part 3, which are incorporated by reference in this contract.
(6) Subcontracts - The contractor or subcontractor shall insert in any subcontracts the clauses
contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the Federal Transit
Administration may by appropriate instructions require, and also a clause requiring the
subcontractors to include these clauses in any lower tier subcontracts. The prime contractor
shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all
the contract clauses in 29 CFR 5.5.
(7) Contract termination: debarment - A breach of the contract clauses in 29 CFR 5.5 may be
grounds for termination of the contract, and for debarment as a contractor and a subcontractor
as provided in 29 CFR 5.12.
(8) Compliance with Davis -Bacon and Related Act requirements - All rulings and interpretations
of the Davis -Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein
incorporated by reference in this contract.
(9) Disputes concerning labor standards - Disputes arising out of the labor standards provisions
of this contract shall not be subject to the general disputes clause of this contract. Such
disputes shall be resolved in accordance with the procedures of the Department of Labor set
forth in 29 CFR parts 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 U.S.
Department of Labor, or the employees or their representatives.
(10) Certification of eligibility
(i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any
person or firm who has an interest in the contractor's firm is a person or firm ineligible to be
awarded Government contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR
5.12(a)(1).
No part of this contract shall be subcontracted to any person or firm ineligible for award of a
Government contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1).
(iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C.
1001.
CONTRACT WORK HOURS AND SAFETY STANDARDS ACT 40 U.S.C. 827 -333 (1995)
29 C.F.R. 5 (1995)
29 C.F.R. 1926 (1995)
Pursuant to Section 102 (Overtime):
(1) Overtime requirements - No contractor or subcontractor contracting for any part of the contract
work which may require or involve the employment of laborers or mechanics shall require or
permit any such laborer or mechanic in any workweek in which he or she is employed on such
work to work in excess of forty hours in such workweek unless such laborer or mechanic
receives compensation at a rate not less than one and one-half times the basic rate of pay for
all hours worked in excess of forty hours in such workweek.
(2) Violation; liability for unpaid wages; liquidated damages - In the event of any violation of
the clause set forth in paragraph (1) of this section the contractor and any subcontractor
responsible therefor shall be liable for the unpaid wages. In addition, such contractor and
13
subcontractor shall be liable to the United States for liquidated damages. Such liquidated —
damages shall be computed with respect to each individual laborer or mechanic, including
watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this
section, in the sum of $ 10 for each calendar day on which such individual was required or —
permitted to work in excess of the standard workweek of forty hours without payment of the
overtime wages required by the clause set forth in paragraph (1) of this section.
(3) Withholding for unpaid wages and liquidated damages - The City of Fort Collins shall upon
its own action or upon written request of an authorized representative of the Department of
Labor withhold or cause to be withheld, from any moneys payable on account of work —
performed by the contractor or subcontractor under any such contract or any other Federal
contract with the same prime contractor, or any other federally -assisted contract subject to the
Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, _
such sums as may be determined to be necessary to satisfy any liabilities of such contractor or
subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in
paragraph (2) of this section. —
(4) Subcontracts - The contractor or subcontractor shall insert in any subcontracts the clauses set
forth in this section and also a clause requiring the subcontractors to include these clauses in
any lower tier subcontracts. The prime contractor shall be responsible for compliance by any —
subcontractor or lower tier subcontractor with the clauses set forth in this section.
(5) Payrolls and basic records - (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years
thereafter for all laborers and mechanics working at the site of the work (or under the United
States Housing Act of 1937, or under the Housing Act of 1949, in the construction or _
development of the project). Such records shall contain the name, address, and social security
number of each such worker, his or her correct classification, hourly rates of wages paid
(including rates of contributions or costs anticipated for bona fide fringe benefits or cash _
equivalents thereof of 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. Whenever the
Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) 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 shall
maintain records which show that the commitment to provide such benefits is enforceable, that
the plan or program is financially responsible, and that the plan or program has been —
communicated in writing to the laborers or mechanics affected, and records which show the
costs anticipated or the actual cost incurred in providing such benefits. Contractors employing
apprentices or trainees under approved programs shall maintain written evidence of the _
registration of apprenticeship programs and certification of trainee programs, the registration of
the apprentices and trainees, and the ratios and wage rates prescribed in the applicable
programs. _
Section 107 (OSHA):
Contract Work Hours and Safety Standards Act
(i) The Contractor agrees to comply with section 107 of the Contract t Work Hours and Safety
Standards Act, 40 U.S.C. section 333, and applicable DOL regulations, " Safety and Health
Regulations for Construction " 29 C.F.R. Part 1926. Among other things, the Contractor agrees
that it will not require any laborer or mechanic to work in unsanitary, hazardous, or dangerous
surroundings or working conditions.
14
(ii) Subcontracts - The Contractor also agrees to include the requirements of this section in
each subcontract. The term "subcontract" under this section is considered to refer to a person
who agrees to perform any part of the labor or material requirements of a contract for
construction, alteration or repair. A person who undertakes to perform a portion of a contract
involving the furnishing of supplies or materials will be considered a "subcontractor" under this
section if the work in question involves the performance of construction work and is to be
performed: (1) directly on or near the construction site, or (2) by the employer for the specific
project on a customized basis. Thus, a supplier of materials which will become an integral part
of the construction is a "subcontractor' if the supplier fabricates or assembles the goods or
materials in question specifically for the construction project and the work involved may be said
to be construction activity. If the goods or materials in question are ordinarily sold to other
customers from regular inventory, the supplier is not a "subcontractor." The requirements of this
section do not apply to contracts or subcontracts for the purchase of supplies or materials or
articles normally available on the open market.
COPELAND ANTI -KICKBACK ACT
40 U.S.C. 276c (1995)
29 C.F.R.. 3 (1995)
29 C.F.R. 5(1995)
3.1 of the Copeland Act makes it clear that the purpose of the Act is to assist in "the enforcement of
the minimum wage provisions of the Davis- Bacon Act." In keeping with this intent DOL has
included a section on the Copeland Act in the mandatory language of the Davis -Bacon
provisions. The language can be found at.5.5(a)(5) of the Davis -Bacon model clauses and
reads as follows:
NO GOVERNMENT OBLIGATION TO THIRD PARTIES No Obligation by the Federal Government.
(1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence
by the Federal Government in or approval of the solicitation or award of the underlying contract,
absent the express written consent by the Federal Government, the Federal Government is not
a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser,
Contractor, or any other party (whether or not a party to that contract) pertaining to any matter
resulting from the underlying contract.
(2) The Contractor agrees to include the above clause in each subcontract financed in whole or in
part with Federal assistance provided by FTA. It is further agreed that the clause shall not be
modified, except to identify the subcontractor who will be subject to its provisions.
PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS
AND RELATED ACTS
31 U.S.C. 3801 et seq.
49 CFR Part 31 18 U.S.C. 1001
49 U.S.C. 5307
Program Fraud and False or Fraudulent Statements or Related Acts.
(1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of
1986, as amended, 31 U.S.C. 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil
Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of
the underlying contract, the Contractor certifies or affirms the truthfulness and accuracy of any
statement it has made, it makes, it may make, or causes to be made, pertaining to the
underlying contract or the FTA assisted project for which this contract work is being performed.
In addition to other penalties that may be applicable, the Contractor further acknowledges that if
15
it makes, or causes to be made, a false, fictitious, or fraudulent claim, statement, submission, or —
certification, the Federal Government reserves the right to impose the penalties of the Program
Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government
deems appropriate. —
(2) The Contractor also acknowledges that if it makes, or causes to be made, a false, fictitious, or
fraudulent claim, statement, submission, or certification to the Federal Government under a —
contract connected with a project that is financed in whole or in part with Federal assistance
originally awarded by FTA under the authority of 49 U.S.C. 5307, the Government reserves the
right to impose the penalties of 18 U.S.C. 1001 and 49 U.S.C. 5307(n)(1) on the Contractor, to —
the extent the Federal Government deems appropriate.
(3) The Contractor agrees to include the above two clauses in each subcontract financed in whole
or in part with Federal assistance provided by FTA. It is further agreed that the clauses shall not
be modified, except to identify the subcontractor who will be subject to the provisions.
TERMINATION
49 U.S.C.Part 18
FTA Circular 4220.1 D
a. Termination for Convenience (General Provision) The City of Fort Collins may terminate this
contract, in whole or in part, at any time by written notice to the Contractor when it is in the
Government's best interest. The Contractor shall be paid its costs, including contract close-out -.
costs, and profit on work performed up to the time of termination. The Contractor shall promptly
submit its termination claim to the City of Fort Collins to be paid the Contractor. If the
Contractor has any property in its possession belonging to the City of Fort Collins, the _
Contractor will account for the same, and dispose of it in the manner the City of Fort Collins
directs.
b. Termination for Default [Breach or Cause] (General Provision) If the Contractor does not
deliver supplies in accordance with the contract delivery schedule, or, if the contract is for
services, the Contractor fails to perform in the manner called for in the contract, or if the
Contractor fails to comply with any other provisions of the contract, the City of Fort Collins may
terminate this contract for default. Termination shall be effected by serving a notice of
termination on the contractor setting forth the manner in which the Contractor is in default. The
contractor will only be paid the contract price for supplies delivered and accepted, or services —
performed in accordance with the manner of performance set forth in the contract.
If it is later determined by the City of Fort Collins that the Contractor had an excusable reason for not —
performing, such as a strike, fire, or flood, events which are not the fault of or are beyond the control of
the Contractor, the City of Fort Collins, after setting up a new delivery of performance schedule, may
allow _
the Contractor to continue work, or treat the termination as a termination for convenience.
C. Opportunity to Cure (General Provision) The City of Fort Collins in its sole discretion may, in
the case of a termination for breach or default, allow the Contractor [an appropriately short
period of time] in which to cure the defect. In such case, the notice of termination will state the
time period
in which cure is permitted and other appropriate conditions.
If Contractor fails to remedy to the City of Fort Collins' satisfaction the breach or default or any of
the terms, covenants, or conditions of this Contract within [ten (1 0) days] after receipt by Contractor or —
written notice from the City of Fort Collins setting forth the nature of said breach or default, the City
of Fort Collins shall have the right to terminate the Contract without any further obligation to
16 -�
Examples include, but are not limited to: computer software, engineering drawings and
associated lists, specifications, standards, process sheets, manuals, technical reports, catalog
item identifications, and related information. The term "subject data" does not include financial
reports, cost analyses, and similar information incidental to contract administration.
(2) The following restrictions apply to all subject data first produced in the performance of
the contract to which this Attachment has been added:
(a) Except for its own internal use, the Purchaser or Contractor may not publish or
reproduce subject data in whole or in part, or in any manner or form, nor may the Purchaser or
Contractor authorize others to do so, without the written consent of the Federal Government,
until such time as the Federal Government may have either released or approved the release
of such data to the public; this restriction on publication, however, does not apply to any
contract with an academic institution. (b) In accordance with 49 C.F.R. 18.34 and 49 C.F.R.
19.36, the Federal Government reserves a royalty -free, non-exclusive and irrevocable license
to reproduce, publish, or otherwise use, and to authorize others to use, for "Federal
Government purposes," any subject data or copyright described in subsections (2)(b)I and
(2)(b)2 of this clause below. As used in the previous sentence, "for Federal Government
purposes," means use only for the direct purposes of the Federal Government. Without the
copyright owner's consent, the Federal Government may not extend its Federal license to any
other party.
1. Any subject data developed under that contract, whether or not a copyright has
been obtained; and
2. Any rights of copyright purchased by the Purchaser or Contractor using Federal
assistance in whole or in part provided by FTA.
(c) When FTA awards Federal assistance for experimental, developmental, or research
work, it is FTA's general intention to increase transportation knowledge available to the public,
rather than to restrict the benefits resulting from the work to participants in that work.
Therefore, unless FTA determines otherwise, the Purchaser and the Contractor performing
experimental, developmental, or research work required by the underlying contract to which
this Attachment is added agrees to permit FTA to make available to the public, either FTA's
license in the copyright to any subject data developed in the course of that contract, or a copy
of the subject data first produced under the contract for which a copyright has not been
obtained. If the experimental, developmental, or research work, which is the subject of the
underlying contract, is not completed for any reason whatsoever, all data developed under that
contract shall become subject data as defined in subsection (a) of this clause and shall be
delivered as the Federal Government may direct. This subsection (c) , however, does not
apply to adaptations of automatic data processing equipment or programs for the Purchaser or
Contractor's use whose costs are financed in whole or in part with Federal assistance provided
by FTA for transportation capital projects.
(d) Unless prohibited by state law, upon request by the Federal Government, the Purchaser
and the Contractor agree to indemnify, save, and hold harmless the Federal Government, its
officers, agents, and employees acting within the scope of their official duties against any
liability, including costs and expenses, resulting from any willful or intentional violation by the
Purchaser or Contractor of proprietary rights, copyrights, or right of privacy, arising out of the
publication, translation, reproduction, delivery, use, or disposition of any data furnished under
that contract. Neither the Purchaser nor the Contractor shall be required to indemnify the
Federal Government for any such liability arising out of the wrongful act of any employee,
official, or agents of the Federal Government.
23
(e) Nothing contained in this clause on rights in data shall imply a license to the Federal
Government under any patent or be construed as affecting the scope of any license or other
right otherwise granted to the Federal Government under any patent.
(f) Data developed by the Purchaser or Contractor and financed entirely without using
Federal assistance provided by the Federal Government that has been incorporated into work
required by the underlying contract to which this Attachment has been added is exempt from
the requirements of subsections (b), (c), and (d) of this clause , provided that the Purchaser or
Contractor identifies that data in writing at the time of delivery of the contract work.
(g) Unless FTA determines otherwise, the Contractor agrees to include these requirements
in each subcontract for experimental, developmental, or research work financed in whole or in
part with Federal assistance provided by FTA.
(3) Unless the Federal Government later makes a contrary determination in writing,
irrespective of the Contractor's status i.e. , a large business, small business, state government
or state instrumentality, local government, nonprofit organization, institution of higher education,
individual, etc.), the Purchaser and the Contractor agree to take the necessary actions to
provide, through FTA, those rights in that invention due the Federal Government as described in
U.S. Department of Commerce regulations, 'Rights to Inventions Made by Nonprofit
Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative
Agreements," 37 C.F.R. Part 401.
(4) The Contractor also agrees to include these requirements in each subcontract for
experimental, developmental, or research work financed in whole or in part with Federal
assistance provided by FTA.
B. Patent Rights - This following requirements apply to each contract involving experimental,
developmental, or research work:
(1) General - If any invention, improvement, or discovery is conceived or first actually
reduced to practice in the course of or under the contract to which this Attachment has
been added, and that invention, improvement, or discovery is patentable under the laws
of the United States of America or any foreign country, the Purchaser and Contractor
agree to take actions necessary to provide immediate notice and a detailed report to the
party at a higher tier until FTA is ultimately notified.
(2) Unless the Federal Government later makes a contrary determination in writing,
irrespective of the Contractor's status (a large business, small business, state
government or state instrumentality, local government, nonprofit organization, institution
of higher education, individual), the Purchaser and the Contractor agree to take the
necessary actions to provide, through FTA, those rights in that invention due the Federal
Government as described in U.S. Department of Commerce regulations, 'Rights to
Inventions Made by Nonprofit Organizations and Small Business Firms Under
Government Grants, Contracts and Cooperative Agreements," 37 C.F.R. Part 401.
(3) The Contractor also agrees to include the requirements of this clause in each
subcontract for experimental, developmental, or research work financed in whole or in
part with Federal assistance provided by FTA.
DISADVANTAGED BUSINESS ENTERPRISE (DBE) 49 CFR Part 23
DBE Policy- It is the policy of the Department of Transportation, hereinafter referred to as DOT
that Disadvantaged Business Enterprises, as defined in 49 CFR Part 23, shall have the
24
maximum opportunity to participate in the performance of contracts financed in whole or in part
with Federal funds under this Agreement. Consequently, the DBE requirements of 49 CFR Part
23 apply to this agreement.
DBE Obligation - The grantees and its vendors agree to ensure that DBEs as defined in 409
CFR Part 23, have the maximum opportunity to participate in the performance of contracts and
subcontracts financed in whole or in part with Federal funds provided under this Agreement. In
this regard, all grantees and vendors shall take all necessary and reasonable steps in
accordance with 49 CFR Part 23 to ensure that the DBE have the maximum opportunity and
shall not discriminate on the basis of race, color, national origin, or sex in the award and
performance of DOT -assisted contracts.
Disadvantaged Business Enterprise Provision
1. The Federal Fiscal Year goal has been set by the City of Fort Collins in an attempt to match
projected procurements with available qualified disadvantaged businesses. the City of Fort
Collins goals for budgeted service contracts, bus parts, and other material and supplies for
Disadvantaged Business Enterprises have been established by the City of Fort Collins as set
forth by the Department of Transportation Regulations 49 C.F.R. Part 23, March 31, 1980, and
amended by Section 106(c) of the Surface Transportation Assistance Act of 1987, and is
considered pertinent to any contract resulting from this request for proposal.
If a specific DBE goal is assigned to this contract, it will be clearly stated in the Special
Specifications, and if the contractor is found to have failed to exert sufficient, reasonable, and
good faith efforts to involve DBE's in the work provided, the City of Fort Collins may declare the
Contractor noncompliant and in breach of contract. If a goal is not stated in the Special
Specifications, it will be understood that no specific goal is assigned to this contract.
(a) Policy - It is the policy of the Department of Transportation and the City of Fort Collins
that Disadvantaged Business Enterprises, as defined in 49 CFR Part 23, and as
amended in Section 106(c) of the Surface Transportation and Uniform Relocation
Assistance Act of 1987, shall have the maximum opportunity to participate in the
performance of Contract financed in whole or in part with federal funds under this
Agreement. Consequently, the DBE requirements of 49 CFR Part 23 and Section
106(c) of the STURAA of 1987, apply to this Contract.
The Contractor agrees to ensure that DBEs as defined in 49 CFR Part 23 and Section 106(c) of
the STURAA of 1987, have the maximum opportunity to participate in the whole or in part with
federal funds provided under this Agreement. In this regard, the Contractor shall take all
necessary and reasonable steps in accordance with the regulations to ensure that DBEs have
the maximum opportunity to compete for and perform subcontracts. The Contractor shall not
discriminate on the basis of race, color, national origin, religion, sex, age or physical handicap in
the award and performance of subcontracts.
It is further the policy of the City of Fort Collins to promote the development and increase the
participation of businesses owned and controlled by disadvantaged. DBE involvement in all
phases of the City of Fort Collins procurement activities are encouraged.
(b) DBE obligation - The Contractor and its subcontractors agree to ensure that
disadvantaged businesses have the maximum opportunity to participate in the performance of
contracts and subcontracts financed in whole or in part with federal funds provided under the
Agreement. In that regard, all Contractors and subcontractors shall take all necessary and
reasonable steps in accordance with 49 CFR Part 23 as amended, to ensure that minority
business enterprises have the maximum opportunity to compete for and perform contracts.
25
(c) Where the Contractor is found to have failed to exert sufficient reasonable and good faith
efforts to involve DBE's in the work provided, the City of Fort Collins may declare the contractor
noncompliant and in breach of contract.
(d) The Contractor will keep records and documents for a reasonable time following
performance of this contract to indicate compliance with the City of Fort Collins DBE program.
These records and documents will be made available at reasonable times and places for
inspection by any authorized representative of the City of Fort Collins and will be submitted to
the City of Fort Collins upon request.
(e) the City of Fort Collins will provide affirmative assistance as may be reasonable and
necessary to assist the prime contractor in implementing their programs for DBE participation.
The assistance may include the following upon request:
` Identification of qualified DBE
" Available listing of Minority Assistance Agencies
" Holding bid conferences to emphasize requirements
2. DBE Program Definitions, as used in the contract:
(a) Disadvantaged business "means a small business concern":
i. Which is at least 51 percent owned by one or more socially and economically
disadvantaged individuals, or, in the case of any publicly owned business, at least 51
percent of the stock of which is owned by one or more socially and economically
disadvantaged individuals; and
ii. Whose management and daily business operations are controlled by one or
more of the socially and economically disadvantaged individuals who own it. or
iii. Which is at least 51 percent owned by one or more women individuals, or in the
case of any publicly owned business, at least 51 % of the stock of which is owned by one or more women individuals; and
iv. Whose management and daily business operations are controlled by one or _
more women individuals who own it.
(b) "Small business concern" means a small business as defined by Section 3 of the Small
Business Act and Appendix B - (Section 106(c)) Determinations of Business Size.
(c) "Socially and economically disadvantaged individuals" means those individuals who are citizens
of the United States (or lawfully admitted permanent residents) and States (or lawfully admitted
permanent residents) and who are black Americans, Hispanic Americans, Native Americans,
Asian -Pacific Americans, Asian -Indian Americans, or women, and any other minorities or
individuals found to be disadvantaged by the Small Business Administration pursuant to section
8(a) of the Small Business Act.
i. "Black Americans", which includes persons having origins in any of the Black racial groups of
Africa;
ii. "Hispanic Americans", which includes persons of Mexican, Puerto Rican, Cuba, Central or
South American, or other Spanish or Portuguese culture or origin, regardless of race;
iii. "Native Americans', which includes persons who are American Indians, Eskimos, Aleuts, or
Native Hawaiians;
iv. "Asian -Pacific Americans", which includes persons whose origins are from Japan, China,
Taiwan, Korea, Vietnam, Laos, Cambodia, the Philippines, Samoa, Guam, the U.S. Trust
Territories of Pacific, and the Northern Marianas;
v. "Asian -Indian Americans", which includes persons whose origins are from India, Pakistan,
and Bangladesh.
INTERESTS OF MEMBERS OF OR DELEGATES TO CONGRESS
No member of or delegate to the Congress of the United States shall be admitted to any share
or part of this Agreement or to any benefit arising therefrom.
PROHIBITED INTEREST
No employee, officer, or agent of the grantee shall participate in selection, or in the award or
administration of a contract if a conflict of interest, real or apparent, would be involved. Such
conflict would arise when:
The employee, officer or agent; any member of his immediate family; his or her partner; or an
organization which employs, or is about to employ, has a financial or other interest in the firm
selected for award. The grantee's officers, employees, or agents shall neither solicit nor accept
gratuities, favors or anything of monetary value from contractors, potential contractors, or
parties of subagreements.
INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS
FTA Circular 4220.ID
Incorporation of Federal Transit Administration (FTA) Terms - The preceding provisions
include, in part, certain Standard Terms and Conditions required by DOT, whether or not
expressly set forth in the preceding contract provisions. All contractual provisions required by
DOT, as set forth in FTA Circular 4220.1 D, dated April 15, 1996, are hereby incorporated by
reference. Anything to the contrary herein notwithstanding, all FTA mandated terms shall be
deemed to control in the event of a conflict with other provisions contained in this Agreement.
The Contractor shall not perform any act, fail to perform any act, or refuse to comply with any
the City of Fort Collins requests which would cause the City of Fort Collins to be in violation of
the FTA terms and conditions.
27
J
J
J
J
J
F
A
A
A
SECTION 00610
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS: that
Bond No. tft aj qc,
Q�
(Firm) Cp4 f '(�1ot ✓�`� � t,
(Address) icy 1b �
t�Y1b C� OJo)�
(an Individual), (a Partnership), a orpo4ation , hereinafter referred to as the
"Principal" and CVm�0.nik
(Firm)
(Address)QA w oo,V L
hereinafter referred to as "the Surety", are held and firmly bound unto City of
Fort Collins, 300 Laporte Ave, Fort Collins, Colorado 80522 a (Municipal
Corporation) hereinafter referred to as the "OWNER", in the penal sum of
�jeyct)in lawful money of the United States, for the
a mend -of which sum well and truly to be made, we bind ourselves, successors and
P Y
assigns, jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered
into a certain Agreement with the OWNER, dated the 164-h day of
20oeo
, a copy of which is hereto attached and made a part herf or the
per ormance of The City of Fort Collins project, ATMS COMMUNICATIONS SYSTEM PHASE
2 - Contract Modification Order; BID NO. 5802.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its
duties, all the undertakings, covenants, terms, conditions and agreements of said
Agreement during the original term thereof, and any extensions thereof which may
be granted by the OWNER, with or without Notice to the Surety and during the life
of the guaranty period, and if the Principal shall satisfy all claims and demands
incurred under such Agreement, and shall fully indemnify and save harmless the
OWNER from all cost and damages which it may suffer by reason of failure to do
so, and shall reimburse and repay the OWNER all outlay and expense which the
OWNER may incur in making good any default then this obligation shall be void;
otherwise to remain in full force and effect.
7/96
-Do ylP-
Section 00610 Page 1
Attachment 1
BUY AMERICA REQUIREMENTS -49 U.S.C. 53230) - 49 CFR Part 661
Certification requirement for procurement of steel, iron, or manufactured products.
Certificate of Compliance with 49 U.S. C. 53236)(1) —
The bidder or offeror hereby certifies that it will meet the requirements of 49 U.S.C. 53230)(1)
and the applicable regulations in 49 CFR Part 661.
Date
Signature
Company Name
Title
28
Attachment 1
BUY AMERICA REQUIREMENTS -49 U.S.C. 53230) - 49 CFR Part 661
A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification
with all bids on FTA-fuded contracts, except those subject to a general waiver. Bids or offers
that are not accompanied by a completed Buy America certification must be rejected as
nonresponsive. This requirement does not apply to lower tier subcontractors.
Certification requirement for procurement of steel, iron, or manufactured products.
Certificate of Non -Compliance with 49 U.S.C. 5323U)(1)
The bidder or offeror hereby certifies that it cannot comply with the requirements of 49
U.S.C. 53230)(1), but it may qualify for an exception pursuant to 49 U.S.C. 5323(j)(2)(B) or (j)(2)(D)
and the regulations in 49 CFR 661.7.
Date
Signature
Company Name
Title
29
Attachment 4
Certification Regarding Lobbying
Certification for Contracts, Grants, Loans, and Cooperative Agreements
(To be submitted with each bid or offer exceeding $100,000)
The undersigned [Contractor] certifies, to the best of his or her knowledge and belief, that: —
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to
any person for influencing or attempting to influence an officer or employee of an agency, a Member of
Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection
with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal
loan, the entering into of any cooperative agreement, and the extension, continuation, renewal,
amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for
making lobbying contacts to an officer or employee of any agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of Congress in connection with this
Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and
submit Standard Form--LLL, "Disclosure Form to Report Lobbying," in accordance with its
instructions [as amended by "Government wide Guidance for New Restrictions on Lobbying," 61
Fed. Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in
accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be codified
at 2 U.S.C. 1601, et seq .)]
(3) The undersigned shall require that the language of this certification be included in the
award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts —
under grants, loans, and cooperative agreements) and that all subrecipients shall certify and
disclose accordingly. This certification is a material representation of fact upon which reliance
was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. 1352 (as
amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required
certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 _
for each such failure.
[Note: Pursuant to 31 U.S.C. 1352(c)(1)-(2)(A), any person who makes a prohibited expenditure or
fails to file or amend a required certification or disclosure form shall be subject to a civil penalty
of not less than $10,000 and not more than $100,000 for each such expenditure or failure.]
The Contractor, certifies or affirms
the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition,
the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to
this certification and disclosure, if any.
Signature of Contractor's Authorized Official
Date
Name and Title of Contractor's Authorized Official
We
June 18, 2004
U.S. DEPT. OF LABOR,
DAVIS BACON MINIMUM WAGES, COLORADO
GENERAL DECISION NUMBERS C0030014 AND C0030015
HIGHWAY CONSTRUCTION
NOTICE
This is a standard special provision that revises or modifies CDOT's Standard
Specifications for Road and Bridge Construction. It has gone through a formal review
and approval process and has been issued by CDOT's Project Development Branch with
formal instructions for its use on CDOT construction projects. It is to be used as written
without change. Do not use modified versions of this special provision on CDOT
construction projects, and do not use this special provision on CDOT projects in a
manner other than that specified in the instructions, unless such use is first approved by
the Standards and Specification Unit of the Project Development Branch. The
instructions for use on CDOT construction projects appear below.
Other agencies which use the Standard Specifications for Road and Bridge Construction
to administer construction projects may use this special provision as appropriate and at
their own risk.
Instructions for use on CDOT construction projects:
Use this standard special provision on all federal -aid projects with contracts exceeding
$2000, except for projects on roadways classified as local roads or rural minor
collectors, which are exempt.
-I-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 06-18-04 —
GENERAL DECISION NUMBERS C0030014 AND C0030015,
TTTTTTT I A lT�l1XIOC nTT�Tl XT
Decision Nos. C0030014 and C0030015 dated June 13, 2003
Modifications
ID
supersedes Decision Nos. C0020014 and C0020015 dated
MOD 1 08-15-03 Pages 1, 5
1
March 12, 2002.
MOD 2 09-19-03 Pages 1,2,5,6
MOD 3 01-16-04 Pages 1, 5
2
3
When work within a project is located in two or more counties,
and the minimum wages and fringe benefits are different for one
MOD 4 03-05-04 Pages 1, 5
4
or more job classifications, the higher minimum wages and
MOD 5 05-14-04 Pages 1, 5
5
fringe benefits shall apply throughout the project.
MOD 6 06-18-04 Pages 1,2,5,E 1
6
General Decision No. C0030014 applies to the following counties: Adams, Arapahoe, Boulder, Denver, Douglas, El Paso,
Jefferson, Larimer, Mesa, Pueblo, and Weld counties.
General Decision No. C0030014
The wage and fringe benefits listed below reflect collectively bargained rates.
Code
Classification
Basic Hourly
Fringe Benefits
Last
Rate
Mod
ELECTRICIANS: (Excluding traffic signal installation)
1200
Electrical work $200,000 or less (Pueblo county)
18.98
8.44
2
1201
Electrical work over $200,000 (Pueblo county)
24.74
8.44
5
Electricians (Adams, Arapahoe, Boulder, Denver, Douglas,
28.91
9.51
6
1202
Jefferson, Larimer, and Weld counties)
1203
Electricians (El Paso county)
24.54
11.20+ 3%
3
1204
Electricians (Mesa county)
18.40
7.20
4
POWER EQUIPMENT OPERATORS:
1300
Asphalt Screed
20.27
6.72
6
1301
Bituminous or Asphalt Spreader/Laydown Machine
20.27
6.72
6
1302
Bulldozer
20.27
6.72
6
Crane:
1305
50 tons and under
20.42
6.72
6
1306
51 to 90 tons
20.57
6.72
6
1307
91 to 140 tons
20.72
6.72
6
1308
141 tons and over
21.48
6.72
6
-2-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 06-18-04
GENERAL DECISION NUMBERS C0030014 AND C0030015,
HIGHWAY CONSTRUCTION
General Decision No. C0030014
The wage and fringe benefits listed below reflect collectively bargained rates.
Code
ClassiCcation
Basic Hourly
Fringe Beneflits
Last
Rate
Mod
POWER EQUIPMENT OPERATORS (cont.):
Drill Operator:
1309
William MF/Watson 2500 only
20.57
6.72
6
Grader/Blade:
1310
Rough
20.27
6.72
6
1311
Finish
20.57
6.72
6
Loader:
6.72
6
1312
Barber Green, etc., 6 cubic yards and under
20.27
6.72
6
1313
Over 6 cubic yards
20.42
6.72
6
Mechanic and/or Welder (Includes heavy duty and combination
mechanic and welder):
6.72
6
1314
Mechanic and/or Welder
20.42
6.72
6
1315
Mechanic/Welder (Heavy duty)
20.57
6.72
6
1316
Oiler
19.57
6.72
6
Power Broom:
6.72
6
1317
Under 70 HP
19.57
6.72
6
1318
70 HP and over
20.27
6.72
6
Roller:
6.72
6
1319
Self-propelled, rubber tires under 5 tons
19.92
6.72
6
1320
Self-propelled, all types over 5 tons
20.27
6.72
6
Scraper:
6.72
6
1321
Single bowl under 40 cubic yards
20.42
6.72
6
1322
Single bowl including pups 40 cubic yards and tandem bowls
and over
20.57
6.72
6
1323
Trackhoe
20.42
6.72
6
1324
Water Truck
20.42
6.72
6
Laborers:
1400
Asphalt Laborer/Raker, Common Laborer,
and Concrete Laborer/Mason Tender
16.29
4.25
-4-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 06-18-04 -
GENERAL DECISION NUMBERS C0030014 AND C0030015,
r irllIITIT A V !` XIQTDTTO'rM AT
General Decision No. C0030014
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 (cont.):
Drill Operator:
2203
All except William MF/Watson 2500
16.74
2.66
2204
Forklift
15.91
4.09
2205
Rotomill Operator
16.22
4.41
2206
Post Driver/Punch Machine
16.07
4.41
2207
Tractor
13.13
2.95
2208
Compactor
16.70
3.30
Traffic Signal Installation:
2300
Traffic Signal Installers
18.66
4.12
2301
Groundsman
11.44
3.25
Truck Drivers:
2400
Floats -Semi Truck
14.86
3.08
2401
Multipurpose Truck - Specialty & Hoisting
14.35
3.49
2402
Truck Mechanic
16.91
3.01
2403
Pickup Truck (Includes Pilot and Sign/Barricade Truck)
13.93
3.68
2405
Single Axle Truck
14.24
3.77
2406
Distributor Truck
15.80
5.27
2407
Dump Truck:
2408
14 cubic yards and under
14.93
5.27
2409
15 to 29 cubic yards
15.27
5.27
2410
30 to 79 cubic yards
15.80
5.27
2411
80 cubic yards and over
16.45
5.27
2412
Low Boy Truck
17.25
5.27
WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.
Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award
only as provided in the labor standards contract clauses [29 CFR 5.5(a)(I)(ii)].
END OF GENERAL DECISION NUMBER C0030014.
-5-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 06-18-04
GENERAL DECISION NUMBERS C0030014 AND C0030015,
HIGHWAY CONSTRUCTION
General Decision No. C0030015 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, Sed wick, 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. C0030015
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 $200,000 or less (Alamosa, Archuleta, Baca,
3200
Bent, Chaffee, Conejos, Costilla, Crowley, Custer, Fremont,
Huerfano, Kiowa, Las Animas, Mineral, Otero, Prowers, Rio
18.98
8.44
2
Grande, and Saguache counties)
Electrical work over $200,000 (Alamosa, Archuleta, Baca,
3201
Bent, Chaffee, Conejos, Costilla, Crowley, Custer, Fremont,
Huerfano, Kiowa, Las Animas, Mineral, Otero, Prowers, Rio
24.74
8.44
2
Grande, and Saguache counties)
Electricians (Clear Creek, Eagle, Gilpin, Grand, Jackson, Lake,
3202
Logan, Morgan, Phillips, Sedgwick, Summit, Washington,
28.91
9.51
6
and Yuma counties)
3203
Electricians (Cheyenne, Elbert, Kit Carson, Lincoln, Park,
and Teller counties)
24.54
11.20+ 3%
3
Electricians (Dolores, Garfield, Gunnison, Hinsdale, La Plata,
3204
Moffat, Montezuma, Ouray, Pitkin, Rio Blanco, Routt, San Juan,
25.75
7.32
5
and San Miguel counties)
3205
Electricians (Delta and Montrose counties)
18.40
7.20
4
POWER EQUIPMENT OPERATORS:
3300
Bituminous or Asphalt Spreader/Laydown Machine
20.27
6.72
6
3301
Bulldozer
20.27
6.72
6
Crane:
3302
50 tons and under
20.42
6.72
6
3303
51 to 90 tons
20.57
6.72
6
3304
91 to 140 tons
20.72
6.72
6
3305
141 tons and over
21.48
6.72
6
3306
Grade Checker
20.42
6.72
6
Loader:
6.72
6
3307
Barber Green, etc., 6 cubic yards and under
20.27
6.72
6
3308
Over 6 cubic yards
20.42
6.72
6
-6-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 06-18-04 -
GENERAL DECISION NUMBERS C0030014 AND C0030015,
HIGHWAY CONSTRUCTION
General Decision No. C0030015
The wage and fringe benefits listed below reflect collectively bargained rates.
Code
Classification
Basic Hourly
Fringe Benefits
Last
Rate
Mod
POWER EQUIPMENT OPERATORS (cont.):
Roller:
3309
Self-propelled, rubber tires under 5 tons
19.92
6.72
6
3310
Self-propelled, all types over 5 tons
20.27
6.72
6
3311
Trackhoe
20.42
6.72
6
3312
Oiler
19.57
6.72
6
3313
Water Wagon
20.42
6.72
6
General Decision No. C0030015
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Carpenters:
3600
Form Building and Setting (Excluding curbs and gutters)
15.92
5.38
3601
All other work
16.30
3.71
3700
Concrete Finishers/Cement Masons
15.55
2.85
3800
Groundmen (Traffic signalization)
11.57
3.50
Ironworkers:
3900
Reinforcing
16.94
6.77
3901
Bridge Rail (Excluding guardrail)
16.76
6.01
Laborers:
4000
Asphalt Laborer/Raker
12.40
2.92
4001
Common
12.44
3.53
4002
Concrete Laborer/Mason Tender
12.44
3.10
Striping -Paint Laborer (Pre -form layout and removal of
12.90
3.07
4003
pavement markings)
4004
Traffic Director/Flagger
9.42
3.21
Traffic/Sign Laborer (Sets up barricades and cones,
12.39
3.20
4005
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
-7-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 06-18-04
GENERAL DECISION NUMBERS C0030014 AND C0030015,
HIGHWAY CONSTRUCTION
General Decision No. C0030015
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:
4200
Asphalt Plant
17.23
1.20
4201
Asphalt Screed
16.21
3.76
4202
Backhoe
16.42
4.42
4203
Compactor
16.52
3.13
4204
Grader/Blade
16.39
4.20
4205
Mechanic and or Welder (Includes heavy duty and combination
mechanic welder)
16.74
4.20
4206
Post Driver/Punch Machine
16.07
4.41
4207
Rotomill Operator
16.28
4.41
4209
Scraper
17.62
3.16
Truck Drivers:
4400
Dump
14.15
3.83
4401
Low Boy
15.07
4.56
4402
Truck Mechanic
15.97
4.61
4403
Multipurpose Truck -Specialty and Hoisting
14.60
3.49
4404
Pickup (Including pilot car)
14.04
3.49
4405
Water Truck
14.88
2.07
4406
Distributor
15.80
5.27
WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.
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 C0030015.
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates
and agrees that
no change, extension of time,
alteration or addition to the terms
of the Agreement
or to the Work to be performed thereunder or the Specifications
accompanying the
same shall in any way affect
its obligation
on this bond; and it
does hereby waive notice of any such change,
extension of
time, alteration or
addition to the
terms of the Agreement or to
the Work or to
the Specifications.
PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR
shall abridge the right of
any beneficiary hereunder, whose claim may be
unsatisfied.
PROVIDED, FURTHER, that the
Surety Company must be authorized to transact
business in the State of Colorado and be acceptable to the OWNER.
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each
one of which shall be deemed an original, this 4j(- day of ,j (Ju
20A.
IN PRESENCE OF:
Princ' a I Of c; c{ o f 1 (1� Con, (Xn , �C
(Titl )
I G;.A�'.P
(Address)
(Corporate Seal)
IN PRESENCE OF:
Other Partners
By:
By.
IN PRESENCE OF:
Surety �Ol��C�:C�o�;� �01n�iho CLn`tZnrSr�r�-n�
B y : cwmn
By Ji(, � y90 G r r n-.." :�d �' 1i4 'k4f�a
(Address) y.
( Surety Seal)
NOTE: Date of Bond must not be prior to date of Agreement.
If CONTRACTOR is Partnership, all partners should execute Bond.
A7/96
Section 00610 Page 2
A ,,.
-8-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 06-18-04
GENERAL DECISION NUMBERS C0030014 AND C0030015,
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.
July 21, 1999
1
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.
OLORADO DEPARTMENT OF TRANSPORTATION
"ERTIFICATION OF EEO COMPLIANCE
Instructions: Bidders and subcontractors must complete and submit this form with bid proposals for federally funded contracts
greaterthan $10,000. This is required bythe Equal Employment Opportunity Regulations [41 CFR 60-1.7(b) (1)]. The regulation
also requires that if you have participated in a previous contract or subcontract and have not flied a Standard Form 100 (EEO-
1), you cannot be awarded this contract. You may file a report covering the delinquent period for consideration by the Federal
Highway Administration or the Director of the Office of Federal Contract Compliance, U.S. Department of Labor.
The Standard Form 100 (EEO-1) may be requested from the:
Joint Reporting Committee
P.O. Box 779
Norfolk, VA 23501
(804) 461-1213
1. ❑ Yes ❑ No I have developed and have on file at each establishment an affirmative action program as required
by 41 CFR Chapter 60, Part 60-2.
2. ❑ Yes ❑ No I have participated in a previous contract/subcontract subject to the equal opportunity clause.
3. ❑ Yes O No i have filed with the Joint Reporting Committee, the Director, or the Equal Employment Opportunity
Commission all reports due under the applicable filing requirements.
I declare under penalty of perjury In the second degree and any other applicable state or federal laws, that the state-
ments made In this document are true and complete to the best of my knowledge.
:omp"
❑ bidder ❑ proposed subcontractor
y:
Title:
Date:
COLT VW M XMT 1LM
COLORADO DEPARTMENT OF TRANSPORTATION
CONTRACTORS PERFORMANCE CAPABILITY STATEMENT
11. List names of partnerships or joint ventures ❑ none
I
2. List decreases in the contractors fiscal or workmanship qualifications compared to the last prequalifiication statement
submitted to CDOT. (Attach additional sheets if necessary.)
a. Key personnel changes ❑ none
I
b. Key equipment changes ❑ none
c. Fiscal capability changes (legal actions, etc.) ❑ none
d. Other changes that may effect the contractors ability to perform work. ❑ none
I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE
OR FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND CORRECT TO THE
BEST OF MY KNOWLEDGE
Contractor's firm or company name
By
Date
Title
2W Contractors firm or company name of Joint venture)
By
Date
Title
COLORADO DEPARTMENT OF TRANSPORTATION
PROJECT NO.
ANTI -COLLUSION AFFIDAVIT
LOCATION
i hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of this
bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on
his or her behalf and on behalf of my firm.
I further attest that:
1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or
agreement for the purpose or with the effect of restricting competition with an/ other firm or person who Is a bidder
or potential prime bidder.
2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or
. potential prima bidder on this project, and will not be so disclosed prior to bid opening.
2B. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on
this project have been disclosed to me or my firm.
3A. No attempt has been made to solicit, cause or induce any firm or person who is a bidder or potential prime bidder to
refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-
competitive bid or other form of complementary bid.
3B. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder
on this project to submit an intentionally high, noncompetitive or other form of complementary bid on this project.
4. The bid of my firm is made in good faith and not pursuant to any consultation, communication, agreement or
discussion with, or inducement or solicitation by or from any firm or person to submit any intentionally high, noncom-
petitive or other form of complementary bid.
5. My firm has not offered or entered Into a subcontract or agreement regarding the purchase or sale of materials or
services from any firm or person, or offered, promised or paid cash or anything of value to any firm or person,
whether in connection with this or any other project, in consideration for an agreement or promise by any firm or
person to refrain from bidding or to submit any intentionally high, noncompetitive or other form of complementary bid
or agreeing or promising to do so on this project.
6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or
services to any firm or person, and has not been promised or paid cash or anything of value by any firm or person,
whether in connection with this or any other project, in consideration for my firm's submitting any intentionally high,
noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project.
7. 1 have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilities relating
to the preparation, approval or submission of my firm's bid on this project and have been advised by each of them
that he or she has not participated in any communication, consultation, discussion, agreement, collusion, or other
conduct Inconsistent with any of the statements and representations made in this affidavit.
8. 1 understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent
concealment from the Colorado Department of Transportation, of the true facts relating to submission of'bids for this
Contract.
I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR
FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST
OF MY KNOWLEDGE.
Contactors firm or canpany+^-
9y
Oals
Trle
Ind eons "Get firm or Company name. (11 joint ventun.)
6y
Date
T'db
Sworn to before me this day of, 19
Wary Public
ly aomnia ion expires
NOTE: This document must be signed in ink.
1OLORA00 DEPARTMENT OF TRANSPORTATION PROJECT NO.
kSSIGNMENT OF ANTITRUST CLAIMS
Contractor and Colorado Department of Transportation (COOT) recognize that in actual economic practice
antitrust violations ultimately impact on CDOT. Therefore, for good cause and as consideration for executing this
contract and for receiving payments hereunder:
1. Contractor hereby irrevocably assigns to CDOT any and all claims it may now have or which may hereafter
accrue to it under federal or state antitrust laws in connection with the particular project, goods or services
purchased or acquired by CDOT pursuant to this contract.
2. Contractor hereby expressly agrees:
a. That, upon becoming aware that a third party has commenced a civil action asserting on Contractor's
behalf an antitrust claim which has been assigned to CDOT hereunder, Contractor shall immediately
advise in writing:
(1) Such third party that the antitrust claim has been assigned to CDOT, and
(2) CDOT that such civil action is pending and of the date on which, in accordance with subparagraph
a. (1) above, Contractor notified such third party that the antitrust claim had been assigned to CDOT;
b. To take no action which will in any way diminish the value of the claims or rights assigned or dedicated
to CDOT hereunder; and
c. Promptly to pay over to CDOT its proper share of any payment under an antitrust claim brought on
Contractor's behalf by any third party and which claim has been assigned to CDOT hereunder.
3. Further, Contractor agrees that In the event it hires one or more subcontractors to perform any of its duties
under the contract, Contractor shalt require that each such subcontractor:
a. Irrevocably assign to CDOT (as a third party beneficiary) any and all claims that such subcontractor may
have or which may thereafter accrue to the subcontractor under federal or state antitrust laws in connec-
tion with any goods or services provided by the subcontractor in carrying out the subcontractor's obliga-
tions to Contractor;
b. Upon becoming aware that a third parry has commenced a civil action on the subcontractor's behalf
asserting an antitrust claim which has been assigned to CDOT hereunder, shall immediately advise in
writing:
(1) Such third party that the antitrust claim has been assigned to CDOT, and
(2) Contractor and CDOT that such civil action is pending and of the date on which, in accordance with
subparagraph b. (1) above, the subcontractor noted such third party that the antitrust claim had
been assigned to CDOT;
c. Take no action which will in any way diminish the value of the claims or rights assigned or dedicated to
CDOT hereunder; and
d. Promptly pay over to CDOT its proper share of any payment under an antitrust claim brought on the
subcontractor's behalf by any third party and which claim has been assigned or dedicated to CDOT
pursuant hereto.
1, acting in my capacity as officer of a bidder (bidders if a joint venture) do agree to the above assignment of
antitrust claims.
CMPW "J". le"vr,umf
coat Fo sftt tan?
COLORADO DEPARTMENT OF TRANSPORTATION Project#
DISADVANTAGED BUSINESS ENTERPRISE
BID CONDITIONS ASSURANCE Location
1STRUCTIONS:
ONTRACTOR - complete and submit this form with your bid
POLICY
It is the policy of the Colorado Department of Transportation that disadvantaged business enterprises have maximum
opportunity to participate in the performance of contracts financed with federal, state or local entity funds
INTENDED DBE PARTICIPATION
1) Will your company's intended DBE participation meet contract goals? 0 yes ❑ no
2) List your intended DBE participation. %of DBE participation
3) List the DBE firms you will use for your intended DBE Participation
Name of firm(s) Certification expiration date Intended item(s) of work
I understand that, if my company is determined to be the low bidder for the contract on this project, I must submit a
completed CDOT Form #715 CERTIFICATION OF DBE PARTICIPATION to the Transportation Department by 4:00 pm
the day after the bids are opened. In addition, if my company does not meet the intended contract goals, I must submit a
completed CDOT Form #718 DBE GOOD FAITH EFFORT DOCUMENTATION before the above stated deadline.
I understand my obligation to abide by the policy stated above. I shall not discriminate on the basis of race, color, age,
sex, national origin, or handicap in the bidding process or the performance of contracts.
I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE
OR FEDERAL LAWS, THAT THE STATEMENTS MADE IN THIS DOCUMENT ARE TRUE AND COMPLETE TO THE
BEST OF MY KNOWLEDGE.
Company name
Date
Company officer signature
Title
COLORADO DEPARTMENT OF TRANSPORTATION f roiect#
CERTIFICATE OF PROPOSED Location
UNDERUTILIZED DBE PARTICIPATION
Project code (SA#)
Contractor:l. An officer of the contractor(s) must complete this form. 5. Send original to:
2. Include only DBE firms which meet the underutilized criteria in Colorado Department of Transportation
I the contract goal specification for this project. Business Programs Office
3. Submit a separate CDOT Form #715 for each proposed DBE. 4201 E. Arkansas Ave.
4. Retain a photocopy for your records. Denver, Colorado 80222
FAX: (303) 757-9019
,..
DBE Subcontractor information
DBE Subcontractor name
❑ African American
Certification #
,.
Expiration
date
❑ Asian or Native American
m` <<::.
,, °f
r
�..,..A
Items of work subcontracted „r
Y f 41ijY
irk
,
jY' i `IY f .� V
:h k kM.xt .I
ro
A) What is the total dollar value of this proposed subcontract that is applI mblid0toward contract goals?
(NOTE: dollar values are to be actual subcontractor,,doUars ana not. prtfne contract prices)
A>
,#
B) What is the total dollar value of proposed subcontrthat acts ` ate applicable toward contract goals from
prior sheets? wrgas el ""
B>
C) What is the accumulative value of proposed subcontracts that are applicable towards contract goals?
C>
D) What is the orginal contract bid tf V Jk
I, ;+
E') What is the accumulative Percent of contract bid total subcontracted to African American DBEs?
D>
,:.
tvv
Et>
E2) What is the alimulatl4percent of contract bid total subcontracted to Asian or Native American DBEs?
,q.::
liew-MA@
Ez>
F) What is the accumulative percent of contract bid total subcontracted to all underutilized DBEs?
