HomeMy WebLinkAbout264477 TLM CONSTRUCTORS - CONTRACT - BID - 5866 SH 287 AND LAKE STREET MEDIAN IMPROVEMENTSSPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
SH 287 & LAKE STREET
MEDIAN IMPROVEMENTS
BID NO.5866
BID OPENING:
PURCHASING DIVISION
_ 215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS
JUNE 30, 2004 - 3:00 P.M. (OUR CLOCK)
,
i
■
§
�
�
f
■
■
!
|
§
■
f
�
�■
!l
�
.
f
1
�
||
—
k��
2
A
||||||
k�
`
)$
�
\
2§
a§
\
s§
. J
§§
.
�
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 fiiable 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),
CONTRACTOWs 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
E)CDC 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 I 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.
1.32A. 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 6:00 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 famish 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 Tines, Notice to Proceed:
2.3. The Contract Times will commence to run on the
thirtieth day after the Effective Date of the Agreement, or,
EICDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000)
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 he GeWraet Tiffws
eeffmwRee to fun laWF than the sixtieth day afiff the
of Bid epering or the Oi h a after the Effeefive
ef the n
.......y :.,,,..,,v.vrdate —ru-czsriacr.
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 and G)W shall each deliver to the
ether OWNER with copies to
ENGINEER,
certificates of insurance (and other evidence of insurance
reasombly--request mguested by OWNER) which
CONTRACTOR is required
to purchase and maintain in accordance with
paragraphs 5.4, 5.6 mil 5.7.
Preconstrucuon 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.
Initlally Acceptable Schedules:
2.9. Unless otherwise provided in the Contract
Documents,
before any work at the site begins
a conference attended by CONTRACTOR, ENGINEER
and others as appreptiate 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 I - General Requirements.
CONTRACTOR shall have an additional ten days to make
corrections 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 CONTRACTOWs 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
EJCDC GENERAL CONDITIONS 1910-5 (1990 Edition)
wl 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 refirence 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 or trade 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).
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 importare
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
thereof) 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
o f _ film elmr e's hen sueh i a
s against
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.Z. Subsurface and Physical Conditions:
41.1. 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:
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, p 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 f tither disturb such conditions
or perform any Work in connection therewith (except as
aforesaid) until receipt of written order to do so.
4.2A. ENGINEER's Review: ENGINEER will
promptly review the pertinent conditions, determine 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.
4.2.2.1. the completeness of such reports and 4.2.6. Possible Price and 71mes Adjustments: An
drawings for CONTRACTOR's purposes, equitable adjustment in the Contract Price or in the
including, but not limited to, any aspects of the Contract Times, or both, will be allowed to the extent that
means, methods, techniques, sequences and the existence of such uncovered or revealed condition
procedures of construction to be employed by causes an increase or decrease in CONTRACTOR's cost
CONTRACTOR and safety precautions and of, or time required for performance of, the Work; subject,
programs incident thereto, or however, to the following:
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
E1CDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
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
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 11 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; premptly
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
E1CDC 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.
PIN
1.,
• I. .
Milli
_
0000 . . YY• YYI •
TUN I
I. 1
.`. YY• Y .
-
--
NO
GM -00-
or revealed at the gite-
FJCDC 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 famish 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 CONTRACTORIs 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 famish 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 StaA Bureau of
Govemment Financial Operations, U.S. Treasury
Department. All Bonds signed by an agent must be
accompanied by a certified copy of such agenes 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, CeMfwates 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.
53.2. 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. Q.. sR ohm"
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
famishing of the Work and CONTRACTOR's other
obligations under the Contract Documents, whether it is to
be perfomred 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;
5A.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 5A.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 4/2000)
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 al I 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 OWNEWs own liability insurance as
will protect OWNER against claims which may arise from
operations under the Contract Documents.
Property Insurance:
W..AA I111�i�10111ll
F14!WF �i4. .
Iillf!l_liti WIN
WO
i
spesifisally required
by the Supplementary Gendifiefis;
F*aeealerA of 4inel"ng but net
t'stJ le fees d L a t
engineefs
laYL=•
altlwte*}
. -.. .. ...1 _. .. All
._.
.. ..-_
�_
�- •_
_1.
• . I. 1 ry , • • Y , Y • ,
_.
_
M, 1. 1 ^
5.9. OWNER shall not be responsible for purchasing
and maintaining any property insurance to protect the
interests of CONTRACTOR, Subcontractors or others in
id"fied in the Supplewadal-Y Gendifiens. The Fish Of
.Ing1j" we
puielms and maintain it at the purehase0s ewn expense
EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
10 W/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
•
I. Ir , • . YY• . Y
._ •1. IM_,
• , ..rS!Rs!rr
••. YY,
•_
_
M. I. Irr
1Y_
-- _.nWi
4 NOW
1. 1
1.•1_ .
• I. 1
•M.• ,. 1• • M. 1. 1
r • fll�.�..
-
• I. 1
COLORADO DEPARTMENT OF TRANSPORTATION
CONTRACTORS PERFORMANCE CAPABILITY STATEMENT
Project#
1. List names of partnerships or joint ventures p none
2. List decreases in the contractors fiscal or workmanship qualifications compared to the last prequalification statement
submitted to CDOT. (Attach additional sheets if necessary.)
a. Key personnel changes none
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
2nd Contractor's firm or company name (if joint venture)
By
Date
retie
CDOT Form #605 1192
•Y • •
-- - -
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 :f Fequired : gii°-- by any paf :
Acceptance of Bonds and Insurance, Option to Replace:
5.14. If either party (GA4NER or !V bRJ Arrf1D1
OWNER has any objection to the coverage afforded by or
other provisions of the Bends er insurance required to be
purchased and maintained by the eflter—)
CONTRACTOR in accordance with Article 5 on the basis
of non-conformance with the Contract Documents, the
OWNER will
notify CONTRACTOR in writing within ten fifteen days
after reeeipt delivery of the certificates (er etheFevideeee
requested) to OWNER as required by paragraph 2.7.
prwAded as the ether may msenably request. if eitheF
eei-mage, mid a Chmige Order- shall be issued te adjust A
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
EICDCGENERAL 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 continence
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' 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
Reeular Working Hours.
6.4. Unless otherwise specified in the General
Requirements, CONTRACTOR shall famish 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 City's purchasing restrictions. A
copy 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 29) 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.
6.62. 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 1910-5 (1990 Edition)
12 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000)
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 detennine 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. CONTRACTORS Expense: All data to be
provided by CONTRACTOR in support of arry
proposed "or -equal" or substitute item will be at
CONTRACTOR's 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
detemline 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'
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)
6_9.
CONTRACTOR shall perform not less than 20
percent of the Work with its own forces (that is
without subcontractine). 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. Biddine
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 a&anee of the spesifil
de* prior to the Effective Date of the Agreement for
acceptance by OWNER and ENGINEER, —and -if
CONTRACTOR CTO has L ./ list
eeeardanee with the Supplementary Cendifiens
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
efganizatien se identified may be reveleed on
in whieh ease GOIQ416� "I! subW& an
�i:: i i �'�fmT: �!s � IRS � l RT.!!�' f!!7!!f=T1!!!T.► �}�!{ l
J—'1yCi1NhhK. No acceptance by OWNER or
ENGINEER of any such Subcontractor, Supplier or
other person or organization shall constitute a waiver
of any tight 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 ENGMER
_ 1. �• • a, rill\CNN.]L.��1•�yy/j�!jTy!ljijf!��:ITT!►_f�1 ��1. -
_-
-
-
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.
EJCDC 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
furnishing 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
CONTRACTOR's 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.
6.15.1. OWNER is exem rat from Colorado State and
local sales and use taxes on materials to be
pemlanently 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
Regional 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
proiect 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 fiee 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 famish 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
E1CDC GENERAL CONDITIONS 1910-8 (1990 Edition)
16 K./ 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 he 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
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
EICDC 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 ENGINEER'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 OWNERS 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 11 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 OWNERS 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
EICDC 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
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. OWNEWs 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. Paragraph42 refers to OWNERS 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 maintaiiiing liability and pFeper-ty
forth in Ya-phs 5.5 dwe h c 1n
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 famishing or performance of the Work.
OWNER will not be responsible for CONTRACTOR's
failure to perform or Punish the Work in accordance with
the Contract Documents.
.. �_
.... . • .
PYR-Rh MR'
ARTICLE 9—ENGINEER'S STATUS DURING
CONSTRUCTION
0WNER'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.
vssits 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 ENGINEERS 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
Genditiens of these General Conditions. If OWNER
designates another representative or agent to represent
OWNER at the site who is not ENGINEER's Consultant,
agent or employee, the responsibilities and authority and
limitations thereon of such other person will be as
provided in the Supplernemmy GerAtien paraRraph 9.3
9.3.2. Duties and Responsibilities Representative
will:
9.3.2.1. Schedules - Review the progress
19
.... . • .
PYR-Rh MR'
ARTICLE 9—ENGINEER'S STATUS DURING
CONSTRUCTION
0WNER'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.
vssits 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 ENGINEERS 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
Genditiens of these General Conditions. If OWNER
designates another representative or agent to represent
OWNER at the site who is not ENGINEER's Consultant,
agent or employee, the responsibilities and authority and
limitations thereon of such other person will be as
provided in the Supplernemmy GerAtien paraRraph 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
Qreconstruction conferences, progress meetings
and odw iob conferences and prepare and
circulate copies of minutes of meeting`
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 requiting 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 determining that the Work is proceeding in
accordance with the Contract Documents
9.3.2.4.3. Accompany visiting inspectors
representing public or other agencies having
jurisdiction over the Proiect, 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 suagestions for
20 EJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
wl CITY OF FORT COLLINS MODIFICATIONS (REV V2000)
modification in DraM s or Specifications and
report these recommendations to ENGINEER.
Accurately hansinit to CONTRACTOR
decisions issued by the ENGINEER
9.3.2.7.Records.
9.3.2.8. Re2rts.
9.3.2.8.1. Funish ENGINEER periodic
reports. as requite of the progress of the
Work and !"ref CONTRACTOR'S
compliance with the Progress schedule and
schedule of shop Drawing and pMple
submittals.
9.3.2.8.2. Consult with ENG ER in
advance of scheduling maior tests
inks ections 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.E 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
wtth the established procedure for their
submission and forward with recommendation to
i
z
w
2
w
>
O
Q
a
O
9
O
z
°C
Q
LOU
W
LU
O UJ
W
V
NW
LL
U W
LU
z
O
LULU CcF-
ONU
2zW
QO�r'OW
Oz(D
W
O
Ha^i=«O
a N
oz
DO
N
N
f0
0
O
OD
O
Ln
�
}
v
J
to
U
N
O
a`
w
I
0
Q
w
r
fA
�
�
M
w
2
M
n
`o
w
�
N
N
Cry
w
vi
4 rt
V
U)
W
al
w
z
6
:
p
`Z
A
1
w
z
ENGINEER noting particularb/the relationship of
the payment requested to the schedule of values
work completed and materials and equipment
delivered at the site but not incorporated 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 accept any substitute
materials or equipment, unless authorized by the
ENGINEER.
9.33.2. 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.
9.3.14. 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 asspecifically authorized by the
ENGINEER.
Clarifications and Interpretations:
9.4. ENGINEER will issue with reasonable promptness
such written clarifications or interpretations of the
EICDC 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 11 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 1 I 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 ENGINEER's 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 party'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
EICDCGENERAL CONDITIONS 1910-8(1990Edidon)
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 pumaarA to AFfiele46.
9.13. Limitations on ENG17VEER'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 cant' 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
E1CDC GENERAL CONDITIONS 1910-8 t 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 irAlude 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 Fetirement benefitsr-bemuses;
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 mariner as CONTRACTOR's
Cost of the Work and fee as provided in
paragraphs 11A, 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:
11A.5.1. The proportion of necessary
transportation, travel and subsistence expenses of
CONTRACTOWs 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.
IIA.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.
11.4.5.9. Cost of premiums for additional Bonds
and insurance required because of changes in the
Work.
11.5. The tern Cost of the Work shall not include any of
the following:
11.5.1. Payroll costs and other compensation of
CONTRACTORS 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
CONTRACTORSs 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
CONTRACTORSs fee.
11.5.2. Expenses of CONTRACTORS 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).
EICDC 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 CONTRACTOWs 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 next !ewer tier , to be negotiated
in good faith with the OWNER but not to exceed
five Percent of the amount raid 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's 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 I I A 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. Unit 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. Determinations 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/ CrrY OF FORT COLLINS MODIFICATIONS (REV 42000)
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 acknowledges 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
any 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 claimants 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 detemvned 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
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 CONTRACTOWs 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 fi-oru (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
reasonable ti for their observation, inspecting and
testing. CONTRACTOR shall provide them proper and
safe conditions for such access and advise them of
CONTRACTOR's 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
EICDC 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
CONTRACTOR's 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 CONTRACTOR's expense unless
CONTRACTOR has given ENGINEER timely notice of
CONTRACTOR's 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 ENGINEER's observation
and replaced at CONTRACTOR's 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
ENGINEER's 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 ene year 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 1910-9 (1990 Edition)
28 w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42Do0)
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 em year
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 IL 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 CONTRACTOWs 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 ENGRgEER'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 subject 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 riaht to the
benefits of Colorado Revised Statutes, Section 24-91-101
et seq.
CONTRA CTOR'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 Applications for Progress Payment:
14.4. ENGINEER will, within ten days after receipt of
each Application for Payment, either indicate in writing a
EICDC GENERAL CONDITIONS 1910-8 (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 requiring 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 OVR41R 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 Udliwdon:
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
CONTRACTOWs 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.
JUNE 22, 2004
CITY OF FORT COLLINS
PLANHOLDERS LIST FOR
BID #5866
SH 287/LAKE STREET MEDIAN IMPROVEMENTS
ALL ABOUT SAFETY
12607 WCR 76
EATON, CO 80615
PH 970-686-6644
FAX 970-686-6059
TLM CONSTRUCTORS
P O BOX 336638
GREELEY, CO 80633
PH 970-346-8323
FAX 970-346-8324
KORBY LANDSCAPING
P O BOX 989
WELLINGTON, CO 80549
PH 970-568-7633
FAX 970-568-7635
CARNES SERVICE
P.O. BOX 1258
WELLINGTON, CO 80549
PH 970-568-3632
FAX 970-568-3165
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
E1CDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
to furnish such a release or receipt in fitll,
CONTRACTOR may famish 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
fortes conforrrune to the format of the OWNER'S standard
forms bound rn the Protect 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
TERMINATION
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 arty 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
15.2A. 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 1910-8 (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,
terminate 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 determined 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.
E)CDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 42000)
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.Cumuladve 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
n
34 E1CDC GENERAL CONDITIONS 1910-8 (1990 Edition)
w/CITY OF FORT COLLINS MODIFICATIONS (REV V2000)
(This page left blank intentionally.)
EICDC GENERAL CONDITIONS 1910-8 (1990 Edition) 35
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 412000)
EICDC GENERAL CONDITIONS 1910-8 (1990 Edition)
36 W/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
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.
EICDC GENERAL CONDITIONS 19I0-8 (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
E1CDC 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-4.2 Subsurface and Physical Conditions:
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).
City of Fort Collins
Administrative Services
Purchasing Division
CITY OF FORT COLLINS
ADDENDUM No. 1
BID #5866
SH 287 & LAKE STREET
MEDIAN IMPROVEMENTS
SPECIFICATIONS AND CONTRACT DOCUMENTS
Description of Bid #5866 SH 287 & Lake Street Median Improvements
OPENING DATE: June 30, 2004, 3:00p.m. (Our Clock)
To all prospective bidders under the specifications and contract documents described above, the
following changes are hereby made.
The Pre Bid meeting will take place at 281 North College, in Conference Room A, at 10:00 a.m.,
on June 22.
If you have any questions please contact John Stephen, CPPO, Senior Buyer, at 970-221-6777.
RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT
ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED.
215 North Mason Street • 2nd Floor • P.O. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6775 • FAX (970) 221-6707
SECTION 00900
ADDENDA, MODIFICATIONS AND PAYMENT
00950Contract Change Order
00960Application for Payment
17AM9
SECTION 00950
CHANGE ORDER NO.
PROJECT TITLE: SH 287 & LAKE STREET MEDIAN IMPROVEMENTS; BID NO. 5866
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 $ .00
TOTAL APPROVED CHANGE ORDER 0.00
TOTAL PENDING CHANGE ORDER 0.00
TOTAL THIS CHANGE ORDER 0.00
TOTAL % OF THIS CHANGE ORDER
TOTAL C.O.s OF ORIGNINAL CONTRACT
ADJUSTED CONTRACT COST $ 0.00
(Assuming all change orders approved)
ACCEPTED BY: DATE:
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
DATE:
DATE:
DATE:
DATE:
9/99 Section 00950 Page 1
Section 00960
Application for Payment
Insert pages 1 - 4
9/99
§
\
®
%b)§§
.
< --m
§oZZ.
z0
z
zP�ce
.
9672E
,
Gsowa
M
ƒ
0
.
<�
§
<
>
.0
/
)
�
k
ai
.2
}
�
£
\ )
j
\
.
k.(
.
)
co
\
§
&
`
#�
)
\�
{
[ P
0
' &
i
\ }
<
/
&
<
;
%
{'
£
=e
;/
k/\§\
z§
z\
)§E
\
§
5z
z
�
)
\
/
.
\
k<
0z
$)f
(
z0
)
{
Z
<
g {
2
7
/
»
S
.
/
(
y
CD
°
>
S
M
.
0-
§
_
ul
`
)
k
{{
\
CL
/
\
\
.\
»
7o
tf
�`
I
]
j
pj
<
]
@
\
( \
\
<
\
§
0
<
§ w
§
\
2
z z
z
C)
-
)
{
/
}>
f
k
/
. �
(
<
;
Zee
k
(
7 2/
M
i6
E
E.
k
k
4/
e
A
z
R
§/
k
Z
z.
c
N
am
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
0000.00000000000000000000000000000
0
0
�y
69vo�6969�0�69669�(A��w6690o66906
'A69699bo969
�
Eo69�
6969 696469 696969ee 6969 e969
o coo
t- w t-
a
N C p
O N m
_
E
inter a
0 C. 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0
0
0
6690' 0' 0, 0' 0* �06to6V0
c�69t4696969��690
64 69 69 69 6669 (A 69669 64 69 69 69
669
m
0 0
m
dE
d
a
E
0 y
U
m y Q
0
0 0 0 0 0 0 0 0 0 0 0 o 0 o 0 o o o o o o 0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0O. 0 0 0O. 0 0 0 0 0 0 0 0 0 0 00. 0 0 0 0 0 0 0 0 0 0 0 0 0
0
0
C
0.0
9 0.609 066966966fA 669966, 6
»� 6696696699 E0 OO696�9 D6646699060669 669 060
ci
� o
nd
E°
U w
0
0 > -
o m
�a O
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00
0 0 00 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
0
0
696969C; 0w69V���6Viw6�6ci o(A646 6c
96969�6969 6961i 69 H69 696969�646969 66969 69 69�A6
64
ooggg000 00000g0000000000S o
c o000000p00000000000000000000cc0000 0
z 69696969696969Wi69H6%6%69696969f9a969d96969M, 'A69"6969691A69 69
-c
a
C
N
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O
00000000 O O
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m (p 0 0 0 0 0 0 0 0 0 O
E 0) 69 69 69 09 69 69 w 69 69 69'f9 (19 «» Vi 619 69 f9 69 64 69 rn G9 69 69 69 69 rn 69 69 69 f9 69 f9 O»
I° W o t
N
m N O
O N C
(n2iFa
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
Vi 69 69 69 6969 Vi 69 f9 f9 69 rii Vi 69 69 64 64 69 69 (9 69 69 fA f9 fA 69 f9 (9 69 Vi 69 69 f9 69 69
E
n
E
0
0 a
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
000000000000000000000000000000000 0 0
j 69 69 69 fA ffi E9 69 69 69 f9 t9 69 f9 69 F9 fA 69 M fA f9 69 64 6) f9 f9 69 f9 (9 69 tR 69 69 69 f9 Vi
0
o a
m a
-a a)
Ea
O N
U =
>
0 N >
� d d
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
0000000000000000000000000000oc000 0 0
C 69 di fA 69 69 fA 69 Ui 69 69 FA 69 fA f9 64 Vi 69 69 69 69 69 69 ffi 69 69 69 69 69 69 69 fA 61) 69 69 69
0
0
a� E
y Q
E
U �
0 0$ o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O
00 C)OOOOOC)Oo000000OOOOOOOo000000o O o
00o00f;0000000000000CD, 00000a0o00000 0 0
p 69 69 69 f9 69 69 69 69 69 V3 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 69 flf 69 vi 69 69 69 69 f9
E
Q
m
U
'C
a
"c
c
w
0.
a
U
v)
J
Q
d
Q
0
U
~
o
H
aLU
fn
U
H
0
�
a
LL
O
O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O
O
W m
o o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
0
0 = Na
v9(a64&9.649-696961>69 /nssu�(avieo 61)e9696969694960611,cn646469F»6»
ta
a
oclL�
0
0
d
o»
N C
�F-a
0
v
o
0
� v
�
U c
N L m
�Ha
U)
c
0
0
Q v a
m '0 8
o
"'
c�a
F-
oaf'
w'
O
U
c
0
p
a
c�a
�
_ 2
m
a
d Z
SH 287 and Lake Street — Median Improvements
Colorado Department of Transportation
Project No. SHE 2873-128 (14591)
PROJECT GENERAL REQUIREMENTS INDEX
SECTION
Item
PAGE
01010
Summary of Work
GR 2-3
01040
Coordination
GR 4-5
01310
Construction Schedules
GR 6-7
01330
Survey Data
GR 8
01410
Testing
GR 9-10
01510
Temporary Utilities
GR 11
01560
Temporary Controls
GR 12
01700
Contract Closeout
GR 13
01800
Method of Measurement and Basis of Payment
GR 14
GR1
SECTION 01010
SUMMARY OF WORK
1.1 Description of Work
A. This work shall consist of the construction of an exposed aggregate,
colored concrete, hardscaped median on SH 287. Also included are
pavement removal, curb and gutter removal, barrier curb installation,
colored concrete median cover installation, manhole adjustment and
traffic control.
B. Protection and Restoration
1. Replace to equal or better condition all items removed and
replaced or damaged during construction. Restore all areas
disturbed to match surrounding surface conditions.
C. Construction Hours
1. Construction hours, except for emergencies, shall be limited to
7:00 a.m. to 6:00 p.m., Monday through Friday, unless otherwise
authorized in writing by the Engineer. After hour equipment
operation shall be in accordance with Section 1560.
2. Work that impedes traffic flow shall not be allowed between the
hours of 7:00 a.m. and 8:30 a.m. and between 3:30 p.m. and 6:00
p.m. or as approved as part of the Traffic Control Plan.
3. Any work performed by the Contractor outside of the construction
hours, whether or not authorized by the Engineer, shall entitle the
Owner to deduct from compensation due to the Contractor
sufficient funds to cover the Owner's cost in providing field
engineering and/or inspection services because of such work.
The cost for field engineering and inspection shall be $50.00 per
hour.
1.2 CONTRACTOR NOTICES TO PRIVATE OWNERS AND AUTHORITIES
A. Notify private owners of adjacent property, utilities, irrigation canal, and
affected governmental agencies when prosecution of the Work may affect
them.
B. Give notification 48 hours in advance to enable affected persons to
provide for their needs when it is necessary to temporarily deny access or
services.
C. Contact Utilities at least 48 hours prior to excavating near underground
utilities.
GR 2
D. Contact all agencies at least 72 hours prior to start of construction. Notify
all agencies of the proposed scope of work schedule and any items which
would affect their daily operation.
E. Marc Anderson will be the ENGINEER (Project Engineer/Manager)
Marc Anderson 970-221-6605 Mobile 217-6023
F. Names and telephone numbers of affected agencies and utilities in the _
area are provided in the Project Special Provisions, page PSP 26, and on
Sheet #3 of the plan set. Additional agencies which may be encountered
during construction are listed below for Contractor's convenience. _
Utility Locates Under One -Call System
800-922-1987
OSHA
303-844-5285
Larimer County Sheriff non emergency)
498-5100
Poudre Fire Authority non emergency)
221-6570
Poudre Valley Hospital non emergency)
495-7000
City of Fort Collins Police non emergency)
221-6540
Transfort
221-6620
City Traffic Department
221-6630
END OF SECTION
3
GR 3
CONTRACT DOCUMENTS TABLE OF CONTENTS
Section
BID INFORMATION
00020 Notice Inviting Bids
00100 Instruction to Bidders
00300 Bid Form
00400 Supplements to Bid Forms
00410 Bid Bond
00420 Statements of Bidders Qualifications
00430 Schedule of Major Subcontractors
CONTRACT DOCUMENTS
00500 Agreement Forms
00510 Notice of Award
00520 Agreement
00530 Notice to Proceed
00600 Bonds and Certificates
00610 Performance Bond
00615 Payment Bond
00630 Certificate of Insurance
00635 Certificate of Substantial Completion
00640 Certificate of Final Acceptance
00650 Lien Waiver Release(Contractor)
00660 Consent of Surety
00670 Application for Exemption Certificate
CONDITIONS OF THE CONTRACT
00700 General Conditions
Exhibit GC -A
00800 Supplementary Conditions
00900 Addenda, Modifications, and Payment
00950 Contract Change Order
00960 Application for Payment
SPECIFICATIONS
CDOTFORMS
FEDERAL FORMS
Pages
00020-1 - 00020-2
00100-1 - 00100-9
00300-1 - 00300-3
00400-1
00410-1 - 00410-2
00420-1 - 00420-3
00430-1
00500-1
00510-0
00520-1 - 00520-6
00530-1
00600-1
00610-1 - 00610-2
00615=1 - 00615-2
00630-1
00635-1
00640-1
00650-1 - 00650-2
00660-1
00670-1 - 00670-2
00700-1 - 00700-34
GC -Al - GC-A2
00800-1
00900-1
00950-1 - 00950-2
00960-1 - 00960-2
SECTION 01040
COORDINATION
1.1 GENERAL CONTRACTOR RESPONSIBILITIES
A. Coordinate operations under contract in a manner which will facilitate progress of
the Work.
B. Conform to the requirements of public utilities and concerned public agencies in
respect to the timing and manner of performance of operations which affect the
service of such utilities, agencies or public safety.
C. Coordinate operations under contract with utility work to allow for efficient
completion of the Work.
D. Coordinate all operations with the adjoining property owners, business owners,
and surrounding neighborhoods to provide satisfactory access at all times and
keep them informed at all times.
1.2 CONFERENCES
A. A Pre -Construction Conference will be held prior to the start of construction.
1. Contractor shall participate in the conference accompanied by all major
Subcontractors, including the Traffic Control Supervisor assigned to the
project.
B. Additional project coordination conferences may be held prior to start of
construction for coordination of the Work, refining project schedules, and utility
coordination.
C. Engineer may hold coordination conferences to be attended by all involved when
Contractor's operations affect or -is affected by, the work of others.
1.5 PROGRESS MEETINGS
A. Contractor's and Engineer's project representatives shall schedule and hold
regular progress meetings at least weekly and at other times as requested by the
Engineer or required by the progress of the Work.
B. Attendance shall include:
1. Contractor and superintendent
2. Owner's representative
4. Traffic Control Supervisor
5. Others as may be requested by Contractor or Owner
C. Minimum agenda shall include:
1. Review of work progress since last meeting.
2. Identification and discussion of problems affecting progress.
3. Review of any pending change orders.
4. Revision of construction schedule as appropriate.
GR 4
D. The Engineer and Contractor shall agree to weekly quantities at the progress
meeting. The weekly quantity sheets shall be signed by both parties. These
quantity sheets, when signed, shall be final and shall be the basis for the monthly
progress estimates. This process ensures accurate monthly project pay
estimates. —
END OF SECTION
GR 5
SECTION 01310
CONSTRUCTION SCHEDULES
1.1 GENERAL
A. The Contractor shall prepare a detailed schedule of all construction operations
and procurement after review of tentative schedule by parties attending the pre -
construction conference. This schedule will show how the Contractor intends to
meet the milestones set forth.
1. No work is to begin at the site until Owner's acceptance of the
construction progress schedule and report of delivery of equipment and
materials.
1.2 FORMAT AND SUBMISSIONS
A. Prepare construction and procure schedules in a graphic format suitable for
displaying scheduled and actual progress.
B. Submit two copies of each schedule to Owner for review.
C. The schedule must show how the street and various utility work will be
coordinated.
1.3 CONTENT
A. Construction Progress Schedule
1. Show the complete work sequence of construction by activity and
location.
2. Show changes to traffic control.
3. Show project milestones.
B. Report of delivery of equipment and materials.
1. Show delivery status of critical and major items of equipment and
materials.
2. Include a schedule which includes the critical path for shop drawings,
tests, and other submittal requirements for equipment and materials,
reference Section 01340.
1.4 PROGRESS REVISIONS
A. Submit revised schedules and reports at weekly project coordination meetings
when changes are foreseen and when requested by Owner or Engineer.
B. Show changes occurring since previous submission.
1. Actual progress of each item to date.
2. Revised projections of progress and completion.
C. Provide a narrative report as needed to define:
GR 6
1. Anticipated problems, recommended actions and their effects on the
schedule.
2. The effect of changes on schedules of others.
1.5 OWNER'S RESPONSIBILITY —
A. Owner's review is only for the purpose of checking conformity with the contract
documents and assisting Contractor in coordinating the Work with the needs of
the project.
B. It is not to be construed as relieving Contractor from any responsibility to _
determine the means, methods, techniques, sequences and procedures of
construction as provided in the General Conditions.
END OF SECTION
GR 7
SECTION 01330
SURVEY DATA
1.1 SURVEY REQUIREMENTS
A. The City of Fort Collins will provide all construction surveying for the project. The
Contractor shall provide 48 hrs notice, excluding weekends, when requesting
these services.
B. The Contractor shall protect all survey monuments and construction stakes. The
Contractor will be responsible for the cost of re -staking construction stakes and
re-establishing destroyed monuments.
END OF SECTION
9W.
SECTION 01410
TESTING
1.1 GENERAL
A. Provide such equipment and facilities as the Engineer may require for conducting —
field tests and for collecting and forwarding samples. Do not use any materials
or equipment represented by samples until tests, if required, have been made
and the materials or equipment are found to be acceptable. Any product which
becomes unfit for use after approval hereof shall not be incorporated into the
work.
B. All materials or equipment proposed to be used may be tested at any time during
their preparation or use. Furnish the required samples without charge and give
sufficient notice of the placing of orders to permit the testing. Products may be
sampled either prior to shipment or after being received at the site of the work.
C. Tests shall be made by an accredited testing laboratory selected by the Owner.
Except as otherwise provided, sampling and testing of all materials and the -�
laboratory methods and testing equipment shall be in accordance with the latest
standards and tentative methods of the American Society of Testing Materials
(ASTM). I —
D. Where additional or specified information concerning testing methods, sample
sizes, etc. is required, such information is included under the applicable sections
of the specifications. Any modifications of, or elaboration on, these test
procedures which may be included for specific materials under their respective
sections in the specifications shall take precedence over these procedures.
1.2 OWNER'S RESPONSIBILITIES
A. Owner shall be responsible for, and shall pay all costs in connection with, -'
acceptance testing for the following:
1. Soil and aggregate tests, except those called for under submittals thereof. —
2. Tests not called for by the specifications of materials delivered to the site,
but deemed necessary by Owner.
3. Concrete tests, except those called for under submittals thereof. —
4. Asphalt tests, except those called for under submittals thereof.
1.3 CONTRACTOR RESPONSIBILITIES
A. In addition to those inspections and tests called for in the General Conditions,
Contractor shall also be responsible for, and shall pay for all costs in connection
with, testing required for the following:
1. All performance and field testing specifically called for by the
specifications. �-
2. All retesting for work or materials found defective or unsatisfactory,
including tests covered under 1.2 above.
GR 9
3. All minimum call out charges or stand by time charges from the tester due
to the Contractor's failure to pave, pour, or fill on schedule for any reason
except by action of the Engineer.
B. Contractor shall notify the Project Engineer at least 48 hours prior to performing
an operation that would require testing.
1.4 CONTRACTOR'S QUALITY CONTROL SYSTEM
A. The Contractor shall establish a quality control system to perform sufficient
inspection and tests of all items of work, including that of his Subcontractors, to
ensure conformance to the functional performance of this project. This control
shall be established for all construction expect where the contract documents
provide for specific compliance test by testing laboratories or engineers
employed by the Owner. The Contractor's control system shall specifically
include all testing required by the various sections of these specifications.
B. The Contractor shall employ a full time superintendent to monitor and coordinate
all facets of the work. The superintendent shall have adequate experience to
perform the duties of superintendent.
C. Contractor's quality control system is the means by which he assures himself that
his construction complies with the requirements of the contract documents.
Controls shall be adequate to cover all construction operations and should be
keyed to the proposed construction schedule.
D. Maintain correct records on an appropriate form for all inspections and tests
performed, instructions received from the Engineer and actions taken as a result
of those instructions. These records shall include evidence that the required
inspections or tests have been performed (including type and number of
inspections or tests, nature of defects, causes for rejection, etc.) proposed or
directed remedial action, and corrective action taken. Document inspections and
tests as required by each section of the specifications. Provide copies to
Engineer weekly.
END OF SECTION
GR 10
SECTION 01510
TEMPORARY UTILITIES
1.1 UTILITIES
A. Fumish all utilities necessary for construction. —
B. Make arrangements with Owner for water.
1. Meters may be obtained through the Water Utility Meter Shop at 221-
6759.
C. Furnish necessary water trucks, pipes, hoses, nozzles and tools and perform all
necessary labor.
1.2 SANITARY FACILITIES
A. Furnish temporary sanitary facilities at each site for the needs of construction
workers and others performing work or furnishing services on the project.
B. Properly maintain sanitary facilities of reasonable capacity throughout —
construction periods.
C. Enforce the use of such sanitary facilities by all personnel at the site. _
D. Obscure from public view to the greatest practical extent.
END OF SECTION —
GR 11
SECTION 01560
TEMPORARY CONTROLS
1.1 NOISE CONTROL
A. Take reasonable measures to avoid unnecessary noise when construction
activities are being performed in populated areas.
B. Construction machinery and vehicles shall be equipped with practical sound
muffling devices, and operated in a manner to cause the least noise consistent
with efficient performance of the work.
C. Cease operation of all machinery and vehicles between the hours 6:00 p.m. and
7:00 a.m.
1.2 DUST CONTROL
A. Dusty materials in piles or in transit shall be covered when necessary to prevent
blowing.
B. Earth and road surfaces subject to dusting due to construction activities and
detouring of traffic shall be kept moist with water.
1.3 POLLUTION CONTROL
A. Prevent the pollution of drains and water courses by sanitary wastes, concrete,
sediment, debris and other substances resulting from construction activities.
1. Retain all spent oils, hydraulic fluids and other petroleum fluids in
containers for disposal off the site.
2. Prevent sediment, debris or other substances from entering sanitary
sewers, storm drains and culverts.
1.4 TRAFFIC CONTROL
A. Maintain traffic control in accordance with the "Manual of Uniform Traffic Control
Devices (MUTCD)", the City of Fort Collins "Work Area Traffic Control
Handbook", and the Larimer County Urban Area Street Standards. In the event
of a conflict between the MUTCD and City criteria, the City criteria shall govern.
1.5 HAUL ROUTES
0
A. The Engineer reserves the right to set haul routes in order to protect pavements,
both new and old, from heavy loads. These pavements may include, but are not
limited to, recently constructed pavements, recently overlaid pavements, and/or
pavements whose condition would be significantly damaged by heavy loads.
END OF SECTION
GR 12
SECTION 01700
CONTRACT CLOSEOUT
1.1 CLEANING AND RESTORATION
A. Return the premises and adjacent properties to conditions existing or better than _
existing at the time the work was started. This will include providing labor,
equipment and materials for cleaning, repairing and replacing facilities damaged
or soiled during construction. The Engineer will be the judge of the degree of _
restoration required.
1.2 PROJECT RECORD DOCUMENTS
A. Maintain on the job site and make available to the Engineer upon request, one
current marked up set of drawings which accurately indicate all approved
variations in the completed work that differ from the design information shown on
the drawings. These drawings should reflect all underground obstacles
encountered.
B. These record drawings along with any survey records, photographs and written
descriptions of said work as may be required by the Engineer shall be submitted
prior to project acceptance.
END OF SECTION
GR 13
SECTION 00020
INVITATION TO BID
SECTION 01800
METHOD OF MEASUREMENT AND BASIS OF PAYMENT
1.1 DEFECTIVE WORK
A. Owner will not pay for defective work and will not pay for repair or additional work
required to bring the project to a point of acceptance.
1.2 BID PRICE
A. The total bid price covers all work required by the contract documents. All work
not specifically set forth as a pay item in the bid form shall be considered a
subsidiary obligation of the Contractor and all costs in connection therewith shall
be included in the prices bid for the various items of work.
B. Prices shall include all costs in connection with the proper and successful
completion of the work, including furnishing all materials, equipment and tools,
and performing all labor and supervision to fully complete the work.
C. Unit prices shall govern over extensions of sums.
D. Unit prices shall not be subject to renegotiation.
1.3 ESTIMATED QUANTITIES
A. All quantities stipulated in the bid form at unit prices are approximate and are to
be used only as a basis for estimating the probable cost of the work and for the
purpose of comparing the bids submitted to the work. The basis of payment shall
be the actual amount of materials furnished and work done.
B. Contractor agrees that he will make no claim for damages, anticipated profits or
otherwise on account of any difference between the amount of work actually
performed and materials actually furnished and the estimated amount.
��i<IZi79601:10repi,I
GR 14
Federal Aid Project # SHE 2873-128 June 1, 2004
Project Code # 14591
PROJECT SPECIAL PROVISIONS
The Colorado Department of Transportation "Standard Specifications for Road and
Bridge Construction (1999)", except as revised, is the minimum standard of compliance
for this project. The City of Fort Collins Storm Drainage Construction Standards, City of
Fort Collins Water Utilities Standard Construction Specifications, Larimer County Urban
Area Street Standards and City of Fort Collins Work Area Traffic Control Handbook shall
also serve as minimum standards of compliance for this project. They are not Included
in the contract documents, but may be obtained at the appropriate City Departments. It
shall be the Contractor's responsibility to purchase and be familiar with all of the City
Department Specifications. These project specifications, City Department specifications,
and CDOT standard specifications are considered minimum standards for compliance on
this project. In those instances where the CDOT Standard Specifications conflict with
the City specifications listed above, the City specifications shall govern.
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 and metric (SI) units, the English units apply and
are the specification requirement.
Index of Pages
PSP 1
Notice to Bidders
PSP 2
Commencement and Completion of Work
PSP 3
Work to be Completed by the City of Fort Collins Forces
PSP 4
Contract Goal
PSP 5
OJT Contract Goal
PSP 6
Revision of Section 105 — Claims for Contract Adjustment
PSP 7
Revision of Section 107 - Insurance
PSP 8
Revision of Section 108 — Prosecution and Progress
PSP g
Revision of Section 202 — Removal of Structures and Obstructions
PSP 10-11
Revision of Section 203 — Excavation and Embankment
PSP 12
Revision of Section 207 - Topsoil
PSP 13-14
Revision of Section 208 — Concrete Washout Structure
PSP 15-16
Revision of Section 209 — Watering and Dust Palliative
PSP 17
Revision of Section 210 — Reset Structures
PSP 18
Revision of Section 213 — Mulching
PSP 19
Revision of Section 214 — Planting
PSP 20
Revision of Section 306 — Reconditioning
PSP 21
Revision of Section 403 — Hot Bituminous Pavement
PSP 22
Revision of Section 609 — Curb and Gutter
PSP 23
Revision of Section 614 and 630 — Retroreflective Sign Sheeting
PSP 24
Revision of Section 630 — Traffic Cone
PSP 25
Revision of Section 630 — Construction Zone Traffic Control
PSP 26-28
Traffic Control Plan — General
PSP 29
Force Account Items
PSP 30
Utilities
PSP 31
PSP 1
Federal Aid Project # SHE 2873-128
Project Code # 14591
NOTICE TO BIDDERS
June 1, 2004
It is recommended that bidders on this project review the work site and plan details with an
authorized City representative. Prospective bidders shall contact one of the following listed
authorized City representatives at least 12 hours in advance of the time that they wish to review
the project.
Engineering Design Manager:
John Lang, P.E.
Engineering Department
City of Fort Collins
281 North College Avenue
Fort Collins, CO 80522-0580
Project Manager.
Marc Anderson, P.E.
Engineering Department
City of Fort Collins
281 North College Avenue
Fort Collins, CO 80522-0580
Phone: (970) 221-6605
Fax: (970) 221-6378
Phone: (970) 221-6605
Fax: (970) 221-6378
The above referenced individuals are the only representatives of the City with authority to
provide any information, clarification or interpretation regarding the plans, specifications, and
any other contract documents or requirements.
Where reference is made in the plans and specifications to Owner, Department, Chief Engineer,
Resident Engineer, Project Engineer, Engineer, and Inspection and Testing PLgency it is
understood to mean the City of Fort Collins, Colorado, representative.
PSP 2
Federal Aid Project # SHE 2873-128 June 1, 2004
Project Code # 14591
COMMENCEMENT AND COMPLETION OF WORK
The Contractor shall commence work under the Contract on or before the 14th day following the
date of award unless such time for beginning the work is changed by the City in the "Notice to
Proceed".
Substantial Completion is defined as the completion of all work 30 calendar days from the date
on the "Notice to Proceed".
Final Completion is defined as the completion of all punch list items 15 calendar days from
Substantial Completion.
The Contractor's Bar Chart Progress Schedule shall, at a minimum, include:
1. Traffic control
2. Construction survey (by City forces)
3. Removals
4. Excavation
5.. Reconditioning
- - 6. Curb installation
7. Embankment
8. Tree installation
9. Topsoil installation
10. Irrigation installation
11. Weed barrier installation
12. Wood mulch installation
PSP 3
Federal Aid Project # SHE 2873-128 June 1, 2004
Project Code # 14591
CONTRACT GOAL (COMBINED)
The Department has determined that Underutilized Disadvantaged Business Enterprises
(UDBEs) will participate by contracting for a part of the work for this contract. The contract goal
for participation in this contract by certified DBEs who have been determined to be underutilized
has been established as follows:
UDBE8` 0 Percent
The percentage will be calculated from proposals received for this project according to the
following formula:
Percentage = 100 x *Dollar amount of work to be contracted to underutilized DBEs (UDBEs)
Total dollar amount of the original contract
Based on DBE contract unit prices rather than prime contract unit prices
&All DBEs will be considered to be UDBEs.
NOTE: Specific Good Faith Efforts required to meet the contract goal specified above are
defined in the standard special provisions. In addition, the Transportation Commission has
determined an overall 12.69% annual goal for the participation of all DBEs.
PSP 5
Federal Aid Project # SHE 2873-128
Project Code # 14591
WORK TO BE COMPLETED BY THE CITY
The City of Fort Collins will provide the following work items for the project:
Construction Surveying
Asphalt Mat Planing
Asphalt Pavement Materials and Installation
Sign Installation
Pavement Striping
Manhole Adjustment
Light Standard Removal
Light Standard Installation
Quality Acceptance Testing
June 1, 2004
PSP 4
Federal Aid Project # SHE 2873-128 June 1, 2004
Project Code # 14591
CONTRACT GOAL (COMBINED)
The Department has determined that Underutilized Disadvantaged Business Enterprises
(UDBEs) will participate by contracting for a part of the work for this contract. The contract goal
for participation in this contract by certified DBEs who have been determined to be underutilized
has been established as follows:
UDBE8` 0 Percent
The percentage will be calculated from proposals received for this project according to the
following formula:
Percentage = 100 x "Dollar amount of work to be contracted to underutilized DBEs (UDBEs
Total dollar amount of the original contract
'Based on DBE contract unit prices rather than prime contract unit prices
8'AII DBEs will be considered to be UDBEs.
NOTE: Specific Good Faith Efforts required to meet the contract goal specified above are
defined in the standard special provisions. In addition, the Transportation Commission has
determined an overall 12.69% annual goal for the participation of all DBEs.
PSP 5
Federal Aid Project # SHE 2873-128 June 1, 2004
Project Code # 14591
OJT CONTRACT GOAL
The. Department has determined that on-the-job training shall be provided to trainees with the
goal of developing full journey workers in the types of trade or classification involved. The
contract goal for on-the-job trainees working in an approved training plan in this Contract has
been established as follows:
Minimum number of total On -the -Job training hours required 0 hours and 0 dollars.
PSP 6
Federal Aid Project # SHE 2873-128
Project Code # 14591
June 1, 2004
REVISION OF SECTION 105
CLAIMS FOR CONTRACT ADJUSTMENT
Section 105 of the Standard Specifications is hereby revised for this project as follows:
Subsection 105.17 shall be revised as follows:
The Colorado Department of Transportation will not participate in the resolution process
for any claims filed by the Contractor.
PSP 7
Federal Aid Project # SHE 2873-128 June 1, 2004
Project Code # 14591
REVISION OF SECTION 107
INSURANCE
Subsection 107.18 is revised to include the following:
For this project, all insurance certificates shall name the Colorado Department of
Transportation as an additional insured party.
PSP 8
SECTION 00020
INVITATION TO BID
Date: June 7, 2004
Sealed Bids will be received by the City of Fort Collins (hereinafter referred to
as OWNER), at the office of the Purchasing Division, 3:00 P.M., our clock, on
June 30, 2004, for the SH 287 & LAKE STREET MEDIAN IMPROVEMENTS; BID NO. 5866.
If delivered, they are to be delivered to 215 North Mason Street, 2"d Floor, Fort
Collins, Colorado, 80524. If mailed, the mailing address is P. O. Box 580, Fort
Collins, CO 80522-0580.
At said place and time, and promptly thereafter, all Bids that have been duly
received will be publicly opened and read aloud.
The Contract Documents provide for the construction of the extension of the north
median at the College Avenue and Lake Street intersection including removal,
replacement, installation, or modification of pavement, curb and gutter, wood
mulch, barrier curb, excavation, borrow, topsoil, wood mulch, deciduous trees,
weed barrier fabric, and traffic control.
This project is Federal funded and includes all Federal and CDOT requirements.
The UDBE goal is 0%.
Ali Bids must be in accordance with the Contract Documents on file with The City
of Fort Collins, 215 North Mason St., 2nd floor, Fort Collins, Colorado 80524.
Contract Documents will be available June 9, 2004.
Copies of the Contract Documents, complete with Construction Specifications and
Drawings, may be obtained from Purchasing Division at 215 North Mason St., 2nd
floor, Fort Collins, Colorado, 80521 upon payment of a refundable fee of Fifty
Dollars ($50.00) per set. No partial sets will be issued.
The Contract Documents and Construction Drawings may be examined at:
1. City of Fort Collins, Purchasing Division.
2. The Daily Journal, 2000 S. Colorado Blvd. Suite 2000, Denver, Colorado.
3. CMD Denver Plan Room, 8878 Barrons Blvd., Highlands Ranch, Colorado
4. Builders Exchange, 223 South Link Lane, Fort Collins, Colorado.
5. The Plan Room, 2176 South Jasmine St. Door "E"/Suite 219, Denver, Colorado.
A prebid conference and job walk with representatives of prospective Bidders will
be held at 10:00a.m., on June 22, 2004, at 218 North College, Conference Room A.
Prospective Bidders are invited to present their questions relative to this Bid
proposal at this meeting.
Bids will be received as set forth in the Bidding Documents.
The Work is expected to be commenced within the time as required by Section 2.3
07/2001 Section 00020 Page 1
Federal Aid Project # SHE 2873-128 June 1, 2004
Project Code # 14591 —
REVISION OF SECTION 108
PROSECUTION AND PROGRESS
Section 108 of the Standard Specifications is hereby revised as follows:
Subsection 108.04 is revised to include the following: All work shall be substantially completed In thirty calendar days from the date of the
Notice to Proceed. Work hours shall be 7:00 a.m. to 6:00 p.m., Monday through Friday,
or as approved by the Engineer.
The City may assess damages in the amount of $1,000 per day in the event the work is _
not completed within 30 calendar days.
fkk9;1:]
Federal Aid Project # SHE 2873-128 June 1, 2004
Project Code # 14591
REVISION OF SECTION 202
REMOVAL OF STRUCTURES AND OBSTRUCTIONS
Section 202 of the Standard Specifications is hereby revised for this project as follows:
CONSTRUCTION REQUIREMENTS
Section 202.02 is revised to include the following:
Existing wood mulch and weed barrier will be removed and disposed of by the
Contractor to the limits shown on the plans.
Section 202.07 is revised to include the following:
This item shall include the removal of asphalt pavement. Existing asphalt pavement
varies in thickness from 4 inches to 8 inches.
As Constructed plans for College Avenue indicate concrete pavement exists under the
asphalt pavement in the north bound lanes.
Before removal, asphalt pavement and concrete curb and gutter shall be saw cut full
depth to a clean and straight vertical line. Pieces of concrete and asphalt pavement
which crack or break beyond the limits of construction due to Contractor's operations
shall be saw cut or removed to the nearest joint and removed and replaced at the
Contractor's expense. The Engineer will determine the limit of the repair.
METHOD OF MEASUREMENT
Section 202.11 is revised to include the following:
The Contractor and Engineer shall field measure and agree upon the quantity to be
removed before the work commences. Should the Contractor fail to request the
Engineer to measure any work, the Contractor shall not be compensated for materials
that were not measured by the Engineer.
Removal of pavement, wood mulch, curb and gutter, or obstructions as described in
section 202.01 beyond the limits designated by the Engineer will be the responsibility of
the Contractor and will not be paid for under this section.
BASIS OF PAYMENT
No additional payment will be made for concrete pavement removal if it is encountered
under the asphalt pavement.
Saw cutting pavement will not be paid for separately and shall be subsidiary to Removal
of Asphalt Mat.
No additional payment will be made for weed barrier removal and shall be included in
the cost for removal of wood mulch.
PSP 10
Federal Aid Project # SHE 2873-128 June 1, 2004
Project Code # 14591
Subsection 202.12 is revised to include the following:
Payment will be made under:
Item No.
Pay Item
Pay Unit
202.01
Removal of Concrete Median Cover
SY
202.02
Removal of Wood Mulch
SY
202.03
Removal of Curb and Gutter
LF
202.04
Removal of Asphalt Mat
SY
PSP 11 ...
Federal Aid Project # SHE 2873-128 June 1, 2004
Project Code # 14591
REVISION OF SECTION 203
EXCAVATION AND EMBANKMENT
Section 203 of the Standard Specifications is hereby revised for this project as follows
CONSTRUCTION REQUIREMENTS
Subsection 203.05 is revised to include the following:
Material excavated from the roadway will be placed and graded in the new median
without moisture and density control.
Subsection 203.06 is revised to include the following:
Borrow material shall be approved by the Engineer.
Borrow for the project shall be placed and graded without moisture or density control
between the new barrier curbs as shown on the plans.
BASIS OF PAYMENT
Subsection 203.13 is revised to include the following:
Payment will be made under:
Item No.
Pay Item
Pay Unit
203. 11
203.02
Unclassified Excavation (CIP)
Borrow (CIP) (special)
CY
CY
PSP 12
Federal Aid Project # SHE 2873-128 June 1, 2004
Project Code # 14591 _
REVISION OF SECTION 207
TOPSOIL
Section 207 of the Standard Specifications is hereby revised for this project to include the
following:
MATERIALS
Subsection 207.02 shall include the following:
Topsoil for this project shall consist of loose friable loam amended with organic enhancements.
A. Pre -amended Topsoil shall have the following characteristics: ~
1. Shall have a range of three to four percent organic matter as determined by the
ignition of a moisture free sample dried to determine loss in accordance with
current methods of the Association of Official Agriculture Chemists.
2. Shall have a PH between 6.5 and 8.0.
3. Sodium Absorption Rate (SAR) and Electrical Conductivity (EC), readings are not
to exceed three mmhos/cm.
4. Particle Sizes: Topsoil shall be loam to sandy loam.
5. Must be weed -free at the time of spreading operations. This can be achieved by
following Subsection 217.03. -
B. Soil Amendment:
Pre -amended topsoil shall receive soil amendments at the following rate:
3 cubic yards per 1,000 square feet of organic amendment.
The organic amendment shall include the following:
An organic product containing a mixture of composted cow or sheep manure and wood
residue that has been aerobically and naturally processed in such a manner as to
maintain a consistent temperature of 60 degrees Celsius (140 degrees Fahrenheit) or
greater for a period of time that is long enough to accomplish the following '-
specifications:
1. The windrows of composted organic amendment (cow or sheep manure) have to be composted for 70 to 90 days. Certification must be provided to prove the
product has gone through this process.
2. Eradicate harmful pathogens, including coliform bacteria. —
3. Create a carbon to nitrogen ratio of no less than 15/1 to 25/1.
4. Contain no solid particle greater than % inch in diameter.
5. Have a non -offensive smell similar to fresh turned soil.
6. Contain no significant level of dirt or soil and contain a maximum of 30 percent —
composted wood residue (pine or aspen wood).
The pH after composting shall be between 5.0 and 7.5 with an organic matter content of
no less than 30 percent. The Contractor shall submit a 2 lb. sample of the product 1
week before its use on the project site for the Engineer's approval. A Certificate of
Compliance shall be provided to the Engineer to verify the organic matter content, pH
and carbon matter to nitrogen ratio.
PSP 13
Federal Aid Project # SHE 2873-128
Project Code # 14591
June 1, 2004
The Contractor shall submit two samples of topsoil to a soils laboratory for analysis. The
cost of the test shall be at the Contractor's expense. The results will be submitted to the
Engineer for review two weeks prior to placement. Based on the results, the Engineer
can request soil amendments appropriate to have topsoil conform to these specifications
at no cost to the project. The organic amendment shall be an organic product containing
a mixture of composted cow or sheep manure and wood residue that has been
aerobically and naturally processed in such a manner as to maintain a consistent
temperature of 60 degrees Celsius (140 degrees Fahrenheit) or greater for a period of
70 to 90 days, and be approved by the Engineer.
CONSTRUCTION REQUIREMENTS
Subsection 207.03 shall include the following:
Amended topsoil shall be backfilled around the tree rootball to a minimum depth of 24
inches within the confines of the tree rootball excavation area.
Delete Subsection 207.04 and replace with the following:
METHOD OF MEASUREMENT
Amended topsoil will be measured at its source as described in section 203 and paid for
as Topsoil (special).
Subsection 207.05 shall include the following:
BASIS OF PAYMENT
Payment will be made under:
Item No.
Pay Item
Pay Unit
207.01
Topsoil (special)
CY
Payment will be full compensation for all labor, materials, organic amendment and
equipment required to complete the work.
PSP 14
Federal Aid Project # SHE 2873-128 June 1, 2004
Project Code # 14591
REVISION OF SECTION 208
CONCRETE WASHOUT STRUCTURE
Section 208 of the Standard Specifications is hereby revised for this project as follows:
Subsection 208.01 shall include the following:
This work includes the installation of a concrete washout structure that will contain
washout from concrete placement operations and construction equipment cleaning
operations.
Subsection 208.02 shall include the following:
I. Concrete Washout Structure. Embankment required for the concrete washout
structure may be excavated material, provided that this material meets the
requirements of Section 203 for embankment.
Subsection 208.03 shall include the following:
d. Concrete Washout Structure Design. The Contractor shall submit a structure design
at the Pre -Construction Conference that details structure components and location.
The structure shall be approved by the Engineer prior to installation. A suggested —
location for the structure is within the existing median within the work zone.
The structure shall meet the following requirements:
1. Structure shall contain all washout water.
2. Storm water shall not cant' wastes from the washout location. —
3. The site shall be located a minimum of 50 horizontal feet from state waters as
defined in subsection 107.25.
4. The site shall be signed as "Concrete Washout". _
5. Each concrete truck driver shall be aware of the site location.
6. The site shall be accessible to appropriate vehicles.
7. The bottom of excavation must be lined with a synthetic liner that is designed to
control seepage to a maximum rate of 10$ centimeters per second. —
8. Freeboard capacity shall be included into structure design to reasonably ensure
the structure will not overtop during or because of a precipitation event.
9. All measures shall be taken to prevent tracking of washout material onto the —
roadway surface.
10. Adding solvents, flocculents or acid to wash water is prohibited.
Subsection 208.05 shall include the following:
I. Concrete Washout Structure. The concrete washout structure shall be completed
and ready to use prior to concrete placement operations. The structure shall be
fenced with orange plastic fencing to provide a barrier to construction equipment and
to aid in identification of the washout area.
Waste material from concrete washout operations shall be removed and disposed of
in accordance with subsection 208.04 (f) when it has accumulated to one-half of the
wet storage capacity of the structure. —
PSP 15
Federal Aid Project # SHE 2873-128
Project Code # 14591
June 1, 2004
Removal of the structure upon completion of concrete placement operations shall be
as directed by the Engineer.
Subsection 208.06 shall include the following:
10. Failure to install and properly use a concrete washout structure for containing
washout from concrete placement operations.
In subsection 208.06, delete the last paragraph and replace with the following:
The Engineer will notify the Contractor in writing of each incident of failure to perform
erosion control for items (1) through (10) above. The Contractor will be allowed 7
calendar days from the date of notification to correct the failure. The Contractor will be
charged $500 in liquidated damages for each calendar day after the seventh day that
one or more of the incidents of failure for items (1) through (10) above remain
uncorrected. The liquidated damages are based on daily costs associated with having a
CDOT Regional Erosion Control Team (RECAT) on site to address the impact of failing
to meet one or more of these erosion control measures. The liquidated damages will
accumulate for each cumulative day that one or more of the incidents remain
uncorrected. The number of liquidated damages days will be cumulative for the duration
of the project. Total liquidated damages will be deducted from monies due to the
Contractor.
Subsection 208.07 shall include the following:
Concrete washout structure shall be the actual number that are installed and accepted,
and will include excavation, embankment, concrete, erosion bales and fencing.
Subsection 208.08 shall include the following:
Payment will be made under:
Item No.
Pay Item
I Pay Unit
208.01
1 Concrete Washout Structure
I EA
Payment will be full compensation for all labor, materials and equipment required to
complete the work.
Concrete washout and waste material disposal will not be measured and paid for
separately, but shall be included in the work.
PSP 16
Federal Aid Project # SHE 2873-128
Project Code # 14591
June 1, 2004
REVISION OF SECTION 209
WATERING AND DUST PALLIATIVES
Section 209 of the Standard Specifications is hereby revised for this project as follows:
METHOD OF MEASUREMENT
Section 209.07 is revised to include the following:
Water required for the project, including water for dust palliative, will not be measured or
paid for separately, but shall be included in the work.
0
PSP 17 _
Federal Aid Project # SHE 2873-128 June 1, 2004
Project Code # 14591
REVISION OF SECTION 210
RESET STRUCTURES
Section 210 of the Standard Specifications is hereby revised for this project as follows:
CONSTRUCTION REQUIREMENTS
Subsection 210.02 shall include the following:
City forces will adjust manholes to grade.
operations with City forces.
The Contractor will coordinate construction
PSP 18
of General Conditions. Substantial Completion of the Work is required as
specified in the Agreement.
The successful Bidder will be required to furnish a Performance Bond and a
Payment Bond guaranteeing faithful performance and the payment of all bills and
obligations arising from the performance of the Contract.
No Bid may be withdrawn within a period of forty-five (45) days after the date.
fixed for opening Bids. —
The OWNER reserves the right to reject any and all Bids, and to waive any
informalities and irregularities therein. —
Bid security in the amount of not less than 5% of the total Bid must accompany
each Bid in the form specified in the Instructions to Bidders.
Sales Prohibited/Conflict of Interest: No officer, employee, or member of City
Council, shall have a financial interest in the sale to the City of any real or
personal property, equipment, material, supplies or services where such officer _
or employee exercises directly or indirectly any decision -making authority
concerning such sale or any supervisory authority over the services to be
rendered: This rule also applies to subcontracts with the City. Soliciting or
accepting any gift, gratuity favor, entertainment, kickback or any items of
monetary value from any person who has or is seeking to do business with the City
of Fort Collins is prohibited
City of Fort Collins
By
James B. O'Neill, II, CPPO, FNIGP
urc asing/Risk Management Director _
07/2001 Section 00020 Page 2
Federal Aid Project # SHE 2873-128
Project Code # 14591
June 1, 2004
REVISION OF SECTION 213
MULCHING
Section 213 of the Standard Specifications is hereby revised for this project as follows:
BASIS OF PAYMENT —
Subsection 213.05 is revised to include the following:
Payment will be made under:
Item No.
Pay Item
Pay Unit
213.01
Mulching (wood chip)
CF
PSP 19
Federal Aid Project # SHE 2873-128
Project Code # 14591
REVISION OF SECTION 214
PLANTING
June 1, 2004
Section 214 of the Standard Specifications is hereby revised for this project to include the
following:
MATERIALS
Subsection 214.02 shall include the following:
The City Forester will inspect and approve trees to be used on the project at the nursery
supplying trees for the project.
Tree species shall be Green Spire Linden (2" caliper).
BASIS OF PAYMENT
Subsection 214.06 shall include the following:
Payment will be made under:
Item No.
Pay Item
Pay Unit
214.01
Deciduous Tree (2" caliper)
EA
Payment will be full compensation for all labor, materials and equipment required to
complete the work.
Excavation for tree pit will not be measured and paid for separately, but shall be included
in the work.
PSP 20
Federal Aid Project # SHE 2873-128
Project Code # 14591
June 1, 2004
REVISION OF SECTION 306
RECONDITIONING
Section 306 of the Standard Specifications is hereby revised for this project as follows:
CONSTRUCTION REQUIREMENTS
Subsection 306.02 is revised to include the following:
Reconditioning will be completed under new barrier curb locations and asphalt patch
areas.
BASIS OF PAYMENT
Subsection 306.04 is revised to include the following:
Payment will be made under:
Item No.
Pay Item
Pay Unit
306.01
1 Reconditioning
SY
PSP 21
Federal Aid Project # SHE 2873-128 June 1, 2004
Project Code # 14591
REVISION OF SECTION 403
HOT BITUMINOUS PAVEMENT
Section 403 of the Standard Specifications are hereby revised for this project as follows:
MATERIALS
Subsection 403.02 is revised as follows:
HBP mixes installed by City forces on this project shall meet City of Fort Collins
requirements for HBP pavement and shall be approved by the City Pavement Engineer.
Bottom lifts of HBP shall meet the following:
Hot Bituminous Pavement (Patch) (Grading SG) (N100) (PG 58-28)
Top 2" lift of HBP shall meet the following:
Hot Bituminous Pavement (Grading S) (N100) (PG 64-28)
PSP 22
Federal Aid Project # SHE 2873-128
Project Code # 14591
June 1, 2004
REVISION OF SECTION 609
CURB AND GUTTER
Section 609 of the Standard Specifications are hereby revised for this project as follows:
METHOD OF MEASUREMENT
Subsection 609.06 is revised to include the following:
Bed course material for barrier curb will not be paid for separately and will be subsidiary ^
to this item.
BASIS OF PAYMENT
Subsection 609.07 is revised to include the following:
Payment will be made under:
Item No.
Pay Item
Pay Unit
609.01
Curb, Type 2 (Section B)
LF
PSP 23
Federal Aid Project # SHE 2873-128
Project Code # 14591
REVISION OF SECTION 614 AND 630
RETROREFLECTIVE SIGN SHEETING
June 1, 2004
Sections 614 and 630 of the Standard Specifications are hereby revised for this project as follows:
In subsection 614.04, first paragraph, delete the second sentence and replace with the following:
Retroreflective sheeting shall be type III and shall conform to subsection 713.04 and 713.06 when
applicable.
In subsection 614.07, first paragraph, delete the second sentence and replace with the following:
Retroreflective sheeting shall be type III and shall conform to subsection 713.04.
In subsection 630.02, delete the third paragraph and replace with the following:
1.
Retroreflective sheeting shall be one of the types specified for the particular application in Table 630-
Table 630-1
Sheeting
Fluorescent
Type III
Type VI
I
Application
Work Zone
Work Zone
Work Zone
All Orange Construction Signs
X
(Including Roll -up Signs)
Barricades(Temporary)
X
Vertical Panels
X
Flaggers Stop/Slow (May include
flashing light approved under
SHRP product # 3016)
X
Drums'
X
Non orange Fixed support signs
with prefix'W"
X
X
Special warning signs
X
STOP sign (R 1-1)
YIELD sign (R1-2)
WRONG WAY sign (R5-1a)
DO NOT ENTER sign (R5-1)
EXIT sign (E5-1a)
X
DETOUR sign M4-9 or M4-10
X
All other fixed support signs 3
X
All other signs which use is
limited to working hours only
X
X
X
' Fluorescent sheeting shall be of a type that is on the Colorado Approved Products List.
2 Drum sheeting shall be manufactured for flexible devices.
3 Fixed support signs are defined as all signs that must remain in use outside of working hours. They
shall be mounted on barricades, or in accordance with height and lateral clearances shown on Standard
Plan S-614-1, 'Typical Ground Sign Placement", unless otherwise approved.
PSP 24
Federal Aid Project # SHE 2873-128
Project Code # 14591
June 1, 2004
REVISION OF SECTION 630
TRAFFIC CONE
Section 630 of the Standard Specifications is hereby revised for this project as follows:
In Subsection 630.05, second paragraph, the reflectorized material shall be AP 1000 Polyester
(Reflexite Corp.) 3M Type III, Transparent (Reflexite Corp.) and 2010 Vinyl Cone Collar
(Reflexite Corp.). Any other material is not acceptable unless its brightness is equivalent or
greater than the types named.
PSP 25
Federal Aid Project # SHE 2873-128 June 1, 2004
Project Code # 14591
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
Section 630 of the Standard Specifications is hereby revised for this project as follows:
Subsection 630.01 shall be revised as follows:
This work shall consist of furnishing, installing, moving, maintaining and removing temporary
pre -warning traffic signs, arrow panels, barricades, channeling devices and delineators as
required by the latest revision of the "Manual on Uniform Traffic Control Devices for Streets and
Highways" (MUTCD), the City of Fort Collins "Work Area Traffic Control Handbook: and the
Larimer County Urban Area Street Standards, Oct. 2002. This work includes use of the above
devices to channelize or direct traffic away from the work zone, but does not include work zone
protection. It shall be the Contractor's responsibility to protect the work zone from potential
hazards until the work has been completed and can be opened to traffic.
Traffic control devices shall be measured and paid for under this section based upon a lump
sum pay item.
In the event of a conflict between the MUTCD criteria and the City's criteria, the City's criteria
shall govern.
Traffic control devices shall be placed and/or stored in the City right of way in such a manner
that minimizes the hazards to vehicles, pedestrians and bicycles. Proper placement and
storage of traffic control devices will be subject to the Engineer's discretion.
Traffic control devices shall be removed from the site immediately upon completion of the Work,
but not before approval from the Engineer.
Subsection 630.02 shall include the following:
All traffic control devices placed for this project must meet or exceed the minimum standards set
forth in the MUTCD or as per the direction of the Traffic Engineer. All traffic control devices
shall be clean, in good operating condition when delivered, and shall be maintained in that
manner on a daily basis. All traffic control devices shall be clearly marked and free of crossed
out information or any other form of defacement that detracts from the purpose for which they
are intended (i.e. crossed out information, information written in long -hand style, etc.)
Additionally, any sign blank with sign faces on both sides must have the back sign face covered
when in use to avoid confusion to motorists traveling in the opposite direction and other
potentially affected parties, such as residents affected by any information the sign may present.
Subsection 630.05, the second paragraph shall include the following:
The reflective material shall be AP1000 Polyester (Reflexite Corp.), 3M Type III or Transparent
(Reflexite Corp.). Vinyl material is not acceptable unless its brightness is equivalent to
engineering grade or greater than the types named as approved by the Engineer.
Subsection 630.08 shall be revised as follows:
For this project, a Traffic Control Plan shall be prepared by the Contractor. The Traffic Control
Plan shall be submitted for approval to the Traffic Division by 10:00 a.m., two working days
Federal Aid Project # SHE 2873-128 June 1, 2004
Project Code # 14591 —
before the commencement of work. (Note: Traffic Control Plans for work done on Monday and
Tuesday shall be submitted the previous Friday by 9:00 a.m.). Facsimiles of plans shall not be
allowed. No phase of the construction shall start until the Traffic Control Plan has been --
approved.
The Traffic Control Plan shall include, as a minimum, the following:
1. A detailed diagram, which shows the location of all sign placements, including
advance construction signs, flagging and method, length and time duration for lane —
closures.
2. A tabulation of all traffic control devices shown on the detailed diagram including, but
not limited to: construction signs; vertical panels; vertical panels with lights; Type I, —
Type II, and Type III barricades; cones; drum channeling devices; advance warning
flashing or sequencing arrow panel. Certain traffic control devices may be used for
more than one operation or phase. All devices required for any particular phase —
must be detailed and tabulated for each phase.
Approval of the proposed method of handling traffic is intended to indicate the amount of
devices needed to control traffic. Such approval does not relieve the Contractor of liability
specifically assigned to him under this contract.
Subsection 630.09 shall be revised as follows:
A Traffic Control Supervisor (TCS) shall perform Traffic Control Management. The TCS(s) shall ^
possess a valid driver's license, a current American Traffic Safety Services Association
(ATSSA) certification as a Worksite Traffic Control Supervisor or Colorado Contractor's
Association (CCA) certification as a Traffic Control Supervisor. (Proof of certification shall be —
presented to the City Traffic Control Manager, and when requested by a City representative, for
each TCS used on this project).
One TCS shall be designated as the Lead TCS. The Lead TCS shall have a minimum of one year experience as a certified TCS. The Lead TCS shall be on site at all times during the
construction. Qualifications shall be submitted to the Engineer for approval a minimum of one
week before the commencement of the work. —
The Lead TCS shall be equipped with a cellular phone. The cost of this telephone shall be
incidental to the work. The Lead TCS cellular phone number will be made available to the _
Engineer, Inspector and the General Contractor.
It is the intent of the specifications that the Lead TCS be the same person throughout the
project. if the Lead TCS is to be replaced during the project, the Engineer shall be given a
minimum of one week notice and qualifications shall be submitted for approval of the Lead TCS
replacement.
Payment for the TCS shall be included in the lump sum pay item.
The TCS's duties shall include, but not be limited to:
1. Preparing, revising and submitting Traffic Control Plans as required.
2. Direct supervision of project flaggers. —
PSP 27
Federal Aid Project # SHE 2873-128
Project Code # 14591
June 1, 2004
3.
Coordinating all traffic control related operations, including those
of the
Subcontractors, City Streets Department and suppliers.
4.
Coordinating project activities with appropriate police and fire control agencies,
Transfort, school districts and other affected agencies and parties
before
construction.
5.
Maintaining a project traffic control diary which shall become part of the City's
project
records.
6.
Inspecting traffic control devices on every calendar day for the duration
of the
project.
7.
Insuring that traffic control devices are functioning as required.
8.
Overseeing all requirements covered by the plans and specifications,
which
contribute to the convenience, safety and orderly movement of traffic.
9.
Flagging.
10.
Setting up and maintaining traffic control devices.
11.
Attending weekly progress meetings as requested by the Engineer
and/or
Contractor.
Traffic control management shall be maintained on a 24 hour per day basis. The
Contractor shall make arrangements so that the Traffic Control Supervisor or their approved
representative will be available on every working day, "on -call" at all times and available upon
the Engineer's request at other than normal working hours.
All traffic control devices shall be placed under the supervision of a Traffic Control Supervisor.
The Traffic Control Supervisor shall have up to date copies of the City of Fort Collins' "Work
Area Traffic Control Handbook", and Part VI of the MUTCD pertaining to traffic controls for
street and highway construction, available at all times.
Section 630.13 shall be revised as follows:
The accepted quantities will be paid for at the contract unit price for each of the pay items listed
below:
The City of Fort Collins Traffic Operations Department charges $35 to review a Traffic Control
Plan. This fee shall be included in this item.
Payment will be made under:
Item No.
Pay Item
Pa Unit
630-10005
Construction Zone Traffic Control
LS
Traffic Control Supervision, Traffic Control Inspection, Flaggers and all incidental equipment will
not be measured and paid for separately, but shall be included in the Work.
Flaggers shall be provided with electronic communication devices when required. These
devices will not be measured and paid for separately, but shall be included in the Work.
The cost of batteries, electricity and/or fuel for all lighting or warning devices shall not be paid
for separately, but shall be considered subsidiary to the item and shall be included in the Work.
Sandbags will not be measured and paid for separately, but shall be included in the Work.
f1.92T:
SECTION 00100
INSTRUCTIONS TO BIDDERS
Federal Aid Project # SHE 2873-128 June 1, 2004
Project Code # 14591
TRAFFIC CONTROL PLAN —GENERAL
The key elements of the Contractor's method of handling traffic (MHT) are outlined in
Subsection 630.08.
The Contractor is responsible for the preparation of the Traffic Control Plan. Plans must be —
approved by the City prior to traffic control setup. Proposed plans shall be submitted to the City
for approval a minimum of seven days prior to proposed traffic control setup.
The components of the TCP for this project are included in the following:
1. Subsection 104.04 and Section 630 of the specifications. _
2. Standard Plan S-630-1, Traffic Controls for Highway Construction, Cases X and XVIII.
3. Standard Plan S-630-2.
Special Traffic Control Plan requirements for this project are as follows:
1. The Contractor will be responsible for Traffic Control.
2. Work that impedes traffic flow shall not be allowed between the hours of 7:00 a.m. and
8:30 a.m. and between 3:30 p.m. and 6:00 p.m. or as approved as part of the Traffic
Control Plan.
2. During the construction of this project, traffic shall use the present traveled roadway.
3. The Contractor shall not have construction equipment or materials in the lanes open to
traffic at any time, unless approved as part of the Traffic Control Plan.
4. Prior to starting construction, the Contractor shall notify the City of Fort Collins,
emergency services and affected land owners of the date that he/she intends to start
construction.
All costs incidental to the foregoing requirements shall be included in the original contract prices
for the project.
PSP 29
Federal Aid Project # SHE 2873-128 June 1, 2004
Project Code # 14591
FORCE ACCOUNT ITEMS
DESCRIPTION
This special provision contains the City's estimate for force account items included in the
contract. The estimated amounts marked with an asterisk will be added to the total bid to
determine the amount of the performance and payment bonds. Force Account work shall be
performed as directed by the Engineer.
BASIS OF PAYMENT
Payment will be made in accordance with subsection 109.04. Payment will constitute full
compensation for all work necessary to complete the item.
Force account work valued at $5,000 or less, that must be performed by a licensed journeyman
in order to comply with federal, state, or local codes, may be paid for after receipt of an itemized
statement endorsed by the Contractor.
Force Account Item
F/A Minor Contract Revisions
F/A Median Irrigation
F/A On -the -Job Trainee
F/A OJT Colorado Training Program
Estimated
Quanti Amount
F.A. $ 5,000*
F.A. $ 2,500*
Hour $ 0
F.A. $ 150
PSP 30
Federal Aid Project # SHE 2873-128
Project Code # 14591
UTILITIES
Possible utilities within the project area are:
Comcast (Cable TV)
Qwest (Telephone)
XCEL Energy (Gas)
XCEL Energy (High Pressure Gas)
City of Fort Collins (Light & Power)
City of Fort Collins
(Water, Wastewater & Stormwater)
June 1, 2004
Dennis Greenwalt (970) 484-7166
Rich Stiverson (970) 377-6403
Randy Blank (970) 225-7847
Bill Vick (970) 225-7852
Doug Martine (970) 224-6152
Tent' Robinson (970) 221-6814
The work described in these plans and specifications may require coordination between the
Contractor and the utility companies in accordance with Subsection 105.06 in conducting their
respective operations as necessary.
The work listed below shall be performed by the Contractor in accordance with the plans and
specifications, and as directed by the Engineer. The Contractor shall keep the utility
company(s) advised of any work being done to their facility, so that the utility company(s) can
coordinate their inspections for final acceptance of the work with the Engineer.
GENERAL:
The Contractor shall comply with Article,1.5 of Title 9, CRS ("Excavation Requirements") when
excavation or grading is planned in the area of underground utility facilities. The Contractor shall
notify all affected utilities at least two (2) business days prior to commencing such operations.
Contract the Utility Notification Center of Colorado (UNCC) to have locations of UNCC
registered lines marked by member companies. Calls originating within the Denver metro area
use phone no. (303) 534-6700; calls originating outside the Denver metro area use 1-800-922-
1987. All other underground facilities shall be located by contacting the respective company.
Utility service laterals shall also be located prior to beginning excavating or grading.
The location of utility facilities as shown on the plans and profile sheets, and herein described,
were obtained from the best available information.
All costs incidental to the foregoing requirements will not be .paid for separately, but shall be
included in the work.
PSP 31
Federal Aid Project # SHE 2873-128
Project Code # 14591
COLORADO DEPARTMENT OF TRANSPORATION
SH 287 AND LAKE STREET — MEDIAN IMPROVEMENTS
STANDARD SPECIAL PROVISIONS
Item
Date
Pages
Revision of Section 101 - Holidays
May 31, 2001
SSP 2
Revision of Sections 101 and 108 — Workplace Violence
March 15, 2002
SSP 3
Revision of Section 103 — Contract Bonds
November 5, 1999
SSP 4
Revision of Section 105 — Conformity with Plans and Specifications
October 14, 2003
SSP 5-9
Revision of Sections 105 and 618 — Contractor Submittals
June 6, 2002
SSP 10-11
Revision of Sections 106 and 620 — Qualification of Testing Personnel and
October 4, 2001
SSP 12
Laboratories
Revision of Sections 107 and 412 — Concrete Wastewater Containment
March 11, 2004
SSP 13
Revision of Section 108 — Subletting of Contract
September 6, 2002
SSP 14
Revision of Section 109 — Adjustments for Changes in Common Carrier
May 31, 2001
SSP 15
Rates
Revision of Section 109 — Measurement of Quantities
July 21, 1999
SSP 16
Revision of Section 109 — Partial Payments
October 5, 2000
SSP 17-18
Revision of Section 208 — Erosion Control
March 11, 2004
SSP 19-23
Revision of Section 209 — Dust Pallative
May 31, 2001
SSP 24
Revision of Section 401 — Bituminous Paver
January 16, 2004
SSP 25
Revision of Section 401 — Plant Mix Pavements (General)
October 14.2003
SSP 26-28
Revision of Section 401 — Weather Limitations and Placement
March 4, 2002
SSP 29-30
Temperatures
Revision of Section 601 — Structural Concrete
June 13, 2003
SSP 31-44
Revision of Section 630 — Construction Zone Traffic Control
November 30, 2000
SSP 45-48
Revision of Section 630 — Method of Handling Traffic
October 14, 2003
SSP 49
Revision of Section 630 — NCHRP 350 Requirements
September 26,
SSP 50
2000
Revision of Section 701 — Hydraulic Cement
March 6, 2003
SSP 51-52
Revision of Section 702 — Superpave PG Binders
January 16, 2004
SSP 53-54
Revision of Section 703 — Aggregate for Plant Mix Pavements
October 14, 2003
SSP 55-56
Revision of Section 703 — Concrete Aggregates
March 6, 2003
SSP 57
Affirmative Action Requirements — Equal Employment Opportunity
July 21, 1999
SSP 58-67
Disadvantaged Business Enterprise - Definitions and Requirements
December 20, 2002
SSP 68-77
Minimum. Wages Colorado, U.S. Department of Labor, General Decision
May 14, 2004
SSP 78-85
Numbers C0030014 and C0030015, Highway Construction, Statewide
On the Job Training
December 20,.2002
SSP 86-89
Required Contract Provisions — Federal Aid Construction Contracts
July 21, 1999
SSP 90-99
Special Notice to Contractors
January 17, 2003
SSP 100-103
SSP 1
Federal Aid Project # SHE 2873-128
Project Code # 14591
May 31, 2001
REVISION OF SECTION 101
HOLIDAYS
Section 101 of the Standard Specifications is hereby revised for this project as follows:
Subsection 101.32, first paragraph, shall include the following:
Cesar Chavez Day
In subsection 101.32, delete the second paragraph and replace with the following:
When New Year's Day, Cesar Chavez Day, Independence Day, or Christmas Day falls on a Sunday,
the following Monday shall be considered a holiday. When one of these days falls on a Saturday, the
preceding Friday shall be considered a holiday.
SSP 2
Federal Aid Project # SHE 2873-128
Project Code # 14591
March 15, 2002
REVISION OF SECTIONS 101 AND 108
WORKPLACE VIOLENCE
Sections 101 and 108 of the Standard Specifications are hereby revised for this project as follows:
Add subsection 101.86 as follows:
101.86 Workplace Violence. Workplace violence is conduct in the workplace against employees,
employers, or outsiders committed by persons who either have an employment related
connection with CDOT, or is a contractor working on a CDOT project. This conduct includes:
(1) Physical acts against persons or their property, or against CDOT or Contractor property that
are perceived to be harmful or threatening.
(2) Veiled or direct verbal threats, profanity, or vicious statements or gestures that are meant to
harm or create a threatening or intimidating work environment.
(3) Written threats, profanity, vicious cartoons or notes that are meant to create a threatening or
intimidating environment
(4) Any other acts that are perceived to be threatening or intended to injure or convey hostility.
Add subsection 108.051, immediately following subsection 108.05, as follows:
Any representative or employee of the Contractor, or any subcontractor, who commits an act of
workplace violence on the project shall be sanctioned as provided by the Contractor's employment
policies and, where appropriate, shall be reported to law enforcement authorities. At the request of
either the Contractor or the Engineer, the Engineer and the Contractor shall meet to discuss
appropriate actions to be taken against the representative or employee. Appropriate action may
include removing the representative or employee from the project. If removal is warranted and the
Contractor fails to remove the representative or employee, the Engineer may suspend the work by
written notice until compliance is achieved.
SSP 3
Federal Aid Project # SHE 2873-128
Project Code # 14591
November 5, 1999
REVISION OF SECTION 103
CONTRACT BONDS
Section 103 of the Standard Specifications is hereby revised for this project as follows: —
Delete subsection 103.03 and replace with the following:
103.03 Requirement of Contract Bonds. At the time of the execution of the Contract, the -
successful bidder shall furnish a Contract Payment Bond and a Contract Performance Bond. Each
bond shall be in a penal sum equal to the nearest integral one hundred dollars in excess of the sum
of the original bid items plus all force account items specified in the project special provisions to be
included in the payment and performance bonds. The bonds and the security shall be acceptable
to the Department. —
SSP 4
Federal Aid Project # SHE 2873-128
Project Code # 14591
October 14, 2003
REVISION OF SECTION 105
CONFORMITY WITH PLANS AND SPECIFICATIONS
Section 105 of the Standard Specifications is hereby revised for this project as follows:
Delete subsection 105.03 and replace with the following:
105.03 Conformity with Plans and Specifications. All work performed and all materials furnished shall
conform to the lines, grades, cross sections, dimensions, and material requirements, including
tolerances, shown in the Contract.
For those items of work where working tolerances are not specified, the Contractor shall perform the
work in a manner consistent with reasonable and customary manufacturing and construction practices.
When the Engineer finds that the materials furnished, the work performed, or the finished product does
not conform with the Contract but that reasonably acceptable work has been produced, the Engineer
will determine the extent the work will be accepted and remain in place. If accepted the Engineer will (1)
document the basis for acceptance by Contract Modification Order which will provide for an appropriate
reduction in the Contract price for such work or materials not otherwise provided for in this subsection
or (2) notify the Contractor in writing that the Contract unit price will be reduced in accordance with this
subsection when P is 25 or less, or (3) in lieu of a price reduction, permit correction or replacement of
the finished product provided the correction or replacement does not adversely affect the work.
When the Engineer finds the materials furnished, work performed, or the finished product are not in
conformity with the Contract and has resulted in an inferior or unsatisfactory product, the work or
materials shall be removed and replaced or otherwise corrected by and at the expense of the
Contractor.
If asphalt cement testing demonstrates that asphalt cement was acid modified or alkaline modified, the
supplier will be automatically decertified. In addition, all material placed containing the acid modified or
alkaline modified asphalt cement shall be removed and replaced with specification materialat no cost
to the department.
Materials will be sampled and tested by the Department in accordance with the sampling and testing
schedules and procedures contained in the Department's Field Materials Manual. The approximate
maximum quantity represented by each sample will be as set forth in the schedules. An additional
number of samples in relation to the quantity of material represented may be selected and tested at the
Engineer's discretion. The quantity represented by five consecutive random samples will constitute a lot
whenever production schedules and material continuity permit. The Engineer may establish a lot
consisting of the quantity represented by any number of consecutive random samples from one to
seven inclusive when it is necessary to represent short production runs, significant material changes, or
other unusual characteristics of the work. Tests that are determined to have sampling or testing errors
will not be used.
Materials or work will be evaluated for price reduction only when deviations from specifications occur on
any of the several individual tests for the lot. The several individual test values will be averaged and the
percent of price reduction for the lot will be determined by applicable formula.
SSP 5
Federal Aid Project # SHE 2873-128
Project Code # 14591
The formula in (a) and (b) below will be used only when the lot is represented by three to seven tests
inclusive.
(a) The formula, P = (Xn + aR- Tu)F., will be used if a maximum limit only is specified or; when the
average of the several test values is above the mid point of the specification band or above the. job -
mix formula value.
(b) The formula, P = (TL + aR- Xn)F. will be used if a minimum limit only is specified or; when the
average of the several test values is below the mid point of the specification band or below the job -
mix formula value.
(c) When the lot is represented by fewer than three tests, the materials will be evaluated for price --
reduction by the following procedure: Lots represented by two tests will be divided into two
separate lots represented by one test each, as determined by the Engineer. Each lot which
deviates from the specifications will be price reduced by one of the following formulae. When a _
maximum limit only is specified or the test value is above the maximum specified limit, the formula
P = 0.76 (To-Tu)F will be used. When a minimum limit only is specified or the test value is below
the minimum specified limit, the formula P = 0.7¢(TI-4o)F will be used. When a lot is represented
by one test only, the materials will be evaluated for price reduction as described in this paragraph.
Where:
"P" is the percent of reduction in contract price,
"Xn"is the average of the several test values from samples taken from the lot, with "n" indicating
the number of values,
"a" is a variable factor to be used in "n" changes according to the following: when n is 3, a =
0.45; n is 4, a = 0.38; n is 5, a = 0.33; n is 6, a = 0.30; and n is 7, a = 0.28. 4
"R" is the difference between the highest and lowest values in the group of several test results
from the lot,
"Tu" is the upper or maximum tolerance limit permitted by the specifications,
"TL"is the lower or minimum tolerance limit permitted by the specifications, and
"To" is the test value of the test which deviates from the specifications,
"F" is price reduction factor to be applied for each element as shown in the following table: _
TABLE OF PRICE REDUCTION
FACTORS
Element............................................................................................................. Factor „F"
100 Dercent size sieve.................................................................................................... 1 _
12.5 mm (1/2") sieve and larger...................................................................................... 1
150 ❑m (No. 100) sieve to 9.5 mm (3/8") sieve
inclusive (except 100 percent size sieve)........................................................................ 3 --
75 ❑m (No. 200) sieve.................................................................................................... 6
75 ❑m (No. 200) sieve (cover coat material)..................................................................25
Compaction, bituminous mixtures (Sections 301 and 403).............................................. 7 --
LiquidLimit..................................................................................................................... 3
PlasticityIndex...............................................................................................................10
Asphalt content, (all asphalt- aggregate mixtures).........................................................20
SSP 6
Federal Aid Project # SHE 2873-128
Project Code # 14591
Asphaltpenetration......................................................................................................... 1
Asphaltresidue............................................................................................................... 3
Portland Cement Concrete Pavement Fine Aggregate Sand Equivalent .......................0.3
Hydrated Lime Gradation.................................................................................0.3
Toughness, inch -pounds, minimum.....................................................................0.8
Tenacity, inch -pounds. minimum.........................................................................0.8
Elastic Recovery, 25°C, percent minimum...........................................................1.25
Ductility, 40C (5cm/min) cm, minimum.................................................................1.25
If P is less than 3, or a negative quantity, the material will be accepted as being in conformity. In cases
where one or more elements show a positive P value, such positive values will be added and the
resulting sum will be used to determine whether the material is in conformity. If the total P value is
between 3 and 25, the Engineer may require correction or may accept the material at a reduced price.
If P is greater than 25, the Engineer may: (1) require complete removal and replacement with
specification material at no additional cost to the Department; (2) require corrective action to bring the
material into conformity at no additional cost to the Department; or (3) where the finished product is
found to be capable of performing the intended purpose and the value of the finished product is not
affected, permit the Contractor to leave the material in place with an appropriate price reduction to be
based on engineering evaluation but not to be less than that which would have occurred had a
reduction been made where P = 25.
If the P for aggregate gradation for Items 206 or 304 is 3 or greater the reduction will apply to the
contract price multiplied by the Multipliers (M) listed in the following table.
Multiplier for Price Reductions for Miscellaneous Items
Item Number -Name
Element
Multiplier M
206- Structural Backfill
Gradation
0.60
304-Aggregate Base Course
Gradation
0.60
If the P for gradation, asphalt cement content, or compaction for Items 301 or 403 is 3 or greater and
asphalt cement is not paid for separately, the reduction will apply to the contract price multiplied by the
following Multiplier (M) listed in the following table:
Multiplier for HBP Price Reductions
Where Asphalt Cement is not Paid for Separately
Item Number -Name
Element
Multiplier M
301-Plant Mixed Bituminous Base
Gradation, Asphalt Cement
Content, or Compaction
0.60
403-Stone Mastic Asphalt
0.60
403-Hot Bituminous Pavement*
Hydrated Lime Gradation
0.60
i no r vawe for nyaratea nme snail De appuea to the pnce of the HBP item. Lime gradation P values
will not be combined with Pay Factors for other elements
The following equation shows how the Multiplier is used to determine the price reduction.
Price reduction = (P/100) X Multiplier X Price per Unit.X Quantity.