F>
A + B = C (C=D)x100 =F
Contractor certification
I certify that:
• my company has met the contracted DBE goals or has attached a completed CDOT Form #718, DBE Good Faith Effort Documentation.
• my company has accepted a proposal from the DBE subcontractor named above.
• my company has notified the proposed DBE subcontractor of the contracted DBE commitment.
• my company's use of the proposed DBE subcontractor for the items of work listed above is a condition of the contract award.
• my company will Invite the proposed DBE subcontractor to attend the preconstruction conference.
• my company will not use a substitute DBE subcontractor for the proposed DBE subcontractor's failure to perform under a fully executed subcon-
tract, unless my company compiles with the definitions and requirements section of the DBE Special Provisions.
• 1 understand that failure to comply with the Information shown on this form will be considered grounds for contract termination.
I declare under penalty of perjury in the second degree, and any other applicable state or federal laws, that the statements made on this
document are true and complete to the best of my knowledge.
Prime contractor name Date
Officer signature and title
Original - Business Programs copy - Project Engineer Previous editions are obsolete and may not be used coot Form •715 sr9e
copy - negton eeo representative copy - contractor
COLORADO DEPARTMENT OFTRANSPORTATION Project
UNDERUTILIZED DBE GOOD FAITH EFFORT Location
DOCUMENTATION
Date
The Contractor who is the apparent low bidder on a CDOT construction project and has failed to meet the Underutilized Ut3t It
contract goals shall use this form to document good faith efforts made to date by said Contractor to attempt to meet these goals.
FAILURE TO FULLY COMPLETE THIS FORM MAY RESULT IN REJECTION OF THE BID.
Each portion of this form is to be addressed in the space provided, or on supplemental sheets. Attach supporting documentation as
required. This completed form and required attachments are to be submitted to the Business Programs Office in the Center for Equal
Opportunity prior to 4:00 p.m. on the day after the day bids are opened. This form may be submitted by FAX (303-757-9019) with an
original copy to follow. An extension may be granted by the DBE Liaison. Solely at its discretion, CDOT may request additional
information and accept additional UDBE participation at any time and prior to the final decision concerning Good Faith Efforts.
1. List sufficient bid items (including portions of bid items) identified as subcontract work to be performed by UDBEs to achieve the
established UDBE participation goal. Indicate the total percentage of work identified for UDBE participation. The total percentage of
subcontract items identified for UDBE participation must equal or exceed the percentage goal established by CDOT.
II. For each subcontract item identified,
work and function codes match the typr
capable of performing Identified subcor
telephone log of calls, inciuding4opiazp
mail, provide copies of letters to UDBE
subcontracted, and the;6�ai&',Ui er
be available to bidderss;�l-he Conactof,
Submit a detaii0dlexii- ption a,' ssi
iST F:
e6
xy� t
qy4 4
MI
4t ll�
it
11 mn Lf y tF'.,
u�aft
itad( bymail, Fes( and/or telephone a minimum of two currently CDOT-certified UDBEs whose
wor teing sd' dated. For projects in areas of the state where there are more .than two UDBEs
�t ite rtt contact at least two thirds of those UDBEs, if soliciting by telephone, provide a
scussioq; date, time, name of person contacted, and the response received. It soliciting by
ic!`fheo iW sponsas. Letters and FAXas must spec 1 Ify Identify the project, the items to be
�.T
nd FAXes must provide an address and phone number where specific quantities or to
will
all provide sufficient time to allow the UDBEs to participate effectively in the bidding process.
failure to provide any of the above.
Odglnal-ausineas Programs Office, Copy -Contractor OVER Previous editions are obsolete and may not be used COOT Form e718 W99
III. List all UDBE and non-UDBE bidders, bid dollar amounts for each bid item, and the name of the successful bidder. Describe how bid
tems were broken down to increase opportunities for specific UDBE bidders. If the UDBE bids were rejected, give reasons for each
:ase. Cost alone may not be adequate justification for failure to use a UDBE bid. If the work is to be counted as a potential UDBE
subcontract item, the Contractor cannot elect to perform that work itself when a UDBE bid is competitive or only UDBE bids are received.
When a non-UDBE bid is significantly lower than a UDBE bid, the Contractor may choose to perform the item itself. Whether a bid is
.competitive" or "significantly lower" will be determined by CDOT. Provide a detailed explanation for failure to provide any of the above.
;p
I I lil Q
IN
F i!�I1�
;4UG
iiSY
L
�E
y9 �I
y �
y 4
ti&G: �^
dGl �
I I iT
p
vi
IV. The efforts'rQ. quired hereinari3�not exhaustive or exclusive. Other factors or types of efforts may be relevant in appropriate cases. In
determining wh, her Good Faith Efforts have been made, the quantity and intensity of the efforts made as well as kinds of efforts made
may be consid"d'd,.,List_;ahy additional efforts to increase UDBE contract participation, such as requesting subcontractors to assist with
providing UDBE P artic' ation. Note the results of such efforts.
P 9 P � P
THE CONTRACTOR UNDERSTANDS THAT DEMONSTRATION OF GOOD FAITH EFFORTS IN ACHIEVING THE UDBE
GOALS ESTABLISHED BY CDOT IS REQUIRED THROUGHOUT THE PERFORMANCE OF THE CONTRACT.
company
J
J
SECTION 00615
PAYMENT BOND
J j
Bond No .
KNOW ALL MEN BY THESE PRESENTS: that
J (Firm) CO\p C 4z- C�o d-JQ Q,pm �Qn �
(Address) ��\��t �a� S <
(an Individual), (a Partnership+ (a Co porn ti'on), hereinafter referred to as the
"Principal" and Q
J o�. c c: �.-�-� c � rc� c.n Z„su r c � L z. l.o Y.,,
(Firm)
(Address) C1r�cr� Wo�C�.ti�i� LO•`3d11\
hereinafter referred to as the Surety", are held and firmly bound unto the City
A of Fort Collins, 300 Laporte Ave., Fort Collins, Colorado 80522 a (Municipal
Corporation) hereinafter referred to as "the OWNER", in the penal sum of
V, in lawful money of the United States, for
the pa ent of which sum well and truly to be made, we bind ourselves, successors
and assigns, jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered
into a certain Agreement with the OWNER, dated the J(� f day of
201ti, a copy of which is hereto attached and made a part hereof f r the
performance of The City of Fort Collins project, ATMS COMMUNICATIONS SYSTEM PHASE
2 - Contract Modification Order; BID NO. 5802.
NOW, THEREFORE, if the Principal shall make payment to all persons, firms,
subcontractors, and corporations furnishing materials for or performing labor in
the prosecution of the Work provided for in such Agreement and any authorized
extension or modification thereof, including all amounts due for materials,
lubricants, repairs on machinery, equipment and tools, consumed, rented or used
in connection with the construction of such Work, and all insurance premiums on
said Work, and for all labor, performed in such Work whether by subcontractor or
otherwise, then this obligation shall be void; otherwise to remain in full force
and effect.
7/96
U-V% -511
Section 00615 Page 1
c
COLORADO DEPARTMENT OF TRANSPORTATION
Project #
CERTIFICATE OF PROPOSED
Location
UNDERUTILIZED DBE PARTICIPATION
Project code (SA#)
Sheet
of
Contractor:1. An officer of the contractor(s) must complete this form. 5. Send original to:
2. Include only DBE firms which meet the underutilized criteria in Colorado Department of Transportation
the contract goal specification for this project. Business Programs Office
3. Submit a separate CDOT Form #715 for each proposed DBE. 4201 E. Arkansas Ave.
4. Retain a photocopy for your records. Denver, Colorado 80222
FAX: (303) 757-9019
DBE Subcontractor information
DBE Subcontractor name 0 African American Certification # Expiration date:.
❑ Asian or Native American x°
Items of work subcontracted`
4_
A) What is the total dollar value of this proposed subcontract that is applicable toward contract goals?
(NOTE: dollar values are to be actual subcontractor dollars and not:prme contract prices)
A>
B) What is the total dollar value of proposed subcontracts that are applicable toward contract goals from
prior sheets?hwl
B>
C) What is the accumulative value of proposed subcontracts that are applicable towards contract goals?
C>
D) What is the orginal contract bid total?
nr,
D>
E') What is the accumulative percent of contract bid total subcontracted to African American DBEs?
a
Et>
E2) What is the accumulative' percent of contract bid total subcontracted to Asian or Native American DBEs?
F) What is the accumulative percent of contract bid total subcontracted to all underutilized DBEs?
F>
A + B = C (C+D)x100 =F
Contractor certification
I certify that:
• my company has met the contracted DBE goals or has attached a completed CDOT Form #718, DBE Good Faith Effort Documentation.
• my company has accepted a proposal from the DBE subcontractor named above.
• my company has notified the proposed DBE subcontractor of the contracted DBE commitment.
• my company's use of the proposed DBE subcontractor for the items of work listed above is a condition of the contract award.
• my company will Invite the proposed DBE subcontractor to attend the preoonstruction conference.
• my company will not use a substitute DBE subcontractor for the proposed DBE subcontractors failure to perform under a fully executed subcon-
tract, unless my company complies with the definitions and requirements section of the DBE Special Provisions.
• I understand that failure to comply with the information shown on this forth will be considered grounds for contract termination.
I declare under penalty of perjury In the second degree, and any other applicable. state or federal laws, that the statements made on this
document are true and complete to the best of my knowledge.
Prime contractor name
d • Business Programs copy - Project Engineer
� ..may..... .......o,..o.o...o...o ....y/-v.nmawur
and may not be used
COLORADO DEPARTMENT OFTRANSPORTATION kLo
ct
UNDERUTILIZED DBE GOOD FAITH EFFORT tion
DOCUMENTATION
Date
The Contractor who is the apparent low bidder on a COOT construction project and has failed to meet the Underutilized DBE (1
contract goals shall use this form to document good faith efforts made to date by said Contractor to attempt to meet these goals.
FAILURE TO FULLY COMPLETE THIS FORM MAY RESULT IN REJECTION OF THE BID.
Each portion of this form is to be addressed in the space provided, or on supplemental sheets. Attach supporting documentation as
required. This completed form and required attachments are to be submitted to the Business Programs Office in the Center for Equal
Opportunity prior to 4:00 p.m. on the day after the day bids are opened. This form may be submitted by FAX (303-757-9019) with an
original copy to follow. An extension may be granted by the DBE Liaison. Solely at its discretion, COOT may request additional
information and accept additional UDBE participation at any time and prior to the final decision concerning Good Faith Efforts.
I. List sufficient bid items (including portions of bid items) identified as subcontract work to be performed by UDBEs to achieve the
established UDBE participation goal. Indicate the total percentage of work identified for UDBE participation. The total percentage of
subcontract items identified for UDBE participation must equal or exceed the percentage goal established by COOT.
IL For each subcontract item identified, contact by mail .FAX and/or telephone a minimum of two currently COOT -certified UDBEs whose
work and function codes match the type of work'being solicited. For projects in areas of the state where there are more.than two UDBEs
capable of performing identified subcontract items, contact at least two thirds of those UDBEs. If soliciting by telephone, provide a
telephone log of calls, including topic of, discussion; date, time, name of person contacted, and the response received. If soliciting by
mail, provide copies of leners.to UDBEs and.their responses. Letters and FAXes must specifically identify the project, the items to be
subcontracted, and the bid date. Letters and FAXes must provide an address and phone number where specific quantities or details will
be available to bidders;:'The Contractor shall provide sufficient time to allow the UDBEs to participate effectively in the bidding process.
Submit a detatledTexplanation addressing failure to provide any of the above.
x-�
;r
Original -Business Programs Office, Copy -Contractor U V tH Previous editions are obsolete and may not be used CDOT Form 0718 3199
III. List all UDBE and non-UDBE bidders, bid dollar amounts for each bid item, and the name of the successful bidder. Describe how bid
items were broken down to increase opportunities for specific UDBE bidders. If the UDBE bids were rejected, give reasons for each
case. Cost alone may not be adequate justification for failure to use a UDBE bid. If the work is to be counted as a potential UDBE
subcontract item, the Contractor cannot elect to perform that work itself when a UDBE bid is competitive or only UDBE bids are received.
When a non-UDBE bid is significantly lower than a UDBE bid, the Contractor may choose to perform the item itself. Whether a bid is
"competitive" or "significantly lower" will be determined by CDOT. Provide a detailed explanation for failure to provide any of the above.
L
L
i ham.
IV. The efforts required herein are not exhaustive or exclusive. Other factors or types of efforts may be relevant in appropriate cases. In
determining whether Good Faith Efforts have been made, the quantity and intensity of the efforts made as well as kinds of efforts made
may be conside[ed. List .any additional efforts to increase UDBE contract participation, such as requesting subcontractors to assist with
providing UDBE participation. Note the results of such efforts.
'THE CONTRACTOR UNDERSTANDS THAT DEMONSTRATION OF GOOD FAITH EFFORTS IN ACHIEVING THE UDBE I
GOALS ESTABLISHED BY CDOT IS REQUIRED THROUGHOUT THE PERFORMANCE OF THE CONTRACT.
FAX
July 21, 1999
RQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
FHWA-1273 Electronic version -- March 10, 1994
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
Page
I.
General.........................................................1
II.
Nondiscrimination ....................... ..................... I
III.
Nonsegrated Facilities......................................3
IV.
Payment of Predetermined Minimum Wage .......... 3
V.
Statements and Payrolls...................................6
VI.
Record of Materials, Supplies, and Labor.............6
VII.
GeneralSubletting or Assigning the Contract ......... 7
VIII.
Safety: Accident Prevention...............................7
IX.
False Statements Concerning Highway Projects. ..7
X.
Implementation of Clean Air Act and Federal
Water Pollution Control Act................................8
Xl.
Certification Regarding Debarment, Suspension......
Ineligibility, and Voluntary Exclusion..................8
XII.
Certification Regarding Use of Contract Funds for...
Lobbying......................................................9
ATTACHMENTS
A. Employment Preference for Appalachian Contracts
(included in Appalachian contracts only)
I. GENERAL
1. These contract provisions shall apply to all work performed
on the contract by the contractor's own organization and with the
assistance of workers under the contractor's 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
contractor shall insert in each subcontract all of the stipulations
contained in these Required Contract Provisions, and further
require their inclusion in any lower tier subcontract or purchase
order that may in turn be made. The Required Contract Provisions
shall not be incorporated by reference in any case. The prime
contractor shall be responsible for compliance by any subcontrac-
tor or lower tier subcontractor with these Required Contract
Provisions.
3. A breach of any of the stipulations contained in these
Required Contract Provisions shall be sufficient grounds for
termination of the contract.
4. A breach of the following clauses of the Required Contract
Provisions may also be grounds for debarment as provided in 29
CFR 5.12:
Section I, paragraph 2;
Section IV, paragraphs 1, 2, 3, 4, and 7;
Section V, paragraphs 1 and 2a through 2g.
5. Disputes arising out of the labor standards provisions of
Section IV (except paragraph 5) and Section V of these Required
Contract Provisions shall not be subject to the general disputes
clause of this contract. Such disputes shall be resolved in accor-
dance with the procedures of the U.S. Department of Labor (DOL)
as set forth in 29 CFR 5, 6, and 7. Disputes within the meaning of
this clause include disputes between the contractor (or any of its
subcontractors) and the contracting agency, the DOL, or the
contractor's employees or their representatives.
6. Selection of Labor: During the performance of this contract,
the contractor shall not:
a. discriminate against labor from any other State, posses-
sion, or territory of the United States (except for employment
preference for Appalachian contracts, when applicable, as
specified in Attachment A), or
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 contractor's project activities
under this contract. The Equal Opportunity Construction Contract
Specifications set forth under 41 CFR 60-4.3 and the provisions of
the American Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set
forth under 28 CFR 35 and 29 CFR 1630 are incorporated by
reference in this contract. In the execution of this contract, the
contractor agrees to comply with the following minimum specific
requirement activities of EEO:
a. The contractor will work with the State highway agency
(SHA) and the Federal Government in carrying out EEO obliga-
tions and in their review of his/her activities under the contract.
b. The contractor will accept as his operating policy the
following statement:
"It is the policy of this Company to assure that applicants
are employed, and that employees are treated during
employment, without regard to their race, religion, sex,
color, national origin, age or disability. Such action shall
include: employment, upgrading, demotion, or transfer;
recruitment or recruitment advertising; layoff or
termination; rates of pay or other forms of compensation;
and selection for training, including apprenticeship,
preapprenticeship, and/or on-the-job training."
2. EEO Officer: The contractor will designate and make known
to the SHA contracting officers an EEO Officer who will have the
responsibility for and must be capable of effectively administering
and promoting an active contractor program of EEO and who must
be assigned adequate authority and responsibility to do so.
3. Dissemination of Policy: All members of the contractor's
staff who are authorized to hire, supervise, promote, and discharge
employees, or who recommend such action, or who are
substantially involved in such action, will be made fully cognizant
of, and will implement, the contractor's EEO policy and contractual
responsibilities to provide EEO in each grade and classification of
July 21, 1999
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
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-
or's EEO policy and its implementation will be reviewed and
explained. The meetings will be conducted by the EEO Officer.
b. All new supervisory or personnel office employees will be
given a thorough Indoctrination by the EEO Officer, covering all
major aspects of the contractor's EEO obligations within thirty days
following their reporting for duty with the contractor.
c. All personnel who are engaged in direct recruitment for
the project will be instructed by the EEO Officer in the contractor's
procedures for locating and hiring minority group employees.
d. Notices and posters setting forth the contractor's EEO
policy will be placed in areas readily accessible to employees,
applicants for employment and potential employees.
e. The contractor's EEO policy and the procedures to
Implement such policy will be brought to the attention of employ-
ees by means of meetings, employee handbooks, or other
appropriate means.
4. Recruitment: When advertising for employees, the contrac-
tor will include In all advertisements for employees the notation:
"An Equal Opportunity Employer." All such advertisements will be
placed in publications having a large circulation among minority
groups in the area from which the project work force would
normally be derived.
a. The contractor will, unless precluded by a valid bargain-
ing 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 contrac-
tor will identify sources of potential minority group employees, and
establish with such identified sources procedures whereby minority
group applicants may be referred to the contractor for employment
consideration.
b. In the event the contractor has a valid bargaining agree-
ment providing for exclusive hiring hall referrals, he is expected to
observe the provisions of that agreement to the extent that the
system permits the contractor's compliance with EEO contract
provisions. (The DOL has held that where implementation of such
agreements have the effect of discriminating against minorities or
women, or obligates the contractor to do the same, such imple-
mentation violates Executive Order 11246, as amended.)
c. The contractor will encourage his present employees to
refer minority group applicants for employment. Information and
procedures with regard to referring minority group applicants will
be discussed with employees.
5. Personnel Actions: Wages, working conditions, and
employee benefits shall be established and administered, and
personnel actions of every type, including hiring, upgrading,
promotion, transfer, demotion, layoff, and termination, shall be
taken without regard to race, color, religion, sex, national origin,
age or disability. The following procedures shall be followed:
a. The contractor will conduct periodic inspections of project
sites to insure that working conditions and employee facilities do
not Indicate discriminatory treatment of project site personnel.
b. The contractor will periodically evaluate the spread of
wages paid within each classification to determine any evidence of
discriminatory wage practices.
c. The contractor will periodically review selected personnel
actions in depth to determine whether there is evidence of discrimi-
nation. Where evidence is found, the contractor will promptly take
corrective action. If the review indicates that the discrimination
may extend beyond the actions reviewed, such corrective action
shall include all affected persons.
d. The contractor will promptly investigate all complaints of
alleged discrimination made to the contractor in connection with his
obligations under this contract, will attempt to resolve such com-
plaints, and will take appropriate corrective action within a reason-
able time. If the investigation indicates that the discrimination may
affect persons other than the complainant, such corrective action
shall include such other persons. Upon completion of each
investigation, the contractor will inform every complainant of all of
his avenues of appeal.
6. Training and Promotion:
a. The contractor will assist in locating, qualifying, and
increasing the skills of minority group and women employees, and
applicants for employment.
b. Consistent with the contractor's work force requirements
and as permissible under Federal and State regulations, the
contractor shall make full use of training programs, i.e., appren-
ticeship, and on-the-job training programs for the geographical
area of contract performance. Where feasible, 25 percent of
apprentices or trainees in each occupation shall be in their first
year of apprenticeship or training. In the event a special provision
for training is provided under this contract, this subparagraph will
be superseded as Indicated in the special provision.
c. The contractor will advise employees and applicants for
employment of available training programs and entrance require-
ments for each.
d. The contractor will periodically review the training and
promotion potential of minority group and women employees and
will encourage eligible employees to apply for such training and
promotion.
7. Unions: If the contractor relies in whole or In part upon
unions as a source of employees, the contractor will use his/her
best efforts to obtain the cooperation of such unions to increase
opportunities for minority groups and women within the unions, and
to effect referrals by such unions of minority and female
employees. Actions by the contractor either directly or through a
contractor's association acting as agent will include the procedures
set forth below:
a. The contractor will use best efforts to develop, in
cooperation with the unions, joint training programs aimed toward
qualifying more minority group members and women for member-
ship 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.
July 21, 1999
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
c. The contractor is to obtain information as to the referral
practices and policies of the labor union except that to the extent
such information is within the exclusive possession of the labor
union and such labor union refuses to furnish such information to
the contractor, the contractor shall so certify to the SHA and shall
set forth what efforts have been made to obtain such information.
d. In the event the union is unable to provide the contractor
with a reasonable Flow of minority and women referrals within the
time limit set forth in the collective bargaining agreement, the
contractor will, through independent recruitment efforts, fill the
employment vacancies without regard to race, color, religion, sex,
national origin, age or disability; making full efforts to obtain
qualified and/or qualifiable minority group persons and women.
(The DOL has held that it shall be no excuse that the union with
which the contractor has a collective bargaining agreement provid-
ing for exclusive referral failed to refer minority employees.) In the
event the union referral practice prevents the contractor from
meeting the obligations pursuant to Executive Order 11246, as
amended, and these special provisions, such contractor shall
immediately notify the SHA.
8. Selection of Subcontractors, Procurement of Materials
and Leasing of Equipment: The contractor shall not discriminate
on the grounds of race, color, religion, sex, national origin, age or
disability in the selection and retention of subcontractors, including
procurement of materials and leases of equipment.
a. The contractor shall notify all potential subcontractors and
suppliers of his/her EEO obligations under this contract.
b. Disadvantaged business enterprises (DBE), as defined in
49 CFR 23, shall have equal opportunity to compete for and
perform subcontracts which the contractor enters into pursuant to
this contract. The contractor will use his best efforts to solicit bids
from and to utilize DBE subcontractors or subcontractors with
meaningful minority group and female representation among their
employees. Contractors shall obtain lists of DBE construction
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 inspection by autho-
rized representatives of the SHA and the FHWA.
a. The records kept by the contractor shall document the
following:
(1) The number of minority and non -minority group
members and women employed in each work classification on the
project;
(2) The progress and efforts being made in cooperation
With unions, when applicable, to increase employment opportuni-
ties for minorities and women;
(3) The progress and efforts being made in locating,
hiring, training, qualifying, and upgrading minority and female
employees; and
(4) The progress and efforts being made in securing the
services of DBE subcontractors or subcontractors with meaningful
minority and female representation among their employees.
b. The contractors will submit an annual report to the SHA
each July for the duration of the project, indicating the number of
minority, women, and non -minority group employees currently
engaged in each work classification required by the contract work.
This information is to be reported on Form FHWA-1391. If on -the -
job training is being required by special provision, the contractor
will be required to collect and report training data.
Ill. NONSEGREGATED FACILITIES
(Applicable to all Federal -aid construction contracts and to all
related subcontracts of $10,000 or more.)
a. By submission of this bid, the execution of this contract or
subcontract, or the consummation of this material supply agree-
ment or purchase order, as appropriate, the bidder, Federal -aid
construction contractor, subcontractor, material supplier, or vendor,
as appropriate, certifies that the firm does not maintain or provide
for its employees any segregated facilities at any of its establish-
ments, and that the firm does not permit its employees to perform
their services at any location, under its control, where segregated
facilities are maintained. The firm agrees that a breach of this
certification is a violation of the EEO provisions of this contract.
The firm further certifies that no employee will be denied access to
adequate facilities on the basis of sex or disability.
b. As used in this certification, the term "segregated facilities"
means any waiting rooms, work areas, restrooms and washrooms,
restaurants and other eating areas, timeclocks, locker rooms, and
other storage or dressing areas, parking lots, drinking fountains,
recreation or entertainment areas, transportation, and housing
facilities provided for employees which are segregated by explicit
directive, or are, in fact, segregated on the basis of race, color,
religion, national origin, age or disability, because of habit, local
custom, or otherwise. The only exception will be for the disabled
when the demands for accessibility override (e.g. disabled
parking).
c. The contractor agrees that it has obtained or will obtain
identical certification from proposed subcontractors or material
suppliers prior to award of subcontracts or consummation of
material supply agreements of $10,000 or more and that it will
retain such certifications in its files.
IV. PAYMENT OF PREDETERMINED MINIMUM WAGE
(Applicable to all Federal -aid construction contracts exceeding
$2,000 and to all related subcontracts, except for projects located
on roadways classified as local roads or rural minor collectors,
which are exempt.)
1. General:
a. All mechanics and laborers employed or working upon
the site of the work will be paid unconditionally and not less often
than once a week and without subsequent deduction or rebate on
any account [except such payroll deductions as are permitted by
regulations (29 CFR 3) issued by the Secretary of Labor under the
Copeland Act (40 U.S.C. 276c)) the full amounts of wages and
bona fide fringe benefits (or cash equivalents thereof) due at time
of payment. The payment shall be computed at wage rates not
less than those contained in the wage determination of the
Secretary of Labor (hereinafter "the wage determination") which is
attached hereto and made a part hereof, regardless of any
contractual relationship which may be alleged to exist between the
contractor or its subcontractors and such laborers and mechanics.
The wage determination (Including any additional classifications
and wage rates conformed under paragraph 2 of this Section IV
July 21, 1999
5 pVISIoNs
REaUIRED CONTRACT PR CONTACTS
Ip CONSTRUCTIQN subcontractors, as aPPro-
the event me to be employed the in the officerido
vvt)F �-A contractor or
tional
d. In echanics ntracting
Shall be the laborers rate (including
or Form FHWp-1495) priate, or their representatives,t1On and wags fopriate), the
ntractors at the classification sed classification 1321) subco the PTOP° a benefits, where apP
OL poster (fie contractor and its Lacs where it Can not agree °n Hated for (ring
including the views of
and the D Section, mount desig uestions• of the contracting
ail Limes by t and accessible�ea of this the a Officer shall refer the q ndation
posted at in prominen Fer the pulp bona fide contracting the reCOmma determissue a
site of the work the workers• anticipated for Act (40 terested parties and Nour Administrator for will issue
seen by pavis•Bacon all in the Wags and r)t and iSO advise tits
be easily or costs reasonabof the nsidered officer, to or an authorized o�fecs w h p
P
See 1(b)(2) anics are c° rota within t e 3
contributions mender S r meth foul- Said Admin{strator,in 30 days trading officer
fringe benefits u lab76a)orers o sub{Oerc e pu Pose of
2nefit on behalf of lab ech Tries deterrninaii oiflc if sf will notify the Corr
U.S.C.laborers hereof. Also, more contracting is necessary root
or m
wages Paid to such h 3b, costs incurred TOT under that additional time
IV, aragraP de or co uarte,ly) day period a benefits where aPP
Section p 2d of this IV
sions Of S regular contributions ma than q to (including to
Section
this Section, reg eriod (but not less �v n the particular during e. The wags rate arOgiaph 2t °r in the additional
than a weekly P which incurred aid fined pursuant top eflonring work erformed in the
funds, Of programs' strue"vely made OT shall be P ate) detenn to all workers P iCh work is P
plans, are deemed to be Con and mechanics the wage shall be paid the first day On wh
period, weekly
pedod_ Such laborers
fringe benefits °r' erformed. classification from
such wee a rate of work actuall h P4 and 5 Of
ropriate wth9 classification aragrap classification•
the aPR t as provided in 'Paragraphs
Of Pringe Benefits: fn the
determination fOrskill,excep g• Payment rescribeda (tinge
t regard to minim wage rate pincludes
wIc
ifttou work in more than one Vltienever the
this Section N. rformfn9 acifled for each a. f laborers or mocha rats, the contractor
or
Or mechanics PB rate SR that for a class o d as an hourly the benefit as
b. Laborers compensated 0 a time pent in bceen contract
is not expresse e firer pay a fide
classlfieaaybe the lima actually
t100therell)the , subcontractors, as aePeomnatian or shall Ray another bon
te1 set forth e d eof.
classificationa Toll recur erformed• stated in the wag hourly case equivalent that s
the employers p y • work is P as approlinat ,does
lion in which Act alai fringe benefit or an tractor, may
eaCli c,as.1fica of the Davis Bacon o ntractor or subcOn third person, hg♦she the
ter retatiosn1' 3 and 5 are herein inc°TP b It the co or otherhanic
and in P ments to a trusts of any laborer or Mee a fide
C. All rulings ail of the wag providing bon
contained contract. not make Pay bly anticipated In P that the Secre-
related Or co Consider as a P is reasons r ram, provided. m rador,
rated by referents {n thisnt of any cos Ian or P o9 uest of the co
amou under a p On the written reg
been
class of fringe benefits found, up a Davis -Bacon AC
t have
2, classification*shall require that vajnt iGh is not tary pf Labor has standards °f the
require ttis C°nUa tractor
g
oft°ce
SHA contracting officer er the contract that the aPPlicable of f-abor 2ats meeting °f obligations
The joyed andhe Secretary the m
a. or meth a nation. shall be classified Volin cOnfofinan
an{csn1et• uni assets for
aside in a separate acc0 DOL)
la
e wage
ag termna r°n' Ian or pro9rarrti• of ttrs U.S
pared in the rove an additional under the P Programs
With the wags de Officer shall approve when the Trainees (
The contracting and flings benefits 4 Apprentices and
b• a rate and Helpers:
CA criteria
wage
been mst: classifi-
criteria Pe
by the additional a• APPrentioss= rk at less than the
foliovrin9 (1) the work to be P n the wags permitted to when they are
ed by
a eta (A)
(1) Apprentices {wo they pe a bona fide
Is not psrl°rm Tate for ragister�EmPt 7me
cation requested individually nt and
lion: is utilized in the area by predetermined to and fine DDL, fining
determine employed pursuant ram registered with hI and a
assificati°n ship grog . Bureau of APPrsntices P e Bureau, or it
(2) the additional cl bona fide apprentiAdministration, cy recogniZBdays b th
er first goof probationary
construction industrY: Training entli( d i agesship program,
the tonstN ed wags Tate. including the Wage With
emState
nsa employed in o 1n such an apprentice o has been
(3) the Proves ble relationship a p rentice ram• but wh
is a reasons emplo)(M n/ as an aPR Istered in the PfOg Training li
or a state
e benefits, bea determnation; and cation renticeship• and eligible for
classffrca who is not indivi Bureau of APP appropriate) to be
thCor�ita{ned in the wags when such a certified by file agency (where aP ro
ecl to helpers, eriOtmsd. ship
(4) with fesp Which
the work is p apprenticeship as an apprentice,
ropdate, the probationary 'entices to lour neYTna -
the area in as aPP able ratio of apple
classNiestion snail e
prevails in subcontractors, in the additional (2) The allowable
ow
G. If the contractor or it lonown) to be trading Office; level to ees on the }Pe ode in to Me contractor employee
to ee on
stered I
laborers and ins their representative a rate rid (fin (including the report of�ftre be greater than the e g9 s erect dry �y ernRbY Ma
Lion or a {epo forcearunder th tstered a ratm, is not
classiflca the classification and wag a oprlate), to the DOL'aid not le
ss
benefits where PPT . officer workt an apprentice wage shall d P
agree on fringe Serif by the ttacting n stated erml tion for' the
Cori Employment Ste a payroll a anyaRRrsn-
designated f°i Hour Division. The Wage and otherwise employed as
bie wage rate listed in the a gin
on taken shahWage and C• 20210. actually pert
orme • addltwn,
pminI traitor of tion, Washngton, D Uve, will approve,within the aPPlica of work b site in excess °f t Was ratio the o
rmitte
ocation
an
he
elatmination r the w rk
dards Adminisf or, or an authorized a bassi cation actin III notify cfasslerforming Work °n Program shall be POW
"our Adrrdn{site rove every addition OOng Officer or w lice P registered p the wags d
contra under the a Tate on
� i ys of disapprove
and within the 30-daY period that additional time applicable wag
the "Vacting °ffr
Is necessary'
July 21, 1999
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
actually performed. Where a contractor or subcontractor is
performing construction on a project in a locality other than that in
which its program is registered, the ratios and wage rates (ex-
pressed in percentages of the journeyman -level hourly rate)
specified in the contractor's or subcontractor's registered program
shall be observed.
(3) Every apprentice must be paid at not less than the
rate specified in the registered program for the apprentice's level of
progress, expressed as a percentage of the journeyman -level
hourly rate specified in the applicable wage determination.
Apprentices shall be paid fringe benefits in accordance with the
provisions of the apprenticeship program. If the apprenticeship
program does not specify fringe benefits, apprentices must be paid
the full amount of fringe benefits listed on the wage determination
for the applicable classification. If the Administrator for the Wage
and Hour Division determines that a different practice prevails for
the applicable apprentice classification, fringes shall be paid in
accordance with that determination.
(4) In the event the Bureau of Apprenticeship and
Training, or a State apprenticeship agency recognized by the
Bureau, withdraws approval of an apprenticeship program, the
contractor or subcontractor will no longer be permitted to utilize
apprentices at less than the applicable predetermined rate for the
comparable work performed by regular employees until an accept-
able program is approved.
b. Trainees:
(1) Except as provided in 29 CFR 5.16, trainees will not
be permitted to work at less than the predetermined rate for the
work performed unless they are employed pursuant to and
individually registered in a program which has received prior
approval, evidenced by formal certification by the DOL, Employ-
ment and Training Administration.
(2) The ratio of trainees to journeyman -level employees
on the job site shall not be greater than permitted under the plan
approved by the Employment and Training Administration. Any
employee listed on the payroll at a trainee rate who is not regis-
tered and participating in a training plan approved by the Employ-
ment and Training Administration shall be paid not less than the
applicable wage rate on the wage determination for the classifica-
tion of work actually performed. In addition, any trainee performing
work on the job site in excess of the ratio permitted under the
registered program shall be paid not less than the applicable wage
rate on the wage determination for the work actually performed.
(3) Every trainee must be paid at not less than the rate
specified in the approved program for his/her level of progress,
expressed as a percentage of the journeyman -level hourly rate
specified in the applicable wage determination. Trainees shall be
paid fringe benefits in accordance with the provisions of the trainee
program. If the trainee program does not mention fringe benefits,
trainees shall be paid the full amount of fringe benefits listed on the
wage determination unless the Administrator of the Wage and
Hour Division determines that there is an apprenticeship program
associated with the corresponding journeyman -level wage rate on
the wage determination which provides for less than full fringe
benefits for apprentices, in which case such trainees shall receive
the same fringe benefits as apprentices.
(4) In the event the Employment and Training Adminis-
tration withdraws approval of a training program, the contractor or
subcontractor will no longer be permitted to utilize trainees at less
than the applicable predetermined rate for the work performed until
an acceptable program is approved.
c. Helpers:
Helpers will be permitted to work on a project if the
helper classification is specified and defined on the applicable
wage determination or is approved pursuant to the conformance
procedure set forth in Section IV.2. Any worker listed on a payroll
at a helper wage rate, who is not a helper under a approved defini-
tion, shall be paid not less than the applicable wage rate on the
wage determination for the classification of work actually per-
formed.
5. Apprentices and Trainees (Programs of the U.S. DOT):
Apprentices and trainees working under apprenticeship and
skill training programs which have been certified by the Secretary
of Transportation as promoting EEO in connection with Federal -
aid highway construction programs are not subject to the require-
ments of paragraph 4 of this Section IV. The straight time hourly
wage rates for apprentices and trainees under such programs will
be established by the particular programs. The ratio of apprentices
and trainees to journeymen shall not be greater than permitted by
the terms of the particular program.
6. Withholding:
The SHA shall upon its own action or upon written request
of an authorized representative of the DOL withhold, or cause to
be withheld, from the contractor or subcontractor under this
contract or any other Federal contract with the same prime
contractor, or any other Federally -assisted contract subject to
Davis -Bacon prevailing wage requirements which is held by the
same prime contractor, as much of the accrued payments or
advances as may be considered necessary to pay laborers and
mechanics, including apprentices, trainees, and helpers, employed
by the contractor or any subcontractor the full amount of wages
required by the contract. in the event of failure to pay any laborer
or mechanic, including any apprentice, trainee, or helper, em-
ployed or working on the site of the work, all or part of the wages
required by the contract, the SHA contracting officer may, after
written notice to the contractor, take such action as may be
necessary to cause the suspension of any further payment,
advance, or guarantee of funds until such violations have ceased.
7. Overtime Requirements:
No contractor or subcontractor contracting for any part of
the contract work which may require or involve the employment of
laborers, mechanics, watchmen, or guards (including apprentices,
trainees, and helpers described in paragraphs 4 and 5 above) shall
require or permit any laborer, mechanic, watchman, or guard in
any workweek in which he/she is employed on such work, to work
in excess of 40 hours in such workweek unless such laborer,
mechanic, watchman, or guard receives compensation at a rate
not less than one -and -one-half times his/her basic rate of pay for
all hours worked In excess of 40 hours in such workweek.
8. Violation:
Liability for Unpaid Wages; Liquidated Damages: In the
event of any violation of the clause set forth in paragraph 7 above,
the contractor and any subcontractor responsible thereof shall be
liable to the affected employee for his/her unpaid wages. In
addition, such contractor and subcontractor shall be liable to the
United States (in the case of work done under contract for the
District of Columbia or a territory, to such District or to such
territory) for liquidated damages. Such liquidated damages shall
be computed with respect to each individual laborer, mechanic,
July 21, 1999
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
watchman, or guard employed in violation of the clause set forth in
paragraph 7, in the sum of $10 for each calendar day on which
such employee was required or permitted to work in excess of the
standard work week of 40 hours without payment of the overtime
wages required by the clause set forth in paragraph 7.
9. Withholding for Unpaid Wages and Liquidated Damages:
The SHA shall upon its own action or upon written request
of any authorized representative of the DOL withhold, or cause to
be withheld, from any monies payable on account of work
performed by the contractor or subcontractor under any such
contract or any other Federal contract with the same prime
contractor, or any other Federally -assisted contract subject to the
Contract Work Hours and Safety Standards Act, which is held by
the same prime contractor, such sums as may be determined to be
necessary to satisfy any liabilities of such contractor or
subcontractor for unpaid wages and liquidated damages as
provided in the clause set forth in paragraph 8 above.
V. STATEMENTS AND PAYROLLS
(Applicable to all Federal -aid construction contracts exceeding
$2.000 and to all related subcontracts, except for projects located
on roadways classified as local roads or rural collectors, which are
exempt.)
1. Compliance with Copeland Regulations (29 CFR 3):
The contractor shall comply with the Copeland Regulations of
the Secretary of Labor which are herein incorporated by reference.
2. Payrolls and Payroll Records:
a. Payrolls and basic records relating thereto shall be
maintained by the contractor and each subcontractor during the
course of the work and preserved for a period of 3 years from the
date of completion of the contract for all laborers, mechanics,
apprentices, trainees, watchmen, helpers, and guards working at
the site of the work.
b. The payroll records shall contain the name, social
security number, and address of each such employee; his or her
correct classification; hourly rates of wages paid (including rates of
contributions or costs anticipated for bona fide fringe benefits or
cash equivalent thereof the types described in Section 1(b)(2)(B) of
the Davis Bacon Act); daily and weekly number of hours worked;
deductions made; and actual wages paid. In addition, for Appala-
chian contracts, the payroll records shall contain a notation indicat-
ing whether the employee does, or does not, normally reside in the
labor area as defined in Attachment A, paragraph 1. Whenever
the Secretary of Labor, pursuant to Section IV, paragraph 3b, has
found that the wages of any laborer or mechanic include the
amount of any costs reasonably anticipated in providing benefits
under a plan or program described in Section 1(b)(2)(B) of the
Davis Bacon Act, the contractor and each subcontractor shall
maintain records which show that the commitment to provide such
benefits is enforceable, that the plan or program is financially
responsible, that the plan or program has been communicated in
writing to the laborers or mechanics affected, and show the cost
anticipated or the actual cost Incurred in providing benefits.
Contractors or subcontractors employing apprentices or trainees
under approved programs shall maintain written evidence of the
registration of apprentices and trainees, and ratios and wage rates
prescribed in the applicable programs.
c. Each contractor and subcontractor shall furnish, each
week in which any contract work is performed, to the SHA resident
engineer a payroll of wages paid each of its employees (including
apprentices, trainees, and helpers, described in Section IV, para-
graphs 4 and 5, and watchmen and guards engaged on work
during the preceding weekly payroll period). The payroll 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 submis-
sion of copies of payrolls by all subcontractors.
d. Each payroll submitted shall be accompanied by a
"Statement of Compliance," signed by the contractor or subcon-
tractor or his/her agent who pays or supervises the payment of the
persons employed under the contract and shall certify the follow-
ing:
(1) that the payroll for the payroll period contains the
information required to be maintained under paragraph 2b of this
Section V and that such information is correct and complete;
(2) that such laborer or mechanic (including each helper,
apprentice, and trainee) employed on the contract during the
payroll period has been paid the full weekly wages earned, without
rebate, either directly or indirectly, and that no deductions have
been made either directly or indirectly from the full wages earned,
other than permissible deductions as set forth in the Regulations,
29 CFR 3;
(3) that each laborer or mechanic has been paid not less
that the applicable wage rate and fringe benefits or cash equivalent
for the classification of worked performed, as specified in the
applicable wage determination incorporated into the contract.
e. The weekly submission of a properly executed certifica-
tion set forth on the reverse side of Optional Form WH-347 shall
satisfy the requirement for submission of the "Statement of
Compliance" required by paragraph 2d of this Section V.
f. The falsification of any of the above certifications may
subject the contractor to civil or criminal prosecution under 18
U.S.C.1001 and 31 U.S.C.231.
g. The contractor or subcontractor shall make the records
required under paragraph 2b of this Section V available for Inspec-
tion, copying, or transcription by authorized representatives of the
SHA, the FHWA, or the DOL, and shall permit such repre-
sentatives to interview employees during working hours on the job.
If the contractor or subcontractor fails to submit the required
records or to make them available, the SHA, the FHWA, the DOL,
or all may, after written notice to the contractor, sponsor, applicant,
or owner, take such actions as may be necessary to cause the
suspension of any further payment, advance, or guarantee of
funds. Furthermore, failure to submit the required records upon
request or to make such records available may be grounds for
debarment action pursuant to 29 CFR 5.12.
VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR
1. On all Federal -aid contracts on the National Highway
System, except those which provide solely for the installation of
protective devices at railroad grade crossings, those which are
constructed on a force account or direct labor basis, highway
beautification contracts, and contracts for which the total final
construction cost for roadway and bridge is less than $1,000,000
(23 CFR 635) the contractor shall:
July 21, 1999
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
a. Become familiar with the list of specific materials and
supplies contained in Form FHWA47, "Statement of Materials and
Labor Used by Contractor of Highway Construction Involving
Federal Funds," prior to the commencement of work under this
contract.
b. Maintain a record of the total cost of all materials and
supplies purchased for and incorporated in the work, and also of
the quantities of those specific materials and supplies listed on
Form FHWA-47, and in the units shown on Form FHWA-47.
c. Furnish, upon the completion of the contract, to the SHA
resident engineer on Form FHWA47 together with the data
required in paragraph lb relative to materials and supplies, a final
tabor summary of all contract work indicating the total hours
worked and the total amount earned.
2. At the prime contractor's option, either a single report
covering all contract work or separate reports for the contractor
and for each subcontract shall be submitted.
VII. SUBLETTING OR ASSIGNING THE CONTRACT
1. The contractor shall perform with its own organization
contract work amounting to not less than 30 percent (or a greater
percentage if specified elsewhere in the contract) of the total
original contract price, excluding any specialty items designated by
the State. Specialty items may be performed by subcontract and
the amount of any such specialty items performed may be
deducted from the total original contract price before computing
the amount of work required to be performed by the contractor's
own organization (23 CFR 635).
a. "Its own organization" shall be construed to include only
workers employed and paid directly by the prime contractor and
equipment owned or rented by the prime contractor, with or without
operators. Such term does not include employees or equipment of
a subcontractor, assignee, or agent of the prime contractor.
b. "Specialty Items" shall be construed to be limited to work
that requires highly specialized knowledge, abilities, or equipment
not ordinarily available in the type of contracting organizations
qualified and expected to bid on the contract as a whole and in
general are to be limited to minor components of the overall
contract.
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
engineering services) as the SHA contracting officer determines is
necessary to assure the performance of the contract.
4. No portion of the contract shall be sublet, assigned or
otherwise disposed of except with the written consent of the SHA
contracting officer, or authorized representative, and such consent
when given shall not be construed to relieve the contractor of any
responsibility for the fulfillment of the contract. Written consent will
be given only after the SHA has assured that each subcontract is
evidenced in writing and that it contains all pertinent provisions and
requirements of the prime contract.
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 determine, to be reasonably necessary to
protect the life and health of employees on the job and the safety
of the public and to protect property in connection with the
performance of the work covered by the contract.
2. It is a condition of this contract, and shall be made a
condition of each subcontract, which the contractor enters into
pursuant to this contract, that the contractor and any subcontractor
shall not permit any employee, in performance of the contract, to
work in surroundings or under conditions which are unsanitary,
hazardous or dangerous to his/her health or safety, as determined
under construction safety and health standards (29 CFR 1926)
promulgated by the Secretary of Labor, in accordance with Section
107 of the Contract Work Hours and Safety Standards Act
(40 U.S.C. 333).
3. Pursuant to 29 CFR 1926.3, it is a condition of this contract
that the Secretary of Labor or authorized representative thereof,
shall have right of entry to any site of contract performance to
inspect or investigate the matter of compliance with the construc-
tion safety and health standards and to carry out the duties of the
Secretary under Section 107 of the Contract Work Hours and
Safety Standards Act (40 U.S.C. 333).
IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS
In order to assure high quality and durable construction in
conformity with approved plans and specifications and a high
degree of reliability on statements and representations made by
engineers, contractors, suppliers, and workers on Federal -aid
highway projects, it is essential that all persons concerned with the
project perform their functions as carefully, thoroughly, and
honestly as possible. Willful falsification, distortion, or misrepre-
sentation with respect to any facts related to the project Is a
violation of Federal law. To prevent any misunderstanding
regarding the seriousness of these and similar acts, the following
notice shall be posted on each Federal -aid highway project (23
CFR 635) in one or more places where it is readily available to all
persons concerned with the project:
NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL -AID
HIGHWAY PROJECTS
18 U.S.C. 1020 reads as follows:
"Whoever, being an officer, agent, or employee of the United
States, or of any State or Territory, or whoever, whether a person,
association, firm, or corporation, knowingly makes any false
statement, false representation, or false report as to the character,
quality, quantity, or cost of the material used or to be used, or the
quantity or quality of the work performed or to be performed, or the
cost thereof in connection with the submission of plans, maps,
specifications, contracts, or costs of construction on any highway
or related project submitted for approval to the Secretary of
Transportation; or
Whoever knowingly makes any false statement, false represen-
tation, false report or false claim with respect to the character,
quality, quantity, or cost of any work performed or to be performed,
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alteration or addition to the terms
of the Agreement or to the Work to be performed thereunder or the Specifications
accompanying the same shall in any way affect its obligation on this bond; and it
does hereby waive notice of any such change, extension of time, alteration or
addition to the terms of the Agreement or to the Work or to the Specifications.
PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR
shall abridge the right of any beneficiary hereunder, whose claim may be
unsatisfied.
PROVIDED, FURTHER, that the Surety Company must be authorized to transact
business in the State of Colorado and be acceptable to the OWNER.
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each
one of which shall be deemed an original, this ,-)(,1,-t-L day of
20CK.
IN PRESENCE OF: Princ/ cr AO Q'Ort vo)1
(Corporate Seal)
IN PRESENCE OF:
IN PRESENCE OF:
(Surety Seal)
By:
(Titl
(Address)
Other Partners
Surety `,�Y�C ctC�oc :�JY1C�i nc�, tt n-'u iC1hQN.,
BX
e
By:53ck-��c-e rr,�t�Xr(
(Address) I
NOTE: Date of Bond must not be prior to date of Agreement.
If CONTRACTOR is Partnership, all partners should execute Bond.
7/96 Section 00615 Page 2
July 21, 1999
9
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTSagency's determination whether to enter --
with the departme primary
or related project approved by the into this transaction. However, failure of the prospective
participant to furnish a certification or an explanation shall disquali-
or materials furnished or to be furnished, in connection with the
construction of any highway
Secretary
of of any
or ty such a person from Participation in this transaction.
false statement oa material representation
r false repro- C. The certification in this s use is when the department Or
whoever knowingly makes any of fact upon which reliance was placed
agency determined to enter into this sport n. It it is 1n91Y
ater
sanitation as to material fact provisions of the Federai'aidt nd u Act determined that the prospective primary
submitted pursuant top as amended and supple
medies
approved July 21, 1916, (39 Stal. 355), rendered an erroneous certification, in addiijon
oother
°e agency
mented; available to the Federal Government, the
that $10,0oo or imprisoned not more may terminate this transaction for cause of default.
Shall be fined not more
d, The Prospective primary Participant shall provide immedi-
than 5 years or both." to whom this
ate written notice to the department °osaecetNe primary partici-
proposal is submitted if any time the prospective
X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL reason s changed circumstances.