SSP 7
City of Fort Collins
Administrative Services
Purchasing Division
CITY OF FORT COLLINS
ADDENDUM No. 2
Bid #5866
SH 287 & LAKE STREET MEDIAN IMPROVEMENTS
SPECIFICATIONS AND CONTRACT DOCUMENTS
Description of Bid #5866 SH 287 & Lake Street Median Improvements
OPENING DATE: June 30, 2004, 3:00p.m. (Our Clock)
To all prospective bidders under the specifications and contract documents described above, the
following changes are hereby made.
Bid Sheet has been revised as follows:
Item 214.01 is reduced to 5 trees.
Item 623.01 is added.
Please use the attached Addendum #2 Bid Schedule when submitting your bid.
Add Plan Sheet IP-1, "College & Lake Intersection / Irrigation Plan" to project plan set.
Add "Revision of Section 623 — Irrigation System" specifications, pages 1 through 6, to the project
specifications and contract documents.
Delete Force Account item "Median Irrigation".
If you have any questions please call John Stephen, CPPO, Senior Buyer, at 970-221-6777.
RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT
ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN RECEIVED.
215 North Mason Street • 2nd Floor • P.O. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6775 • FAX (970) 221-6707
SECTION 00100
INSTRUCTIONS TO BIDDERS
1.0 DEFINED TERMS
Terms used in these Instructions to Bidders which are defined in the
Standard General Conditions of the Construction Contract (No. 1910-8, 1990
ed.) have the meanings assigned to them in the General Conditions. The
term "Bidder" means one who submits a Bid to OWNER, as distinct from a sub -
bidder, who submits a Bid to Bidder. The terms "Successful Bidder" means
the lowest, qualified, responsible and responsive Bidder to whom OWNER (on
basis of OWNER's evaluation as hereinafter provided) makes an award. The
term "Bidding Documents" includes the Advertisement or Invitation to Bid,
Instructions to Bidders, the Bid Form, and the proposed Contract Documents
(including all Addenda issued prior to receipt of Bids).
2.0 COPIES OF BIDDING DOCUMENTS
2.1. Complete sets of Bidding Documents may be obtained as stated in the
Invitation to Bid. No partial sets will be issued. The Bidding Documents
may be examined at the locations identified in the Invitation to Bid.
2.2. Complete sets of Bidding Documents shall be used in preparing Bids;
neither OWNER nor Engineer assumes any responsibility for errors or
misinterpretations resulting from the use of incomplete sets of Bidding
Documents.
2.3. The submitted Bid proposal shall include Sections 00300, 00410,
00420, and 00430 fully executed.
2.4. OWNER and Engineer, in making copies of Bidding Documents available
on the above terms, do so only for the purpose of obtaining Bids on the
Work and do not confer a license or grant for any other use.
3.0 QUALIFICATION OF BIDDERS
3.1 To demonstrate qualifications to perform the Work, each Bidder must
submit at the time of the Bid opening, a written statement of
qualifications including financial data, a summary of previous experience,
previous commitments and evidence of authority to conduct business in the
jurisdiction where the Project is located. Each Bid must contain evidence
of Bidder's qualification to do business in the state where the Project is
located or covenant to obtain such qualification prior to award of the
contract. The Statement of Qualifications shall be prepared on the form
provided in Section 00420.
3.2. In accordance with Section 8-160 of the Code of the City of Fort
Collins in determining whether a bidder is responsible, the following shall
be considered: (1) The ability, capacity and skill of the bidder to perform
12/03 Section 00100 Page 1
Federal Aid Project # SHE 2873-128
Project Code # 14591
If no multiplier is listed no adjustment to the computed P is required. This is equivalent to a multiplier of
one.
Price reduction for those elements which are not included in the Table of Price Reduction Factors will
be determined by the Engineer. --
Superpave Performance Graded Binders. Superpave Performance Graded binders shall be price
reduced according to. the following if the requirements of subsection 702.01 are not met:
(1) High Service Temperature Requirements from Table 702-3
The Dynamic Shear (G*/sina, kPa) of Rolling Thin Film Oven (RTFO) residue will be measured at
the appropriate temperature for the binder type, as specified in Table 702-3. If the Dynamic Shear
of the RTFO aged binder is less than 2.20 kPA , the temperature at which G*/sind = 2.20 kPa will
be determined. A ❑P❑ of 3 shall be applied for each degree C the material temperature must be
lowered below the specified temperature to achieve a Dynamic shear of 2.20 kPa. Price
adjustments for high service temperature properties will be calculated as follows:
P(high)= 3 ❑ [Tspec - TDs] ,
Where TDs = Temperature in *C where G*/sin = 2.20 kPa
T,.= Appropriate test temperature in *C for binder specified from Table 702-2
(2) Low Service Temperature Requirements from Table 702-2:
The m-value of Pressure Aging Vessel (PAV) aged binder will be measured at the appropriate
temperature (T$pec) as specified in Table 702-2. If the m-value is less than 0.300, the test
temperature at which the m-value = 0.300 will be determined. A "P" of 3 shall be applied for each
degree C the material temperature must be raised above the specified test temperature to achieve
an m-value of 0.300. Price adjustments for low service temperature properties will be calculated as
follows: _
P(low) = 3 ❑ [T. - Tspec]
Where Tm = Temperature in *C where m-value=,0.300
T,,.= Appropriate test temperature in *C for binder specified from Table 702-2
(3) The price reductions will be cumulative. When the binder is included in the contract unit price for
HBP, the total price reduction will be calculated as follows:
P(total) = P(low)+P(high)
Amount of Reduction = [P(total)]❑ [(1110Q)❑ (Invoice price for PG Binder)]
When binder is paid for separately, the total price reduction will be calculated as follows:
P(total) = P(low)+P(high)
Amount of Reduction = [P(total)]❑ [(1/10Q)0 (Contract Unit price for PG Binder)]
SSP 8
Federal Aid Project # SHE 2873-128
Project Code # 14591
(4) Price reductions based on the "F" factors in the Table of Price Reduction Factors will be added to
the P (low) and P (high) price reductions described in 105.03. Other binder requirements listed in
Table 702-2 will be tested, but will not be considered for price reduction calculations. However, the
Contractor shall not be allowed to continue to produce mix with out of specification Superpave PG
asphalt binder. If two consecutive samples fail to meet all requirements listed in 702-2, the
Contractor shall take corrective action before being allowed to continue production of Hot
Bituminous Pavement. If proper corrective measures cannot be readily determined, the Engineer
will suspend the use of such material until the Engineer can determine from Laboratory tests that
the Contractor can provide material that is in compliance with Table 7024
The Contractor will not have the option of accepting a price reduction in lieu of producing specification
material. Continued production of non -specification material will not be permitted. Material which is
obviously defective may be isolated and rejected without regard to sampling sequence or location
within a lot.
SSP 9
Federal Aid Project # SHE 2873-128
Project Code # 14591
June 6, 2002
REVISION OF SECTIONS 105 AND 618
CONTRACTOR SUBMITTALS
Sections 105 and 618 of the Standard Specifications are hereby revised for this project as follows:
In subsection 105.02, delete Table 105-1 and replace with the following:
TABLE 105-1
RI IMMARY OF CONTRACTOR Rt1RMITTAI R
SECTION
NO.
DESCRIPTION
TYPE
CONTRACTOR
P.E. SEAL
REQUIRED?
504
MSE Walls (Contractor Alternative)
Shop Drawing
Yes
504
MSE Walls (Default Design)
Shop Drawing
No .
508
Timber Structures
Shop Drawing
No
509
Steel Structures
Shop Drawing
No
512
Bearing Devices Type 11
Shop Drawing
No
512
Bearing Devices Type III
Shop Drawing
Yes
514
Pedestrian and Bikeway Railing
Working Drawing
No
518
Expansion Devices: 0-100 mm (0-4")
Working Drawing
No
518
Expansion Devices: 0-150, 225, 300... mm (0-6",
9, 12.
2 ...
Shop Drawing
Yes
601 & 618
Precast Panel Deck Forms
Working Drawing
No
601
Permanent Steel Bridge Deck Forms
Working Drawing
Yes
601
Falsework
Working Drawing
Yes
602
Reinforcing Steel
Working Drawing
No
606
Bridge Railing
Working Drawing
No
607
Sound Barriers (Alternative)
Shop Drawing
Yes
607
Sound Barriers (Default Design)
Working Drawing
No
613
Light Standards (Low Mast)
Working Drawing
Yes
613
Light Standards (High Mast)
Working Drawing
Yes
614
Overhead Sign Structures
Shop Drawing
Yes*
614
Traffic Signal Pole (Mast Arm)
Shop Drawing
No
614
Traffic Signal Pedestal Pole
Working Drawing
No
614
Traffic Signal Equipment
Working Drawing
No
618
Prestressed Concrete (Pre -tensioned)
Shop Drawing
Yes*
618
Prestressed Concrete (Post -tensioned)
Shop Drawing
Yes*
628
Pre -fabricated Pedestrian Bridges
Shop Drawing
Yes
*A PE seal is required where the Contractor has provided the design for the item, or performed
engineering to modify the details shown on the plans. The PE seal is not required where complete
details are provided on the plans.
Subsection 618.04 (a) shall include the following:
SSP 10
Federal Aid Project # SHE 2873-128
Project Code # 14591
Minor changes to design details or engineering drawings that do not represent a significant change to
the original design will not require a Professional Engineer seal. The. Contractor shall submit
supporting calculations for these changes along with the shop drawings.
SSP 11
Federal Aid Project # SHE 2873-128
Project Code # 14591
October 4, 2001
REVISION OF SECTIONS 106 AND 620 —
QUALIFICATION OF TESTING PERSONNEL AND LABORATORIES
Sections 106 and 620 of the Standard Specifications are hereby revised for this project as
follows:
Add subsection 106.031, immediately following subsection 106.03, as follows:
106.031 Qualification of Testing Personnel and Laboratories. Personnel performing tests
used in mix design or the acceptance / rejection / price adjustment decision, and the
laboratories in which those tests are performed, shall be qualified in accordance with
Colorado Procedure 10. --
Subsections 620.03 and 620.04 shall include the following:
Each laboratory shall be qualified in accordance with Colorado Procedure 10.
SSP 12
Federal Aid Project # SHE 2873-128
Project Code # 14591
March 11, 2004
REVISION OF SECTIONS 107 AND 412
CONCRETE WASTEWATER CONTAINMENT
Sections 107 and 412 of the Standard Specifications are hereby revised for this project as
follows:
Delete subsection 107.25(a) 3 and replace with the following:
3. State Waters. Based on 25-8-103 (19) CRS, state waters are defined to be any and all
surface and subsurface waters which are contained in or flow through the state, including,
streams, rivers, lakes, drainage ditches, storm drains, ground water, and wetlands, but not
including waters in sewage systems, waters in treatment works or disposal systems, waters in
potable water distribution systems, and all water withdrawn for use until use and treatment
have been completed.
Subsection 107.25(b)11 shall include the following:
Removal of concrete waste and washout water from mixer trucks, concrete finishing tools,
concrete saw and all concrete material removed in the course of construction operations or
cleaning shall be performed in a manner. that prevents waste material from entering state
waters. A minimum of 10 days prior to the start of concrete operations, the Contractor shall
submit in writing a method for containing concrete wastewater to the Engineer for approval.
Subsection 412.07(c) shall include the following:
Wastewater generated from concrete saw operations shall be contained and disposed of in
accordance with subsection 107.25.
Subsection 412.12 shall include the following:
Wastewater generated from concrete finishing operations shall be contained and disposed of
in accordance with subsections 107.25.
SSP 13
Federal Aid Project # SHE 2873-128
Project Code # 14691 ^
September 6, 2002
REVISION OF SECTION 108
SUBLETTING OF CONTRACT
Section 108 of the Standard Specifications is hereby revised for this project as follows:
In subsection 108.01, delete the second paragraph and replace with the following:
The Contractor will be permitted to sublet a portion of the Contract, however, the Contractor's
organization shall perform work amounting to 30 percent or more of the original. total cost of bid
items. Any items designated in the contract as "specialty items" may be performed by
subcontract. The cost of "specialty items" so performed by subcontract may be deducted from
the original total cost of bid items before computing the amount of work required to be
performed by the Contractor's own organization.
SSP 14
Federal Aid Project # SHE 2873-128
Project Code # 14591
May 31, 2001
REVISION OF SECTION 109
ADJUSTMENTS FOR CHANGES IN COMMON CARRIER RATES
Section 109 of the Standard Specifications is hereby revised for this project as follows:
Delete subsection 109.08.
SSP 15
Federal Aid Project # SHE 2873-128
Project Code # 14591
July 21, 1999
REVISION OF SECTION 109
MEASUREMENT OF QUANTITIES
Section 109 of the Standard specifications is hereby revised for this project as follows:
In subsection 109.01, following paragraph 15, add the following: _
The Engineer will randomly verify the accuracy of the certified weigher on every project
where the weights are manually entered on the scale ticket. This verification will consist of at least one comparison check on the project. Additional verification checks may be
required as determined by the Engineer. The Engineer will randomly select a loaded truck
after the truck has been issued a scale ticket by the. certified weigher. The loaded truck will
then be reweighed, in the presence of the Engineer, on the same scale and the weight
compared with the weight on the scale ticket. Reweighed loads shall be within the tolerance
of 100 (kg 200 pounds) plus or minus. —
The Engineer will also verify the accuracy of computerized scales. Computerized scales
are scales that automatically print weights on the scale ticket. This verification will consist of at least one comparison check when the project requires more than 2500 metric tons
(2500 tons) of material to be weighed. This comparison check shall be made by
reweighing a loaded vehicle. The Contractor shall either provide a second certified scale or
select a second certified scale in the vicinity to be used for the comparison check.
Comparison checks shall be performed using the following procedures:
(1) Hopper Scale. A loaded truck will be randomly selected by the Engineer. The loaded
truck shall be weighed on a certified platform scale to record the gross weight. The
truck shall be unloaded and weighed again on the same scale to record the tare weight. "
The tare weight shall be subtracted from the gross weight and compared against the net
weight recorded on the scale ticket.
(2) Platform Scales. A loaded truck will be randomly selected by the Engineer. The loaded
truck shall be reweighed on a second certified scale and the gross weight shall be
compared against the gross weight on the first scale ticket. -'
Should a comparison check reveal a weight difference of more than one percent, a second
comparison check shall be performed immediately. If the weight differences of both _
comparison checks exceed the one percent limit, the Contractor shall immediately stop
weighing and the scale shall be recertified and resealed at the Contractor's expense. The
necessary adjustments as indicated by the recertification will be made to all scale tickets _
.issued since the last certification or on the entire project, whichever occurred later, unless
the Contractor demonstrates to the satisfaction of the Engineer that the defect in the scale
was present for a lesser period of time.
If it is necessary to recertify a scale, and more than 2500 metric tons (2500 tons) of
material remain to be weighed, another scale comparison check shall be made.
All comparison checks shall be made at the Contractor's expense. _
SSP 16
Federal Aid Project # SHE 2873-128
Project Code # 14591
REVISION OF SECTION 109
PARTIAL PAYMENTS
October 5, 2000
Section 109 of the Standard Specifications is hereby revised for this project as follows:
Delete subsection 109.06(a) and replace with the following:
(a) Standard Amount Retained. The Department will make a deduction from the
progress estimate in the amount considered necessary to protect the interests of the
State, pursuant to Section 24-91-103, CRS. The amount to be retained will be 1.5
percent of the value of the completed work on items which are performed solely by
the Contractor's own forces, exclusive of mobilization and payments for materials on
hand. No retainage will be withheld from payment for completed work on items which
are partially or completely subcontracted. No further amount will be retained if the
Contractor makes satisfactory progress in the Contract work: The amount retained
will be in effect until such time as final payment is made, with the following exception
which requires the Contractor's written request and consent of the Surety: Upon
completion and acceptance of the project, after the project quantities are finalized,
and the Contractor has submitted all necessary forms the Department requires for
project completion, the Engineer may make reduction in the amount retained.
Subsection 109.06 shall include the following:
(e) Prompt Payment. The Contractor shall pay subcontractors and suppliers for 109
percent of all work which has been satisfactorily completed within seven calendar
days after receiving payment for that work from the Department. For the purpose of
this section only, work shall be considered satisfactorily complete when the
Department has made payment for the work. A determination that all the
subcontractor's work is satisfactorily complete and payment for 100 percent of the
work does not relieve the Contractor or subcontractor from any contractual
obligations. The Contractor shall not withhold retainage from payments to
subcontractors or suppliers.
The Contractor shall include in all subcontracts a provision that this requirement for prompt
payment and prohibition of retainage from payments to subcontractors and suppliers
must be included in all subcontracts at every tier.
If the Contractor fails to comply with this provision the Engineer will not authorize further
progress estimates until the required payments have been made and the Contractor
agrees to make payments as specified.
(f) Good Cause Exception. If the Contractor has "good cause" to delay or withhold a
subcontractor's progress payment, the Contractor shall notify the Department and
the subcontractor in writing within seven calendar days after receiving payment from
the Department. The notification shall specify the amount being withheld and provide
SSP 17
the contract or provide the services required, (2) whether the bidder can --
perform the contract or provide the service promptly and within the time
specified. without delay or interference, (3) the character, integrity,
reputation, judgment, experience and efficiency of the bidder, (4) the ^
quality of the bidder's performance of previous contracts or services, (5)
the previous and existing compliance by the bidder with laws and ordinances
relating to the contract or service, (6) the sufficiency of the financial
resources and ability of thebidderto perform the contract or provide the
service, (7) the quality, availability and adaptability of the materials
and services to the particular use required, (8) the ability of the bidder
to provide future maintenance and service for the use of the subject of the —
contract, and (9) any other circumstances which will affect the bidder's
performance of the contract.
3.3. Each Bidder may be required to show that he has handled former Work
so that no just claims are pending against such Work. No Bid will be
accepted from a Bidder who is engaged on any other Work which would impair
his ability to perform or finance this Work. —
3.4 No Bidder shall be in default on the performance of any other contract
with the City or in the payment of any taxes, licenses or other monies due
to the City.
4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE
4.1. It is the responsibility of each Bidder, before submitting a Bid, to
(a) examine the Contract Documents thoroughly, (b) visit the site to
familiari e himself with local conditions that may in any manner affect
cost, progress or performance of the Work, (c) familiari e himself with
federal, state and local laws, ordinances, rules and regulations that may
in any manner affect cost, progress or performance of the Work, (d) study
and carefully correlate Bidder's observations with the Contract Documents, —
and (e) notify Engineer of all conflicts, errors or discrepancies in the
Contract Documents.
4.2. Reference is made to the Supplementary Conditions for identification
of Subsurface and hysical Conditions SC 4.2.
4.3. The submission of a Bid will constitute an incontrovertible —
representation by Bidder that Bidder has complied with every requirement of
this Article 4, that without exception the Bid is premised upon performing
and furnishing the Work required by the Contract Documents and such means, _
methods, techniques, sequences or procedures of construction as may be
indicated in or required by the Contract Documents, and that the Contract
Documents are sufficient in scope and detail to indicate and convey
understanding of all terms and conditions for performance and furnishing of the Work.
5.0 INTER RETATIONS AND ADDENDA.
5.1. All questions about the meaning or intent of the Bidding Documents are to
12/03 Section OO100 Page 2
Federal Aid Project # SHE 2873-128
Project Code # 14591
adequate justification for withholding the payment. The notice shall also clearly state
what conditions the subcontractor must meet to receive payment. "Good cause" _
shall include but not be limited to the failure of the subcontractor to make timely
submission of required paperwork
Add subsection 109.11 which shall include the following:
109.11 Compensation for an Overpayment for a Subcontracted Item on a Progress --
Estimate. If the Department makes an overpayment on a progress estimate for work which
has been done by a subcontractor, and if the Contractor pays the subcontractor for this
erroneous quantity and can not recover the amount of the overpayment, the Department may compensate the Contractor for the amount of the overpayment. Compensation will be
made if the following conditions are met:
(a) The Department has corrected the overpayment and reduced the amount paid to the
Contractor.
(b) All work by the subcontractor has been completed and the Contractor owes .no money
to the subcontractor when the overpayment is discovered. If money is owed at the time
the overpayment is discovered, the Contractor shall deduct the amount of the --
overpayment before making final payment to the subcontractor.
(c) The Contractor has made all reasonable efforts to recover the overpayment amount and —
has been unsuccessful. The Contractor shall provide documentation detailing its efforts.
After compensation by the Department for the overpayment, the Contractor shall return to
the Department all of this overpayment subsequently recovered from the subcontractor.
SSP 18
Federal Aid Project # SHE 2873-128
Project Code # 14591
Revision of Section 208
Erosion Control
March 11, 2004
Section 208 of the Standard Specifications is hereby revised for this project as follows:
Subsection 208.02 shall include the following:
(i) Erosion Logs. Erosion logs shall be curled aspen wood excelsior with a consistent width of
fibers evenly distributed throughout the log. The casing shall be seamless,
photodegradable tube netting and shall have minimum dimensions as shown in Table 208-
1, based on the diameter of the log called for in the plans. The curled aspen wood
excelsior shall be fungus free, resin free and shall be free of growth or germination
inhibiting substances.
TABLE 208-1
Nominal Dimensions of Erosion Logs
Diameter
Length
Weight (minimum)
Stake
dimensions
8 inch
7-10 feet
1.6 Ibs/foot)
1.5 x 1.5 x 20
inches
12 inch
7-10 feet
2.5 Ibs/foot
1.5 x 1.5 x 24
inches
18 inch
7-10 feet
4 lbs/foot
1.5 x 1.5 x 30
inches
Stakes to secure erosion logs shall consist of pinewood or hardwood.
(j) Silt Dikes. Silt dikes shall be pre -manufactured triangular shaped urethane foam covered
with a woven geotextile fabric. The fabric aprons shall extend a minimum of two feet
beyond each side of the triangle.
Each silt dike shall have the following dimensions:
Center height
8 to 10 inches
Base
16 to 21 inches
Section length
3 to 7 feet
Section width including fabric
extensions
5.6 feet
(k) Concrete Washout Structure. The Contractor shall design and construct a concrete
washout structure that will contain washout from concrete placement and construction
equipment cleaning operations. Embankment required for the concrete washout structure
may be excavated material, provided that this material meets the requirements of Section
203 for embankment.
In subsection 208.03(a), delete the last paragraph and replace with the following:
SSP 19
Federal Aid Project # SHE 2873-128
Project Code # 14591 —
The Engineer will approve or reject the written proposal in writing within two weeks after the _
submittal. The Engineer may order additional control measures prior to approving the
proposed modifications. The Contractor shall be responsible for amendments to permits or
certifications required as a result of the approved changes. Modifications to the erosion control
measures shall not be reason for extension of contract time. —
In subsection 208.03(c) delete item (4) and replace with the following:
(4) Inspect, with the Engineer or designated representative, all erosion control features
implemented for the project. The inspections shall take place at least once every 14
calendar days and after each storm event that causes surface runoff. A report shall be
submitted to the Engineer after every inspection and shall become part of the Department's —
project records. The appropriate form for this report will be supplied by the Engineer. The
inspections shall be made during the progress of the work, during work suspensions, and
until final acceptance of the work. During project suspensions, inspections shall take place _
at least once every 30 calendar days, or as directed.
Delete subsection 208.04(b) and replace with the following:
(b) Work Outside the Right of Way. In areas outside the right-of-way that are used by the
Contractor and which Include, but are not limited to, borrow pits, haul roads, storage and
disposal areas, maintenance, batching areas, etc., erosion and sediment control work shall
be performed by the Contractor at the Contractor's expense.
In subsection 208,04(d) the second paragraph shall include the following as the last sentence: _
If approved by the Engineer, slopes from the edge of pavement to the point of slope selection
may be left unseeded until paving has been completed. _
In subsection 208.04(d) delete the third paragraph and replace with the following:
The duration of the exposure of uncompleted construction to the elements shall be as short as
practicable. Completed areas shall be permanently stabilized within seven calendar days after
completion. Disturbed areas where work is temporarily halted shall be temporarily stabilized _
within seven days after the activity ceased unless work is to be resumed within 30 calendar
days after the activity ceased. Payment for temporary stabilization will be made at the contract
unit price if the work was interrupted due to no fault or negligence of the Contractor. Payment _
will not be made for temporary stabilization required by Contractor's negligence, by the lack of
proper Contractor scheduling or for the convenience of the Contractor. _
Subsection 208.05 shall include the following:
(1) Erosion Logs. The Contractor shall maintain the erosion logs during construction to prevent
sediment from passing over or under the logs or from sediment accumulation greater than
two thirds of the original exposed height of each erosion log. _
Stakes shall be embedded to a minimum depth of 12 inches. At the discretion of the
Engineer, a shallower depth may be permitted if rock is encountered. _
SSP 20
Federal Aid Project # SHE 2873-128
Project Code # 14591
(m)Silt Dikes. Prior to installation of silt dikes, the Contractor shall prepare the surface of the
areas in which the dikes are to be installed such that are they free of materials greater than
two inches in diameter and are suitably smooth for the installation of the silt dikes, as
approved by the Engineer.
Dikes shall be secured with "U" staples, 8 inches in length and 11-gauge minimum, placed
in two rows per apron along edges one foot on center. The staple pattern shall be as
shown on the plans.
(n) Concrete Washout Structure Design. The concrete washout structure shall be designed to
meet or exceed the dimensions shown in the plans. At least 10 days prior to start of paving
operations, the Contractor shall submit in writing a method statement outlining the design,
site location and installation of a concrete structure that will contain washout from concrete
placement operations. Work on this structure shall not begin until written acceptance is
provided by the Engineer.
The structure shall meet the following requirements:
(1) Structure shall contain all washout water.
(2) Stormwater shall not carry wastes from washout/disposal location.
(3) The site shall be located a minimum of 50 horizontal feet from state waters and shall
meet all requirements for containment and disposal as defined in subsection 107.25.
(4) The site shall be signed as "Concrete washout".
5) Each concrete truck driver/pumper operator shall be aware of site locations.
(6) The site shall be accessible to appropriate vehicles.
(7) The bottom of excavation shall be a minimum of five feet vertical above groundwater
or, alternatively, excavation must be lined with an impermeable synthetic liner that is
designed to control seepage to a maximum rate of 1 0-6centimeters per second.
(8) Freeboard capacity shall be included into structure design to reasonably ensure the
structure will not overtop during or because of a precipitation event.
(9) All measures shall be taken to prevent tracking of washout material onto roadway
surface.
(10) Adding solvents, flocculents, or acid to washwater is prohibited.
The structure shall be fenced with orange plastic construction fencing or equivalent fencing
material to provide a barrier to construction equipment and to aid in identification of the
concrete washout area.
The concrete washout structure shall be completed and ready for use prior to concrete
placement operations.
Waste material from concrete washout operations shall be removed and disposed of in
accordance with subsection 208.04 (f) when it has accumulated to two-thirds of the wet
storage capacity of the structure.
Delete subsection 208.05(e) and replace with the following:
(e) Temporary Diversion. Unless otherwise specified in the Contract or directed, the
diversion's ridge and channel shall be stabilized within 14 calendar days of its installation.
The diversion shall be installed prior to any up slope land disturbance.
Subsection 208.06 shall include the following:
SSP 21
Federal Aid Project # SHE 2873-128
Project Code # 14591
208.06 Failure to Perform Erosion Control. The Contractor will be subject to a disincentive for
incidents of failure to perform erosion control as required by the Contract. Incidents to which
this disincentive may be applied include the following:
(1) Failure to submit an initial schedule or failure to submit a weekly schedule update as
specified in subsection 208.03(b).
(2) Failure of the Erosion Control Supervisor to perform the inspections required by
subsection 202.03(c)4.
(3) Failure of the Erosion Control Supervisor to implement necessary actions requested by
the Engineer as required by subsection 208.03(c)6.
(4) Failure to design and implement erosion and sediment control measures for unforseen
conditions as required by subsection 208.04(a).
(5) Failure to construct or implement erosion control or spill containment measures required
by the Contract, or failure to construct or implement them in accordance with the
Contractor's approved schedule as required by subsection 208.04(c).
(6) Failure to limit the exposed surface area of erodible earth to 34 or fewer acres (13.8 or
fewer ha) as required by subsection 208.04(d).
(7) Failure to temporarily stabilize areas where work is temporarily halted within 7 days as
required by subsection 208.04(d).
(8) Failure to perform maintenance of an erosion control feature within 48 hours after notice
from the Engineer to perform maintenance as required by subsection 208.04(e).
(9) Failure to remove and dispose of sediment from erosion control features as required by —
subsection 208.04(f) and subsections 208.05(c), (h), 0), and (k).
(1o) Failure to install and properly utilize a concrete washout structure for containing washout
from concrete placement operations _
The Engineer will notify the Contractor in writing of each incident of failure to perform erosion
control, items (1) through (10) above. The Contractor will be allowed 7 calendar days from the _
date of notification to correct the failure. The Contractor will be charged liquidated damages in
the amount of $500 for each calendar day after the seventh day that one or more of the
incidents of failure, items (1) through (10) above, remains uncorrected. This deduction will not _
be considered a penalty, but will be considered liquidated damages based on estimated
additional construction engineering costs. The liquidated damages will accumulate, for each
cumulative day that one or more of the incidents remains uncorrected. The number of days to _
which liquidated damages are assessed will be cumulative for the duration of the project; that
is: the damages for a particular day will be added to the total number of days for which
liquidated damages are accumulated on the project. The liquidated damages will be deducted _
from any monies due the Contractor.
In subsection 208.07, delete the second paragraph and replace with the following:
Silt fence, erosion logs, silt dikes, temporary berms, temporary diversions, temporary drains,
and brush barriers will be measured by the actual number of linear feet that are installed and
accepted. Stakes, anchors, connections and tie downs used for temporary slope drains will
not be measured and paid for separately, but shall be included in the work.
Concrete washout structure will be measured by the actual number of structures that are
installed and accepted, and will include excavation, embankment, concrete, liner, erosion
bales, fencing, and containment and disposal of concrete washout and all other associated
waste material.
SSP 22
Federal Aid Project # SHE 2873-128
Project Code # 14591
Subsection 208.08 shall include the following:
Pay Item
Pay Unit
Erosion Log ( Inch) Linear Foot
Silt Dike Linear Foot
Concrete Washout Structure Each
SSP 23
Federal Aid Project # SHE 2873-128
Project Code # 14591 _
May 31, 2001
REVISION OF SECTION 209
DUST PALLIATIVES
Section 209 of the Standard Special Provisions is hereby revised for this project as follows:
In subsection 209.02, delete the second paragraph.
In subsection 209.05, delete the second paragraph and replace with the following:
Dust palliative shall consist of water. Application of water shall be done with acceptable sprinkling —
equipment at an appropriate rate as approved by the Engineer.
In subsection 209.08, delete the third paragraph. _
SSP 24
L..
Federal Aid Project # SHE 2873-128
Project Code # 14591
REVISION OF SECTION 401
BITUMINOUS PAVER
January 16, 2004
Section 401 of the Standard Specifications is hereby revised for this project as follows:
Subsection 401.10 shall include the following:
The bituminous paver shall be equipped with a means of preventing the segregation of the
coarse aggregate particles from the remainder of the bituminous plant mix when that mix is
carried from the paver hopper back to the paver augers. The means and methods used shall
be approved by the paver manufacturer and may consist of chain curtains, deflector plates, or
other such devices and any combination of these.
The following specific requirements shall apply to the identified bituminous pavers:
(1) Blaw-Knox bituminous pavers shall be equipped with the Blaw-Knox Materials
Management Kit (MMK).
(2) Cedarapids bituminous pavers shall be those that were manufactured in 1989 or later.
(3) Caterpillar bituminous pavers shall be equipped with deflector plates as identified in the
December 2000 Service Magazine entitled "New Asphalt Deflector Kit {6630, 6631,
6640}".
Prior to the start of using the paver for placing plant mix, the Contractor shall submit for
approval a full description in writing of the means and methodologies that will be used to
prevent bituminous paver segregation. Use of the paver shall not commence prior to receiving
approval from the Engineer.
The Contractor shall supply a Certificate of Compliance that verifies that the approved means
and methods used to prevent bituminous paver segregation have been implemented on all
pavers used on the project.
SSP 25
Federal Aid Project # SHE 2873-128
Project Code # 14591
October 14, 2003
REVISION OF SECTION 401
PLANT MIX PAVEMENTS - GENERAL
Section 401 of the Standard Specifications is hereby revised for this project as follows:
In subsection 401.02(b), delete the eighth, ninth, and tenth paragraphs (last three paragraphs) and
replace with the following:
If one or more samples fail to meet the requirements of Table 401-2, material from the area
represented by the failing sample will be evaluated as follows: —
If the area represented by the failing sample contains 2000 tons of the new pavement or less, then the
result for the failing sample shall be considered a lot of one and will be evaluated according to the _
formulas and procedures in subsection 105.03.
If the area represented by the failing sample contains more than 2000 tons of the new pavement, then
the material from the area represented by the failing sample will be sampled and tested according to
the following method:
Pavement samples for possible moisture susceptibility testing will be taken at a minimum frequency of
every 2000 tons throughout the project. The Engineer will observe the sampling, take possession of the
samples, and retain these samples for possible testing. Sample size shall be a minimum of 9 kg (20
pounds). If a 10,000 ton sample fails then the four 2000 ton samples from the area represented by that
failing 10,000 ton sample will be tested for moisture susceptibility. The 10,000 ton result and the four
2,000 ton result will be considered a lot of five and will be evaluated according to the formulas and
procedures in subsection 105.03. If less than four retained samples are on hand because the 10,000 _
ton sample represents less than 8000 tons of hot bituminous pavement, the price adjustment will be
based on the test results from the retained samples on hand plus the test result from the 10,000 ton
sample.
For the above evaluation the "F factor used in calculating P factors shall be 2.5. The P value shallbe
applied to price of the HBP item. If asphalt cement is not paid for separately the price reduction shall
be multiplied by 0.60. Lottman P values will not be combined with Pay Factors for other elements
determined in accordance with QC/QA specifications. -.
In subsection 401.14, delete (b) and replace with the following:
(b) Dry Lime Added to Wet Aggregate. The dry hydrated time shall be added to aggregate wetted a
minimum of two percent above the surface saturated dry condition (SSD) of the blended aggregate as
shown on the Form 43, and then thoroughly mixed in an approved pugmill. The Engineer will not
require the Contractor to go above five percent total moisture, although the Contractor may elect to do
so if the added water is necessary to meet the minimum Lottman specification. —
Subsection 401.14 shall include the following:
In order to ensure the required lime and water quantities are introduced, lime and water feed for lime —
operation shall have control systems that change introduction rates in conjunction with changes in plant
mix production. The control systems shall be documented in the Contractor's QC Plan.
When a test for aggregate percent moisture falls below the required minimum, the Contractor will
receive a warning. When two consecutive tests for aggregate percent moisture fall below the required .
SSP 26
Federal Aid Project # SHE 2873-128
Project Code # 14591
minimum, a follow up test will immediately be performed. A failure on the follow up test will result in
suspension of work. Production will remain suspended until the source of the problem is identified and
corrected. Each time production is suspended, corrective actions shall be proposed in writing by the
Contractor and approved in writing by the Engineer before production may resume.
In subsection 401.16, delete the last paragraph and replace with the following:
If at any time, the Engineer observes segregated areas of pavement, he will notify the Contractor
immediately.
After rolling, segregated areas will be delineated by the Engineer and evaluated as follows:
(1) The Engineer will delineate the segregated areas to be evaluated and inform the Contractor of the
location and extent of these areas within two calendar days, excluding weekends and holidays, of
placement.
(2) In each segregated area or group of areas to be evaluated, the Contractor shall take five 10" cores
at random locations designated by the Engineer. In accordance with CP 75, the Contractor shall
also take five 10" cores at random locations designated by the Engineer in non -segregated
pavement adjacent to the segregated area. These cores shall be within 30 feet of the boundary of
the segregated area and in the newly placed pavement. The coring shall be in the presence of
the Engineer and the Engineer will take immediate possession of the cores. The Contractor may
take additional cores at the Contractors expense.
(3) Gradation of the aggregate of the cores will be determined by CDOT in accordance with Colorado
Procedure 46.
(4) The core aggregate gradations from the segregated area will be compared to the core aggregate
gradations of the corresponding non -segregated area.
(5) Two key sieves of the core gradations from the segregated area will be compared to the core
gradations from the corresponding non -segregated area to determine the difference. If differences
for both key sieves exceed the allowable difference specified in the table below, the area is
segregated.
Table for Segregation Determination
Mix Grading Key Sieves Allowable Difference, %
SX #8, #4 9
S #8, #4 g
(6) Segregated areas in the top lift shall be removed and replaced, full lane width, at the Contractor's
expense. The Engineer may approve a method equivalent to remove and replace that results in a
non -segregated top lift. Segregated areas in lifts below the top lift, that are smaller than 50 square
feet per 100 linear feet of lane width, will be corrected by the Contractor at the Contractor's
expense in a manner acceptable to the Engineer. Segregated areas larger than 50 square feet per
100 linear feet of lane width in any lift shall be removed and replaced, full lane width, by the
Contractor at the Contractor's expense.
(7) If the area is determined to be segregated, the coring will be at the expense of the Contractor. If
the area is determined to be non -segregated, the Engineer shall reimburse the Contractor $2,000
for obtaining the ten cores.
SSP 27
be submitted in writing to the Engineer and the OWNER. Interpretation or
clarifications considered necessary in response to such questions will be
issued only by Addenda. Questions received less than seven days prior to
the date for opening of the Bids may not be answered. Only questions
answered by formal written Addenda will be binding. Oral and other
interpretations or clarifications will be without legal effect.
5.2. All questions concerning the scope of this project should be directed
to the Engineer. Questions regarding submittal of bids should be directed
to the City of Fort Collins' Purchasing Division.
5.3. Addenda may also be issued to modify the Bidding Documents as deemed
advisable by OWNER or Engineer.
5.4. Addenda will be mailed or delivered to all parties recorded by the
OWNER as having received the Bidding documents.
6.0 BID SECURITY
6.1. Each Bid must be accompanied by Bid Security made payable to OWNER in
the amount stated in the Invitation to Bid. The required security must be
in the form of a certified or bank cashier's check payable to OWNER or a
Bid Bond on the form enclosed herewith. The Bid Bond must be executed by a
surety meeting the requirements of the General Conditions for surety bonds.
6.2. The Bid Security of the successful Bidder will be retained until such
Bidder has executed the Agreement and furnished the required contract
security, whereupon Bid Security will be returned. If the successful
Bidder fails to execute and deliver the Agreement and furnish the required
contract security within 15 days of the Notice of Award, OWNER may annul
the Notice of Award and the Bid Security of that Bidder will be forfeited.
The Bid Security of other Bidders whom OWNER believes to have reasonable
chance receiving the award may be retained by OWNER until the earlier of
the seventh day after the effective date of the Agreement or the thirty-
first day after the Bid Opening, whereupon Bid Security furnished by such
Bidders will be returned. Bid Security with Bids which are not competitive
will be returned within seven days after the Bid opening.
7.0 CONTRACT TIME.
The number of days within which, or the date by which the Work is to be
substantially complete and also completed and ready for Final Payment (the
Contract Times) are set forth in the Agreement.
8.0 LI.QUIDATED DAMAGES.
Provisions for liquidated damages are set forth in the Agreement.
9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT
The Contract, if awarded, will be on the basis of material and equipment
12/03 Section 00100 Page 3
Federal Aid Project # SHE 2873-128
Project Code # 14591
Subsection 401.17 shall include the following:
The longitudinal joints shall be compacted to a target density of 92 percent of the maximum specific
gravity. The tolerance shall be t 4 percent. Maximum speck gravity will be that shown on the Form
43 for the asphalt mix used in construction of the joint. If two Form 43's apply to the joint material, the
average of the maximum spec gravities shown on the Form 43's will be used. Density (percent
relative compaction) will be determined in accordance with Colorado Procedure 44.
The Contractor shall obtain one 6-inch diameter core at a random location within each longitudinal joint
sampling section for determination of the joint density. The Contractor shall drill the cores at the
location directed by the Engineer and in the presence of the Engineer. The Engineer will take
possession of the cores for testing. The Contractor may take additional cores at the expense of the —
Contractor. Coring locations shall be centered on the line where the joint between the two adjacent lifts
abut at the surface. Core holes shall be repaired by the Contractor using materials and methods
approved by the Engineer. _
Payment will apply to the hot bituminous pavement on each side of the joint that forms the joint. If a lift
of pavement has a joint constructed on both sides, payment for each of those joints will apply to one _
half of the pavement between the joints.
Subsection 401.22 shall include the following:
Coring for longitudinal joint density testing, core hole repair and associated expenses will not be paid
for separately but shall be included in the work. Traffic control for this work will be paid for in
accordance with the contract. —
1*iUP 3
Federal Aid Project # SHE 2873-128
Project Code # 14591
March 4, 2002
REVISION OF SECTION 401
WEATHER LIMITATIONS AND PLACEMENT TEMPERATURES
Section 401 of the Standard Specifications is hereby revised for this project as follows:
Delete Subsection 401.07 and replace with the following:
401.07 Weather Limitations and Placement Temperatures. Plant mix pavement shall be placed only on
properly prepared unfrozen surfaces which are free of water, snow, and ice. The plant mix pavement
shall be placed only when both the air and surface temperatures equal or exceed the temperatures
specked in Table 401-3 and the Engineer determines that the weather conditions permit the pavement
to be properly placed and compacted.
Table 401-3
Placement Temperature Limitations in °f:
Compacted Layer
Thickness in
mm (inches)
Minimum Surface and Air
Tempera ure C (OF)
Top
Layers Below
Layer
To Layer
<38 (1%)
15 (60)
10 (50)
38 (1%) - <75 (3)
10 (50)
5 (40)
75 3 or more
7 45
2 35
Note:Air temperature is taken in the shade. Surface is defined as the existing base on which the
new pavement is to be placed.
If the temperature falls below the minimum air or surface temperatures, paving shall stop.
The Contractor shall schedule the work so that no planed or recycled surface is left without resurfacing
for more than 10 calendar days during the period specified in Table 401-3A, below. The Contractor
shall immediately place a temporary hot bituminous pavement layer on any surface that has been
planed or recycled and can not be resurfaced in accordance with the above temperature requirements
within 10 calendar days after being planed or recycled. The minimum thickness of the temporary hot
bituminous pavement layer shall be 50 mm (2 inches). The Contractor shall perform the quality control
required to assure adequate quality of the hot bituminous pavement used in the temporary layer. All
applicable pavement markings shall be applied to the temporary layer surface. The Contractor shall
maintain the temporary layer for the entire period that it is open to traffic. Distress which affects the ride,
safety, or serviceability of the temporary layer shall be immediately corrected to the satisfaction of the
Engineer. The temporary hot bituminous pavement layer shall be removed when work resumes.
Table No. 401-3A
Periods Ramdrinn t)varinv of Trantnrl ce irfnr•nc
Period During Which Planed or Recycled
Location by Elevation
Surfaces Must be Overlaid within Ten
Days
All areas below and including 2100
m 7000 feet
October 1 to March 1
All areas above 2100 m (7000 feet)
up to and including 2600 m (8500
September 5 to April 1
feet
All areas above 2600 m (85.00 feet)
August 20 to May 15
SSP 29
Federal Aid Project # SHE 2873-128
Project Code # 14591
In Subsection 401.15, delete Table 401-4 and replace with the following:
TARLF 401-4
Asphalt Grade
Minimum Mix Discharge
Temperature, °C (OF)*
Minimum Delivered
Mix Temperature, °C (OF)**
PG 58-28
135 `(275)
113 (235)
PG 64-22
143 (290)
113 (235)
PG 76-28
160 (320)
138 (280)
PG 64-28
160(320)
138 (280)
PG 58-34
149 (300)
138 (280)
* The maximum mix discharge temperature shall not exceea the minimum aischarge
temperature by more than 17 °C (30 OF)
** Delivered mix temperature shall be measured behind the paver screed.
In subsection 401.17, first paragraph, delete the last 2 sentences and replace with the following:
When the mixture contains unmodified asphalt cement (PG 58-28 or PG 64-22) or modified (PG 58-34),
and the surface temperature falls below 850C (185 OF), no further compaction effort will be permitted
unless approved. If the mixture contains modified asphalt cement (PG 76-28 or PG 64-28) and the
surface temperature falls below 110 *C (230 OF), no further compaction effort will be permitted unless
approved. —
Subsection 401.22 shall include the following:
All costs of the temporary hot bituminous pavement layer required according to subsection 401.07,
maintenance and removal of the temporary pavement layer, temporary pavement marking, and traffic
control will not be paid for separately, but shall be included in the work.
SSP 30
Federal Aid Project # SHE 2873-128
Project Code # 14591
June 13, 2003
REVISION OF SECTION 601
STRUCTURAL CONCRETE
Section 601 of the Standard Specifications is hereby revised for this project as follows:
Delete subsection 601.02 and replace with the following:
601.02 Classification. The classes of concrete shown in Table 601-1 shall be used when specified in
the Contract.
Table 601-1 Concrete Table
Concrete
Required
Cement Content:
Air Content:
Water Cement
Class
Field
Minimum or
% Range
Ratio:
Compressive
Range (kglm3)
(Total)
Maximum or
Strength
Range
MPa
B
25 (3000 psi)
335
5-8
N/A
at 28 days
565 Ibs/ d3
BZ
30 (4000 psi)
362
N/A
N/A
at 28 days
610 Ibs/ d3
D
30 (4500 psi)
365 to 392
5-8
0.44
at 28 days
(615 to 660
Ibs/ d3
DT
30 (4500 psi)
415
5-8
0.44
at 28 days
700 Ibs/ d3
E
30 (4200 psi)
392
4-8
0.44
at 28 days
660 Ibs/ d3
H
30 (4500 psi)
344 to 380
5-8
0.38 - 0.42
at 56 days
(580 to 640
Ibs/ d3
HT
30 (4500 psi)
344 to 380
5-8
0.38 - 0.42
at 56 days
(580 to 640
Ibs/ d3
P
30 (4200 psi)
392
4-8
0.44
at 28 days
660 Ibs/ d3
S35
35 (5000 psi)
365 to 427
5-8
0.42
at 28 days
(615 to 720
Ibs! d3
S40
40 (5800 psi)
365 to 451
5-8
0.40
at 28 days
(615 to 760
Ibs/ d3
S50
50 (7250 psi)
365 to 475
5-8
0.38
at 28 days
(615 to 800
Ibs/ d3
Class B concrete is an air entrained concrete for general use. Class D or H concrete may be
substituted for Class B concrete. Additional requirements for Class B concrete are: Class B concrete
shall have a nominal coarse aggregate size of 37.5 mm (1 %z") or smaller, i.e., 100% passing the 50 mm
(2") sieve and 90% to 100% passing the 37.5 mm (1'/z") sieve. Approved fly ash may be substituted for
portland cement up to a maximum of 20% Class C or 30% Class F by weight.
SSP 31
Federal Aid Project # SHE 2873-128
Project Code # 14591 —
Class BZ concrete is concrete for drilled piers. Additional requirements for class BZ concrete are:
Entrained air is not required unless specified in the Contract. High range water reducers may be added —
at the job site to obtain desired slump and retardation. Slump shall be a minimum of 125 mm (5") and a
maximum of 200 mm (8"). Class BZ caisson concrete shall be made with 19 mm (3/4") nominal sized
coarse aggregate, i.e., 100% passing the 25.0 mm (1") sieve and 90% to 100% passing the 19 mm
(3/4") sieve. Approved fly ash may be substituted for portland cement up to a maximum of 20% Class C
or 30% Class F by weight.
Class D concrete is a dense medium strength structural concrete. Class H may be substituted for --
Class D concrete. Additional requirements for Class D concrete are: An approved water reducing
admixture shall be incorporated in the mix. Class D concrete shall be made with 19 mm (3/4") nominal
sized coarse aggregate, i.e., 100% passing the 25.0 mm (1") sieve and 90% to 100% passing the 19 —
mm 0/4") sieve. When placed in a bridge deck, Class D concrete shall contain a minimum of 55%
AASHTO M 43 size No. 67 coarse aggregate. Approved fly ash may be substituted for portland cement
up to a maximum of 20% Class C or 30% Class F by weight.
Class DT concrete may be used for deck resurfacing and repairs. Class HT may be substituted for
Class DT concrete. Additional requirements for Class DT concrete are: An approved water reducing
admixture shall be incorporated in the mix. Class DT concrete shall contain a minimum of 50%
AASHTO M 43 size No. 7 or No. 8 coarse aggregate. Approved fly ash may be substituted for portland
cement up to a maximum of 20% Class C or 30% Class F by weight.
Class E concrete may be used for fast track pavements needing early strength in order to open a
pavement to service soon after placement. Additional requirements for Class E concrete are: Type III
cement may be used. Class E concrete shall contain a minimum of 55% AASHTO M 43 size No. 357 or No. 467 coarse aggregate. If all transverse joints are doweled, then Class E concrete shall contain a
minimum of 55% AASHTO M 43 sizes No. 57, No. 67, No. 357, or No. 467 coarse aggregate. In
addition to the compressive strength requirements in Table 601-1 and unless stated otherwise on the —
plans, Class E concrete shall achieve a field compressive.strength of 17 MPa (2500 psi) within 12
hours. Laboratory trial mix for Class E concrete must produce an average 28 day flexural strength of at
least 4482 kPa (650 psi). Approved fly ash may be substituted for portland cement up to a maximum of —
30% Class F by weight.
Class H concrete is used for bare concrete bridge decks that will not receive a waterproofing
membrane. Additional requirements for Class H concrete are: An approved water reducing admixture
shall be incorporated in the mix. Class H concrete shall contain a minimum of 55% AASHTO M 43 size
No. 67 coarse aggregate. Class H concrete shall contain cementitious materials in the following
ranges: 267 - 297 kg/m3 (450 - 500 Ibs/yd3) Type II portland cement, 53 - 74 kg/m3 (90 -125 Ibs/yd3) —
flyash and 12 - 18 kg/m3 (20 - 30 Ibs/yd3) silica fume. The total content of Type 11 portland cement,
flyash and silica fume shall be 344 - 380 kg/m3 (580 - 640 Ibs/yd3). Laboratory trial mix for Class H
concrete must not exceed permeability of 2000 coulombs at 56 days (ASTM C 1202). Laboratory trial —
mix for Class H concrete must not exhibit a crack at or before 14 days in the cracking tendency test
(AASHTO PP 34).
Class HT concrete is used as the top layer for bare concrete bridge decks that will not receive a
waterproofing membrane. Additional requirements for Class HT concrete are: An approved water
reducing admixture shall be incorporated in the mix. Class HT concrete shall contain a minimum of —
50% AASHTO M 43 size No. 7 or No. 8 coarse aggregate. Class HT concrete shall contain
cementitious materials in the following ranges: 267 - 297 kg/m3 (450 - 500 Ibs/yd3) Type 11 portland
cement, 53 - 74 kg/m3 (90 - 125 Ibs/yd3) flyash and 12 - 18 kg/m3 (20 - 30 Ibs/yd3) silica fume. The
total content of Type II portland cement, flyash and silica fume shall be 344 - 380 kg/m3 (580 - 640
lbs/yd3). Laboratory trial mix for Class HT concrete must not exceed permeability of 2000 coulombs at
SSP 32
Federal Aid Project # SHE 2873-128
Project Code # 14591
56 days (ASTM C 1202). Laboratory trial mix for Class HT concrete must not exhibit a crack at or
before 14 days in the cracking tendency test (AASHTO PP 34).
Class P concrete is used in pavements. Additional requirements for Class P concrete are: Class P
concrete shall contain a minimum of 55% AASHTO M 43 size No. 357 or No. 467 coarse aggregate. If
all transverse joints are doweled, then Class P concrete shall contain a minimum of 55% AASHTO M
43 sizes No. 57, No. 67, No. 357, or No. 467 coarse aggregate. Laboratory trial mix for Class P
concrete must produce an average 28 day flexural strength of at least 4482 kPa (650 psi). Class P
concrete shall contain 70% to 80% portland cement and 20% to 30% Class F fly ash in the total mass
(weight) of cement plus fly ash. Unless acceptance is based on flexural strength, the total mass
(weight) of cement plus Class F fly ash shall not be less than 392 kg/m3 (660 lbs/yd3). If acceptance is
based on flexural strength, the total mass (weight) of cement plus Class F fly ash shall not be less than
309 kg/m3 (520 Ibs/yd3).
Class S35 concrete is a dense high strength structural concrete. Additional requirements for Class S35
concrete are: An approved water reducing admixture shall be incorporated in the mix. Class S35
concrete shall be made with 19 mm (3/4") nominal sized coarse aggregate, i.e., 100% passing the 25.0
mm (1") sieve and 90% to 100% passing the 19 mm (3/4") sieve. When placed in a bridge deck, Class
S35 concrete shall contain a minimum of 55% AASHTO M 43 size No. 67 coarse aggregate. Approved
fly ash may be substituted for portland cement up to a maximum of 20% Class C or 30% Class F by
weight.
Class S40 concrete is a dense high strength structural concrete. Additional requirements for Class S40
concrete are: An approved water reducing admixture shall be incorporated in the mix. Class S40
concrete shall be made with 19 mm (3/4") nominal sized coarse aggregate, i.e., 100% passing the 25.0
mm (1") sieve and 90% to 100% passing the 19 mm (3/4") sieve. When placed in a bridge deck, Class
S40 concrete shall contain a minimum of 55% AASHTO M 43 size No. 67 coarse aggregate. Approved
fly ash may be substituted for portland cement up to a maximum of 20% Class C or 30% Class F by
weight.
Class S50 concrete is a dense high strength structural concrete. Additional requirements for Class S50
concrete are: An approved water reducing admixture shall be incorporated in the mix. Class S50
concrete shall be made with 19 mm (3/4") nominal sized coarse aggregate, i.e., 100% passing the 25.0
mm (1") sieve and 90% to 100% passing the 19 mm (3/4") sieve. When placed in a bridge deck, Class
S50 concrete shall contain a minimum of 55% AASHTO M 43 size No. 67 coarse aggregate. Approved
fly ash may be substituted for portland cement up to a maximum of 20% Class C or 30% Class F by
weight. Laboratory trial mix for Class S50 concrete must not exhibit a crack at or before 14 days in the
cracking tendency test (AASHTO PP 34).
Subsection 601.03 shall include the following:
Silica fume admixture shall conform to the requirements of subsection 701.03
Calcium chloride shall not be used in any concrete unless otherwise specified
Delete subsection 601.05 and replace with the following:
601.05 Proportioning. The Contractor shall submit a Concrete Mix Design Report consisting of design
mix proportions, laboratory trial mix and aggregate data for each class of concrete being placed on the
project. Concrete shall not be placed on the project before the Concrete Mix Design Report has been
reviewed and approved by the Engineer. The Concrete Mix Design cannot be approved when the
laboratory trial mix and aggregate data are the results from tests performed more than a year in the
past. The design mix proportions shall show the weights and sources of all ingredients including
SSP 33
Federal Aid Project # SHE 2873-128
Project Code # 14591 —
cement, fly ash, aggregates, water, additives and the water cement ratio (w/c). When determining the
w/c, cement (c) shall be the sum of the weight of the cement, the weight of the fly ash and the weight of
silica fume. -
The laboratory trial mix data shall include results of the following:
(a) AASHTO T 119 Slump of Hydraulic Cement Concrete.
(b) AASHTO T 121 Mass per Cubic Meter (Cubic Foot), Yield, and Air Content (Gravimetric) of
Concrete. Air content from AASHTO T 152 Air Content of Freshly Mixed Concrete by the
Pressure Method may be used in lieu of the air content by the gravimetric method in AASHTO T
121.
(c) AASHTO T 22 Compressive Strength of Cylindrical Concrete Specimens shall be performed with at least two specimens at 7 days and three specimens at 28 days. Three additional specimens
tested at 56 days shall be required for Class H and HT concrete.
(d) Class H and HT concrete shall include a measurement of permeability by ASTM C 1202 Electrical _
Indication of Concrete's Ability to Resist Chloride Ion Penetration. The concrete test specimens
shall be two 2 inch thick disks sawed from the centers of two molded 4 inch diameter cylinders
cured no more than 56 days in accordance with ASTM C 192 Standard Practice for Making and
Curing Concrete Test Specimens in the Laboratory. —
(e) Class H, HT and S50 concrete shall include a measurement of cracking by AASHTO PP 34
Standard Practice for Estimating the Cracking Tendency of Concrete. The ring shall be cured in
an indoor room with the temperature maintained 180C - 24°C (65°F - 75°F) and relative humidity —
not exceeding 40%.
(f) Class E and P concrete shall include AASHTO T 97 Flexural Strength of Concrete (Using Simple
Beam with Third -Point Loading) performed with two specimens at 7 days and four specimens at —
28 days.
(g) Class E concrete shall include a report of maturity relationships in accordance with ASTM C 1074
with the following additions or modifications. The Contractor shall provide a multi -channel —
maturity meter and all necessary wire and connectors. The Contractor shall be responsible for
the placement and maintenance of the maturity meter and wire. Placement shall be as directed
by the Engineer.
1. The cylinders used to establish the compressive strength vs. maturity relationship shall be
cast and cured in the field in conditions similar to the project.
2. These cylinders shall be tested in pairs at times which yield compressive strengths three
sets of which are at or below 17 MPa (2500 psi) and one of which is above 17 MPa (2500
psi).
3. Testing to determine datum temperature or activation energy will not be required. —
4. A test slab shall be cast at the same time and location as the cylinders. The test slab shall
have a length and width of 2 m x 2 m (6 feet x 6 feet) and a thickness equal to the pavement
design thickness. The maturity of the test slab, when used in the compressive strength vs. —
maturity relationship from the cylinders, shall indicate that a compressive strength of 17 MPa
(2500 psi) is achieved in the required time. Slab maturity will be determined with two probes
located in the.. slab approximately 300 mm and 600 mm (1 and 2 feet) from the edge. The —
test slab shall be covered with a blanket similar to the one to be used on the pavement.
Except for class BZ concrete, the maximum slump of the delivered concrete shall be the slump of the
approved concrete mix design plus 38' mm (1 Y2"). Except for class H and HT concrete, the laboratory —
trial mix must produce an average 28 day compressive strength at least 115 percent of the required 28
day field compressive strength. The laboratory trial mix for Class H or HT concrete must produce an
average 56 day compressive strength at least 115 percent of the required 56 day field compressive —
strength.
SSP 34
Federal Aid Project # SHE 2873-128
Project Code # 14591
The laboratory trial mix shall have a relative yield of 0.99 to 1.02. When Portland Cement Concrete
Pavement is paid with a volumetric pay quantity, the relative yield of the concrete produced on the
project shall be 0.99 to 1.02. If the relative yield of the produced concrete does not conform to this
range for two consecutive yield determinations, concrete production shall cease and the Contractor
shall present a plan to correct the relative yield to the Engineer.
Aggregate data shall include the results of the following:
(1) AASHTO T 11 Materials Finer Than 75 um (No. 200) Sieve in Mineral Aggregates by Washing.
(2) AASHTO T 19 Unit Weight and Voids in Aggregate.
(3) AASHTO T 21 Organic Impurities in Fine Aggregate for Concrete.
(4) AASHTO T 27 Sieve Analysis of Fine and Coarse Aggregates.
(5) AASHTO T 84 Specific Gravity and Absorption of Fine Aggregate.
(6) AASHTO T 85 Specific Gravity and Absorption of Coarse Aggregate.
(7) AASHTO T 96 Resistance to Degradation of Small -Size Coarse Aggregate by Abrasion and
Impact in the Los Angeles Machine.
(8) AASHTO T 104 Soundness of Aggregate by Use of Sodium Sulfate or Magnesium Sulfate.
(9) AASHTO T 176 Plastic Fines in Graded Aggregates and Soils by use of the Sand Equivalent Test
(10) ASTM C 535 Resistance to Degradation of Large -Size Coarse Aggregate by Abrasion and Impact
in the Los Angeles Machine
(11) ASTM C 1260 Potential Alkali Reactivity of Aggregates (Mortar -Bar Method)
Any aggregate with an expansion of 0.10 percent or more at 16 days after casting as determined by
ASTM C 1260 shall not be used unless mitigative measures are included in the mix design and
subsequent results of CPL 4202 with the design mix proportions show an expansion not exceeding
0.10 percent at 16 days after casting. The Concrete Mix Design Report shall state what mitigative
measures were included in the concrete mix design and include results for ASTM C 1260 and CPL
4202.
The Concrete Mix Design Report shall include Certified Test Reports showing that the cement, flyash
and silica fume admixture meet the specification requirements and supporting this statement with actual
test results. The certification for silica fume shall state the solids content if the silica fume admixture is
furnished as slurry.
Where the Contractor's use of fly ash results in any delay, necessary change in admixture quantities or
source, or unsatisfactory work, the cost of such delays, changes or corrective actions shall be bome by
the Contractor.
The Contractor shall submit a new Concrete Mix Design Report meeting the above requirements when
a change occurs in the source, type, or proportions of cement, fly ash, or aggregate. Unless otherwise
permitted by the Engineer, the product of only one type of portland cement from one mill of any one
brand shall be used in a concrete mix design.
Review and approval of the Concrete Mix Design by the Engineer does not constitute acceptance of the
concrete. Acceptance will be based solely on the test results of concrete placed on the project.
Subsection 601.07 shall include the following:
Silica fume shall be added to the mix during initial batching.
Subsection 601.12 shall include the following:
At the pre -placement conference, the Contractor shall present a concrete winter protection plan for
671.iml-y
Federal Aid Project # SHE 2873-128
Project Code # 14591 _
acceptance by the Engineer. The accepted concrete winter protection plan shall contain information on
the number and type of heat sources to be used, a sketch detailing the enclosure materials, and all
other pertinent information. Sufficient equipment shall be supplied to continuously maintain the
specified temperature uniformly in all parts of the enclosure. Insulated blankets on top of the bridge
deck and freely circulated artificial heat below the deck will be permitted.
Subsection 601.12(c) shall include the following:
Before concrete placement, all ice, snow, and frost shall be completely removed from within formwork. --
Salt shall not be used to thaw ice, snow, or frost.
Delete subsection 601.13 and replace with the following:
601.13 Curing Concrete Other Than Bridge Decks. When the ambient temperature is below 20C
(35°F) the Contractor shall maintain the concrete temperature above 10°C (50°F) during the curing
period. It shall be the Contractor's responsibility to determine for himself the necessity for undertaking
protective measures.
The minimum curing period shall be determined by one of the following methods. The Engineer shall —
review for adequacy, the Contractor's determination of the curing period.
(1) The minimum curing period shall be 120 hours
(2) The minimum curing period shall be from the time the concrete has been placed until the
concrete has met a compressive strength of 80 percent of the required field compressive —
strength. The Contractor shall cast information cylinders on the final portion of a placement and
stored as close to the structure as possible. The information cylinders shall receive similar
thermal protection as the structure. The contractor shall be responsible for the protection of the —
information cylinders. In -place strength shall be determined by at least two cylinders. If the
information cylinders are destroyed in the field, the minimum curing period shall be 120 hours.
(3) The minimum curing period shall be from the time the concrete has been placed until the
concrete has met a compressive strength of 80 percent of the required field compressive
strength. The Contractor shall develop a maturity relationship for the concrete mix design in
accordance with ASTM C 1074. The Contractor shall provide the maturity meter and all —
necessary thermocouples, thermometers, wires and connectors. The Contractor shall. be
responsible for the placement, protection and maintenance of the maturity meters and associated
equipment. Locations where the maturity meters are placed shall be protected in the same —
manner as the rest of the structure. The Contractor shall install the thermocouples at locations
designated by the Engineer. The Contractor shall monitor the temperature at intervals acceptable
to the Engineer.
Maturity meters, thermocouples and information cylinders will not be measured or paid for separately,
but shall be included in the work. —
Enclosures with artificial heat sources will be permitted.- If enclosures are used the Contractor shall
monitor the structural integrity of the enclosure. Artificial heat sources shall not be placed in such a _
manner as to endanger formwork or expose any area of concrete to drying due to excessive
temperatures. At the end of the curing period, the protection shall remain in place until it can be
removed without permitting the concrete temperature to fall more than 280C (50°F) in a 24-hour period.
Sudden changes of concrete temperature shall be prevented. '-
Immediately after placing fresh concrete, all concrete shall be cured by one of the following methods.
Federal Aid Project # SHE 2873-128
Project Code # 14591
The Engineer shall review for adequacy, the curing method proposed by the Contractor.
(a) Water Method. All surfaces other than slabs shall be protected from the sun and the whole
structure shall be kept wet throughout the curing period. Surfaces requiring a Class 2 finish may
have the covering temporarily removed for finishing, but the covering must be restored as soon
as possible. All concrete slabs shall be covered as soon as possible with suitable material so that
concrete is kept thoroughly wet for at least five days. The concrete surface shall be kept moist at
all times by fogging with an atomizing nozzle until the covering is placed.
(b) Membrane Forming Curing Compound Method. Curing compound may be applied only to those
surfaces, which are to receive a Class I or Class 4 final finish. A volatile organic content (VOC)
compliant curing compound conforming to AASHTO M 148, Type 2 shall be used on surfaces
where curing compound is allowed, except that Type 1 curing compound shall be used on
exposed aggregate or colored concrete, or when directed by the Engineer. Curing compound
shall not be used on construction joints. The rate of application of curing compound will be in
accordance with the manufacturer's recommendation, but shall not be more than 7 m2/1- (300
ft2/g). All concrete cured by this method shall receive two applications of the curing compound.
The first coat shall be applied immediately after stripping of forms and acceptance of the concrete
finish. If the surface is dry, the concrete shall be thoroughly wet with water and the curing
compound applied just as the surface film of water disappears. The second application shall be
applied after the first application has set. During curing operations, any unsprayed surfaces shall
be kept wet with water. The coating shall be protected against marring -for a period of at least 10
days after application. Any coating marred, or otherwise disturbed, shall be given an additional
coating. Should the surface coating be subjected continuously to injury, the Engineer may
require that water curing, as described in subsection 601.13(a) be applied at once. When using a
curing compound, the compound shall be thoroughly mixed within an hour before use. If the use
of a curing compound results in a streaked or blotchy appearance, its use shall be discontinued.
Water curing, as described in subsection 601.13 (a), shall then be applied until the cause of the
defective appearance is corrected.
(c) Form Method. Concrete shall be protected by forms during the curing period Forms shall be kept
moist, when necessary, during the curing period to insure the concrete surface remains wet.
(d) Blanket Method. Electrically heated curing blankets or insulation blankets may be used in cold
weather to maintain specified curing temperature and to retain moisture in concrete. Blankets
shall be lapped at least 200 mm (8 inches) and shall be free of holes. Blankets shall be secured
at laps and edges to prevent moisture from escaping.
The following procedures shall be followed if the temperature of the concrete structure falls below 0°C
(32°F) before the concrete reaches 80 percent of the required field compressive strength:
(1) The Contractor will take cores at locations designated by the Engineer.
(2) The Engineer will take immediate possession of the cores and submit the cores to a petrographer
for examination in accordance with ASTM C 856.
(3) All costs associated with coring, transmittal of cores, and petrographic examination shall be born
by the Contractor regardless of the outcome of the petrographic examination.
(4) Concrete damaged by frost as determined by thepetrographic examination shall be removed and
replaced at the Contractor's expense.
Delete subsection 601.15 and 601.16 and replace with the following:
601.15 Bridge Deck Placing, Consolidating and Finishing. The Contractor shall prepare a written
Quality Control Plan (QCP) which defines the quality control measures the Contractor will use to ensure
SSP 37
described on the Drawings or specified in the Specifications without -
consideration of possible substitute or "or equal" items. Whenever it is
indicated on the Drawings or specified in the Specifications that a
substitute or "or equal" item of material or equipment may be furnished or —
used by CONTRACTOR if acceptable to Engineer, application for such
acceptance will not be considered by Engineer until after the "effective
date of the Agreement". The procedure for submittal of any such
application by CONTRACTOR and consideration by Engineer is set forth in the
General Conditions which may be supplemented in the General Requirements.
10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS
10.1. Each Bidder shall submit at the Bid opening to OWNER a list of
principal subcontractors he proposes to use in the Work. Refer to Section
00430 contained within these Documents.
10.2. If OWNER or Engineer after due investigation has reasonable
objection to any proposed Subcontractor, either may, before the Notice of ^
Award is given, request the apparent successful Bidder to submit an
acceptable substitute without an increase in Bid price. If the apparent
successful Bidder declines to make any substitution, OWNER may award the
contract to the next lowest responsive and responsible Bidder that proposes
to use acceptable subcontractors. Subcontractors, suppliers, other persons
or organization listed and to whom OWNER or Engineer does not make written
objection prior to the giving of the Notice of Award will be deemed —
acceptable to OWNER and ENGINEER subject to revocation of such acceptance
after the effective date of the Agreement as provided in the General
Conditions.
10.3. CONTRACTOR shall not be required to employ any subcontractor,
supplier or other persons or organizations against whom he has reasonable
objection. The use of subcontractors listed by the Bidder and accepted by —
OWNER prior to the Notice of Award will be required in the performance of
the Work.
11.0 BID FORM.
11.1. A copy of the Bid Form is bound in the Contract Documents which may
be retained by the Bidder. A separate unbound copy is enclosed for
submission with the Bid.
11.2. Bid Forms must be complete in ink or typed. All lump sum prices on
the form must be stated in words and numerals; in case of conflict, words -
will take precedence. Unit prices shall govern over extensions of sums.
11.3. Bids by corporations must be executed in the corporate name by the —
president or a vice-president (or other appropriate officer accompanied by
evidence of authority to sign) and the corporate seal shall be affixed and
attested by the secretary or an assistant secretary. The corporate address ^
and state of incorporation shall be shown below the corporate name.
12/03 Section 00100 Page 4
Federal Aid Project # SHE 2873-128
Project Code # 14591
the placing, consolidating, and finishing, curing and weather protection of the bridge deck conforms to
the Contract requirements. The Contractor may refer to the Structural Concrete Pre -Pour Conference
Agenda in the departments Construction Manual for examples of items that should be included in the
QCP. It shall also identify the Contractor's method for ensuring that the provisions of the QCP are met.
The Contractor shall submit the QCP to the Engineer for written approval before the pre -pour
conference.
A Pre -Placement Conference shall be held at a time mutually agreed upon before the initial placement
of Class H, Class HT or Class S50 concrete. Representatives of the ready mix producer and the --
Contractor shall meet with the Engineer to discuss the following topics:
(1) Concrete Mix Ingredients and Proportions (cement content, effect of admixtures, etc.) —
(2) Work Schedule
(3) Applicable Specifications and Special Notes
(4) Delivery Details _
(5) Planned Construction Joint Locations
(6) Role of All Personnel
(7) Construction Details - surface preparation, finish, joint locations, etc. —
(8) Testing Requirements
(9) Acceptance Criteria
(10) Contingency Plans for Wind, Rain, Breakdown, etc.
(11) Curing Details
(a) Surface Preparation. Tops of girders, precast deck panels, pier caps, and abutments that will
come into contact with bridge deck concrete shall be heated to raise the temperature above 20C —
(35°F) prior to concrete placement. The proposed preheating method is subject to approval by
the Engineer.
Prior to placement of a Class HT concrete overlay, the deck shall be prepared as follows:
1. Newly Placed Decks or Existing Decks That Have Been Used as the Final Driving Surface. —
The deck shall be shot blasted in preparation for a mechanically bonded surface. Shot blasting
shall remove the upper surface of the deck down to the coarse aggregate, which requires
removing approximately 3 to 5 mm (1/8 to 3/16 inch) of the concrete.
2. Existing Decks Covered with One or More Layers of Bituminous Pavement. The deck shall be
planed in accordance with subsection 202.09 to remove all overlying bituminous pavement,
bridge deck membrane, and the upper 6.5 mm (1/4 inch) of the deck concrete.
If Class HT concrete is not placed within one week of shot blasting or planing, the area shall then
be sandblasted and cleaned of .all sand, concrete fragments, dirt, and other foreign material within —
one week before placement. The area shall be moistened at least two hours before placement in
order that the substrate concrete is saturated. The substrate concrete shall be allowed to dry and
shall be saturated surface dry and free of visible water at the time of placement.
(b) Test Slob. At least 7 days prior to initial placement of Class H, Class HT or Class S50 concrete
on or in a deck, the Contractor shall have prepared, placed, and cured one test slab of at least 3
m3 (4 Cu. Yd.) to verify mix design, demonstrate the ability to perform placement, finishing &
curing operations, and to check quality control. The test slab shall be approximately the same
thickness as the concrete to be placed. Additional test slabs shall be placed as necessary to
verify changes in design or procedures at the contractor's expense. Test slabs that are placed as
acceptable work in segments of sidewalks, or as approach slabs, or other locations acceptable to.
the Engineer, will be paid for as the pay item for that element of the contract.
SSP 38
Federal Aid Project # SHE 2873-128
Project Code # 14591
(c) Placing. Concrete shall be placed in accordance with the requirements of subsection 601.12
except for the following:
Concrete shall be placed in such manner as to require as little rehandling as possible and at
sufficient depth to provide adequate material for screeding and finishing operations. The
concrete shall be discharged as near its final location as practicable. The pattern of placement
shall be such that lateral flow will be minimized. Concrete shall be placed against the leading
edge of fresh concrete where practicable.
Class H, Class HT and Class S50 concrete shall be placed only when the concrete mix
temperature is between 10°C and 270C (50°F and 80°F) at the time of delivery. Class H, Class
HT and Class S50 concrete shall not be placed in or on bridge decks when the air temperature
exceeds 260C (80°F) and/or the wind velocity exceeds 16 Km/h (10 mph) as determined by a
digital thermometer and anemometer provided on site by the Contractor. If the Engineer can
determine from the Contractor's data that the evaporation rate is less than 1.0 kg/m2/hr (0.20
lb/ft2/hr), in accordance with figure 2.1.5 in ACI 305, then Class H and HT concrete may be
placed under these conditions.
Longitudinal joints for a Class HT concrete overlay will be allowed only at the locations of lane
lines and must be approved by the Engineer.
Transverse joints may be utilized when the Engineer determines that the work is not progressing
in a satisfactory manner, or when required by change in weather conditions. The Engineer may
approve transverse joint locations to accommodate phased overlay. construction.
(d) Consolidating. Consolidation shall conform to subsection 601.12(e) and to the following:
The Contractor shall provide suitable mechanical vibrators to disperse the batch at the point of
discharge and to densify the concrete within the forms. The bond of fresh concrete to concrete
previously placed shall be achieved by vibrating the new concrete together with the old.
Immersion vibrators shall operate at a speed of at least 10,000 vibrations per minute in air.
Internal vibration may be used along the edges of forms and in areas of congested reinforcing. A
combination of immersion vibration and surface consolidation shall be used.
(e) Finishing. Following consolidation, the concrete shall be struck off and finished by mechanical
longitudinal floating, mechanical rolling, surface vibration, or a combination of any of these
methods. Surface vibrators shall be of the low frequency, high -amplitude type, operating at a
speed of 3000 to 4500 vibrations per minute.
A paver's steel scraping straightedge or lute, 100 mm (4 inch) maximum width, shall be the only
hand tool permitted on deck surfaces, except for a minimum use of hand floats and edgers along
the forms and in areas where machine finishing cannot be effectively used. Only minimum hand
finishing will be permitted. If the surface of the deck slab becomes dry immediately following
finishing operations, due to an excessive evaporation rate, it shall be covered with wet burlap or
fogged with water covering the entire deck surface using pneumatic atomizing nozzles. The fog
spray shall be just enough to retard surface evaporation and shall not change the water -cement
ratio. During periods of excessive drying, a cover of wet burlap or plastic sheeting shall be
maintained on the slab at all times until final cure is placed. Monomolecular film coatings applied
to the surface of the slab to retain moisture may be used provided they effectively retard surface
evaporation and are adequately maintained until the final cure is placed.
Surfaces of bridge decks and bridge approach slabs that will be the final riding surface shall be
SSP 39
Federal Aid Project # SHE 2873-128
Project Code # 14591
finished as follows:
For the final finish a seamless strip of plastic turf shall be dragged longitudinally over the full
width of bridge deck after a seamless strip of burlap or other approved fabric has been
dragged longitudinally over the full width of bridge deck to produce a uniform surface of gritty
texture.
The drags shall be mounted on a bridge other than the bridge to be fumished for department
use. The dimensions of the drags shall be such that a strip of material at least 1 m (3 feet)
wide is in contact with the full width of pavement surface while each drag is used. The drags
shall consist of sufficient material and be maintained in such a condition that the resultant
surface finish is of uniform appearance and reasonably free from grooves over 2 mm (1/16 —
inch) in depth. Where more than one layer of burlap drag is required, the bottom layer shall
be approximately 150 mm (6 inches) wider than the layer above. Drags shall be maintained
clean and free from encrusted mortar. Drags that cannot be cleaned shall be discarded and new drags installed.
2, Texturing. When posted speeds are 65 km/h (40 mph) or higher, the finish shall be a grooved
finish conforming to the following:
After the Engineer has accepted the finished surface, and after concrete has cured for at least
seven days, the bridge deck surface shall be textured by grooving with a mechanized saw —
(sawed grooves). Grooving shall be done prior to the application of the concrete sealer. Only
multi -blade saw cutting equipment fumished with circular blades may be used. Single blade
equipment may be authorized by the Engineer where multi -blade assemblies do not allow —
sawing a distance one foot from obstructions.
The grooving shall be rectangular and conform to the following:
Depth: 3 mm t 1 mm (x inch t 1/32 inch)
Width: 3 mm t 1 mm (x inch t 1/32 inch)
Spacing: 20 mm t 1 mm (3/4 inch t 1/32 inch) center to center
Grooves shall be longitudinal and parallel to the centerline of the roadway. Overlapping of —
grooves by succeeding passes will not be permitted. The grooves shall terminate 0.45 m (1.5
feet) from the face of curb or bridge rail on each side of the overlaid bridge deck.
Grooving to bridge joint system. For joint systems that are perpendicular to the roadway
centerline, grooving shall extend to 225 mm t 75 mm (9 inches t 3 inches) from the armor of
the joint.
For the joint systems that are not perpendicular to the centerline of the roadway, grooving
shall remain parallel to the centerline and shall not be nearer than 150 mm (6 inches) to the
joint armor nor farther than 1.2 m (4 feet) from the joint armor. The distance between —
grooves, from one side to other of the joint system, shall not exceed 1.5 m (5 feet).
The Contractor shall maintain the grooving equipment so that aggregate particles or cement
build-up on the saws is promptly cleared or cleaned so that the grooves are neat, true and in
conformance with the specked dimensions.
(0 Surface Smoothness. -
All Bridge Deck Surfaces. Acceptability of the deck surface will be determined as follows:
The Contractor shall furnish a 3 m (10 foot) straightedge or other approved device. When
SSP 40
Federal Aid Project # SHE 2873-128
Project Code # 14591
WORK TO BE COMPLETED BY THE CITY
The City of Fort Collins will provide the following work items for the project:
Construction Surveying
Asphalt Mat Planing
Asphalt Pavement Materials and Installation
Sign Installation
Pavement Striping
Manhole Adjustment
Light Standard Removal
Light Standard Installation
Quality Acceptance Testing
June 1, 2004
PSP 4
Federal Aid Project # SHE 2873-128
Project Code # 14591
the concrete is sufficiently hard, the Contractor shall test the bridge deck surface with the 3 -
m (10 foot) straightedge or other approved device. Areas showing high spots of more than
3 mm (1/8 inch) but not exceeding 12 mm (Y2 inch) in 3 m (10 feet) shall be marked. The '-
marked area shall be immediately ground with an approved grinding tool so that the surface
deviation will not be in excess of 3 mm (1/3 inch) 3 m (10 feet). Grinding shall not reduce
the concrete cover on reinforcing steel to less than 45 mm (13/4 inches), (70 mm [23/4
inches] for bare decks without an overlay). Decks that require additional corrective action
shall be corrected with a concrete overlay approved by the Engineer.
2. All Bridge Deck Final Riding Surfaces. Bare deck, or any concrete overlayed final surface
is subject to an incentive payment. The Contractor shall provide the Engineer with the
following for incentive payment only: The longitudinal finished surface smoothness of
structures and approach slabs including concrete deck and any overlaid surface shall be
tested with the profilograph method in accordance with subsection 105.031(b). Bridge
Deck shall be subject to an incentive payment in accordance with the following Table 601-3.
Incentive Payments will be based on the Lane Profile Index (LPI) before diamond grinding
of bumps or any corrective work has been done.
TABLE 601-3
BRIDGE DECK SMOOTHNESS (INCHES/MILE)
2.5 mm (0.1 INCH) BLANKING BAND
PAVEMENT
SMOOTHNESS
CATEGORY'
INCENTIVE PAYMENTS
CORRECTIVE
WORK
REQUIRED
LPI
PI
Concrete
in./mi.
mm/km
$/m2#12
or
t$0.30
190
$1.45In
accordance
BRIDGE
12.1-15
91-235
$1.08ALL
with
DECKS
15.1-18
36-285
$0.72subsection
18.1-22
286-345
$0.36
601.15(d)1
22.1-25
$0.00
346-395
$0.00
' This category will be used only on new construction or complete reconstruction of bridge deck.
(g) Movable Bridges. Movable bridges or platforms shall be provided by the Contractor and moved _
as directed to allow the inspectors to work over the freshly placed plastic concrete. A movable
bridge shall be kept as close to the finishing screed as practical. The deck of the movable
bridges shall be a minimum of 600 mm (24 inches) wide and no more than 600 mm (24 inches) _
above the surface of the concrete and shall be capable of supporting two people. The Contractor
shall provide additional movable bridges as appropriate for the work.
(h) Concrete Bridge Sidewalks. Bridge sidewalks shall receive a final transverse broom finish. "-
(i) If cracks in the deck concrete with a width of 0.9 mm (0.035 inches) or greater occur within two
weeks of placement, those cracks shall be repaired at the Contractor's expense. Cracks will be
measured by the Engineer by insertion of a wire gauge at any time and temperature within the
two weeks. The repair shall consist of filling the cracks with a low viscosity, two part,
methacrylate or an approved equal. The repair shall be in accordance with the recommendations
of the manufacturer of the crack filling material
601.16 Curing Concrete Bridge Decks. Except for Class H and HT concrete, the minimum curing _
period shall be 120 hours. The concrete surface shall be kept moist at all times by fogging with an
approved atomizing nozzle or applying a monomolecular film coating to retard evaporation until the
curing material is in place. _
SSP 41
Federal Aid Project # SHE 2873-128
Project Code # 14591
For Class H and HT concrete the minimum curing period shall be 168 hours and from May 1 and until
September 30 the water cure method as described below shall be used without the membrane forming
curing compound.
Concrete bridge decks, including bridge curbs and bridge sidewalks shall be cured as follows:
(a) Decks placed from May 1 to September 30 shall be cured by the membrane forming curing
compound method followed by the water cure method as follows:
Membrane Forming Curing Compound Method. A volatile organic content (VOC) compliant
curing compound conforming to AASHTO M 148, Type 2 shall be uniformly applied to the
surface of the deck, curbs. and sidewalks at the rate of 40 U100 m2 (1 gallon per 100
square feet). The curing compound shall be applied as a fine spray using power operated
spraying equipment. The power operated. spraying equipment shall be equipped with an
operational pressure gage and a means of controlling the pressure. Before and during
application the curing compound shall be kept thoroughly mixed by recirculation or a tank
agitator. The application shall be within 6 m (20 feet) of the deck finishing operation. When
the finishing operation is discontinued, all finished concrete shall be coated with curing
compound within Y2 hour. The curing compound shall be thoroughly mixed within one hour
before use.
2. Water Cure Method. The water cure method shall be applied as soon as it can be without
marring the surface and shall be continued for five days. The surface of the concrete,
including bridge curbs and bridge sidewalks, shall be entirely covered with cotton, burlap, or
combination polyethylene sheeting and burlap mats. Approved combinations of a barrier
and a water retaining layer may be used. Prior to being placed, the mats shall be
thoroughly saturated with water. The mats shall extend at least twice the thickness of the
bridge deck beyond the edges of the slab and shall be weighted to remain in contact with
the surface. The mats shall remain in contact and be kept wet for a minimum of five days
after concrete placement.
(b) Decks placed between November 1 and March 31 shall be cured by application of a membrane
forming curing compound followed by the blanket method as follows:
Membrane Forming Curing Compound Method. This method shall be applied in
accordance with 601.16(a)1 above.
2. Blanket Method. Curing blankets with a minimum RValue of 0.5 shall be placed on the
deck as soon as they can be without marring the surface. Blankets shall be loosely laid
(not stretched) and adjacent edges suitably overlapped with continuous weights along the
lapped joints. The blankets shall remain in place for a minimum of five days after
placement.
(c) Decks placed in April or October may be cured in accordance with either subsection 601.16(a) or
601.16(b) above.
(d) For decks placed above an elevation of 2500 m (8,000 feet) above mean sea level, the Engineer
may modify the time of year requirements for the cure methods defined in subsection 601.16(a)
and 601.16(b) above.
(e) Class H, Class HT and Class S50 concrete shall be cured as follows:
SSP 42
Federal Aid Project # SHE 2873-128
Project Code # 14591
The concrete surface shall be kept moist at all times by fogging with approved atomizing
nozzles until the surface has been covered by the final cure.
2. At lease two atomizing nozzles shall be in operation at all times. A fogging nozzle that has
shown acceptable performance is FOGG-IT Waterfog, low volume (7.5 liters per minute),
manufactured by Fogg -it Nozzle Co. at P.O. Box 16053, San Francisco, California, 94116,
or an approved equal.
3. From October 1 and until April 30 continuous fogging will not be required if the evaporation
rate is less than 0.50 kg/m2/hr (0.10 Ib/ft2/hr). Ambient temperatures during initial curing
shall be warm enough that the water from fogging does not freeze before insulating
blankets are applied. The internal concrete temperature shall be determined by using
thermocouples and a continuous recording device. The Contractor shall provide the
thermocouples and a continuous recording device and install the thermocouples at
locations designated by the Engineer. The continuous recording device connected to the
thermocouple shall be calibrated to provide accurate temperature readings. During the —
cure period the continuous recording device shall be visible, show visible readings, and the
Contractor shall continuously monitor the concrete temperature and provide the recorded
data to the engineer after the monitoring of temperature for that placement is complete.
(f) When the ambient temperature is below 20C (350F), the Contractor shall maintain the internal
concrete temperature above 10°C (50°F) during the curing period, except the last 48 hours of the ,..
curing period the internal concrete temperature may be kept above 4°C (40°F).
Internal concrete temperature shall be determined by using thermocouples. Thermocouple wire,
connectors, and hand held thermometer will be supplied by the Engineer. The Contractor shall
install the thermocouples at locations designated by the Engineer.
During the curing period, the Contractor shall monitor the enclosure at intervals acceptable to the
Engineer. The Contractor shall monitor concrete temperature, and the structural integrity of the
enclosure. Artificial heat sources shall not be placed in such a manner as to endanger formwork
or expose any area of concrete to drying due to excessive temperatures.
During the curing period, for each day that the internal concrete temperature falls below the
specified temperature, the protection shall remain in place and one extra day of curing time above
40C (400F) shall be added to the original days of protection.
If the internal concrete temperature at any location in the bridge deck concrete falls below 0°C
(320F) during the first 24 hours of the curing period, the Engineer may direct the Contractor to
core the areas in question at the locations indicated by the Engineer. The Engineer will take
immediate possession of the cores. The Engineer will submit the cores to a petrographer for
examination in accordance with ASTM C 856. Concrete damaged by frost, as determined by the
petrographer, shall be removed and replaced at the Contractor's expense. All costs associated
with coring, transmittal of cores, and petrographic examination shall be born by the Contractor
regardless of the outcome of the petrographic examination.
At the end of the protection period, the protection shall remain in place until it can be removed
without permitting the concrete temperature to fall more than 280C (50°F) in a 24-hour period. --
Sudden changes of temperature shall be prevented.
Subsection 601.17 shall include the following:
After the curing period for Class HT concrete has elapsed, the overlay shall be "sounded" by the Contractor in
accordance with ASTM D 4580 Standard Practice for Measuring Delaminations in Concrete Bridge Decks by Sounding
SSP 43 �`
Federal Aid Project # SHE 2873-128
Project Code# 14591
to determine W the Class HT concrete has bonded to the bridge deck. In areas where the Class HT concrete has not
bonded to the bridge deck, it shall be removed and replaced at the Contractors expense.
Class HT concrete overlays shall not be opened to traffic, including construction traffic, for at least 14. days after
placement. At the Engineer's discretion, the overlay may be opened to construction traffic sooner than 14 days but not
until after the curing period has elapsed and the average strength of two field cured cylinders has reached WNPa (4500
psi). The field cured cylinders shall be made in accordance with AASHTO T 23 Making and Curing Concrete Test
Specimens in the Field.
Subsection 601.18 shall include the following:
Bridge Deck Finish (Sawed Grooves) will be measured by the square meter (square yard). The area includes the
length of the bridge and approach slabs, with deductions for areas occupied by expansion devices as specified,
multiplied by the width of the roadway between the faces of curb or bridge rail on each side, less 0.9 m (3.0 feet).
Bridge Deck Finish (Sawed Grooves) will not be remeasured but will be the quantity shown on the plans.
Exceptions for each structure will be: (1) when field changes are ordered, or (2) when it is determined that there
are discrepancies on the plans in an amount of plus or minus two percent of the plan quantity for the structure.
Subsection 601.19, 2nd paragraph shall include the following:
Pay Item
Bridge Deck Finish (Sawed Grooves)
Bridge Deck Finish (Sawed Grooves)
Pay Unit
Square Yard
Square Meter
SSP 44
Federal Aid Project # SHE 2873-128
Project Code # 14591
November 30, 2000
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
Section 630 of the Standard Specifications is hereby revised for this project as follows:
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 precon-
struction 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.
(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 dirty devices, etc.) and
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.
SSP 45
Federal Aid Project # SHE 2873-128
Project Code # 14591
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 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 in 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 mZ (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 mZ- (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.