WATER POLLUTION CONTROL ACT pant learns that its certification was erroneous when submitted or
has become erroneous by
e. The terms "covered transaction," "debarred " "suspend -
(Applicable to all Federal -aid construction contracts and to al „ artist ant;'
caiated subcontracts of $100,000 or more.) act, Or ed,' ^ineligible ^ "lower tier covered ^t"arnincrp fir" "Proposal and
the arson," Pn covered transaction, p have the meanings
By submission of this bid ort the bdder,�Federal-aid construction P " mary as used in this clause,
subcontract, as appropriate, will be deemed to "voluntarily excluded, department
set out in the Definitions and Coverage sew tact the
dep imp e-
contractor, or subcontractor, as appropriate,menfing Executive Order 1254g. You may
have stipulated as follows: is submitted for assistance in
or agency to which this rproposal
performance of obtaining a COPY °f those regulations. agrees by submitting
I. The Prospective Primary Pa)osedaccovered
I. That any facility that is or will be utilized iundehe Clean Air osed covered transaction be
ntract is exemptpub.L. Osal that, should the P� ter into any lower tier covered
this Contract, Unless42 U S.C. 1857 et sail•, as amended by this prop suspended, declared
Act, as amended ( Control Act, as entered into, it shall not knowingly
b Pub.L. 92-500), transaction with a Pef5On who is debarred,
g1�p4), and under the Federa{ asamendedpollution
or voluntarily excluded from participation in this covered
ementation thereof ineligible, nless authorized by the department or agency
amended (33 U.S.C. 1251 et re ., transaction, u
Executive order 11738, an onetl�eadate of amoMra ListofViolating entering into this transaction.
(40 CFR 15) is not listed, EPA)
U.S. Environmental protection Agency ( ros ective primary Participant
further agrees by
Facilities pursuant to 40 CFR 15.20. g• Thep P ^
compliance with submitting this proposal that it Sill in, Suspension, ineligibilitytta d Vo un-
1 and remain
l Comp cation Reg barment, provided by the
2. That the firm agrees to comply Into this covered transaction,
all the requirements of Section 114 of the Clean Air Act and tary Exclusions Lower Tier Covered Transaction,
cn, p
Section 308 of the Fade
ral Water Pollution Control Act and all department or agency entering
regulationsSection
30 and guidelines listed thereunder. without modificationin , c all lower tier covered transactions and in al ^
the SHA of the receipt of any solicitations for lower tier covered transactions.
u notify rely upon a
3. That the firm shall Promp Y h A participant in a covered transaction may Y p
Communication from the Director, Office of Federal Activities, EPA, Certification of a prospective Participant in a lower tier covered
indicating that a facility that is or will be utilized for the contract is suspended, ineligible, or volun-
listed on the EPA List of Violating transaction that is not debarred, unless it knows that
under consideration to be decide the method
Facilities. tartly excluded from the covered transaction,
may principals.
the certification is erroneous. A P of its
a to be and frequency by which it determines the eligibilityrocure-
4. That the firm agrees to ithrough 4 o th s Section Xu neevery but i, not required to, check the none
1 through Each Participant may,
requirements of paragraph rees to take such action as ment p rams" (Nonprocurement
t subcontract, and further ail such require- onion of the "Lists of Parties Excluded From Federal
no procurement Or NonPfOCurement programs*
the government may direct as a means of enforcing s
menns.
List) which is compiled by the General Services Administration.
1, Nothing contained in the foregoing shall be construed o
XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, require establishment of a systeo yreco clausorder The knowlrendeedge
INELIGIBILITY AND VOLUNTARY EXCLUSION good faith the certification required this
Covered Traneac- rtidpant is not required; o exthec0- �aryt course
1. instructions for Certification -Primary and information e PE
a rodent Person
is normally Possessed by P
tions: ara ra h f of
j, Except for transac ions authorized °mzee u�vered transaction
(Applicable to tilt Federal -aid contracts - 49 CFR 29) of business dealings.
signing and submitting this th 8
proposal, the prospective these {nstrudions, if a Participant
enters into a lower tier covered
ineligible. Oron voluntarily
a. 13Y g the Certification set out below knowingly is suspended, debaned, g in addition to other
primary Participant is providing person who participation In this transaction' department Or
arson to provide the certification III set excluded from p the
default.
b. The inability of a p artio{petion in this remedies available to the Federal Government, the depa
prospective eart{dpant shall submit an agency may terminate this transaction for cause
out below will not necessarily result in denial of p
covered transaction, the P rOvlde the certification set out elo
explanation of why it cannot p
The certification or explanation will be considered In con —
lis
10
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
«a««
Certification Regarding Debarment, Suspension, Ineligibility
and Voluntary Exclusion —Primary Covered Transactions
1. The prospective primary participant certifies to the best of its
knowledge and belief, that it and its principals:
a. Are not presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from
covered transactions by any Federal department or agency;
b. Have not within a 3-year period preceding this proposal
been convicted of or had a civil judgement rendered against them
for commission of fraud or a criminal offense in connection with
obtaining, attempting to obtain, or performing a public (Federal,
State or local) transaction or contract under a public transaction;
violation of Federal or State antitrust statutes or commission of
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 certification, in
addition to other remedies available to the Federal Government,
the department, or agency with which this transaction originated
may pursue available remedies, including suspension and/or
debarment.
c. The prospective lower tier participant shall provide
immediate written notice to the person to which this proposal is
submitted if at any time the prospective lower tier participant learns
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
July 21, 1999
and Coverage sections of rules implementing Executive Order
12549. You may contact the person to which this proposal is
submitted for assistance in obtaining a copy of those regulations.
e. The prospective lower tier participant agrees by submit-
ting this proposal that, should the proposed covered transaction be
entered into, it shall not knowingly enter into any lower tier covered
transaction with a person who is debarred, suspended, declared
ineligible, or voluntarily excluded from participation in this covered
transaction, unless authorized by the department or agency with
which this transaction originated.
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 knowl
edge 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
knowingly enters into a lower tier covered transaction with a
person who is suspended, debarred, ineligible, or voluntarily
excluded from participation in this transaction, in addition to other
remedies available to the Federal Government, the department or
agency with which this transaction originated may pursue available
remedies, including suspension and/or debarment.
Certification Regarding Debarment, Suspension, Ineligibility
and Voluntary Exclusion --Lower Tier Covered Transactions:
1. The prospective lower tier participant certifies, by submission
of this proposal, that neither it nor its principals is presently
debarred, suspended, proposed for debarment, declared ineligible,
or voluntarily excluded from participation in this transaction by any
Federal department or agency.
2. Where the prospective lower tier participant is unable to
certify to any of the statements in this certification, such prospec-
tive participant shall attach an explanation to this proposal.
««vaa
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)
July21, 1999
11
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
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
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 the awarding of any Federal contract, the making of any
Federal grant, the making of any Federal loan, the entering into of
any cooperative agreement, and the extension, continuation,
renewal, amendment, or modification of any Federal contract,
grant, loan, or cooperative agreement.
b. If any funds other than Federal appropriated funds have
been paid or will be paid to any person for influencing or attempt-
ing to influence an officer or employee of any Federal agency, a
Member of Congress, an officer or employee of Congress, or an
employee of a Member of Congress in connection with this Federal
contract, grant, loan, or cooperative agreement, the undersigned
shall complete and submit Standard Form-LLL, "Disclosure Form
to Report Lobbying," in accordance with its instructions.
2. This certification is a material representation of fact upon
which reliance was placed when this transaction was made or
entered into. Submission of this certification is a prerequisite for
making or entering into this transaction imposed by 31 U.S.C.
1352. Any person who fails to file the required certification shall be
subject to a civil penalty of not less than $10,000 and not more
than $100,000 for each such failure.
3. The prospective participant also agrees by submitting his or
her bid or proposal that he or she shall require that the language of
this certification be included in all lower tier subcontracts, which
exceed $100,000 and that all such recipients shall certify and
disclose accordingly.
June 8, 2000
1
SPECIAL NOTICE TO CONTRACTORS
The Contractor shall follow the procedures (303) 757-9227 a minimum of 10 days prior to
listed below to ensure the proper inspection, the beginning of fabrication or the Bituminous
sampling, testing and certification of materials and Unit at (303) 757-9297 a minimum of 10 days
products incorporated into all construction projects. prior to use. Failure to give notification may
result in delays to the project and/or rejection of
1. PROVIDE NOTIFICATION OF MATERIALS SOURCES materials or products.
AND SUPPLIERS.
In accordance with subsection 106.01 of the
specifications:
The Contractor shall submit a list of material
sources and suppliers to the Engineer. The list shall
include company name and address, item to be
supplied, and contact person where material can be
inspected.
2. DESIGN/BUILD PROJECTS - CDOT FORM #250 -
MATERIALS DOCUMENTATION RECORD.
Two weeks before construction commences, the
Contractor shall furnish the Engineer a list of pay
items that will be used to construct the project in
accordance with the pay items in the Standard
Specifications and an approximate quantity for each
pay item. The Contractor shall immediately notify
the Engineer, in writing, if the pay items or quantities
are revised during the project.
3. COMPLY WITH BUY AMERICAN REQUIREMENTS.
In accordance with subsection 106.08 of the
Standard Specifications:
A. All manufacturing processes, including the
application of a coating, for all steel products
and all iron products permanently
incorporated in the work shall have occurred
in the United States of America.
B. The Contractor shall furnish a certification
with every steel product and every iron
product.
C. Upon completion of the project, the
Contractor shall certify in writing of
compliance with this requirement.
4. CDOT SAMPLING AND TESTING REQUIREMENTS:
A. Preinspected
The following items are preinspected by the
Colorado Department of Transportation.
Inspection arrangements should be made by
calling the Bridge Design Inspection Unit at
Bearing Devices, Bridge - Type III
Expansion Device Bridge (0-6", 0-911, 0-12")
Joint and Crack Sealant, Hot Poured
Prestressed Concrete Unit
Structural Steel - Bridges
Waterproofing Membrane, Hot Applied
B. Certified Test Reports
Certified Test Report. A test report from the
manufacturer or an independent testing
laboratory, including a signature by a person
having legal authority to act for the manufacturer
or the independent testing laboratory stating that
the test results show that the product or
assembly to be incorporated into the project has
been sampled and tested and the samples have
passed all specified tests.
In accordance with subsection 106.10 of the
Standard Specifications, the following items will
be accepted on the basis of certified test reports.
One copy of the certified test report shall be
furnished to the Engineer at the time of material
delivery. Failure to comply may result in delays
to the project and/or rejection of the materials.
Anchor Bolts (all items which include anchor
bolts) A
Bridge Deck Forms, Permanent Steel A
Bridge Rail, Steel A
Cribbing
Fasteners (Bolts) (Field)"
Fence, Sound Barrier
Glass Beads
Hydrated Lime (Chemical test only)
(After Pre -Approval)
Pipe Railing"
Overhead Sign Structures A
Quicklime
Structural Plate Structures A
Structural Steel Galvanized A
Top Soil
Traffic Signal Structures A
Water(ing) (All items which include water)
Waterstop
C. Certification of Compliance
June 8, 2000
2
SPECIAL NOTICE TO CONTRACTORS
Certificate of Compliance. A certification,
including a signature by a person having legal
authority to act for the manufacturer, stating that
the product or assembly to be incorporated into
the project was fabricated in accordance with
and meets the applicable specifications.
In accordance with subsection 106.09 of the
Standard Specifications, the following items will
be accepted on the basis of a certificate of
compliance. One copy of the certificate of
compliance shall be furnished to the Engineer at
the time of material delivery. Failure to comply
may result in delays to the project and/or
rejection of the materials.
Bearing Device, Type I, II, IV and V A C
Bridge Paint, Structural Steel (Inorganic
Zinc Rich, Polyurethane System)
Dampproofing, Asphalt
Dust Palliative - Asphaltic - Magnesium
Chloride
Emulsified Asphalt for Tack Coat
Erosion Bales E
Expansion Joint Material, Preformed Filler
Flumes (all types)
Guard Rail - End Anchors
Guard Rail Metal A
Guard Rail Posts - Metal A
Guard Rail - Precast
Guard Rail Blocks - Synthetic
Guard Rail Posts - Timber Blocks and
Posts A
Hay E
Headgates
Interior Insulation
Lighting
Light Standards, High Mast
Light Standards, Metal
Luminaires (Inclusive)
MC-70 - Prime Coat (Liquid Asphalt)
Paint (Structure)
Pedestrian Bridge A
Piling "
Rest Area Materials
Seed
Sign Panels
Sprinkler System(s)
Steel Sign Posts
Steel Sheet Piling A
Straw E
Structural Glazed Tile and Ceramic Tile
Treated Timber
Water Control Devices
Water Proofing Materials
D. Preapproved
Preapproved. In accordance with CDOT's
Procedural Directive 3.1, a manufacturer's
product is evaluated within CDOT to determine
its acceptability on CDOT construction projects,
as defined by CDOT specifications, plans, and
standards. Currently the Approved Product List
(APL) can only be accessed from the Internal
Website. By clicking on the APL and selecting
one the general categories a review of
manufacturers and their products can be
obtained. If you are requesting additional
information when contacting the Central
Laboratory at 303-757-9421, you must include
the Reference Number.
DISCLAIMER: The Colorado Department of
Transportation (CDOT) does not have the
obligation to use any of the products listed in the
Approved Products List (APL): The APL simply
documents the facts that the listed products
have been tested, evaluated, or examined under
CDOT standards, and were found acceptable to
be used in CDOT projects. CDOT reserves the
rights to update the APL periodically without
prior notice. CDOT is not liable for any
incidental or consequential damages caused by
using the data listed on the APL, or the revisions
of the APL. The product shall be removed from
the APL if inadequate field performance exists or
if the product varies from the data as originally
submitted.
The following sub -categories are
Preapproved; therefore, Preinspection, Certified
Test Reports, and Certification of Compliance
are not required.
Admixtures for Concrete
Asphalt Release Agents —
Breakaway Sign Structures
Cement
Cementitious Grouts
Class 5 Finish ( Masonry Coating-
cementitious)
Concrete Box Culverts, Precast
Concrete Curing Compounds - Liquid —
Concrete Repair Materials c
Delineator - Flexible
Delineators - Reflectors only —
Drain Pipe
Epoxy Coating for Reinforcing Steel
(Epoxy Powder)
Epoxy Grout
June 8, 2000
3
SPECIAL NOTICE TO CONTRACTORS
Epoxy Pavement Marking
Expansion Device -Bridge, Premolded
Elastomeric
Fly Ash
Gabions and Slope Mattress
Gaskets
Geotextiles
Glare Screen
Hydrated Lime (Source Approval Required)
(All Types)
Inlets, Grates and Frames (Prefab)
Joint Sealers, Preformed
Joint Sealers, Silicone
Manholes, Rings and Covers (Prefab)
Masonry Mortar
Meter Vaults (Prefab)
MSE Wall - Elements
Mulch Tackifiers
Pavement Markers, Raised
Pavement Markers, Recessed
Pavement Marking Paint
Pipe - Cement Asbestos
Pipe - Clay, Copper, Cast Iron
Pipe - Corrugated Aluminum Pipe
Pipe - Reinforced Concrete
Pipe - Corrosive Resistant Culvert
Pipe - Corrugated Metal
Pipe - Non -reinforced Concrete
Pipe - Plastic, Culverts
Pipe - Welded Steel
Plastic Underdrain Pipe and Perforated
Drain
Preformed Plastic Pavement Marking
Materials
Reflectors, Median Barrier
Reinforced Pile Tips
RetroReflective Sign Sheeting
Silt Fence
Silane and Siloxane Sealers, Concrete
Deck
Structural Concrete Coatings (Acrylic) B
Thermoplastic Pavement Marking
(Preformed and Hot Applied)
Underdrains
Waterproofing Membrane, Prefabricated
Wood Cellulose Mulch
E. Other materials or products.
All other materials or products not
mentioned above must .be fabricated in
accordance with and meet the requirements of
the applicable Colorado Department of
Transportation specifications, plans, and
standards.
5. REJECTION/PAYMENT.
All items shall contain identification or physical
markings to permit direct correlation between the
material or product and preinspection/ pretesting/
preapproval reports, certified test reports, or
certificates of compliance. Items that are delivered
without proper preinspection/ pretesting/ preapproval
reports, certified test reports or certificates of
compliance or do not contain identification or
physical markings will be rejected and will not be
paid for.
Notes:
A A Mill Test Report shall be included.
B A Certified Test Report shall be furnished
with the material or product.
C A Certified Test Report(s) on components
must accompany the material or product.
° Certified analysis data shall be included.
E The Contractor may obtain a current list of
Weed Free Forage Crop Producers by
contacting the Colorado Dept. of Agriculture
at (303) 239 4149.
Phase 2 ATMS Communications System CMO Contract Data
Scope of work
Underground Installation of fiber optic conduit, and the setting of planned vaults on the streets indicated below. Work shall also
include the associated tasks and labor to accomplish stated work.
1. State Highway 14 between Summitview and Greenfields Court.
2. Lemay Avenue between Horsetooth Road and Drake Road, and between State Highway 14 and Lincoln Avenue.
3. Horsetooth Road between Stover Street and the west half of the Lemay and Horsettoth intersection.
All work will be in accordance with the attached, per location estimates (please se attached estimates), as summarized by line
item below.
Item
203
Description
Unit
Qty
Unit Price
Cost
613
Potholing
2" Electrical Conduit (plastic)
Hr
Lf
293.4
$75.00
$22,005.00
613
Pull Box (Stacked 18" x 30")
Ea
13,455.0
15
$3.16
$220.00
$42,517.80
626
Mobilization
Ea
27.1
$1071.00
$3,300.00
$29,024.10
630
613
Traffic Control
per lane
13
$220.00
$2,860.00
Find and connect to existing conduit
Ea
1
$180.00
$180.00
Total increased cost..............................................$99,886.90
November 30, 2000
1
SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
Section 630 of the Standard Specifications is hereby revised for this project as follows:
r Delete subsection 630.10 and replace with the following:
630.10 Traffic Control Management. The Contractor shall designate an individual, other than
the superintendent, to be the traffic control supervisor. The traffic control supervisor shall be
certified as a worksite traffic supervisor by either the American Traffic Safety Services Association
(ATSSA) or the Colorado Contractors Association (CCA), and shall have a current Department
flaggers certificate. A copy of the traffic control supervisor's certifications shall be provided to the
Engineer at the preconstruction conference.
The traffic control supervisor's duties shall include:
(1)
Preparing, revising, and implementing each required method of handling traffic in
accordance with the traffic control plan.
(2)
Directly supervising project flaggers.
1 (3)
Coordinating all traffic control operations, including those of subcontractors and suppliers.
(4)
Coordinating project activities with appropriate police and fire control agencies.
(5)
Preparing a traffic control diary on every calendar day traffic control devices are in use. This
diary shall be submitted to the Engineer daily and become a part of the Department's project
records. The diary shall include the following information as a minimum:
(a) Date
(b) For Traffic Control Inspection, the time of the inspection
(c) Project number
(d) Traffic Control Supervisor's name
(e) Description of traffic control operations (lane closures, shoulder closures, ' pilot car
operations, detours, etc.) including location, setup and takedown time, and approved
method of handling traffic (MHT) number
(f) Types and quantities of traffic control devices used per approved MHT
(g) List of flaggers and uniformed traffic control (UTC) used, including start time, stop time,
and number of flagging hours and UTC hours used
(h) Traffic control problems (traffic accidents; damaged, missing or di rty devices, etc.)"and
s
corrective action taken
(6)
Inspecting traffic control devices on every calendar day that traffic control devices are in use,
masked, or turned away from traffic. These inspections shall include at least one night
inspection per week. The TCS or another representative who is certified as a work site
traffic supervisor shall perform these inspections.
(7)
Insuring that traffic control devices are functioning as required. -...,
(8)
Overseeing all requirements covered by the Contract which contribute to the convenience,
safety and orderly movement of traffic. Have an up-to-date copy of the MUTCD and
applicable standards and specifications available at all times on the project.
(9)
Attending all project scheduling meetings.
(10)
Supervising the cleaning and maintenance of all traffic control devices;
A certified worksite traffic supervisor shall provide traffic control management (TCM) on a
24-hour-per-day basis. The traffic control supervisor (TCS) or another representative who is
certified as a work site traffic supervisor shall be available and reasonably accessible to the job
site on every working day, on call at all times, and available upon the Engineer's request at other
than normal working hours. During non -work periods, the TCS or another representative shall
November 30, 2000
2
SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
respond to the job site within 45 minutes. When another representative responds, the TCS or
another representative who is certified as a work site traffic supervisor shall arrive at the job site
within two hours after notification. The Contractor shall maintain a 24-hour telephone number at
which the TCS can be contacted. The TCS shall not act as a flagger except in an emergency or
relief for short periods of time.
Delete subsection 630.14 and replace with the following: —
630.14 Quantities to be measured for construction traffic control devices shall be the number of
units of the various sizes and descriptions listed below.
Construction Traffic Signs:
Panel Size A: Up to 1 m2 (0.01 to 9.00 Square Feet) including Type 1 and Type 2 —
Barricades.
Panel Size B: Over 1 to 1.5 m2 (9.01 to 16.00 Square Feet)
Panel Size C: Over 1.5 m2 (16.01 Square Feet and over)
Special: As shown on the plans —
The total number of traffic control devices of each type on the schedule and approved
subsequent modified schedules shall be the maximum number approved for payment.
Traffic channelizing devices consisting of vertical panel, traffic cones, or drum channelizing device
will be measured by the unit. Concrete barriers will be measured by the meter (linear foot). —
Barricades will be measured by the number used. Barricade warning lights shall be furnished as a
part of this item when required by the Traffic Control Plan (TCP). Advance Warning Flashing or
Sequencing Arrow Panels will be measured by the unit according to size. _
The flashing beacon (portable) will be measured as a unit complete in place. Sign panel will be
paid for under the appropriate item.
The quantity to be measured for Traffic Control Management will be the number of authorized 24-
hour days of active TCM performed by the TCS or another representative certified as a work site
traffic supervisor. Payment will be made for one day of Traffic Control Management regardless of —
the number of TCSs required to adequately control the work. An authorized 24-hour.day of active
TCM will be every calendar day on which active traffic control occurs in accordance with an
approved MHT. This includes activities such as flagging operations, pilot car operations, and —
setting up or removal of construction zones, shoulder closures, lane, closures or detours. Traffic
control devices that are left in place during non -working hours, including configurations such as
lane closures, temporary channelization or detours, are not considered active traffic control. —
The quantity to be measured for Traffic .Control Inspection will be the number of authorized 24-
hour days of traffic control inspection (TCI) performed by the TCS or another representative —
certified as a work site traffic supervisor. An. authorized_24-hour day of TCI shall be every
calendar day that traffic control devices as shown in the MHT are in use masked, or turned away
from traffic on the project, and the only traffic control activity is the inspection of traffic control ^
devices.
November 30, 2000
3
SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
Resetting, repairing, or replacing traffic control devices is considered maintenance of the devices.
' Cleaning and maintaining of traffic control devices are not considered traffic control activities
subsidiary to the Traffic Control Management, Traffic Control Inspection or flagging pay items.
Payment will be made for either Traffic Control Management or Traffic Control Inspection for
every calendar day that traffic control devices as shown in the MHT are in use, masked, or turned
away from traffic on the project. Payment will not be made for both items for the same calendar
day. Work on a night shift that begins before midnight and ends after midnight will be considered
as occurring on the calendar day on which the shift ends.
The quantity to be measured for flagging will be the total number of actual flagging hours that are
used as authorized in accordance with an approved MHT. Payment will not be made for time
spent by flaggers to set up and take dwon construction traffic control devices. The quantity to be
measured for pilot car operation will be the total number of hours that pilot car operation is used
` as authorized. Hours of flagging and hours of pilot car operation in excess of'those authorized
shall be at the Contractor's expense.
Delete subsection 630.15 and replace with the following:
630.15 Payment for the individual traffic control devices necessary to complete the work shall be
full compensation for furnishing, erecting, cleaning, maintaining, resetting, repairing, replacing,
moving, removing, and disposing of the construction traffic control devices. All construction traffic
control devices that are not permanently incorporated into the project will remain the property of
the Contractor.
Construction traffic control devices, as determined by the project traffic control plan (TCP), will be
paid for as follows: 50 percent of the accepted amount upon first utilization, an additional 40
percent of the accepted amount when 75 percent of the original contract amount has been
earned, and the final 10 percent when the project has been completed in accordance with
subsection 105.16, exclusive of any maintenance periods.
The accepted quantities will be paid for at the contract unit price for each of the pay items listed
below that appear in the bid schedule.
Payment will be made under:
or Sequencing Arrow Panel ( Type) Each
wor.ns Home Office:
NosValleyValley Street
PO Limited Power of Attorney Seattle, WA198109-0271
w.reuw411<9 (206) 628-7200
KNOW ALL MEN BY THESE PRESENTS that CONTRACTORS BONDING AND INSURANCE COMPANY, a corporation duty organized and existing under to laws of the State of Washington, and
having its principal office in Seattle, King County, Washington, does by these presents make, crosftb and appoint DANA HOWNGSWORTH, of Aurora, Colorado, its true and lawful Athmep in -Fact,
with fun power and authority hereby canfared in Its name, place and steed, b wascula, admowledge and deliver on behalf of the Company, any and an bonds and undertakings of suretyship given for
any purpose, provided, however, that no Albmeyan-Fat shad be sutlwrized to execute and deliver any bond or urdafaldng that shall obligate the Company far any portion of the penal sum thereof in
excess of $10,000,000, and provided, furilK that no Abomey4n•Fact elrsn hove the aulhordy to Issue a bid or proposal bond far any project where, If a contract Is awarded, my bad or u dedakkg
would be required with a penal sum in excess of $10.000,000; and b bird the Company thereby as Polly and to the sane extent as If such bade were signed by the President; sorted with the caporab
seal of Me Company and duty abated by Ns Secretary; hereby notifying and crurfiming all tat the soldattorney-in•Fad may do in the premises. Said appointment is made under and by authority of the
following resdutlens adopted by the Board of Directors of the CONTRACTORS BONDING AND INSURANCE COMPANY on May 20, 2004:
RESOLVED that the President of the Company is authorized to appoint any person as the Company's he and lawful Attoney-M-Fact with power and autrorily to exacta and
deliver on behalf of the Company any and all bonds and undertakings of suretyship given for any purpose, subject to such lift as shall be determined by the Presktert of the
OmVwy,. provided, however. that no such person shall be aulhaized b execute and deliver any bad or undedeldng that shall oblipffie the Company for any pallon of the penal
sum thereof in excess of $10,000,000, and provided, further, that no Atmmey in -Fact shall have the authority to Issue add or pmposai frond for any poled where, t a contract is
awarded, any bad or undataft would be required with panel sum in excess of E10,000,000. Any Atiomeyan-Fact authorized to execute a surety frond or undertaking may alm
be authorized to cemle any assent or other documentation Incidental to said bad or undertaNng, provided such document dose not obligate the Company In exoess of the limit
set forth above.
RESOLVED FURTHER that the a" of the Secretary of the Company to cw* the authenticity and effectiveness of the foregoing resolution In any Limited Power of Attorney
is hereby delegated In the blowing persons, the signature of any of to following to bind the Company with respect to the authenticity and effectiveness of the foregoing resobtlons
as t signed by the Secretary of the Company*. Terry N. Thompson, Luther L Hicks, Vdtiiam K Barbour, Diana Hollingswadh, John T. Ptepary, Mary Bet Hostyk Rita A Miller,
Gregory P. Bruno, Daohy Take, Michael J. McVey, Phyllis K Jef eries, Will Finn, Wesley B. Hong, Jahn D. Mlob, Brian Schick, Erb Sirkb, Chris Rectum, Mark Nona, Wm
Blair Maixell, Julie A Schaller, Yolanda Urretie, Vk Ns Spence, and Maureen Saocio. Provkled, however, that no such person shell have the authority to certify the authenticity of a
resolution or Limited Power of Attorney document which serves to appoint t emset as Atanay4n-Fact
RESOLVED FURTHER that the signatures (including catidcadon that the Power of Mooney, is all in tote and effect) of the President, Notary Public and person oatykg
authenecdy and effectiveness, and tha corporate and Notary seals appearing on any united Power of Attorney containing ads and the foepobg resolutions as wait as the Limited
Power of Attorney belf and as transmission, may he by facsimile; and such Limited Power of Attorney shell be deaned an original in all aspects.
RESOLVED FURTHER eat all resdutlare adopted prior b today appointhg the above named as Atorney-In-Fad fa CONTRACTORS BONDING AND INSURANCE COMPANY
are hereby superseded.
IN WITNESS WHEREOF, CONTRACTORS BONDING AND INSURANCE COMPANY has caused these presents to be signed by Its President and its oapnale seal b be hereto affixed the 2DIh day
of May, 2004. „wwrseswr•,-
CONTRACTORS BONDING AND INSURANCE COMPANY-
(�
- SEAL,
By: 1
Don Sirldn, President �•�
STATE OF WASHINGTON - COUNTY OF IONG ?
On this 201h day of May, 2004, personally appeared DON SIRION, b me known to be the President of eon corporation that executed to bdoing Umted Power of Money and acorohderipeil eeld
Umibd Power of Atkxney to be the tee and voluntary ad and deed of said corporation, for the uses and purposes t ersinn mentioned, and an oath stated that he Is authorized to execute Iheaeld United
PowerafAtianey. _pat\\\hMllc._
IN WITNESS WHEREOF, I have hereunto set my had and allied my official seal the day and yew fast above written.
Notary Public in and for the State of Washington. rs idkg at SenIBe
The undersigned, acting under ail hority of the Board of Directors of CONTRACTORS BONDING AND INSURANCE COMPANY, hereby certifies, as or in den of Certificate of the Secretary of
CONTRACTORS BONDING AND INSURANCE COMPANY, that the above and foregdnp is a full, true and correct copy of the Original Poway of A" issued by said Company, and does hereby
father certify that the said Paver of Attorney Is still in force and affect
GIVEN under my hand at , tihte 2 6 th day of .!III A 20 _UA_.
PoaDSOt.1411S052004
November 30, 2000
4
SECTION 63G
CONSTRUCTION ZONE TRAFFIC CONTROL
The Contractor shall agree to quantities for the following items on a weekly basis when signing
the CDOT Form 7 — Weekly Report of Miscellaneous Pay Items:
Construction Traffic Sign (Special) is a project speck sign indicated on the Schedule of
Construction Traffic Control Devices. —
When Traffic Control Management and Traffic Control Inspection are not pay items, traffic control
management will not be paid for separately; but shall be included in the work. _
Flagger hand devices will not be measured and paid for separately, but shall be included in the
b
work. .
Cost of electrical power, including batteries, for all temporary lighting or warning devices shown
on the TCP will not be paid for separately but will be considered subsidiary to the item.
Temporary masking signs, including the covering materials and fastening devices, will not be
measured and paid for separately but shall be included in the work.
The Contractor may provide larger construction traffic signs than those shown on the plans, 9
approved; however, payment will be made for the panel size designated.
If the Contractor fails to complete construction within the approved contract time, no payment will
be made for the use of Section 630 pay items for the period of time after expiration of the
approved contract time. These items shall be provided at the Contractor's ex
Cleaning and patching of the roadway after removal of the Channelizing Device (Fixed) wilt not be
paid for separately, but shall by included in the work.
a-r
r
Federal Aid Project
ATMS Communication Systern -Phase 2
COLORADO DEPARTMENT OF TRANSPORTATION
SPECIAL PROVISIONS
FORT COLLINS COMMUNICATION SYSTEM PROJECT — PHASE 2
FORT COLLINS, COLORADO
July 16, 2003
The 1999 Colorado Department of Transportation Standard Specifications for Road and Bridge Construction,
Sections 200 through 700 control construction and materials for this project. The following special provisions
supplement or modify the Standard Specifications and take precedence over the Standard Specifications and
plans. When specifications or special provisions contain both English units and SI units, the English units
apply and are the specification requirement.
REQUIRED PROVISIONS ON FEDERAL -AID CONTRACTS - Form FHWA 1273
PROJECT SPECIAL PROVISIONS
Paqe
Index Page 1
Revision of Section 613 — Proof Existing Conduit 2
Revision of Section,613 - Pull Box 3
Revision of Section 613 - Electrical Conduit (General) 4
Revision of Section 614 - Fiber Optic Cable (Install Only) 5-7
Revision of Section 614 — Communications Hub g
Force Account Items 9
Traffic Control Plan -General 10-11
STANDARD SPECIAL PROVISIONS
Date No. of
Pages
Revision of Section 630 — Construction Zone Traffic Control (Nov. 30, 2000) 4
Revision of Section 630 — NCHRP 350 Requirements (Sept. 26, 2000) 1
Affirmative Action Requirements — Equal Employment Opportunity (July 21, 1999) 10
Disadvantaged Business Enterprise — Definitions and
Requirements (Dec. 20, 2002) 10
Materials and Labor Used, Form FHWA-47 (July 21, 1999) 1
Minimum Wages Colorado, U.S. Department of Labor Decision No.
C0010001, Mod 11, Heavy and Highway Construction, Statewide (Aug. 15, 2003) 8
On the Job Training (Dec. 20, 2002) 4
Required Contract Provisions — Federal -Aid Construction Contracts (July 21, 1999) 11
Special Notice to Contractors (Jan. 17, 2003) 4
Federal Aid Project
ATMS Communication System —Phase 2
July 18, 2003
REVISION OF SECTION 613
PROOF EXISTING CONDUIT
Section 613 of the Standard Specifications is hereby revised for this project as follows:
Subsection 613.07 shall include the following:
The existing 2-inch conduit shall be cleaned out and blown free with compressed air prior to using. Any
damaged or broken sections shall be reported to the engineer.
Subsection 613.10 shall include the following:
Proof existing conduit shall include all cost associated with identifying broken or damaged portions, cleaning of
the conduit prior to installation of cable, and installation of pulling tape or rope. Repair of damaged or broken
conduit will be measured and paid for separately.
Subsection 613.11 shall include the following:
Pay Item Pay Unit
Proof Existing Conduit Lump Sum
:.6
2
Federal Aid Project July 18, 2003
ATMS Communication System — Phase 2
REVISION OF SECTION 613
PULL BOX
F
Section 613 of the Standard Specifications is hereby revised for this project as follows:
Subsection 613.01 shall include the following:
At locations shown in the plans, Contractor shall install one new pull box of the size and type indicated below.
Subsection 613.02 shall include the following:
Pull boxes shall be made of fiberglass reinforced polymer concrete and shall be designed to support a
minimum service load of 15,000 pounds over a 10" x 10" square. The minimum inside dimensions shall be 18"
long by 30" wide by 12" deep. The pull box shall have a detachable cover that has.a skid -resistant surface.
Boxes installed for fiber optic cable shall have the words "TRAFFIC COMM" physically impressed (not painted)
on its top. Boxes installed for signal cable shall have the words "TRAFFIC SIGNAL" physically impressed (not
painted) on its top. The cover shall be attached to the pull box body by'screw-in bolts and shall have two lift
slots to aid in the removal of the lid.
Each pull box shall have a number painted on its lid according to the City's number scheme. The Project
Engineer will provide the numbers and numbering scheme to the contractor. The contractor shall utilize a high
quality enamel spray paint for the numbers.
At some intersections, existing pull boxes and conduits may need to be modified to accommodate minimum
bend requirements of interconnect cable and/or splice closures. At the direction of the Engineer, Contractor
shall remove existing pull boxes and replace with a pull box large enough to meet the interconnect
manufacturer's recommended minimum bend radius or the splice closure requirements.
Subsection 613.10 shall include the following:
Pull Box shall include removal of existing pull box if required, installation of new pull box, modification of
conduit ends, restoration of disturbed surface materials, and all other work necessary to meet the
requirements of the interconnect cable. This work will be measured and paid on the basis of the number of
Pull Boxes installed as called for in the plans.
Subsection 613.11 shall include the following`.
Pay Item Pay Unit
Pull Box (size) Each
3
Federal Aid Project
ATMS Communication System —Phase 2
REVISION OF SECTION 613
ELECTRICAL CONDUIT - GENERAL
Section 613 of the Standard Specifications is hereby revised for this project as follows:
Add the following to subsection 613.07:
July 18, 2003
Conduit shall be installed by directional boring methods unless prior written directed is given by the City
Project Manager.
All conduit bends, including factory -installed bends, shall not have a bend radius less than six times the inside
diameter of the conduit.
The excavations required for the installation of conduit or cable shall be performed in such a manner as to
avoid unnecessary damage to streets, sidewalks, landscaping, sprinkler systems and other improvements.
Trenches shall not be excavated wider than necessary for the installation of the electrical appurtenances.
Excavation shall not be performed until immediately before installation of conduits. The material from the
excavation shall be placed in a position not to cause damage or obstruction to vehicular or pedestrian traffic or
interfere with surface drainage.
Trenches shall be made with a rock -wheel or other machine capable of cutting a narrow trench (4") so as to
allow traffic to pass over prior to back -filling. The machine shall be equipped with shields to direct the spoil
downward and away from passing vehicles, workmen and pedestrians.
Off-street trenches shall be back -filled with the same material that was removed and shall be compacted and
shaped to match the surrounding surface. On -street trenches within ALL roadway areas shall be back -filled
with CDOT approved Structure Backfill (Flow -Fill) capped with either 6" of Hot Bituminous Pavement
(Patching) in accordance with Section 403, or with concrete, appropriate to the original thickness, in
accordance with Section 412, and the City of Fort Collins Cut Regulations (Larimer County Urban Area Street
Standards).
All surface materials including sprinkler systems, landscaping, shrubs, sod grass, and native growth vegetation
which is disturbed by trenching and back -filling operation shall be restored in kind equal to or exceeding the
original conditions.
All conduit runs including fiber optic cable only shall have a #14 AWG solid copper conductor placed inside for
locating purposes. In addition, a foil locating tape, indicating the presence of fiber optic cable shall be placed
12" above the buried conduit. Locating conductor and tape will not be measured and paid separately, but shall
be included in the unit price for conduit.
Conduit shall always enter a pull box, hand -hole, or any other type structure from the direction of the run only.
All conduit couplings shall be designed specifically for the material used in the conduits being coupled. —
Couplings of conduits of unlike materials must be specifically designed for those materials. Conduit ends shall
be marked indicating the direction they are from.
4
Federal Aid Project
A 7MS Communication System -Phase 2
REVISION OF SECTION 614
FIBER OPTIC CABLE (INSTALL ONLY)
Section 614 of the Standard Specifications is hereby revised for this project as follows:
Subsection 614.01 shall include the following:
July 18, 2003
This work provides for the installation of fiber optic communications cable to be installed in conduit or duct as
specified in the plans. All labor and materials required to fan -out, terminate, splice, connectorize or otherwise
connect fiber optic cables at individual controller cabinets, will be paid separately. The contractor shall be
required to demonstrate acceptable installation to the Engineer, through OTDR and light -meter readings as a
requirement of acceptance of this item.
Subsection 614.10 shall include the following:
All fiber optic splices shall be performed by the PRPA fiber splicer; contact Fiber Cat, LLC.; P.O. Box 920,
LaPorte, Colorado, 80535-0920; phone number: (970) 302-4006.
All fiber-optic interconnect cable shall be installed, spliced (if required and only as approved by the Engineer),
terminated, connected and tested by the Contractor. All interconnect and backbone fiber optic cable shall be
of the size and type designated in the plans. Backbone cable shall be installed in continuous runs except
where maximum pull lengths govern. Manufacturer's recommended limits for cable pull lengths shall not be
exceeded.
Cable ends shall be stored in pull boxes or overhead splice closures as where indicated in the plans or as
directed. Only fibers indicated in the plans are to be cut, spliced and/or connectorized, and if so only in
designated controller cabinets or cross connect enclosures. All other fibers shall be left uncut or sealed as
appropriate in a manner recommended by the manufacturer.
t Fiber optic cable shall be installed in a continuous run between all controller cabinets and enclosures as
shown in the plans. Lateral cables shall be spliced only in splice closures or cross connect devices and routed
to the controllers as shown in the plans. Under no conditions shall fibers be cut out or spliced at
intermediate points without the express written direction of the Engineer.
P
Cable shall be installed in new conduit, existing conduit, or overhead as depicted in the plans. Contractor shall
leave slack in all pull boxes as indicated on the plans. The fiber optic cable shall be neatly coiled and clearly
tagged and labeled at such pull boxes and at all other locations where it is exposed. Field cabinets to be
connected for this project will connect directly to the appropriate fiber optic cable as shown in the plans.
General Requirements. The Engineer shall provide the Contractor with two copies of the cable manufacturer's
installation instructions for fiber optic cable in conduit. All installation shall be in accordance with'these
practices except as otherwise directed by the Engineer.
Additional cable costs due to damage caused by the Contractor's neglect of recommended procedures shall
be Contractor's responsibility. Backbone cable shall be installed in continuous runs except where cable type
changes or where maximum pull lengths govern. The manufacturer's recommended
limits for cable pull lengths shall not be exceeded. Cable ends shall be stored in controller cabinets or
pull boxes immediately adjacent to cabinets or as directed by the Engineer.
Federal Aid Project
ATMS Communication System —Phase 2
•2-
REVISION OF SECTION 614
FIBER OPTIC CABLE (INSTALL ONLY)
July 18, 2003
Lateral cables shall be installed using appropriate strain relief in the cabinet (through cable ties) at a minimum
of three locations.
All lateral cable shall be.installed in continuous runs from the backbone cable to the controller cabinet. or from
controller cabinet to controller cabinet. Under no conditions shall interconnect cable be cut out or spliced
at intermediate points without express written direction from the Engineer.
If overhead installation is necessary, interconnect cable shall be installed on Public Service Company (PSCo)
poles in continuous runs except as directed by the Engineer. Overhead cable installation shall be in
accordance with the provisions of the National Electrical Safety Code Handbook and the cable manufacturer's
recommendations. At cable dead ends special guying and bracing measures may be necessary to balance
the otherwise unbalanced wire tensions acting on the poles. The Contractor is referred to Section 8 of the
Handbook. Contractor shall temporarily brace poles as necessary during installation to protect poles against
temporary unbalanced conditions. Costs of such measures, temporary or permanent, shall be considered —
included in the cost of the cable installation, and shall not be paid separately.
All fiber optic cables to be installed shall be checked with an OTDR before installation. Once the fiber has
been installed in the conduit, the fiber shall be tested to insure light from the TMC is on the correct
fiber and reaching the correct intersection. Documentation of fiber performance shall be provided to the
Engineer within 10 days of test. All optical fibers shall be within the manufacturer's recommended tolerances.
In addition, any other acceptance testing recommended by the manufacturer shall be provided. Data shall be
supplied to the City prior to completion of the project
Fiber optic cable shall be transported to site using cable reel trailers. Care shall be taken at all times to avoid
scraping, denting, twisting or otherwise damaging the cable before, during and after installation. Damaged
cable shall be replaced by the Contractor without additional compensation.
Cable shall be installed in conduit or duct in the field in accordance with the contract drawings. The conduit and duct ends shall have all rough edges smoothed to prevent scraping the cable. A stiff bristle brush shall be
pulled through each section of conduit before pulling cable. A manufacturer recommended lubricant shall be
applied to the cable to reduce friction between the cable and duct or conduit. Where fiber optic cables are to
be installed in inner duct, the Contractor shall secure each section of inner duct to prevent it from being pulled with the cables.
A cable grip shall be attached to the cables so that no direct force is applied to the optical fiber. The cable grip _
shall have a ball -bearing swivel to prevent the cable from twisting during pulling. Cable rollers and feeders
and winch cable blocks shall be used to guide the cable freely into the duct and at maintenance hole locations.
Mechanical aids and pulling cable or ropes shall be used as required. The maximum pulling tension as
defined by the cable manufacturer shall not be exceeded. The cable shall be taken up at intermediate —
pulling points with an intermediate cable take-up device as approved by the Engineer to prevent over -tension
on the cable. Cable pulls shall be continuous and steady between pull points and shall not be interrupted until
the entire run of cable has been pulled. Personnel equipped with two-way radios shall be stationed at each
maintenance hole, cabinet, pedestal, communications box and junction box through which the cable is to be
pulled to observe and lubricate the cable.
Federal Aid Project
ATMS Communication System —Phase 2
REVISION OF SECTION 614
COMMUNICATIONS HUB
Section 614 of the Standard Specifications is hereby revised for this project as follows.
Subsection 614.01 shall include the following:
Communications Hub — General
July 18, 2003
This work shall consist of furnishing and installing a communications cabinet. This work includes the
cabinet, un-interruptible power supply, installation and other ancillary devices. The City of Fort Collins
will install all electronics.
Materials
The communications hub shall include a cabinet and UPS as described below:
Cabinet: The cabinet shall be a passively cooled, double -walled, design suitable for housing
electronic equipment in an outdoor environment where dust, water, and other contaminants may be
present. Ambient air shall be forced between the walls for cooling. The cabinet shall have a locking
door, shall have nominal dimensions of 48-inch height, 28.5-inch width, and 30-inch depth, shall be
NEMA Type 4 rated, shall include a standard EIA 19-inch mounting rack, and shall be either pole or
pedestal mountable. The cabinet shall have front and rear doors, with wind stays on both. All doors
shall be sealed with a rubber bulk gasket.
UPS: The communications hub shall include a 200 watt uninteruptable power supply design to
operate within the temperature range for NEMA TS2 traffic signal control equipment.
Installation
The contractor shall pour cabinet base and mount the communication cabinet on the base according
to City of Fort Collins standards for traffic signal control cabinets. The contractor shall bring power
from the power source identified by the City to the cabinet.
Measurement and Payment
Communication hubs shall be measured on the basis of units installed and shall include all material
and labor to install the cabinet, supply power, connect to UPS, and pull fiber optic cable into cabinet.
N
Federal Aid Project July 18, 2003
ATMS Communication System —Phase 2
TRAFFIC CONTROL PLAN -GENERAL
The key elements of the Contractor's method of handling traffic (MHT) are outlined in subsection 630.08.
The components of the TCP for this project are included in the following:
(1) Subsection 104.04 and Section 630 of the Standard Specifications.
(2) Standard Plan S-630-1, Traffic Controls for Highway Construction, and Standard Plan S-630-2.
(3) Manual on Uniform Traffic Control Devices (MUTCD).
Traffic Control shall be provided as required by, in descending order of precedence: City of Fort Collins,
MUTCD, the plans and special provisions for this project, Colorado Department of Transportation Standard
Specifications, and Colorado Department of Transportation M and/or S Standards. —
Special Traffic Control Plan. requirements for this project are as follows:
Steel drum channelizing devices shall not be used for traffic control
During the construction of this project, traffic shall use the present traveled roadway at all times in each
direction unless otherwise directed by the Engineer.
The Contractor shall not have construction equipment or materials in the lanes open to traffic any time, unless
approved by the Engineer.
All personal /employee vehicle and construction equipment parking is prohibited when it conflicts with safety,
access, or the flow of traffic.
The Contractor shall install construction traffic control devices in locations where they do not block or impede
other existing traffic control devices, or sidewalks for pedestrians, disabled persons, or bicyclists.
The Contractor and subcontractors shall equip their construction vehicles with flashing amber lights. Flashing —
amber lights on vehicles and equipment shall be visible from all directions.
The Contractor shall maintain access to all roadways, side streets, walkways, alleyways, driveways, and —
hike/bike paths at all times unless otherwise approved by the Engineer.
During non -construction periods (evenings, weekends, holidays, etc.), all work shall be adequately protected
to insure the safety of vehicular and pedestrian traffic, as detailed in the Contractor's MHT. Excavations or —
holes shall be filled in or fenced when unattended.
The Contractor shall perform all the work on the roadway between the hours of 8:30 A.M. and 3:00 P.M. or as —
approved by the Engineer. Weekend and nighttime work will be allowed with the prior written approval of the
Engineer.
Work that interferes with traffic will not be permitted during any of the following times: 1] on any day of a 3 or 4 —
day holiday weekend; or 2] after 12:00 noon on the day preceding such holiday weekend. Work that
interferes with any travel lanes must be submitted and approved to the City 48 hours prior to the work
performance. —
10
Federal Aid Project July 18, 2003
ATMS Communication System —Phase 2
-2-
TRAFFIC CONTROL PLAN - GENERAL
All costs incidental to foregoing requirements shall be included in the original contract prices for the project
and will not be measured and paid for separately.
Work will not be permitted that directly or indirectly interferes with the flow of traffic between the hours of 5:30
AM and 8:30 AM Monday through Friday; between the hours of 3:30 PM to 6:30 PM Monday through
Thursday; and after 2:00 PM on Fridays unless otherwise authorized by the Engineer.
Contractor shall obtain all required access and construction permits from the City of Fort Collins prior to
initiating work along City right of way.
All lane closures shall be subject to the approval of the Engineer. Requests for such lane closures shall be
made at least 48 hours in advance of the time the lane closure is to be implemented. Lane closures will not be
allowed to remain unless utilized in continuum for the duration of each working period.
' Contractor shall coordinate with all tenants affected by alley and/or access closures two weeks prior to
closure.
Traffic shall be maintained on all streets at all times, via flagging if necessary for closures of one day or less.
Contractor must maintain at least 2 traffic lanes open at all times through construction areas.
Lane closures will only be allowed Monday through Thursday between 8:30 AM and 3:30 PM and Friday
between 8:30 AM and 2:00 PM. All existing lanes of traffic shall be open at all other times unless otherwise
authorized in writing by the Engineer provided that contractor has requested the closure in writing at least 48
hours prior to the closure.
All construction vehicles shall remain on paved surfaces at all times.
All Construction Traffic Control shall be paid for on a lump sum basis and shall include all construction signs,
temporary markings, flagging and supervision necessary for the duration of the project.
J
SECTION 00630
CERTIFICATE OF INSURANCE
CONTRACTOR shall insert his own standard form for Certificate of Insurance.