SSP 46
11.4. Bids by partnerships must be executed in the partnership name and
signed by a partner, his title must appear under his signature and the
official address of the partnership must be shown below the signature.
11.5. Bids by joint venture shall be signed by each participant in the
joint venture or by an authorized agent of each participant. The full name
of each person or company interested in the Bid shall be listed on the Bid
Form.
11.6. The Bid shall contain an acknowledgement of receipt of all Addenda
(the numbers of which must be filled in on the Bid Form).
11.7. No alterations in Bids, or in the printed forms therefore, by
erasures, interpolations, or otherwise will be acceptable unless each such
alteration is signed or initialed by the Bidder; if initialed, OWNER may
require the Bidder to identify any alteration so initialed.
11.8. The address and telephone number for communications regarding the
Bid shall be shown.
12.0 BID PRICING.
Bids must be priced as set forth in the Bid Schedule or Schedules.
13.0 SUBMISSION OF.BIDS.
13.1. Bids shall be submitted at the time and place indicated in the
Invitation to Bid and, shall be enclosed in an opaque sealed envelope marked
with the Project title, Bid No., and name and address of the Bidder and
accompanied by the Bid Security, Bid Form, Bid Bond, Statement of Bidders
Qualifications, and Schedule of Subcontractors as required in Section
00430. If the Bid is sent through the mail or other delivery system, the
sealed envelope shall be enclosed in a separate envelope with the notation
"BID ENCLOSED" on the face of it.
13.2. Bids shall be deposited at the designated location prior to the time
and date for receipt of Bids indicated in the Invitation to Bid, or any
extension thereof made by addendum. Bids received after the time and date
for receipt of Bids will be returned unopened. Bidder shall assume full
responsibility for timely delivery at the location designated for receipt
of Bids.
13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and
will not receive consideration.
13.4. No Bidder may submit more than one Bid. Multiple Bids under
different names will not be accepted from one firm or association.
14.0 MODIFICATION AND WITHDRAWAL OF BIDS.
12/03 Section 00100 Page 5
Federal Aid Project # SHE 2873-128
Project Code # 14591
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, c gwing, 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:
Item
Unit
Construction Traffic Sign (Special) Square Meter (Square Foot)
Vertical Panel
Each
kdvance Warning Flashing
or Sequencing Arrow Panel ( Tvae) Each
Traffic Cone Each
Channelizing Device (Fixed) Each
Delineator (Type_) (Temporary) Each
SSP 47
Federal Aid Project # SHE 2873-128
Project Code # 14591
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:
Traffic Control Management Day
Hour
Construction Traffic Sign (Special) is a project specific 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 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, if
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 expense.
Cleaning and patching of the roadway after removal of the Channelizing Device (Fixed) will not be paid
for separately, but shall be included in the work.
SSP 48
Federal Aid Project # SHE 2873-128
Project Code # 14591
October 14, 2003
REVISION OF SECTION 630 --
METHOD OF HANDLING TRAFFIC
Section 630 of the Standard Specifications is hereby revised for this project as follows:
Subsection 630.09 shall include the following:
(7) The Contractor shall provide verification by field survey that the vertical clearances for structures in
all areas covered by a proposed MHT meet or exceed the minimum clearances shown in Table
630-2. If the vertical clearance is less than what is shown for the particular condition in Table 630-
2, the Contractor shall identify the location where this clearance cannot be met, and provide an
appropriate signing plan.' This information shall be included in the MHT and shall be submitted to
the Engineer for approval a minimum of five days before the MHT is implemented.
(8) The Contractor shall provide verification by field survey that the total driving lane plus shoulder in all
areas covered by a proposed MHT is at least 17 feet z If this width cannot be maintained, the
Contractor shall identify the location where this clearance cannot be met, and provide an
appropriate signing plan. This information shall be included in the MHT and shall be submitted to
the Engineer for approval a minimum of five days before the MHT is implemented.
VERTICAL CLEARANCES TO STRUCTURES
TABLE 630-2
Highway
Underpasses
Railway
UnderDasses
Overhead
Wires
Local Rural Roads
14 Feet
23 Feet4
s
Local Urban Streets
Rural Collectors
Urban Collectors
Rural Arterial
16 Feee
Urban Arterial
Freeways
1 If the existing vertical clearance is already less than what is shown in Table 630-2, the Contractor
shall identify the location, but a signing plan will only be required if the clearance is to be reduced
further.
2 If the existing width is already less than 17 feet, the Contractor shall identify the location, but a —
signing plan will only be required if the width is to be reduced further.
3 Vertical clearance to sign trusses and pedestrian overpasses shall be 17 feet
4 Measured from top of rail to bottom of highway structure. All railway clearances are —
subject to the individual railroad's approval.
5 Communication and power lines of:
0 to 750 volts 18 Feet
750 to 22,000 volts 20 Feet
22,000 to 50,000 volts 22 Feet
For voltages over 50,000 volts, increase clearance %Z inch for each 1000 volts
over 50,000.
SSP 49
Federal Aid Project # SHE 2873-128
Project Code # 14591
REVISION OF SECTION 630
NCHRP 350 REQUIREMENTS
September 26, 2000
Section 630 of the Standard Specifications is hereby revised for this project as follows:
In subsection 630.01 delete the 2nd sentence:
Subsection 630.08 shall include the following:
Work zone devices designated by FHWA as category I including but not limited to single -
piece drums, tubes, cones, delineators, crash cushions, and truck mounted attenuators
shall meet NCHRP 350 crash test requirements. The Contractor shall obtain and present
to the Engineer the manufacturer's written NCHRP 350 certification for each type of
category I device before it is first used on the project.
Work zone devices designated by FHWA as category II including but not limited to
barricades, vertical panels with light, drums or cones with light, portable sign supports,
intrusion detectors and type III barricades shall meet NCHRP 350 crash test requirements
or shall have been originally purchased prior to October 1, 2000 by the Contractor. The
Contractor shall obtain and present to the Engineer the manufacturer's written NCHRP 350
certification for each type of category II device or shall certify that the category II device
was originally purchased prior to October 1, 2000 before it is first used on the project.
SSP 50
Federal Aid Project # SHE 2873-128
Project Code # 14591
REVISION OF SECTION 701
HYDRAULIC CEMENT
March 6, 2003
Section 701 of the Standard Specification is hereby deleted for this project and replaced with the
following:
701.01 Portland Cement. Portland cement shall conform to the requirements of the following
specifications for the type specified or permitted:
Type
Specification
Masonary Cement
ASTM C 91
Portland Cement
ASTM C 150
Blended Hydraulic Cement
ASTM C 595
Hydraulic Cement
ASTM C 1157
In addition to the standard chemical requirements for portland cement in ASTM. C 150, the maximum
percent of equivalent alkalis (Na20+ 0.658 K2O) shall not exceed 0.90 percent.
Where either Type I or Type II portland cement is required, blended hydraulic cement conforming to
ASTM C 595 Type IP or Type IP(MS) may be used, except that the blended cement shall consist of no
less than 70 percent portland cement. Where Type II portland cement is required, blended hydraulic
cement conforming to ASTM C 595 Type IP(MS) may be used, except that the blended cement shall
consist of no less than 70 percent portland cement. Where blended hydraulic cement is used the
substitution of fly ash for the blended hydraulic cement is not allowed.
For concrete where Class F fly ash is required, blended hydraulic cement conforming to ASTM C 595
Type IP or Type IP(MS) may be used, except that the blended cement shall consist of no less than 70
percent portland cement and no less than 20 percent Class F fly ash by weight. The weight of blended
hydraulic cement must equal the weight of portland cement plus fly ash.
Where either Type I or Type II portland cement is required, hydraulic cement conforming to ASTM C
1157 Type GU or Type MS may be used. Where Type it portland cement is required, hydraulic cement
conforming to ASTM C 1157 Type MS may be used.
Where Type V portland cement is is required one of the following may be used:
(1) Type II portland cement with no more than 5.0 percent C3A content and no more than 25.0 percent
[C4AF + 2(C3A)].
(2) Type II portland cement with no more than 0.040% expansion at 14 days when tested in
accordance with ASTM C 452.
(3) Type II portland cement with at least 15 percent of the cement replaced with an approved Type F fly
ash.
(4) ASTM C 595 Type IP(MS) blended hydraulic cement consisting of no less than 70 percent portland
cement and at least 15 percent Type F fly ash.
(5) ASTM C 1157 Type HS hydraulic cement.
Cement shall be from a preapproved source listed on the department's Approved Products List. The
cement intended for use on the project shall have been tested and accepted prior to its use. Certified
Test Reports showing that the cement meets the specification requirements and supporting this
statement with actual test results shall be submitted to the Engineer.
SSP 51
Federal Aid Project # SHE 2873-128
Project Code # 14591
The cement shall be subject to sampling and testing by the department. Test results that do not meet
the physical and chemical requirements may result in the suspension of the use of the cement until the
corrections necessary have been taken to insure that the material meets the specifications.
The Contractor shall provide suitable means for storing and protecting the cement against dampness.
Cement which, for an reason, has become partially set or which contains lumps of caked cement shall
not be used.
Cement salvaged from discarded or used bags shall not be used
701.02 Fly Ash. Fly ash for concrete shall conform to the requirements of ASTM C 618, Class C or
Class F. All chemical requirements of ASTM C 618 Table 1 shall apply with the folowing exceptions:
(1) Footnote A shall not apply.
(2) Loss on Ignition shall not exceed 3.0 percent.
Class C fly ash will not be permitted in concrete where Type V portland cement is required.
Fly ash shall be from a preapproved source listed on the Department's Approved Products List. The fly
ash intended for use on the project shall have been tested and accepted prior to its use. Certified Test
Reports showing that the fly ash meets the specification requirements and supporting this statement
with actual test results shall be submitted to the Engineer.
Preapproval shall include submission of a report from the supplier documenting the results of testing
the fly ash from that source in accordance with the Toxicity Characteristic Leaching Procedure (TCLP)
described in 40 CFR 261, Appendix II. The report shall include the results of TCLP testing for heavy
metals and other contaminants found in the fly ash. The report shall list the contaminants tested, and
the allowable levels for each contaminant tested. A new report shall be submitted for each
preapproved source annually. Additional TCLP testing may be required when the department suspects
that the fly ash source may have been contaminated.
The fly ash shall be subject to sampling and testing by the Department. Test results that do not meet
the physical and chemical requirements may result in the suspension of the use of fly ash until the
corrections necessary have been taken to insure that the material meets the specifications.
701.03 Silica Fume. Silica fume for concrete shall conform to the requirements of ASTM C 1240.
Silica Fume shall be from a preapproved source listed on the Department's Approved Products List.
The silica fume intended for use on the project shall have been tested and accepted prior to its use.
Certified Test Reports showing that the silica fume meets the specification requirements and supporting
this statement with actual test results shall be submitted to the Engineer. The certification for silica
fume shall state the solids content if the silica fume admixture is furnished as slung.
The silica fume shall be subject to sampling and testing by the Department. Test results that do not
meet the physical and chemical requirements may result in the suspension of the use of the silica fume
until the corrections necessary have been taken to insure that the material meets the specifications.
SSP 52
Federal Aid Project # SHE 2873-128
Project Code # 14591
January 16, 2004
REVISION OF SECTION 702
SUPERPAVE PG BINDERS
Section 702 of the Standard Specifications is hereby revised for this project as follows: —
Subsection 702.01(a) shall include the following:
Asphalt cement shall not be acid modified or alkaline modified. —
In subsection 702.01(b) delete Table 702-2 and replace with the following: ._
Table 702-2
SimPrPnvP PPrfnrmanr.P (rattan Rindam
PROPERTY
REQUIREMENT FOR PG BINDER
AASHTO
58-28
58-34
64-22
64-28
76-28
Test No.
Original Binder Properties
Flash Point Temp., °C, minimum
230
230
230
230
230
T 48
Viscosity at 135 °C, Pa•s, maximum
3
3
3
3
1 3
TP 48
Dynamic Shear, Temp. °C, where
58
58
64
64
76
TP 5
G*/Sind @ 10 rad/s >_1.00 kPa
Ductility, 4 °C (5 cm/min.), cm
_
_
-
50
-
T 51
minimum
Toughness, joules (inch-Ibs)
-
-
-
12.4
-
*CP L-2210
110
Tenacity, joules (inch-Ibs)
-
-
-
85
-
*CP L-2210
Acid or Alkali Modification (pass -fail)
*CP L-2214
RTFO Residue Properties
CP-L 2215
Mass Loss, percent maximum
1.00
1.00
1.00
1.00
1.00
CP-L 2215
Dynamic Shear, Temp. *C, where
58
58
64
64
76
TP 5
G*/Sind @ 10 rad/s >_2.20 kPa
Elastic Recovery, 25 °C, percent min.
-
-
-
-
50
*CP L-2211
Method A
Ductility, 4 °C (5 cm/min.), cm
_
_
_
20
-
T 51
minimum
PAY Residue Properties, Aging
Temperature 100 °C
PP 1
Dynamic Shear, Temp. °C, where
19
16
25
22
28
TP 5
G*.Sind @ 10 rad/s 55000 kPa
Creep Stiffness, @ 60 s, Test
_18
-24
-12
-18
-18
Temperature in °C
S, maximum, MPa
300
300
300
300
300
TP 1
m-value, minimum
0.300
0.300
0.300
0.300
0.300
TP 1
**Direct Tension, Temperature in *C,
@ .1 mm/min., where failure strain >_
-18
-24
-12
-18
-18
TP 3
1.0 %
SSP 53
Federal Aid Project # SHE 2873-128
Project Code # 14591
*Colorado Procedure
**Direct tension measurements are required when needed to show conformance to AASHTO MP 1.
In subsection 702.01 (b) delete the last four paragraphs and replace with the following:
The supplier of the PG binder shall be certified in accordance with CP 11
Samples of the PG binder for acceptance shall be sampled on the project as stated in the Schedule of
the Field Materials Manual.
The Department will test for acid modification and alkaline modification during the binder certification
process. Thereafter, the Department will randomly test for acid modification and alkaline modification.
SSP 54
Federal Aid Project # SHE 2873-128
Project Code # 14591
October 14, 2003
REVISION OF SECTION 703
AGGREGATE FOR PLANT MIX PAVEMENTS
Section 703 of the Standard Specifications is hereby revised for this project as follows. —
Delete subsection 703.04 and replace with the following:
Aggregates for hot plant mix bituminous pavement (HBP) shall be of uniform quality,
composed of clean, hard, durable particles of crushed stone, crushed gravel, natural gravel, or _
crushed slag. Excess of fine material shall be wasted before crushing. For Gradings S, SX,
and SG, a percentage of the aggregate retained on the 4.75 mm (No. 4) sieve shall have at
least two mechanically induced fractured faces when tested in accordance with Colorado _
Procedure 45. This percentage will be specified in Table 403-1, as revised for the project in
Section 403. The angularity of the fine aggregate shall be a minimum of 45.0% when
determined according to AASHTO T 304. Aggregate samples representing each aggregate _
stockpile shall be non -plastic if the percent of aggregate passing the 2.36 mm (No. 8) sieve is
greater than or equal to 10 percent by weight of the individual aggregate sample. Plasticity will
be determined in accordance with AASHTO T 90. The material shall not contain clay balls, _
vegetable matter, or other deleterious substances.
The aggregate for Gradings S, SX, and SG shall have a percentage of wear of 45 or less when
tested in accordance with AASHTO T 96.
TABLE 703-3A
Master Ranae Table for Hot Bituminous Pavement
Sieve Size
Percent by Weight Passing Square Mesh Sieves
Grading SX
Grading S
Grading SG
37.5 mm (1 %2")
100
25.0 mm (1 ")
100
90 -100
19.0 mm V/.")
100
90 -100
12.5 mm (%")
90 —100
9.5 mm Cls") .
4.75 mm (#4)
2.36 mm (#8)
28 — 58
23 - 49
19 - 45
1.18 mm (#16)
600 µm (#30)
300 µm (#50)
150 µm (#100)
75 µm (#200)
2 —10
2-8
1-7
* These additional Form 43 Specification Screens will initially be established using values from
the As Used Gradation shown on the Design Mix.
SSP 55
Federal Aid Project # SHE 2873-128
Project Code # 14591
Aggregates for stone mastic asphalt (SMA) shall be of uniform quality, composed of clean,
hard, durable particles of crushed stone, crushed gravel, or crushed slag. A minimum of 90%
of the particles retained on the 4.75 mm (No. 4) sieve shall have at least two mechanically
induced fractured faces when tested in accordance with Colorado Procedure 45. The particles
passing the 4.75 mm (No. 4) sieve shall be the product of crushing rock larger than 12.5 mm
('/2 inch) and shall be non -plastic when tested in accordance with AASHTO T 90.
Additionally, each source of aggregate for SMA shall meet the following requirements:
(12) No more than 30% when tested in accordance with AASHTO T 96 Resistance to
Degradation of Small -Size Coarse Aggregate by Abrasion and Impact in the Los
Angeles Machine.
(13) No more than 12% when tested in accordance with AASHTO T 104 Soundness of
Aggregate by Use of Sodium Sulfate.
TABLE 703-313
Master Ranqe Table for Stone Mastic Asphalt
Sieve Size
Percent by Weight Passing Square Mesh Sieves
9.5 mm (%") nominal
12.5 mm ('/2') nominal
19.0 mm (%") nominal
19.0 mm (%")
100
12.5 mm ('/2")
100
100
85 — 95
9.5 mm (3/")
90 —100
85 — 95
55 — 75
4.75 mm (#4)
30 — 55
24 — 32
24 — 32
2.36 mm (#8)
20 — 42
16 — 24
16 — 24
1.18 mm (#16)
600 µm (#30)
12 — 25
10 —16
10 —16
300 µm (#50)
150 µm (#100)
75 µm (#200)
8 —12
8 —12
8 —12
SSP 56
14.1. Bids may be modified or withdrawn by an appropriate document duly —
executed (in a manner that a Bid must be executed) and delivered to the
place where Bids are to be submitted at any time prior to the opening of
Bids.
14.2. Bids may also be modified or withdrawn in person by the Bidder or an
authorized representative provided he can prove his identity and authority
at any time prior to the opening of Bids.
14.3. Withdrawn Bids may be resubmitted up to the time designated for the
receipt of Bids provided that they are then fully in conformance with these
Instructions to Bidders.
15.0 OPENINGS OF BIDS.
Bids will be opened and (unless obviously non -responsive) read aloud
publicly as indicated in the Invitation to Bid. An abstract of the amounts
of the Base Bids and major alternates (if any) will be made available after
the opening of Bids.
16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE.
All Bids shall remain open for forty-five (45) days after the day of the
Bid Opening, but OWNER may, in his sole discretion, release any Bid and
return the Bid Security prior to that date. —
17.0 AWARD OF CONTRACT.
17.1. OWNER reserves the right to reject any and all Bids, to waive any and all informalities not involving price, time or changes in the Work, to
negotiate contract terms with the Successful Bidder, and the right to
disregard all nonconforming, nonresponsive, unbalanced or conditional Bids.
Also, OWNER reserves the right to reject the Bid of any Bidder if OWNER
believes that it would not be in the best interest of the Project to make
an award to that Bidder, whether because the Bid is not responsive or the
Bidder is unqualified or of doubtful financial ability or fails to meet any "-
other pertinent standard or criteria established by OWNER. Discrepancies
between the indicated sum of any column of figures and the correct sum
thereof will be resolved in favor of the correct sum. —
17.2. In evaluating Bids, OWNER will consider the qualifications of the
Bidders, whether or not the Bids comply with the prescribed requirements, —
and such alternates, unit prices and other data, as may be requested in the
Bid Form or prior to the Notice of Award.
17.3. OWNER may consider the qualification and experience of —
Subcontractors, Suppliers, and other persons and organizations proposed for
those portions of the Work as to which the identity of Subcontractors,
Suppliers, and other persons and organizations is submitted as requested by —
OWNER. OWNER also may consider the operating costs, maintenance
requirements, performance data and guarantees of major items of materials
12/03 Section 00100 Page 6
Federal Aid Project # SHE 2873-128
Project Code # 14591
March 6, 2003
REVISION OF SECTION 703
CONCRETE AGGREGATES
Section 703 of the Standard Specifications is hereby revised for this project as follows:
In subsection 703.00, delete Table 703-1 and replace with the following:
Table 703-1
Concrete Aggregate Gradation Table,
PPrcAntanPc PASSinn n acinnotnrl Qinvnc nnA Q:-.. M--:---a:__
Coarse Aggregates (From AASHTO M 43)
Fine
No. 3 No. 357 No. 4 No. 467 No. 57 No. 6 �No. 67 No. 7 No. B
Aggregate
AASHTO
Sieve
50 mm 50 mm 37.5 mm 37.5 mm 25.0 mm 19.0 mm 19.0 mm 12.5 mm 9.5 mm
M6
4.75 mm
Size
to 25.0 to 4.75 to 19.0 to 4.75 to 4.75 to 9.5 to 4.75 to 4.75 to 2.36
to 150 Um
mm (2" mm (2" mm (1'N mm (1 W mm (1" mm (°/4" mm ('/4^ mm ('h^ mm ('/e ^
(#4 to
l0 1" to #4 t0'/4` to #4 to #4 to to #4 to #4 to #8
#100
623�m
100 100
( mm
r)
90 -100
95 -100
100
100
37.5 mm
1,w.
35 - 70
90 - 100
95 -100
100
25.0 mm
1
0 -15
35 - 70
20 - 55
95 -100
100
100
19.0 mm
K
0 -15
35 - 70
90 -100
90 -100
100
12.5 mm
Qv
0-5
10-30
25-60
20-55
90-100
100
9./smm
0-5
10-30
0-15
20-55
40-70
85-100
100
4.75 mm
0-5
0.-5
0-10
0-5
0-10
0-15
10-30
95-100
2.36 mm
08
0-5
0-5
0-5
0-10
60-10o
1.18 mm
#16
0-5
50-85
600 um
#30
25 - 60
300 um
050
10 - 30
150 Jim
#100
2 - 10
In subsection 703.01, delete the last sentence and replace with the following:
The fineness modulus, as determined by AASHTO T 27, shall not be less than 2.50 nor
greater that 3.50 unless otherwise approved.
Federal Aid Project # SHE 2873-128
Project Code #14591
1
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
A. AFFIRMATIVE ACTION REQUIREMENTS
July 21, 1999
Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246)
1. The Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal
Employment Opportunity Construction Contract Specifications" set forth herein.
2. The goals and timetables for minority and female participation, expressed in percentage terms for the
Contractor's aggregate workforce in each trade on all construction work in the covered area are as
follows:
Goals and Timetable for Minnrity Ilfillvafinn
Timetable - Until
Further Notice
Economic
Standard Metropolitan
Counties
Goal
Area
Statistical Area SMSA
Involved
157
2080 Denver -Boulder
Adams, Arapahoe, Boulder, Denver,
(Denver)
Douglas, Gilpin, Jefferson ...................
13.8%
2670 Fort Collins
Larimer................................................
6.9%
3060 Greeley
Weld ....................................................
13.1%
Non SMSA Counties
Cheyenne, Clear Creek, Elbert,
Grand, Kit Carson, Logan, Morgan,
Park, Phillips, Sedgwick, Summit,
Washington & Yuma ............................
12.8%
158
1720 Colorado Springs
El Paso, Teller .....................................
10.9%
(Colo. Spgs. -
6560 Pueblo
Pueblo .................................................
27.5%
Pueblo)
Non SMSA Counties
Alamosa, Baca, Bent, Chaffee,
Conejos, Costilla, Crowley, Custer,
Fremont, Huerfano, Kiowa, Lake,
Las Animas, Lincoln, Mineral, Otero,
Prowers, Rio Grande, Sa uache........
19.0%
159
Non SMSA
Archuleta, Delta, Dolores, Eagle,
(Grand Junction)
Garfield, Gunnison, Hinsdale,
La Plata, Mesa, Moffat, Montezuma,
Montrose, Ouray, Pitkin, Rio Blanco,
Routt, San Juan, San Miguel
10.2%
156 (Cheyenne -
Non SMSA
Jackson County, Colorado ..................
7.5%
Casper WY)
GOALS AND TIMETABLES FOR FEMALE UTILIZATION
UntilFurther Notice......................................................................................................................6.9% -- Statewide
SSP 58
Federal Aid Project # SHE 2873-128 July 21, 1999
Project Code #14591
2 —
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
These goals are applicable to all the Contractor's construction work (whether or not it is Federal or
federally assisted) performed in the covered area. If the Contractor performs construction work in a
geographical area located outside of the covered area, it shall apply the goals established for such
geographical area where the work is actually performed. With regard to this second area, the Contractor
also is subject to the goals for both its federally involved and non -federally involved construction.
The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 604 shall be _.
based on its implementation of the Equal Opportunity Clause specific affirmative action obligations
required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts meet the goals established for
the geographical area where the contract resulting form this solicitation is to be performed. The hours of
minority and female employment and training must be substantially uniform throughout the length of the
contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and
women evenly on each of its projects. The transfer of minority or female employees or trainees from
Contractor to Contractor or from.project to project for the sole purpose of meeting the Contractor's goals _
shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Par 60-4.
Compliance with the goals will be measured against the total work hours performed.
3. The Contractor shall provide written notification to the Director of the Office of Federal Contract ^
Compliance Programs within 10 working days of award of any construction subcontract in excess
of $10,000 at any tier for construction work under the contract resulting from this solicitation. The
notification shall list the name, address and telephone number of the subcontractor; employer
identification number; estimated dollar amount of the subcontract; estimated starting and
completion dates of the subcontract; and the geographical area in which the contract is to be
performed.
4. As used in this specification, and in the contract resulting from this solicitation, the "covered area" ^
is the county or counties shown on the Invitation for Bids and on the plans. in cases where the
work is in two or more counties covered by differing percentage goals, the highest percentage will
govem.
SSP 59
Federal Aid Project # SHE 2873-128 July 21, 1999
Project Code #14591
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
B. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT
SPECIFICATIONS
Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246)
1. As used in these Specifications:
a. "Covered area" means the geographical area described in the solicitation from which this contract
resulted;
b. "Director" means Director, Office of Federal Contract Compliance Programs, United States
Department of Labor, or any person to whom the Director delegates authority;
c. "Employer identification number" means the Federal Social Security number used on the Employer's
Quarterly Federal Tax Return, U.S. Treasury Department Form 941.
d. "Minority" includes;
(i) Black (all persons having origins in any of the Black African racial groups not of Hispanic
origin);
(ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other
Spanish Culture or origin, regardless of race);
(III) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far
East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and
(iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples of
North America and maintaining identifiable tribal affiliations through membership and
participation or community identification).
2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving
any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions
of these specifications and the Notice which contains the applicable goals for minority and female
participation and which is set forth in the solicitations from which this contract resulted.
If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S.
Department of Labor in the covered area either individually or through an association, its affirmative action
obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that
Plan for those trades which have unions participating in the Plan. Contractors must be able to
demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each
Contractor or Subcontractor participating in an approved Plan is individually required to comply with its
obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in
each trade in which it has employees. The overall good faith performance by other Contractors or
Subcontractor toward a goal in an approved Plan does not excuse any covered Contractor's or
Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables.
4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a
through p of these specifications. The goals set forth in the solicitation from which this contract resulted
are expressed as percentages of the total hours of employment and training of minority and female
utilization the Contractor should reasonably be able to achieve in each construction trade in which it has
employees in the covered area. Covered Construction contractors performing construction work in
geographical areas where they do not have a Federal or federally assisted construction contract shall
apply the minority and female goals established for the geographical area where the work is being
performed. Goals are published periodically in the Federal Register in notice form, and such notices may
be obtained from any office of Federal Contract Compliance Programs Office or from Federal
procurement contracting officers. The Contractor is expected to make substantially uniform progress in
meeting its goals in each craft during the period specified.
SSP 60
Federal Aid Project # SHE 2873-128 July 21, 1999
Project Code #14591
4 '—
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
5. Neither the provisions of any collective bargaining agreement,. nor the failure by a union with whom the
Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the
Contractors obligations under these specifications, Executive Order 11246, or the regulations
promulgated pursuant thereto.
6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals,
such apprentices and trainees must be employed by the Contractor during the training period, and the
Contractor must have made a commitment to employ the apprentices and trainees at the completion of
their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to
training programs approved by the U.S. Department of Labor.
The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The
evaluation of the Contractors compliance with these specifications shall be based upon its effort to,
achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall _
implement affirmative action steps at least as extensive as the following;
a. Ensure and maintain a working environment free of harassment, intimidation , and coercion at all
sites, and in all facilities at which the Contractors employees are assigned to work. The Contractor,
where possible, will assign two or more women to each construction project. The Contractor shall
specifically ensure that all foremen, superintendents, and other on -site supervisory personnel are
aware of and carry out the Contractor's obligation to maintain such a working environment, with
specific attention to minority or female individuals working at such sites or in such facilities.
b. Establish and maintain a current list of minority and female recruitment sources, provide written
notification to minority and female recruitment sources and to community organizations when the
Contractor or its union have employment opportunities available, and maintain a record of the
organization's responses.
c. Maintain a current file of the names, addresses and telephone numbers of each minority and female --
off-the-street applicant and minority or female referral from a union, a recruitment source of
community organization and of what action was taken with respect to each individual. If such
individual was sent to the union hiring hall for referral and was not referred back to the Contractor by
the union or, if referred, not employed by the Contractor, this shall be documented in the file with the
reason therefor, along with whatever additional actions the Contractor may have taken.
d. Provide immediate written notification to the Director when the union with which the Contractor has a —
collective bargaining agreement has not referred to the Contractor a minority person or woman sent
by the Contractor, or when he Contractor has other information that the union referral process has
impeded the Contractors efforts to meet its obligations. _
e. Develop on-the-job training opportunities and/or participate in training programs for the area which
expressly include minorities and women, including upgrading programs and apprenticeship and
trainee programs relevant to the Contractor's employment needs, especially those programs funded
or approved by the Department of Labor. The Contractor shall provide notice of these programs to
the sources compiled under 7b above.
Disseminate the Contractors EEO policy by providing notice of the policy to unions and training _
programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations;
by including it in any policy manual and collective bargaining agreement; by publicizing it in the
company newspaper, annual report, etc., by specific review of the policy with all management _
personnel and with all minority and female employees at least once a year, and by posting the
Contractor's EEO policy on bulletin boards accessible to all employees at each location where
construction work is performed.
SSP 61
Federal Aid Project # SHE 2873-128 July 21, 1999
Project Code #14591
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
g. Review, at least annually, the Contractor's EEO policy and affirmative action obligations under these
specifications with all employees having any responsibility for hiring, assignment, layoff, termination or
other employment decisions including specific review of these items with onsite supervisory personnel
such as Superintendents, General Foreman, etc., prior to the initiation of construction work at any job
site. A written record shall be made and maintained identifying the time and place of these meetings,
persons attending, subject matter discussed, and disposition of the subject matter.
h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news
media, specifically including minority and female news media, and providing written notification to and
discussing the Contractors and Subcontractors with whom the Contractor does or anticipates doing
business.
i. Direct its recruitment efforts, both oral and written, to minority, female and community organizations,
to schools with minority and female students and to minority and female recruitment and training
organizations serving the Contractor's recruitment area and employment needs. Not later than one
month prior to the date for the acceptance of applications for apprenticeship or other training by any
recruitment source, the Contractor shall send written notification to organizations such as the above,
describing the openings, screening procedures, and tests to be used in the selection process.
j. Encourage present minority and female employees to recruit other minority persons and women and,
where reasonable, provide after school, summer and vacation employment to minority and female
youth both on the site and in other areas of a Contractor's workforce.
k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR
Part 60-3.
I. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for
promotional opportunities and encourage these employees to seek or to prepare for, through
appropriate training, etc. such opportunities.
m. Ensure that seniority practices, job classifications, work assignments and other personnel practices;
do not have a discriminatory effect by continually monitoring all personnel and employment related
activities to ensure that the EEO policy and the Contractor's obligations under these specifications are
being carried out.
n. Ensure that all facilities and Contractor's activities are nonsegregated except that separate or single -
user toilet and necessary changing facilities shall be provided to assure privacy between the sexes.
o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female
construction contractors and suppliers, including circulation of solicitations to minority and female
contractor associations and other business associations.
P. Conduct a review, at least annually, of all supervisor's adherence to and performance under the
Contractor's EEO policies and affirmative action obligation.
SSP 62
Federal Aid Project # SHE 2873-128 duly 21, 1999
Project Code #14591
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of
their affirmative action obligations (7a through p). The efforts of a contractor association, joint contractor -
union contractor -community, or other similar group of which the Contractor is a member and participant, _
may be asserted as fulfilling any one or more of its obligations under 7a through p of these specifications
provided that the Contractor actively participates in the group, makes every effort to assure that the group
has a positive impact on the employment of minorities and women in the industry, ensures that. the
concrete benefits of the program are reflected in the Contractor's minority and female workforce -,
participation, makes a good faith effort to meet its individual goal and timetables, and can provide access
to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The
obligation to comply, however, Is the Contractor's and failure of such a group to fulfill an obligation shall
not be a defense for the Contractor's noncompliance. ,
9. A single goal for minorities and a separate single goal for women have been established. The Contractor,
however, is required to provide equal employment opportunity and to take affirmative action for all minority
groups, both male and female, and all women, both minority and non -minority. Consequently, the
Contractor may be in violation of the Executive Order if a particular group is employed in a substantially
disparate manner (for example, even thought the Contractor has achieved its goals for women generally,
the Contractor may be in violation of the Executive Order if a specific minority group of women is
underutilized).
10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate
against any person because of race, color, religion, sex, or national origin.
11. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government
contracts pursuant to Executive Order 11246. —
12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the
Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as
may be imposed or ordered pursuant to Executive Order 11246, as amended, and its Implementing
regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out
such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as
amended.
13 The Contractor in fulfilling Its obligations under these specifications, shall implement specific affirmative
action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications,
so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the -'
Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or
these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8.
14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure
that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as
may be required by the Government and to keep records. Records shall at least include for each
employee the name, address, telephone numbers, construction trade, union affiliation If any, employee
identification number when assigned, social security number, race, sex, status (e.g., mechanic,
apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated
trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an
easily understandable and retrievable form, however, to the degree that existing records satisfy this
requirement, contractors shall not be required to maintain separate records.
15. Nothing herein provided shall be construed as a limitation upon the application of other laws which
establish different standards of compliance or upon application of requirements for the hiring of local or
other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community
Development Block Grant Program).
SSP 63
Federal Aid Project # SHE 2873-128 July 21, 1999
Project Code #14591
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
C. SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES.
1. General.
a. Equal employment opportunity requirements not to discriminate and to take affirmative action to
assure equal employment opportunity as required by Executive Order 11246 and Executive Order
11375 are set forth in Required Contract. Provisions (Form FHWA 1273 or 1316, as appropriate) and
these Special Provisions which are imposed pursuant to Section 140 of Title 23, U.S.C., as
established by Section 22 of the Federal -Aid highway Act of 1968. The requirements set forth in these
Special Provisions shall constitute the specific affirmative action requirements for project activities
under this contract and supplement the equal employment opportunity requirements set forth in the
Required Contract provisions.
b. The Contractor will work with the State highway agencies and the Federal Government in carrying out
equal employment opportunity obligations and in their review of his/her activities under the contract.
c. The Contractor and all his/her subcontractors holding subcontracts not including material suppliers, of
$10,000 or more, will comply with the following minimum specific requirement activities of equal
employment opportunity: (The equal employment opportunity requirements of Executive Order 11246,
as set forth in Volume 6, Chapter 4, Section 1, Subsection 1 of the Federal -Aid Highway Program
Manual, are applicable to material suppliers as well as contractors and subcontractors.) The
Contractor will include these requirements in every subcontract of $10,000 or more with such
modification of language as is necessary to make them binding on the subcontractor.
2. Equal Employment Opportunity Policy. The Contractor will accept as his operating policy the following
statement which is designed to further the provision of equal employment opportunity to all persons
without regard to their race, color, religion, sex, or national origin, and to promote the full realization of
equal employment opportunity through a positive continuing program;
It is the policy of this Company to assure that applicants are employed, and that employees are treated
during employment, without regard to their race, religion, sex, color, or national origin. Such action shall
include; employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or
termination; rates of pay or other forms of compensation; and selection for training, including
apprenticeship, preapprenticeship, and/or on-the-job training.
3. Equal Employment Opportunity Officer. The Contractor will designate and make known to the State
highway agency contracting officers and equal employment opportunity officer (herein after referred to as
the EEO Officer) who will have the responsibility for an must be capable of effectively administering and
promoting an active contractor program of equal employment opportunity and who must be assigned
adequate authority and responsibility to do so.
4. Dissemination of Policy.
a. All members of the Contractor's staff who are authorized to hire, supervise, promote, and discharge
employees, or who recommend such action, or who are substantially involved in such action, will be
made fully cognizant of, and will implement, the Contractor's equal employment opportunity policy and
contractual responsibilities to provide equal employment opportunity in each grade and classification
of employment. To ensure that the above agreement will be met, the following actions will be taken
as a minimum;
(1) Periodic meetings of supervisory and personnel office employees will be conducted before the
start of work and then not less often than once every six months, at which time the Contractor's equal
employment opportunity policy and its implementation will be reviewed and explained. The meetings
will be conducted by the EEO Officer or other knowledgeable company official.
SSP 64
Federal Aid Project # SHE 2873-128 July 21, 1999
Project Code #14591
8 —
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
(2) All new supervisory or personnel office employees will be given a thorough indoctrination by the
EEO Officer or other knowledgeable company official, covering all major aspects of the
Contractor's equal employment opportunity obligations within thirty days following their reporting
for duty with the Contractor. —
(3) All personnel who are engaged in direct recruitment for the project will be instructed by the EEO
Officer or appropriate company official in the Contractor's procedures for locating and hiring
minority group employees.
b. In order to make the Contractor's equal employment opportunity policy known to all employees,
prospective employees and potential sources of employees, i.e., schools, employment agencies, labor
unions (where appropriate), college placement officers, etc., the Contractor will take the following
actions:
(1) Notices and posters setting forth the Contractor's equal employment opportunity policy will be
placed in areas readily accessible to employees, applicants for employment and potential
employees.
(2) The Contractor's equal employment opportunity policy and the procedures to implement such
policy will be brought to the attention of employees by means of meetings, employee
handbooks, or other appropriate means.
5. Recruitment.
a. When advertising for employees, the Contractor will include In all advertisements for employees
the notation; "An Equal Opportunity Employer." All such advertisements will be published in
newspapers or other publications having a large circulation among minority groups In the area
from which the project work force would normally be derived. —
b. The Contractor will, unless precluded by a valid bargaining agreement, conduct systematic and
direct recruitment through public and private employee referral sources likely to yield qualified
minority group applicants, Including, but not limited to, State employment agencies, schools, —
colleges and minority group organizations. To meet this requirement, the Contractor will, through
his EEO Officer, identify sources of potential minority group employees, and establish with such
identified sources procedures whereby minority group applicants may be referred to the _
Contractor for employment consideration.
In the event the Contractor has a valid bargaining agreement providing for exclusive hiring hall
referrals, he is expected to observe the provisions of that agreement to the extent that the system
permits the Contractor's compliance with equal employment opportunity contract provisions. (The
U.S. Department of Labor has held that where implementation of such agreements have the
effect of discriminating against minorities or women, or obligates the Contractor to do the same, _
such implementation violates Executive Order 11246, as amended.)
c. The Contractor will encourage his present employees to refer minority group applicants for
employment by posting appropriate notices or bulletins in areas accessible to all such employees.
In addition, information and procedures with regard to referring minority group applicants will be
discussed with employees.
6. Personnel Actions. Wages, working conditions, and employee benefits shall be established and
administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer,
demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, or national
origin. The following procedures shall be followed;
a. The Contractor will conduct periodic inspections of project sites to insure that working conditions
and employee facilities do not indicate discriminatory treatment of project site personnel.
SSP 65
Federal Aid Project # SHE 2873-128 July 21, 1999
Project Code #14591
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
b. The Contractor will periodically evaluate the spread of wages paid within each classification to
determine any evidence of discriminatory wage practices.
c. The Contractor will periodically review selected personnel actions in depth to determine whether
there is evidence of discrimination. Where evidence is found, the Contractor will promptly take
corrective action. If the review indicates that the discrimination may extend beyond the actions
reviewed, such corrective action shall include all affected persons.
d. The Contract will promptly investigate all complaints of alleged discrimination made to the
Contractor in connection with his obligations under this contract, will attempt to resolve such
complaints, and will take appropriate corrective action within a reasonable time. If the
investigation indicates that the discrimination may affect persons other than the complainant, such
corrective action shall include such other persons. Upon completion of each investigation, the
Contractor will inform every complainant of all of his avenues of appeal.
7. Training and Promotion.
a. The Contractor will assist in locating, qualifying, and increasing the skills of minority group and
women employees, and applicants for employment.
b. Consistent with the Contractor's work force requirements and as permissible under Federal and
State regulations, the Contractor shall make full use of training programs, i.e., apprenticeship, and
on-the-job training programs for. the geographical area of contract performance. Where feasible,
25 percent of apprentices or trainees in each occupation shall be in their first year of
apprenticeship or training.
c. The Contractor will advise employees and applicants for employment of available training
programs and entrance requirements for each.
d. The Contractor will periodically review the training and promotion potential.of minority group and
women employees and will encourage eligible employees to apply for such training and
promotion.
8. Unions. If the Contractor relies in whole or in part upon unions as a source of employees, the
Contractor will use his/her best efforts to obtain the cooperation of such unions to increase
opportunities for minority groups and women with the unions, and to effect referrals by such unions of
minority and female employees. Actions by the Contractor either directly or thorough a contractor's
association acting as agent will include the procedures set forth below:
a.The Contractor will use best efforts to develop, in cooperation with the unions, joint training
programs aimed toward qualifying more minority group members and women for membership in the
unions and increasing the skills of minority group employees and women so that they may qualify for
higher paying employment.
b. The Contractor will use best efforts to incorporate an equal employment opportunity clause into
each union agreement to the end that such union will be contractually bound to refer applicants
without regard to their race, color, religion, sex, or national origin.
c. The Contractor is to obtain information as to the referral practices and policies of the labor union
except that to the extent such information is within the exclusive possession of the labor union and
such labor union refuses to furnish such information to the Contractor, the Contractor shall so
certify to the State highway department and shall set forth what efforts have been made to obtain
such information.
SSP 66
and equipment proposed for incorporation in the Work when such data is
required to be submitted prior to the Notice of Award.
17.4. OWNER may conduct such investigations as OWNER deems necessary to
assist in the evaluation of any Bid and to establish the responsibility,
qualifications and financial ability of the Bidder's proposed
Subcontractors, Suppliers and other persons and organizations to do the
Work in accordance with the Contract Documents to OWNER's satisfaction
within the prescribed time.
17.5. If the Contract is to be awarded, it will be awarded to the lowest
responsive and responsible Bidder whose evaluation by OWNER indicates to
OWNER that the award will be in the best interest of the OWNER. Award
shall be made on the evaluated lowest base bid excluding alternates. The
basis for award shall be the lowest Bid total for the Schedule or, in the
case of more than one schedule, for sum of all schedules. Only. one
contract will be awarded.
17.6. If the Contract is to be awarded, OWNER will give the Successful
Bidder a Notice of Award within forty-five (45) days after the date of the
Bid opening.
18.0 CONTRACT SECURITY.
The General Conditions and the Supplementary Conditions set forth OWNER's
requirements as to performance and other Bonds. When the Successful Bidder
delivers the executed Agreement to the OWNER, it shall be accompanied by
the required Contract Security.
19.0 SIGNING OF AGREEMENT.
When OWNER gives a Notice of Award to the Successful Bidder, it will be
accompanied by the required number of unsigned counterparts of the
Agreement with all other written Contract Documents attached. Within
fifteen (15) days thereafter, CONTRACTOR shall sign and deliver the
required number of counterparts of the Agreement and attached documents to
OWNER with the required Bonds. Within ten (10) days thereafter, OWNER
shall deliver one fully signed counterpart to CONTRACTOR. Each counterpart
is to be accompanied by a, complete set of the Drawings with appropriate
identification.
20.0 TAXES.
OWNER is exempt from Colorado State Sales and Use Taxes on materials and
equipment to be incorporated in the Work. Said taxes shall not be included
in the Contract Price. Reference is made to the General and Supplementary
Conditions.
21.0 RETAINAGE.
Provisions concerning retainage are set forth in the Agreement.
12/03 Section 00100 Page 7
Federal Aid Project # SHE 2873-128
Project Code #14591
10
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
July 21, 1999
d. In the event the union is unable to provide the Contractor with a reasonable flow of minority and
women referrals within he time limit set forth in the collective bargaining agreement, the Contractor
will, through independent recruitment efforts, fill the employment. vacancies without regard to race, —
color, religion , sex or national origin; making full efforts to obtain qualified and/or qualifiable minority
group persons and women. (The U.S. Department of Labor has held that it shall be no excuse that
the union with which the Contractor has a collective bargaining agreement providing for exclusive
referral failed to refer minority employees.) In the event the union referral practice prevents the
Contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these
special provisions, such Contractor shall immediately notify the State highway agency.