7/96 Section 00630 Page 1
ACORDM CERTIFICATE OF LIABILITY INSURANCE 10/31/2003'
IRODUCER (303)295-1700 FAX (303)295-2121 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
Peoples Insurance Agency, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
621 l7th Street, #1125 HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Denver, CO 80293-0625
INSURERS AFFORDING COVERAGE NAIC #
INSURED COLORADO BORING, LLC, JACOBS INVESTMENT, INSURERA: Transportalon Ins Co/CNA Ins
LLC, NORTHERN LIGHTS LEASING, LLC INSURERB: American Casualty Co/CNA Ins
812 QUEENS CT iNSURERC: Transportation Ins Co/CNA Ins
FT COLLINS CO 8052S INSURERD: Pinnacol Assurance
INSURER E:
^AV1=17ArF:Q
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
.ASR
O'L
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
POLICY EXPIRATION
08/01/2004
LIMITS
GENERAL LIABILITY
2025582442
08/01/2003
EACH OCCURRENCE
$ 1,000,000
DAMAGE TO RENTED
$ S0,000
X COMMERCIAL GENERAL LIABILITY
A
CLAIMS MADE FX OCCUR
X XCU
MED EXP (Any one person)
$ 5 r OOD
PERSONAL & ADV INJURY
$ 1,000,000
X
PD Ded $1,000
GENERAL AGGREGATE
$ 2,000,000
GENT AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMPIOP AGG
$ 2,000,000
POLICY X JEC LOC
AUTOMOBILE
LIABILITY
ANY AUTO
2025582456
08/01/2003
08/01/2004
COMBINED SINGLE LIMIT
(Ea accident)
$ 1,000,000
X
BODILY INJURY
(Per person)
$
B
ALL OWNED AUTOS
SCHEDULED AUTOS
BODILY INJURY
(Per accident)
$
HIRED AUTOS
NON-OWNEDAUTOS
PROPERTYDAMAGE
(Per accident)
$
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
It
OTHER THAN EA ACC
$
ANY AUTO
AUTO ONLY: AGG
$
EXCESSIUMBRELLA LIABILITY
X OCCUR CLAIMS MADE
2054814556
08/01/2003
08/01/2004
EACH OCCURRENCE
$ 1,000,000
AGGREGATE
$ 1,000,000
C
$
DEDUCTIBLE
$
RETENTION $ 10,000
WORKERS COMPENSATION AND
4021687
08/01/2003
08/01/2004
X I WC STATU- OTH-
TORY LIMITS EEL
D
EMPLOYERS' LIABILITY
ANY PROPRIETORMARTNEWEXECUTIVE
OFFICERIMEMBER EXCLUDED?
If yes, describe under
SPECIAL PROVISIONS below
E.L. EACH ACCIDENT
$ 1,000,000
E.L. DISEASE - EA EMPLOYEE
$ 1,000,000
E. L. DISEASE -POLICY LIMIT
$ 1,000,000
OTHER
DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
e: ATMS Traffic Communication
ertificate holder shown below is named as additional insured as respects the General Liability
overage.
CITY OF FT. COLLILNS
21S N MASON
FT COLLINS, CO 80521
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL
TEN DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,
BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY
OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES.
AUTHORIZED REPRESENTATIVE
David Swanson/LINDA
WORD 25 (2001108) ©ACORD CORPORATION 1988
SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: CITY OF FORT COLLINS
(OWNER)
DATE OF SUBSTANTIAL COMPLETION
PROJECT TITLE:
ATMS COMMUNICATIONS SYSTEM PHASE 2
Contract Modification Order; BID NO. 5802
PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado
INCLUDE:
OWNER: City of Fort Collins
CONTRACTOR:
CONTRACT DATE:
The Work performed under this contract has been inspected by authorized
representatives of the OWNER, CONTRACTOR, and the ENGINEER and the project (or
specified part of the project, as indicated above) is hereby declared to be
substantially completed on the above date.
A tentative list of items to be completed or corrected is appended hereto. This
list may not be exhaustive, and the failure to include an item on it does not
alter the responsibility of the CONTRACTOR to complete all the Work in accordance
with the Contract Documents.
ENGINEER AUTHORIZED REPRESENTATIVE DATE
The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees
to complete and correct the items on the tentative list within the time
indicated.
By:
CONTRACTOR AUTHORIZED REPRESENTATIVE DATE
The OWNER accepts the project or specified area of the project as substan-
tially complete and will assume full possession of the project or specified area
of the project at 12:01 a.m., on The responsibility for
heat, utilities, security, and insurance under the Contract Documents shall be as
set forth under "Remarks" below.
CITY OF FORT COLLINS, COLORADO By:
OWNER
REMARKS:
AUTHORIZED REPRESENTATIVE DATE
7/96 Section 00635 Page 1
II 1 , ".I I
SECTION 00640
CERTIFICATE OF FINAL ACCEPTANCE
TO:
Gentlemen:
20
You are hereby notified that on the day of , 20 the City of
Fort Collins, Colorado, has accepted the Work completed by
for the City of Fort Collins project, ATMS
COMMUNICATIONS SYSTEM PHASE 2 - Contract Modification Order; BID NO. 5802.
A check is attached hereto in the amount of $ as Final Payment for
all Work done, subject to the terms of the Contract Documents which are dated
In conformance with the Contract Documents for this project, your obligations and
guarantees will continue for the specified time from the following date:
Sincerely,
OWNER: Citv of Fort Collins
By:
Title:
ATTEST:
Title:
7/96 Section 00640 Page 1
Bid Schedule — ATMS Communications System — Phase 2 Contract Modification Order
ITEM
PAY
DESCRIPTION
#
ITEM
1
203
Potholing
2
613
2" Electrical Conduit (Plastic)
3
613
Pull Box (stacked 18" x 30")
4
613
Find and connect to existing conduit
5
626
Mobilization
6
630
Construction Traffic Control
UNIT QUANTITY UNIT PRICE ITEM CONS1
Hour
293.4
$75.00
$22,005.00
L. F.
13,455
$3.16
$42,517.80
Each
15
$220.00
$3,300.00
Each
1
$180.00
$180.00
Per Lane
27.1
$1,071.00
$29,024.10
Per Lane
13
$220.00
$2,860.00
TOTAL COST $99,886.90
Ninety-nine Thousand Eight Hundred Eighty-six Dollars and Ninety cents
Signe Address
Print Name
Company Phone/FAX
Check One:
Individual Doing Business as Company Name
Corporation
�Partnership
LLC
SECTION 00650
LIEN WAIVER RELEASE
(CONTRACTOR)
TO: City of Fort Collins, Colorado (OWNER)
FROM:
(CONTRACTOR)
PROJECT: ATMS COMMUNICATIONS SYSTEM PHASE 2 - Contract Modification Order;
BID NO. 5802
1. The CONTRACTOR acknowledges having received payment, except retainage from
the OWNER for all work, labor, skill and material furnished, delivered and
performed by the CONTRACTOR for the OWNER or for anyone in the
construction, design, improvement, alteration, addition or repair of the
above described project.
2. In consideration of such payment and other good and valuable consideration,
the receipt and adequacy of which are hereby acknowledged, the CONTRACTOR
voluntarily waives all rights, claims and liens, including but not limited
to, mechanic's liens, Miller Act claims (40 U.S.C.A. 270 a and b), stop
notices, equitable liens and labor and material bond rights which the
CONTRACTOR may now or may afterward have, claim or assert for all and any
work, labor, skill or materials furnished, delivered or performed for the
construction, design, improvement, alteration, addition or repair of the
above described project, against the OWNER or its officers, agents,
employees or assigns, against any fund of or in the possession or control
of the OWNER, against the project or against all land and the buildings on
and appurtenances to the land improved by the project.
3. The CONTRACTOR affirms that all work, labor and materials, furnished,
delivered or performed to or for the construction, design, improvement,
alteration, addition or repair of the project were furnished, delivered or
performed by the CONTRACTOR or its agents, employees, and servants, or by
and through the CONTRACTOR by various Subcontractors or materialmen or
their agents, employees and servants and further affirms the same have been
paid in full and have released in full any and all existing or possible
future mechanic's liens or rights or claims against the project or any
funds in the OWNER'S possession or control concerning the project or
against the OWNER or its officers, agents, employees or assigns arising out
of the project.
4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if
any, and the Surety on the project against and from any claim hereinafter
made by the CONTRACTOR'S Subcontractors, materialmen, employees, servants,
agents or assigns against the project or against the OWNER or its officers,
employees, agents or assigns arising out of the project for all loss,
damage and costs, including reasonable attorneys fees, incurred as a result
of such claims.
7/96 Section 00650 Page 1
5. The parties acknowledge that the description of the project set forth above
constitutes and adequate description of the property and improvements to
which this Lien Waiver Release pertains. It is further acknowledged that
this Lien Waiver Release is for the benefit of and may be relied upon by
the OWNER, the lender, if any, and Surety on any labor and material bonds
for the project.
Signed this
ATTEST:
Secretary
day of
CONTRACTOR
By:
Title:
STATE OF COLORADO )
)ss.
COUNTY OF LARIMER )
Subscribed and sworn to before me this
20 , by
Witness my hand and official seal.
My Commission Expires:
day of
20
Notary Public
7/96 Section 00650 Page 2
SECTION 00660
CONSENT OF SURETY
TO: City of Fort Collins, Colorado
(hereinafter referred to as the "OWNER")
CONTRACTOR:
PROJECT: ATMS COMMUNICATIONS SYSTEM PHASE 2 - Contract Modification Order;
BID NO. 5802
CONTRACT DATE:
In accordance with the provisions of the Contract between the OWNER and the
CONTRACTOR as indicated above, for on bond
of (Surety) hereby approves of the Final
Payment to the CONTRACTOR, and agrees that Final Payment to the CONTRACTOR shall
not relieve the Surety Company of any of its obligations to the OWNER, as set
forth in the said Surety Company's Bond.
IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day
of ,
(Surety Company)
By
ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact.
7/96 Section 00660 Page 1
SECTION 00670
APPLICATION FOR EXEMPTION CERTIFICATE
Insert State certificate here.
DR 0172 (01/03) 6
COLORADO DEPARTMENT OF REVENUE
(303) 238SERV(7378) CONTRACTOR APPLICATION
FOR
EXEMPTION CERTIFICATE
Pursuant to Statute
Section 39-26.114(1)(a)(XIX)
no NnT WRITE IN TPM CDAP
The exemption certificate for which you are applying must be used only for the purpose of purchasing construction and building
materials forthe exempt project described below. This exemption does not include or apply to the purchase or rental of equipment,
supplies, and materials which are purchased, rented, or consumed by the contractor and which do not become a part of the
structure, highway, road, street, or other public works owned and used by the exempt organization.
Any unauthorized use of the exemption certificate will result in revocation ofyourexemption certificate and otherpenalties provided
by law.
A separate certificate is required for each contract.
Subcontractors will not be issued Certificates of Exemption by the Department of Revenue. It is the responsibility of the prime
contractor to issue certificates to each of the subcontractors. (See reverse side.)
FAILURE TO ACCURATELY COMPLETEALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED.
Registration/Account No. (to be assigned by DOR)
89 _
Period
0170-750 (999)
CONTM'0 R INFORMATION
Trade name/DBA:
Owner, partner, or corporate name:
Mailing address (City, State, Zip):
Contact Person
E-Mail address:
Federal Employer's Identification Number:
Bid amount for your contract:
$
Fax number:
Business telephone number:
)
Colorado withholding tax account number:
fMWTitN INFORMATION Copies of contract or agreement pages (1) identifying the Contracting parties, (2) bid
amount and (3) containing sI natures of contracting parties MUST be attached.
Name of exempt organization (as shown on contract):
Exempt organization's number:
98 -
Address of exempt organization (City, Slate, Zip):
Principal contact at exempt organization:
Principal contact's telephone number:
Physical location of project site (give actual address when applicable and Cities and/or County (ies) where project is located)
Scheduled Month Uay Year
Estimated Month Day Year
construction start date:
completion date:
I declare under penalty of perjury in the second degree that the statements made in this application are true and
complete to the best of my knowledge.
Signature of owner, partner or corporate officer:
Title of corporate officer:
Date:
uU NU I VVKI I t btLUVV I H15 LINE
SECTION 00900
ADDENDA, MODIFICATIONS AND PAYMENT
00950Contract Change Order
00960Application for Payment
9/99
SECTION 00700
GENERAL CONDITIONS
GENERAL CONDITIONS
OF THE
CONSTRUCTION CONTRACT
These GENERAL CONDITIONS have been developed by using the
STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION
CONTRACT prepared by the Engineers Joint Contract Documents
Committee, EJCDC No. 1910-8 (1990 Edition), as a base. Changes to
that document are shown by underlining text that has been added and
striking through text that has been deleted.
EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
WITH CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
TABLE OF CONTENTS OF GENERAL CONDITIONS
Article or Paragraph
Page
Article or Paragraph
Page
Number & Title
Number
Number & Title
Number
1. DEFINITIONS......................................................1
2. PRELIMINARY MATTERS ................................
3
1.1
Addenda.............................................1
2.1
Delivery of Bonds .,,,,,,,,........ ,,..........
3
1.2
Agreement ..............................1
2.2
Copies of Documents
1.3
Application for Payment .......................
2.3
Commencement of Contract
1.4
Asbestos.............................................1
Times; Notice to Proceed ................
3
1.5
Bid........................................:............1
2.4
Starting the Work...... .. ....................3
1.6
Bidding Documents ............................1.
2.5-2.7
Before Starting Construction;
1.7
Bidding Requirements ..........................
CONTRACTORs Responsibility
1.8
Bonds,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, ,,,,,,,,,,,,,,,,1
to Report; Preliminary Schedlles;
1.9
Change Order ........ ......... ...........
Delivery of Certificates of
1.10
Contract Documents ............................1.
Insurance, ..................................
3-4
1.11
Contract Price ........ ......... ..I........1
2.8
Preconstruction Conference ...............
4
1.12
Contract Times....................................1
2.9
Initially Acceptable Schedules..........4
1.13
CONTRACTOR,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,1
1.14
defective.............................................1
3. CONTRACT DOCUMENTS: INTENT,
1.15
Drawings............................................1
AMENDING,
REUSE..............................
1.16
Effective Date of the Agreement,,,,,,,,,,
1
3.1-3.2
Intent ............................................
4
1.17
ENGINEER ........................ ..........
1
3.3
Reference to Standards and Speci-
1.18
ENGINEER's Consultant ......................
I
fications of Technical Societies;
1.19
Field Order .........................................
1
Reporting and Resolving Dis-
1.20
General Requirements., ........................
2
crepancies,.,,,.......................,,_„4-5
1.21
Hazardous Waste ... ......... .........
„
3.4
Intent of Certain Terms or
1.22.a
Laws and Regulations; Laws or
Adjectives.....................................5
Regulations......................................2
3.5
Amending Contract Docunents.........
5
1.22.b
Legal Holidays ....................................
2
3.6
Supplementing Contract
1.23
Liens .......................... 4.......................
2
Documents
1.24
Milestone ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,2
3.7
Reuse of Documents..,,,,,,,,,,,,,,....,,,,,5
1.25
Notice of Award
2
1.26
Notice to Proceed................................2
4. AVAILABILITY
OF LANDS;
1.27
OWNER,,,,,,,,,,,,, ...........................
.... 2
SUBSURFACE AND PHYSICAL CONDITIONS;
1.28
Partial Utilization.,.....* ...............*
,2
REFERENCE
POINTS
5
1.29
PCBs.................................................2
4.1
Availability of Lands ......................
5-6
1.30
Petroleum, ...........................................
2
4.2
Subsurface and Physical
1.31
Project................................................
Conditions ...............................
6
1.32.a
Radioactive Material ............................2
4.2.1
Reports and Drawings .......... 4...........
1.32.b
Regular Working Hours ........ ..........
2
4.2.2
Limited Reliance by CONTRAC-
1.33
Resident Project Representative ............
2
TOR Authorized; Technical
1.34
Samples ..............................
2
Data ............................................
6
1.35
Shop Drawings ...................................
2
4.2.3
Notice of Differing Subsurface
1.36
Specifications ., .............................2
......
or Physical Conditions,,,,,,,,,,,,,,,,,,
6
1.37
Subcontractor .................................
....
2
4.2.4
ENGINEEks Review..._.,,,,,,......,.,,,,6
1.38
Substantial Completion ......... 4 ..........2
4.2.5
Possible Contract Documents
1.39
Supplementary Conditions,,,,,,,,,,,,,,,,,,
2
Change,,,,.,...............................
6
1.40
Supplier .................4..........., .........2
4.2.6
Possible Price and Times
1.41
Underground Facilities .....................2-3
Adjustments ...............................
6-7
1.42
Unit Price Work .... .........
..........3
4.3
Physical Conditions --Underground
1.43
Work.................................................3
Facilities .............................._........7
1.44
Work Change Directive .......................
3
4.3.1
Shown or Indicated,,....,,,,,,,,,,,,,,.....
J
1.45
Written Amendment ............................
4.3.2
Not Shown or Indicated
4.4
Reference Points
7
EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Article or Paragraph Page Article or Paragraph Page
Number & Title Number Number & Title Number
4.5
Asbestos, PCBs, Petroleum,
6.25
Submittal Proceedures; CON -
Hazardous Waste or
TRACTOR's Review Prior
Radioactive Material....................7-8
to Shop Drawing or Sample
Submittal....................................16
5. BONDS AND
INSURANCE .................................
8
6.26
Shop Drawing & Sample Submit-
5.1-5.2
Performance, Payment and Other
tals Review by ENGINEER ......
16-17
Bonds ..............................................
8
6.27
Responsibility for Variations
5.3
Licensed Sureties and Insurers;
From Contract Documents, ...........
17 _
Certificates of Insurance,,,,,,,,,,,,,,,,,,,,
8
6.28
Related Work Performed Prior
5.4
CONTRACTOR's Liability
to ENGINEER's Review and
Insurance..........................................9
Approval of Required
5.5
OWNER's Liability Insurance,,,,,,,,,,,,,,
9
Submittals ...................................
17
5.6
Property Insurance
9-10
6.29
Continuing the Work......................
J7
5.7
Boiler and Machinery or Addi-
6.30
CONTRACTOR's General
tional Property Insurance ....... I ..........
10
Warranty and Guarantee,,,,,,,,,,,,,,
17 _
5.8
Notice of Cancellation Proxision .........
10
6.31-6.33
Indemnification .........................17-18
5.9
CONTRACTOR's Responsibility
6.34
Survival of Obligations ...................18
for Deductible Amounts,
10
5.10
Other Special Insurance .....................10
7. OTHER WORK .................................................
18
5.11
Waiver of Rights................................11
7.1-7.3
Related Work at Site .......................
18
5.12-5.13
Receipt and Application of
7.4
Coordination ............. ...............18
Insurance Proceeds .....................
j0-11
_
5.14
Acceptance of Bonds and Insu-
8. OWNER'S
RESPONSIBILITIES .........................18
ance; Option to Replace,,,,,,,,,,,,,,,,,,,
11
8.1
Communications to CON-
5.15
Partial Utilization --Property
TRACTOR.................................18
Insurance .......................................
.
11
8.2
Replacement of ENGINEER ,...........
18
8.3
Furnish Data andPay Promptly
6. CONTRACTOR'S RESPONSIBILITIES ...............11
When Due ..................................
18
6.1-6.2
Supervision and Superintendencq.......11
8.4
Lands and Easements; Reports
_
6.3-6.5
Labor, Materials and Equipment,,,
11-12
and Tests .. ...... .................. .....18-19
6.6
Progress Schedule..............................12
8.5
Insurance ,,,,,,,,,,,,...........................
19
6.7
Substitutes and "Or -Equal" Items;
8.6
Change Or&rs................................
19
CONTRACTOR's Expense;
8.7
Inspections, Tests and
Substitute Construction
Approvals...................................19
Methods or Procedures;
8.8
Stop or Suspend Work;
ENGINEER's Evaluation12-13
Terminate CONTRACTOR's
6.8-6.11
Concerning Subcontractors,
Services......................................19
Suppliers and Others;
8.9
Limitations on OWNER'S
Waiver of Rights ........... ..............
13-14
Responsibilities, ...........................
19
6.12
Patent Fees and Royalties ....................
14
8.10
Asbestos, PCBs, Petroleum,
-
6.13
Permits .................... .. .......................14
Hazardous Waste or
6.14
Laws and Regulations ........................14
Radioactive Material....................
J9
6.15
Taxes ................... ............ ............14-15
8.11
Evidence of Financid
_
6.16
Use of Premises,,,,,,.*, ,,,,,,,,,,, ,,,,,,,,,
15
Arrangements ..............................
19
6.17
Site Cleanliness ...... ......... .........
15
6.18
Safe Structural Loading.....................15
9. ENGINEER'S STATUS DURING
6.19
Record Documents .............................15
CONSTRUCTION ..............................................
19
6.20
Safety and Protection ....................15-16
9.1
OWNER's Representative ................
19
6.21
Safety Representative .........................16
9.2
Visits to Site ..................................
19
6.22
Hazard Communication Programs,,,..
16
9.3
Project Representativq ...............19-21
_
6.23
Emergencies.....................................16
9.4
Clarifications and Interpre-
6.24
Shop Drawings and Sampleg..............16
tations.....................................
I ... 21
9.5
Authorized Variations in Vi6rk........
21
EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
SECTION 00520
AGREEMENT
THIS AGREEMENT is dated as of the 16th day of July in the year of 2004, and shall
be effective on the date this AGREEMENT is signed by the City.
The City of Fort Collins (hereinafter called OWNER) and
Colorado Boring (hereinafter called CONTRACTOR)
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set
forth, agree as follows:
ARTICLE 1. AGREEMENT & WORK
This work is pursuant to Bid No. 5802; ATMS Communications System - Phase 2.
CONTRACTOR shall complete all Work as specified or indicated in the Contract
Documents. The Project for which the Work under the Contract Documents may be
the whole or only a part is defined as additional work above the original project
contract per approved Colorado Department of Transportation Contract Modification
Order. This work is the construction and installation of additional conduit,
pull boxes and related tasks to accomplish stated work.
This project is Federal funded and includes Davis Bacon wages. The State of
Colorado Project number is ITS-M-455-062.
ARTICLE 2. ENGINEER
The Project has been designed by City of Fort Collins Engineering, who is
hereinafter called ENGINEER and who will assume all duties and responsibilities
and will have the rights and authority assigned to ENGINEER in the Contract
Documents in connection with completion of the Work in accordance with the
Contract Documents.
ARTICLE 3. CONTRACT TIMES
3.1 The Work shall be Substantially Complete within 20 calendar days after
the date when the Contract Times commence to run as provided in the General
Conditions and completed and ready for Final Payment and Acceptance in accordance
with the General Conditions within 40 calendar days after the date when the
Contract Times commence to run.
3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of
the essence of this Agreement and that OWNER will suffer financial loss if the
Work is not completed within the times specified in paragraph 3.1. above, plus
any extensions thereof allowed in accordance with Article 12 of the General
Conditions.
They also recognize the delays, expenses and difficulties involved in proving in
a legal proceeding the actual loss suffered by OWNER if the Work is not completed
on time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR
9/12/01 Section 00520 Page 1
Article or Paragraph Page Article or Paragraph Page
Number & Title Number Number & Title Number
9.6
Rejecting Defective Work ...................
21
9.7-9.9
Shop Drawings, Change Orders
and Payments....................................21
9.10
Determinations for Unit Prices......
21-22
9.11-9.12
Decisions on Disputes; ENGI-
NEER as Initial Interpreter..............22
9.13
Limitations on ENGINEER's
Authority and Responsibilities....22-23
CHANGES IN
THE WORK .......................................
23
10.1
OWNER's Ordered Change................23
10.2
Claim for Adjustment ........................
23
10.3
Work Not Required by Contract
Documents .....................................
23
10.4
Change Orders.................................23
10.5
Notification of Surety ........................23
CHANGE OF CONTRACT PRICE .............................23
11.1-11.3
Contract Price; Claim for
Adjustment; Value of
the Work ...................................
23-24
11.4
Cost of the Work...........***.............24-25
11.5
Exclusions to Cost of the Work..........
25
11.6
CONTRACTOR's Fee
11.7
Cost Records .................................
11.8
Cash Allowances„ ......... .........26
11.9
Unit Price Work26
CHANGE OF CONTRACT TIMES
26
12.1
Claim for Adjustment ........................26
12.2
Time of the Essencq ..........................26
12.3
Delays Beyond CONTRACTOR's
Control ......................................
26-27
12.4
Delays Beyond OWNER's and
CONTRACTOR's Control................27
TESTS AND INSPECTIONS; CORRECTION,
REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK .................................................
27
13.1
Notice of Defects,,,,,,* .......
27
13.2
Access to the Work ............................27
13.3
Tests and Inspections;
CONTRACTOR's Cooperation.........
27
13.4
OWNER'S Responsibilities;
Independent Testing Laboratory.......
27
13.5
CONTRACTOR's
Responsibilities...............................27
13.6-13.7
Covering Work Prior to Inspec-
tion, Testing or Approval................27
13.8-13.9 Uncovering Work at ENGI-
NEER's Request .....................27-28
13.10
OWNER May Stop the Work ...........
28
13.11
Correction or Removal of
Defective Work ...........................28
13.12
Correction Period
28
13.13
Acceptance ofDefective Work .........
28
13.14
OWNER May Correct Defective
Work .....................................
2 8-29
14. PAYMENTS TO CONTRACTOR AND
COMPLETION .................................................
29
14.1
Schedule of Values .........................29
14.2
Application for Progress
Payment .....................................
29
14.3
CONTRACTOR's Warranty of
Title.............. .............................29
14.4-14.7
Review of Applications for
Progress Payments. .................
29-30
14.8-14.9
Substantial Completion ..................
30
14.10
Partial Utilization...*..................30-31
14.11
Final Inspection......., .*. ............31
14.12
Final Application for Payment........
31
14.13-14.14
Final Payment and Acceptancq.......
31
14.15
Waiver of Claims ......................31-32
15. SUSPENSION OF WORK AND
TERMINATION ...............................................
32
15.1 OWNER May Suspend Work ..........
32
15.2-15.4 OWNER May Terminate ................
32
15.5 CONTRACTOR May Stop
Work or Terminate .................
32-33
16. DISPUTE RESOLUTION _______ 33
17. MISCELLANEOUS......................................"".33
17.1
Giving Notice .............. I................
33
17.2
Computation of Times .....................
33
17.3
Notice of Claim..............................33
17.4
Cumulative Remedies ................
33
17.5
Professional Fees and Court
Costs Included .............................33
17.6
Applicable State Laws ...............
33-34
Intentionally left blank .............. I....................
35
EXHIBIT GC -A:
(Optional)
Dispute Resolution Agreement .....................
GC -AI
16.1-16.6
Arbitration.............................GC-Al
16.7
Mediation...............................GC-A1
iv
EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
INDEX TO GENERAL CONDITIONS
City of Fort Collins modifications to the General Conditions of the Construction Contract are not shown in this index
Article or Paragraph
Number
Acceptance of --
Bonds and Insurance........................................5.14
defective Work............................10.4.1, 13.5, 13.13
final payment ......... ...................... 9.12, 14.15
insurance.........................................................5.14
other Work, by CONTRACTOR ..........................7.3
Substitutes and "Or -Equal" Item$ ......... ......6.7.1
Work by OWNER..............................2.5, 6.30, 6.34
Access to the --
Lands, OWNER and CONTRACTOR
responsibilities ............................................. 4.1
site, related Work .............................................. 7.2
Work...........................................13.2, 13.14, 14.9
Acts or Omissions--, Acts and Omissions--
CONTRACTOR...................................6.9.1, 9.13.3
ENGINEER .......................................... 6.20, 9.13.3
OWNER....................................................6.20, 8.9
Addenda --definition of (also see
definition of Specifications) ....... (1.6, 1.10, 6.19), 1.1
Additional Property Insurances.......... I ...................... 5.7
Adjustments --
Contract Price or Contract
Times ...........................1.5, 3.5, 4.1, 4.3.2, 4.5.2,
.............................4.5.3, 9.4, 9.5, 10.2-10.4,
.........................................11, 12, 14.8, 15.1
progress schedule .............................................. 6.6
Agreement --
definition of......................................................1.2
"All -Risk" Insurance, policy form...........................5.6.2
Allowances, Cash....................................................11.8
Amending Contract Documents ................................ 3.5
Amendment, Written --
in general ................ J.10, 1.45, 3.5, 5.10, 5.12, 6.6.2
..I......................6.8.2, 6.19, 10.1, 10.4, 11.2
....................................12.1, 13.12.2, 14.7.2
Appeal, OWNER or CONTRACTOR
intent to ..........................9.10, 9.11, 10.4, 16.2, 16.5
Application for Payment --
definition of .......... ..... .......................................1.3
ENGINEER's Responsibility 9.9
final payment.................9.13.4, 9.13.5, 14.12-14.15
in general ..........................7.8, 2.9, 5.6.4, 9.10, 15.5
progress payment...... 14.1-14.7
review of ............
..................
.....................
14.4-14.7
Arbitration....................................................16.1-16.6
Asbestos --
claims pursuant thereto..........................4.5.2, 4.5.3
CONTRACTOR authorized to stop Work .......... 4.5.2
definition of.......................................................1.4
Article or Paragraph
Number
OWNER responsibility for ............................
4.5.1, 8.10
possible price and times changq........................
4.5.2
Authorized Variations in Work.........
3.6, 6.25, 6.27, 9.5
Availability of Lands .........................................
4.1, 8.4
Award, Notice of --defined ........ .........
............1.25
Before Starting Construction...............................2.5-2.8
Bid --definition of........................1.5
(1.1, 1.10, 2.3, 3.3,
........................ 4.2.6.4, 6.13, 11.4.3, 11.9.1)
Bidding Documents --definition
of...................................................1.6
(6.8.2)
Bidding Requirements --definition
of..........................................1.7
(1.1, 4.2.6.2)
Bonds --
acceptance of....................................................5.14
additional bonds..................................10.5,
11.4.5.9
Cost of the Work............................................11.5.4
definition of...................................
....................1.8
delivery of...................................................2.1,
5.1
final Application for Payment .................14.12-14.14
general......................................1.10,
5.1-5.3, 5.13,
........................................
9.13, 10.5, 14.7.6
Performance, Payment and Other...................5.1-5.2
Bonds and Insurance --in general.................................5
Builder's risk "all-risk" policy form ........................5.6.2
Cancellation Provisions, Insurancq........
5.4.11, 5.8, 5.15
Cash Allowances....................................................11.8
Certificate of Substantial Completion,.......1.38,
6.30.2.3,
..................................................14.8,
14.10
Certificates of Inspection. ...................9.13.4,
13.5, 14.12
Certificates of Insurance.............2.7,
5.3, 5.4.11, 5.4.13,
.......................5.6.5, 5.8,
5.14, 9.13.4, 14.12
Change in Contract Price --
Cash Allowances..............................................11.8
claim for price
adjustment............ 4.1, 4.2.6,
4.5, 5.15, 6.8.2, 9.4
...................9.5, 9.11, 10.2,
10.5, 11.2, 13.9,
.......................13,13, 13.14,
14.7, 15.1, 15.5
CONTRACTOR's fee.........................................11.6
Cost of the Work
general ...............................................
11.4-11.7
Exclusions to ...............................................
11.5
Cost Records.....................................................11.7
in general.............1.19, 1.44, 9.11, 10.4.2, 10.4.3, 11
Lump Sum Pricing..........................................11.3.2
Notification of Surety ......................................
10.5
Scope of....................................................103-10.4
Testing and Inspection,
Uncovering the Work..................................13.9
EJCDC GENERAL CONDITIONS 1910-9 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Unit Price Work .......................................... 11.9
Article or Paragraph
Number
Value of Work .................................
.................11.3
Change in Contract Times --
Claim for times adjustment ........
4.1, 4.2.6, 4.5, 5.15,
............ 6.8.2, 9.4, 9.5, 9.11,
10.2, 10.5, 12.1,
............... 13.9, 13.13, 13.14, 14.7, 15.1, 15.5
Contractual time limits.....................................12.2
Delays beyond CONTRACTOR's
control ............................... ..........................
12.3
Delays beyond OWNER's and
CONTRACTOR's control....**
......................12.4
Notification of surety ............. ............................
10.5
Scope of change........................................10.3-10.4
Change Orders --
Acceptance ofDefective Work ..........................13.13
Amending Contract Documents ..........................3.5
Cash Allowances..............................................11.8
Change of Contract Prick....................................11
Change of Contract Times...................................12
Changes in the Work *"*....,
*...... 10
CONTRACTOR's fee ...........................
Cost of the Work.......................................11.4-11.7
Cost Records
11.7
definitionof .... ..................................
I ................ 1.9
emergencies....................................................
6.23
ENGINEER's responsibility.......9.8,
10.4, 11.2, 12.1
executionof.....................................................10.4
Indemnifiction .........................0.12, 6.16, 6.31-6.33
Insurance, Bonds and.......................5.10,
5.13, 10.5
OWNER may terminate..............................1,5.2-15.4
OWNER's Responsibility ............................
8.6, 10.4
Physical Conditions --
Subsurface and..............................................4.2
Underground Facilities--.............................4.3.2
Record Documents ...........................................
Scope of Change.......................................10.3-10.4
Substitutes .............................................
6.7.3, 6.8.2
Unit Price Work ......................................
.,,,11.9
value of Work, covered by.................................11.3
Changes in the Work.................................................10
Notification of surety ............. ...........................10.5
OWNER's and CONTRACTOR's
responsibilities .................................
.........., 10.4
Right to an adjustment......................................10.2
Scope of change........................................10.3-10.4
Claims --
against CONTRACTOR ....................................
6.16
against ENGINEER .........................................
6.32
against OWNER
................6 32
Change of Contract Price,,,,,,,,,,,,,,,,,,,,,,
9.4, 11.2
Change of Contract Times.....*......*
..............9.4, 12.1
CONTRACTOR'S............ 4, 7.1,
9.4, 9.5, 9.11, 10.2,
...........................11.2, 11.9,
12.1, 13.9, 14.8,
............................................15.1,
15.5, 17.3
V1
CONTRACTOR's Fee ...................................... 11.6
Article or Paragraph
Number
CONTRACTOR's liability ........... 5.4, 6.12, 6.16, 6.31
Cost of the Work....................................11.4,
11.5
Decisions on Disputes...............................9.11,
9.12
Dispute Resolution....*...............I......................16.1
Dispute Resolution Agreement*...................16.1-16.6
ENGINEER as initial interpreter .:.....................9.11
Lump Sum Pricing.........................................11.3.2
Notice of ................................
17 3
OWNER's.............•..... 9.4, 9.5, 9.11,
10.2, 11.2, 11.9
........................ 12.1, 13.9, 13,13,
13.14, 17.3
OWNER'S liability ..............................................
5.5
OWNER may refuse to make payment.................14.7
Professional Fees and Court Costs
Included......................................................17.5
request for formal decision on
11
Substitute Items .............................................
0.7.1.2
Time Extension ,• ,.... **...................................
12.1
Time requirements ............**...... *..... I.........
9.11, 12.1
Unit Price Work ......... ........
...........11.9.3
Value of
Waiver of --on Final Payment..................
14.14, 14.15
Work Change Directive_.....* .................•...........
10.2
written notice required ......................9.11, 11.2, 12.1
Clarifications and Interpretations ............
3.6.3, 9.4, 9.11
CleanSite............................................................0..17
Codes of Technical Society, Organization
or Association.................................................3.3.3
Commencement of Contract Times .............................
2.3
Communications--
general..............................................6.2,
6.9.2, 8.1
Hazard Communication Programs ......................6.22
Completion --
Final Application for Payment .........................14.12
Final Inspection.....* ............... ...................14.11
Final Payment and Acceptance . .............14.13-14.14
Partial Utilization.......*........... .................
........34.10
Substantial Completion ......................1.38,
14.8-14.9
Waiver of Claims............................................14.15
Computation ofTimes ..*,.....*...................17.2.1-17.2.2
Concerning Subcontractors, Suppliers
and Others .................6.8-6.11
.................................
Conferences --
initially acceptable schedules •...........................
2.9
preconstruction
Conflict, Error, Ambiguity, Discrepancy --
CONTRACTOR to Report .....................
2.5, 3.3.2
Construction, before starting by
CONTRACTOR ................ ...........................
2.5-2.7
Construction Machinery, Equipment, etc,,
............ .... 6.4
Continuing the Work .. ...............................
.... 6.29, 10.4
Contract Documents --
Amending............ I ........ I ....................................
3.5
Bonds..............................................................
5.1
E1CDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Cash Allowances..............................................11.8
Article or Paragraph
Number
Change of Contract Price ....................................
11
imes...................................
Change of Contract Times. ....... * ......... ** .............
**12
Changes in the Work ................ I ...............
10.4-10.5
check and verify .................................................
2.5
Clarifications and
Interpretations ..........................3.2, 3.6,
9.4, 9.11
definition of.....................................................1.10
ENGINEER as initial interpreter of ..................
9.11
ENGINEER as OWNER's representative..............9.1
general3
Insurance...........................................................5.3
Intent........................................................3.1-3.4
minor variations in the Work .............................
3.6
OWNER's responsibility to furnish datit ...............8.3
OWNER's responsibility to make
prompt payment ......................... 8.3, 14.4, 14.13
precedence ............................. ...............3.1,
3.3.3
Record Documents............................................6.19
Reference to Standards and Specifications
of Technical Societies................................3.3
RelatedWork.....................................................3.2
Reporting and Resolving Discrepancies........
2.5, 3.3
Reuseof.............................................................3.7
Supplementing..................................................
3.6
Termination of ENGINEER's Employment
.......... 8.2
Unit Price Work...............................................11.9
variations ............ .. ............................ 3.6,
6.23, 6.27
Visits to Site, ENGINEER's ...............................
9.2
Contract Price --
adjustment of ............... 3.5, 4.1, 9.4, 10.3,
11.2-11.3
Changeof...........................................................11
Decision on Disputes ........................................
9.11
definition of.....................................................1.11
Contract Times --
adjustment of ..........................3.5, 4.1, 9.4, 10.3, 12
Change of................................................12.1-12.4
Commencement of ............................................
2.3
definition of....................................................1..12
CONTRACTOR --
Acceptance of Insurance ...................................
5.14
Communications......................................6.2,
6.9.2
Continue Work........................................6.29,
10.4
coordination and scheduling............................6.9.2
definition of.....................................................1.13
Limited Reliance on Technical
Data Authorized.........................................4.2.2
May Stop Work or Terminate............................1.5.5
provide site access to others ........................7.2,
13.2
Safety and Protection ...................4.3.1.2,
6.16, 6.18,
......................................6.21-6.23, 7.2, 13.2
Shop Drawing and Sample Review
Prior to Submittal........................................6.25
Stop Work requirements..................................4.5.2
CONTRACTOR's-
Article or Paragraph
Number
Compensation............................................11.1-11.2
Continuing Obligation.....................................14.15
Defective Work ................................9.6, 13.10-13.14
Duty to correct defective Work ..........................13.11
Duty to Report --
Changes in the Work caused by
Emergency ...........................................
6.23
Defects in Work of Others .............................
7.3
Differing conditions...................................4.2.3
Discrepancy in Documents........ 2.5, 3.3.2, 6.14.2
Underground Facilities not indicated..........
4.3.2
Emergencies.....................................................6.23
Equipment and Machinery Rental, Cost
of the Work...........................................11.4.5.3
Fee --Cost Plus..........................11.4.5.6, 11.5.1,
11.6
General Warranty and Guarantee .......................6.30
Hazard Communication Programs .....................6.22
Indemnification .........................6.12, 6.16,
6.31-6.33
Inspection of the Work ...............................
7.3, 13.4
Labor, Materials and Equipment ....................6.3-6.5
Laws and Regulations, Compliance by...........,
6.14.1
Liability Insurance ..............................................
5.4
Notice of Intent to Appeal .........................9.10,
10.4
obligation to perform and complete
theWork....................................................6.30
Patent Fees and Royalties, paid for by .................
6.12
Performance and Other Bonds, ............................
5.1
Permits, obtained and paid for by.......................6.13
Progress Schedule ...........................2.6, 2.8, 2.9, 6.6,
........................................6.29, 10.4, 15.2.1
Request for formal decisionon disputes ..............
9.11
Responsibilities --
Changes in the Work..................................10.1
Concerning Subcontractors, Suppliers
and Others......................................6.8-6.11
Continuing the Work ..........................0.29,
10.4
CONTRACTOR's expense...........................6.7.1
CONTRACTOR's General Warranty
and Guarantee.......................................6.30
CONTRACTOR!s review prior to Shop
Drawing or Sample submittal .................
6.25
Coordination of Work ................................
6.9.2
Emergencies ...............................................
6.23
ENGINEER's evaluation, Substitutes
or "Or -Equal" Items..............................6.7.3
For Acts and Omissions
of Others.............................6.9.1-6.9.2,
9.13
for deductible amounts, insurance...................5.9
general........................................6, 7.2,
7.3, 8.9
Hazardous Communication Programs..........
6.22
Indemnification ...................................
6.31-6.33
vii
EJCDC GENERAL CONDITIONS 1910-9 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Labor, Materials and Equipment..............6.3-6.5
Laws and Regulations..................................6.14
Liability Insurance ......... ......... ......... 5.4
Article or Paragraph
Number
Notice of variation from Contract
Documents...........................................
6 .27
Patent Fees and Royalties.............................6.12
Permits.......................................... .............6.13
Progress Schedule .........................................
6.6
Record Documents .....................................
6.19
related Work performed prior to
ENGINEER's approval of required
submittals .............................................
6.28
safe structural loading.................................6.18
Safety and Protection ....................6.20,
7.2, 13.2
Safety Representative...................................6.21
Scheduling the Work ........ .. ...............„6
9.2
Shop Drawings and Samples .......................
6.24
Shop Drawings and Samples Review
by ENGINEER......................................6.26
Site Cleanliness..........*...., *.......... *............
6.17
Submittal Procedures...................................6.25
Substitute Construction Methods
and Procedures.....................................6.7.2
Substitutes and "Or -Equal" Items................6.7.1
Superintendence
6.2
Supervision...................................................6.1
Survival of Obligations................................6.34
Taxes................................
Tests and Inspections...................................13.5
To Report......... .............................................
2.5
Use of Premises......................6.16-6.18, 6.30.2.4
Review Prior to Shop Drawing or
Sample Submittal .......................................
6.25
Right to adjustment for changes in the Work.....10.2
right to claim ............. 4, 7.1, 9.4, 9.5, 9.11,
10.2,11.2,
...... I .... 11.9,12.1,13.9,14.8,15.1,15.5,17.3
Safety and Protection ................. 6.20-6.22, 7.2, 13.2
Safety Representative ................... ....................
6.21
Shop Drawings and Samples Submittals ,....
6.24-6.28
Special Consultants.......................................11.4.4
Substitute Construction Methods and Procedureg..6.7
Substitutes and "Or -Equal" Items,
Expense.......... 0........................... 6.7.1,
6.7.2
Subcontractors, Suppliers and Others..........
5.8-6.11
Supervision and Superintendencq......... 6.1,
6.2, 6.21
Taxes, Payment by ............................................
6.15
Use of Premises .....,
.................................
6.16-6.18
Warranties and guarantees .......................0..6.5,
6.30
Warranty of Title.....................................14.3
Written Notice Required --
CONTRACTOR stop Work or terminate ........
15.5
Reports of Differing Subsurface
and Physical Conditions .......................
4.2.3
Substantial Completion .... 0 ........ 0..................14.8
viii
CONTRACTORS--other...............................................7
Contractual Liability Insurance 5.,4.10
Contractual Time Limits 12.2
Article or Paragraph
Number
Coordination—
CONTRACTOR's responsibility ........................6.9.2
Copies of Documents.... *....... *....... * ...........................
2.2
Correction Period ...................13.12
...............................
Correction, Removal or Acceptance
of Defective Work--
in general ............................... 10.4.1,
13.10-13.14
Acceptance ofDefective Work ..........................13.13
Correction or Removal of
Defective Work ...
.............................
.6.30, 13.11
Correction Period.....*....,..... *........................13.12
OWNER May Correct Defective Work..............13.14
OWNER May Stop Work.................................13.10
Cost --
of Tests and Inspections ...................................
13.4
Recordsll.7
Cost of the Work --
Bonds and insurance, additional ...................11.4.5.9
Cash Discounts..... *..... ...................................
. J 1.4.2
CONTRACTOR's Fee ......................................
11.6
Employee Expenses.....* .................**....._...
*11.4.5.1
Exclusions to ................................................
.....11.5
General11.4-11.5
Home office and overhead expenses ....................11.5
Losses and damages.....................................11.4.5.6
Materials and equipment„ .........
...........11.4.2
Minor expenses...........................................11.4.5.8
Payroll costs on changes......*..........................11.4.1
performed by Subcontractors .... ....................11.4.3
Recordsll.7
Rentals of construction equipment
and machinery ......................................
11.4.5.3
Royalty payments, permits and
license fees............................................11.4.5.5
Site office and temporary facilities ................
j 1.4.5.2
Special Consultants, CONTRACTOR's .............
11.4.4
Supplemental.................................................11.4.5
Taxes related to the Work............................1.1.4.5.4
Tests and Inspection........... P.......................
13.4
Trade Discounts.............................................11.4.2
Utilities, fuel and sanitary facilitieA..............11.4.5.7
Work after regular hours.................................11.4.1
Covering Work ...........................................
.... 13.6-13.7
Cumulative Remedies,,,,,,,,,
17.4-17.5
Cutting, fitting and patching ............... P..............
7.2
Data, to be furnished by OWNER ......... P..P..........
......$.3
Day --definition of................................................17.2.2
Decisions on Disputes ........ .......... P...... I.........
9.11, 9.12
defective --definition o(..........................................J.14
defective Work --
Acceptance of ...................................
10.4.1, 13.13
EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Correction or Removal of .....................10.4.1, 13.11
Correction Period............................................13.12
in general.........................................13, 14.7, 14.11
Article or Paragraph
Number
Observation by ENGINEER ................................
9.2
OWNER May Stop Work ..........................
...... .13.10
Prompt Notice of Defects...................................13.1
Rejecting...........................................................9.6
Uncovering the Work.......................................13.8
Definitions................................................................I
Delays ..................................... 4.1, 6.29,
12.3-12.4
Delivery of Bonds.....................................................2.1
Delivery of certificates of insurance. ...........................
2.7
Determinations for Unit Prices ................................
9.10
Differing Subsurface or Physical Conditions--
Noticeof. .................................. *'*****'* .... *
........ 4.2.3
ENGINEER's Review......................................4.2.4
Possible Contract Documents Change,,,,,,,,,,,,,,
4.2.5
Possible Price and Times Adjustments,,,,,,,,,,,,,
4.2.6
Discrepancies -Reporting
and Resolving................................2.5, 3.3.2,
6.14.2
Dispute Resolution--
Agreement................................................16.1-16.6
Arbitration................................................16.1-16.5
genera116
Mediation........................................................16.6
Dispute Resolution Agreement ........... ......... .....16.1-16.6
Disputes, Decisions by ENGINEER ..................
9.11-9.12
Documents --
Copiesof...........................................................7.2
Record 6.19
Reuseof............................................................3.7
Drawings --definition of..........................................1.15
Easements.............................................................4.1
Effective date of Agreement -- definition of:.............1.16
Emergencies...........................................................6.23
ENGINEER --
as initial interpreter on disputes .................9.11-9.12
definition of....................................................1.17
Limitations on authority and responsibilities.....9.13
Replacement of .................................................
8.2
Resident Project Representative ...........................9.3
ENGINEER's Consultant -- definition of..................1.18
ENGINEER's--
authority and responsibility, limitations or) ........ 9.13
Authorized Variations in the Wor4 .....................9.5
Change Orders, responsibility for,.,,,., 9.7, 10, 11, 12
Clarifications and Interpretations ...............3.6.3,
9.4
Decisions on Disputes ............................... ...............................
defective Work, notice of..................................13.1
Evaluation of Substitute Items ..........................6.7.3
Liability...................................................6.32,
9.12
Notice Work is Acceptable...............................14.13
Observations...........................................6.30.2,
9.2
OWNER's Representative....................................9.1
Payments to the CONTRACTOR,
Responsibility for.....................................9.9, 14
Recommendation of Payment ....................14.4, 14.13
Article or Paragraph
Number
Responsibilities --Limitations or).................9.11-9.13
Review of Reports on Differing Subsurface
and Physical Conditions.............................4.2.4
Shop Drawings and Samples, review
responsibility ..............................................
6.26
Status During Construction --
authorized variations in the Wor%..................9.5
Clarifications and Interpretations ..................9.4
Decisions on Disputes .........................
9.11-9.12
Determinations on Unit Price .......................9.10
ENGINEER as Initial InterpreteK..........
9.11-9.12
ENGINEER's Responsibilities ................9.1-9.12
Limitations on ENGINEER's Authority
and Responsibilities..............................9.13
OWNER's Representative..............................9.
• 1
Project Representative...................................9.3
Rejecting Defective Work..............................9.6
Shop Drawings, Change Orders
and Payments....................................9.7-9.9
Visits to Site.................................................9.2
Unit Price determinations..................................9.10
Visits to Site.......................................................9.2
Written consent required ..............................
Equipment, Labor, Materials and ........................
Equipment rental, Cost of the Work..................11.4.5.3
Equivalent Materials and Equipment .........................6.7
error or omission§..................................................0.33
Evidence of Financial Arrangements .......................$.11
Explorations of physical conditions .......................
4.2.1
Fee, CONTRACTOR's--Costs Plus ...........................11.6
Field Order --
definition of.....................................................1.19
issued by ENGINEER ................................
3.6.1, 9.5
Final Application for Payment..............................14.12
Final Inspection...................................................14.11
Final Payment --
and Acceptance ............... ......... ........
""'
14.13-14.14
Prior to, for cash allowances...............................11.8
General Provisions..........................................17.3-17.4
General Requirements --
definition of.....................................................1.20
principal references to..............2.6, 6.4, 6.6-6.7, 6.24
Giving Notice.........................................................17.1
Guarantee of Work --by CONTRACTOR,,,,,..,
6.30, 14.12
Hazard Communication Programs ...........................6.22
Hazardous Waste --
definition of.....................................................1.21
general..............................................................