9. Subcontracting.
a. The Contractor will use his best efforts to solicit bids from and to utilize minority group subcontractors
or subcontractors with meaningful minority group and female representation among their employees.
Contractors shall obtain lists of minority -owned construction firms from State highway agency
personnel.
b. The Contractor will use his best efforts to ensure subcontractor compliance with their equal
employment opportunity obligations.
10. Records and Reports.
a. The Contractor will keep such records as are necessary to determine compliance with the
Contractor's equal employment opportunity obligations. The records kept by the Contractor will be
designed to indicate:
(1) The number of minority and nonminoriy group members and women employed in each work
classification on the project. —'
(2) The Progress and efforts being made in cooperation with unions to increase employment
opportunities for minorities and women (applicable only to contractors who rely in whole or in part —
on unions as a source of their work force).
(3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading
minority and female employees, and
(4) The progress and efforts being made in securing the services of minority group subcontractors or
subcontractors with meaningful minority and female representation among their employees. _
b. All such records must be retained for a period of three years following completion of the contract work
and shall be available at reasonable times and places for Inspection by authorized representatives of
the State highway agency and the Federal Highway Administration.
c. The Contractors will submit an annual report to the State highway agency each July for the duration of
the project, indicating the number of minority, women, and non -minority group employees currently
engaged in each work classification required by the contract work. This information is to be reported
on Form PR 1391.
SSP 67
Federal Aid Project # SHE 2873-128 December 20, 2002
Project Code # 14591
-1-
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
(a) Definitions and Procedures
For this project, the following terms are defined:
1. Disadvantaged Business Enterprise (DBE). A small business concern that is certified as being:
A. 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
B. Whose management and daily business operations are controlled by one or more of the socially and
economically disadvantaged individuals who own it.
C. Socially and economically disadvantaged individual means any individual who is a citizen (or lawfully
admitted permanent resident) of the United States and who is:
(1) Any individual whom the Colorado Department of Regulatory Agencies Office of Certification
finds to be a socially and economically disadvantaged individual.
(2) Any individual in the following groups, members of which are rebuttably presumed to be socially
and economically disadvantaged:
a. "Black Americans," which includes persons having origins in any of the Black racial groups of
Africa;
b. "Hispanic Americans," which includes persons of Mexican, Puerto Rican, Cuban, Dominican,
Central or South American, or other Spanish or Portuguese culture or origin, regardless of
race;
c. "Native Americans," which includes persons who are American Indians, Eskimos, Aleuts, or
Native Hawaiians;
d. "Asian -Pacific Americans," which includes persons whose origins are from Japan, China,
Taiwan, Korea, Burma (Myanmar), Vietnam, Laos, Cambodia (Kampuchea), Thailand,
Malaysia, Indonesia, the Philippines, Brunei, Samoa, Guam, the U.S. Trust Territories of the
Pacific Islands (Republic of Palau), the Commonwealth of the Northern Marianas Islands,
Macao, Fiji, Tonga, Kirbati, Juvalu, Nauru, Federated States of Micronesia, or Hong Kong;
e. "Subcontinent Asian Americans," which includes persons whose origins are from India,
Pakistan, Bangladesh, Bhutan, the Maldives Islands, Nepal or Sri Lanka;
f. "Women", which means females of any ethnicity
g. "Other," which means any additional groups whose members are designated as socially and
economically disadvantaged by the Small Business Administration (SBA), at such time as the
SBA designation becomes effective and/or individuals who have been determined to be
socially and economically disadvantaged based on the criteria for social and economic
disadvantage.
2. Underutilized DBE (UDBE). A firm which meets the definition of DBE above and is eligible to meet the
contract goal as defined in the project special provision titled "Contract Goal
3. DBE Joint Venture. Joint venture means an association of a DBE firm and one or more other firms to
carry out a single, for -profit business enterprise, for which the parties combine their property, capital,
efforts, skills and knowledge, and in which the DBE is responsible for a distinct, clearly defined portion of
the work of the contract and whose share in the capital contribution, control, management, risks, and
profits of the joint venture are commensurate with its ownership interest.
SSp RR
Federal Aid Project # SHE 2873-128 December 20, 2002
Project Code # 14591
-2-
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS --
A DBE joint venture must be certified as a joint venture by the Business Programs Office at CDOT.
A. For those projects set -aside for bidding by UDBEs only; all of the partners in a joint venture must be
UDBEs and certification of the joint venture will not be required.
B. For all projects other than the set -aside projects discussed in A. above; one of the partners in a joint
venture must be a DBE. The DBE percentage of the joint venture will be determined at the time of
certification.
4. Contract Goal. The goal for UDBE participation that the Department determines should appropriately be —
met by the successful bidder. Contract goal will be the percentage stated in the invitation for bids and in
the project special provisions. Successful bidders that are awarded a Contract based on good faith
efforts shall continue to make good faith efforts through the period of time that work on the project is in
process, to provide for additional UDBE participation toward meeting the goal.
5. Good Faith Efforts. It is the obligation of the bidder to make good faith efforts to meet the contract goal
prior to the bid opening. The bidder can demonstrate that it has done so either by meeting -the contract
goal or by documenting good faith efforts made. The apparent low bidder shall report all efforts made
Including but not limited to the efforts required on CDOT Form No. 718. The efforts employed by the
bidder should be those that one could reasonably expect a bidder to take if the bidder were actively and —
aggressively trying to obtain UDBE participation sufficient to meet the DBE contract goal. In determining
whether a bidder has made good faith efforts, CDOT may take into account the performance of other
bidders in meeting the contract. For example, when the apparent successful bidder fails to meet the
contract goal, but others meet it, CDOT may reasonably raise the question of whether, with additional reasonable efforts, the apparent successful bidder could have met the goal. if the apparent successful
bidder fails to meet the goal, but meets or exceeds the average UDBE participation obtained by other
bidders, CDOT may view this, in conjunction with other factors, as evidence of the apparent successful —
bidder having made good faith efforts.
The DBE Program manager in the Business Programs Office is responsible for determining whether a
bidder who has not met the contract goal has documented sufficient good faith efforts to be regarded as -
responsible. The manager will ensure that all information is complete and accurate and adequately
documents the bidder's good faith efforts before CDOT commits to the performance of the contract by the
bidder. The DBE Program manager will notify the apparent low bidder by fax regarding any deficiencies In the documentation and effort demonstrated by the bidder. This fax will include the DBE Program
manager's recommendation to the DBE Liaison Officer regarding whether the good faith effort
demonstrated was sufficient for the bidder to be regarded as responsible. If the bidder may be regarded
as responsible but with minor deficiencies in its good faith effort, the bidder will be expected to correct any —
deficiencies noted prior to bidding on other CDOT projects.
Within 5 working days of being informed by CDOT that it is not a responsible bidder because it has not —
documented sufficient good faith efforts, a bidder may request administrative reconsideration from the
Good Faith Efforts (GFE) Committee, which will not have played any role in the original determination that
the bidder did not document sufficient good faith efforts. The bidder should make this request in writing to:
Good Faith Efforts Committee
C/O Manager, Center for EO
4201 E. Arkansas Avenue, Denver, CO 80222 —
i
Phone:303-757-9234
Fax:303-757-9019
As part of this reconsideration, the bidder will have the opportunity to provide written documentation or
argument concerning the issue of whether it met the goal or made adequate good faith efforts prior to the
bid opening to do so. The bidder will also have the opportunity to meet in person with CDOT's GFE
SSP 69
Federal Aid Project # SHE 2873-128 December 20, 2002
Project Code # 14591
-3-
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
Committee to discuss the issue of whether it met the goal or made adequate good faith efforts prior to the
bid opening to do so. CDOT will send the bidder a written decision on reconsideration, explaining the
basis for finding that the bidder did or did not meet the goal or make adequate good faith efforts prior to
the bid opening to do so.
The GFE Review Committee will make a recommendation to the DBE Liaison Officer. The DBE Liaison
Officer will review the good faith efforts documentation and the recommendation of the GFE Review
Committee, determine whether the required efforts are sufficient for award and notify the Chief Engineer
of this finding. The Chief Engineer will make the final decision regarding award. There will be no
administrative appeal of the Chief Engineer's decision.
If award of the Contract is made based on the Contractor's good faith efforts, the goal will not be waived.
The Contractor will be expected to continue to make good faith efforts as described below throughout the
duration of the Contract.
To demonstrate Good Faith Efforts to meet the Contract goal throughout the performance of the Contract,
the Contractor shall document to the Department the steps taken including, but not limited to the
following:
A. Seek out and consider UDBEs as potential subcontractors.
(1) Contact two or more UDBEs for each category of work that is being subcontracted.
(2) Affirmatively solicit their interest, capability, and price quotations.
(3) Provide equal time for all prospective subcontractors to prepare their proposals.
(4) Provide at least as much time to UDBEs in assisting them to prepare their bids for subcontract
work as to non UDBE subcontractors.
(5) Award subcontracts to UDBEs where their quotations are reasonably competitive with other
quotations received.
B. Maintain documentation of UDBEs contacted and their responses.
(1) Maintain a list of UDBEs contacted as prospective subcontractors.
(2) Maintain thorough documentation of criteria used to select each subcontractor.
(3) Where a UDBE expressed an interest in a subcontract and made a quotation, and where the
work was not awarded to a UDBE, furnish a detailed letter explaining the reasons.
(b) Certification as a DBE by the Department
1. Any contractor may apply to the Department of Regulatory Agencies (DORA) for status as a DBE.
Application shall be made on forms provided by the DORA for certification of DBEs. Application need not
be made in connection with a particular bid. Only work contracted to UDBE contractors or subcontracted
to UDBEs and independently performed by UDBEs shall be considered toward contract goals as
established elsewhere in these specifications.
2. It shall be the Contractor's responsibility to submit applications so that the DORA has sufficient time to
render decisions. The DORA will review applications in a timely manner but is not committed to render
decisions about a firm's DBE status within any given period of time.
3. The Department will publish a monthly list of DBE contractors, vendors and suppliers for the purpose of
providing a reference source to assist any bidder in identifying DBEs and UDBEs. Bidders will be solely
responsible for verifying the Certification of DBEs they intend to use prior to submitting a proposal. The
Business Programs Office in the Center for Equal Opportunity will maintain a current list of eligible DBEs
and UDBEs.
4. Bidders shall exercise their own judgments in selecting any subcontractor to perform any portion of the
work.
5. Permission for a DBE/non-DBE joint venture to bid on a specific project may be obtained from the
Department based on information provided by the proposed joint venture on CDOT Form No. 893,
SSP 70
Federal Aid Project # SHE 2873-128 December 20, 2002
Project Code # 14591 _
-4-
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
"Information For Determining Joint Venture Eligibility". Joint applications should be submitted well in
advance of bid openings.
(c) Bidding Requirements —'
1. All bidders shall submit with their proposals a fully executed CDOT Form No. 714 including a list of the
names of their UDBE subcontractors to meet the contract goal. The apparent low bidder shall submit a
fully executed CDOT Form No. 715 for each UDBE used to meet the contract goal (sample attached) no
later than 4:00 p.m. on the day after the date of bid opening to the Business Programs Office in the
Center for Equal Opportunity. CDOT Form No. 715 may be submitted by FAX, at Fax number (303)757-
9019, with an original copy to follow. In addition, the apparent low bidder shall submit written
confirmation from every UDBE used to meet the contract goal that it is participating in the contract as
provided in the prime contractor's commitment. If the contract goal is not met, the apparent low bidder
shall submit a CDOT form No. 718 and evidence of good faith efforts no later than 4:00 on the day
following the bid opening to the Business Programs Office in the Center for Equal Opportunity. CDOT
Form NO. 718 may be submitted by FAX, at Fax number (303)757-9019, with an original copy to follow.
A copy of CDOT Form No. 718 is incorporated into this specification.
2. The award of Contract, if awarded, will be made to the lowest responsible bidder that will meet or exceed
the contract goal or, if the goal will not be met, is able to demonstrate that good faith efforts were made to
meet the goal. Good faith efforts are explained in (a)4 of this special provision.
3. The use of the UDBE firms named on CDOT Form No. 714 or on a CDOT Form No. 715, for the items of
work described, is a condition of award. The replacement of a named UDBE firm will be allowed only as
provided for in (a) of this special provision. Failure to comply will constitute grounds for default and
termination of the Contract.
4. Contractor's DBE Obligation. The prime Contractor bidding on construction projects advertised by the _
Department agrees to ensure that Disadvantaged Business Enterprises (DBEs), as defined in this special
provision, have the .maximum opportunity to participate in the performance of contracts or subcontracts
financed in whole or in part with Federal or State funds. The prime Contractor shall not discriminate on
the basis of race, color, national origin, or sex in the bidding process or the performance of contracts.
To ensure that UDBEs are offered maximum opportunity to participate in the performance.of contracts, it
is the responsibility of the prime Contractor to offer and to provide assistance to UDBEs related to the
UDBE performance of the subcontract. However, the UDBE must independently perform a commercially
useful function on the project.
(d) Counting DBE Participation Toward Contract Goals and CDOT's annual DBE goal
Once a firm has been certified as a DBE the total dollar amount of the contract awarded to the firm shall
be counted toward CDOT's annual DBE goal and the contract goal as explained below, and as modified
for the project in the project special provisions titled "Contract Goal.
2. The actual dollar total of a proposed subcontract, supply or service contract with any DBE firm shall be
reported to the Department using CDOT Form No. 713. A CDOT Form No. 713 for subcontracts is to be —
submitted with the CDOT Form No. 205 and receipt will be a condition of approval. The eligibility of a
proposed DBE subcontractor will be finally established based on the firm's status at the time of CDOT
Form No. 205 approval.
A CDOT Form No. 713 for a supply or service contract is to be submitted once a contract has been fully
executed so the Department will be able to report the DBE participation in a timely manner. The eligibility
of a DBE supplier or service firm will be finally established as of the date the CDOT Form No. 713 is
received by the Department. A CDOT Form No. 205 is not required for a supply or service contract.
SSP 71
Federal Aid Project # SHE 2873-128 December 20, 2002
Project Code # 14591
-5-
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
If a firm becomes certified as a DBE during performance under a fully executed contract with CDOT but
prior to the DBE performing any work, then 100% of the work performed by the firm under that contract
may be claimed as eligible work.
3. The Contractor may count toward its contract goal the percentage of the total dollar amount of a contract
with a Department certified joint venture that equals the percentage of the ownership and control of the
UDBE partner in a joint venture.
4. A. The Contractor may count toward its contract goal only that percentage of expenditures to UDBEs
which independently perform a commercially useful function in the work of a contract. A DBE is
considered to be performing a commercially useful function by actually performing, managing, and
supervising the work involved. To determine whether a DBE is performing a commercially useful
function, the Department will evaluate the amount of work subcontracted, work performed solely by
the DBE, industry practices, and other relevant factors.
B. A DBE may enter into subcontracts consistent with normal Industry practices. If a DBE contractor
subcontracts over 51% of the work of the Contract the DBE shall be presumed not to be performing a
commercially useful function. The DBE may present evidence to rebut this presumption to the
Department.
5. The Contractor may count toward its contract goal the percentage of expenditures for materials and
supplies obtained from UDBE suppliers (regular dealers) and manufacturers, provided that the UDBEs
assume the actual and contractual responsibility for and actually provide the materials and supplies.
A. The Contractor may count 100 percent of its expenditures to a UDBE manufacturer. A DBE
manufacturer is a certified firm that operates or maintains a factory or establishment that produces on
the premises the materials or supplies obtained by the Contractor.
B. The Contractor may count 60 percent of its expenditures to UDBE suppliers that are not
manufacturers, provided that the DBE supplier performs a commercially useful function in the supply
process. A DBE supplier is a certified firm that owns, operates, or maintains a store, warehouse, or
other establishment in which the materials or supplies required for the performance of the Contract
are bought, kept in stock, and regularly sold to the public in the usual course of business. To be a
supplier the firm must engage in, as its principal business and in its own name, the purchase and sale
of the products in question. A supplier in such bulk items as steel, cement, gravel, stone, and
petroleum products need not keep such products in stock, if it owns or operates distribution
equipment. Brokers and packagers shall not be regarded as manufacturers or suppliers within the
meaning of this section.
C. The Contractor may count toward its contract goal the following expenditures to UDBE firms that are
not manufacturers or suppliers:
(1) The fees or commissions charged for providing a bona fide service, such as professional,
technical, consultant or managerial services and assistance in the procurement of essential
personnel, facilities, equipment, materials or supplies required for performance of the Contract,
provided that the fee or commission is determined by the Department to be reasonable and not
excessive as compared with fees customarily allowed for similar services.
(2) The fees charged for delivery of materials and supplies required to a job site (but not the cost of
the materials and supplies themselves) when the hauler, trucker, or delivery service is not also
the manufacturer of or a supplier of the materials and supplies, provided that the fee is
determined by the Department to be reasonable and not excessive as compared with fees
customarily allowed for similar services.
(3) The fees or commissions charged for providing any bonds or insurance specifically required for
the performance of the Contract, provided that the fee or commission is determined by the
RRP 79
Federal Aid Project # SHE 2873-128 December 20, 2002
Project Code # 14591
-6-
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
Department to be reasonable and not excessive as compared with fees customarily allowed for
similar services.
6. To determine the goals achieved under this Contract the participation as described in (d) of this special
provision shall be divided by the original prime Contract amount and multiplied by 100 to determine the
percentage of performance. The Contractor shall maintain records of payment that show amounts paid to
all DBEs. Upon completion of the project, the Contractor shall submit a CDOT Form No. 17 listing all -
DBEs that participated in this Contract, the subcontract tier number of each, and the dollar amount paid to
each. This dollar amount shall include payments made by nonDBE subcontractors to DBE
subcontractors. The Contractor shall certify the amount paid, which may be audited by the Department. ^
When there is no participation by DBEs, the Contractor shall submit a CDOT Form NO. 17 that indicates
no participation and gives reasons why there was no participation. CDOT will not count the participation
of a DBE subcontractor toward the prime contractor's UDBE achievements or CDOT's overall DBE goal
until the amount being counted toward the goal has been paid to the DBE. —
(e) Replacement of UDBE Subcontractors used to meet the contract goal
Based upon a showing of good cause the Contractor may request that a UDBE named on CDOT Form No.
714 or on a CDOT Form No. 715 be replaced with another UDBE pursuant to the terms and conditions of this
special provision. In the event that the Contractor is able to both document the need and to offer a
replacement UDBE who can perform the work at a reasonable cost, the Department will approve the
replacement at no additional cost to the Department. Replacements will be allowed only with prior written
approval of the Department.
1. If a replacement is to be requested prior to the time that the named UDBE has begun to effectively
prosecute the work under a fully executed subcontract, the Contractor shall furnish to the Department the
following:
A. Written permission of the named UDBE. Written permission may be waived only if such permission
cannot be obtained for reasons beyond the control of the. Contractor.
B. A full written disclosure of the circumstances making it impossible for the Contractor to comply with —
the condition of award.
C. Documentation of the Contractor's assistance to the UDBE named on CDOT Form No. 714 or on _
CDOT Form No. 715.
D. Copies of any pertinent correspondence and documented verbal communications between the
Contractor and the named UDBE.
E. Documentation of the Good Faith Efforts in finding a replacement UDBE subcontractor and the
results of the efforts. It is within the control of the Contractor to locate, prior to award, DBEs that offer
reasonable prices and that could reasonably be expected to perform the work. For this reason,
increased cost shall not, by itself, be considered sufficient reason for not providing an in -kind
replacement.
2. In the event a UDBE subcontractor begins to prosecute the work and is unable to satisfactorily complete
performance of the work, the Contractor shall furnish to the Department the following:
A. Documentation that the subject UDBE subcontractor did not perform In a satisfactory manner.
B. Documentation of the Contractor's assistance to the UDBE subcontractor prior to finding the UDBE
subcontractor in default.
C. A copy of the certified letter finding the UDBE to be in default or a letter from the UDBE stating that it
cannot complete the work and it is turning the work back to the Contractor. -
SSP 73
Federal Aid Project # SHE 2873-128 December 20, 2002
Project Code # 14591
-7-
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
D. Copy of the contract between the Contractor and the UDBE subcontractor, plus any modifications
thereto.
E. Documentation of the Good Faith Efforts in finding a replacement UDBE subcontractor and the
results of the efforts.
In the event the Contractor is able to locate a replacement UDBE who can perform work at a reasonable
cost to the Contractor, and also demonstrates to the satisfaction of the CDOT that prior to bid it had
reason to believe that the named UDBE firm was responsible and not expected to default, the
Department may modify or renegotiate the Contract to compensate the Contractor for any reasonable
extra costs, because of a higher price in the proposal of the replacement UDBE subcontractor than that of
the original UDBE subcontractor who failed to perform.
Provided, however, that the Department will not be obligated to participate in any increased cost to the
Contractor if the UDBE that fails to perform has a recent history of performance failure(s) or default that
was either known, or should have been known, to the Contractor prior to award.
3. If the Contractor is unable to locate a UDBE replacement that is both interested in and capable of
performing the work at a reasonable cost, the Department may waive the requirement that the work be
performed by a UDBE and the Contractor shall provide for the satisfactory completion of the work at no
additional cost to the Department.
(f) Sanctions
It is the obligation of the Contractor to provide DBE firms with the maximum opportunity to participate in the
performance of the work.
It is the responsibility of DBE firms to perform their work in a responsible manner fully consistent with the
intent of the DBE program, and in substantial compliance with the terms and conditions of these DBE
definitions and requirements.
DBE firms which fail to perform a commercially useful function as described in subsection (d)4 of these DBE
definitions and requirements or operate in a manner which is not consistent with the intent of the DBE
program may be subject to revocation of certification.
A finding by the Department that the Contractor has failed to comply with the terms and conditions of these
DBE definitions and requirements shall constitute sufficient grounds for default and termination of the
Contract in accordance with subsection 108.08 of the specifications.
Attachments:
CDOT Form No. 715
CDOT Form No. 718
RSD 7d
Federal Aid Project # SHE 2873-128
Project Code # 14591
-8-
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
THIS PAGE RESERVED FOR FORM 715
December 20, 2002
I
SSP 75 -
....� .......�....,. ...r.......,... r....,.. Project No.:
CERTIFICATE OF PROPOSED
UNDERUTILIZED DBE (UDBE) Project Code (SA#):
PARTICIPATION
Location: Form #: of
Prime Contractor- Send completed/signed forth to the Business Programs Office (instructions on second page).
(NOTE: See 49 CFR part 26.55, and the "DBE - Definitions and Requirements" in the Standard Special Provisions, for further information concerning
counting DBE participation of subcontractors, suppliers and service providers toward the project's UDBE goal.)
PART 1a - SUBCONTRACT
EXPIRATION ELIGIBLE UDBE SUBCONTRACT
NAME OF UDBE FIRM
TIER
CERTIFICATION #
AMOUNT
DATE
ACTUAL CONTRACT AMOUNT
ITEMS OF WORK SUBCONTRACTED:
PART 1 b - SUPPLY CONTRACT
If the supplier is a UDBE "Manufacturer" of the item(s): ;
• ACTUAL UDBE AMOUNT = Entire expenditure for materials and supplies including co In IceoLided by the firm
1
• ELIGIBLE UDBE SUPPLY AMOUNT = (ACTUAL UDBE AMOUNT) X 100%
If the supplier is a UDBE "Regular Dealer of the item(s):
• ACTUAL UDBE AMOUNT = Entire expenditure for materials and su in
In co any\ elivery services provided by the firm
• ELIGIBLE UDBE SUPPLY AMOUNT = (ACTUAL UDBE AMO T °
If the supplier is neither a "Manufacturer nor a 0. ecaular De ite e A' 1c - SERVICE / BROKER CONTRACT.
NAME OF UDBE FIRM
CERTIF tf
ACTUAL UDBE ELIGIBLE UDBE SUPPLY
AMOUNT AMOUNT
MATERIALS SUPPLIED:
PART IC - S"_ -0 / BROKER CONTRACT
Transportation service auling) fees/commissions are to be counted toward contract goals in this section (provided the trucker is NOT
classed as a "Manufacturer" or a "Regular Dealer" for the materials supplied). Examples of other services to include in this section
would be brokering, bonding, consulting, security guards, and insurance.
For a UDBE "Service/Broker Contract":
• ACTUAL UDBE AMOUNT = Entire expenditure for services rendered Including cost of any materials/supplies provided by the firm
ELIGIBLE UDBE SERVICE FEE AMOUNT = I (ACTUAL UDBE AMOUNT) — (Cost of any materials and supplies)
(NOTE: The amounts that count toward UDBE goals are limited to the compensation retained by the UDBE broker/agent for services rendered, provided
the feelcommission is determined by CDOT to be reasonable and not excessive as compared with fees customarily charged for similar services.)
NAME OF UDBE FIRM
CERTIFICATION #
EXPIRATION
ACTUAL UDBE ELIGIBLE UDBE SERVICE FEE
DATE
AMOUNT AMOUNT
1
SERVICES RENDERED:
ungmai — nusiness vrograms Office Previous editions may not be used CDOT Form 715 05/03
22.0 PURCHASING RESTRICTIONS.
Purchasing restrictions: The Bidder's authorized signature of this Bid _
assures the Bidder's compliance with the City's purchasing restrictions. A
copy of the resolutions are available for review in the Purchasing and Risk
Management Division or the City Clerk's office.
A. Cement Restrictions: City of Fort Collins Resolution 91-121 requires
that suppliers and producers of cement .or products containing cement
to certify that the cement was not made in cement kilns that burn ^
hazardous waste as a fuel.
23.0 COLLUSIVE OR SHAM BIDS.
Any Bid deemed by the City in its sole discretion to be a collusive or sham
Bid will be rejected and reported to authorities as such. Your authorized
signature of this Bid assures that such Bid is genuine and is not a
collusive or sham Bid.
24.0 BID RESULTS.
For information regarding results for individual Bids send a self-
addressed, self -stamped envelope and a Bid tally will be mailed to you.
Bid results will be posted in the Purchasing office seven (7) days after
the Bid Opening.
END OF SECTION
12/03
Section 00100 Page 8
PART 2 — UDBE PARTICIPATION SUMMARY
A) What is the total dollar value of this proposed subcontract, supply contract, OR service/broker
contract that is eligible for counting toward contract goals?
(NOTE: Provide in actual subcontractor dollars and not prime contract prices)
A>
A = [ TOTAL FROM"ELIGIBLE" COLUMNS IN PART 1 ]
B) What is the total dollar value of proposed subcontracts that are eligible for counting towards
B>
contract goals from prior sheets/forms?
C) What is the accumulative value of proposed subcontracts that are eligible for counting towards
contract goals?
C>
C=[A + B]
D) What is the original contract bid total?
D>
E) What is the accumulative percent of contract bid total subcontracted to all underutilized DBEs?
E=[(C + D) X 100]
PART 3 — PRIME CONTRACTOR CERTIFICATION �-
certify that:
my company has met the contracted UDBE goals or h . adft4WDOT Form #718, DBE Good Faith Effort
Documentation.
• my company has accepted a proposal from u r" ad above.
• my company has notified the propos U., c ntracted UDBE commitment.
• my company's use of the propose s"rtl;. a items of work listed above is a condition of the contract award.
• my company will invite the p os rl. to attend the preconstruction conference.
• my company will not us a subc rector for the proposed UDBE subcontractor's failure to perform under a
fully executed subc I Est,.. ny complies with the definitions and requirements section of the DBE Special
Provisionsr�-
• 1 underStlu t,the information shown on this form will be considered grounds for contract termination.
I declare under p &.tawiit the second degree, and any other applicable state or federal laws, that the statements
made on this doctrue and complete to the best of my knowledge.
Prime Contractor Name:
Officer Signature and Title:
i.201:ji'llIZ -1 ilyllei.R
Date: / 1
Prime Contractor: 6. Retain a photocopy for your records.
1. An officer of the contractors) must complete this form. 7" 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 (i.e., UDBE firms). Business Programs Office
3. Complete ONLY ONE section for Part 1 (1 a, 1b, OR 1c) 4201 E. Arkansas Ave.
4. Complete ALL sections of Part 2 and Part 3 Denver, Colorado 80222
5. Submit a separate CDOT Form #715 for EACH proposed UDBE. FAX: (303) 757-9019
Original - Business Programs Office Previous editions may not be used CDOT Form 715 05103
PAGE 2
Federal Aid Project # SHE 2873-128
Project Code # 14591
-9-
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
THIS PAGE RESERVED FOR FORM NO. 718 Page 1
December 20, 2002
SSP 76 -m
COLORADO DEPARTMENTOFTRANSPORTATION 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 DBE (UDBE)
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 I _.
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.
It. For each subcontract item identified, contact by mail, FAX and/or telephone a minimum of two currently CDOT-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 letters 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 detailed explanation addressing failure to provide any of the above.
Odginal-Business Programs Office, Copy -Contractor - U V tK Previous editions are obsolete and may not be used CDOT Form #718 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.
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 considered. 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.
I I
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 Signature -.
Federal Aid Project # SHE 2873-128
Project Code # 14591
-10-
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
THIS PAGE RESERVED FOR FORM NO.718 Page 2
December 20, 2002
SSP 77
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO
GENERAL DECISION NUMBERS C0030014 AND C0030015,
HIGHWAY CONSTRUCTION
DATE 05-14-04
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.
General Decision No. C0030014 applies to the following counties: Adams, Arapahoe, Boulder, Denver, Douglas, El Paso,
Jefferson,Latimer 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
1202
Electricians (Adams, Arapahoe, Boulder, Denver, Douglas,
27.91
9.48
3
Jefferson, Latimer, 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
20.17
6.22
2
1301
Bituminous or Asphalt Spreader/Laydown Machine
20.17
6.22
2
1302
Bulldozer
20.17
6.22
2
Crane:
1305
50 tons and under
20.32
6.22
2
1306
51 to 90 tons
20.47
6.22
2
1307
91 to 140 tons
20.62
6.22
2
1308
141 tons and over
21.38
6.22
2
SSP 78
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 05-14-04
GENERAL DECISION NUMBERS CO030014 AND CO030015,
HIGHWAY CONSTRUCTION
General Decision No. CO030014
The wage and fringe benefits listed below reflect collectively bargained rates.
Code
Classification
Basic Hourly
Fringe Benefits
Last
Rate
Mod
POWER EQUIPMENT OPERATORS (cont.):
Drill Operator:
1309
William MF/Watson 2500 only
20.47
6.22
2
Grader/Blade:
6.22
2
1310
Rough
20.17
6.22
2
1311
Finish
20.47
6.22
2
Loader:
6.22
2
1312
Barber Green, etc., 6 cubic yards and under
20.17
6.22
2
1313
Over 6 cubic yards
20.32
6.22
2
Mechanic and/or Welder (Includes heavy duty and combination
mechanic and welder):
6.22
2
1314
Mechanic and/or Welder
20.32
6.22
2
1315
Mechanic/Welder (Heavy duty)
20.47
6.22
2
1316
Oiler
19.47
6.22
2
Power Broom:
6.22
2
1317
Under 70 HP
19.47
6.22
2
1318
70 HP and over
20.17
6.22
2
Roller:
6.22
2
1319
Self-propelled, rubber tires under 5 tons
19.82
6.22
2
1320
Self-propelled, all types over 5 tons
20.17
6.22
2
Scraper:
6.22
2
1321
Single bowl under 40 cubic yards
20.32
6.22
2
1322
Single bowl including pups 40 cubic yards and tandem bowls
and over
20.47
6.22
2
1323
Trackhoe
20.32
6.22
2
1324
Water Truck
20.32
6.22
2
Laborers:
1400
Asphalt Laborer/Raker, Common Laborer,
and Concrete Laborer/Mason Tender
16.29
4.25
SSP 79
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 05-14-04 _
GENERAL DECISION NUMBERS CO030014 AND CO030015,
HIGHWAY C 0W.n%TRTIC n0M
General Decision No. CO030014
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Fringe Beneflts
Last
Rate
Mod
1500
Bricklayers
15.55
2.85
Carpenters:
1600
Form Work (Excluding curbs and gutters)
16.54
3.90
1601
All other work
16.61
3.88
1700
Concrete Flydshers/Cement Masons
16.05
3.00
Ironworkers:
1900
Reinforcing
16.69
5.45
1901
Bridge Rail (Excludes guardrail)
18.22
6.01
Laborers:
2001
Fence Erector (Includes fencing on bridges)
13.02
3.20
2002
Form Work (Curbs and gutters only)
11.85
3.45
2003
Guardrail Erector (Excludes bridgerail)
12.89
3.20
2004
Landscape and Irrigation Laborer
12.26
3.16
2005
Pipelayer
13.55
2.41
2006
Striping Laborer (Pre -form layout and removal of pavement
markings)
12.62
3.21
2007
Traffic Director/Flagger
9.55
3.05
2008
Traffic and Sign Laborer (Sets up barricades and cones,
and installs permanent signs)
12.43
3.22
PAINTERS
2100
Brush
16.94
2.10
2101
Spray
16.99
2.87
POWER EQUIPMENT OPERATORS:
2200
Backhoes
16.54
4.24
2201
Bobcat/Skid Loader
15.37
4.28
2202
Concrete Pump Operator
16.52
4.30
r,
SSP 80 --
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 05-14-04
GENERAL DECISION NUMBERS C0030014 AND C0030015,
HIGHWAY CONSTRI ICTiON
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)(1)(ii)j.
END OF GENERAL DECISION NUMBER C0030014.
SSP 81
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO
GENERAL DECISION NUMBERS C0030014 AND C0030015,
UTC.TTWAV MWRTRTX nOW
DATE 05-14-04
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, Ron% Saguache,
San Juan, San Miguel, Sedgwick,Summit,Teller Washington,and Yuma counties.
When work within a project is located in two or more counties, and the minimum wages and fringe benefits are different
for one or more job classifications, the higher minimum wages and fringe benefits shall apply throughout the project.
General Decision No. 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,
18.98
8.44
2
Huerfano, Kiowa, Las Animas, Mineral, Otero, Prowers, Rio
Grande, and Saguache counties)
Electrical work over $200,000 (Alamosa, Archuleta, Baca,
3201
Bent, Chaffee, Conejos, Costilla, Crowley, Custer, Fremont,
24.74
8.44
2
Huerfano, Kiowa, Las Animas, Mineral, Otero, Prowers, Rio
Grande, and Saguache counties)
Electricians (Clear Creek, Eagle, Gilpin, Grand, Jackson, Lake,
3202
Logan, Morgan, Phillips, Sedgwick, Summit, Washington,
27.91
9.48
3
and Yuma counties)
3203
Electricians (Cheyenne, Elbert, Kit Carson, Lincoln, Park,
24.54
11.20+ 3%
3
and Teller counties)
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
20.17
6.22
2
3301
Bulldozer
20.17
6.22
2
Crane:
6.22
2
3302
50 tons and under
20.32
6.22
2
3303
51 to 90 tons
20.47
6.22
2
3304
91 to 140 tons
20.62
6.22
2
3305
141 tons and over
21.38
6.22
2
3306
Grade Checker
20.32
6.22
2
Loader:
6.22
2
3307
Barber Green, etc., 6 cubic yards and under
20.17
6.22
2
3308
Over 6 cubic yards
20.32
6.22
2
SSP 82
SECTION 00300
BID FORM
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 05-14-04
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
19.82
6.22
2
3310
Self-propelled, all types over 5 tons
20.17
6.22
2
3311
Trackhoe
20.32
6.22
2
3312
Oiler
19.47
6.22
2
3313
Water Wagon
20.32
6.22
2
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
4003
Striping -Paint Laborer (Pre -form layout and removal of
pavement markings)
12.90
3.07
4004
Traffic Director/Flagger
9.42
3.21
4005
Traffic/Sign Laborer (Sets up barricades and cones,
and installs permanent signs)
12.39
3.20
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
SSP 83
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 05-14-04
GENERAL DECISION NUMBERS C0030014 AND C0030015, _
14MUW A V MW4ZTR T Tr r YnW
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 I
only as provided in the labor standards contract clauses [29 CFR 5.5(a)(1)(u)).
END OF GENERAL DECISION NUMBER C0030015.
SSP 84
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 05-14-04
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.
SSP 85
Federal Aid Project # SHE 2873-128 December 20, 2002
Project Code #14591
ON THE JOB TRAINING
This training special provision supplements subparagraph 6 of paragraph B and supersedes subparagraph 7b of
paragraph C of the Special Provision entitled "Affirmative Action Requirements, Equal Employment Opportunity"
and is an implementation of 23 U.S.C. 140 (a). As part of the Contractor's Equal Employment Opportunity
Affirmative Action Program, training shall be provided as follows:
(a) General Requirements
The Contractor shall provide on the job training aimed at developing full journey workers in the type of
trade or classification involved.
Training and upgrading of minorities and women toward journey worker status are a primary objective of _
this training special provision. Accordingly, the Contractor shall make every reasonable effort to enroll
minority trainees and women (e.g., by conducting systematic and direct recruitment through public and
private sources likely to yield minority and women trainees) to the extent that such persons are available ..
within a reasonable area of recruitment. The Contractor shall be responsible for demonstrating the steps
that were taken in pursuance thereof, prior to a determination as to whether the Contractor is in
compliance with this training special provision. This training commitment shall not be used to discriminate
against any applicant for training whether a member of a protected class or not.
3. An employee shall not be employed as a trainee in any classification in which the employee has
successfully completed a training course leading to journey worker status or in which the employee has _
been employed as a journey worker. The Contractor shall satisfy this requirement by including
appropriate questions (i.e. Have you ever worked as a journeyman in the highway construction industry?)
In the employee application or by other suitable means. Regardless of the method used, the Cohtractor's
records shall document the findings in each case.
4. The minimum length and type of training for each classification shall be as established in the training
program selected by the Contractor and approved by the Department and the Colorado Division of the
Federal Highway Administration (FHWA), or the U. S Department of Labor, Bureau of Apprenticeship and
Training (DOL). The Department and the FHWA will approve a program if a is reasonably calculated to
meet the Equal Employment obligations of the Contractor and to qualify the average trainee for journey
worker status in the classification concerned by the end of the training period. Apprenticeship and ^
training programs will be accepted if registered with the U.S. Dept. of Labor, Bureau of Apprenticeship
and Training, or with a State apprenticeship agency recognized by the Bureau. To obtain FHWA
approval, the Contractor's training program must be reviewed by the CDOT Business Programs Office —
OJT Program Manager and approved by the Colorado Division of the FHWA. The Contractor shall allow
up to 30 days for FHWA review. The proposed training program shall be submitted by the Contractor to:
OJT Program Manager —
Business Programs Office
4201 East Arkansas Avenue
Denver, CO 80222
5. Approved training programs shall provide the trainee with a minimum of 2000 hours of training which
includes a minimum of 40 hours of classroom training. Credit for prior classroom or other training may be
allowed if such training is relevant to the trainees' current training program requirements.
6. Training is to be provided in the construction crafts rather than clerk -typists or secretarial -type positions.
Training is permissible in lower level management positions such as office engineers, estimators,
time -keepers, etc., where the training is oriented toward construction applications. Training in the laborer
classification may be permitted when significant and meaningful training is provided and it is approved by
the FHWA Division office. There will be no reimbursement for offske training.
SSP 86
Federal Aid Project # SHE 2873-128
Project Code #14591
ON THE JOB TRAINING
December 20, 2002
The Contractor shall pay the training program wage rates and the correct fringe benefits to each
registered trainee employed on the contract work and currently enrolled in an approved program. The
minimum trainee wage shall be the full laborer wage (group 2, outside labor, above ground) on all
Davis -Bacon projects.
8. All apprentices or trainees for which the Contractor expects to receive reimbursement must first be
registered on the project by submitting a completed CDOT Form 838. This form must then be reviewed
and approved by the CDOT Region Equal Employment Opportunity (EEO)/Civil Rights Specialist before
reimbursement will be made. Requests for registration shall be submitted in writing to the Engineer and
will be granted when the following information is provided and approved:
a. A completed CDOT Form No. 838 for each trainee or apprentice
b. Evidence of the approval of the applicable trainee program.
c. Evidence of the registration of the trainee into the approved trainee program
d. A copy of the current applicable approved training program.
9. Within the first 100 hours of training time completed, the Contractor shall provide each trainee with a
review of the training program, pay scale, pension and retirement benefits, health and disability benefits,
promotional opportunities, company policies and complaint procedure. The Contractor shall also furnish
the trainee a copy of the training program.
10. On a monthly basis, the Contractor shall provide to the Engineer a completed On The Job Training
Progress Report (CDOT Form No. 832) for each approved trainee or apprentice on the project. The
CDOT Form No. 832 must be reviewed and approved by the CDOT Region Equal Employment
Opportunity (EEO)/Civil Rights Specialist before reimbursement will be made. The Contractor will be
reimbursed for each approved apprentice or trainee required by the Department and documented on
CDOT Form 832, but not more than the OJT Force Account budget unless approved by the Engineer.
Upon completion of training, transfer to another project, termination of the trainee or notification of final
acceptance of the project, the Contractor shall submit to the Engineer a "final" completed CDOT Form No.
832 for each approved apprentice or trainee.
11. All forms referred to are available from the Business Programs Office of the Department of
Transportation, through the CDOT Region Equal Employment Opportunity (EEO) /Civil Rights Specialist,
or on CDOT's website at http://www.dot.state.co.us/Bidding/BidForms.htm
12. The Engineer will provide reimbursement to the Contractor. Payment is based on the number of hours of
on-the-job training the Contractor provides to the trainee under this Contract and the applicable
reimbursement rate. Submission of the CDOT Form No. 832 will document the training hours provided
during the month, and will be considered a request for payment. Where applicable, the Contractor shall
note and explain discrepancies between the hours documented on CDOT Form No. 832 and the
corresponding certified payrolls. To receive payment the CDOT Forms 838 and 832 must be completed
In full and the Contractor must be in compliance with all requirements of this specification.
(b) Standard Training Program
If the Contractor is not participating in the Department's Colorado Training Program, the training shall be
provided according to the following:
The number of training hours for the trainees to be employed on the project shall be as shown in the
Contract. The trainees or apprentices employed under the Contract shall be registered with the
Department using CDOT Form No 838.
2. Subcontractor trainees who are enrolled in an approved Program may be used by the Contractor to
satisfy the requirements of this special provision.
SSP 87
Federal Aid Project # SHE 2873-128
Project Code #14591
3
ON THE JOB TRAINING
December 20, 2002
November xx, 2002
3. At least ten working days prior to the first progress payment to be made after work has begun, the w
Contractor shall submit to the Engineer documentation showing DOL or FHWA approval of the
Contractor's training program, a plan that identifies each proposed trainee, total training hours for each
trainee, and the construction phase for training each of the proposed trainees, including the duration, for
this specific project.
Progress payments may be withheld until this plan is submitted and approved and may be withheld if the
approved plan is not followed.
4. A trainee shall begin work on the project as soon as possible utilizing the skill involved and remain on the
project as long as meaningful training opportunities exist. It is not required that all trainees be employed
on the project for the entire length of the Contract.
5. The Contractor will be reimbursed 80 cents per hour for each approved apprentice or trainee required by -
the Department.
6. In order to receive reimbursement, the Contractor shall provide the number of training hours specified in
the OJT goal assigned to the project.
7. The OJT goal for the project will be included in the Project Special Provisions and will be determined by
the CDOT Region, Equal Employment Opportunity (EEO) /Civil Rights Specialist after considering:
a. Availability of minorities, women, and disadvantaged for training;
b. The potential for effective training;
c. Duration of the contract;
d. Dollar value of the contract;
e. Total normal work force that the average bidder could be expected to use;
f. Geographic location;
g. Type of work; and
h. The need for additional journey workers in the area;
8. The guidelines for contract dollar value, minimum total training hours, and maximum reimbursement are
as follows:
Category
Contract dollar value
Minimum total training
hours to be provided
on the project
Maximum
reimbursement
allowed
A
Up to 1 million
0
0
B
>1- 2 million
320
$600
C
>2 - 4 million
640
$800
D
>4 - 6 million
1280
$1400
E
>6 - 8 million
1600
$1700
F
>8 - 12 million
1920
$2000
G
>12 - 16 million
2240
$2,4000
H
>16 - 20 million
2560
$2,600
1
For each increment of
$5 million, over $20
million
1280
$1400
SSP 88
Federal Aid Project # SHE 2873-128
Project Code #14591
4
ON THE JOB TRAINING
December 20, 2002
The Contractor shall have fulfilled its responsibilities under this training special provision if the CDOT
Regional Civil Rights Equal Employment Opportunity (EEO)/Civil Rights Specialist has determined that it
has provided acceptable number of training hours specified in the Contract in accordance with this special
provision.
(c) Colorado Training Program.
If the Contractor has a current approved Colorado Training Program plan, the training shall be provided according
to the following:
1. The Contractor shall comply with the requirements of the Department's procedures as defined in the
Colorado Training Program Manual
2. If the Contractor has an approved Colorado Training Program plan, then they shall be exempted from the
contract OJT goal.
3. Each trainee enrolled in the Colorado Training Program will receive a minimum of 1200 hours per year of
on-the-job training. Up to 200 hours of offsite classroom training can be included in the 1200 hours
minimum. The trainee's hours per year may be on CDOT or non-CDOT projects.