4.5
OWNER's responsibility for...............................8.10
ix
EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) ,,,�
Indemnification..............................4.12, 6.16, 6.31-6.33
Initially Acceptable Schedules... 2.9
Inspection --
Certificates of..............................9.13.4, 13.5, 14.12
Final ..... 14.11
..................................................
Article or Paragraph
Number
Special, required byENGINEER**.......................9.6
Tests and Approval ................ .........V, 13.3-13.4
Insurance --
Acceptance of, by OWNER.......***" *........*......5.14
Additional, required by changes
in the Work ... ... ......................................11.4.5.9
Before starting the Work.....................................2.7
Bonds and --in general *........ .........
..*.._.....5
Cancellation Provisions ......................................
5.8
Certificates of .......... .......2.7, 5, 5.3, 5.4.11,
5.4.13,
........................5.6.5, 5.8, 5.14, 9.13.4,
14.12
completed operations.....................................5.4.13
CONTRACTOR's Liability..................................5.4
CONTRACTOR's objection to coverage.............5.14
Contractual Liability......................................5.4.10
deductible amounts, CONTRACTOR's
responsibility................................................
5.9
Final Applicafion for Payment...
Licensed Insurers......**......................*........._.....,5.3
Notice requirements, material changes........5.8,
10.5
Option to Replace.............................................5.14
other special insurances ................... I................5.10
OWNER as fiduciary for insureds .............5.12-5.13
OWNER's Liability............................................5.5
OWNER'S Responsibility.....................................8.5
Partial Utilization, Property Insurance...............5.15
Property ....................................................
5.6-5.10
Receipt and Application of Insurance
Proceeds, .............................................
5.12-5.13
Special Insurance.............................................5.10
Waiver of Rights ..............................
5.11
Intent of Contract Documents..............................3.1-3.4
Interpretations and Clarifications .....................3.6.3,
9.4
Investigations of physical conditions ..........................4.2
Labor, Materials and Equipment.........................6.3-6.5
Lands --
and Easements .................................
Availability of.............................................4.1,
8.4
Reports and Tests...............................................$A
Laws and Regulations --Laws or Regulations--
Bonds ..... ............ ........ ....... .......... .... ..........
5.1-5.2
Changes in the Work........ I...............................10.4
Contract Documents,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,
3.1
CONTRACTOR's Responsibilities .....................0.14
Correction Period, defective Work....................J3.12
Cost of the Work, taxes...............................11.4.5.4
definition of ................ ................................
.....1.22
general6.14
Indemnification .........................................
6.31-6.33
x
Insurance ...............................
Precedence................................................3.1,
3.3.3
Reference to....................................................3.3.1
Safety and Protection................................6.20,
13.2
Subcontractors, Suppliers and Others ...........
6.8-6.11
Article or Paragraph
Number
Tests and Inspections...................................13.5
Use of Premises ........
Visits to Site ......................9.2
.. ... ............................
Liability Insurance--
C ONTRAC TOR's...............................................
5.4
OWNERs...........................................................5.5
Licensed Sureties and Insurers .................................
5.3
Liens --
Application for Progress Payment .......................1,4.2
CONTRACTOR's Warranty of Title....................14.3
Final Application for Payment............
14.12
definition of,.:, ......... ***........
Waiver of Claims............................................14.15
Limitations on ENGINEER's authority and
responsibilities.................................................
9.13
Limited Reliance by CONTRACTOR
Authorized......................................................
4.2.2
Maintenance and Operating Manuals--
Final Application for Payment.........................14.12
Manuals (of others)--
Precedence ....................................................3.3.3.1
Reference to in Contract Documents .................
3.3.1
Materials and equipment --
furnished by CONTRACTOR...... *.......................6.3
not incorporated in Work......„..**.......................14.2
Materials or equipment --equivalent* *.......*................6.7
Mediation (Optional) ....................
6.7
Milestones --definition of........................................1.24
Miscellaneous --
Computation of Times ......................... I..............
17.2
Cumulative Remedies .......17.4
.................................
Giving Notice....................................................17.1
Notice of Claim .................................................
17.3
Professional Fees and Court Costs Included.,,,,,,,17.5
Multi -prime contracts...** **..................... ............
7
Not Shown or Indicated,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,
4.3.2
Notice of --
Acceptability of Project ..................................
.14.13
Award, definition of.........................................1.25
Claim............................................................17.3
Defects,13.1
Differing Subsurface or Physical Condition$ ......
4.2.3
Giving............................................................1.7.1
Tests and Inspections.......* ................ .... *.
... .., 13.3
Variation, Shop Drawing and Sample.................6.27
Notice to Proceed --
definitionof.....................................................1.26...............................
giving of .............................
2.3
.
EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Notification to Surety..............................................10.5
Observations, by ENGINEER............................6.30,
9.2
Occupancy of the Work ...................
5.15, 6.30.2.4, 14.10
Omissions or acts by CONTRACTOR...............6.9, 9.13
Open Peril policy form, Insurancg..........................5.•6.2
Option to Replace...................................................5.14
Article or Paragraph
Number
"Or Equal" Items......................................................0.7
Other work 7
Overtime Work --prohibition of .................................
6.3
OWNER --
Acceptance ofdefective Work ..........................13.13
appoint an ENGINEER......................................8.2
as fiduciary...............................................5.12-5.13
Availability of Lands, responsibility ....................4.1
definition of....................................................1.27
data, furnish......................................................8.3
May Correct Defective Work ..........................13.14
May refuse to make payment.............................1.4.7
May Stop the Work.........................................13.10
May Suspend Work,
Terminate* ...........................$.8, 13.10,
15.1-15.4
Payment, make prompt.....................8.3, 14.4,
14.13
performance of other work ..................................
7.1
permits and licenses, requirements ....................6.13
purchased insurance requirements ..............
5.6-5.10
OWNER's--
Acceptance of the Work...............................6.30.2.5
Change Orders, obligation to execut@..........
8.6, 10.4
Communications................................................
8.1
Coordination of the Work ...................................
7.4
Disputes, request for decision............................9.11
Inspections, tests and approvals..................8.7,
13.4
Liability Insurance .............................................
5.5
Notice of Defects..............................................13.1
Representative --During Construction,
ENGINEER's Status......................................9.1
Responsibilities --
Asbestos, PCBs, Petroleum, Hazardous
Waste or Radioactive Material ...............
8.10
ChangeOrders..............................................8.6
Changes in the Work ..................................
10.1
communications............................................8.1
CONTRACTOR's responsibilities ..................8.9
evidence of financial arrangements*..............$.11
inspections, tests and approvals .....................8.7
insurance......................................................
5.5
lands and easements.....................................8.4
prompt payment by........................................8.3
replacement -of ENGINEER ...........................8.2
reports and tests............................................8A
stop or suspend Work..................8.8,
13.10, 15.1
terminate CONTRACTOR's
services..........................................8.8,
15.2
separate representative at site .................I
9.3
.............
testing, independent.........................................13.4
use or occupancy
of the Wotk......................... 5.15, 6.30.2.4, 14.10
written consent or approval
required.........................................9.1, 6.3, 11.4
xi
E1CDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) ,^
Article or Paragraph
Number
written notice required .........................7.1, 9.4, 9.11,
....................................11.2, 11.9, 14.7, 15.4
PCBs --
definition of ........................................................
general ........................ .....................................1.29
4.5
OWNER's responsibility for ............................
8.10
Partial Utilization --
definition of......................................................1.28
general 6.30.2.4, 14.10
Property Insurance ............................................
5.15
Patent Fees and Royalties........................................6.12
Payment Bonds ..........................................
5.1-5.2
Payments, Recommendation of..............14.4-14.7,
14.13
Payments to CONTRACTOR and Completion
--
Application for ProgressPayments ......................14.2
CONTRACTOR's Warranty of Title ...........„......
i 4.3
Final Application for Payment.........
14.12
..................
Final Inspection ...............
14.11
Final Payment and Acceptance ...............
14.13-14.14
general.........................................................$.3,
14
Partial Utilization ..................„.,..,,,,,,._....
14.10
Retainage ..............................
14.2
Review of Applications for
Progress Payments ..............................
14.4-14.7
prompt payment.......... ................................
........$ 3
Schedule of Values ...... ............ *........**
,... 14.1
Substantial Completion..............................14.8-14.9
Waiver of Claims.............................................14.15
when payments due .................................
14.4, 14.13
withholding payment . ......... .....................14.7
Performance Bonds............................................5.1-5.2
Permits............. ...............................................6.13
Petroleum --
definition of......................................................1.30
general..............................................................4.5
OWNER's responsibility for...............................8.10
Physical Conditions --
Drawings of, in or relating to ........................
4.2.1.2
ENGINEER's review ........... I., .........................
4.2.4
existing structures............................................4.2.2
general4.2.1.2..........................................................
Notice of Differing Subsurface or ......................
4.2.3
Possible Contract Documents Change...............4.2.5
Possible Price and Times Adjustments...............4.2.6
Reports and Drawings.,.....* ............... ...............
4.2.1
Subsurface and ...............................
Subsurface Conditions
4.2.1.1
Technical Data, Limited Reliance by
CONTRACTOR Authorized ............. I
.......... .2.2
Underground Facilities--
general.........................................................4.3
Not Shown or Indicaed..............................4.3.2
Protection of.........................................4.3,
6.20
xii
Article or Paragraph
Number
Shown or Indicated ................................................
4.3.1
Technical Data...............................................4.2.2
Preconstruction Conference
Preliminary Matters ......................................................
2
Preliminary Schedules.
.............................................
. 2.6
Premises, Use of
............................... .
6.16-6.18
Price, Change of Contract ...........................................
11
Price, Contract --definition of
Progress Payment, Applications for ..........................
J4.2
Progress Payment--retainage....*..............
14.2
Progress schedule, CONTRACTOR's............
2.6, 2.8, 2.9,
.... ................ I............ 6.6, 6.29,
10.4, 15.2.1
Project --definition of...............................................1.31
Project Representative—
ENGINEER's Status During Construction
.............9.3
Project Representative, Resident --definition of .........1.33
prompt payment by OWNER.....................................8.3
Property Insurance --
Additional.........................................................5.7
general5.6-5.10
Partial Utilization......**......................5.15,
14.10.2
receipt and application of proceeds ............5.12-5.13
Protection, Safety and..............................0..20-6.21,
13.2
Punchlist..........................................................1.4.11
Radioactive Material--
defintion of.....................................................1.32
general4.5
OWNER's responsibility for,,.......*......
..$,10
Recommendation of Payment..........*, *._ 14.4, 14.5, 14.13
Record Documents .................* ._,.......
6.19, 14.12
Records, procedures for maintaining ..........................2.8
Reference Points
Reference to Standards and Specifications
of Technical Societies ................................
3.3
Regulations, Laws and(or)......................................6.14
Rejecting Defective Work..........................................9.6
Related Work --
atSite........................................................7.1-7.3
Performed prior to Shop Drawings
and Samples submittals review....................6.28
Remedies, cumulative...........* .................
17.4, 17.5
Removal or Correction ofDefective Work................13.11
rental agreements, OWNER approval required
..... 11.4.5.3
replacement of ENGINEER, by OWNER ..............
......8.2
Reporting and Resolving
Discrepancies...............................2.5,
3.3.2, 6.14.2
Reports --
and Drawings .................................................
4.2.1
and Tests, OWNER's responsibility ......................8A
Resident and Project Representative --
definition of ....................................................
1.33
provision for 9.3
..............................................................
EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Article or Paragraph
Number
Resident Superintendent, CONTRACTOR'$ ............... 6.2
Responsibilities—
CONTRACTOR's-in general .................................. 6
ENGINEER's-in general ............... .......................9
..
Limitations oq............................................9.13
OWNER's-in general .............................................
8
Retainage............................................................1.4.2
Reuse of Documents, .................................................
3.7
Review by CONTRACTOR: Shop Drawings
and Samples Prior to Submittal, .........................
6.25
Review of Applications for
Progress Payments ................ I...................
14.4-14.7
Right to an adjustment...........................................10.2
Rightsof Way .........................................................
4.1
Royalties, Patent Fees and ......................................
6.12
Safe Structural Loading..........................................6.18
Safety --
and Protection................................4.3.2,
6.16, 6.18,
......................................6.20-6.21, 7.2, 13.2
general.....................................................6.20-6.23
Representative, CONTRACTOR's.......................6.21
Samples --
definition of.....................................................1.34
general ....................................................
6.24-6.28
Review by CONTRACTOR ...............................
6.25
Review by ENGINEER..............................6.26,
6.27
related Work.....................................................6.28
submittal of....................................................6.24.2
submittal procedures.........................................0.25
Schedule of progress.............................2.6,
2.8-2.9, 6.6,
.........................................6.29,
10.4, 15.2.1
Schedule of Shop Drawing and Sample
Submittals..............................2.6, 2.8-2.9, 6.24-6.28
Schedule of Values..............................2.6,
2.8-2.9, 14.1
Schedules --
Adherence to..................................................15.2.1
Adjusting...........................................................6.6
Change of Contract Times.................................10.4
Initially Acceptable ......................................
2.8, 2.9
Preliminary........................................................2.6
Scope of Changes......................................10.3-10.4
Subsurface Conditions........................................4.2.1.1
Shop Drawings --
and Samples, general ................................
6.24-6.28
Change Orders & Applications for
Payments, and.........................................9.7-9.9
definition of......................................................1.35
ENGINEER's approval of ................................
3.6.2
ENGINEER's responsibility
for review .....................................
9.7, 6.24-6.28
related Work.....................................................6.28
review procedures................................2.8,
6.24-6.28
Article or Paragraph
Number
submittal required ...............................................
6.24.1
Submittal Procedures.........................................6.25
use to approve substitutions..............................6.7.3
Shown or Indicated .......................... ... ..................4.3.1
Site Access......................................................7.2,
13.2
Site Cleanliness.......................................................6.17
Site, Visits to --
by ENGINEER ..........................................
9.2, 13.2
byothers..........................................................13.2
"special causes of loss" policy form,
insurance........................................................5.6.2
definition of. ....................................................
J.36
Specifications—
defination of....................................................1.36
of Technical Societies, reference t9...................3.3.1
precedence......................................................3.3.3
Standards and Specifications
of Technical Societies ........................................
3.3
Starting Construction, Before..............................2.5-2.8
Starting the Work......................................................7.4
Stop or Suspend Work--
by CONTRACTOR...........................................15.5
by OWNER ..................................... 8.8,
13.10, 15.1
Storage of materials and equipment .....................4.1,
7.2
Structural Loading, Safety........................................6.18
Subcontractor—
Concerning ................................................
6.8-6.11
definition of.....................................................1.37
delays.............................................................12.3
waiver of rights................................................6.11
Subcontractors --in general.................................6.8-6.11
Subcontracts --required provision$......... 5.11, 6.11, 11.4.3
Submittals --
Applications for Payment.................................14.2
Maintenance and Operation Manuals ..............
14.12
Procedures.......................................................6.25
Progress Schedules.......................................2.6,
2.9
Samples ........................... ........ .... ............
6.24-6.28
Schedule of Values.....................................2.6,
14.1
Schedule of Shop Drawings and Samples
Submissions......................................2.6,
2.8-2.9
Shop Drawings .................... I ....................
6.24-6.28
Substantial Completion --
certification of............................6.30.2.3, 14.8-14.9
definition of. ....................................................
J.38
Substitute Construction Methods or Procedures ........ 6.7.2
Substitutes and "Or Equal" Item$...............................6.7
CONTRACTOR's Expense............................0.7.1.3
ENGINEER's Evaluation .................................
6.7.3
"Or -Equal" ...................................................
0.7.1.1
Substitute Construction Methods
EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
agree that as liquidated damages for delay (but not as penalty) CONTRACTOR shall
pay OWNER the amounts set forth hereafter.
1) Substantial Completion:
One Thousand Five Hundred Dollars ($1,500.00) for each calendar day or
fraction thereof that expires after the Twenty (20) calendar day
period for Substantial Completion of the Work until the Work is
Substantially Complete.
2) Final Acceptance:
After Substantial Completion, One Thousand Five Hundred Dollars
($1,500.00) for each calendar day or fraction thereof that expires
after the Twenty (20) calendar day period for Final Payment and
Acceptance until the Work is ready for Final Payment and Acceptance.
ARTICLE 4. CONTRACT PRICE
4.1. OWNER shall pay CONTRACTOR for performance of the Work in accordance
with the Contract Documents in current funds as follows:($99,886.90),
Ninety-nine Thousand Eight Hundred Eighty-six Dollars and Ninety cents, in
accordance with Section 00300, attached and incorporated herein by this
reference.
ARTICLE 5. PAYMENT PROCEDURES
CONTRACTOR shall submit Applications for Payment in accordance with Article
14 of the General Conditions. Applications for Payment will be processed by
ENGINEER as provided in the General Conditions.
5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of
the Contract Price on the basis of CONTRACTOR's Application for Payment as
recommended by ENGINEER, once each month during construction as provided below.
All progress payments will be on the basis of the progress of the Work measured
by the schedule of values established in paragraph 2.6 of the General Conditions
and in the case of Unit Price Work based on the number of units completed, and in
accordance with the General Requirements concerning Unit Price Work.
5.1.1. Prior to Substantial Completion, progress payments will be in the
amount equal to the percentage indicated below, but, in each case, less the
aggregate of payments previously made and less such amounts as ENGINEER shall
determine, or OWNER may withhold, in accordance with paragraph 14.7 of the
General Conditions. 90% of the value of Work completed until the Work has been
50% completed as determined by ENGINEER, when the retainage equals 5% of the
Contract Price, and if the character and progress of the Work have been
satisfactory to OWNER and ENGINEER, OWNER on recommendation of ENGINEER, may
determine that as long as the character and progress of the Work remain
satisfactory to them, there will be no additional retainage on account of Work
completed in which case the remaining progress payments prior to Substantial
Completion will be in an amount equal to 100% of the Work completed. 90% of
materials and equipment not incorporated in the Work (but delivered, suitably
stored and accompanied by documentation satisfactory to OWNER as provided in
9/12/O1 Section 00520 Page 2
Article or Paragraph
Number
or Procedures ...
..............................
......... .6.7,2
Substitute Items
6.7.1.2
Subsurface and Physical Conditions --
Drawings of, in or relatng to,,,,,,,,,,,,,,,,,,,,,,,,
4.2.1.2
ENGINEER's Review ...................................
. 4 2.4
general..............................................................4.2
Limited Reliance by CONTRACTOR
Authorized.......................I.........................4.2.2
Notice of Differing Subsurface or
Physical Conditions ........................................
4.2.3
Physical Conditions ......................................
4.2.1.2
Possible Contract Documents Change...............4.2.5
Possible Price and Times Adjustments...............4.2.6
Reports and Drawings .....................................
4.2.1
Subsurface and,,,,,,,,,,
Subsurface Conditions at the Site...................4.2.1.1
Technical Data ................................................
.4.2.2
Supervision--
CONTRACTOR's responsibility ..........................6.1
OWNER shall not supervise,,,,,,,,,,,,,,,,,,
,,,,,8.9
ENGINEER shall not supervise,,,,,,,,,,,,,,,,9.2,
9.13.2
Superintendence.......................................................6.2
Superintendent, CONTRACTOR's resident6.2
Supplemental costs,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,
11.4.5
Supplementary Conditions--
definition of......................................................1.39
principal references to.................1.10, 1.18, 2.2, 2.7,
.......................4.2, 4.3, 5.1, 5.3,
5.4, 5.6-5.9,
....... .......... .11,6.8,6.13,7.4,8.11,9.3,9.10
Supplementing Contract Documents,,,,,,,,,,,,,,,,,,,,,,,,,
3.6
Supplier --
definition of......................................................1.40
principal references to ........... 3.7, 6.5, 6.8-6.11,
6.20,
..........................................6.24, 9.13, 14.12
Waiver of Rights...............................................6.11
Surety --
consent to final payment ........................14.12,
14.14
ENGINEER has no duty to„...............................9.13
Notification of..................................10.1,
10.5, 15.2
qualification of ........ ................5.1-5.3
Survival of Obligations ..........................................
6.34
Suspend Work, OWNER May .......................13.10,
15.1
Suspension of Work and Termination- .......................15
CONTRACTOR May Stop Work
orTerminate...............................................15.5
OWNER May Suspend Work.............................15.1
OWNER May Terminate ,,,,,,,,,15.2-15.4
Taxes --Payment by CONTRACTOR .........................
6.15
Technical Data --
Limited Reliance by CONTRACTOR...*.............4.2.2
Possible Price and Times Adjustments..............4.2.6
Reports of Differing Subsurface and
Physical Conditions....................................4.2.3
xiv
Temporary construction facilities 4.1
Article or Paragraph
Number
Termination --
by CONTRACTOR...........................................15.5
by OWNER........................................8.8,
15.1-15.4
of ENGINEER's employment...............................$.2
Suspension of Work-in general,,, ...........................
15
Terms and Adjectives..............................................3.4
Tests and Inspections --
Access to the Work, by others ... ..........
* ,,,..........13.2
CONTRACTOR's responsibilities ......................13.5
cost of 13.4
covering Work prior to..............................13.6-13.7
Laws and Regulations (or),,,,,,,,,,,,,,,,,,,,,,,,,,,
13.5
Notice of Defects,,,,,,,,,,,,,,
OWNER May Stop Work.................................13.10
OWNER's independent testing ..........................i3.4
special, required by ENGINEER ,..........
*,,,,,,,,,,,,,,9.6
timely notice required,,,,,,,,,,,,,,,
Uncovering the Work, at ENGINEER's
request ................................ .................
13.8-13.9
Times --
Adjusting ............................... ............................
6.6
Change of Contract ...............................
.............. 12
Computation of ......... ....* ........... , ,. ..............
...17.2
Contract Times --definition of ...........................1.12
day.........................................................17.2.2
Milestones .................................
12
Requirements--
appeals.................................................9.10,
16
clarifications,
claims and disputes..................9.11,
11.2, 12
Commencement of Contract Times,,,,,,,,,,,,,,,
2.3
Preconstruction Conference ..........................
2.8
schedules.........................................2.6,
2.9, 6.6
Starting the Work ..............................
............2.4
Title, Warranty of...................................................14.3
Uncovering Work ..... .... ....................................
13.8-13.9
Underground Facilities, Physical Conditions--
definition of ............ .. ......................................1.41
Not Shown or Indicated...................................4.3.2
protection of .............................................
4.3, 6.20
Shown or Indicated
4.3.1
Unit Price Work--
claims.........................................................11.9.3
definition of....................................................1.42
general11.9, 14.1, 14.5
Unit Prices--
general11.3.1
Determination for.............................................9.10
Use of Premises .................... I............ 6.16, 6.18, 6.30.2.4
Utility owners,,,,,,.....*.................6.13, 6.20,
7.1-7.3, 13.2
Utilization, Partial...................1.28, 5.15, 6.30.2.4,
14.10
Value of the Work...................................................11.3
Values, Schedule of..............................2.6,
„ „
2.8-2.9, 14.1
E1CDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Variations in Work --Minor
Authorized, .......................................6.25, 6.27, 9.5
Article or Paragraph
Number
Visits to Site --by ENGINEER,,,,,,,....* ,,,,,,,,,,,,,,,,,,,,,,,
9.2
Waiver of Claims --on Final Payment ......................14.15
Waiver of Rights by insured partie$..................5.11,
6.11
Warranty and Guarantee, General --by
CONTRACTOR ...............................................
6.30
Warranty of Title, CONTRACTOR's.......................1.4.3
Work --
Accessto..........................................................13.2
byothers ...............................................................
7
Changesin the.....................................................10
Continuing the ..................................................
.29
CONTRACTOR May Stop Work
or Terminate.................................I.............15.5
Coordination of. ..................................................
7.4
Cost of the.................................................11.4-11.5
definition of, ......................1..43
..............................
neglected by CONTRACTOR...........................1.3.14
otherWork............................................................7
OWNER May Stop Work ............ .....................13.10
OWNER May Suspend Work...................13.10,
15.1
Related, Work at Site,,,,,,,,,,,,,,,,,,,, I
............... 7.1-7.3
Startingthe........................................................2.4
Stopping by CONTRACTOR.............................15.5
Stopping by OWNER.................................15.1-15.4
Variation and deviation authorized,
minor ........... 3.6
Work Change Directive --
claims pursuant to.............................................10.2
definition of......................................................1.44
principal references to......................3.5.3,
10.1-10.2
Written Amendment --
definition of .....................................................
1.45
principal references to..............1.10, 3.5, 5.10,15.12,
.........................6.6.2, 6.8.2, 6.19, 10.1, 10.4,
.............................11.2,12.1,13.12.2,14.7.2
Written Clarifications and
Interpretations...................................3.6.3,
9.4, 9.11
Written Notice Required --
by CONTRACTOR............................7.1,
9.10-9.11,
...........................................
10.4, 11.2, 12.1
by OWNER ....................9.10-9.11,
10.4, 11.2, 13.14
xv EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
(This page left blank intentionally)
%°' EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
No Text
GENERAL CONDITIONS
ARTICLE 1—DEFINITIONS
Wherever used in these General Conditions or in the other
Contract Documents the following terms have the
meanings indicated which are applicable to both the
singular and plural thereof
1.1. Addenda --Written or graphic instruments issued
prior to the opening of Bids which clarify, correct or
change the Bidding Requirements or the Contract
Documents.
1.2. Agreement --The written contract between OWNER
and CONTRACTOR covering the Work to be performed;
other Contract Documents are attached to the Agreement
and made a part thereof as provided therein.
1.3. Application for Payment --The form accepted by
ENGINEER which is to be used by CONTRACTOR in
requesting progress or final payments and which is to be
accompanied by such supporting documentation as is
required by the Contract Documents.
1.4. Asbestos --Any material that contains more than one
percent asbestos and is friable or is releasing asbestos fibers
into the air above current action levels established by the
United States Occupational Safety and Health
Administration.
1.5. Bid --The offer or proposal of the bidder submitted
on the prescribed form setting forth the prices for the Work
to be performed.
1.6. Bidding Documents --The advertisement or
invitation to Bid, instructions to bidders, the Bid form, and
the proposed Contract Documents (including all Addenda
issued prior to receipt of Bids).
1.7. Bidding Requirements --The advertisement or
invitation to Bid, instructions to bidders, and the Bid form.
1.8. Bonds --Performance and Payment bonds and other
instruments of security.
1.9. Change Order --A document recommended by
ENGINEER, which is signed by CONTRACTOR and
OWNER and authorizes an addition, deletion or revision in
the Work, or an adjustment in the Contract Price or the
Contract Times, issued on or after the Effective Date of the
Agreement.
1.10. Contract Documents --The Agreement, Addenda
(which pertain to the Contract Documents),
CONTRACTOR's Bid (including documentation
accompanying the Bid and any post Bid documentation
submitted prior to the Notice of Award) when attached as
an exhibit to the Agreement, the Notice to Proceed, the
Bonds, these General Conditions, the Supplementary
Conditions, the Specifications and the Drawings as the
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
same are more specifically identified in the Agreement,
together with all Written Amendments, Change Orders,
Work Change Directives, Field Orders and ENGINEER's
written interpretations and clarifications issued pursuant to
paragraphs 3.5, 3.6.1 and 3.6.3 on or after the Effective
Date of the Agreement. Shop Drawing submittals
approved pursuant to paragraphs 6.26 and 6.27 and the
reports and drawings referred to in paragraphs 4.2.1 and
4.2.2 are not Contract Documents.
1.11. Contract Price --The moneys payable by
OWNER to CONTRACTOR for completion of the Work
in accordance with the Contract Documents as stated in
the Agreement (subject to the provisions of
paragraph 11.9.1 in the case of Unit Price Work).
1.12. Contract Times --The numbers of days or the
dates stated in the Agreement: (i) to achieve Substantial
Completion, and (ii) to complete the Work so that it is
ready for final payment as evidenced by ENGINEER's
written recommendation of final payment in accordance
with paragraph 14.13.
1.13. CONTRACTOR --The person, firm or corporation
with whom OWNER has entered into the Agreement.
1.14. defective --An adjective which when modifying
the word Work refers to Work that is unsatisfactory, faulty
or deficient in that it does not conform to the Contract
Documents, or does not meet the requirements of any
inspection, reference standard, test or approval referred to
in the Contract Documents, or has been damaged prior to
ENGINEER's recommendation of final payment (unless
responsibility for the protection thereof has been assumed
by OWNER at Substantial Completion in accordance with
paragraph 14.8 or 14.10).
1.15. Drawings --The drawings which show the scope,
extent and character of the Work to be furnished and
performed by CONTRACTOR and which have been
prepared or approved by ENGINEER and are referred to
in the Contract Documents. Shop drawings are not
Drawings as so defined.
1.16. Effective Date of the Agreement —The date
indicated in the Agreement on which it becomes effective,
but if no such date is indicated it means the date on which
the Agreement is signed and delivered by the last of the
two parties to sign and deliver.
1.17. ENGINEER --The person, firm or corporation
named as such in the Agreement.
1.18. ENGINEER's Consultant --A person, firm or
corporation having a contract with ENGINEER to furnish
services as ENGINEER'S independent professional
associate or consultant with respect to the Project and who
is identified as such in the Supplementary Conditions.
1.19. Field Order --A written order issued by
ENGINEER which orders minor changes in the Work in
accordance with paragraph 9.5 but which does not involve
a change in the Contract Price or the Contract Times.
1.20. General Requirements --Sections of Division 1 of
the Specifications.
1.21. Hazardous Waste --The term Hazardous Waste shall
have the meaning provided in Section 1004 of the Solid
Waste Disposal Act (42 USC Section 6903) as amended
from time to time.
1.22.a. Laws and Regulations; Laws or Regulations --Any
and all applicable laws, rules, regulations, ordinances,
codes and orders of any and all governmental bodies,
agencies, authorities and courts having jurisdiction.
1 22 b Legal Holidays --shall be those holidays observed
by the City of Fort Collins.
1.23. Liens --Liens, charges, security interests or
encumbrances upon real property or personal property.
1.24. Milestone --A principal event specified in the
Contract Documents relating to an intermediate completion
date or time prior to Substantial Completion of all the
Work.
1.25. Notice of Award —A written notice by OWNER to
the apparent successful bidder stating that upon compliance
by the apparent successful bidder with the conditions
precedent enumerated therein, within the time specified,
OWNER will sign and deliver the Agreement.
1.26. Notice to Proceed --A written notice given by
OWNER to CONTRACTOR (with a copy to ENGINEER)
fixing the date on which the Contract Times will
commence to run and on which CONTRACTOR shall start
to perform CONTRACTOR'S obligations under the
Contract Documents.
1.27. OWNER --The public body or authority,
corporation, association, firm or person with whom
CONTRACTOR has entered into the Agreement and for
whom the Work is to be provided.
1.28. Partial Utilization --Use by OWNER of a
substantially completed part of the Work for the purpose
for which it is intended (or a related purpose) prior to
Substantial Completion of all the Work.
1.29. PCBs --Polychlorinated biphenyls.
1.30. Petroleum --Petroleum, including crude oil or any
fraction thereof which is liquid at standard conditions of
temperature and pressure (60 degrees Fahrenheit and
14.7 pounds per square inch absolute), such as oil,
petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene
and oil mixed with other non -Hazardous Wastes and crude
oils.
1.31. Project --The total construction of which the Work
to be provided under the Contract Documents may be the
whole, or a part as indicated elsewhere in the Contract
Documents.
1.32.a. Radioactive Material --Source, special nuclear, or
byproduct material as defined by the Atomic Energy Act of
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
1954 (42 USC Section 2011 et seq.) as amended from
time to time.
1 32 b Regular Working Hours —Regular working hours
are defined as 7.00am to 6:001)m unless otherwise
specified in the General Requirements.
1.33. Resident Project Representative --The authorized
representative of ENGINEER who may be assigned to the
site or any part thereof.
1.34. Samples --Physical examples of materials,
equipment, or workmanship that are representative of
some portion of the Work and which establish the
standards by which such portion of the Work will be
judged.
1.35. Shop Drawings —All drawings, diagrams,
illustrations, schedules and other data or information
which are specifically prepared or assembled by or for
CONTRACTOR and submitted by CONTRACTOR to
illustrate some portion of the Work.
1.36. Specifications —Those portions of the Contract
Documents consisting of written technical descriptions of
materials, equipment, construction systems, standards and
workmanship as applied to the Work and certain
administrative details applicable thereto.
1.37. Subcontractor --An individual, firm or corporation
having a direct contract with CONTRACTOR or with any
other Subcontractor for the performance of a part of the
Work at the site.
1.38. Substantial Completion --The Work (or a
specified part thereof) has progressed to the point where,
in the opinion of ENGINEER as evidenced by
ENGINEER's definitive certificate of Substantial
Completion, it is sufficiently complete, in accordance with
the Contract Documents, so that the Work (or specified
part) can be utilized for the purposes for which it is
intended; or if no such certificate is issued, when the
Work is complete and ready for final payment as
evidenced by ENGINEER's written recommendation of
final payment in accordance with paragraph 14.13. The
terms "substantially complete" and "substantially
completed" as applied to all or part of the Work refer to
Substantial Completion thereof.
1.39. Supplementary Conditions --The part of the
Contract Documents which amends or supplements these
General Conditions.
1.40. Supplier --A manufacturer, fabricator, supplier,
distributor, materialman or vendor having a direct contract
with CONTRACTOR or with any Subcontractor to
furnish materials or equipment to be incorporated in the
Work by CONTRACTOR or any Subcontractor.
1.41. Underground Facilities --All pipelines, conduits,
ducts, cables, wires, manholes, vaults, tanks, tunnels or
other such facilities or attachments, and any encasements
containing such facilities which have been installed
underground to furnish any of the following services or
materials: electricity, gases, steam, liquid petroleum
products, telephone or other communications, cable
television, sewage and drainage removal, traffic or other
control systems or water.
1.42. Unit Price Work --Work to be paid for on the basis
of unit prices.
1.43. Work --The entire completed construction or the
various separately identifiable parts thereof required to be
furnished under the Contract Documents. Work includes
and is the result of performing or furnishing labor and
furnishing and incorporating materials and equipment into
the construction, and performing or furnishing services and
furnishing documents, all as required by the Contract
Documents.
1.44. Work Change Directive --A written directive to
CONTRACTOR, issued on or after the Effective Date of
the Agreement and signed by OWNER and recommended
by ENGINEER, ordering an addition, deletion or revision
in the Work, or responding to differing or unforeseen
physical conditions under which the Work is to be
performed as provided in paragraph 4.2 or 4.3 or to
emergencies under paragraph 6.23. A Work Change
Directive will not change the Contract Price or the Contract
Times, but is evidence that the parties expect that the
change directed or documented by a Work Change
Directive will be incorporated in a subsequently issued
Change Order following negotiations by the parties as to its
effect, if any, on the Contract Price or Contract Times as
provided in paragraph 10.2.
1.45. Written Amendment --A written amendment of the
Contract Documents, signed by OWNER and
CONTRACTOR on or after the Effective Date of the
Agreement and normally dealing with the nonengineering
or nontechnical rather than strictly construction -related
aspects of the Contract Documents.
ARTICLE 2—PRELIMINARY MATTERS
Delivery of Bonds:
2.1. When CONTRACTOR delivers the executed
Agreements to OWNER, CONTRACTOR shall also
deliver to OWNER such Bonds as CONTRACTOR may
be required to furnish in accordance with paragraph 5.1.
Copies of Documents:
2.2. OWNER shall furnish to CONTRACTOR up to ten
copies (unless otherwise specified in the Supplementary
Conditions) of the Contract Documents as are reasonably
necessary for the execution of the Work. Additional copies
will be furnished, upon request, at the cost of reproduction.
Commencement of Contract Times; Notice to Proceed.
2.3. The Contract Times will commence to run on the
thirtieth day after the Effective Date of the Agreement, or,
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
if a Notice to Proceed is given, on the day indicated in the
Notice to Proceed. A Notice to Proceed may be given at
any time within thirty days after the Effective Date of the
Agreement.— In ne event will the C Times
eefrwie"ee to fim later than the sixtieth day aftef the -day
of Bid 6 e r the tW#itr, a... aftef
{, Ear D
�
of the Ag ent .4ii h date is d•
Starting the Work.
2.4. CONTRACTOR shall start to perform the Work
on the date when the Contract Times commence to run,
but no Work shall be done at the site prior to the date on
which the Contract Times commence to run.
Before Starting Construction:
2.5. Before undertaking each part of the Work,
CONTRACTOR shall carefully study and compare the
Contract Documents and check and verify pertinent
figures shown thereon and all applicable field
measurements. CONTRACTOR shall promptly report in
writing to ENGINEER any conflict, error, ambiguity or
discrepancy which CONTRACTOR may discover and
shall obtain a written interpretation or clarification from
ENGINEER before proceeding with any Work affected
thereby; however, CONTRACTOR shall not be liable to
OWNER or ENGINEER for failure to report any conflict,
error, ambiguity or discrepancy in the Contract
Documents, unless CONTRACTOR knew or reasonably
should have known thereof.
2.6. Within ten days after the Effective Date of the
Agreement (unless otherwise specified in the General
Requirements), CONTRACTOR shall submit to
ENGINEER for review:
2.6.1. a preliminary progress schedule indicating
the times (numbers of days or dates) for starting and
completing the various stages of the Work, including
any Milestones specified in the Contract Documents;
2.6.2. a preliminary schedule of Shop Drawing and
Sample submittals which will list each required
submittal and the times for submitting, reviewing and
processing such submittal;
2.6.2.1. In no case will a schedule be
acceptable which allows less than 21 calendar
days for each review by Engineer.
2.6.3. A preliminary schedule of values for all of
the Work which will include quantities and prices of
items aggregating the Contract Price and will
subdivide the Work into component parts in sufficient
detail to serve as the basis for progress payments
during construction. Such prices will include an
appropriate amount of overhead and profit applicable
to each item of Work.
2.7. Before any Work at the site is started,
CONTRACTOR e_a ^;A :EPA shall eaeh deliver to the
etlrer OWNER, with copies to
identified in he Supple ffientary Gendifien ENGINEER,
certificates of insurance (and other evidence of insurance
reasonably--regaest requested by OWNER) which
CONTRACTOR .._., GVR4ED fespeefiwly '"' is required
to purchase and maintain in accordance with
paragraphs 5.4, `YTP&aM 5.7.
Preconstruction Conference:
2.8. Within twenty days after the Contract Times start to
run, but before any Work at the site is started, a conference
attended by CONTRACTOR, ENGINEER and others as
appropriate will be held to establish a working
understanding among the parties as to the Work and to
discuss the schedules referred to in paragraph 2.6,
procedures for handling Shop Drawings and other
submittals processing Applications for Payment and
maintaining required records.
Initially Acceptable Schedules:
2.9. Unless otherwise provided in the Contract
Documents, at least ten days be ere submission of the i.—
before any work at the site begins,
a conference attended by CONTRACTOR,, ENGINEER
and others as mate designated by OWNER will be
held to review for acceptability to ENGINEER as provided
below the schedules submitted in accordance with
paragraph 2.6. and Division 1 - General Requirements.
CONTRACTOR shall have an additional ten days to make
connections and adjustments and to complete and resubmit
the schedules. No progress payment shall be made to
CONTRACTOR until the schedules are submitted to and
acceptable to ENGINEER as provided below. The
progress schedule will be acceptable to ENGINEER as
providing an orderly progression of the Work to
completion within any specified .Milestones and the
Contract Times, but such acceptance will neither impose on
ENGINEER responsibility for the sequencing, scheduling
or progress of the Work nor interfere with or relieve
CONTRACTOR from CONTRACTOR's full
responsibility therefor. CONTRACTOR's schedule of
Shop Drawing and Sample submissions will be acceptable
to ENGINEER as providing a workable arrangement for
reviewing and processing the required submittals
CONTRACTOR's schedule of values will be acceptable to
ENGINEER as to form and substance.
ARTICLE 3—CONTRACT DOCUMENTS: INTENT,
AMENDING, REUSE
Intent:
3.1. The Contract Documents comprise the entire
agreement between OWNER and CONTRACTOR
concerning the Work. The Contract Documents are
complementary; what is called for by one is as binding as if
called for by all. The Contract Documents will be
construed in accordance with the law of the place of the
Project.
3.2. It is the intent of the Contract Documents to
E1CDC GENERAL CONDITIONS 19I0-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
describe a functionally complete Project (or part thereof)
to be constructed in accordance with the Contract
Documents. Any Work, materials or equipment that may
reasonably be inferred from the Contract Documents or
from prevailing custom or trade usage as being required to
produce the intended result will be furnished and
performed whether or not specifically called for. When
words or phrases which have a well-known technical or
construction industry or trade meaning are used to
describe Work, materials or equipment, such words or
phrases shall be interpreted in accordance with that
meaning. Clarifications and interpretations of the Contract
Documents shall be issued by ENGINEER as provided in
paragraph 9.4.
3.3. Reference to Standards and Specifications of
Technical Societies, Reporting and Resolving
Discrepancies:
3.3.1. Reference to standards, specifications,
manuals or codes of any technical society, organization
or association, or to the Laws or Regulations of any
governmental authority, whether such reference be
specific or by implication, shall mean the latest
standard, specification, manual, code or Laws or
Regulations in effect at the time of opening of Bids (or,
on the Effective Date of the Agreement if there were
no Bids), except as may be otherwise specifically
stated in the Contract Documents.
3.3.2. If, during the performance of the Work,
CONTRACTOR discovers any conflict, error,
ambiguity or discrepancy within the Contract
Documents or between the Contract Documents and
any provision of any such Law or Regulation
applicable to the performance of the Work or of any
such standard, specification, manual of code or of any
instruction of any Supplier referred to in paragraph 6.5,
CONTRACTOR shall report it to ENGINEER in
writing at once, and, CONTRACTOR shall not
proceed with the Work affected thereby (except in an
emergency as authorized by paragraph 6.23) until an
amendment or supplement to the Contract Documents
has been issued by one of the methods indicated in
paragraph 3.5 or 3.6; provided, however, that
CONTRACTOR shall not be liable to OWNER or
ENGINEER for failure to report any such conflict,
error, ambiguity or discrepancy unless
CONTRACTOR knew or reasonably should have
known thereof.
3.3.3. Except as otherwise specifically stated in the
Contract Documents or as may be provided by
amendment or supplement thereto issued by one of the
methods indicated in paragraph 3.5 or 3.6, the
provisions of the Contract Documents shall take
precedence in resolving any conflict, error, ambiguity
or discrepancy between the provisions of the Contract
Documents and:
3.3.3.1. the provisions of any such standard,
specification, manual, code or instruction (whether
or not specifically incorporated by reference in the
Contract Documents); or
3.3.3.2. the provisions of any such Laws or
Regulations applicable to the performance of the
Work (unless such an interpretation of the
provisions of the Contract Documents would result
in violation of such Law or Regulation).
own nsk.
No provision of any such standard, specification, manual,
code or instruction shall be effective to change the duties
and responsibilities of OWNER, CONTRACTOR or
ENGINEER, or any of their subcontractors, consultants,
agents or employees from those set forth in the Contract
Documents, nor shall it be effective to assign to OWNER,
ENGINEER or any of ENGINEER's Consultants, agents or
employees any duty or authority to supervise or direct the
furnishing or performance of the Work or any duty or
authority to undertake responsibility inconsistent with the
provisions of paragraph 9.13 or any other provision of the
Contract Documents.
3.4. Whenever in the Contract Documents the terms "as
ordered", "as directed", "as required", "as allowed", "as
approved" or terms of like effect or import are used, or the
adjectives "reasonable", "suitable", "acceptable", "proper"
or "satisfactory" or adjectives of like effect or import are
used to describe a requirement, direction, review or
judgment of ENGINEER as to the Work, it is intended that
such requirement, direction, review or judgment will be
solely to evaluate, in general, the completed Work for
compliance with the requirements of and information in the
Contract Documents and conformance with the design
concept of the completed Project as a functioning whole as
shown or indicated in the Contract Documents (unless there
is a specific statement indicating otherwise). The use of
any such term or adjective shall not be effective to assign to
ENGINEER any duty or authority to supervise or direct the
furnishing or performance of the Work or any duty or
authority to undertake responsibility contrary to the
provisions of paragraph 9.13 or any other provision of the
Contract Documents.
Amending and Supplementing Contract Documents:
3.5. The Contract Documents may be amended to
provide for additions, deletions and revisions in the Work
or to modify the terms and conditions thereof in one or
more of the following ways:
3.5.1. a formal Written Amendment,
3.5.2. a Change Order (pursuant to paragraph 10.4),
or
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
3.5.3. a Work Change Directive (pursuant to
paragraph 10.1).
3.6. In addition, the requirements of the Contract
Documents may be supplemented, and minor variations
and deviations in the Work may be authorized, in one or
more of the following ways:
3.6.1. A Field Order (pursuant to paragraph 9.5),
3.6.2. ENGINEER's approval of a Shop Drawing or
Sample (pursuant to paragraphs 6.26 and 6.27), or
3.6.3. ENGINEER's written interpretation or
clarification (pursuant to paragraph 9.4).
Reuse of Documents:
3.7. CONTRACTOR, and any Subcontractor or
Supplier or other person or organization performing or
furnishing any of the Work under a direct or indirect
contract with OWNER (i) shall not have or acquire any
title to or ownership rights in any of the Drawings,
Specifications or other documents (or copies of any
thercol) prepared by or bearing the seal of ENGINEER or
ENGINEER's Consultant, and (ii) shall not reuse any of
such Drawings, Specifications, other documents or copies
on extensions of the Project or any other project without
written consent of OWNER and ENGINEER and specific
written verification or adaptation by ENGINEER.
ARTICLE 4—AVAILABILITY OF LANDS;
SUBSURFACE AND PHYSICAL CONDITIONS;
REFERENCE POINTS
Availability of Lands:
4.1. OWNER shall furnish, as indicated in the Contract
Documents, the lands upon which the Work is to be
performed, rights -of -way and easements for access
thereto, and such other lands which are designated for the
use of CONTRACTOR Upen reasenable writtm request,
of or filing a m e lien against suelt a
OWNER shall identify any encumbrances or restrictions
not of general application but specifically related to use of
lands so furnished with which CONTRACTOR will have
to comply in performing the Work. Easements for
permanent structures or permanent changes in existing
facilities will be obtained and paid for by OWNER, unless
otherwise provided in the Contract Documents. If
CONTRACTOR and OWNER are unable to agree on
entitlement to or the amount or extent of any adjustments
in the Contract Price or the Contract Times as a result of
any delay in OWNER's furnishing these lands, rights -of -
way or easements, CONTRACTOR may make a claim
therefor as provided in Articles 11 and 12.
CONTRACTOR shall provide for all additional lands and
access thereto that may be required for temporary
construction facilities or storage of materials and
equipment.
4.2. Subsurface and Physical Conditions:
4.2.1. Reports and Drawings: Reference is made to
the Supplementary Conditions for identification of
4.2.1.1. Subsurface Conditions: Those reports of
explorations and tests of subsurface conditions at or
contiguous to the site that have been utilized by
ENGINEER in preparing the Contract Documents;
and
4.2.1.2. Physical Conditions: Those drawings of
physical conditions in or relating to existing surface
or subsurface structures at or contiguous to the site
(except Underground Facilities) that have been
utilized by ENGINEER in preparing the Contract
Documents.
4.2.2. Limited Reliance by CONTRACTOR Authorized;
Technical Data: CONTRACTOR may rely upon the
general accuracy of the "technical data" contained in such
reports and drawings, but such reports and drawings are not
Contract Documents. Such "technical data" is identified in
the Supplementary Conditions. Except for such reliance on
such "technical data", CONTRACTOR may not rely upon
or make any claim against OWNER, ENGINEER or any of
ENGINEER's Consultants with respect to:
4.2.2.1. the completeness of such reports and
drawings for CONTRACTOR's purposes,
including, but not limited to, any aspects of the
means, methods, techniques, sequences and
procedures of construction to be employed by
CONTRACTOR and safety precautions and
programs incident thereto, or
4.2.2.2. other data, interpretations, opinions
and information contained in such reports or shown
or indicated in such drawings, or
4.2.2.3. any CONTRACTOR interpretation of
or conclusion drawn from any "technical data" or
any such data, interpretations, opinions or
information.
4.2.3. Notice of Differing Subsurface or Physical
Conditions: If CONTRACTOR believes that any
subsurface or physical condition at or contiguous to the site
that is uncovered or revealed either:
4.2.3.1. is of such a nature as to establish that
any "technical data" on which CONTRACTOR is
entitled to rely as provided in paragraphs 4.2.1 and
4.2.2 is materially inaccurate, or
4.2.3.2. is of such a nature as to require a
change in the Contract Documents, or
4.2.3.3. differs materially from that shown or
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
indicated in the Contract Documents, or
4.2.3.4. is of an unusual nature, and differs
materially from conditions ordinarily encountered
and generally recognized as inherent in work of
the character provided for in the Contract
Documents; then
CONTRACTOR shall, promptly immediately after
becoming aware thereof and before further disturbing
conditions affected thereby or performing any Work in
connection therewith (except in an emergency as
permitted by paragraph 6.23), notify OWNER and
ENGINEER in writing about such condition.
CONTRACTOR shall not further disturb such conditions
or perform any Work in connection therewith (except as
aforesaid) until receipt of written order to do so.
4.2.4. ENGINEER's Review: ENGINEER will
promptly review the pertinent conditions, detennine the
necessity of OWNER's obtaining additional exploration or
tests with respect thereto and advise OWNER in writing
(with a copy to CONTRACTOR) of ENGINEER's
findings and conclusions.
4.2.5. Possible Contract Documents Change: If
ENGINEER concludes that a change in the Contract
Documents is required as a result of a condition that meets
one or more of the categories in paragraph 4.2.3, a Work
Change Directive or a Change Order will be issued as
provided in Article 10 to reflect and document the
consequences of such change.