4. At least ten working days prior to the first progress payment to be made after work has begun, the
Contractor shall submit to the Engineer documentation showing DOL or FHWA approval of the
Contractor's training program and proof of good standing in the Colorado Training Program.
5. The Contractor will be reimbursed $4.80 per hour for each approved trainee who is working on the
Contract . Of the $4.80 per hour reimbursed to the Contractor, any amount over $.80 per hour must be
forwarded by the Contractor to the trade or labor organization(s) through which the Contractor obtains
their trainees or apprentices (sponsor) and spent for training and recruitment. The Department will not
reimburse for classroom training or training provided on non-CDOT projects.
6. Contractors who are in good standing in the Colorado Training Program will receive hours credit for their
trainees whether they work on a CDOT or a non-CDOT project. Contractors will be reimbursed by CDOT
only for hours worked on CDOT projects.
7. The Contractor will be considered in compliance with the requirements of the Colorado Training Program
when the Contractor demonstrates to the Department that it has met the requirements described in this
special provision and the Contractor's approved Colorado Training Program Training Plan.
8. The Contractor shall comply with the affirmative action requirements in their approved Colorado Training
Program Training Plan.
9. Contractors must have an approved Training Plan for the calendar year to be able to use this option.
Contractors who do not have an approved Colorado Training Program Training Plan must comply with the
requirements of Part (b) of this special provision.
10. The minimum required number of trainees to be employed by the Contractor shall be as shown in the
Contractor's approved Colorado Training Program Training Plan.
11. The Contractor shall have fulfilled its responsibilities described in this special provision if it has remained
in good standing in the Colorado Training Program during the life of the Contract.
+$61a*z
SSP 90 July 21, 1999
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.
SSP 91
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
July21, 1999
FHWA-1273 Dechwle version — March 10, 1994
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
6. Selection of Labor: During the performance of this con -
Page tract. the contractor shall not:
I. General.........................................................1
It. Nondiscrimination............................................1
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
Vill. Safety: Accident Prevention...............................7
IX. False Statements Concerning Highway Projects. ..7
X. Implementation of Clean Air Act and Federal
Water Pollution Control Act................................8
Xi. 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-
for 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 (DOC)
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.
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.
If. 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 spec
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 pt deg.) 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,
preapprenficeship, 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 contractors EEO policy and contractual
responsibilities to provide EEO in each grade and classification of
employment. To ensure that the above agreement will be met, the
following actions will be taken as a minimum:
a. Periodic meetings of supervisory and personnel office
employees will be conducted before the start of work and then not
less often than once every six months, at which time the contract-
July21, 1999
SSP 92
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
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 contractors 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 contractors
procedures for locating and hiring minority group employees.
d. Notices and posters setting forth the contractors EEO
policy will be placed in areas readily accessible to employees,
applicants for employment and potential employees.
e. The contractors 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 penults the contractors compliance with EEO contract
provisions. (The DOL has held that where implementation of such
agreements have the effect of discriminating against minorities or
women, or obligates the contractor to do the same, such imple-
mentation violates Executive Order 11246, as amended.)
c. The contractor will encourage his present employees to
refer minority group applicants for employment. Information and
procedures with regard to referring minority group applicants will
be discussed with employees.
5. Personnel Actions: Wages, working conditions, and
employee benefits shall be established and administered, and
personnel actions of every type, including hiring, upgrading,
promotion, transfer, demotion, layoff, and termination, shall be
taken without regard to race, color, religion, sex, national origin,
age or disability. The following procedures shall be followed:
a. The contractor will conduct periodic inspections of project
sites to insure that working conditions and employee facilities do
not Indicate discriminatory treatment of project site personnel.
b. The contractor will periodically evaluate the spread of
wages paid within each classification to determine any evidence of
discriminatory wage practices.
c. The contractor will periodically review selected personnel
actions in depth to determine whether there Is evidence of
discrimination. Where evidence is found, the contractor will
promptly take oortective 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
complaints, and will take appropriate corrective action within a
reasonable time. If the investigation indicates that the discrimina-
tion may affect persons other than the complainant, such correc-
tive 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 contractors work force requirements
and as permissible under Federal and State regulations, the
contractor shall make full use of training programs, i.e., appren-
ticeship, and on-the-job training programs for the geographical
area of contract performance. Where feasible, 25 percent of
apprentices or trainees in each occupation 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
contractors 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.
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,
SECTION 00300
BID FORM
PROJECT: SH 287 & LAKE STREET MEDIAN IMPROVEMENTS; BID NO. 5866
P1aceCity of Ft. Collins
Date
06/30/04
1. In compliance with your Invitation to Bid dated June 7, 2004
and subject to all conditions thereof, the undersigned
TLM Constructors, Inc. a **(Corporation, Limited Liability Company,
Partnership, Joint Venture, or Sole Proprietor)** authorized to do business
in the State of Colorado hereby proposes to furnish and do everything
required by the Contract Documents to which this refers for the
construction of all items listed on the following Bid Schedule or Bid
Schedules.
2. The undersigned Bidder does hereby declare and stipulate that this proposal
is made in good faith, without collusion or connection with any other
person or persons Bidding for the same Work, and that it is made in
pursuance of and subject to all the terms and conditions of the Invitation
to Bid and Instructions to Bidders, the Agreement, the detailed
Specifications, and the Drawings pertaining to the Work to be done, all of
which have been examined by the undersigned.
3. Accompanying this Bid is a certified or cashier's check or standard Bid
bond in the sum of dj 491a ($
in accordance with the Invitation To Bid and
Instructions to Bidders.
4. The undersigned Bidder agrees to execute the Agreement and a Performance
Bond and a Payment Bond for the amount of the total of this Bid within
fifteen (15) calendar days from the date when the written notice of the
award of the contract is delivered to him at the address given on this Bid.
The name and address of the corporate surety with which the Bidder
proposes to furnish the specified performance and payment bonds is as
follows: HRH of Colorado, PO Box 469025, Denver, CO 80246-9025
5. All the various phases of Work enumerated in the Contract Documents with
their individual jobs and overhead, whether specifically mentioned,
included by implication or appurtenant thereto, are to be performed by the
CONTRACTOR under one of the items listed in the Bid Schedule, irrespective
of whether it is named in said list.
6. Payment for Work performed will be in accordance with the Bid Schedule or
Bid Schedules subject to changes as provided in the Contract Documents.
7. The undersigned Bidder hereby acknowledges receipt of Addenda No.
through 2
7/96 Section 00300 Page 1
July21, 1999
SSP 93
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
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.
S. Selection of Subcontractors, Procurement of Materials
and Leasing of Equipment: The contractor shall not discriminate
on the grounds of race, color, religion, sex, national origin, age or
disability In the selection and retention of subcontractors, including
procurement of materials and leases of equipment.
a. The contractor shall notify all potential subcontractors
and suppliers of his/her EEO obligations under this contract
b. Disadvantaged business enterprises (DBE), as defined in
49 CFR 23, shall have equal opportunity to compete for and
perform subcontracts which the contractor enters into pursuant to
this contract. The contractor will use his best efforts to solicit bids
from and to utilize DBE subcontractors or subcontractors with
meaningful minority group and female representation among their
employees. Contractors shall obtain lists of DBE construction
firms from SHA personnel.
c. The contractor will use his best efforts to ensure subcon-
tractor compliance with their EEO obligations.
9. Records and Reports: The contractor shall keep such
records as necessary to document compliance with the EEO
requirements. Such records shall be retained for a period of three
years following completion of the contract work and shall be
available at reasonable times and places for inspection by autho-
rized representatives of the SHA and the FHWA.
a. The records kept by the contractor shall document the
following:
(1) The number of minority and non -minority group
members and women employed in each work classification on the
project;
(2) The progress and efforts being made in cooperation
with unions, when applicable, to increase employment opportuni-
ties for minorities and women;
(3) The progress and efforts being made in locating,
hiring, training, qualifying, and upgrading minority and female
employees; and
(4) The progress and efforts being made in securing the
services of DBE subcontractors or subcontractors with meaningful
minority and female representation among their employees.
b. The contractors will submit an annual report to the SHA
each July for the duration of the project, Indicating the number of
minority, women, and non -minority group employees currently
engaged in each work classification required by the contract work.
This information is to be reported on Form FHWA-1391. If on -the -
job training is being required by special provision, the contractor
All be required to collect and report training data.
III. NONSEGREGATED FACILITIES
(Applicable to all Federal -aid construction contracts and to all
related subcontracts of $10,000 or more.)
a. By submission of this bid, the execution of this contract or
subcontract, or the consummation of this material supply agree-
ment or purchase order, as appropriate, the bidder, Federal -aid
construction contractor, subcontractor, material supplier, or
vendor, as appropriate, certifies that the fine does not maintain or
provide for its employees any segregated facilities at any of its
establishments, 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 fine 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
and the DOL poster (WH-1321) or Form FHWA-1495) shall be
posted at all times by the contractor and its subcontractors at the
site of the work In a prominent and accessible place where it can
be easily seen by the workers. For the purpose of this Section,
contributions made or costs reasonably anticipated for bona fide
fringe benefits under Section 1(b)(2) of the Davis -Bacon Act (40
U.S.C. 276a) on behalf of laborers or mechanics are considered
wages paid to such laborers or mechanics, subject to the provi-
sions of Section IV, paragraph 3b, hereof. Also, for the purpose of
this Section, regular contributions made or costs incurred for more
than a weekly period (but not less often than quarterly) under
plans, funds, or programs, which cover the particular weekly
period, are deemed to be constructively made or incurred during
such weekly period. Such laborers and mechanics shall be paid
the appropriate wage rate and fringe benefits on the wage
determination for the classification of work actually performed,
July 21, 1999
SSP 94
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION .CONTRACTS
without regard to skill, except as provided in paragraphs 4 and 5 of
this Section IV.
b. Laborers or mechanics performing work in more than one
classification may be compensated at the rate specified for each
classification for the time actually worked therein, provided, that
the employees payroll records accurately set forth the time spent
in each classification in which work is performed.
c. All rulings and Interpretations of the Davis -Bacon Act and
related acts contained in 29 CFR 1, 3, and 5 are herein Incorpo-
rated by reference in this contract.
2. Classification:
a. The SHA contracting officer shall require that any class of
laborers or mechanics employed under the contract, which is not
listed in the wage determination, shall be classified in
conformance with the wage determination.
b. The contracting officer shall approve an additional
classification, wage rate and fringe benefits only when the
following criteria have been met:
(1) the work to be performed by the additional classifi-
cation requested is not performed by a classification in the wage
determination;
(2) the additional classification is utilized In the area by
the construction industry;
(3) the proposed wage rate, including any bona fide
fringe benefits, bears a reasonable relationship to the wage rates
contained in the wage determination; and
(4) with respect to helpers, when such a classification
prevails in the area In which the work is performed.
c. If the contractor or subcontractors, as appropriate, the
laborers and mechanics (If known) to be employed in the addition-
al classification or their representatives, and the contracting officer
agree on the classification and wage rate (including the amount
designated for fringe benefits where appropriate), a report of the
action taken shall be sent by the contracting officer to the DOL,
Administrator of the Wage and Hour Division, Employment Stan-
dards Administration, Washington, D.C. 20210. The Wage and
Hour Administrator, or an authorized representative, will approve,
modify, or disapprove every additional classification action within
30 days of receipt and so advise the contracting officer or will
notify the contracting officer within the 30-day period that additional
time Is necessary.
d. In the event the contractor or subcontractors, as appro-
priate, the laborers or mechanics -to be employed in the additional
classification or their representatives, and the contracting officer
do not agree on the proposed ciassification 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 recommenda-
tion of the contracting officer, to the Wage and Hour Administrator
for determination. Sold Administrator, or an authorized represen-
tative, will issue a determination within 30 days of receipt and so
advise the contracting officer or will notify the contracting officer
within the 30-day period that additional time is necessary
e. The wage rate (including fringe benefits where appropri-
ate) determined pursuant to paragraph 2c or 2d of this Section IV
shall be paid to all workers performing work In the additional
classification from the first day on which work is performed in the
classification.
3. Payment of Fringe Benefits:
a. Whenever the minimum wage rate prescribed In the
contract for a class of laborers or mechanics includes a fringe
benefit which is not expressed as an hourly rate, the contractor or
subcontractors, as appropriate, shall either pay the benefit as
stated In the wage determination or shall pay another bona fide
fringe benefit or an hourly case equivalent thereof.
b. If the contractor or subcontractor, as appropriate, does
not make payments to a trustee or other third person, he/she may
consider as a part of the wages of any laborer or mechanic the
amount of any costs reasonably anticipated In providing bona fide
fringe benefits under a plan or program, provided, that the Secre-
tary of Labor has found, upon the written request of the contractor,
that the applicable standards of the Davis -Bacon Act have been
met The Secretary of Labor may require the contractor to set
aside in a separate account assets for the meeting of obligations
under the plan or program.
4. Apprentices and Trainees (Programs of the U.S. DOL)
and Helpers:
a. Apprentices:
(1) Apprentices will be permitted to work at less than
the predetermined rate for the work they performed when they are
employed pursuant to and Individually registered in a bona fide
apprenticeship program registered with the DOL, Employment and
Training Administration, Bureau of Apprenticeship and Training, or
with a State apprenticeship agency recognized by the Bureau, or If
a person is employed in his/her first 90 days of probationary
employment as an apprentice in such an apprenticeship program,
who Is not individually registered in the program, but who has been
certified by the Bureau of Apprenticeship and Training or a State
apprenticeship agency (where appropriate) to be eligible for
probationary employment as an apprentice.
(2) The allowable ratio of apprentices to journeyman -
level employees on the job site in any craft classification shall not
be greater than the ratio permitted to the contractor as to the entire
work force under the registered program. Any employee listed on
a payroll at an apprentice wage rate, Who Is not registered or
otherwise employed as stated above, shall be paid not less than
the applicable wage rate listed In the wage determination far the
classification of work actually performed. In addition, any appren-
tice performing work on the job site In excess of the ratio permitted
under the registered program shall be paid not less than the
applicable wage rate on the wage determination for the work
actually performed. Where a contractor or subcontractor is
performing construction on a project in a koallty 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 suboontracto'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 apprentce's level of
progress, expressed as a percentage of the joumeyman4avel
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
SSP 95
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
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 joumeyman-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 perform-
ing 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 lass than the rate
specified in the approved program for his/her level of progress,
expressed as a percentage of the joumeyman4evel 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 apprentic-
es and trainees to journeymen shall not be greater than permitted
by the terms of the particular program.
July 21, 1999
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,
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.)
6. Withholding:
I. Compliance with Copeland Regulations (29 CFR 3):
. SSP 96
REQUIRED CONTRACT PROVISIONS
FEDERAL-AiD CONSTRUCTION CONTRACTS
. 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
Appalachian contracts, the payroll records shall contain a notation
Indicating 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 commit-
ment 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 famish, 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 forth desired. Optional
Forth 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 hisRter 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;
July 21, 1999
(3) that each laborer or mechanic has been paid not less
that the applicable wage rate and fringe benefits or cash equiva-
lent 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 cartifica.
tlon set forth on the reverse side of Optional Form WH-347 shall
sad* 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-ald contracts on the National Highway
System, except those which provide solely for the Installation of
protective devices at railroad grade crossings, those which.are
constructed on a force account or direct. labor basis, highway
beautification contracts, and contracts for which the total final
construction cost for roadway and bridge is less than $1,000,000
(23 CFR 635) the contractor shall:
a. Become familiar with the list of specific materials and
supplies contained in Form FHWA-47, "Statement of Materials and
Labor Used by Contractor of Highway Construction Involving
Federal Funds' prior to the commencement of work under this
contract.
b. Maintain a record of the total cost of all materials and
supplies purchased for and Incorporated in the work, and also of
the quantities of those specific materials and supplies listed on
Forth FHWA-47, and In the units shown on Form FHWA-47.
c. Furnish, upon the completion of the contract, to the SHA
resident engineer on Form FHWA-47 together with the data
required in paragraph .lb relative to materials and supplies, a final
labor summary of all contract work indicating the total hours
worked and the total amount earned.
2. At the prime contractor's option, either a single report
covering all contract work or separate reports for the contractor
and for each subcontract shall be submitted.
VIL SUBLETTING OR ASSIGNING THE CONTRACT
1. The contractor shall perform with its own organization
contract work amounting to not lose 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 horns performed may be
deducted from the total original contract price before computing
SSP 97
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
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.
Vlll. 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
July 21, 1999
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-akl
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 o/ 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,
or materials furnished or to be /umished, In connection with the
construction of any highway or related project approved by the
Secretary of Transportation, or
Whoever knowingly makes any false statement or false repre-
sentation as to material fact in any statement, certificate, or report
submitted pursuant to provisions of the Federal -aid Roads Act
approved July 21, 1916, (39 Stat. 355), as amended and supple-
mented;
Shall be fined not more that $10,000 or imprisoned not more
than 5 years or both."
X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL
WATER POLLUTION CONTROL ACT
(Applicable to all Federal -aid construction contracts and to all
related subcontracts of $100,000 or more.)
By submission of this bid or the execution of this contract, or
subcontract, as appropriate, the bidder, Federal -aid construction
contractor, or subcontractor, as appropriate, will be deemed to
have stipulated as follows:
1. That any facility that is or will be utilized in the performance of
this contract, unless such contract Is exempt under the Clean Air
Act, as amended (42 U.S.C. 1857 of seg., as amended by Pub.L.
91-604), and under the Federal Water Pollution Control Act, as
amended (33 U.S.C. 1251 at sue., as amended by Pub.L. 92-500),
Executive Order 11738, and regulations in implementation thereof
(40 CFR 15) is not listed, on the data of contract award, on the
U.S. Environmental Protection Agency (EPA) List of Violating
Facilities pursuant to 40 CFR 15.20.
SSP 98
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
2. That the firm agrees to comply and remain In compliance with
all the requirements of Section 114 of the Clean Air Act and
Section 308 of the Federal Water Pollution Control Act and all
regulations and guidelines listed thereunder.
3. That the fine shall promptly nobly the SHA of the receipt of any
communication from the Director, Office of Federal Activities, EPA,
indicating that a facility that Is or will be utilized for the contract Is
under consideration to be listed on the EPA List of Violating
Facilities.
4. That the firm agrees to include or cause to be included the
requirements of paragraph 1 through 4 of this Section X In every
nonexempt subcontract, and further agrees to take such action as
the government may direct as a means of enforcing such require-
ments.
XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION,
INELIGIBILITY AND VOLUNTARY EXCLUSION
1. Instructions for Certification - Primary Covered Transac-
tions:
(Applicable to all Federal -aid contracts - 49 CFR 29)
a. By signing and submitting this proposal, the prospective
primary participant Is providing the certification set out below.
b. The inability of a person to provide the certification set
out below will not necessarily result in denial of participation in this
covered transaction. The prospective participant shall submit an
explanation of why It cannot provide the certification set out below.
The certification or explanation will be considered in connection
with the department or agencys determination whether to enter
Into this transaction. However, failure of the prospective primary
participant to furnish a certification or an explanation shall disquali-
fy such a person from participation in this transaction.
c. The certification In this clause is a material representation
of fad upon which reliance was placed when the department or
agency determined to enter Into this transaction. If it Is later
determined that the prospective primary participant knowingly
rendered an erroneous certification, in addition to other remedies
available to. the Federal Government, the department or agency
may terminate this transaction for cause of default.
d. The prospective primary participant shall provide immedi-
ate written notice to the department or agency to whom this
proposal is submitted If any time the prospective primary partici-
pant learns that its certification was erroneous when submitted or
has become erroneous by reason of changed circumstances.
e. The temps "covered transaction" "debarred' "suspend-
ed," 9neligible; "lower tier covered transaction; "participant,"
"person,* "primary covered transaction," "principal," "proposal;
and "voluntarily excluded; as used In this clause, have the
meanings set out In the Definitions and Coverage sections of rules
Implementing Executive Order 12549. You may contact the
department or agency to which this proposal Is submitted for
assistance in obtaining a copy of those regulations.
E The prospective primary participant agrees by submitting
this proposal that, should the proposed covered transaction be
entered Into, it shad not knowingly enter into any lower ter covered
transaction with a person who Is debarred, suspended, declared
ineligible, or voluntarily excluded from participation in this covered
transaction, unless authorized by the department or agency
entering Into this transaction.
g. The prospective primary participant further agrees by
submitting this proposal that it will include the clause tiled "Certifi-
cation Regarding Debarment, Suspension, Ineligibility and Volun-
July 21, 1999
tary Exclusion -Lower Tier Covered Transactlon," provided by the
department or agency entering into this covered transaction,
without modification, in all lower der covered transactions and In all
solicitations for lower ter covered transactions.
h. A participant in a covered transaction may rely upon a
certification of a prospective participant In a lower der covered
transaction that is not debarred, suspended, ineligible, or volun-
tarlly 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
nonprocurement portion of the "Lists of Parties Excluded From
Federal Procurement or Nonprocurement Programs" (Nonprocure-
ment List) which is compiled by the General Services Administre-
bon.
I. Nothing contained in the foregoing shall be construed to
require establishment of a system of records in order to render In
good faith the certification required by this clause. The knowledge
and Information of participant is not required to exceed that which
Is normally possessed by a prudent person in the ordinary course
of business dealings.
J. Except for transactions authorized under paragraph f of
these instructions, If a participant in a covered transaction
knowingly enters into a lower Car covered transaction with a
person who is suspended, debarred, ineligible, or voluntarily
excluded from participation in this transaction, In addition to other
remedies available to the Federal Government, the department or
agency may terminate this transaction for cause or default
Certification Regarding Debarment, Suspension, Ineligibility
and Voluntary Exclusion --Primary Covered Transactions
1. The prospective primary participant certifies to the best of Its
knowledge and belief, that It and its principals:
a. Are not presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from
covered transactions by any Federal department or agency;
b. Have not within a 3-year period preceding this proposal
been convicted of or had a civil Judgement rendered against them
for commission of fraud or a criminal offense in connection with
obtaining, attempting to obtain, or performing a public (Federal,
State or local) transaction or contract under a public transaction;
violation of Federal or State antitrust statutes or commission of
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
lb 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 defauiL
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.
July 21, 1999
SSP 99
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
2. Instructions for Certification - Lower Tier Covered
Transactions:
(Applicable to all subcontracts, purchase orders and other lower
Her 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 Her 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
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 Her participant agrees by submit-
fing this proposal that, should the proposed covered transaction be
entered into, it shall not knowingly enter Into any lower tier covered
transaction with a person who Is debarred, suspended, declared
ineligible, or voluntarily excluded from participation in this covered
transaction, unless authorized by the department or agency with
which this transaction originated.
f. The prospective tower Her participant further agrees by
submitting this proposal that it will include this clause titled
"Certification Regarding Debarment, Suspension, Ineligibility and
Voluntary Exclusion -tower 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 Her 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
Nonprocurement 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 Her 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 tler participant Is unable to
certify to any of the statements in this certification, such prospec-
five participant shall attach an explanation to this proposal.
XIL CERTIFICATION REGARDING USE OF CONTRACT FUNDS
FOR LOBBYING
(Applicable to all. Federal -aid construction contracts and to all
related subcontracts which exceed $100,000 - 49 CFR 20)
1. The prospective participant certifies, by signing and submit-
ting this bid or proposal, to the best of his or her knowledge and
belief, that
a. No Federal appropriated funds have been paid or will be
paid, by or on behalf of the undersigned, to any person for
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 falls 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.
January 17, 2003
-SSP 100-
SPECIAL NOTICE TO CONTRACTORS —
1. SCOPE
work or quantities are revised.
1.1 It is the intent of this chapter to provide
3.2 At the completion of the project, the —
guidelines to the Contractor or Sub-
Contractor shall furnish the Engineer with a
Contractor, so that they can properly present
completed CDOT Form #250 - Materials
their materials for inclusion at the
Documentation Record listing items utilized —
construction project.
to construct the project and the approximate
quantity of each item.
1.2 The Contractor shall follow the procedures
listed below to ensure the proper inspection,
4. BUY AMERICA REQUIREMENTS.
sampling, testing and certification of
materials and products incorporated into all
4.1 In accordance with Subsection 106.08 of the
construction projects.
Standard Specifications and as referenced in —
23 CFR 635.410:
1.3 The words "Prequalification of Bidders"
(102.01 Standard Specifications) has
A. All manufacturing processes, including —
occasionally been confused with
the application of a coating, for all steel
"Prequalification of Manufacturers / Supplier"
products and all iron products
or with "Pre -Approval of Products or
permanently incorporated in the work
Materials". These terms are not
_
shall have -occurred in the United States
interchangeable.
of America.
1.4 Two information sources that can provide
B. The Contractor shall provide a
assistance and clarification are: Business
certification by each supplier, distributor,
Center - Project Bidding
fabricator, and manufacturer that has
(http://www.dot.state.co.us/BusinessCenter/
handled the steel or iron product,
Bidding/) and Design Support — Manuals
including the application of coating. -'
(http://www.dot.state.co.us/DevelopProjects/
DesignSupport/).
C. These certifications shall create a chain
of custody, and the lack of these —
2. PROVIDE NOTIFICATION OF MATERIALS
certifications will be justification for
SOURCES AND SUPPLIERS.
rejection of the steel or iron product.
2.1 In accordance with subsection 106.01 of the
D. Upon completion of the project, the —
Standard Specifications:
Contractor shall certify in writing their
compliance with this requirement. (An
The Contractor shall submit a list of material
example of what is required on a —
sources and suppliers to the Engineer. The
Certificate of Contractor's Compliance to
list shall include company name and
Buy America is on page 9 of this
address, item to be supplied, and contact
chapter. An original signature is
person where material can be Inspected.
required on the Certificate for the Project "-
Files.
3. DESIGN/BUILD PROJECTS - MATERIALS
DOCUMENTATION RECORD, CDOT
_
FORM #250
3.1 Two weeks before construction of any —
element of work, the Contractor shall furnish
the Engineer a schedule of items and
approximate quantities to be incorporated —
Into the project. This information is to
include the item of work with location and
dates. The Contractor shall immediately
notify the Engineer, in writing, if the items of —
-SSP 101-
SPECIAL NOTICE TO CONTRACTORS
5. DESIGNATED PRODUCTS AND
ASSEMBLIES.
5.1 The majority of materials submitted for
inclusion on CDOT projects will fall within
one of four levels of product acceptance for
the their sampling and testing. CDOT
always retains the right through its Quality
Assurance (QA) Program to obtain samples
for additional testing and require
supplemental documentation.
5.2 If the material or product is not referenced
within the four levels of product acceptance
then the materials or products must be
fabricated or supplied in accordance with the
requirements of the applicable Colorado
Department of Transportation specifications,
plans, and standards. Examples of materials
and products not found in the following four
levels are Aggregate Base Course, Hot
Bituminous Pavement, and Concrete.
A. PRE -INSPECTED:
Pre -Inspection is when representatives from
the Colorado Department of Transportation
visit a manufacturer's facility to perform an
initial review of the company's quality control
plan and employee certifications, as well as
subsequent inspection visitations during the
manufacturing of the product. Inspection
arrangements should be made by contacting
the CDOT Staff Bridge Fabrication
Inspectors at (303) 757-9192 a minimum of
10 days prior to the beginning of fabrication.
Failure to give notification may result in
delays to the project and/or rejection of
materials or products.
Note 1: Bearing Devices and Expansion
Devices are inspected randomly at the
discretion of the Bridge Design and
Management Branch.
Products needing Pre -Inspection:
Bearing Devices (Type III) - Bridge"
Expansion Device - BridgeA
(0-6", through, 0-24")
Prestressed Concrete Units - Bridge"
Structural Steel - BridgeA
B. CERTIFIED TEST REPORT (CTR):
January 17, 2003
The Certified Test Report level of acceptance is
when a manufacturer is required to submit actual
test results performed on the material being
provided. A CTR shall contain the actual results
of tests for the chemical analysis, heat treatment,
and/or mechanical properties of the drawing
and/or specification. The contract will designate
products and assemblies that can be
incorporated in the work, if accompanied by
Certified Test Reports. The word preceding the
Test Report may vary between different
industries, such as Certified, Mill, Metallurgical,
Laboratory.
In accordance with Subsection 106.10 of the
Standard Specifications and the requirements of
this document, the report shall include:
1) The Department's project number
2) Manufacturer's name
3) Address of manufacturing facility
4) Laboratory name & address
5) Name of product or assembly
6) Complete description of the material
7) Model, catalog, stock no. (if applicable)
8) Lot, heat, or batch number identifying the
material delivered
9) Date(s) of the laboratory testing
10) All test results are required to verify that the
material furnished conforms to all applicable
Department specifications. Test results shall
be from tests conducted on samples taken
from the same lot, heat, or batch.
The Certified Test Reports must be an original
document, not a facsimile, with an original
signature (including corporate title) by a person
having legal authority to act for the manufacturer
or the independent testing laboratory. It shall
state 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. 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. Products or
assemblies furnished on the basis of CTRs may
be sampled and tested by the Department. If it is
determined that the material does not meet the
applicable specifications, the material may be
rejected or may be accepted according to
Subsection 105.03 of the Standard
January17, 2003
-SSP 102-
SPECIAL NOTICE TO CONTRACTORS
Specifications. (An example of what is required
on a Certified Test Report is on page 10 of this
chapter.)
Below is a partial list of products or categories
that require a Certified Test Report:
Bearing Devices (Type III) - Bridge"
Cribbing
Mechanical Fasteners (Field) A
Glass Beads (for pavement marking)
Overhead Sign Structures A
Top Soil
Traffic Signal Structures A
Pavement Marking Paint
Epoxy Pavement Marking Material
C. CERTIFICATE OF COMPLIANCE (COC):
The Certificate of Compliance level of
acceptance is when a manufacturer is required
to submit a document certifying that the material
being provided meets all required Department
specifications. A COC shall contain a reference
to the actual tests for the chemical analysis, heat
treatment, and/or mechanical properties of the
drawing and/or specification. The contract will
designate products and assemblies that can be
incorporated in the work, If accompanied by
Certificates of Compliance.
In accordance with Subsection 106.09 of the
Standard Specifications and the requirements of
this document, the certificate shall include:
1) The Department's project number
2) Manufacturer's name
3) .Address of manufacturing facility
4) Laboratory name & address
5) Name of product or assembly
6) Complete description of the material
7) Model, catalog, stock no. (if applicable)
6) Lot, heat, or batch number identifying
the material delivered
9) Date(s) of the laboratory testing
10) Listing of all applicable specifications
required by the Department for this
particular product or assembly.
Certificates shall reference the actual
tests conducted on samples taken from
the same lot, heat, or batch.
The Certificate of Compliance must be an
original document, not a facsimile, with an
original signature (including corporate title) by a
person having legal authority to act for the
manufacturer. It shall state that the product or
assembly to be incorporated into the project has
been sampled and tested, and the samples have
passed all specified tests. 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.
Products or assemblies furnished on the basis of
COCs may be sampled and tested by the
Department. If it is determined that the material
does not meet the applicable specifications, the
material may be rejected or may be accepted
according to Subsection 105.03 of the Standard
Specifications. (An example of what is required
on a Certificate of Compliance is on page 11 of
this chapter.)
Below is a partial list of products or categories
that require a Certificate of Compliance:
Note 2: If the Plans do not specifically reference
a Certified Test Report (Mill Test Report) and the
product category is not depicted on the Approved
Products List within the Pre -Approved level of
acceptance, then a COC will be required.
Bearing Devices (Type 1,11, IV and V AB
Bridge Deck Forms, Permanent Steel A
Bridge Rail, Steel A
Concrete Box Culverts, Precast
Dampproofing, Asphalt
Dust Palliative - Asphaltic - Magnesium
Chloride
Emulsified Asphalt for Tack Coat
Erosion Bales o
Expansion Joint Material, Preformed
Filler
Flumes (all types)
Gabions and Slope Mattress
Gaskets
Guard Rail - End Anchors
Guard Rail Metal A
Guard Rail Posts - Metal A
Guard Rail - Precast
Guard Rail Posts - Timber Blocks and
Posts A
Hay
Headgates
Inlets, Grates and Frames (Prefab)
Interior Insulation
Lighting
Light Standards, High Mast
Light Standards, Metal
Luminaires (Inclusive)
SECTION 00330
BID SCHEDULE - Addendum No. 2
SH 287 and LAKE STREET - MEDIAN IMPROVEMENTS
City of Fort Collins Bid No. 5866
CDOT Project No. SHE 2873-128 (14591)
Item No.
Description
Unit
Estimated
Quantity
Unit Cost
Item Total
202.01
Removal of Concrete Median Cover
SY
83
202.02
Removal of Wood Mulch
SY
100
202.03
Removal of Curb and Gutter
LF
573
202.04
Removal of Asphalt Mat
SY
534
203.01
Unclassified Excavation (CIP)
CY
66
203.02
Borrow (CIP) (Special)
CY
173
207.01
Topsoil (Special)
CY
7.5
208.01
Concrete Washout Structure
EA
1
213.01
Mulch (wood chip)
CF
1,656
214.01
Deciduous Tree (2" Caliper)
EA
5
306.01
Reconditioning
SY
198
420.01
Geotextile (Weed Barrier)
SY
552
609.01
Curb Type 2 (Section B)
LF
709
623.01
Median Irrigation
LS
1
626.01
Mobilization
LS
1
630.01
Construction Zone Traffic Control
LS
1
Total Bid
Signed
Company
Check One:
Individual Doing Business in Company Name
Corporation
Partnership
Address
Phone/Fax
TLM Constructors, Inc.
CONTRACTOX
BY: ZkOk
Aaron L. Mills, Vice President
ADDRESS: PO Box 336638
Greeley, CO 80633-0611
8. BID SCHEDULE (Base Bid)
SH 287 and LAKE STREET - MEDIAN IMPROVEMENTS
City of Fort Collins Bid No.
CDOT Project No. SHE 2873-128 (14591)
Item No.
Description
Unit
Estimated
Quantity
Unit
Cost
Item Total
202.01
Removal of Concrete Median Cover
SY
83
202.02
Removal of Wood Mulch
SY
100
202.03
Removal of Curb and Gutter
LF
573
202.04
Removal of Asphalt Mat
SY
534
203.01
Unclassified Excavation (CIP)
CY
66
203.02
Borrow (CIP) (Special)
CY
173
207.01
Topsoil (Special)
CY
7.5
208.01
Concrete Washout Structure
EA
1
213.01
Mulch (wood chip)
CF
1,656
214.01
Deciduous Tree (2" Caliper)
EA
6
306.01
Reconditioning
SY
198
420.01
Geotextile (Weed Barrier)
SY
552
609.01
Curb Type 2 (Section B)
LF
709
626.01
Mobilization
LS
1
630.01
Construction Zone Traffic Control
LS
1
Total Bid
7/96
Section 00300 Page 2
January 17, 2003
-SSP 103-
SPECIAL NOTICE TO CONTRACTORS
Manholes, Rings and Covers (Prefab) B A Certified Test Report(s) on
MC-70 - Prime Coat (Liquid Asphalt) components must accompany the
MSE Wall - ElementsA. material or product.
Pedestrian Bridge A
Piling A c A Certified Test Report shall be
Pipes - all material compositions included.
Rest Area Materials
Seed c
Sign Panels
Sprinkler System(s)
Steel Sign Posts
Structural Plate Structures A
Structural Steel Galvanized A
Steel Sheet Piling A
Straw c
Treated Timber
Wood Cellulose Mulch
D. PRE -APPROVED:
The Pre -Approved level of acceptance is when a
manufacturer is required to submit all relevant
documentation on their product in advance of
any specific project. A primary requirement to be
considered for the Approved Products List (APL)
is that the material retains a very high level of
uniformity and consistency in its production
quality.
The submittal of Certified Test Reports,
Certificates of Compliance, product literature,
etc., as well as product samples for evaluation
combine all previous levels of acceptance into
one.
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. For
additional information on the APL or the web site
contact the Product Evaluation Coordinator
within the Central Laboratory at 303-757-9421.
Note 3: Web Site Address, Internal to CDOT:
http://internal/infoexchg/organizations.htm
Web Site Address, External to CDOT:
http://www.dot.state.co.us/APU
Note 4: A A Mill Test Report shall be included.
c The Contractor may obtain a current
list of Weed Free Forage Crop
Producers by contacting the
Colorado Department of Agriculture
at (303) 239-4149.
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 that the listed products have been
tested, evaluated, and/or examined under CDOT
standards, and were found to be acceptable to
be used in CDOT projects. The product shall be
removed from the APL if Product Performance
comments indicate field performance that is
unacceptable to CDOT quality standards or if the
product varies from the data as originally
submitted. Additional disclaimer information can
be found within the APL web site.
COLORADO DEPARTMENT OF TRANSPORTATION
CERTIFICATION 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 by the 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 filed 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
(757) 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 ❑ 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.
declare under penalty of per]ury 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.
Company
❑ bidder ❑ proposed subcontractor
By:
Title:
Date:
CDOT Form #34T J W
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 any 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 prime 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 fraudulent
as a
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.
Contractces I = or company name
By
Dele
T01e
2nd comradoes firm or company name. (If Joint verdure.)
By
Dale
Tito
Sword to before me this day of, 20
Notary Public
My commission e)ires
NOTE: This document must be signed In Ink.
CDOT Form M08 1102
COLORADO DEPARTMENT OF TRANSPORTATION PROJECT NO.
ASSIGNMENT OF ANTITRUST CLAIMS
Contractor and Colorado Department of Transportation (CDOT) 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:
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 shall 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 party 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 notified 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.
I, acting in my capacity as officer of a bidder (bidders if a joint venture) do agree to the above assignment of
antitrust claims.
True
Date
Date
CDOT Form A821 1W91
COLORADO DEPARTMENTOF TRANSPORTATION Project#
UNDERUTILIZED DBE BID
CONDITIONS ASSURANCE Location
Instructions: Contractor - Comolete and submit this form with vour bid. Renort only Undantfili7Pd r)Rf= it IMP) nnrtiAnn-
tion which qualifies under the contract goal specification for this project.
POLICY
It is the policy of the Colorado Department of Transportation that underutilized disadvantaged business enterprises have
maximum opportunity to participate in the performance of contracts financed with federal, state or local entity funds.
INTENDED UNDERUTILIZED DBE PARTICIPATION
1) Will your company's intended Underutilized DBE (UDBE) participation meet contract goals? ❑ yes ❑ no
Meets contract goals
2) Total intended Underutilized DBE (UDBE) participation: 0/6❑ yes ❑ no
3) List the UDBE firms you intend to use for your UDBE participation
Name of UDBE firm(s) Certification Intended item(s)
expiration date of work
I understand that, if my company is determined to be the low bidder for the contract on this product, I must submit a
completed CDOT Form #715 CERTIFICATION OF UNDERUTILIZED 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 PENALITY 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
Previous ednlone are obsolete and may not be used CDOT Form #714 6/02
SECTION 00330
BID SCHEDULE - Addendum No. 2
SH 287 and LAKE STREET - MEDIAN IMPROVEMENTS
City of Fort Collins Bid No. 5866
CDOT Project No. SHE 2873-128 (14591)
Item No.
Description
Unit
Estimated
Quanti
Unit Cost
Item Total
202.01
Removal of Concrete Median Cover
SY
83
0
202.02
Removal of Wood Mulch
SY
100
M oe
202.03
Removal of Curb and Gutter
LF
573�a
�--
202.04
Removal of Asphalt Mat
SY
534
V
203.01
Unclassified Excavation (CIP)
CY
66
a3 �^
�r�8
203.02
Borrow (CIP) (Special)
CY
173
�: i
207.01
Topsoil (Special)
CY
7.5
208.01
Concrete Washout Structure
EA
1
>� DO do
213.01
Mulch (wood chip)
CF
1,656
AE
214.01
Deciduous Tree (2" Caliper)
EA
5
340 gP
/ SOD
306.01
Reconditioning
SY
198
/JW
78 dd
420.01
Geotextile (Weed Barrier)
SY
652
43
609.01
Curb Type 2 (Section B)
LF
709
/9.W
/3
623.01
Median Irrigations NT s
LS
18�lQ
/it8Jt0
626.01
Mobilization F7116Ti101As W pOLI
LS
1
.S��D�
5 DOOM°
630.01
Construction Zone Traffic Controi
LS
1
���
Aaron L. Mills, Vice President
Company TLM CONSTRUCTORS, INC.
Check One:
Individual Doing Business in Company Name
x Corporation
Partnership
Greeley, CO 80633-0611
Phone/Fax 970-346-8323/970-346-8324
Signed Address 1 0 1 3 3 7 t h Ave C t a 2 0 2
Aaron L. Mills, Vice President Greeley, CO 80634
Company TLM Constructors, Inc. Phone/Fax 970-346-8323 / 970-346-8324
Check
One:
Individual Doing Business in Company Name
x Corporation
Partnership
9. PRICES
The foregoing prices shall include all labor, materials, transportation,
shoring, removal, dewatering, overhead, profit, insurance, etc., to cover
the complete Work in place of the several kinds called for.
Bidder acknowledges that the OWNER has the right to delete items in the Bid
or change quantities at his sole discretion without affecting the Agreement
or prices of any item so long as the deletion or change does not exceed
twenty-five percent (25%) of the total Agreement Price.
RESPECT F LY SUBMITTED:
06/30/04
Signature Aaron L. Mills Date
Vice President
Title
License Number (If Applicable)
(Seal - if B' is by corporation)
Attest:
q d5t;)�
Ryan C. Mills
Address 1013 37th Ave Ct. #202
Greeley, CO 80634
Telephone 970-346-8323
7/96 Section 00300 Page 3
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410Bid Bond
00420Statement of Bidder's Qualifications
00430Schedule of Subcontractors
7/96 Section 00410 Page 1
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS
TLM* as Principal, and Employers Mutual Ca
Surety, are hereby held and firmly bound unto the
as OWNER, in the sum of** $--------- 5y-------- for
truly to be made, we hereby jointly and severally
assigns.
that we, the undersigned
sualty Company as
City of Fort Collins, Colorado,
the payment of which, well and
bind ourselves, successors, and
THE CONDITION of this obligation is such that whereas the Principal has
submitted to the City of Fort Collins, Colorado the accompanying Bid and hereby
made a part hereof to enter into•a Construction Agreement for the construction of
Fort Collins Project, SH 267 & LAKE STREET MEDIAN IMPROVEMENTS; BID NO. 5B66.
NOW THEREFORE,
(a) If said Bid shall be rejected, or
(b) If said Bid shall be accepted and the Principal shall execute and deliver a
Contract in the form of Contract attached hereto (properly completed in
accordance with said Sid) and shall furnish a BOND for his faithful
performance of said Contract, and for payment of all persons performing
labor or furnishing materials in connection therewith, and shall in all
other respects perform the Agreement created by the acceptance of said Bid,
then this obligation shall be void; otherwise the same shall remain in
force and effect, it being .expressly understood and agreed 'that the
liability of the Surety for any and all claims hereunder, shall, in no
event, exceed the penal amount of this obligation as here.i'o stated.
The Surety, for value received, hereby stipulates and agrees that the obligations
of said Surety and its BOND shall be in no way impaired or affected by any
extension of the time within which the OWNER may accept such Bid; and said Surety
does hereby waive notice of any such extension.
Surety Companies executing bonds must be authorized to transact business in the
State of Colorado and be accepted by the OWNER.
*Constructors, Inc.
**Five Percent of Total Amount Bid
7/96 Section 00410 Page 2
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands
and seals this 30th day of June , 2004, and such of them as are
corporations have caused their corporate seals to be hereto affixed and these
presents to be signed by their proper officers, the day and year first set forth
above.
PRINCIPAL
Name:SLM Constructors, Inc.
Address•1013 37th Ave. Ct., Suite 202
Greeley, Colorado 80633 _
By:
Title:
ATTEST: +�
By: 1
Ryan C. Mills, Asst. Secretary
(SEAL)
7/96 *- HRHO
hitb rogat 6 hobbs"
HRH of Colorado
P.O. Box 469025
Denver, CO 80246-9025
m 303-722-7776
® 303-722-8862
SURETY
Employers Mutual Casualty Company
P.O. Box 370010
Denve Colorado 80237
By:
Pamela J UHansen
Title: Attorney -In -Fact
(SEAL)
Section 00410 Page 3
No Text
SECTION 00420
STATEMENT OF BIDDER'S QUALIFICATIONS
All questions must be answered and the data given must be clear and
comprehensive. This statement must be notarized. If necessary, questions may be
answered on separate attached sheets. The Bidder may submit any additional
information he desires.
1. Name of Bidder: TLM Constructors, Inc.
2. Permanent main office address: 1013 37th Ave. Ct. 0202 Greeley,CO
3. When organized: 03/01/1992
4. If a corporation, where incorporated: 12/91
5. How many years have you been engaged in the contracting business under your
present firm or trade name? 12 years
6. Contracts on hand: (Schedule these, showing the amount of each contract and
the appropriate anticipated dates of completion.)
Interstate 25 $921,507.00 Unkown date of completion
ln+ar<+atP 70 64,370.40 Four year open contract
SH 257 62,847.50 July 2004
7. General character of Work performed by your company:
General contracting/asphat-concrete-aggregates/highway
structures
8. Have you ever failed to complete any Work awarded to you? No
If so, where and why?