4.2.6. Possible Price and Times Adjustments: An
equitable adjustment in the Contract Price or in the
Contract Times, or both, will be allowed to the extent that
the existence of such uncovered or revealed condition
causes an increase or decrease in CONTRACTOR's cost
of, or time required for performance of, the Work; subject,
however, to the following:
4.2.6.1. such condition must meet any one or
more of the categories described in
paragraphs 4.2.3.1 through 4.2.3.4, inclusive;
4.2.6.2. a change in the Contract Documents
pursuant to paragraph 4.2.5 will not be an
automatic authorization of nor a condition
precedent to entitlement to any such adjustment;
4.2.6.3. with respect to Work that is paid for
on a Unit Price Basis, any adjustment in Contract
Price will be subject to the provisions of
paragraphs 9.10 and 11.9; and
4.2.6.4. CONTRACTOR shall not be entitled
to any adjustment in the Contract Price or Times
if,
4.2.6.4.1. CONTRACTOR knew of
the existence of such conditions at the
time CONTRACTOR made a final
commitment to OWNER in respect of
Contract Price and Contract Times by the
paragraph 14.2 of the General Conditions) may be included in the application for
payment.
5.1.2. Upon Substantial Completion payment will be made in an amount
sufficient to increase total payments to CONTRACTOR to 950 of the Contract Price,
less such amounts as ENGINEER shall determine or OWNER may withhold in accordance
with paragraph 14.7 of the General Conditions or as provided by law.
5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in
accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the
remainder of the Contract Price as recommended by ENGINEER as provided in said
paragraph 14.13.
ARTICLE 6. CONTRACTOR'S REPRESENTATION
In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the
following representations:
6.1. CONTRACTOR has familiarized himself with the nature and extent of the
Contract Documents, Work, site, locality, and with all local conditions and Laws
and Regulations that in any manner may affect cost, progress, performance or
furnishing of the Work.
6.2. CONTRACTOR has studied carefully all reports of explorations and tests
of subsurface conditions and drawings of physical conditions which are identified
in the Supplementary Conditions as provided in paragraph 4.2 of the General
Conditions.
6.3. CONTRACTOR has obtained and carefully studied (or assumes
responsibility for obtaining and carefully studying) all such examinations,
investigations, explorations, tests, reports, and studies (in addition to or to
supplement those referred to in paragraph 6.2 above) which pertain to the
subsurface or physical condition at or contiguous to the site or otherwise may
affect the cost, progress, performance or furnishing of the Work as CONTRACTOR
considers necessary for the performance or furnishing of the Work at the Contract
Price, within the Contract Times and in accordance with the other terms and
conditions of the Contract Documents, including specifically the provisions of
paragraph 4.2 of the General Conditions; and no additional examinations,
investigations, explorations, tests, reports, studies or similar information or
data are or will be required by CONTRACTOR for such purposes.
6.4. CONTRACTOR has reviewed and checked all information and data shown or
indicated on the Contract Documents with respect to existing Underground
Facilities at or contiguous to the site and assumes responsibility for the
accurate location of said Underground Facilities. No additional examinations,
investigations, explorations, tests, reports, studies or similar information or
data in respect of said Underground Facilities are or will be required by
CONTRACTOR in order to perform and furnish the Work at the Contract Price, within
the Contract Times and in accordance with the other terms and conditions of the
Contract Documents, including specifically the provision of paragraph 4.3. of the
General Conditions.
9/12/01 Section 00520 Page 3
submission of a bid or becoming bound
under a negotiated contract; or
4.2.6.4.2. the existence of such
condition could reasonably have been
discovered or revealed as a result of any
examination, investigation, exploration,
test or study of the site and contiguous
areas required by the Bidding
Requirements or Contract Documents to be
conducted by or for CONTRACTOR prior
to CONTRACTOR's making such final
commitment; or
4.2.6.4.3. CONTRACTOR failed to
give the written notice within the time and
as required by paragraph 4.2.3.
If OWNER and CONTRACTOR are unable to agree on
entitlement to or as to the amount or length of any such
equitable adjustment in the Contract Price or Contract
Times, a claim may be made therefor as provided in
Articles I I and 12. However, OWNER, ENGINEER and
ENGINEER's Consultants shall not be liable to
CONTRACTOR for any claims, costs, losses or damages
sustained by CONTRACTOR on or in connection with any
other project or anticipated project.
4.3. Physical Conditions —Underground Facilities:
4.3.1. Shown or Indicated: The information and data
shown or indicated in the Contract Documents with
respect to existing Underground Facilities at or
contiguous to the site is based on information and data
furnished to OWNER or ENGINEER by the owners of
such Underground Facilities or by others. Unless it is
otherwise expressly provided in the Supplementary
Conditions:
4.3.1.1. OWNER and ENGINEER shall not be
responsible for the accuracy or completeness of any
such information or data; and
4.3.1.2. The cost of all of the following will be
included in the Contract Price and CONTRACTOR
shall have full responsibility for: (i) reviewing and
checking all such information and data, (ii) locating
all Underground Facilities shown or indicated in the
Contract Documents,(iii) coordination of the Work
with the owners of such Underground Facilities
during construction, and (iv) the safety and
protection of all such Underground Facilities as
provided in paragraph 6.20 and repairing any
damage thereto resulting from the Work.
4.3.2. Not Shown or Indicated: If an Underground
Facility is uncovered or revealed at or contiguous to
the site which was not shown or indicated in the
Contract Documents, CONTRACTOR shall, promptly
immediately after becoming aware thereof and before
further disturbing conditions affected thereby or
performing any Work in connection therewith (except
in an emergency as required by paragraph 6.23),
identify the owner of such Underground Facility and
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
give written notice to that owner and to OWNER and
ENGINEER. ENGINEER will promptly review the
Underground Facility and determine the extent, if
any, to which a change is required in the Contract
Documents to reflect and document the consequences
of the existence of the Underground Facility. If
ENGINEER concludes that a change in the Contract
Documents is required, a Work Change Directive or a
Change Order will be issued as provided in Article 10
to reflect and document such consequences. During
such time, CONTRACTOR shall be responsible for
the safety and protection of such Underground
Facility as provided in paragraph 6.20.
CONTRACTOR shall may be allowed an increase in
the Contract Price or an extension of the Contract
Times, or both, to the extent that they are attributable
to the existence of any Underground Facility that was
not shown or indicated in the Contract Documents
and that CONTRACTOR did not know of and could
not reasonably have been expected to be aware of or
to have anticipated. If OWNER and CONTRACTOR
are unable to agree on entitlement to or the amount or
length of any such adjustment in Contract Price or
Contract Times, CONTRACTOR may make a claim
therefor as provided in Articles 11 and 12. However,
OWNER, ENGINEER and ENGINEER's
Consultants shall not be liable to CONTRACTOR for
any claims, costs, losses or damages incurred or
sustained by CONTRACTOR on or in connection
with any other project or anticipated project.
Reference Points:
4.4. OWNER shall provide engineering surveys to
establish reference points for construction which in
ENGINEER's judgment are necessary to enable
CONTRACTOR to proceed with the Work.
CONTRACTOR shall be responsible for laying out the
Work, shall protect and preserve the established reference
points and shall make no changes or relocations without
the prior written approval of OWNER. CONTRACTOR
shall report to ENGINEER whenever any reference point
is lost or destroyed or requires relocation because of
necessary changes in grades or locations, and shall be
responsible for the accurate replacement or relocation of
such reference points by professionally qualified
personnel.
4.5. Asbestos, PCBs, Petroleum, Hazardous Waste or
Radioactive Material:
4.5.1. OWNER shall be responsible for any
Asbestos, PCBs, Petroleum, Hazardous Waste or
Radioactive Material uncovered or revealed at the site
which was not shown or indicated in Drawings or
Specifications or identified in the Contract
Documents to be within the scope of the Work and
which may present a substantial danger to persons or
property exposed thereto in connection with the Work
at the site. OWNER shall not be responsible for any
such materials brought to the site by
CONTRACTOR, Subcontractors, Suppliers or
anyone else for whom CONTRACTOR is
responsible.
_•. Y r. Y_ 1• r
i
I willOIL 111111W
._
L I_ _ r
'r •.YYr •r
• 1.1
....
_.
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
ARTICLE 5--BONDS AND INSURANCE
Performance, Payment and Other Bonds:
5.1. CONTRACTOR shall furnish Performance and
Payment Bonds, each in an amount at least equal to the
Contract Price as security for the faithful performance and
payment of all CONTRACTOR's obligations under the
Contract Documents. These Bonds shall remain in effect
at least until one year after the date when final payment
becomes due, except as provided otherwise by Laws or
Regulations or by the Contract Documents.
CONTRACTOR shall also furnish such other Bonds as
are required by the Supplementary Conditions. All Bonds
shall be in the form prescribed by the Contract Documents
except as provided otherwise by Laws or Regulations and
shall be executed by such sureties as are named in the
current list of "Companies Holding Certificates of
Authority as Acceptable Sureties on Federal Bonds and as
Acceptable Reinsuring Companies" as published in
Circular 570 (amended) by the Audit Staff, Bureau of
Government Financial Operations, U.S. Treasury
Department. All Bonds signed by an agent must be
accompanied by a certified copy of such agent's authority
to act.
5.2. If the surety on any Bond furnished by
CONTRACTOR is declared a bankrupt or becomes
insolvent or its right to do business is terminated in any
state where any part of the Project is located or it ceases to
meet the requirements of paragraph 5.1, CONTRACTOR
shall within ten days thereafter substitute another Bond
and surety, both of which must be acceptable to OWNER.
5.3. Licensed Sureties and Insurers, Certificates of
Insurance:
5.3.1. All Bonds and insurance required by the
Contract Documents to be purchased and maintained
by OWNER or CONTRACTOR shall be obtained
from surety or insurance companies that are duly
licensed or authorized in the jurisdiction in which the
Project is located to issue Bonds or insurance policies
for the limits and coverages so required. Such surety
and insurance companies shall also meet such
additional requirements and qualifications as may be
provided in the Supplementary Conditions.
5.3.2. CONTRACTOR shall deliver to OWNER,
with copies to each additional insured identified in the
Supplementary Conditions, certificates of insurance
(and other evidence of insurance requested by
OWNER or any other additional insured) which
CONTRACTOR is required to purchase and maintain
in accordance with paragraph 5.4. OWNERhal
CONTRACTOR's Liability Insurance:
5.4. CONTRACTOR shall purchase and maintain such
liability and other insurance as is appropriate for the Work
being performed and furnished and as will provide
protection from claims set forth below which may arise out
of or result from CONTRACTOR's performance and
furnishing of the Work and CONTRACTOR's other
obligations under the Contract Documents, whether it is to
be performed or furnished by CONTRACTOR, any
Subcontractor or Supplier, or by anyone directly or
indirectly employed by any of them to perform or furnish
any of the Work, or by anyone for whose acts any of them
may be liable:
5.4.1. claims under workers' compensation, disability
benefits and other similar employee benefit acts;
5.4.2. claims for damages because of bodily injury,
occupational sickness or disease, or death of
CONTRACTOR's employees;
5.4.3. claims for damages because of bodily injury,
sickness or disease, or death of any person other than
CONTRACTOR's employees;
5.4.5. claims for damages, other than to the Work
itself, because of injury to or destruction of tangible
property wherever located, including loss of use
resulting therefrom; and
5.4.6. claims for damages because of bodily injury or
death of any person or property damage arising out of
the ownership, maintenance or use of any motor
vehicle.
The policies of insurance so required by this paragraph 5.4
to be purchased and maintained shall:
5.4.7. with respect to insurance required by
paragraphs 5.4.3 through 5.4.6 inclusive and 5.4.9,
include as additional insureds (subject to any
customary exclusion in respect of professional
liability), OWNER, ENGINEER, ENGINEER's
Consultants and any other persons or entities identified
in the Supplementary Conditions, all of whom shall be
listed as additional insureds, and include coverage for
the respective officers and employees of all such
additional insureds;
5.4.8. include the specific coverages and be written
for not less than the limits of liability provided in the
Supplementary Conditions or required by Laws or
Regulations, whichever is greater,
5.4.9. include completed operations insurance;
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/CITY OF FORT COLLINS MODIFICATIONS (REV 412000)
5.4.10. include contractual liability insurance
covering CONTRACTOR's indemnity obligations
under paragraphs 6.12, 6.16 and 6.31 through 6.33;
5.4.11. contain a provision or endorsement that the
coverage afforded will not be cancelled, materially
changed or renewal refused until at least thirty days'
prior written notice has been given to OWNER and
CONTRACTOR and to each other additional insured
identified in the Supplementary Conditions to whom
a certificate of insurance has been issued (and the
certificates of insurance furnished by the
CONTRACTOR pursuant to paragraph 5.3.2 will so
provide);
5.4.12. remain in effect at least until final payment
and at all times thereafter when CONTRACTOR may
be correcting, removing or replacing defective Work
in accordance with paragraph 13.12; and
5.4.13. with respect to completed operations
insurance, and any insurance coverage written on a
claims -made basis, remain in effect for at least two
years after final payment (and CONTRACTOR shall
furnish OWNER and each other additional insured
identified in the Supplementary Conditions to whom
a certificate of insurance has been issued evidence
satisfactory to OWNER and any such additional
insured of continuation of such insurance at final
payment and one year thereafter).
OWNER's Liability Insurance:
5.5. In addition to insurance required to be provided
by CONTRACTOR under paragraph 5.4, OWNER, at
OWNER's option, may purchase and maintain at
OWNER's expense OWNER's own liability insurance as
will protect OWNER against claims which may arise from
operations under the Contract Documents.
Property Insurance:
�
N-;,z
�. v � � i i U;
1 ;; �
- -
,
5.61 inelude expeases inettffed inthe FepaiF of
AM
• •... I_ . •Val 1 U
5.9. OWNER shall not be responsible for purchasing
and maintaining any property insurance to protect the
interests of CONTRACTOR, Subcontractors or others in
the Work to the extent ef any deduetible amounts that are
identified in the 8"plementarzy Genditiens The of
:c a e f filem%ishesprop"- --
1 • . Y •
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
10 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
--------------MW . . • .. 1•. .
�_ • Y _ •
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
10 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
--------------MW . . • .. 1•. .
�_ • Y _ •
• L 1_ .
WIN-
Receipt and Application of Insurance Proceeds:
5.12. Any insured loss under the policies of insurance
required by paragraphs 5.6 and 5.7 will be adjusted with
OWNER and made payable to OWNER as fiduciary for the
insureds, as their interests may appear, subject to the
requirements of any applicable mortgage clause and of
paragraph 5.13. OWNER shall deposit in a separate
account any money so received, and shall distribute it in
accordance with such agreement as the parties in interest
may reach. If no other special agreement is reached the
damaged Work shall be repaired or replaced, the moneys so
received applied on account thereof and the Work and the
cost thereof covered by an appropriate Change Order or
Written Amendment.
5.13. OWNER as fiduciary shall have power to adjust
and settle any loss with the insurers unless one of the
parties in interest shall object in writing within fifteen days
after the occurrence of loss to OWNER's exercise of this
power. If such objection be made, OWNER as fiduciary
shall make settlement with the insurers in accordance with
such agreement as the parties in interest may reach. If no
such agreement among the parties in interest is reached,
OWNER as fiduciary shall adjust and settle the loss with
the insurers and, if Fequir-ed in by any PaI45, i
Acceptance of Bonds and Insurance; Option to Replace:
5.14. If
OWNER has any objection to the coverage afforded by or
other provisions of the Bondsr insurance required to be
purchased and maintained by the other pa
CONTRACTOR in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the
objeeting paizty shall so ~ati the hOWNER will
notify CONTRACTOR in writing within ten fifteen days
after r-eeeipt delivery of the certificates (or e
regaestedj to OWNER as required by paragraph 2.7.
r
provided - m- the eethe- may reasenably request If either
pafty does net Y
ur-ehase er maintain all of the Beftils and
d of sueh pa" by the Gantfaet
ee� - , — ge Order shall be issued te adjust t
b`J
Partial Utilization —Property Insurance:
5.15. If OWNER finds it necessary to occupy or use a
portion or portions of the Work prior to Substantial
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
Completion of all the Work, such use or occupancy may
be accomplished in accordance with paragraph 14.10;
provided that no such use or occupancy shall commence
before the insurers providing the property insurance have
acknowledged notice thereof and in writing effected any
changes in coverage necessitated thereby. The insurers
providing the property insurance shall consent by
endorsement on the policy or policies, but the property
insurance shall not be cancelled or permitted to lapse on
account of any such partial use or occupancy.
ARTICLE 6—CONTRACTOR'S
RESPONSIBILITIES
Supervision and Superintendence:
6.1. CONTRACTOR shall supervise, inspect and
direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and
expertise as may be necessary to perform the Work in
accordance with the Contract Documents.
CONTRACTOR shall be solely responsible for the means,
methods, techniques, sequences and procedures of
construction, but CONTRACTOR shall not be responsible
for the negligence of others in the design or specification
of a specific means, method, technique, sequence or
procedure of construction which is shown or indicated in
and expressly required by the Contract Documents.
CONTRACTOR shall be responsible to see that the
completed Work complies accurately with the Contract
Documents.
6.2. CONTRACTOR shall keep on the Work at all
times during its progress a competent resident
superintendent, who shall not be replaced without written
notice to OWNER and ENGINEER except under
extraordinary circumstances. The superintendent will be
CONTRACTOR's representative at the site and shall have
authority to act on behalf of CONTRACTOR. All
communications to the superintendent shall be as binding
as if given to CONTRACTOR.
Labor, Materials and Equipment:
6.3. CONTRACTOR shall provide competent,
suitably qualified personnel to survey, lay out and
construct the Work as required by the Contract
Documents. CONTRACTOR shall at all times maintain
good discipline and order at the site. Except as otherwise
required for the safety or protection of persons or the
Work or property at the site or adjacent thereto, and
except as otherwise indicated in the Contract Documents,
all Work at the site shall be performed during regular
working hours and CONTRACTOR will not permit
overtime work or the performance of Work on Saturday,
Sunday or any legal holiday without OWNER's written
consent given after prior written notice to ENGINEER.
CONTRACTOR shall submit requests to the ENGINEER
no less than 48 hours in advance of any Work to be
performed on Saturday Sunday Holidays or outside the
Regular Workiniz Hours
6.4. Unless otherwise specified in the General
Requirements, CONTRACTOR shall furnish and assume
full responsibility for all materials, equipment, labor,
transportation, construction equipment and machinery,
tools, appliances, fuel, power, light, heat, telephone, water,
sanitary facilities, temporary facilities and all other
facilities and incidentals necessary for the furnishing,
performance, testing, start-up and completion of the Work.
6 4 1 Purchasing Restrictions: CONTRACTOR
must comply with the Citv's purchasing restrictions. A
c—py of the resolutions are available for review in the
offices of the Purchasing and Risk Management
Division or the City Clerk's office.
6 4 2 Cement Restrictions: City of Fort Collins
Resolution 91-121 requires that suppliers and producers
of cement or products containing cement to certify that
the cement was not made in cement kilns that bum
hazardous waste as a fuel.
6.5. All materials and equipment shall be of good
quality and new, except as otherwise provided in the
Contract Documents. All warranties and guarantees
specifically called for by the Specifications shall expressly
run to the benefit of OWNER. If required by ENGINEER,
CONTRACTOR shall furnish satisfactory evidence
(including reports of required tests) as to the kind and
quality of materials and equipment. All materials and
equipment shall be applied, installed, connected, erected,
used, cleaned and conditioned in accordance with
instructions of the applicable Supplier, except as otherwise
provided in the Contract Documents.
Progress Schedule:
6.6. CONTRACTOR shall adhere to the progress
schedule established in accordance with paragraph 2.9 as it
may be adjusted from time to time as provided below:
6.6.1. CONTRACTOR shall submit to ENGINEER
for acceptance (to the extent indicated in
paragraph 2.9) proposed adjustments in the progress
schedule that will not change the Contract Times (or
Milestones). Such adjustments will conform generally
to the progress schedule then in effect and additionally
will comply with any provisions of the General
Requirements applicable thereto.
6.6.2. Proposed adjustments in the progress schedule
that will change the Contract Times (or Milestones)
shall be submitted in accordance with the requirements
of paragraph 12.1. Such adjustments may only be
made by a Change Order or Written Amendment in
accordance with Article 12.
6.7. Substitutes and "Or -Equal "Items:
6.7.1. Whenever an item of material or equipment is
specified or described in the Contract Documents by
using the name of a proprietary item or the name of a
particular Supplier, the specification or description is
intended to establish the type, function and quality
required. Unless the specification or description
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
12 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
contains or is followed by words reading that no like, —
equivalent or "or -equal" item or no substitution is
permitted, other items of material or equipment or
material or equipment of other Suppliers may be
accepted by ENGINEER under the following
circumstances:
6.7.1.1. "Or -Equal": If in ENGINEER's sole
discretion an item of material or equipment
proposed by CONTRACTOR is functionally
equal to that named and sufficiently similar so that
no change in related Work will be required, it may
be considered by ENGINEER as an "or -equal"
item, in which case review and approval of the
proposed item may, in ENGINEER's sole
discretion, be accomplished without compliance
with some or all of the requirements for —
acceptance of proposed substitute items.
6.7.1.2. Substitute Items: If in ENGINEER's sole
discretion an item of material or equipment
proposed by CONTRACTOR does not qualify as an "or -equal" item under subparagraph 6.7.1.1, it
will be considered a proposed substitute item.
CONTRACTOR shall submit sufficient
information as provided below to allow
ENGINEER to determine that the item of material
or equipment proposed is essentially equivalent to
that named and an acceptable substitute therefor.
The procedure for review by the ENGINEER will —
include the following as supplemented in the
General Requirements and as ENGINEER may
decide is appropriate under the circumstances.
Requests for review of proposed substitute items of material or equipment will not be accepted by
ENGINEER from anyone other than
CONTRACTOR. If CONTRACTOR wishes to
furnish or use a substitute item of material or _
equipment, CONTRACTOR shall first make
written application to ENGINEER for acceptance
thereof, certifying that the proposed substitute will
perform adequately the functions and achieve the
results called for by the general design, be similar
in substance to that specified and be suited to the
same use as that specified. The application will
state the extent, if any, to which the evaluation
and acceptance of the proposed substitute will
prejudice CONTRACTOR's achievement of
Substantial Completion on time, whether or not
acceptance of the substitute for use in the Work _
will require a change in any of the Contract
Documents (or in the provisions of any other
direct contract with OWNER for work on the
Project) to adapt the design to the proposed
substitute and whether or not incorporation or use -,
of the substitute in connection with the Work is
subject to payment of any license fee or royalty.
All variations of the proposed substitute from that
specified will be identified in the application and
available maintenance, repair and replacement
service will be indicated. The application will
also contain an itemized estimate of all costs or
credits that will result directly or indirectly from
acceptance of such substitute, including costs of
redesign and claims of other contractors affected
by the resulting change, all of which will be
considered by ENGINEER in evaluating the
proposed substitute. ENGINEER may require
CONTRACTOR to furnish additional data about
the proposed substitute.
6.7.1.3. CONTRACTOR's Expense: All data to be
provided by CONTRACTOR in support of any
proposed "or -equal" or substitute item will be at
CONTRACTOR' expense.
6.7.2. Substitute Construction Methods or
Procedures: If a specific means, method, technique,
sequence or procedure of construction is shown or
indicated in and expressly required by the Contract
Documents, CONTRACTOR may furnish or utilize a
substitute means, method, technique, sequence or
procedure of construction acceptable to ENGINEER.
CONTRACTOR shall submit sufficient information to
allow ENGINEER, in ENGINEER's sole discretion, to
determine that the substitute proposed is equivalent to
that expressly called for by the Contract Documents.
The procedure for review by ENGINEER will be
similar to that provided in subparagraph 6.7.1.2.
6.7.3. Engineer's Evaluation: ENGINEER will be
allowed a reasonable time within which to evaluate
each proposal or submittal made pursuant to
paragraphs 6.7.1.2 and 6.7.2. ENGINEER will be the
sole judge of acceptability. No "or -equal" or
substitute will be ordered, installed or utilized without
ENGINEER's prior written acceptance which will be
evidenced by either a Change Order or an approved
Shop Drawing. OWNER may require
CONTRACTOR to furnish at CONTRACTOR's
expense a special performance guarantee or other
surety with respect to any "or -equal" or substitute.
ENGINEER will record time required by
ENGINEER and ENGINEER's Consultants in
evaluating substitutes proposed or submitted by
CONTRACTOR pursuant to paragraphs 6.7.1.2 and
6.7.2 and in making changes in the Contract
Documents (or in the provisions of any other direct
contract with OWNER for work on the Project)
occasioned thereby. Whether or not ENGINEER
accepts a substitute item so proposed or submitted by
CONTRACTOR, CONTRACTOR shall reimburse
OWNER for the charges of ENGINEER and
ENGINEER's Consultants for evaluating each such
proposed substitute item.
6_8. Concerning Subcontractors, Suppliers and
Others:
6.8.1. CONTRACTOR shall not employ any
Subcontractor, Supplier or other person or organization
(including those acceptable to OWNER and
ENGINEER as indicated in paragraph 6.8.2), whether
initially or as a substitute, against whom OWNER or
ENGINEER may have reasonable objection.
CONTRACTOR shall not be required to employ any
Subcontractor, Supplier or other person or organization
to furnish or perform any of the Work against whom
CONTRACTOR has reasonable objection.
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
69.
CONTRACTOR shall perform not less than 20
percent of the Work with its own forces (that is
without subcontracting). The 20 percent requirement
shall be understood to refer to the Work the value of
which totals not less than 20 percent of the Contract
Price.
6.8.2. Bidding
Documents require the identity of certain
Subcontractors, Suppliers or other persons or
organizations (including those who are to furnish the
principal items of materials or equipment) to be
submitted to OWNER in ada. of the'tea
date prior to the Effective Date of the Agreement for
acceptance by OWNER and ENGINEER'
GOTwURAGTOR h submitted a list theresf in
..da a 4th the C. ple n__d:. -__
OWNER's or ENGINEER's acceptance (either in
writing or by failing to make written objection thereto
by the date indicated for acceptance or objection in
the bidding documents or the Contract Documents) of
efganizatieft se identified may be Fevaked an the
basis of reasenable abjeetion after due invesfigatten,
aeeeptable substitute, h !`antinet n
'Op'lil Be issued or WfAten Affiendment signed. will
constitute a condition of the Contract requiring the
use of the named subcontractors suppliers or other
persons or organization on the Work unless prior
written approval is obtained from OWNER and
ENGINEER. No acceptance by OWNER or
ENGINEER of any such Subcontractor, Supplier or
other person or organization shall constitute a waiver
of any right of OWNER or ENGINEER to reject
defective Work.
6.9.1. CONTRACTOR shall be fully responsible to
OWNER and ENGINEER for all acts and omissions
of the Subcontractors, Suppliers and other persons
and organizations performing or furnishing any of the
Work under a direct or indirect contract with
CONTRACTOR just as CONTRACTOR is
responsible for CONTRACTOR's own acts and
omissions. Nothing in the Contract Documents shall
create for the benefit of any such Subcontractor,
Supplier or other person or organization any
contractual relationship between OWNER or
ENGINEER and any such Subcontractor, Supplier or
other person or organization, nor shall it create any
obligation on the part of OWNER or ENGINEER to
pay or to see to the payment of any moneys due any
such Subcontractor, Supplier or other person or
organization except as may otherwise be required by
Laws and Regulations. OWNER or ENGINEER may
furnish to any subcontractor, supplier or other person
or organization evidence of amounts paid to
CONTRACTOR in accordance with
CONTRACTOR'S "Applications for Payment"
13
6.9.2. CONTRACTOR shall be solely responsible
for scheduling and coordinating the Work of
Subcontractors, Suppliers and other persons and
organizations performing or furnishing any of the
Work under a direct or indirect contract with
CONTRACTOR. CONTRACTOR shall require all
Subcontractors, Suppliers and such other persons and
organizations performing or furnishing any of the
Work to communicate with the ENGINEER through
CONTRACTOR.
6.10. The divisions and sections of the Specifications and
the identifications of any Drawings shall not control
CONTRACTOR in dividing the Work among
Subcontractors or Suppliers or delineating the Work to be
performed by any specific trade.
6.11. All Work performed for CONTRACTOR by a
Subcontractor or Supplier will be pursuant to an
appropriate agreement between CONTRACTOR and the
Subcontractor or Supplier which specifically binds the
Subcontractor or Supplier to the applicable terms and
conditions of the Contract Documents for the benefit of
OWNER and ENGINEER.
additional insured on the prep", insufanee pFevided in
is with a Subeentmeter er Supplier whe is listed as an
the agreement between the
-
_0.
• . Y
� I
Patent Fees and Royalties:
6.12. CONTRACTOR shall pay all license fees and
royalties and assume all costs incident to the use in the
performance of the Work or the incorporation in the Work
of any invention, design, process, product or device which
is the subject of patent rights or copyrights held by others.
If a particular invention, design, process, product or device
is specified in the Contract Documents for use in the
performance of the Work and if to the actual knowledge of
OWNER or ENGINEER its use is subject to patent rights
or copyrights calling for the payment of any license fee or
royalty to others, the existence of such rights shall be
disclosed by OWNER in the Contract Documents. To the
fullest extent permitted by Laws and Regulations,
CONTRACTOR shall indemnify and hold harmless
OWNER, ENGINEER, ENGINEER's Consultants and the
officers, directors, employees, agents and other consultants
of each and any of them from and against all claims, costs,
losses and damages arising out of or resulting from any
infringement of patent rights or copyrights incident to the
use in the performance of the Work or resulting from the
incorporation in the Work of any invention, design,
process, product or device not specified in the Contract
Documents.
EICDC GENERAL CONDITIONS 1910-8 (1990 Edition)
14 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
Permits:
6.13. Unless otherwise provided in the Supplementary
Conditions, CONTRACTOR shall obtain and pay for all
construction permits and licenses. OWNER shall assist
CONTRACTOR, when necessary, in obtaining such
permits and licenses. CONTRACTOR shall pay all
governmental charges and inspection fees necessary for
the prosecution of the Work, which are applicable at the
time of opening of Bids, or, if there are no Bids, on the
Effective Date of the Agreement. CONTRACTOR shall
pay all charges of utility owners for connections to the
Work, and OWNER shall pay all charges of such utility
owners for capital costs related thereto such as plant
investment fees.
6.14. Laws and Regulations:
6.14.1. CONTRACTOR shall give all notices and
comply with all Laws and Regulations applicable to
famishing and performance of the Work. Except
where otherwise expressly required by applicable
Laws and Regulations, neither OWNER nor
ENGINEER shall be responsible for monitoring
CONTRACTOR's compliance with any Laws or
Regulations.
6.14.2. If CONTRACTOR performs any Work
knowing or having reason to know that it is contrary
to Laws or Regulations, CONTRACTOR shall bear
all claims, costs, losses and damages caused by,
arising out of or resulting therefrom; however, it shall
not be CONTRACTOR's primary responsibility to
make certain that the Specifications and Drawings are
in accordance with Laws and Regulations, but this
shall not relieve CONTRACTOR of
CONTRACTOWs obligations under paragraph 3.3.2.
Taxes:
6.15. CONTRACTOR shall pay all sales, consumer,
use and other similar taxes required to be paid by
CONTRACTOR in accordance with the Laws and
Regulations of the place of the Project which are
applicable during the performance of the Work.
615 1. OWNER is exempt from Colorado State and
local sales and use taxes on materials to be
permanently incorporated into the project Said taxes
shall not be included in the Contract Price.
Address:
Colorado Department of Revenue
State Capital Annex
1375 Sherman Street
Denver, Colorado, 80261
Sales and Use Taxes for the State of Colorado.
Repional Transportation District (RTD) and certain
Colorado counties are collected by the State of
Colorado and are included in the Certification of
Exemption.
All applicable Sales and Use Taxes (including State
collected taxes), on any items other than construction
and building materials physically incorporated into the
project are to be paid by CONTRACTOR and are to
be included in appropriate bid items.
Use of Premises:
6.16. CONTRACTOR shall confine construction
equipment, the storage of materials and equipment and the
operations of workers to the site and land and areas
identified in and permitted by the Contract Documents and
other land and areas permitted by Laws and Regulations,
rights -of -way, permits and easements, and shall not
unreasonably encumber the premises with construction
equipment or other materials or equipment.
CONTRACTOR shall assume full responsibility for any
damage to any such land or area, or to the owner or
occupant thereof or of any adjacent land or areas, resulting
from the performance of the Work. Should any claim be
made by any such owner or occupant because of the
performance of the Work, CONTRACTOR shall promptly
settle with such other party by negotiation or otherwise
resolve the claim by arbitration or other dispute resolution
proceeding or at law. CONTRACTOR shall, to the fullest
extent permitted by Laws and Regulations, indemnify and
hold harmless OWNER, ENGINEER, ENGINEER's
Consultant and anyone directly or indirectly employed by
any of them from and against all claims, costs, losses and
damages arising out of or resulting from any claim or
action, legal or equitable, brought by any such owner or
occupant against OWNER, ENGINEER or any other party
indemnified hereunder to the extent caused by or based
upon CONTRACTOR's performance of the Work.
6.17. During the progress of the Work, CONTRACTOR
shall keep the premises free from accumulations of waste
materials, rubbish and other debris resulting from the
Work. At the completion of the Work CONTRACTOR
shall remove all waste materials, rubbish and debris from
and about the premises as well as all tools, appliances,
construction equipment and machinery and surplus
materials. CONTRACTOR shall leave the site clean and
ready for occupancy by OWNER at Substantial
Completion of the Work. CONTRACTOR shall restore to
original condition all property not designated for alteration
by the Contract Documents.
6.18. CONTRACTOR shall not load nor permit any part
of any structure to be loaded in any manner that will
endanger the structure, nor shall CONTRACTOR subject
any part of the Work or adjacent property to stresses or
pressures that will endanger it.
Record Documents:
EICDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
6.19. CONTRACTOR shall maintain in a safe place at
the site one record copy of all Drawings, Specifications,
Addenda, Written Amendments, Change Orders, Work
Change Directives, Field Orders and written
interpretations and clarifications (issued pursuant to
paragraph 9.4) in good order and annotated to show all
changes made during construction. These record
documents together with all approved Samples and a
counterpart of all approved Shop Drawings will be
available to ENGINEER for reference. Upon completion
of the Work, and prior to release of final payment these
record documents, Samples and Shop Drawings will be
delivered to ENGINEER for OWNER.
Safety and Protection:
6.20. CONTRACTOR shall be responsible for
initiating, maintaining and supervising all safety
precautions and programs in connection with the Work.
CONTRACTOR shall take all necessary precautions for
the safety of, and shall provide the necessary protection to
prevent damage, injury or loss to:
6.20.1. all persons on the Work site or who may be
affected by the Work;
6.20.2. all the Work and materials and equipment to
be incorporated therein, whether in storage on or off
the site; and
6.20.3. other property at the site or adjacent thereto,
including trees, shrubs, lawns, walks, pavements,
roadways, structures, utilities and Underground
Facilities not designated for removal, relocation or
replacement in the course of construction.
CONTRACTOR shall comply with all applicable Laws
and Regulations of any public body having jurisdiction for
safety of persons or property or to protect them from
damage, injury or loss; and shall erect and maintain all
necessary safeguards for such safety and protection.
CONTRACTOR shall notify owners of adjacent property
and of Underground Facilities and utility owners when
prosecution of the Work may affect them, and shall
cooperate with them in the protection, removal, relocation
and replacement of their property. All damage, injury or
loss to any property referred to in paragraphs 6.20.2 or
6.20.3 caused, directly or indirectly, in whole or in part, by
CONTRACTOR, any Subcontractor, Supplier or any
other person or organization directly or indirectly
employed by any of them to perform or furnish any of the
Work or anyone for whose acts any of them may be liable,
shall be remedied by CONTRACTOR (except damage or
loss attributable to the fault of Drawings or Specifications
or to the acts or omissions of OWNER or ENGINEER or
ENGINEER's Consultant or anyone employed by any of
them or anyone for whose acts any of them may be liable,
and not attributable, directly or indirectly, in whole or in
part, to the fault or negligence of CONTRACTOR or any
Subcontractor, Supplier or other person or organization
directly or indirectly employed by any of them).
CONTRACTOR's duties and responsibilities for the safety
and protection of the Work shall continue until such time
as all the Work is completed and ENGINEER has issued a
15
notice to OWNER and CONTRACTOR in accordance
with paragraph 14.13 that the Work is acceptable (except as
otherwise expressly provided in connection with
Substantial Completion).
6.21. Safety Representative:
CONTRACTOR shall designate a qualified and
experienced safety representative at the site whose duties
and responsibilities shall be the prevention of accidents and
the maintaining and supervising of safety precautions and
programs.
Hazard Communication Programs:
6.22. CONTRACTOR shall be responsible for
coordinating any exchange of material safety data sheets or
other hazard communication information required to be
made available to or exchanged between or among
employers at the site in accordance with Laws or
Regulations.
Emergencies:
6.23. In emergencies affecting the safety or protection of
persons or the Work or property at the site or adjacent
thereto, CONTRACTOR, without special instruction or
authorization from OWNER or ENGINEER, is obligated to
act to prevent threatened damage, injury or loss.
CONTRACTOR shall give ENGINEER prompt written
notice if CONTRACTOR believes that any significant
changes in the Work or variations from the Contract
Documents have been caused thereby. If ENGINEER
determines that a change in the Contract Documents is
required because of the action taken by CONTRACTOR in
response to such an emergency, a Work Change Directive
or Change Order will be issued to document the
consequences of such action.
6.24. Shop Drawings and Samples:
6.24.1. CONTRACTOR shall submit Shop Drawings
to ENGINEER for review and approval in accordance
with the accepted schedule of Shop Drawings and
Sample submittals (see paragraph 2.9). All submittals
will be identified as ENGINEER may require and in
the number of copies specified in the General
Requirements. The data shown on the Shop Drawings
will be complete with respect to quantities,
dimensions, specified performance and design criteria,
materials and similar data to show ENGINEER the
materials and equipment CONTRACTOR proposes to
provide and to enable ENGINEER to review the
information for the limited purposes required by
paragraph 6.26.
6.24.2. CONTRACTOR shall also submit Samples to
ENGINEER for review and approval in accordance
with said accepted schedule of Shop Drawings and
Sample submittals. Each Sample will be identified
clearly as to material, Supplier, pertinent data such as
catalog numbers and the use for which intended and
otherwise as ENGINEER may require to enable
ENGINEER to review the submittal for the limited
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
16 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
purposes required by paragraph 6.26. The numbers
of each Sample to be submitted will be as specified in
the Specifications.
6.25. Submittal Procedures:
6.25.1. Before submitting each Shop Drawing or
Sample, CONTRACTOR shall have determined and
verified:
6.25.1.1. all field measurements, quantities,
dimensions, specified performance criteria,
installation requirements, materials, catalog
numbers and similar information with respect
thereto,
6.25.1.2. all materials with respect to intended
use, fabrication, shipping, handling, storage,
assembly and installation pertaining to the
performance of the Work, and
6.25.1.3. all information relative to
CONTRACTOR's sole responsibilities in respect
of means, methods, techniques, sequences and
procedures of construction and safety precautions
and programs incident thereto.
CONTRACTOR shall also have reviewed and
coordinated each Shop Drawing or Sample with other
Shop Drawings and Samples and with the
requirements of the Work and the Contract
Documents.
6.25.2. Each submittal will bear a stamp or specific
written indication that CONTRACTOR has satisfied
CONTRACTOR's obligations under the Contract
Documents with respect to CONTRACTOR's review
and approval of that submittal.
6.25.3. At the time of each submission,
CONTRACTOR shall give ENGINEER specific
written notice of such variations, if any, that the Shop
Drawing or Sample submitted may have from the
requirements of the Contract Documents, such notice
to be in a written communication separate from the
submittal; and, in addition, shall cause a specific
notation to be made on each Shop Drawing and
Sample submitted to ENGINEER for review and
approval of each such variation.
6.26. ENGINEER will review and approve Shop
Drawings and Samples in accordance with the schedule of
Shop Drawings and Sample submittals accepted by
ENGINEER as required by paragraph 2.9. ENGINEER's
review and approval will be only to determine if the items
covered by the submittals will, after installation or
incorporation in the Work, conform to the information
given in the Contract Documents and be compatible with
the design concept of the completed Project as a
functioning whole as indicated by the Contract
Documents. ENGINEER's review and approval will not
extend to means, methods, techniques, sequences or
procedures of construction (except where a particular
means, method, technique, sequence or procedure of
6.5. CONTRACTOR has correlated the results of all such observations,
examinations, investigations, tests, reports and data with the terms and
conditions of the Contract Documents.
6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors
or discrepancies that he has discovered in the Contract Documents and the written
resolution thereof by ENGINEER is acceptable to CONTRACTOR.
ARTICLE 7. CONTRACT DOCUMENTS
7.1 The Contract Documents which comprise the entire Agreement between
OWNER and CONTRACTOR concerning the Work consist of the General Conditions,
Supplementary Conditions, those items included in the definition of "Contract
Documents" in Article 1.10 of the General Conditions, and such other items as are
referenced in this Article 7, all of which are incorporated herein by this
reference.
7.2 Forms for use by CONTRACTOR in performing the Work and related
actions in carrying out the terms of this Agreement are deemed Contract Documents
and incorporated herein by this reference, and include, but are not limited to,
the following:
7.2.1Certificate of Substantial Completion
7.2.2 Certificate of Final Acceptance
7.2.3 Lien Waiver Releases
7.2.4 Consent of Surety
7.2.5Application for Exemption Certificate
7.2. 6 Application for Payment
7.3 Drawings, consisting of a cover sheet and sheets with the following
general title:
ATMS Communications System, Phase 2 CMO #1
The Contract Drawings shall be stamped "Final for Construction" and dated. Any
revisions made shall be clearly identified and dated.
7.4. Addenda - None
7.5. The Contract Documents also include all written amendments and other
documents amending, modifying, or supplementing the Contract Documents pursuant
to paragraphs 3.5 and 3.6 of the General Conditions.
7.6. There are no Contract Documents other than those listed or
incorporated by reference in this Article 7. The Contract Documents may only be
amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of the
General Conditions.
ARTICLE 8. MISCELLANEOUS
9/12/01 Section 00520 Page 4
construction is specifically and expressly called for by the
Contract Documents) or to safety precautions or programs
incident thereto. The review and approval of a separate
item as such will not indicate approval of the assembly in
which the item functions. CONTRACTOR shall make
corrections required by ENGINEER, and shall return the
required number of corrected copies of Shop Drawings and
submit as required new Samples for review and approval.
CONTRACTOR shall direct specific attention in writing to
revisions other than the corrections called for by
ENGINEER on previous submittals.
6.27. ENGINEER's review and approval of Shop
Drawings or Samples shall not relieve CONTRACTOR
from responsibility for any variation from the requirements
of the Contract Documents unless CONTRACTOR has in
writing called ENGINEER's attention to each such
variation at the time of submission as required by
paragraph 6.25.3 and ENGINEER has given written
approval of each such variation by a specific written
notation thereof incorporated in or accompanying the Shop
Drawing or Sample approval; nor will any approval by
ENGINEER relieve CONTRACTOR from responsibility
for complying with the requirements of paragraph 6.25.1.
6.28. Where a Shop Drawing or Sample is required by
the Contract Documents or the schedule of Shop Drawing
and Sample submissions accepted by ENGINEER as
required by paragraph 2.9, any related Work performed
prior to ENGINEER's review and approval of the pertinent
submittal will be at the sole expense and responsibility of
CONTRACTOR.
Continuing the Work:
6.29. CONTRACTOR shall carry on the Work and
adhere to the progress schedule during all disputes or
disagreements with OWNER. No Work shall be delayed or
postponed pending resolution of any disputes or
disagreements, except as permitted by paragraph 15.5 or as
OWNER and CONTRACTOR may otherwise agree in
writing.
6.30. CONTRACTOR's General Warranty and
Guarantee:
6.30.1. CONTRACTOR warrants and guarantees to
OWNER, ENGINEER and ENGINEER's Consultants
that all Work will be in accordance with the Contract
Documents and will not be defective.
CONTRACTOR's warranty and guarantee hereunder
excludes defects or damage caused by:
6.30.1.1. abuse, modification or improper
maintenance or operation by persons other than
CONTRACTOR, Subcontractors or Suppliers; or
6.30.1.2. normal wear and tear under normal
usage.
6.30.2. CONTRACTOR's obligation to perform and
complete the Work in accordance with the Contract
Documents shall be absolute. None of the following
will constitute an acceptance of Work that is not in
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
accordance with the Contract Documents or a release
of CONTRACTOR's obligation to perform the Work
in accordance with the Contract Documents:
6.30.2.1. observations by ENGINEER;
6.30.2.2. recommendation of any progress or
final payment by ENGINEER;
6.30.2.3. the issuance of a certificate of
Substantial Completion or any payment by
OWNER to CONTRACTOR under the Contract
Documents;
6.30.2.4. use or occupancy of the Work or any
part thereof by OWNER;
6.30.2.5. any acceptance by OWNER or any
failure to do so;
6.30.2.6. any review and approval of a Shop
Drawing or Sample submittal or the issuance of a
notice of acceptability by ENGINEER pursuant
to paragraph 14.13;
6.30.2.7. any inspection, test or approval by
others; or
6.30.2.8. any correction of defective Work by
OWNER.
Indemnification:
6.31. To the fullest extent permitted by Laws and
Regulations, CONTRACTOR shall indemnify and hold
harmless OWNER, ENGINEER, ENGINEER's
Consultants and the officers, directors, employees, agents
and other consultants of each and any of them from and
against all claims, costs, losses and damages (including,
but not limited to, all fees and charges of engineers,
architects, attorneys and other professionals and all court
or arbitration or other dispute resolution costs) caused by,
arising out of or resulting from the performance of the
Work, provided that any such claim, cost, loss or damage:
(i) is attributable to bodily injury, sickness, disease or
death, or to injury to or destruction of tangible property
(other than the Work itself), including the loss of use
resulting therefrom, and (ii) is caused in whole or in part
by any negligent act or omission of CONTRACTOR, any
Subcontractor, any Supplier, any person or organization
directly or indirectly employed by any of them to perform
or furnish any of the Work or anyone for whose acts any
of them may be liable, regardless of whether or not caused
in part by any negligence or omission of a person or entity
indemnified hereunder or whether liability is imposed
upon such indemnified party by Laws and Regulations
regardless of the negligence of any such person or entity.
6.32. In any and all claims against OWNER or
ENGINEER or any of their respective consultants, agents,
officers, directors or employees by any employee (or the
survivor or personal representative of such employee) of
CONTRACTOR, any Subcontractor, any Supplier, any
person or organization directly or indirectly employed by
17
any of them to perform or furnish any of the Work or
anyone for whose acts any of them may be liable, the
indemnification obligation under paragraph 6.31 shall not
be limited in any way by any limitation on the amount or
type of damages, compensation or benefits payable by or
for CONTRACTOR or any such Subcontractor, Supplier or
other person or organization under workers' compensation
acts, disability benefit acts or other employee benefit acts.
6.33. The indemnification obligations of
CONTRACTOR under paragraph 6.31 shall not extend to
the liability of ENGINEER and ENGTNEER's Consultants,
officers, directors, employees or agents caused by the
professional negligence, errors or omissions of any of them.
Survival of Obligations:
6.34. All representations, indemnifications, warranties
and guarantees made in, required by or given in accordance
with the Contract Documents, as well as all continuing
obligations indicated in the Contract Documents, will
survive final payment, completion and acceptance of the
Work and termination or completion of the Agreement.
ARTICLE 7—OTHER WORK
Related Work at Site:
7.1. OWNER may perform other work related to the
Project at the site by OWNER's own forces, or let other
direct contracts therefor which shall contain General
Conditions similar to these, or have other work performed
by utility owners. If the fact that such other work is to be
performed was not noted in the Contract Documents, then:
(i) written notice thereof will be given to CONTRACTOR
prior to starting any such other work and
(ii) CONTRACTOR may make a claim therefor as
provided in Articles I 1 and 12 if CONTRACTOR believes
that such performance will involve additional expense to
CONTRACTOR or requires additional time and the parties
are unable to agree as to the amount or extent thereof.
7.2. CONTRACTOR shall afford each other contractor
who is a party to such a direct contract and each utility
owner (and OWNER, if OWNER is performing the
additional work with OWNER's employees) proper and
safe access to the site and a reasonable opportunity for the
introduction and storage of materials and equipment and
the execution of such other work and shall properly connect
and coordinate the Work with theirs. Unless otherwise
provided in the Contract Documents, CONTRACTOR
shall do all cutting, fitting and patching of the Work that
may be required to make its several parts come together
properly and integrate with such other work.
CONTRACTOR shall not endanger any work of others by
cutting, excavating or otherwise altering their work and
will only cut or alter their work with the written consent of
ENGINEER and the others whose work will be affected.
The duties and responsibilities of CONTRACTOR under
this paragraph are for the benefit of such utility owners and
other contractors to the extent that there are comparable
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
18 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
provisions for the benefit of CONTRACTOR in said
direct contracts between OWNER and such utility owners
and other contractors.
7.3. If the proper execution or results of any part of
CONTRACTOR's Work depends upon work performed
by others under this Article 7, CONTRACTOR shall
inspect such other work and promptly report to
ENGINEER in writing any delays, defects or deficiencies
in such other work that render it unavailable or unsuitable
for the proper execution and results of CONTRACTOR's
Work. CONTRACTOR's failure so to report will
constitute an acceptance of such other work as fit and
proper for integration with CONTRACTOR's Work
except for latent or nonapparent defects and deficiencies
in such other work.
Coordination:
7.4. If OWNER contracts with others for the
performance of other work on the Project at the site, the
following will be set forth in Supplementary Conditions:
7.4.1. the person, firm or corporation who will have
authority and responsibility for coordination of the
activities among the various prime contractors will be
identified;
7.4.2. the specific matters to be covered by such
authority and responsibility will be itemized; and
7.4.3. the extent of such authority and
responsibilities will be provided.
Unless otherwise provided in the Supplementary
Conditions, OWNER shall have sole authority and
responsibility in respect of such coordination.
ARTICLE 8—OWNER'S RESPONSIBILITIES
8.1. Except as otherwise provided in these General
Conditions, OWNER shall issue all communications to
CONTRACTOR through ENGINEER.
8.2. In case of termination of the employment of
ENGINEER, OWNER shall appoint an engineer against
A GONTD ALTO lees naAle e
vim. ��v •��v�� •.«.. .. .. .�.... .� j�
whose status under the Contract Documents shall be that
of the former ENGINEER.
8.3. OWNER shall furnish the data required of
OWNER under the Contract Documents promptly and
shall make payments to CONTRACTOR promptly when
they are due as provided in paragraphs 14.4 and 14.13.
8.4. OWNER's duties in respect of providing lands
and easements and providing engineering surveys to
establish reference points are set forth in paragraphs 4.1
and 4.4. Paragraph 4.2 refers to OWNER's identifying
and making available to CONTRACTOR copies of
reports of explorations and tests of subsurface conditions
at the site and drawings of physical conditions in existing
structures at or contiguous to the site that have been utilized
by ENGINEER in preparing the Contract Documents.
and ff�aintaitfing fiability and «
r" r
feFth in _hs c c .t,_,...,.w t i n
8.6. OWNER is obligated to execute Change Orders as
indicated in paragraph 10.4.
8.7. OWNER's responsibility in respect of certain
inspections, tests and approvals is set forth in
paragraph 13.4.
8.8. In connection with OWNER's right to stop Work or
suspend Work, see paragraphs 13.10 and 15.1.
Paragraph 15.2 deals with OWNER's right to terminate
services of CONTRACTOR under certain circumstances.
8.9. The OWNER shall not supervise, direct or have
control or authority over, nor be responsible for,
CONTRACTOR's means, methods, techniques, sequences
or procedures of construction or the safety precautions and
programs incident thereto, or for any failure of
CONTRACTOR to comply with Laws and Regulations
applicable to the furnishing or performance of the Work.
OWNER will not be responsible for CONTRACTOR's
failure to perform or furnish the Work in accordance with
the Contract Documents.
. L '
.. MITUAIM.. -
M-1
ARTICLE 9—ENGINEER'S STATUS DURING
CONSTRUCTION
OWNER's Representative:
9.1. ENGINEER will be OWNER's representative
during the construction period. The duties and
responsibilities and the limitations of authority of
ENGINEER as OWNER's representative during
construction are set forth in the Contract Documents and
shall not be extended without written consent of OWNER
and ENGINEER.
Visits to Site:
9.2. ENGINEER will make visits to the site at intervals
appropriate to the various stages of construction as
ENGINEER deems necessary in order to observe as an
experienced and qualified design professional the progress
E1CDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
that has been made and the quality of the various aspects
of CONTRACTOR's executed Work. Based on
information obtained during such visits and observations,
ENGINEER will endeavor for the benefit of OWNER to
determine, in general, if the Work is proceeding in
accordance with the Contract Documents. ENGINEER
will not be required to make exhaustive or continuous on -
site inspections to check the quality or quantity of the
Work. ENGINEER's efforts will be directed toward
providing for OWNER a greater degree of confidence that
the completed Work will conform generally to the
Contract Documents. On the basis of such visits and on -
site observations, ENGINEER will keep OWNER
informed of the progress of the Work and will endeavor to
guard OWNER against defective Work. ENGINEER's
visits and on -site observations are subject to all the
limitations on ENGINEER's authority and responsibility
set forth in paragraph 9.13, and particularly, but without
limitation, during or as a result of ENGINEER's on -site
visits or observations of CONTRACTOR's Work
ENGINEER will not supervise, direct, control or have
authority over or be responsible for CONTRACTOR's
means, methods, techniques, sequences or procedures of
construction, or the safety precautions and programs
incident thereto, or for any failure of CONTRACTOR to
comply with Laws and Regulations applicable to the
furnishing or performance of the Work.
Project Representative:
9.3. If OWNER and ENGINEER agree, ENGINEER
will furnish a Resident Project Representative to assist
ENGINEER in providing more continuous observation of
the Work. The responsibilities and authority and
limitations thereon of any such Resident Project
Representative and assistants will be as provided in
paragraphs 9.3 and 9.13 and in the 9upp1emejjtafj
Genditiens of these General Conditions. If OWNER
designates another representative or agent to represent
OWNER at the site who is not ENGINEERS Consultant,
agent or employee, the responsibilities and authority and
limitations thereon of such other person will be as
provided in paragraph 9.3
9.3.2. Duties and Responsibilities Representative
will:
9.3.2.1.Schedules - Review the progress
19
schedule and other schedules prepared by the
CONTRACTOR and consult with the
ENGINEER concerning acceptability.
9.3.2.2 Conferences and Meeting - Attend
meeting with the CONTRACTOR such as
preconstruction conferences progress meetings
and other iob conferences and prepare and
circulate copies of minutes of meetings.
9.3.2.3. Liaison
9.3.2.3.1. Serve as ENGINEER'S liaison
with CONTRACTOR, working_principally
through CONTRACTOR'S superintendent to
assist the CONTRACTOR in understanding
the Contract Documents.
9.3.2.3.2 Assist in obtaining from OWNER
additional details or information, when
required, for proper execution of the Work
9.3.2.3.3. Advise the ENGINEER and
CONTRACTOR of the commencement of
any Work requiring a Shop Drawing or
sample submission if the submission has not
been approved by the ENGINEER.
9.3.2.4.Review of Work. Rejection of Defective
Work. Inspections and Tests -
9.3.2.4.1. Conduct on -site observations of
the Work in progress to assist the ENGINEER
in deternining that the Work is proceeding in
accordance with the Contract Documents.
9 3 2 4 3 Accompany visiting inspectors
rroresenting public or other agencies having
jurisdiction over the Project, record the results
of these inspections and report to the
ENGINEER
9 3 2 5 Interpretation of Contract
Documents Report to ENGINEER when
clarifications and interpretations of the Contract
Documents are needed and transmit to
CONTRACTOR clarification and interpretation
of the Contract Documents as issued by the
ENGINEER.
9.3.2.6. Modifications. Consider and
evaluate CONTRACTOR'S suggestions for
EICDC GENERAL CONDITIONS 1910-8 (1990 Edition)
20 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
modification in Drawings or Specifications and
resort these recommendations to ENGINEER.
Accurately transmit to CONTRACTOR
decisions issued by the ENGINEER.
9.3.2.7. Records.
9.3.2.8. Reports.
9.3.2.8.1. Fumjsh ENGINEER periodic
resorts as required of the progress of the
Work and of the CONTRACTOR'S
compliance with the progress schedule and
schedule of shop Drawing and sample
submittals.
9.3.2.8.2. Consult with ENGINEER in
advance of scheduling major tests,
inspections or start of important phases of the
Work.
9.3 2 8.3 Draft proposed Change Orders
and Work Directive Changes, obtaining
backup material from the CONTRACTOR
and recommend to ENGINEER Change
Orders Work Directive Changes and field
orders.
9.3.2.8.4. Report immediately to
ENGINEER and OWNER the occurrence of
any accident.
9 3 2 9 Payment Requests. Review applications
for payment with CONTRACTOR for compliance
with the established procedure for their
submission and forward with recommendation to
ENGINEER, noting particularly the relationship of
the payment requested to the schedule of values
work completed and materials and equipment
delivered at the site but not incoryorated in the
Work.
9.3.2.10. Completion.
9.3.2.10.1. Before ENGINEER issues a
Certificate of Substantial Completion submit
to CONTRACTOR a list of observed items
requiring correction or completion.
9.3.2.10.2. Conduct final inspection in the
company of the ENGINEER. OWNER and
CONTRACTOR and prepare a final list of
items to be corrected or completed
9.3.2.10.3. Observe that all items on the
final list have been corrected or completed and
make recommendations to ENGINEER
concerning acceptance.
9.3.3. Limitation of Authority The Representative shall
not:
9.3.3.1. Authorize any deviations from the
Contract Documents or accent any substitute
materials or equipment, unless authorized by the
ENGINEER.
9.3.3.2. Exceed limitations of ENGINEER'S
authority as set forth in the Contract Documents
9.3.3.3. Undertake any of the responsibilities
of the CONTRACTOR. Subcontractors or
CONTRACTOR'S superintendent.
9.3.3.4. Advise on, or issue directions relative
to, or assume control over any aspect of the
means methods techniques sequences or
Procedures for construction unless such is
specifically called for in the Contract Documents
9.3.3.5. Advise on or issue directions
regarding or assume control over safety
precautions and programs in connections with the
Work.
9.3.3.6. Accent Shop Drawings or sample
submittals from anyone other than the
CONTRACTOR.
9.3.3.7. Authorize OWNER to occupy the
Work in whole or in part.
9.3.3.8. Participate in specialized field or
laboratory tests or inspections conducted by others
except as specifically authorized by the
ENGINEER.
Clarifications and Interpretations:
9.4. ENGINEER will issue with reasonable promptness
such written clarifications or interpretations of the
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
requirements of the Contract Documents (in the form of
Drawings or otherwise) as ENGINEER may determine
necessary, which shall be consistent with the intent of and
reasonably inferable from the Contract Documents. Such
written clarifications and interpretations will be binding on
OWNER and CONTRACTOR. If OWNER or
CONTRACTOR believes that a written clarification or
interpretation justifies an adjustment in the Contract Price
or the Contract Times and the parties are unable to agree
to the amount or extent thereof, if any, OWNER or
CONTRACTOR may make a written claim therefor as
provided in Article 1 I or Article 12.
Authorized Variations in Work:
9.5. ENGINEER may authorize minor variations in
the Work from the requirements of the Contract
Documents which do not involve an adjustment in the
Contract Price or the Contract Times and are compatible
with the design concept of the completed Project as a
functioning whole as indicated by the Contract
Documents. These may be accomplished by a Field Order
and will be binding on OWNER and also on
CONTRACTOR who shall perform the Work involved
promptly. If OWNER or CONTRACTOR believes that a
Field Order justifies an adjustment in the Contract Price or
the Contract Times and the parties are unable to agree as
to the amount or extent thereof, OWNER or
CONTRACTOR may make a written claim therefor as
provided in Article 11 or 12.
Rejecting Defective Work:
9.6. ENGINEER will have authority to disapprove or
reject Work which ENGINEER believes to be defective,
or that ENGINEER believes will not produce a completed
Project that conforms to the Contract Documents or that
will prejudice the integrity of the design concept of the
completed Project as a functioning whole as indicated by
the Contract Documents. ENGINEER will also have
authority to require special inspection or testing of the
Work as provided in paragraph 13.9, whether or not the
Work is fabricated, installed or completed.
Shop Drawings, Change Orders and Payments:
9.7. In connection with ENGINEERSs authority as to
Shop Drawings and Samples, see paragraphs 6.24 through
6.28 inclusive.
9.8. In connection with ENGINEERSs authority as to
Change Orders, see Articles 10, 11, and 12.
9.9. In connection with ENGINEER's authority as to
Applications for Payment, see Article 14.
Determinations for Unit Prices:
9.10. ENGINEER will determine the actual quantities
and classifications of Unit Price Work performed by
CONTRACTOR. ENGINEER will review with
CONTRACTOR the ENGINEER's preliminary
determinations on such matters before rendering a written
decision thereon (by recommendation of an Application
21
for Payment or otherwise). ENGINEER's written decision
thereon will be final and binding upon OWNER and
CONTRACTOR, unless, within ten days after the date of
any such decision, either OWNER or CONTRACTOR
delivers to the other and to ENGINEER written notice of
intention to appeal from ENGINEERS decision and: (i) an
appeal from ENGINEER's decision is taken within the time
limits and in accordance with the procedures set forth in
Exhibit GC -A, "Dispute Resolution Agreement", entered
into between OWNER and CONTRACTOR pursuant to
Article 16, or (ii) if no such Dispute Resolution Agreement
has been entered into, a formal proceeding is instituted by
the appealing party in a forum of competent jurisdiction to
exercise such rights or remedies as the appealing party may
have with respect to ENGINEER's decision, unless
otherwise agreed in writing by OWNER and
CONTRACTOR. Such appeal will not be subject to the
procedures of paragraph 9.11.
Decisions on Disputes.
9.11. ENGINEER will be the initial interpreter of the
requirements of the Contract Documents and judge of the
acceptability of the Work thereunder. Claims, disputes and
other matters relating to the acceptability of the Work or
the interpretation of the requirements of the Contract
Documents pertaining to the performance and furnishing of
the Work and claims under Articles 11 and 12 in respect of
changes in the Contract Price or Contract Times will be
referred initially to ENGINEER in writing with a request
for a formal decision in accordance with this paragraph.
Written notice of each such claim, dispute or other matter
will be delivered by the claimant to ENGINEER and the
other party to the Agreement promptly (but in no event
later than thirty days) after the start of the occurrence or
event giving rise thereto, and written supporting data will
be submitted to ENGINEER and the other party within
sixty days after the start of such occurrence or event unless
ENGINEER allows an additional period of time for the
submission of additional or more accurate data in support
of such claim, dispute or other matter. The opposing party
shall submit any response to ENGINEER and the claimant
within thirty days after receipt of the claimant's last
submittal (unless ENGINEER allows additional time).
ENGINEER will render a formal decision in writing within
thirty days after receipt of the opposing parry's submittal, if
any, in accordance with this paragraph. ENGINEER's
written decision on such claim, dispute or other matter will
be final and binding upon OWNER and CONTRACTOR
unless: (i) an appeal from ENGINEER's decision is taken
within the time limits and in accordance with the
procedures set forth in EXHIBIT GC -A, "Dispute
Resolution Agreement", entered into between OWNER and
CONTRACTOR pursuant to Article 16, or (ii) if no such
Dispute Resolution Agreement has been entered into, a
written notice of intention to appeal from ENGINEER's
written decision is delivered by OWNER or
CONTRACTOR to the other and to ENGINEER within
thirty days after the date of such decision and a formal
proceeding is instituted by the appealing party in a forum of
competent jurisdiction to exercise such rights or remedies
as the appealing party may have with respect to such claim,
dispute or other matter in accordance with applicable Laws
and Regulations within sixty days of the date of such
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
22 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
decision, unless otherwise agreed in writing by OWNER
and CONTRACTOR.
9.12. When functioning as interpreter and judge under
paragraphs 9.10 and 9.11, ENGINEER will not show
partiality to OWNER or CONTRACTOR and will not be
liable in connection with any interpretation or decision
rendered in good faith in such capacity. The rendering of
a decision by ENGINEER pursuant to paragraphs 9.10 or
9.11 with respect to any such claim, dispute or other
matter (except any which have been waived by the making
or acceptance of final payment as provided in
paragraph 14.15) will be a condition precedent to any
exercise by OWNER or CONTRACTOR of such rights or
remedies as either may otherwise have under the Contract
Documents or by Laws or Regulations in respect of any
such claim, dispute or other matter per-s..ant t, A t4iele 6
9.13. Limitations on ENGINEER's Authority and
Responsibilities.
9.13.1. Neither ENGINEER's authority or
responsibility under this Article 9 or under any other
provision of the Contract Documents nor any decision
made by ENGINEER in good faith either to exercise
or not exercise such authority or responsibility or the
undertaking, exercise or performance of any authority
or responsibility by ENGINEER shall create, impose
or give rise to any duty owed by ENGINEER to
CONTRACTOR, any Subcontractor, any Supplier,
any other person or organization, or to any surety for
or employee or agent of any of them.
9.13.2. ENGINEER will not supervise, direct,
control or have authority over or be responsible for
CONTRACTOR's means, methods, techniques,
sequences or procedures of construction, or the safety
precautions and programs incident thereto, or for any
failure of CONTRACTOR to comply with Laws and
Regulations applicable to the furnishing or
performance of the Work. ENGINEER will not be
responsible for CONTRACTOR's failure to perform
or furnish the Work in accordance with the Contract
Documents.
9.13.3. ENGINEER will not be responsible for the
acts or omissions of CONTRACTOR or of any
Subcontractor, any Supplier, or of any other person or
organization performing or furnishing any of the
Work.
9.13.4. ENGINEER's review of the final Application
for Payment and accompanying documentation and
all maintenance and operating instructions, schedules,
guarantees, Bonds and certificates of inspection, tests
and approvals and other documentation required to be
delivered by paragraph 14.12 will only be to
determine generally that their content complies with
the requirements of, and in the case of certificates of
inspections, tests and approvals that the results
certified indicate compliance with, the Contract
Documents.
9.13.5. The limitations upon authority and
responsibility set forth in this paragraph 9.13 shall also
apply to ENGINEER's Consultants, Resident Project
Representative and assistants.
ARTICLE 10—CHANGES IN THE WORK
10.1. Without invalidating the Agreement and without
notice to any surety, OWNER may, at any time or from
time to time, order additions, deletions or revisions in the
Work. Such additions, deletions or revisions will be
authorized by a Written Amendment, a Change Order, or a
Work Change Directive. Upon receipt of any such
document, CONTRACTOR shall promptly proceed with
the Work involved which will be performed under the
applicable conditions of the Contract Documents (except as
otherwise specifically provided).
10.2. If OWNER and CONTRACTOR are unable to
agree as to the extent, if any, of an adjustment in the
Contract Price or an adjustment of the Contract Times that
should be allowed as a result of a Work Change Directive,
a claim may be made therefor as provided in Article 11 or
Article 12.
10.3. CONTRACTOR shall not be entitled to an increase
in the Contract Price or an extension of the Contract Times
with respect to any Work performed that is not required by
the Contract Documents as amended, modified and
supplemented as provided in paragraphs 3.5 and 3.6, except
in the case of an emergency as provided in paragraph 6.23
or in the case of uncovering Work as provided in
paragraph 13.9.
10.4. OWNER and CONTRACTOR shall execute
appropriate Change Orders recommended by ENGINEER
(or Written Amendments) covering:
10.4.1. changes in the Work which are (i) ordered
by OWNER pursuant to paragraph 10.1, (ii) required
because of acceptance of defective Work under
paragraph 13.13 or correcting defective Work under
paragraph 13.14, or (iii) agreed to by the parties;
10.4.2. changes in the Contract Price or Contract
Times which are agreed to by the parties; and
10.4.3. changes in the Contract Price or Contract
Times which embody the substance of any written
decision rendered by ENGINEER pursuant to
paragraph 9.11;
provided that, in lieu of executing any such Change Order,
an appeal may be taken from any such decision in
accordance with the provisions of the Contract Documents
and applicable Laws and Regulations, but during any such
appeal, CONTRACTOR shall carry on the Work and
adhere to the progress schedule as provided in
paragraph 6.29.
10.5. If notice of any change affecting the general scope
of the Work or the provisions of the Contract Documents
FJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
(including, but not limited to, Contract Price or Contract
Times) is required by the provisions of any Bond to be
given to a surety, the giving of any such notice will be
CONTRACTOR's responsibility, and the amount of each
applicable Bond will be adjusted accordingly.
ARTICLE 11—CHANGE OF CONTRACT PRICE
11.1. The Contract Price constitutes the total
compensation (subject to authorized adjustments) payable
to CONTRACTOR for performing the Work. All duties,
responsibilities and obligations assigned to or undertaken
by CONTRACTOR shall be at CONTRACTOR's expense
without change in the Contract Price.
11.2. The Contract Price may only be changed by a
Change Order or by a Written Amendment. Any claim
for an adjustment in the Contract Price shall be based on
written notice delivered by the party making the claim to
the other party and to ENGINEER promptly (but in no
event later than thirty days) after the start of the
occurrence or event giving rise to the claim and stating the
general nature of the claim. Notice of the amount of the
claim with supporting data shall be delivered within sixty
days after the start of such occurrence or event (unless
ENGINEER allows additional time for claimant to submit
additional or more accurate data in support of the claim)
and shall be accompanied by claimant's written statement
that the adjustment claimed covers all known amounts to
which the claimant is entitled as a result of said
occurrence or event. All claims for adjustment in the
Contract Price shall be determined by ENGINEER in
accordance with paragraph 9.11 if OWNER and
CONTRACTOR cannot otherwise agree on the amount
involved. No claim for an adjustment in the Contract
Price will be valid if not submitted in accordance with this
paragraph 11.2.
11.3. The value of any Work covered by a Change
Order or of any claim for an adjustment in the Contract
Price will be determined as follows:
11.3.1. where the Work involved is covered by unit
prices contained in the Contract Documents, by
application of such unit prices to the quantities of the
items involved (subject to the provisions of
23
paragraphs 11.9.1 through 11.9.3, inclusive);
11.3.2. where the Work involved is not covered by
unit prices contained in the Contract Documents, by a
mutually agreed payment basis, including lump sum
(which may include an allowance for overhead and
profit not necessarily in accordance with
paragraph 11.6.2);
11.3.3. where the Work involved is not covered by unit
prices contained in the Contract Documents and
agreement to a lump sum is not reached under
paragraph 11.3.2, on the basis of the Cost of the Work
(determined as provided in paragraphs 11.4 and 11.5)
plus a CONTRACTOR's fee for overhead and profit
(determined as provided in paragraph 11.6).
Cost of the Work.
11.4. The term Cost of the Work means the sum of all
costs necessarily incurred and paid by CONTRACTOR in
the proper performance of the Work. Except as otherwise
may be agreed to in writing by OWNER, such costs shall
be in amounts no higher than those prevailing in the
locality of the Project, shall include only the following
items and shall not include any of the costs itemized in
paragraph 11.5:
11.4.1. Payroll costs for employees in the direct
employ of CONTRACTOR in the performance of the
Work under schedules of job classifications agreed
upon by OWNER and CONTRACTOR. Such
employees shall include without limitation
superintendents, foremen and other personnel
employed full-time at the site. Payroll costs for
employees not employed full-time on the Work shall
be apportioned on the basis of their time spent on the
Work. Payroll costs shall Vie; but net be limited to,
salaries and wages plus the cost of fringe benefits
which shall include social security contributions,
unemployment, excise and payroll taxes, workers'
compensation, health and f:etiretment benefits, beauses,
kleave, and holiday pw applicable thereto.
The expenses of performing Work after regular
working hours, on Saturday, Sunday or legal holidays,
shall be included in the above to the extent authorized
by OWNER.
11.4.2. Cost of all materials and equipment furnished
and incorporated in the Work, including costs of
transportation and storage thereof, and Suppliers' field
services required in connection therewith. All cash
discounts shall accrue to CONTRACTOR unless
OWNER deposits funds with CONTRACTOR with
which to make payments, in which case the cash
discounts shall accrue to OWNER. All trade
discounts, rebates and refunds and returns from sale of
surplus materials and equipment shall accrue to
OWNER, and CONTRACTOR shall make provisions
so that they may be obtained.
11.4.3. Payments made by CONTRACTOR to the
Subcontractors for Work performed or furnished by
Subcontractors. If required by OWNER,
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
24 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
CONTRACTOR shall obtain competitive bids from
Subcontractors acceptable to OWNER and
CONTRACTOR and shall deliver such bids to
OWNER who will then determine, with the advice of
ENGINEER, which bids, if any, will be accepted. If
any subcontract provides that the Subcontractor is to
be paid on the basis of Cost of the Work plus a fee,
the Subcontractor's Cost of the Work and fee shall be
determined in the same manner as CONTRACTOR's
Cost of the Work and fee as provided in
paragraphs 11.4, 11.5, 11.6 and 11.7. All
subcontracts shall be subject to the other provisions of
the Contract Documents insofar as applicable.
11.4.4. Costs of special consultants (including but
not limited to engineers, architects, testing
laboratories, surveyors, attorneys and accountants)
employed for services specifically related to the
Work.
11.4.5. Supplemental costs including the following:
11.4.5.1. The proportion of necessary
transportation, travel and subsistence expenses of
CONTRACTOR's employees incurred in
discharge of duties connected with the Work.
11.4.5.2. Cost, including transportation and
maintenance, of all materials, supplies,
equipment, machinery, appliances, office and
temporary facilities at the site and hand tools not
owned by the workers, which are consumed in the
performance of the Work, and cost less market
value of such items used but not consumed which
remain the property of CONTRACTOR.
11.4.5.3. Rentals of all construction
equipment and machinery and the parts thereof
whether rented from CONTRACTOR or others in
accordance with rental agreements approved by
OWNER with the advice of ENGINEER, and the
costs of transportation, loading, unloading,
installation, dismantling and removal thereof --all
in accordance with terms of said rental
agreements. The rental of any such equipment,
machinery or parts shall cease when the use
thereof is no longer necessary for the Work.
11.4.5.4. Sales, consumer, use or similar taxes
related to the Work, and for which
CONTRACTOR is liable, imposed by Laws and
Regulations.
11.4.5.5. Deposits lost for causes other than
negligence of CONTRACTOR, any
Subcontractor or anyone directly or indirectly
employed by any of them or for whose acts any
of them may be liable, and royalty payments and
fees for permits and licenses.
11.4.5.6. Losses and damages (and related
expenses) caused by damage to the Work, not
compensated by insurance or otherwise, sustained
by CONTRACTOR in connection with the
performance and furnishing of the Work (except
losses and damages within the deductible amounts
of property insurance established by OWNER in
accordance with paragraph 5.9), provided they
have resulted from causes other than the
negligence of CONTRACTOR, any
Subcontractor, or anyone directly or indirectly
employed by any of them or for whose acts any of
them may be liable. Such losses shall include
settlements made with the written consent and
approval of OWNER. No such losses, damages
and expenses shall be included in the Cost of the
Work for the purpose of determining
CONTRACTOR's fee. If, however, any such loss
or damage requires reconstruction and
CONTRACTOR is placed in charge thereof,
CONTRACTOR shall be paid for services a fee
proportionate to that stated in paragraph 11.6.2.
11.4.5.7. The cost of utilities, fuel and sanitary
facilities at the site.
11.4.5.8. Minor expenses such as telegrams,
long distance telephone calls, telephone service at
the site, expressage and similar petty cash items in
connection with the Work.
11 A.5.9. Cost of premiums for additional Bonds
and insurance required because of changes in the
Work.
11.5. The term Cost of the Work shall not include any of
the following:
11.5.1. Payroll costs and other compensation of
CONTRACTOR's officers, executives, principals (of
partnership and sole proprietorships), general managers,
engineers, architects, estimators, attorneys, auditors,
accountants, purchasing and contracting agents,
expediters, timekeepers, clerks and other personnel
employed by CONTRACTOR whether at the site or in
CONTRACTOR's principal or a branch office for
general administration of the Work and not specifically
included in the agreed upon schedule of job
classifications referred to in paragraph 11.4.1 or
specifically covered by paragraph 11.4.4—all of which
are to be considered administrative costs covered by the
CONTRACTOR's fee.
11.5.2. Expenses of CONTRACTOR's principal and
branch offices other than CONTRACTOR's office at
the site.
11.5.3. Any part of CONTRACTOR's capital
expenses, including interest on CONTRACTOR'S
capital employed for the Work and charges against
CONTRACTOR for delinquent payments.
11.5.4. Cost of premiums for all Bonds and for all
insurance whether or not CONTRACTOR is required
by the Contract Documents to purchase and maintain
the same (except for the cost of premiums covered by
subparagraph 11.4.5.9 above).
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
11.5.5. Costs due to the negligence of
CONTRACTOR, any Subcontractor, or anyone
directly or indirectly employed by any of them or for
whose acts any of them may be liable, including but
not limited to, the correction of defective Work,
disposal of materials or equipment wrongly supplied
and making good any damage to property.
11.5.6. Other overhead or general expense costs of
any kind and the costs of any item not specifically and
expressly included in paragraph 11.4.
11.6. The CONTRACTOR's fee allowed to
CONTRACTOR for overhead and profit shall be
determined as follows:
11.6.1. a mutually acceptable fixed fee; or
11.6.2. if a fixed fee is not agreed upon, then a fee
based on the following percentages of the various
portions of the Cost of the Work:
11.6.2.1. for costs incurred under
paragraphs 11.4.1 and 11.4.2, the
CONTRACTOR's fee shall be fifteen percent;
11.6.2.2. for costs incurred under
paragraph 11.4.3, the CONTRACTOR's fee shall
be five percent;
11.6.2.3. where one or more tiers of
subcontracts are on the basis of Cost of the Work
plus a fee and no fixed fee is agreed upon, the
intent of paragraphs 11.4.1, 11.4.2, 11.4.3 and
11.6.2 is that the Subcontractor who actually
performs or furnishes the Work, at whatever tier,
will be paid a fee of fifteen percent of the costs
incurred by such Subcontractor under paragraphs
11.4.1 and 11.4.2 and that any higher tier
Subcontractor and CONTRACTOR will each be
paid a fee
the ne"4 lewer tief c ` to be negotiated
in good faith with the OWNER but not to exceed
five percent of the amount paid to the next lower
tier Subcontractor.
11.6.2.4. no fee shall be payable on the basis
of costs itemized under paragraphs 11.4.4, 11.4.5
and 11.5;
11.6.2.5. the amount of credit to be allowed
by CONTRACTOR to OWNER for any change
which results in a net decrease in cost will be the
amount of the actual net decrease in cost plus a
deduction in CONTRACTOR' fee by an amount
equal to five percent of such net decrease; and
11.6.2.6. when both additions and credits are
involved in any one change, the adjustment in
CONTRACTOR's fee shall be computed on the
basis of the net change in accordance with
paragraphs 11.6.2.1 through 11.6.2.5, inclusive.
11.7. Whenever the cost of any Work is to be
25
determined pursuant to paragraphs 11.4 and 11.5,
CONTRACTOR will establish and maintain records
thereof in accordance with generally accepted accounting
practices and submit in form acceptable to ENGINEER an
itemized cost breakdown together with supporting data.
Cash Allowances.
11.8. It is understood that CONTRACTOR has included
in the Contract Price all allowances so named in the
Contract Documents and shall cause the Work so covered
to be furnished and performed for such sums as may be
acceptable to OWNER and ENGINEER. CONTRACTOR
agrees that:
11.8.1. the allowances include the cost to
CONTRACTOR (less any applicable trade discounts)
of materials and equipment required by the allowances
to be delivered at the site, and all applicable taxes; and
11.8.2. CONTRACTOR's costs for unloading and
handling on the site, labor, installation costs, overhead,
profit and other expenses contemplated for the
allowances have been included in the Contract Price
and not in the allowances and no demand for
additional payment on account of any of the foregoing
will be valid.
Prior to final payment, an appropriate Change Order will be
issued as recommended by ENGINEER to reflect actual
amounts due CONTRACTOR on account of Work covered
by allowances, and the Contract Price shall be
correspondingly adjusted.
11.9. Unrt Price Work.
11.9.1. Where the Contract Documents provide that all
or part of the Work is to be Unit Price Work, initially
the Contract Price will be deemed to include for all
Unit Price Work an amount equal to the sum of the
established unit prices for each separately identified
item of Unit Price Work times the estimated quantity
of each item as indicated in the Agreement. The
estimated quantities of items of Unit Price Work are
not guaranteed and are solely for the purpose of
comparison of Bids and determining an initial Contract
Price. Detemunations of the actual quantities and
classifications of Unit Price Work performed by
CONTRACTOR will be made by ENGINEER in
accordance with paragraph 9.10.
11.9.2. Each unit price will be deemed to include an
amount considered by CONTRACTOR to be adequate
to cover CONTRACTOR's overhead and profit for
each separately identified item.
11.9.3.OWNER or CONTRACTOR may make a
claim for an adjustment in the Contract Price in
accordance with Article 11 if
11.9.3.1. the quantity of any item of Unit Price
Work performed by CONTRACTOR differs
materially and significantly from the estimated
quantity of such item indicated in the Agreement;
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
26 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
and
11.9.3.2. there is no corresponding adjustment
with respect to any other item of Work; and
11.9.3.3. if CONTRACTOR believes that
CONTRACTOR is entitled to an increase in
Contract Price as a result of having incurred
additional expense or OWNER believes that
OWNER is entitled to a decrease in Contract Price
and the parties are unable to agree as to the
amount of any such increase or decrease.
11.9.3.4. CONTRACTOR acknowled eg s that
the OWNER has the right to add or delete items in
the Bid or change quantities at OWNER'S sole
discretion without affecting the Contract Price of
aLiy remaining item so long as the deletion or
addition does not exceed twenty-five percent of
the original total Contract Price.
ARTICLE 12—CHANGE OF CONTRACT TIMES
12.1. The Contract Times (or Milestones) may only be
changed by a Change Order or a Written Amendment.
Any claim for an adjustment of the Contract Times (or
Milestones) shall be based on written notice delivered by
the party making the claim to the other party and to
ENGINEER promptly (but in no event later than thirty
days) after the occurrence of the event giving rise to the
claim and stating the general nature of the claim. Notice
of the extent of the claim with supporting data shall be
delivered within sixty days after such occurrence (unless
ENGINEER allows additional time to ascertain more
accurate data in support of the claim) and shall be
accompanied by the claimant's written statement that the
adjustment claimed is the entire adjustment to which the
claimant has reason to believe it is entitled as a result of
the occurrence of said event. All claims for adjustment in
the Contract Times (or Milestones) shall be determined by
ENGINEER in accordance with paragraph 9.11 if
OWNER and CONTRACTOR cannot otherwise agree.
No claim for an adjustment in the Contract Times (or
Milestones) will be valid if not submitted in accordance
with the requirements of this paragraph 12.1.
12.2. All time limits stated in the Contract Documents
are of the essence of the Agreement.
12.3. Where CONTRACTOR is prevented from
completing any part of the Work within the Contract
Times (or Milestones) due to delay beyond the control of
CONTRACTOR, the Contract Times (or Milestones) will
be extended in an amount equal to time lost due to such
delay if a claim is made therefor as provided in
paragraph 12.1. Delays beyond the control of
CONTRACTOR shall include, but not be limited to, acts
or neglect by OWNER, acts or neglect of utility owners or
other contractors performing other work as contemplated
by Article 7, fires, floods, epidemics, abnormal weather
conditions or acts of God. Delays attributable to and
8.1. Terms used in this Agreement which are defined in Article I of the
General Conditions shall have the meanings indicated in the General Conditions.
8.2. No assignment by a party hereto of any rights under or interests in
the Contract Documents will be binding on another party hereto without the
written consent of the party sought to be bound; and specifically but not without
limitations, moneys that may become due and moneys that are due may not be
assigned without such consent (except to the extent that the effect of this
restriction may be limited by law), and unless specifically stated to the
contrary in any written consent to an assignment no assignment will release or
discharge that assignor from any duty or responsibility under the Contract
Document.
8.3. OWNER and CONTRACTOR each binds itself, its partners, successors,
assigns and legal representatives to the other party hereto, its partners,
successors, assigns and legal representatives in respect to all covenants,
Agreement and obligations contained in the Contract Document.
9/12/01 Section 00520 Page 5
within the control of a Subcontractor or Supplier shall be
deemed to be delays within the control of CONTRACTOR.
12.4. Where CONTRACTOR is prevented from
completing any part of the Work within the Contract Times
(or Milestones) due to delay beyond the control of both
OWNER and CONTRACTOR, an extension of the
Contract Times (or Milestones) in an amount equal to the
time lost due to such delay shall be CONTRACTOR's sole
and exclusive remedy for such delay. In no event shall
OWNER be liable to CONTRACTOR, any Subcontractor,
any Supplier, any other person or organization, or to any
surety for or employee or agent of any of them, for
damages arising out of or resulting from (i) delays caused
by or within the control of the CONTRACTOR, or
(ii) delays beyond the control of both parties including, but
not limited to, fires, floods, epidemics, abnormal weather
conditions, acts of God or acts or neglect by utility owners
or other contractors performing other work as contemplated
by Article 7.
ARTICLE 13—TESTS AND INSPECTIONS;
CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
13.1. Notice of Defects:
Prompt notice of all defective Work of which OWNER or
ENGINEER have actual knowledge will be given to
CONTRACTOR. All defective Work may be rejected,
corrected or accepted as provided in this Article 13.
Access to Work:
13.2. OWNER, ENGINEER, ENGINEERs Consultants,
other representatives and personnel of OWNER,
independent testing laboratories and governmental agencies
with jurisdictional interests will have access to the Work at
ale time for their observation, inspecting and
testing. CONTRACTOR shall provide them proper and
safe conditions for such access and advise them of
CONTRACTORS site safety procedures and programs so
that they may comply therewith as applicable.
Tests and Inspections:
13.3. CONTRACTOR shall give ENGINEER timely
notice of readiness of the Work for all required inspections,
tests or approvals, and shall cooperate with inspection and
testing personnel to facilitate required inspections or tests.
13.4. OWNER shall employ and pay for the services of
an independent testing laboratory to perform all
inspections, tests, or approvals required by the Contract
Documents except:
13.4.1. for inspections, tests or approvals covered
by paragraph 13.5 below;
13.4.2. that costs incurred in connection with tests
or inspections conducted pursuant to paragraph 13.9
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
below shall be paid as provided in said
paragraph 13.9; and
13.4.3. as otherwise specifically provided in the
Contract Documents.
13.5. If Laws or Regulations of any public body having
jurisdiction require any Work (or part thereof) specifically
to be inspected, tested or approved by an employee or
other representative of such public body, CONTRACTOR
shall assume full responsibility for arranging and
obtaining such inspections, tests or approvals, pay all costs
in connection therewith, and furnish ENGINEER the
required certificates of inspection, or approval.
CONTRACTOR shall also be responsible for arranging
and obtaining and shall pay all costs in connection with
any inspections, tests or approvals required for OWNER's
and ENGINEER's acceptance of materials or equipment to
be incorporated in the Work, or of materials, mix designs,
or equipment submitted for approval prior to
CONTRACTOWs purchase thereof for incorporation in
the Work.
13.6. If any Work (or the work of others) that is to be
inspected, tested or approved is covered by
CONTRACTOR without written concurrence of
ENGINEER, it must, if requested by ENGINEER, be
uncovered for observation.
13.7. Uncovering Work as provided in paragraph 13.6
shall be at CONTRACTORS expense unless
CONTRACTOR has given ENGINEER timely notice of
CONTRACTORs intention to cover the same and
ENGINEER has not acted with reasonable promptness in
response to such notice.
Uncovering Work:
13.8. If any Work is covered contrary to the written
request of ENGINEER, it must, if requested by
ENGINEER, be uncovered for ENGINEERs observation
and replaced at CONTRACTORS expense.
13.9. If ENGINEER considers it necessary or advisable
that covered Work be observed by ENGINEER or
inspected or tested by others, CONTRACTOR, at
ENGINEERS request, shall uncover, expose or otherwise
make available for observation, inspection or testing as
ENGINEER may require, that portion of the Work in
question, furnishing all necessary labor, material and
equipment. If it is found that such Work is defective,
CONTRACTOR shall pay all claims, costs, losses and
damages caused by, arising out of or resulting from such
uncovering, exposure, observation, inspection and testing
and of satisfactory replacement or reconstruction,
(including but not limited to all costs of repair or
replacement of work of others); and OWNER shall be
entitled to an appropriate decrease in the Contract Price,
and, if the parties are unable to agree as to the amount
thereof, may make a claim therefor as provided in
Article 11. If, however, such Work is not found to be
defective, CONTRACTOR shall be allowed an increase in
the Contract Price or an extension of the Contract Times
(or Milestones), or both, directly attributable to such
27
uncovering, exposure, observation, inspection, testing,
replacement and reconstruction; and, if the parties are
unable to agree as to the amount or extent thereof,
CONTRACTOR may make a claim therefor as provided in
Articles 11 and 12.
OWNER May Stop the Work:
13.10. If the Work is defective, or CONTRACTOR fails
to supply sufficient skilled workers or suitable materials or
equipment, or fails to furnish or perform the Work in such a
way that the completed Work will conform to the Contract
Documents, OWNER may order CONTRACTOR to stop
the Work, or any portion thereof, until the cause for such
order has been eliminated; however, this right of OWNER
to stop the Work shall not give rise to any duty on the part
of OWNER to exercise this right for the benefit of
CONTRACTOR or any surety or other party.
Correction or Removal of Defective Work:
13.11. If required by ENGINEER, CONTRACTOR shall
promptly, as directed, either correct all defective Work,
whether or not fabricated, installed or completed, or, if the
Work has been rejected by ENGINEER, remove it from the
site and replace it with Work that is not defective.
CONTRACTOR shall pay all claims, costs, losses and
damages caused by or resulting from such correction or
removal (including but not limited to all costs of repair or
replacement of work of others).
13.12. Correction Period:
13.12.1. If within one dear two years after the date of
Substantial Completion or such longer period of time as
may be prescribed by Laws or Regulations or by the
terms of any applicable special guarantee required by
the Contract Documents or by any specific provision of
the Contract Documents, any Work is found to be
defective, CONTRACTOR shall promptly, without cost
to OWNER and in accordance with OWNER's written
instructions: (i) correct such defective Work, or, if it has
been rejected by OWNER, remove it from the site and
replace it with Work that is not defective, and (ii)
satisfactorily correct or remove and replace any damage
to other Work or the work of others resulting therefrom.
If CONTRACTOR does not promptly comply with the
terms of such instructions, or in an emergency where
delay would cause serious risk of loss or damage,
OWNER may have the defective Work corrected or the
rejected Work removed and replaced, and all claims,
costs, losses and damages caused by or resulting from
such removal and replacement (including but not
limited to all costs of repair or replacement of work of
others) will be paid by CONTRACTOR.
13.12.2.In special circumstances where a particular
item of equipment is placed in continuous service
before Substantial Completion of all the Work, the
correction period for that item may start to run from an
earlier date if so provided in the Specifications or by
Written Amendment.
13.12.3. Where defective Work (and damage to other
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
28 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
Work resulting therefrom) has been corrected,
removed or replaced under this paragraph 13.12, the
correction period hereunder with respect to such Work
will be extended for an additional period of one yeaf
two years after such correction or removal and
replacement has been satisfactorily completed.
Acceptance of Defective Work:
13.13. If, instead of requiring correction or removal and
replacement of defective Work, OWNER (and, prior to
ENGINEER's recommendation of final payment, also
ENGINEER) prefers to accept it, OWNER may do so.
CONTRACTOR shall pay all claims, costs, losses and
damages attributable to OWNER's evaluation of and
determination to accept such defective Work (such costs to
be approved by ENGINEER as to reasonableness). If any
such acceptance occurs prior to ENGINEER's
recommendation of final payment, a Change Order will be
issued incorporating the necessary revisions in the
Contract Documents with respect to the Work; and
OWNER shall be entitled to an appropriate decrease in the
Contract Price, and, if the parties are unable to agree as to
the amount thereof, OWNER may make a claim therefor
as provided in Article 11. If the acceptance occurs after
such recommendation, an appropriate amount will be paid
by CONTRACTOR to OWNER.
OWNER May Correct Defective Work:
13.14. If CONTRACTOR fails within a reasonable time
after written notice from ENGINEER to correct defective
Work or to remove and replace rejected Work as required
by ENGINEER in accordance with paragraph 13.11, or if
CONTRACTOR fails to perform the Work in accordance
with the Contract Documents, or if CONTRACTOR fails
to comply with any other provision of the Contract
Documents, OWNER may, after seven days' written
notice to CONTRACTOR, correct and remedy any such
deficiency. In exercising the rights and remedies under
this paragraph OWNER shall proceed expeditiously. In
connection with such corrective and remedial action,
OWNER may exclude CONTRACTOR from all or part of
the site, take possession of all or part of the Work, and
suspend CONTRACTOR'S services related thereto, take
possession of CONTRACTOR's tools, appliances,
construction equipment and machinery at the site and
incorporate in the Work all materials and equipment
stored at the site or for which OWNER has paid
CONTRACTOR but which are stored elsewhere.
CONTRACTOR shall allow OWNER, OWNER's
representatives, agents and employees, OWNER's other
contractors and ENGINEER and ENGINEER's
Consultants access to the site to enable OWNER to
exercise the rights and remedies under this paragraph. All
claims, costs, losses and damages incurred or sustained by
OWNER in exercising such rights and remedies will be
charged against CONTRACTOR and a Change Order will
be issued incorporating the necessary revisions in the
Contract Documents with respect to the Work; and
OWNER shall be entitled to an appropriate decrease in the
Contract Price, and, if the parties are unable to agree as to
the amount thereof, OWNER may make a claim therefor
as provided in Article 11. Such claims, costs, losses and
damages will include but not be limited to all costs of
repair or replacement of work of others destroyed or
damaged by correction, removal or replacement of
CONTRACTOR's defective Work. CONTRACTOR shall
not be allowed an extension of the Contract Times (or
Milestones) because of any delay in performance of the
Work attributable to the exercise by OWNER of OWNER's
rights and remedies hereunder.
ARTICLE 14—PAYMENTS TO CONTRACTOR AND
COMPLETION
Schedule of Values:
14.1. The schedule of values established as provided in
paragraph 2.9 will serve as the basis for progress payments
and will be incorporated into a form of Application for
Payment acceptable to ENGINEER. Progress payments on
account of Unit Price Work will be based on the number of
units completed.
Application for Progress Payment:
14.2. At least twenty days before the date established for
each progress payment (but not more often than once a
month), CONTRACTOR shall submit to ENGINEER for
review an Application for Payment filled out and signed by
CONTRACTOR covering the Work completed as of the
date of the Application and accompanied by such
supporting documentation as is required by the Contract
Documents. If payment is requested on the basis of
materials and equipment not incorporated in the Work but
delivered and suitably stored at the site or at another
location agreed to in writing, the Application for Payment
shall also be accompanied by a bill of sale, invoice or other
documentation warranting that OWNER has received the
materials and equipment free and clear of all Liens and
evidence that the materials and equipment are covered by
appropriate property insurance and other arrangements to
protect OWNER's interest therein, all of which will be
satisfactory to OWNER. The amount of retainage with
respect to progress payments will be as stipulated in the
Agreement. Any funds that are withheld by the OWNER
shall not be subiect to substitution by the CONTRACTOR
with securities or any arrangements involving an escrow or
custodianship. By executing the application for Payment
form the CONTRACTOR expressly waives his right to the
benefits of Colorado Revised Statutes, Section 24-91-101
et sea.
CONTRACTOR's Warranty of Title:
14.3. CONTRACTOR warrants and guarantees that title
to all Work, materials and equipment covered by any
Application for Payment, whether incorporated in the
Project or not, will pass to OWNER no later than the time
of payment free and clear of all Liens.
Review of ApplicationsforProgress Payment:
14.4. ENGINEER will, within ten days after receipt of
each Application for Payment, either indicate in writing a
EJCDC GENERAL CONDITIONS I910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
recommendation of payment and present the Application
to OWNER, or return the Application to CONTRACTOR
indicating in writing ENGINEER's reasons for refusing to
recommend payment. In the latter case, CONTRACTOR
may make the necessary corrections and resubmit the
Application. Ten days after presentation of the
Application for Payment to OWNER with ENGINEER's
recommendation, the amount recommended will (subject
to the provisions of the last sentence of paragraph 14.7)
become due and when due will be paid by OWNER to
CONTRACTOR.
14.5. ENGINEER's recommendation of any payment
requested in an Application for Payment will constitute a
representation by ENGINEER to OWNER, based on
ENGINEER's on -site observations of the executed Work
as an experienced and qualified design professional and on
ENGINEER's review of the Application for Payment and
the accompanying data and schedules, that to the best of
ENGINEER's knowledge, information and belief:
14.5.1. the Work has progressed to the point
indicated,
14.5.2. the quality of the Work is generally in
accordance with the Contract Documents (subject to
an evaluation of the Work as a functioning whole
prior to or upon Substantial Completion, to the results
of any subsequent tests called for in the Contract
Documents, to a final determination of quantities and
classifications for Unit Price Work under
paragraph 9.10, and to any other qualifications stated
in the recommendation), and
14.5.3. the conditions precedent to
CONTRACTOR's being entitled to such payment
appear to have been fulfilled insofar as it is
ENGINEER's responsibility to observe the Work.
However, by recommending any such payment
ENGINEER will not thereby be deemed to have
represented that: (i) exhaustive or continuous on -site
inspections have been made to check the quality or the
quantity of the Work beyond the responsibilities
specifically assigned to ENGINEER in the Contract
Documents or (ii) that there may not be other matters or
issues between the parties that might entitle
CONTRACTOR to be paid additionally by OWNER or
entitle OWNER to withhold payment to CONTRACTOR.
14.6. ENGINEER's recommendation of any payment,
including final payment, shall not mean that ENGINEER
is responsible for CONTRACTOR's means, methods,
techniques, sequences or procedures of construction, or
the safety precautions and programs incident thereto, or
for any failure of CONTRACTOR to comply with Laws
and Regulations applicable to the furnishing or
performance of Work, or for any failure of
CONTRACTOR to perform or furnish Work in
accordance with the Contract Documents.
14.7. ENGINEER may refuse to recommend the whole
or any part of any payment if, in ENGINEER's opinion, it
would be incorrect to make the representations to
29
OWNER referred to in paragraph 14.5. ENGINEER may
also refuse to recommend any such payment, or, because of
subsequently discovered evidence or the results of
subsequent inspections or tests, nullify any such payment
previously recommended, to such extent as may be
necessary in ENGINEER's opinion to protect OWNER
from loss because:
14.7.1. the Work is defective, or completed Work has
been damaged requiting correction or replacement,
14.7.2. the Contract Price has been reduced by
Written Amendment or Change Order,
14.7.3. OWNER has been required to correct
defective Work or complete Work in accordance with
paragraph 13.14, or
14.7.4. ENGINEER has actual knowledge of the
occurrence of any of the events enumerated in
paragraphs 15.2.1 through 15.2.4 inclusive.
OWNER may refuse to make payment of the full amount
recommended by ENGINEER because:
14.7.5. claims have been made against OWNER on
account of CONTRACTOR's performance or furnishing
of the Work,
14.7.6. Liens have been filed in connection with the
Work, except where CONTRACTOR has delivered a
specific Bond satisfactory to OWNER to secure the
satisfaction and discharge of such Liens,
14.7.7. there are other items entitling OWNER to a set-
off against the amount recommended, or
14.7.8. OWNER has actual knowledge of the
occurrence of any of the events enumerated in
paragraphs 14.7.1 through 14.7.3 or paragraphs 15.2.1
through 15.2.4 inclusive;
but OWNER must give CONTRACTOR immediate
written notice (with a copy to ENGINEER) stating the
reasons for such action and promptly pay CONTRACTOR
the amount so withheld, or any adjustment thereto agreed
to by OWNER and CONTRACTOR, when
CONTRACTOR corrects to OWNER's satisfaction the
reasons for such action.
Substantial Completion:
14.8. When CONTRACTOR considers the entire Work
ready for its intended use CONTRACTOR shall notify
OWNER and ENGINEER in writing that the entire Work
is substantially complete (except for items specifically
listed by CONTRACTOR as incomplete) and request that
ENGINEER issue a certificate of Substantial Completion.
Within a reasonable time thereafter, OWNER,
CONTRACTOR and ENGINEER shall make an inspection
of the Work to determine the status of completion. If
ENGINEER does not consider the Work substantially
complete, ENGINEER will notify CONTRACTOR in
writing giving the reasons therefor. If ENGINEER
EICDC GENERAL CONDITIONS 1910-8 (1990 Edition)
30 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
considers the Work substantially complete, ENGINEER
will prepare and deliver to OWNER a tentative certificate
of Substantial Completion which shall fix the date of
Substantial Completion. There shall be attached to the
certificate a tentative list of items to be completed or
corrected before final payment. OWNER shall have seven
days after receipt of the tentative certificate during which
to make written objection to ENGINEER as to any
provisions of the certificate or attached list. If, after
considering such objections, ENGINEER concludes that
the Work is not substantially complete, ENGINEER will
within fourteen days after submission of the tentative
certificate to OWNER notify CONTRACTOR in writing,
stating the reasons therefor. If, after consideration of
OWNER's objections, ENGINEER considers the Work
substantially complete, ENGINEER will within said
fourteen days execute and deliver to OWNER and
CONTRACTOR a definitive certificate of Substantial
Completion (with a revised tentative list of items to be
completed or corrected) reflecting such changes from the
tentative certificate as ENGINEER believes justified after
consideration of any objections from OWNER. At the
time of delivery of the tentative certificate of Substantial
Completion ENGINEER will deliver to OWNER and
CONTRACTOR a written recommendation as to division
of responsibilities pending final payment between
OWNER and CONTRACTOR with respect to security,
operation, safety, maintenance, heat, utilities, insurance
and warranties and guarantees. Unless OWNER and
CONTRACTOR agree otherwise in writing and so inform
ENGINEER in writing prior to ENGINEER's issuing the
definitive certificate of Substantial Completion,
ENGINEER's aforesaid recommendation will be binding
on OWNER and CONTRACTOR until final payment.
14.9. OWNER shall have the right to exclude
CONTRACTOR from the Work after the date of
Substantial Completion, but OWNER shall allow
CONTRACTOR reasonable access to complete or correct
items on the tentative list.
Partial Utilization:
14.10. Use by OWNER at OWNER's option of any
substantially completed part of the Work, which: (i) has
specifically been identified in the Contract Documents, or
(ii) OWNER, ENGINEER and CONTRACTOR agree
constitutes a separately functioning and usable part of the
Work that can be used by OWNER for its intended
purpose without significant interference with
CONTRACTOR's performance of the remainder of the
Work, may be accomplished prior to Substantial
Completion of all the Work subject to the following:
14.10.1.OWNER at any time may request
CONTRACTOR in writing to permit OWNER to use
any such part of the Work which OWNER believes to
be ready for its intended use and substantially
complete. If CONTRACTOR agrees that such part of
the Work is substantially complete, CONTRACTOR
will certify to OWNER and ENGINEER that such
part of the Work is substantially complete and request
ENGINEER to issue a certificate of Substantial
Completion for that part of the Work.
CONTRACTOR at any time may notify OWNER and
ENGINEER in writing that CONTRACTOR considers
any such part of the Work ready for its intended use
and substantially complete and request ENGINEER to
issue a certificate of Substantial Completion for that
part of the Work. Within a reasonable time after either
such request, OWNER, CONTRACTOR and
ENGINEER shall make an inspection of that part of
the Work to determine its status of completion. If
ENGINEER does not consider that part of the Work to
be substantially complete, ENGINEER will notify
OWNER and CONTRACTOR in writing giving the
reasons therefor. If ENGINEER considers that part of
the Work to be substantially complete, the provisions
of paragraphs 14.8 and 14.9 will apply with respect to
certification of Substantial Completion of that part of
the Work and the division of responsibility in respect
thereof and access thereto.
14.10.2. No occupancy or separate operation of part
of the Work will be accomplished prior to compliance
with the requirements of paragraph 5.15 in respect of
property insurance.
Final Inspection:
14.11. Upon written notice from CONTRACTOR that the
entire Work or an agreed portion thereof is complete,
ENGINEER will make a final inspection with OWNER
and CONTRACTOR and will notify CONTRACTOR in
writing of all particulars in which this inspection reveals
that the Work is incomplete or defective. CONTRACTOR
shall immediately take such measures as are necessary to
complete such work or remedy such deficiencies.
Final Application for Payment:
14.12. After CONTRACTOR has completed all such
corrections to the satisfaction of ENGINEER and delivered
in accordance with the Contract Documents all
maintenance and operating instructions, schedules,
guarantees, Bonds, certificates or other evidence of
insurance required by paragraph 5.4, certificates of
inspection, marked -up record documents (as provided in
paragraph 6.19) and other documents, CONTRACTOR
may make application for final payment following the
procedure for progress payments. The final Application for
Payment shall be accompanied (except as previously
delivered) by: (i) all documentation called for in the
Contract Documents, including but not limited to the
evidence of insurance required by subparagraph 5.4.13,
(ii) consent of the surety, if any, to final payment, and
(iii) complete and legally effective releases or waivers
(satisfactory to OWNER) of all Liens arising out of or filed
in connection with the Work. In lieu of such releases or
waivers of Liens and as approved by OWNER,
CONTRACTOR may furnish receipts or releases in full
and affidavit of CONTRACTOR that: (i) the releases and
receipts include all labor, services, material and equipment
for which a Lien could be filed, and (ii) all payrolls,
material and equipment bills, and other indebtedness
connected with the Work for which OWNER or OWNER's
property might in any way be responsible have been paid or
otherwise satisfied. If any Subcontractor or Supplier fails
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
to furnish such a release or receipt in full,
CONTRACTOR may furnish a Bond or other collateral
satisfactory to OWNER to indemnify OWNER against
any Lien. Releases or waivers of liens and the consent of
the surety to finalize payment are to be submitted on
forms conforming to the format of the OWNER'S standard
forms bound in the Project manual
Final Payment and Acceptance:
14.13. If, on the basis of ENGINEER's observation of
the Work during construction and final inspection, and
ENGINEER's review of the final Application for Payment
and accompanying documentation as required by the
Contract Documents, ENGINEER is satisfied that the
Work has been completed and CONTRACTOR's other
obligations under the Contract Documents have been
fulfilled, ENGINEER will, within ten days after receipt of
the final Application for Payment, indicate in writing
ENGINEER's recommendation of payment and present
the Application to OWNER for payment. At the same
time ENGINEER will also give written notice to OWNER
and CONTRACTOR that the Work is acceptable subject
to the provisions of paragraph 14.15. Otherwise,
ENGINEER will return the Application to
CONTRACTOR, indicating in writing the reasons for
refusing to recommend final payment, in which case
CONTRACTOR shall make the necessary corrections and
resubmit the Application. Thirty days after presentation to
OWNER of the Application and accompanying
documentation, in appropriate form and substance and
with ENGINEER's recommendation and notice of
acceptability, the amount recommended by ENGINEER
will become due and will be paid by OWNER to
CONTRACTOR subject to paragraph 17 6.2 of these
General Conditions.
14.14. If, through no fault of CONTRACTOR, final
completion of the Work is significantly delayed and if
ENGINEER so confirms, OWNER shall, upon receipt of
CONTRACTOR's final Application for Payment and
recommendation of ENGINEER, and without terminating
the Agreement, make payment of the balance due for that
portion of the Work fully completed and accepted. If the
remaining balance to be held by OWNER for Work not
fully completed or corrected is less than the retainage
stipulated in the Agreement, and if Bonds have been
furnished as required in paragraph 5.1, the written consent
of the surety to the payment of the balance due for that
portion of the Work fully completed and accepted shall be
submitted by CONTRACTOR to ENGINEER with the
Application for such payment. Such payment shall be
made under the terms and conditions governing final
payment, except that it shall not constitute a waiver of
claims.
Waiver of Claims:
14.15. The making and acceptance of final payment will
constitute:
14.15.1. a waiver of all claims by OWNER against
CONTRACTOR, except claims arising from
unsettled Liens, from defective Work appearing after
31
final inspection pursuant to paragraph 14.11, from
failure to comply with the Contract Documents or the
terms of any special guarantees specified therein, or
from CONTRACTOR's continuing obligations under
the Contract Documents; and
14,15.2.A waiver of all claims by CONTRACTOR
against OWNER other than those previously made in
writing and still unsettled.
ARTICLE 15—SUSPENSION OF WORK AND
TERNIINATION
OWNER May Suspend Work:
15.1. At any time and without cause, OWNER may
suspend the Work or any portion thereof for a period of not
more than ninety days by notice in writing to
CONTRACTOR and ENGINEER which will fix the date
on which Work will be resumed. CONTRACTOR shall
resume the Work on the date so fixed. CONTRACTOR
shall be allowed an adjustment in the Contract Price or an
extension of the Contract Times, or both, directly
attributable to any such suspension if CONTRACTOR
makes an approved claim therefor as provided in
Articles 11 and 12.
OWNER May Terminate:
15.2. Upon the occurrence of any one or more of the
following events:
15.2.1. if CONTRACTOR persistently fails to perform
the Work in accordance with the Contract Documents
(including, but not limited to, failure to supply sufficient
skilled workers or suitable materials or equipment or
failure to adhere to the progress schedule established
under paragraph 2.9 as adjusted from time to time
pursuant to paragraph 6.6);
15.2.2. if CONTRACTOR disregards Laws or
Regulations of any public body having jurisdiction;
15.2.3. if CONTRACTOR disregards the authority of
ENGINEER; or
15.2.4. if CONTRACTOR otherwise violates in any
substantial way any provisions of the Contract
Documents;
OWNER may, after giving CONTRACTOR (and the
surety, if any) seven days' written notice and to the extent
permitted by Laws and Regulations, terminate the services
of CONTRACTOR, exclude CONTRACTOR from the site
and take possession of the Work and of all
CONTRACTOR's tools, appliances, construction
equipment and machinery at the site and use the same to
the full extent they could be used by CONTRACTOR
(without liability to CONTRACTOR for trespass or
conversion), incorporate in the Work all materials and
equipment stored at the site or for which OWNER has paid
EJCDC GENERAL CONDITIONS 1910-5 (1990 Edition)
32 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
CONTRACTOR but which are stored elsewhere, and
finish the Work as OWNER may deem expedient. In such
case CONTRACTOR shall not be entitled to receive any
further payment until the Work is finished. If the unpaid
balance of the Contract Price exceeds all claims, costs,
losses and damages sustained by OWNER arising out of
or resulting from completing the Work such excess will be
paid to CONTRACTOR. If such claims, costs, losses and
damages exceed such unpaid balance, CONTRACTOR
shall pay the difference to OWNER. Such claims, costs,
losses and damages incurred by OWNER will be reviewed
by ENGINEER as to their reasonableness and when so
approved by ENGINEER incorporated in a Change Order,
provided that when exercising any rights or remedies
under this paragraph OWNER shall not be required to
obtain the lowest price for the Work performed.
15.3. Where CONTRACTOR's services have been so
terminated by OWNER, the termination will not affect
any rights or remedies of OWNER against
CONTRACTOR then existing or which may thereafter
accrue. Any retention or payment of moneys due
CONTRACTOR by OWNER will not release
CONTRACTOR from liability.
15.4. Upon seven days' written notice to
CONTRACTOR and ENGINEER, OWNER may,
without cause and without prejudice to any other right or
remedy of OWNER, elect to terminate the Agreement. In
such case, CONTRACTOR shall be paid (without
duplication of any items):
15.4.1. for completed and acceptable Work executed
in accordance with the Contract Documents prior to
the effective date of termination, including fair and
reasonable sums for overhead and profit on such
Work;
15.4.2. for expenses sustained prior to the effective
date of termination in performing services and
furnishing labor, materials or equipment as required
by the Contract Documents in connection with
uncompleted Work, plus fair and reasonable sums for
overhead and profit on such expenses;
15.4.3. for all claims, costs, losses and damages
incurred in settlement of terminated contracts with
Subcontractors, Suppliers and others; and
15.4.4. for reasonable expenses directly attributable
to termination.
CONTRACTOR shall not be paid on account of loss of
anticipated profits or revenue or other economic loss
arising out of or resulting from such termination.
CONTRACTOR May Stop Work or Terminate:
15.5. If, through no act or fault of CONTRACTOR, the
Work is suspended for a period of more than ninety days
by OWNER or under an order of court or other public
authority, or ENGINEER fails to act on any Application
for Payment within thirty days after it is submitted or
OWNER fails for thirty days to pay CONTRACTOR any
sum finally determined to be due, then CONTRACTOR
may, upon seven days' written notice to OWNER and
ENGINEER, and provided OWNER or ENGINEER do not
remedy such suspension or failure within that time,
temunate the Agreement and recover from OWNER
payment on the same terms as provided in paragraph 15.4.
In lieu of terminating the Agreement and without prejudice
to any other right or remedy, if ENGINEER has failed to
act on an Application for Payment within thirty days after it
is submitted, or OWNER has failed for thirty days to pay
CONTRACTOR any sum finally detemuned to be due,
CONTRACTOR may upon seven days' written notice to
OWNER and ENGINEER stop the Work until payment of
all such amounts due CONTRACTOR, including interest
thereon. The provisions of this paragraph 15.5 are not
intended to preclude CONTRACTOR from making claim
under Articles 11 and 12 for an increase in Contract Price
or Contract Times or otherwise for expenses or damage
directly attributable to CONTRACTOR's stopping Work as
permitted by this paragraph.
ARTICLE 16—DISPUTE RESOLUTION
If and to the extent that OWNER and CONTRACTOR
have agreed on the method and procedure for resolving
disputes between them that may arise under this
Agreement, such dispute resolution method and procedure,
if any, shall be as set forth in Exhibit GC -A, "Dispute
Resolution Agreement", to be attached hereto and made a
part hereof. If no such agreement on the method and
procedure for resolving such disputes has been reached,
and subject to the provisions of paragraphs 9.10, 9.11 and
9.12, OWNER and CONTRACTOR may exercise such
rights or remedies as either may otherwise have under the
Contract Documents or by Laws or Regulations in respect
of any dispute.
ARTICLE 17—MISCELLANEOUS
Giving Notice:
17.1. Whenever any provision of the Contract
Documents requires the giving of written notice, it will be
deemed to have been validly given if delivered in person to
the individual or to a member of the firm, or to an officer of
the corporation for whom it is intended, or if delivered at or
sent by registered or certified mail, postage prepaid, to the
last business address known to the giver of the notice.
17.2. Computation of Time:
17.2.1. When any period of time is referred to in the
Contract Documents by days, it will be computed to
exclude the first and include the last day of such
period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday
by the law of the applicable jurisdiction, such day will
be omitted from the computation.
EXEC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
17.2.2. A calendar day of twenty-four hours measured
from midnight to the next midnight will constitute a
day.
Notice of Claim:
17.3. Should OWNER or CONTRACTOR suffer injury
or damage to person or property because of any error,
omission or act of the other party or of any of the other
party's employees or agents or others for whose acts the
other party is legally liable, claim will be made in writing
to the other party within a reasonable time of the first
observance of such injury or damage. The provisions of
this paragraph 17.3 shall not be construed as a substitute
for or a waiver of the provisions of any applicable statute
of limitations or repose.Cumulative Remedies.
17.4. The duties and obligations imposed by these
General Conditions and the rights and remedies available
hereunder to the parties hereto, and, in particular but
without limitation, the warranties, guarantees and
obligations imposed upon CONTRACTOR by
paragraphs 6.12, 6.16, 6.30, 6.31, 6.32, 13.1, 13.12, 13.14,
14.3 and 15.2 and all of the rights and remedies available
to OWNER and ENGINEER thereunder, are in addition
to, and are not to be construed in any way as a limitation
of, any rights and remedies available to any or all of them
which are otherwise imposed or available by Laws or
Regulations by special warranty or guarantee or by other
provisions of the Contract Documents, and the provisions
of this paragraph will be as effective as if repeated
specifically in the Contract Documents in connection with
each particular duty, obligation, right and remedy to which
they apply.
Professional Fees and Court Costs Included:
17.5. Whenever reference is made to "claims, costs,
losses and damages", it shall include in each case, but not
be limited to, all fees and charges of engineers, architects,
attorneys and other professionals and all court or
arbitration or other dispute resolution costs.
17.6. The laws of the State of Colorado apply to this
Agreement. Reference to two Pertinent Colorado statutes
are as follows;
17.6.2. If a claim is filed OWNER is required by
law (CRS 38-26-107) to withhold from all payments to
CONTRACTOR sufficient funds to insure the
payment of all claims for labor, materials team hire
sustenance provisions provender, or other supplies
used or consumed by CONTRACTOR or his
33
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
34 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
(This page left blank intentionally.)
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) 35
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
36 µ,/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
OWNER: CITY OF FORT COLLINS
B y : f� C)' nL..o
JAMES B O'NEILL II, CPPO, FNIGP
RECTOR OF PURCHASING
AND RISK MANAGEMENT
Date: 7/�,5 & (
Attest:
Address
:.
Fort Collins, CO 80522
Approved as to Form
Assistan-F City Attorney
9/12/O1
CONTRAC,�InRrado Boring
By:
Title: 12?a4 a�ti-
Date: 77—
(CORPORATE SEAL)
AttesC�•-. ;S ,
Addres or givin notices:/
T2/3 Cc.� / &
J��1-dl&f- co . ";OV`Vy
LICENSE NO.:
Section 00520 Page 6
EXHIBIT GC -A to General Conditions
of the Construction Contract Between
OWNER and CONTRACTOR
DISPUTE RESOLUTION AGREEMENT
OWNER and CONTRACTOR hereby agree that
Article 16 of the General Conditions of the Construction
Contract between OWNER and CONTRACTOR is
amended to include the following agreement of the parties:
16.1. All claims, disputes and other matters in
question between OWNER and CONTRACTOR arising
out of or relating to the Contract Documents or the breach
thereof (except for claims which have been waived by the
making or acceptance of final payment as provided by
paragraph 14.15) will be decided by arbitration in
accordance with the Construction Industry Arbitration
Rules of the American Arbitration Association then
obtaining, subject to the limitations of the Article 16. This
agreement so to arbitrate and any other agreement or
consent to arbitrate entered into in accordance herewith as
provided in this Article 16 will be specifically enforceable
under the prevailing law of any court having jurisdiction.
16.2. No demand for arbitration of any claim, dispute
or other matter that is required to be referred to
ENGINEER initially for decision in accordance with
paragraph 9.11 will be made until the earlier of (a) the date
on which ENGINEER has rendered a written decision or
(b) the thirty-first day after the parties have presented their
evidence to ENGINEER if a written decision has not been
rendered by ENGINEER before that date. No demand for
arbitration of any such claim, dispute or other matter will
be made later than thirty days after the date on which
ENGINEER has rendered a written decision in respect
thereof in accordance with paragraph 9.11; and the failure
to demand arbitration within said thirty days' period will
result in ENGINEER's decision being final and binding
upon OWNER and CONTRACTOR. If ENGINEER
renders a decision after arbitration proceedings have been
initiated, such decision may be entered as evidence but will
not supersede the arbitration proceedings, except where the
decision is acceptable to the parties concerned. No demand
for arbitration of any written decision of ENGINEER
rendered in accordance with paragraph 9.10 will be made
later than ten days after the party making such demand has
delivered written notice of intention to appeal as provided
in paragraph 9.10.
16.3. Notice of the demand for arbitration will be
filed in writing with the other party to the Agreement and
with the American Arbitration Association, and a copy will
be sent to ENGINEER for information. The demand for
arbitration will be made within the thirty -day or ten-day
period specified in paragraph 16.2 as applicable, and in all
other cases within a reasonable time after the claim, dispute
or other matter in question has arisen, and in no event shall
any such demand be made after the date when institution of
legal or equitable proceedings based on such claim, dispute
or other matter in question would be barred by the
applicable statute of limitations.
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
16.4. Except as provided in paragraph 16.5 below,
no arbitration arising out of or relating to the Contract
Documents shall include by consolidation, joinder or in any
other manner any other person or entity (including
ENGINEER, ENGINEER's Consultant and the officers,
directors, agents, employees or consultants of any of them)
who is not a party to this contract unless:
16.4.1. the inclusion of such other person or entity is
necessary if complete relief is to be afforded among
those who are already parties to the arbitration, and
16.4.2. such other person or entity is substantially
involved in a question of law or fact which is common
to those who are already parties to the arbitration and
which will arise in such proceedings, and
16.4.3. the written consent of the other person or
entity sought to be included and of OWNER and
CONTRACTOR has been obtained for such inclusion,
which consent shall make specific reference to this
paragraph; but no such consent shall constitute consent
to arbitration of any dispute not specifically described
in such consent or to arbitration with any party not
specifically identified in such consent.
16.5. Notwithstanding paragraph 16.4, if a claim,
dispute or other matter in question between OWNER and
CONTRACTOR involves the Work of a Subcontractor,
either OWNER or CONTRACTOR may join such
Subcontractor as a party to the arbitration between OWNER
and CONTRACTOR hereunder. CONTRACTOR shall
include in all subcontracts required by paragraph 6.11 a
specific provision whereby the Subcontractor consents to
being joined in an arbitration between OWNER and
CONTRACTOR involving the Work of such
Subcontractor. Nothing in this paragraph 16.5 nor in the
provision of such subcontract consenting to joinder shall
create any claim, right or cause of action in favor of
Subcontractor and against OWNER, ENGINEER or
ENGINEER's Consultants that does not otherwise exist.
16.6. The award rendered by the arbitrators will be
final, judgment may be entered upon it in any court having
jurisdiction thereof, and it will not be subject to
modification or appeal.
16.7. OWNER and CONTRACTOR agree that they
shall first submit any and all unsettled claims,
counterclaims, disputes and other matters in question
between them arising out of or relating to the Contract
Documents or the breach thereof ("disputes"), to mediation
by the American Arbitration Association under the
Construction Industry Mediation Rules of the American
Arbitration Association prior to either of them initiating
against the other a demand for arbitration pursuant to
paragraphs 16.1 through 16.6, unless delay in initiating
arbitration would irrevocably prejudice one of the parties.
The respective thirty and ten day time limits within which
to file a demand for arbitration as provided in paragraphs
16.2 and 16.3 above shall be suspended with respect to a
dispute submitted to mediation within those same
applicable time limits and shall remain suspended until ten
days after the termination of the mediation. The mediator
of any dispute submitted to mediation under this Agreement
shall not serve as arbitrator of such dispute unless otherwise
agreed.
GC -AI
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition) GC -AI
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/94)
SECTION 00800
SUPPLEMENTARY CONDITIONS
SECTION 00800
SUPPLEMENTARY CONDITIONS
Conditions of the Contract
These Supplementary Conditions amend or supplement the General
Conditions of the Construction Contract (EJCDC General Conditions
1910-8, 1990 edition with City of Fort Collins modifications) and
other provisions of the Contract Documents as indicated below.
SC-5.4.8 Limits of Liability
A. Add the following language at the end of paragraph 5.4.8.
The limits of liability for the insurance required by the
paragraph numbers of the General Conditions listed below are as
follows:
5.4.1 and 5.4.2
Coverage A - Statutory Limits
Coverage B - $100,000/$100,000/$500,000
5.4.3 and 5.4.5 Commercial General Liability policy will have
limits of $1,000,000 combined single limits (CSL). This policy
will include coverage for Explosion, Collapse, and Underground
coverage unless waived by the Owner.
5.4.6The Comprehensive Automobile Liability Insurance policy will
have limits of $1,000,000 combined single limits (CSL).
5.4.9This policy will include completed operations
coverage/product liability coverage with limits of $1,000,000
combined single limits (CSL).
M 11
i.I. N i. I
SECTION 00950
CHANGE ORDER NO.
PROJECT TITLE: ATMS COMMUNICATIONS SYSTEM PHASE 2
Contract Modification Order; BID NO. 5802
CONTRACTOR:
PROJECT NUMBER:
DESCRIPTION:
1. Reason for change:
2. Description of Change:
3. Change in Contract Cost
4. Change in Contract Time:
ORIGINAL CONTRACT COST
TOTAL APPROVED CHANGE ORDER
TOTAL PENDING CHANGE ORDER
TOTAL THIS CHANGE ORDER
TOTAL % OF THIS CHANGE ORDER
TOTAL C.O.% OF ORIGNINAL CONTRACT
ADJUSTED CONTRACT COST
(Assuming all change orders approved
ACCEPTED BY:
Contractor's Representative
ACCEPTED BY:
Project Manager
REVIEWED BY:
Title:
APPROVED BY:
Title:
APPROVED BY:
Purchasing Agent over $30,000
cc: City Clerk Contractor
Project File' Architect
Engineer Purchasing
$ .00
0.00
0.00
0.00
$ 0.00
DATE:
DATE:
DATE:
DATE:
DATE:
9/99 Section 00950 Page 1
on i
Insert Pages 1 - 4
9/99
Section 00960
APPlication for Payment
OWNER: City of Fort Collins
ENGINEER:
CHANGE ORDERS
NUMBER DATE AMOUNT
1
2
3
APPLICA
PROJECT: APPLICATION NUMBER:
APPLICATION DATE:
PERIOD BEGINNING:
CONTRACTOR: PERIOD ENDING:
PROJECT NUMBER:
Application is made for Payment as shown below in connection with Contract
The present status of the account for this Contract is as follows:
Original Contract Amount:
Net Change by Change Order:
Current contract Amount: $0.00
Total Completed and Stored to Date:
Less Previous Applications:
Amount Due this Application - Before Retainage: $0.00
Less Retainage:
Change by Change Order $0.00 AMOUNT DUE THIS APPLICATION: $0.00
CERTIFICATION:
The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with
the Work have been satisfied as required in Paragraph 14.3. of the General Conditions of the Contract.
The above Amount Due This Application is requested by the CONTRACTOR.
Date: By.
Payment of the above Amount Due This Application is recommended by the ENGINEER.
Date: By
Payment of the above Amount Due This Application has been reviewed by the OWNER'S Project Manager.
Date: By
Payment of the above Amount Due This Application is approved by the OWNER.
n
CONTRACT AMOUNTS
Bid
Item
Number Description Quantity Units
Unit Price Amount
APPLICATION FOR PAYMENT
Work Completed Work Completed
This Month Previous Periods
Qty. Amount Qty. Amount
Work Completed
To Date
Qty. Amount
Stored
Materials
This
Period
PAGE 2 OF 4
Total
Earned Percent
To Date Billed
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0,00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00.
TOTALS
$0.00
$0.00
$0.00
$0.00
$0.00
CHANGE ORDERS
APPLICATION FOR PAYMENT
PAGE 3 OF 4
Work Completed
Work Completed
Work Completed
Stored
Bid
This Month
Previous Periods
To Date
Materials
Total
Item
This
Earned Percent
Number Description Quantity Units
Unit Price Amount
Qty. Amount
Qty. Amount
Qty. Amount
Period
To Date Billed
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
TOTALS CHANGE ORDERS
$0.00
$0.00
$0.00
$0.00
$0.00
PROJECT TOTALS
$0.00
$0.00
$0.00
$0.00
$0.00
STORED MATERIALS SUMMARY
On Hand Received
Item Invoice Previous This
Number Number Description Application Period
PAGE 4 OF 4
Installed On Hand
This This
Period Application
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
TOTALS $0.00 $0.00
$0.00 $0.00
SECTION 00530
NOTICE TO PROCEED
Description of Work: ATMS COMMUNICATIONS SYSTEM PHASE 2
Contract Modification Order; BID NO. 5802
To:
This notice is to advise you:
That the contract covering the above described Work has been fully executed by
the CONTRACTOR and the OWNER.
That the required CONTRACTOR's Performance Bond and Payment Bond have been
received by the OWNER.
That the OWNER has approved the said Contract Documents.
Therefore, as the CONTRACTOR for the above described Work, you are hereby
authorized and directed to proceed within ( ) calendar days from
receipt of this notice as required by the Agreement.
Dated this day of , 20
The dates for Substantial Completion and Final Acceptance shall be
and , 20, respectively.
City of Fort Collins
OWNER
By:
Title:
ACKNOWLEDGMENT OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged this day
of , 20
CONTRACTOR
By:
Title:
7/96 , Section 00530 Page 1
FEDERAL REQUIREMENTS
TABLE OF CONTENTS
Buy America Requirements
Page 1
Cargo Preference Requirements
Page 1
Seismic Safety Requirements
Page 1
Energy Conservation Requirements
Page 1
Clean Water Requirements
Page 2
Pre -Award and Post Delivery Audits Requirements
Page 2
Lobbying
Page 3
Access to Records and Reports
Page 4
Federal Changes
Page 4-5
Bonding Requirements
Page 5-7
Clean Air
Page 8
Recycled Products
Page 8
Davis -Bacon Act
Page 8-13
Contract Work Hours and Safety Standards Act
Page 13-15
Copeland Anti -Kickback Act
Page 15
No Government Obligation to Third Parties
Page 15
Program Fraud and False or Fraudulent Statements
Page 15-16
Termination
Page 16-19
Governmentwide Debarment and Suspension
(Nonprocurement)
Page 19-20
Privacy Act
Page 20
Civil Rights Requirements
Page 20-21
Breaches and Dispute Resolution
Page 22
Patent and Rights in Data
Page 22-24
Disadvantaged Business Enterprise (DBE)
Page 24-27
Interests of Members of or Delegates to Congress
Page 27
Prohibited Interest
Page 27
Incorporation of Federal Transit
Administration (FTA) Terms
Page 27
ATTACHMENTS:
Attachment 1
Buy America Requirements 2 pages
Attachment 4
Certification Regarding Lobbying
Certification for Contracts, Grants, Loans,
and Cooperative Agreements 1 page
BUY AMERICA REQUIREMENTS
49 U.S.C. 53230)49 CFR Part 661
The Buy America regulation, at 49 CFR 661.13, requires notification of the Buy America
requirements in FTA-funded contracts. The contractor agrees to comply with 49 U.S.C. 53230)
and 49 CFR Part 661, which provide that Federal funds may not be obligated unless steel, iron,
and manufactured products used in FTA-funded projects are produced in the United States,
unless a waiver has been granted by FTA or the product is subject to a general waiver. General
waivers are listed in 49 CFR 661.7, and include final assembly in the United States for 15
passenger vans and 15 passenger wagons produced by Chrysler Corporation, microcomputer
equipment, software, and small purchases (currently less than $100,000) made with capital,
operating, or planning funds. Separate requirements for rolling stock are set out at 53230)(2)(C)
and 49 CFR 661.11. Rolling stock not subject to a general waiver must be manufactured in the
United States and have a 60 percent domestic content.
CARGO PREFERENCE REQUIREMENTS
46 U.S.C.1241
46 CFR Part 381
Cargo Preference - Use of United States -Flag Vessels - The contractor agrees: a. to use
privately owned United States -Flag commercial vessels to ship at least 50 percent of the gross
tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved,
whenever shipping any equipment, material, or commodities pursuant to the underlying contract
to the extent such vessels are available at fair and reasonable rates for United States -Flag
commercial vessels; b. to furnish within 20 working days following the date of loading for
shipments originating within the United States or within 30 working days following the date of
leading for shipments originating outside the United States, a legible copy of a rated, "on -board"
commercial ocean bill -of -lading in English for each shipment of cargo described in the preceding
paragraph to the Division of National Cargo, Office of Market Development, Maritime
Administration, Washington, DC 20590 and to the FTA recipient (through the contractor in the
case of a subcontractor's bill -of -lading) c. to include these requirements in all subcontracts
issued pursuant to this contract when the subcontract may involve the transport of equipment
material, or commodities by ocean vessel
SEISMIC SAFETY REQUIREMENTS
42 U.S.C. 7701 et seq. 49 CFR Part 41
Seismic Safety - The contractor agrees that any new building or addition to an existing building
will be designed and constructed in accordance with the standards for Seismic Safety required
in Department of Transportation Seismic Safety Regulations 49 CFR Part 41 and will certify to
compliance to the extent required by the regulation. The contractor also agrees to ensure that
all work performed under this contract including work performed by a subcontractor is in
compliance with the standards required by the Seismic Safety Regulations and the certification
of compliance issued on the project.
ENERGY CONSERVATION REQUIREMENTS
42 U.S.C. 6321 et seq. 49 CFR Part 18
The contractor agrees to comply with mandatory standards and policies relating to energy
efficiency which are contained in the state energy conservation plan issued in compliance with
the Energy Policy and Conservation Act.
LOBBYING
31 U.S.C. 135249 CFR Part 1949 CFR Part 20
Byrd Anti -Lobbying Amendment, 31 U.S.C. 1352, as amended by the Lobbying Disclosure
Act of 1995, P.L. 104-65 [to be codified at 2 U.S.C. 1601, et seq.]
- Contractors who apply or bid for an award of $100,000 or more shall file the certification
required by 49 CFR part 20, "New Restrictions on Lobbying." Each tier certifies to the tier above
that it will not and has not used Federal appropriated funds to pay any person or organization
for influencing or attempting to influence an officer or employee of any agency, a member of
Congress, officer or employee of Congress, or an employee of a member of Congress in
connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C.
1352. Each tier shall also disclose the name of any registrant under the Lobbying Disclosure Act
of 1995 who has made lobbying contacts on its behalf with non -Federal funds with respect to
that Federal contract, grant or award covered by 31 U.S.C. 1352. Such disclosures are
forwarded from tier to tier up to the recipient.
APPENDIX A, 49 CFR PART 20--CERTIFICATION REGARDING LOBBYING
Submit signed Attachment 4, Certification Regarding Lobbying, with Bid or Proposal.
Certification for Contracts, Grants, Loans, and Cooperative Agreements
ACCESS TO RECORDS AND REPORTS
49 U.S.C. 5325 18 CFR 18.36 49 CFR.633.17Access to Records - The following access to
records requirements apply to this Contract:
1. Where the Purchaser is not a State but a local government and is the FTA Recipient or a
subgrantee of the FTA Recipient in accordance with 49 C. F. R. 18.36(i), the Contractor agrees
to provide the Purchaser, the FTA Administrator, the Comptroller General of the Unites States
or any of their authorized representatives access to any books, documents, papers and records
of the Contractor which are directly pertinent to this contract for the purposes of making audits,
examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C. F. R.
633.17 to provide the FTA Administrator or his authorized representatives including any PMO
Contractor access to Contractor's records and construction sites pertaining to a major capital
project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through
the programs described at 49 U.S.C. 5307, 5309 or 5311.
2. Not applicable
3.
3. Where the Purchaser enters into a negotiated contract for other than a small purchase or
under the simplified acquisition threshold and is an institution of higher education, a hospital or
other non-profit organization and is the FTA Recipient or a subgrantee of the FTA Recipient in
accordance with 49 C.F.R. 19.48, Contractor agrees to provide the Purchaser, FTA
Administrator, the Comptroller General of the Unites States or any of their duly authorized
representatives with access to any books, documents, papers and record of the Contractor
which are directly pertinent to this contract for the purposes of making audits, examinations,
excerpts and transcriptions.
4. Where any Purchaser which is the FTA Recipient or a subgrantee of the FTA Recipient in
accordance with 49 U.S.C. 5325(a) enters into a contract for a capital project or improvement
(defined at 49 U.S.C. 5302(a)1) through other than competitive bidding, the Contractor shall
make available records related to the contract to the Purchaser, the Secretary of Transportation
and the Comptroller General or any authorized officer or employee of any of them for the
purposes of conducting an audit and inspection.
3
Bonding requirements flow down to the first tier contractors.
FTA does not prescribe specific wording to be included in third party contracts. FTA has
prepared sample clauses as follows:
Bid Bond Requirements (Construction
(a) Bid Security
A Bid Bond must be issued by a fully qualified surety company acceptable to (Recipient)
and listed as a company currently authorized under 31 CFR, Part 223 as possessing a
Certificate of Authority as described thereunder.
(b) Rights Reserved
In submitting this Bid, it is understood and agreed by bidder that the right is reserved by
(Recipient) to reject any and all bids, or part of any bid, and it is agreed that the Bid may
not be withdrawn for a period of [ninety (90)) days subsequent to the opening of bids,
without the written consent of (Recipient).
It is also understood and agreed that if the undersigned bidder should withdraw any part
or all of his bid within [ninety (90)] days after the bid opening without the written consent
of (Recipient), shall refuse or be unable to enter into this Contract, as provided above, or
refuse or be unable to furnish adequate and acceptable Performance Bonds and Labor
and Material Payments Bonds, as provided above, or refuse or be unable to furnish
adequate and acceptable insurance, as provided above, he shall forfeit his bid security
to the extent of (Recipient's) damages occasioned by such withdrawal, or refusal, or
inability to enter into an agreement, or provide adequate security therefor.
It is further understood and agreed that to the extent the defaulting bidder's Bid Bond,
Certified Check, Cashier's Check, Treasurer's Check, and/or Official Bank Check
(excluding any income generated thereby which has been retained by (Recipient) as
provided in [Item x "Bid Security" of the Instructions to Bidders]) shall prove inadequate
to fully recompense (Recipient) for the damages occasioned by default, then the
undersigned bidder agrees to indemnify (Recipient) and pay over to (Recipient) the
difference between the bid security and (Recipient's) total damages, so as to make
(Recipient) whole.
The undersigned understands that any material alteration of any of the above or any of
the material contained on this form, other than that requested, will render the bid
unresponsive.
Performance and Payment Bonding Requirements (Construction)
The Contractor shall be required to obtain performance and payment bonds as follows:
(a) Performance bonds
1. The penal amount of performance bonds shall be 100 percent of the original
contract price, unless the (Recipient) determines that a lesser amount would be
adequate for the protection of the (Recipient).
2. The (Recipient) may require additional performance bond protection when a
contract price is increased. The increase in protection shall generally equal 100 percent
of the increase in contract price. The (Recipient) may secure additional protection by
directing the Contractor to increase the penal amount of the existing bond or to obtain an
additional bond.
(b) Payment bonds
1. The penal amount of the payment bonds shall equal: --
(i) Fifty percent of the contract price if the contract price is not more than $1
million. _
(ii) Forty percent of the contract price if the contract price is more than $1
million but not more than $5 million; or
(iii) Two and one half million if the contract price is more than $5 million.
2. If the original contract price is $5 million or less, the (Recipient)
may require additional protection as required by subparagraph 1 if
the contract price is increased. -
Performance and Payment Bonding Requirements (Non -Construction)
The Contractor may be required to obtain performance and payment bonds when
necessary to protect the (Recipient's) interest.
a) The following situations may warrant a performance bond:
1. (Recipient) property or funds are to be provided to the contractor for use in
performing the contract or as partial compensation (as in retention of salvaged material).
2. A contractor sells assets to or merges with another concern, and the (Recipient),
after recognizing the latter concern as the successor in interest, desires assurance that it
is financially capable.
3. Substantial progress payments are made before delivery of end items starts.
4. Contracts are for dismantling, demolition, or removal of improvements.
(b) When it is determined that a performance bond is required, the Contractor
shall be required to obtain performance bonds as follows:
1. The penal amount of performance bonds shall be 100 percent of ^
the original contract price, unless the (Recipient) determines that a lesser
amount would be adequate for the protection of the (Recipient).
2. The (Recipient) may require additional performance bond
protection when a contract price is increased. The increase in protection
shall generally equal 100 percent of the increase in contract price. The
(Recipient) may secure additional protection by directing the Contractor to
increase the penal amount of the existing bond or to obtain an additional
bond.
(c). A payment bond is required only when a performance bond is required,
and if the use of payment bond is in the (Recipient's) interest. —
ri
(d) When it is determined that a payment bond is required, the Contractor
shall be required to obtain payment bonds as follows:
The penal amount of payment bonds shall equal:
(i) Fifty percent of the contract price if the contract price is not more than $1
million.
(ii) Forty percent of the contract price if the contract price is more than $1 million
but not more than $5 million; or
(iii) Two and one half million if the contract price is increased.
Advance Payment Bonding Requirements
The Contractor may be required to obtain an advance payment bond if the contract contains an
advance payment provision and a performance bond is not furnished. The (recipient) shall
determine the amount of the advance payment bond necessary to protect the (Recipient).
Patent Infringement Bonding Requirements (Patent Indemnity)
The Contractor may be required to obtain a patent indemnity bond if a performance bond is not
furnished and the financial responsibility of the Contractor is unknown or doubtful. The
(recipient) shall determine the amount of the patent indemnity to protect the (Recipient).
Warranty of the Work and Maintenance Bonds
1. The Contractor warrants to (Recipient), the Architect and/or Engineer that all materials and
equipment furnished under this Contract will be of highest quality and new unless otherwise
specified by (Recipient), free from faults and defects and in conformance with the Contract
Documents. All work not so conforming to these standards shall be considered defective. If
required by the [Project Manager], the Contractor shall furnish satisfactory evidence as to the
kind and quality of materials and equipment.
2. The Work furnished must be of first quality and the workmanship must be the best
obtainable in the various trades. The Work must be of safe, substantial and durable
construction in all respects. The Contractor hereby guarantees the Work against defective
materials or faulty workmanship for a minimum period of one (1) year after Final Payment by
(Recipient) and shall replace or repair any defective materials or equipment or faulty
workmanship during the period of the guarantee at no cost to (Recipient). As additional security
for these guarantees, the Contractor shall, prior to the release of Final Payment [as provided in
Item X below], furnish separate Maintenance (or Guarantee) Bonds in form acceptable to
(Recipient) written by the same corporate surety that provides the Performance Bond and Labor
and Material Payment Bond for this Contract. These bonds shall secure the Contractor's
obligation to replace or repair defective materials and faulty workmanship for a minimum period
of one (1) year after Final Payment and shall be written in an amount equal to ONE HUNDRED
PERCENT (100%) of the CONTRACT SUM, as adjusted (if at all).
7
CLEAN AIR
42 U.S.C. 7401 et seq
40 CFR 15.61 —
49 CFR Part 18
Clean Air
(1) The Contractor agrees to comply with all applicable standards, orders or regulations
issued pursuant to the Clean Air Act, as amended, 42 U.S.C. 7401 et seq. . The —
Contractor agrees to report each violation to the Purchaser and understands and agrees
that the Purchaser will, in turn, report each violation as required to assure notification to
FTA and the appropriate EPA Regional Office.
(2) The Contractor also agrees to include these requirements in each subcontract
exceeding $100,000 financed in whole or in part with Federal assistance provided by
FTA.
RECYCLED PRODUCTS
42 U.S.C.6962
40 CFR Part 247
Executive Order 12873
Recovered Materials - The contractor agrees to comply with all the requirements of Section
6002 of the Resource Conservation and Recovery Act (RCRA), as amended (42 U.S.C. 6962),
including but not limited to the regulatory provisions of 40 CFR Part 247, and Executive Order
12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR Part
247.
DAVIS-BACON ACT
40 USQ276a-276a-5 (1995)
29 CFR 5 (1995)
The language in this clause is mandated under the DOL regulations at 29 C.F.R.5.5.)
(1) Minimum wages - (i) All laborers and mechanics employed or working upon the site of
the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in
the construction or development of the project), 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 issued by the Secretary of Labor under the
Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash —
equivalents thereof) due at time of payment computed at rates not less than those contained in
the wage determination of the Secretary of Labor which is attached hereto and made a part
hereof, regardless of any contractual relationship which may be alleged to exist between the
contractor and such laborers and mechanics.
Contributions made or costs reasonably anticipated for bona fide fringe benefits under section
1 (b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid
to such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section;
also, 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
8 ...
determination for the classification of work actually performed, without regard to skill, except
as provided in 29 CFR Part 5.5(a)(4). 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 employees payroll records accurately set forth the
time spent in each classification in which work is performed. The wage determination and the
Davis -Bacon poster (WH-1 321) 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.
(ii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or
mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor
shall either pay the benefit as stated in the wage determination or shall pay another bona fide
fringe benefit or an hourly cash equivalent thereof.
(iii) If the contractor does not make payments to a trustee or other third person, the
contractor may consider as 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 Secretary 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.
(iv) (A) The contracting officer shall require that any class of laborers or mechanics which is
not listed in the wage determination and which is to be employed under the contract
shall be classified in conformance with the wage determination. The contracting officer
shall approve an additional classification and wage rate and fringe benefits therefor only
when the following criteria have been met:
(1) The work to be performed by the classification requested is not performed by a
classification in the wage determination; and
(2) The classification is utilized in the area by the construction industry; and
(3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable
relationship to the wage rates contained in the wage determination.
(B) If the contractor and the laborers and mechanics to be employed in the
classification (if known), 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
Administrator of the Wage and Hour Division, Employment Standards Administration,
Washington, DC 2021 0. The 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.
(C) In the event the contractor, the laborers or mechanics to be employed in the
classification or their representatives, and the contracting officer do not agree on the
proposed classification and wage rate (including the amount designated for fringe
benefits, where appropriate), the contracting officer shall refer the questions, including
the views of all interested parties and the recommendation of the contracting officer, to
the Administrator for determination. The Administrator, or an authorized representative,
will issue a determination with 30 days of receipt and so advise the contracting officer or
9
will notify the contracting officer within the 30-day period that additional time is —
necessary.
(D) The wage rate (including fringe benefits where appropriate) determined pursuant to —
paragraphs (1)(iv) (B) or (C) of this section, shall be paid to all workers performing work
in the classification under this contract from the first day on which work is performed in
the classification. -'
(2) Withholding - The [ insert name of grantee ] shall upon its own action or upon written
request of an authorized representative of the Department of Labor withhold or cause to
be withheld from the contractor 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, so 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 subcontractor the full amount of wages required by the contract. In the event of
failure to pay any laborer or mechanic, including any apprentice, trainee, or helper,
employed or working on the site of the work (or under the United States Housing Act of
1937 or under the Housing Act of 1949 in the construction or development of the
project), all or part of the wages required by the contract, the [ insert name of grantee ]
may, after written notice to the contractor, sponsor, applicant, or owner, take such action
as may be necessary to cause the suspension of any further payment, advance, or
guarantee of funds until such violations have ceased. —
(3) Payrolls and basic records - (i) Payrolls and basic records relating thereto shall be
maintained by the contractor during the course of the work and preserved for a period of —
three years thereafter for all laborers and mechanics working at the site of the work (or
under the United States Housing Act of 1937, or under the Housing Act of 1949, in the
construction or development of the project). Such records shall contain the name, —
address, and social security number of each such worker, his or her correct
classification, hourly rates of wages paid (including rates of contributions or costs
anticipated for bona fide fringe benefits or cash equivalents thereof of 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. Whenever the Secretary of
Labor has found under 29 CFR 5.5(a)(1)(iv) 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
shall maintain records which show that the commitment to provide such benefits is
enforceable, that the plan or program is financially responsible, and that the plan or —
program has been communicated in writing to the laborers or mechanics affected, and
records which show the costs anticipated or the actual cost incurred in providing such
benefits. Contractors employing apprentices or trainees under approved programs shall _
maintain written evidence of the registration of apprenticeship programs and certification
of trainee programs, the registration of the apprentices and trainees, and the ratios and
wage rates prescribed in the applicable programs. —
(ii) (A) The contractor shall submit weekly for each week in which any contract work is
performed a copy of all payrolls to the [insert name of grantee ] for transmission to the —
Federal Transit Administration. The payrolls submitted shall set out accurately and
completely all of the information required to be maintained under 29 CFR part 5. 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 029-005-00014-1), U.S. Government Printing Office, Washington, DC
10
20402. The prime contractor is responsible for the submission of copies of payrolls by
all subcontractors.
(B) Each payroll submitted shall be accompanied by a "Statement of Compliance,"
signed by the contractor or subcontractor or his or her agent who pays or supervises the
payment of the persons employed under the contract and shall certify the following:
(1) That the payroll for the payroll period contains the information required to be maintained
under 29 CFR part 5 and that such information is correct and complete;
(2) That each laborer or mechanic (including each helper, apprentice, and trainee)
employed on the contract during the payroll period has been paid the full weekly wages
earned, without rebate, either directly or indirectly, and that no deductions have been
made either directly or indirectly from the full wages earned, other than permissible
deductions as set forth in Regulations, 29 CFR part 3;
(3) That each laborer or mechanic has been paid not less than the applicable wage rates
and fringe benefits or cash equivalents for the classification of work performed, as
specified in the applicable wage determination incorporated into the contract.
(C) The weekly submission of a properly executed certification 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 (3)(ii)(B) of
this section.
(D) The falsification of any of the above certifications may subject the contractor or
subcontractor to civil or criminal prosecution under section 1 001 of title 1 8 and
section 231 of title 31 of the United States Code.
(iii The contractor or subcontractor shall make the records required under
paragraph (3)(i) of this section available for inspection, copying, or transcription
by authorized representatives of the Federal Transit Administration or the
Department of Labor, 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 Federal
agency may, after written notice to the contractor, sponsor, applicant, or owner,
take such action 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.
(4) Apprentices and trainees
(i) Apprentices - Apprentices will be permitted to work at less than the predetermined rate
for the work they performed when they are employed pursuant to and individually
registered in a bona fide apprenticeship program registered with the U.S. Department of
Labor, 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 or 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. The allowable ratio of apprentices to journeymen on the job site in any
craft classification shall not be greater than the ratio permitted to the contractor as to the
11