9. Have your ever defaulted on a contract? No
If so, where and why?
10. Are you debarred by any government agency? No
If yes list agency name.
7/96 Section 00420 Page 1
11. List the more important projects recently completed by your company,
stating the approximate cost of each, and the month and year completed,
location and type of construction.
Interstate 25 953 205.65 1 2 / 0 3 Slab Replacement
SH 14, 6 r I g g s d a I e 263,953.44 1 2 / 0 3 Street Improvements
Home Supply Ditch 223,466.47 04/04 Box Culver+
12. List your major equipment available for this contract.
Please see attached'
13. Experience in construction Work similar in importance to this
project:
Please see attached
14. Background and experience of the principal members of your organization,
including officers:
Please see attached
15. Credit available: $ 400,000.00
16. Bank reference: Colorado Bank & Trust
17. Will you, upon request, fill out a detailed financial statement and furnish
any other information that may be required by the OWNER?
Yes
18. Are you licensed as a General CONTRACTOR? Yes
If yes, in what city, county and state? Colorado What
class, license and numbers? 05-37677
19.
Do you anticipate subcontracting Work under this Contract? Yes
If yes, what percent of total contract?
and to whom?
20. Are any lawsuits pending against you or your firm at this time? No
If yes,
DETAIL
7/96 Section 00420 Page 2
21. What are the limits of your public liability? DETAIL
2,000,000.00
What company? HRH of Colorado
22. What are your company's bonding limitations? 5,000,000.00
23. The undersigned hereby authorizes and requests any person, firm or
corporation to furnish any information requested by the OWNER in
verification of the recital comprising this Statement of Bidder's
Qualifications.
Dated at"eythis 30 day of June 2004.
TLM CName o
By:
Aaron L. Mills
Title: Vice President
State of Colorado
County of Weld
Aaron L. Mills being duly sworn deposes and says that he is
Vice President of TLM Constructors, Inc. and that
(name of organization)
the answers to the foregoing questions and all statements therein contained are
true and correct.
Subscribed and sworn to before me this 3 0 t h day of
June 20 04
Notary Public
Michelle R. Darnell
Office Manager
My commission expires 10/23/2006
7/96 Section 00420 Page 3
Federal Aid Project # SHE 2873-128
Project Code # 14591
REVISION OF SECTION 623
IRRIGATION SYSTEM
Delete Section 623 of the Standard Specifications and replace with the following:
SECTION 02810 — IRRIGATION
PART-1 GENERAL
1.01 Section Includes:
A. Furnish labor, materials, supplies, equipment, tools, transportation, and perform operations in
connection with and reasonably incidental to complete installation of the irrigation system, and
guarantee/warranty as shown on the drawings and as specified herein.
1.02 Related Work:
B. Refer to System Plans and Installation Detail drawings.
1.03 Submittals:
A. Materials List:: Submit materials list for all components to be used in the irrigation system
B. Weekly redline drawings of changes made in irrigation system installation from those on construction
plans and drawings.
1.04 Handling and Storage:
A. Protect materials used for construction from damage, deterioration, sun exposure, or loss while in
storage and during construction.
1.05 Reviews:
A. Reviews of the irrigation installation will be ongoing during the contract. Reviews shall be made of
irrigation mainline, lateral, head, valve and other equipment locations prior to installation.
B. Review of head coverage as zones are completed will be ongoing. Any changes of head locations or
nozzeling shall be completed immediately.
C. Other reviews shall take place as outlined under Execution.
D. Submit redline installation drawings with changes made in installation from those on plans every week
to Owner representative and/or General Contractor.
1.06 Environmental Condition:
A. Irrigation installation shall be only when weather and soil conditions permit and in accordance with
locally accepted practices, and as reviewed by the owner's representative.
1.07 Guarantee/Warranty and Replacement:
The purpose of this guarantee/warranty is to insure that the Owner receives materials of prime quality,
installed and maintained in a thorough and careful manner.
A. Guarantee/warranty materials and workmanship against defects due to any cause for a period of two
years from the date of final acceptance of all work.
COLLEGE & LAKE INTERSECTION SECTION 02810 - IRRIGATION
Page 1 of 6
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors
performing over 15% of the contract.
SUBCONTRACTOR
7/96 Section 00430 Page 1
COLORADO DEPARTMENT OF TRANSPORTATION
CERTIFICATION OF EEO COMPLIANCE
Instructions: Bidders and subcontractors must complete and submit this form with bid proposals for federally funded contracts
greater than $10,000. This is required by the 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 filed 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
(757)461-1213
1. M Yes ❑ No I have developed and have on file at each establishment an affirmative action program as
required by 41CFR Chapter 60, Part 60-2.
2. 0 Yes ❑ No I have participated in a previous contract/subcontract subject to the equal opportunity
clause.
3. ® Yes ❑ 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.
Company
TL CONSTRUCTORS, INC® bidder ❑ proposed subcontractor
.
By: �,
Title:
Date:
Aaron L. MlIIs, Vice President
06/30/04
COOT Fotm #347 11194
COLORADO DEPARTMENT OF TRANSPORTATION
PROJECT NO.
5 8 6 6
ANTI -COLLUSION AFFIDAVIT
LocnTioN S H 2 8 7 8 Lake Street
Fort Collins, CO
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 any 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 prime bidder on this project, and will not be so disclosed prior to bid opening.
28. 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.
Contractors firm or company name
By
Date
6/30/04
TLM CONSTRUCTORS, INC.
Title Aaron L. Mills
Vice President
2nd contractor's firm or company name. (if joint venture.)
By
Date
7111e
Sworn to before me this 3 0 t h day of, .1 u n e 2004
Notary Public
Michelle R. Darnekiffl r
My commission expires
10/23/2006
NOTE: This document must be signed In Ink.
CDOT Form xe06 1102
COLORADO DEPARTMENT OF TRANSPORTATION PROJECT NO.
ASSIGNMENT OF ANTITRUST CLAIMS 5 8 66
Contractor and Colorado Department of Transportation (CDOT) 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 shall 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 party 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 notified 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.
I, acting in my capacity as officer of a bidder (bidders if a joint venture) do agree to the above assignment of
antitrust claims.
rM or company name
TLM Constructors, Inc.
or company name. (If Idol venture.)
Aaron. L. Mills, Vice President
CDOT Form #621 12191
COLORADO DEPARTMENT OF TRANSPORTATION Project #
UNDERUTILIZED DBE BID 5 8 6 6
Location
CONDITIONS ASSURANCE SH 287 8 Lake Street, Ft. Col i ins, c
Instructions: Contractor - Complete and submit this form with your bid. Report only Underutilized DBE (UDBE) participa-
tion which qualifies under the contract goal specification for this project.
POLICY
It is the policy of the Colorado Department of Transportation that underutilized disadvantaged business enterprises have
maximum opportunity to participate in the performance of contracts financed with federal, state or local entity funds.
INTENDED UNDERUTILIZED DBE PARTICIPATION
1) Will your company's intended Underutilized DBE (UDBE) participation meet contract goals? f3. yes ❑ no
77 CC Meets contract goals
2) Total intended Underutilized DBE (UDBE) participation: �% ❑ yes ❑ no
3) List the UDBE firms you intend to use for your UDBE participation
Name of UDBE firm(s) Certification Intended item(s)
expiration date of work
rc Cahn o _
I understand that, if my company is determined to be the low bidder for the contract on this product, I must submit a
completed CDOT Form #715 CERTIFICATION OF UNDERUTILIZED 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 PENALITY 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
TLM Constructors, Inc.
6130104
Company off signature
Title Aaron L . Mil l s
Vice President
Previous editions are obsolete and may not be used CDOT Form #714a 6/02
TLM CONSTRUCTORS, INC.
FLEET NO.1115 OCT.
6N/2004
UNIT
DESCRIPTION
SERIAL NUMBER
LIC.#
11
12000 GMC YUKON TERRY
1GKEK63R5YR213051
481BCS
2
2000 FORD F150 PICKUP RYAN
1FTRX18L8YKB07367
476APR
_ 3
2001 GMC YUKON AARON
iGKEK13T41R223977
10
1997 DODGE 4X4 PU SHOP
IB7KF26Z9VJ512463
1124815A
11
1997 DODGE 4X4 PU ERIC
IB7KF26ZOVJ512464
11249PA
12
1997 CHEVY 4X4 PU (LANCE)
iGCEK14R5VZ205508
11812PA
13
1996 FORD F250 PICKUP SHOP
IFTHF26H1TEB65055
12355PA
14
_
1999 FORD F550HD PICKUP SHOP
1FDAF56FOXEB27514
13197PA
15
1999 FORD F250 PICKUP(VIC)
1FTNF21L4XEA39602
13429PA
16
1999 FORD F250 PICKUP TOM
iFTNF21L8XED06062
13608PA
17
_
1999 FORD F 250 PICKUP DAVE
1FTNF2ILXXED06063
13607PA
16
_
1999 FORD F250 PICKUP CHARLIE
1FTNF2ILXXEE99735
14328PA
19
2000 FORD F55OHD PICKUP(ROSS)
-PICKUP
1FOAF56F1YED97112
475APR
_
20
2001 FORD F256S (HARLEY)
1FTNF211-91EA41868
128BIH
_
_ 21
2001 FORD F350 PICKUP(SCOOBY)
1FDWF36FI IEC24660
479DAW
_
22
2002 FORD F450 PICKUP(DUSTIN)
1FDXF46F92ED37509
23
1992 CHEV 1 TON(SHOP)
1GBJC34NONE229747
7311PA
_ 241
2002 FORD F550 PICKUP SCOTT G
1FDWF36F72EA4833
251
2002 FORD F350 PICKUP SAM TROTTER
'I FDAF56F92EA46746
32
1995 CHEV 1 TON (SHOP)
1GBHC34NXSE133425
09555PA
331
1995 CHEV 1 TON (SHOP)
1GBJC34N5SE183196
10057PA
351
1996 CHEV 1 TON UTILITY TRUCK SHOP
1GBKC34JOTJ110599 -
10972PA
90
1965 INTERNATIONAL 656 TRACTOR
23666
91
OLIVER DISC
100
1969 CLARKLIFT FORKLIFT
1T5811362189
101
1994 CAT FORKLIFT I
31AO2215
103
2002 INGERSOL RAND AIR COMPRESS
AFVCABAA43U332441
104
1996 INGERSOLL RAND AIR COMPRESS
268886UIH3271
293 AVG
_
105
11994 AIR COMPRESSOR
24726UFE327
I
PA00453
106
1996 GORMAN RUPP 4" PUMP
1083943
K068002
107
1989 ING RAND AIR COMPRESSOR 185C
_
180908UB9329
PA00480
109
1981 MUTH 2 AXLE TRAILER
ID93336 COLO
K64386
110
2003 I-R PORTABLE LIGHT TOWER
FC335132
111
1997 STEPP OIL KETTLE
SOJK25085
PA00523
_
112
1998 STEPP OIL KETTLE
OJK250D
114
1997 GOOSENECK TRAILER
IC9GS252XVA634085
K068113
1151
1999 CIRCLE M GOOSENECK
1C9GS2529XA634114
K068966
116
L
1992 PJ CAR TRAILER
4P5CF1823N1112337
N973616
1984 ELDER FIELD LAB
482559
K64388
wil
1996 DCA70 GENERATOR
7300052 GR)
ancouiaoarcaza�ealrrsl
119BEF
1991 PORTABLE LIGHT TOWER
191929U91825
PA00503
1201
1980 LINCOLN WELDER
9UWA99053OLM
PAO367
121
1990 I-R PORT.4 LIGHT TOWER
9001D0645
PA00478
1961 BROWN VAN
S614809
K64389
1970 FRUEHAUF VAN
FWJ375104
IK64717
1968 BRO TRAILER
M687241
K066655
125
2000 FONTAINE LOWBOY
4LF48533OY3508810
1261
1951 ASPHALT TANK FRUEHAUF
TD8026
K64390
127
1989 UTILITY HI FLOAT TRAILER
1 UYFS2488KA181301
K067813
128
1979 LOWBOY LOADKING TRAILER
7793
K068850
129
1980 LOAD KING LOWBOY
8954
K64392
1979 ELDER FIELD LAB I
PT6621
K64393
DELUX CARHAUL TRAILER
61109
1321
11993 RANCO BOTTOM DUMP
1 R913SE502PL008968
K066725
133
2002 MIDLAND BELLY DUMPS
2MFB284C22R001754
1341
12002 MIDLAND BELLY DUMPS
2MFB2S4C42R001755
135
2003 CARSON FLATBED TRAILER
SJ3HD18263A012582
136
1970 FRUEHAUF TANKER
OMM509304 I
K63535
137
2000 TRANSCRAFT TRAILER
1TTF48204YI064661
1994 WELLS CARGO TR. single
1WC200E12R4017847
K066369
1993 WELLS CARGO TF1 tandem
1 WC20OG23P4014121
K066371
142
1997 YELLOW CURE SPRAYER
TLMi42
PA00501
143
1997 SILICONE PUMP F
TLM143
PA00502
144
1974 3 AXLE TRAILERW/ SPRAYER HOM
ID92661COL0
_
I
K068891
150
2000 VERMEER E550 POTHOLER
1VRT20294Y1000124
1964 BROWN VAN
1999 FIELD OFFICE PACVAN
546999
417BEF
1985 TIMPTE VAN TRAILER
J2801-4-FBO61628
050daz
1988 STRICK VAN TRAILER
1S1 I S8283JG301896
049daz
1999 FIELD OFFICE GE CAPITAL I
COCOE8304466
F:MSOFFICEtEQUIPMENT/TLM EQUIPMENT LIST
TLM CONSTRUCTORS, INC.
FLEET NO.1115 OCT.
611/2004
UNIT
DESCRIPTION
SERIAL NUMBER
LIC.#
200
1996
FORD L-8000 SERVICE TRUCK sing 1FDWR82E7TVA21440
1997
FL70 FREIGHTLINER
202
1997
FL70 FREIGHTLINER
1 FV6HLAAOVH831877
1989
KENWORTH DUMPTR TANDEM
1XKDDB9X9KS524938
K136PA2201
1976
KW DUMP TRUCK TANDEM
148790S
221
1986 GMC DUMP TRUC tandem
iGDT9F4C3GV500284
223
1989 PETERBILT TR SEMI
1XP5D29X2KN269093
224
1988 KENWORTH TR SEMI
1XKAD29XXJS512881
225
1994 PETERBILT TR SEMI
1XPFDB9XORD354597
124PA8
226
1998-PETERBILT TR SEMI
1XPFD9XOWD446370
227
2000 KENWORTH TR SEMI
1XKWDB9X4YR865527
230
1994 FORD WATER TRUCK
1FTYS95W4RVA47532 _
231
1965 MACK WATER TR TANDEM
B61S52896_
_
061PA2
_
232
1979 KENWORTH WATER TRUCK TAND
163455S
_
120PA2
_
233
1976 INT'L WATER TR S.A.
D0532FHA32578
063PA2
234
1975 KW WATER TR TAND
ID 39249 COLO _
119PA2
__
235
1986 FORD F700 DIST. S.A.
1FDNF70HOGVA44110
062PA2
237
1986-FORD DISTRIBUTOR -KOCH
1FDXK87U1GVA31119 _
095PA2
300
1984 GROVE COLES TRUCK CRANE
41719
PA00512
301
1986 FRUEHAUF BOOM TRAILER
1H4PO242XGJ006803
PA00511
331
1994 CAT 426E BACKHOE
5YJ01492
_
332
1994 CAT 416B BACKHOE
08ZKO1709
PA00481
333
1996 CAT 4268 BACKHOE
6KL02252
PA00528
_
334
1998 CAT 426C BACKHOE LEASED
06XN01432
SMMRENT
335
1986 CAT 416 BACKHOE
05PCO1754
PA0411
_
335A
416A BREAKER
4KL04166
336
1998 436C BACKHOE LEASED
08TNO0384
SMMRENT
340
1993 CAT 966F LOADER
1 SL00439
PA00517
_
_
341
1972 CAT 966 C LOADER
76J6107
PA0365
342
2001SKID STEER LOADER
06LZ01090
343
1994 BOBCAT 743 B
509323810
Z015935
344
1998 863H BOBCAT
514420755
IZ15936
344E
BOBCAT BREAKER I
344S
1998 MELROE WHEELSAW
561600141
Z015950
_
344M
24" PLANER 1
721700349
345
1983 GALION BLADE VSL
10453
15AO0456
346
1982 GALION A550 BERRY(VSL)
10316
PA00457
347
1990 CAT 140 G GRADER
72V133 6
-PA00434
348
1989 CAT 140 G GRADER
72V12501
PA00527
349
1986 CAT 14OG GRADER
72VO8380
350
1988 CAT 950 E LOADER
022Z04403
_
PA0412
351
1996 CAT 1T28F WHEEL LOADER
3CL01892
PA00526
351B
BROOM 8FT
7AW00488
352
1992 CAT 95OF LOADER
6YCO1840
_
PA00525
_
354
1972 CATJ621 SCRAPER
231-12908
PA0363
355
1989 CAT 225 B EXCAVATOR
02ZD01636
Z015937
355B
1998 HAMMER W/ MOUNTING
57504
_
356
1996 CAT EXCAVATOR
325BL
02JR00658
SMMRENT
357
2003 EXCAVATOR
360
1971 CAT D7 DOZER
94N2339
433
1996 CATERPILLAR COMPACTOR 433
2MJ386
Z017741
434
CAT COMPACTOR 563
5JN203
447
1979 CHIP SPREADER
I
K4346
PA00443
449
1982 BROS. ROLLER SP3000
9036
_
PA0360
_
450
1995 ING RAND TIRE ROLLER
141610 SDE
PA00437
452
1979 BLAW KNOX PAVER
0824015
PA0358
459
1986 BROCE BROOM
2752
PA00462
460
1990 BROCE BROOM
86495
PA0359
461
1979 DYNAPAC ROLLER CC50
417D24
Z015941
462
1994 DYNAPAC ROLLER PIGLET
60110849
Z015942
_
463
1995 DYNAPAC ROLLER PIGLET II
60111572
1996 GOMACO DECK FINISHER & TRAIL
900e00-065(dkma
1M1C2e1e W4139(TR)
Z015943
DECK a -,R(old)
192
476
1990 SHOULDERING MACHINE
2000 GOMACO SLIPFORM MACHINE
900100343
_
Z015944
1975 JETCO TRENCHER
7337113
IZO15946
SLIPFORMS SL
601
SMALL TOOLS MISC
MISC
605
1993 RAMMAX ROLLER
3741
Z015947
606
1994 RAMMAX COMPACTOR ROLLER
33A312997
Z015948
607
1995 RAMMAX ROLLER
33110840
Z015949
608
1996 RAMMAX / REMOTE CONTROL
325262
Z015931
609
2002 INGERSOL RAND COMPACTOR
169811
610
2003 INGERSOLL RAND TC-13 COMPAC
13199971
620
MAG SAW 1
321001624
Z15950
621
SUPERMAG/26" PAVEMENT SAW
221011729
Z017739
622
2003 PAVER SKREED
1559010803
825I
BROOM FOR IT28
7AW00488
F:MSOFFICE/EQUIPMENTrrLM EQUIPMENT LIST
LU
zo
n
n
cgi
N
yympp
ao
�°
u�
in
m
O_
m
m
m
R
m
Yq rn
=
IL
t+NJ
r
OOi
^
T
M
^
O
N
O
O
M
f0
M N
�
L)
E
o
y
.c
10
F
°
U
m
w
m
'E
o
2
2
2
E
o
r
8
'c
m x
_
o
"
m
2
J
°
J
o
e
m
m"
❑
❑
c�
❑
°
U
o
LL
U
t
f0
o
❑
0
v
a
E
o
m
>
o
o
g
m
�'
d
n
Z
m
vl
m
o
o
F
�
CL
c
m
a
m
D
g
m
N
o
ul
i=
e
0
S
m
0
0
o
$
g
o
Y
d
0
a
w
❑
0
0
0
0
0
0
0
3 0
C7 U
U
30
U
'm
U
U
U
m
E
U
❑
U
❑
U
❑
U
❑
❑
❑
❑
3
6 ❑
z w
c
m
U
U
U
U
o
D U
O
Z >
N 0
IZ
U Q
L
m
O
N
m
m
O
LO n
m c_
a
!ff Y
`0
3 0 f
C
m
OD A 0 O Q
xx > U
O Q T
C.1 IL
in
f0
0
Z N
N 4 $
Cco
? d O
N !-
CD
a U
N A EO O
x U J
O w m
m O L
O V
IL a Z
ai
cc
O
0
2 z
Z
U
U j
m x
t O
U LL
a> O
a w
IL
CD F-
w
N (L
a
C
3
0
o
L i
H
N
E
m
/rq
T
c m U o 0 0
C Y U
A c m 4 2 � 4 a° 2 2 2
E 2 c p 2 o 0 0
g n
c y c c c U U c c c c
L > F _4 E' U m = � ) Eo :Z :Z :Z
~ ❑ L �' m m J m F J J
O
O U m U J U U t n O 0
ep U m
o m o m O 00 j 3 '� d O O O
❑U U U
n 0 v M r o 0 0 $ 00
m N m O 1Lq O c�0pp O Im aD c(c.�
O 0 O p _ c
0
0o 0o 0
y N 6
m H E F F d
OO H
O O O O N
ani m ana i ni v c � n
❑ ❑ ❑ ❑ m 3 3 O
ci S o d ° o 0
O
U U U U 3 U U U
N
C4
N
O
O
G
>
-� ymmi
C
—
J
O
c
m
lL°
Z�
'o
U
J
U
d
3
0
yc'
L
U
O
m
O
Z
J
O
N
f7
O
.6
J
O
-
O
d
O
O
E
O
O
_
Jqp
O
V
3
O
m
C
m
O
U
m
O
LA
y
m
41
Y
O
2
O
O
Y
O
-
o
>
>
O
U
L
3
O
nu
lL
I h
C C
> U
N
o o a z w EE i, a.LD
U c w m L N m a m J O
m ~ d O m Z m m m � U
N z m
m L n m > 0 _� y
aNi O aNi a
v h
d m E a d 2 J m m w m ro
o = o c E nx 'L
U m 2 m 3 Q U) m U) LL U
E
m ug o
mz La
U
U
U F0
_ N
o m
c U d U
O 12
v m « o
La 3 F ° c
O m m a U 12
w O J O y C U
R m co
�n o 10 m m Q J
w am 2 3
LoLo m L E o m
m m o m 2.
2 n = U w U i
0
r o
w
U
Z
Ul
K
w
IL
x
w
Y
K
3
N
K
z
Z
U
U
m
�a $
0
ro
m
r
�o
rn
UO
z
f
w
T' F
'K
IL
LU
Z °P
C?
t�
r
cmJ
O
m
4
tmp
m
m
v
Oi
U°1��
O
a C%
^
r
Ol
�JJ
�
�
�
�
t+j
po
C
N>
0
O
r
O
O)
d1
rn
m
o
0
m
m
m
�J
Ifr
m
m
m
rn
m
n
n
n
v
n
rn
m
rn
o
0
o
m
m
m
rn
N
w
Z
z
O
m
c
U
C
2
r
m
m
y
5
O
m
�
O1
Y8
m
O
i%
Y
3
C
C
>
O
Nw
C
E
❑
N
N
N
NU
m
c
m
w
❑
m
—w
a
Q
O
2U1
WN
WN
WO
W
Y
U
m
m
U
OLcU
c
in
m
yy
O
=
J
Y
N
m
N
U
a
t
m
a
Y
m
Y
Y
U
F L
m
U
O
C
'9
W I-O
O
O
c
O
°�
o
w
w
o
rn
p
pw
U
o
p
p0
U
U
U
U
U
O
❑
U
❑
U
O
U
❑
WC
Q
m
U
>
Q
U
U
O
O
Om
m
w
m
C
w
w
m
C
C
2.
U
.2:,
U
2'
U
J
~
m
�
O
c
a
Rrn
rn
z
o
a
to
q
4
R
n
4
R
Q
q
LL
Q
Q
Q
Q
QQ
❑
Q
I
I
Q
m
❑
a°
❑
❑
❑
U
7
O
C
O
F
o
o
$
_cory
o
o
0m
0
o
c
c
2
c
c
O
=
C
n
C
n
Co
C
C
w
c
Cpp
C
O
C
C
o
m
c
o
m
m
Z 7
C
C
6
c
c
U
p
L
om
w
,iQ��'
Y
H
❑ Q
T
2
L4
�?
2
'r-'
c
2
w
N
C
F
E
O
c
~
c
L"
C
L�
C
LO
Q'
c
O
w
c
N
C
m
w
y�
L
m
O
O
O
J
w
J
C
LL
~
H
m
f
H
m
m
m
C
(7
aai
a°i
m
W
m
m
m
U
m
a
o
a
a
n
n
m
3
O
o
ry
❑
❑
❑
O
❑
U
❑
O
J
o
y
�
�
O
Q
w
N
❑
m
❑
U
o
m
N
m
J
m
J
m
J
N
E
d
d
o
3
6
W
d
c
Y
c
d
o
d
o
o
c
d
d
O
c
❑
d
❑
d
o
d
o
U
U
U
U
U
F
U
¢
U
U
>
❑U
3
U
U
U
U
r
U
U
U
U
U
o
FMNo
m
o
0
S
M
8
m
m
o
arn
rnm
o
rn
nm
°wrn°
f
ci
vi
N
n
w
m°
a
N
nCa
rn
m
ro
N
c
ui
mm
Z
N
O Q
U
0
00
O
O
00
00
00
00
00
00
O
U
00
00
00
00
00
0
O
s
O
00
O
O
U
U
U O
O
U
U
U
Q=
C°i'w"
Y
L'
O
J
.N
U
U
O
N
N U
V
Z
O
E
.�.
C
C
Q
J
�m
N
Q
(n
J
J
C
m
m
m
W
J
N
O_
ixt
J
�
O
C
U
L°
U
�
c
U
O
m
❑
N
N
4
n
c
o
0
v
9
c°_
$
p
W
E
j
Q
N
yy
O
tQh
E
4
m
LL
Ew
f
`o
o
mm
K
H
Em
°"
o
m
0 U
c
0
d°
XEo
m
O
c
mm
U
B2
o
vLU10)
U
E
E
c.
cE
N
E
E
occ
c
°U)
c
o
c
m
m
u
u
y
c
0
ie
K
m
t
m
.a
ul
c Ir
LU
'T
a
of
fr
0
O a
°
W
�
J
J
O
Y
N
N
U
m
W
W
°
m
C
J
LL
w 7
a'
2
n
A
0
J
C
N
i
6
tT
m
a
C
C
L
m
i
m
U
O
7
O
m
U 1'
IL
a
_
_
m
3
Q
m
0
v
0
O
(n
>
3
a
>
ai
v
CO
me
N
W z
0
Q O
O
O
O
<
o
e
a
e
a
e
e
a
e
e
N
N
N
N
N
LLLL}II O
O
O
O
0
O
N
o
0
M
t
m
z 8
0
�
e
e
cwi
LL
O S
z
_W
w
w
a
w
a
a0
N
r
r
O
U7}
Oi
O
tfp�
M
_
m
T
N
th
N
a
Y
0
Z
n
M
tp
ty
N
a
t%J
W
V
3
o5
m
yy
WO
t�
c�j
y
"c(>
�Vp
M
N
�
ry
y
IL
o
o
0
0
o
m
o
rn
m
O
M
�
N
n
n
w
r
m
r
rn
n
n
rn
n
is
n
n
rn
�
n
�
U
r
z
0
U
i0+
sU
U E
s
O
m
C
m
C
E
N
m
6
C
L
Z
Z
d
w
E
z
W
H
U >_
U Q
F
m
O
Y_
c
0
A?5
L
0
W
C
C
'
N
yyT
N
yC
pC�
C
s
03
W W
um
2'
Z
O)
w
F
m
O
N
U FE 0
0
h
U
o
O
C
J
o
o
C
w
Ti
2
J
Qo
Om
O
O
z
w Q
�-
m
2_'
o
E
0
�_
%'
y
o
�
m
g
F
0
>
m
V
U
U
U
0
U
O
m
Z
H 4
g
4
4
R
4
q
q
4
R
R
9"
Q
QNm
R
R
75
U)
N
Z
Q
Q
Q
Q
i4_�
[J
O
(�
0
L
0
0
N
z c
O
j
N
0
N
C
S a
00
16
r,
U
z0 � c
Q@
m
m
c
:s
0
E
U
p
m
m
N
m
O
C
C
N
_a
0
C
E
8
LL
m
8
a
L
:�
Y
Q
c
O
U
U
J
ELL'i
w
o
d
o
a
2
o
d
F•
`o
>
>
U
F
U
v
G
2
0
m 0 o m 0 M a m `u°i vLd
m N m
KF O
0
U Q
O
U O
ZO OU OU d OU OU 0 O OU O O O v O v O
Q? m o d 6 0 c ? c Y ii �_ o ° 10 0
OJ m E ti m xi >�_ 5 x
L LL LL J O J > 0 J
U
m
L
m
@
Q
N
N
m
t
E
C
m
L
j.
m
C
O
E
w
m
E
.L
n
m
5
E
c
E
d
$mi
t
Q
m
?
0�
W
L
0
m
a
3
m
T
E
C
V
m
3
u
2
Cl
e
IL
c
0
16air
Q
E
=
>
n
E
c
E
.>
V
Z
c
L°
ati
E
T
a
n
0
c
C
F
c=
O
y
E
E
Ox
QW
J U
9
N
N
N
m�m
j
m
_C
m
cr
N
J
d
v—
�.
C
'C
m
C
L
U
m
V
E
'L
m
U
O!
O
U Ir
IL c7
F
_
=
C
m
m
m
m
=
C
m
T
c�
m
a
m
3
�
F-
C
m
UL�
m
i
U H
z
0
U
QK
�
W
}
F
Federal Aid Project # SHE 2873-128
Project Code # 14591
B. This quarantee/warranty will not be enforced shall defects be due to improper maintenance procedures
carried out by Owner involving watering, mower damage, improper operation of system, fire, flood or
damage; or other similar circumstances beyond the control of the Contractor.
C. Replace components when they are no longer in satisfactory condition as determined by the Owner's
representative for the duration of the guarantee/warranty period. Make replacements within three
working days of notification from the Owner's representative.
D. Replacements shall be of the same kind and size as originally specified and shall be installed as
described in the contract documents. Repairs and replacements shall be made at no expense to the
Owner.
E. Guarantee/warranty shall apply to originally specified and installed materials, and any replacements
made during the guarantee/warranty period.
PART-2: MATERIALS
2.01 Quality:
A. All materials used for construction shall be new and without flaws or defects of any type, and shall be
the best of their class and kind.
2.02 Mainline:
A. Mainline shall be PVC Class 200, NSF approved pipe. 3" and larger pipe shall be ringtite pipe. 2 ''/z"
and smaller pipe shall be glued joint.
2.03 Laterals:
A. 2" or larger: Class 200 PVC, NSF approved.
B. 1 ''/z" or 1": Class 200 PVC, NSF approved.
C. No laterals smaller than V are permitted. Trickle tubing shall be weather and UV resistant material.
D. 1/4" Polyethylene Drip Pipe: NSF approved, SDR pressure rated pipe, only as approved for drip
applications.
2.04 Pipe Fittings:
A. Lateral fittings: Schedule 40, Type 1, PVC solvent weld with ASTM Standards D2466 and D1784.
B. Use schedule 40 insert fittings with Oeiteker pinch clamps for drip lines.
2.05 Sleeves:
A. NA
2.06 Valves:
A. Remote Control Zone Valves: Electrically operated, appropriate for the water supply, with manual
bleed device and flow control stem. Shall have a slow -opening and slow -closing action for protection
against surge pressure. Brand and model to be Rainbird XCZ-075 control zone kit.
2.06 Valve Boxes:
A. House valves in valve box with matching locking cover (AMETEK brand only). Only one valve per
COLLEGE & LAKE INTERSECTION SECTION 02810— IRRIGATION
Page 2 of 6
}
m�
�g
o s a m o X ae e e o e w
LL NM fOp n n W m m n U
O 2 w
F W
lu
of Ep M r {p Im Gp O r q IU M T M
N qmq oD N M 1� O
Z mS m
Arn�o> ofQ mo�
p ynOoi nd' Ka ap M3
F
Z
O
U
m n y c B
M.
Q E ~ > E t E o E E E E H m c m O� — m
r m c c d E d m J E E E E > �' m c m p p 'rn --
ZO m m Fm J c 3 c N U N U H W a W Uo a 3
U om E o 0 �' c Y u c t c t d m s m m a m o c
IL a w m m n
a
'm
m
a V c 'm Fa m mUJ
LU
3 rn 3 2 �; �� a o 0 0 � o � o a p 0 0
W a U p w U _ ? 0 o 0 orn w � cpi o o o >
t
cl
U U U m U U U U U
C Ir
O
Z
N N N _
H Q Q 4 Q R 4 4 q Q Q 4 2 tQy: a T Q ' '0 9
IL Q Q Q Q Q IL Q V Q m Q O N O m m 6
Z p Z > > Q
c
o c
g o E o
c c qp
_ H O O r S O O r U
N W O C O O
F f 8 O U p 0 °' O
6 u
Z .n w LU � n a 'n U
c F m c c 2
of 016
UOF m m '
v3aCi
� i am3 N = ' 3 U)
0 o oU Up O p O 0 -0 ¢
O a p O c Lo O N `O.20 po00
U U U U U U o 0U
U U U U U U U U > > > Fo-
z
0
a
O
J
W
}
M [p ap M O O r n Ol N V N Sa�ppp A n M N r aD lyDN O O
OOi_
N OOi N lh M A N m n f0 N 1� N O N e0- O m m N o
C\i cli a n
O
ILO U
O O L) UU O O O O O m O OU L) O O m O c 0 d
U U L) m.m.• m C 9 C U U N U H E V U L Uui
O
W 2 C I N E N C C m N y U T t F > C > W
A a u ,p > O
IL w
N C >
� p �
m
J
O
o
c � 'o
mm E a-
o £ ui LL a
q 'v T a a" o m
io m m °C d Q c rn c c
O x c m m a m c Q yy� m m
-0 0
S °a p > U E m n Q _ E
c :? F pc = a cm-
E >
c Em mo p
ioc E c c0 ua ocaoaac m d>ypU y
m
E c QO O x O a
y wfc 0
2 m o a ca m a = i i w z >
o a° o e e ae N N N N O
N
M
ro
m
m �
Y $
0
3
O i
w
e H
W
a
x
w
w
N
O
Z
O
In
m
fcg4b
f0
M�_
N
3
a
n
qNy
ur
"t
ap
�i
cm�
c+�
m
°�'�
m
o
°MS
uq
m
rn
W
rn
rn
u�
rn
cr
o
rn
rn
OF
K
F
Z
O
U
m0
Q
E
°
£
m
E
E
x
_V
U
U
a
r
t
y
E
m
m
Z
t
y
O
o
c
a
U
m
a
m
ami
=
r
w
p
m
N
U
�n
m
'
w
E
ix
m
w>
w>
>
o
`m
£
£
pUp
m
O
OI
N
O1
wf
O
E
m
E
N
d
N
N
d
U
`o
a
c
c
c
c
°o
J
'C
E
U
z=
J
=a
a
a
v
W
2
0
°m
U_Q
C7 U
F
W
U
m
ww
m
U~O
U~O
m
U
U
m
U
KW
Q
o
0
z
U
U
U
z
m
4
4
$
q
4
4
4
4
q
9
4
4
�
4
4
Ft
qCC
LL
Q
E
O
O
O
z
z
ii
i
V7
Q
Q
Q
o
m
o
U
v
�
U
°
75
Z
O
w
i7
U
U
}
m
m
O
F
U C
°
=o
0
0
o
i
a
C
U
C
N
U
C
_0
.lryp
.l_lpp
A
m
u
w
U
N
Z
12
d
o
m
L
L
n
C
o a
F-
aTi
C7
=
F-
a
2
2
U
76.
m
Y
m
a
t
c
m
U
J
LL
m
(n
N
m
j
0
a�
2.
~
~
F
0
z`
C
N
m
N
i
O
U
�p
J
J
°'�
Q
>m
>
m
w
m
m
O
�-%
a
m
C
O
O
a
O
6
O
p.
C
O
w
O
C
3C
3C
C
~
~
W
'aO
O
J
U
N
N
U
m
J
30
'OO
U
N
0
a
O
L'
F
L'
N
m
N
O
O
0
O
m
Q
°
O
Q
O
N
O
O
o
U
a
U
G
Q
U
O
U
O
�'
a
m
m
m
c
C
m
c°)
00
0
o
G
a=
U
S
>
hQ'
N
m
N
M
O
o
ry
b
r
a
O
O
am0
n
tM0
N
[00
N
MN
N
O
O
V
M
N
tip
Ng
M Lcf
a
M
1°
tp
mm
pO
po
R�
ems-
ry
N
m
O
N
N
V
2 U
N
O Q
U
+tc
c
O
OU
m
G
Z
U
U
O
'o
m
�
a
a
U
a
O
U
U
aVi
U
o
m
12
c
m
o
O
O
J
U
U
o
2
O
a
N
J
OU
O
C
m
q
=
'm
Sg
O
f/1
tll
m
-�
Q
O
O
O
O
j
Ix
J
fn
J
U
U
F
S
U
U
K
w
>
>
N
a
m
t
d
�
N
C
Y
m
O
L
m
3
m
>
2
C
°
m
A
N
a
°
?
£
m
c
n
?
=
N
m
CD
a
m
EN
3
E
x
d
=
E
°
oO
o
mmn
m
a2
Nc?o�
0
E
N
2
m
d
ir
E
-aw
>
2
c
O
E
o
c
O
w
L
t
a
n
c
a:
a
E
o
N
U
N
t
?
E
m
c
w
0=�
c
m�
c
a>i
K
u
rn
a
U
0
Lo
o
U
d
>
O a3i
m
'c
y
O
a
.c
=
m
°
J
m
mm
n
w
a
p
O
F-
O
mm
N
U
E
U
N
Y€
C:
N
C
a�
L
O
C
0
O=1
N
C
a'
w
m
?
°'
o
c
d
9
E
c
B.
a
o
E
ad
a
m
'�
d
c
7
°
a
=
y
m
a3i
n 3
3
n
m
m
f
o
z°
w
a
�
N
m`
m`
C)
>
Z
0
o
O
Q
o
e
o
N
N
U
N
c
�
�n
c
e`e
m
N
Y g
m
n
ao
gi
U9
K
v
_
O
W
JJE
a F
W
a
x
W
Y
C
W
O
2
3
IL
a
N
9
ttpp
Cp
tD
tD
V�¢
pp
C?
M
Q
rn
rn
t7
a
n
t+r
I
�f
cal
A
I�
N
t?
f%
q
N
aD
M
M
aD
C9
a t7
Q
A
m m
rn
rn
d�
m
m
o�
0
m
m
d�
m
rn a
R'
n
n
n
n
n
n
�
r
n
r
r r
~
z
0
8
°'
"
O i
c
U)
`@
@
yy
U
E
@
L
U
o
m
K
o
H
a
a
f
m
3
LO
w �@
m
a
0.
m
`o
c
3
m
c
m
m
a
r
Z
❑
d
= m'
o
13
Y
E
m
S
�,
c
7
U
of
d
o
a
m
❑'
�o
o
3
3
mo
m~
E d
H
'
U
'O
m
W
U
U@
ir
a
@
N
Q
cm
w
Z
a
@
c
@
w
ety w
@
A
J
E
E m
3 c
z K
w
3
a
a m
'
w
c
Q
a
a
c
W Q
W
00
e
J
?
m
�'
m
m
c
3 .� m
co
J
J
c
0
O
z
O ❑
O
❑
z
@@
U
z
Z
W
tV
m
m
m m
m
0
LL
,Omi
.Omi
.Omi
m
m
m m
m
N
Q
z
❑
Q lL
tl
Q
Q
N
Q
fn
N
Q
❑
O1
@
N
Z}
@
o
o
aci
�
c
v
O
U
U
W
c
F}
ccq U
UN
o
U'
m
o
c
@
U m
c
0 Q
C
W
O N a
w
m
F-
Y
V
IL
x
y
N
t0 N
(0
U
C
N
O
>
a
O
a7
O
U
nC
C
N
C
O
m l0
32
N J
6
❑
=
7
N
@
N
.E
y
C
N
>
J
U
m
'
J
O
J
@
U
O
U
@
@
m VI
a
m
p
O
... O
F-
C
@
O
J
@
J
J
J @
@
N
i
a
x U m
G
U
U
G
U
i
U
U)
n
o
a
`N�
�i
fOm
�'m
Q�
pop
y�
O
p�
umi
Drop
pm
�i
MV
wr rn
e
F 7
N
N
N
M W N
M
N
n
V
^
m
O
N V
M
O
U
z
O Q
U
c
0
z
N
0
c
2:1
c
c
O
0
m 0
Q
'
O @
'
@
OU
m
O
@
EO
O
U
O
£
0
O
o
L
o
O
mO
O
OO
OU
U
E'
o
EU
c
ac
c@
>@mc
c
¢
c0 c
m
CO
Ny
o
E
c
po
c
fmocm
SUc
U)a.
>
J
J
S J
>
Y
O
pO
m E
E
N
m
F
3
a
J
Ln
c w
@ m
_
Q
a.a
a
c
O
O
N
O
w @rn
i5
F-
0
�
t
c
c
L
ea
3
Oa
a
v
0
d
K
m
8
oE
°°
p
3:o
3°
U
U
L)
xi
ocp
w
O
C
0
x@
0❑
@CO
ECO
pv@@
= p?
a
-a
U)
m
Q
>
—0
6
c
zrnam
U
y
y
5
L
'
U
y
p
N
@
p p W>
@
E
x u
>
>
c
@
�
EO
j
N
@
,y a
m
d
K
f-
IL
;
@
E
@
n
3 0 a❑
w
c
o v
m
@
a
@
a
0
p
n
E
m
c
O
a
E
o
S
O
w
c
ci
D
@ N� d
@
.6a
:?
@
x
d
m
m
2
@
m
a
K`
°
d
m
`
o
@
y F
@
p H
N
O
S
C
cL
0'
r
A
p m
N
a
3
cr
❑
3
$
c
o =o o
j
E
@
=
a
0
o
f
'�`
c
E
m
E
c
H
Q
m
0 0U
N
oU
U
U
o
❑
a
cai
<°i
S
r@ a,
>
9
Ch
rn m
m
m
z
O
EN
V
C C C
C
C
a
J
~
Y�
C
O
N
S
T
R
U
C
T
O
R
S
N
C
Corporate
102 C Street
P. O. Box 505
Swink, CO 81077
PH. (719)384.5956
FAX: (719) 384-5959
Northern Division
1013 37th Ave., Ct.
Suite 202
P. O. Box 336636
Greeley, CO 80633
PH: (970) 346-8323
FAX: (970) 346-8324
I-Jan-04
FOLLOWING IS A LISTING OF CONSTRUCTION EXPERIENCE OF
INDIVIDUALS WHO WORK FOR TLM CONSTRUCTORS, INC.
YEARS
NAME: PRESENT POSITION: EXPERIENCE: MAGNITUDE & TYPE OF WORK: CAPACITY:
TERRY L. MILLS PRESIDENT 34 YEARS MANAGEMENT
AARON MILLS VICE-PRESIDENT 10 YEARS
MANAGEMENT
RYAN MILLS
ESTIMATOR
6 YEARS
MISCELLANEOUS PROJECTS
ESTIMATOR & SUPERINTENDENT
UP TO 1.0 MM PROJECTS
VICTOR MATA
SUPERINTENDENT
26 YEARS
DIRT - ASPHALT
SUPERINTENDENT
UP TO 1.0 MM PROJECTS
DAVE CROSSON
SUPERINTENDENT
33 YEARS
DIRT - STRUCTURES - ASPHALT
SUPERINTENDENT
UTILITIES
UP TO 5.0 MM PROJECTS
CHARLESGEIST
SUPERINTENDENT
27YEARS
DIRT -ASPHALT -STRUCTURES
SUPERINTENDENT
UTILITIES
UP TO 5.0 MM PROJECTS
HARLEY DELLINGER
SUPERINTENDENT
21 YEARS
DIRT - STRUCTURES - UTILITIES
SUPERINTENDENT
UP TO 5.0 MM PROJECTS
SAM TROTTER
FOREMAN
12YEARS
DIRT - ASPHALT- STRUCTURES
FOREMAN
UP TO 1.0 MM PROJECTS
JASON STUCHLIK
ESTIMATOR
9 YEARS
MISCELLANEOUS PROJECTS
ESTIMATOR & SUPERINTENDENT
UP TO 3.0 MM PROJECTS
ROSS ALLSWORTH
FOREMAN
14 YEARS
STRUCTURES - UTILITIES
FOREMAN
UP TO 1.0 MM PROJECTS
ELIAS ALTAMIRANO
FOREMAN
10 YEARS
STRUCTURES - UTILITIES
FOREMAN
UP TO .25 MM PROJECTS
TOM TANABE
IRRIGATION SUPT.
6 YEARS
CONCRETE LINED DITCHES
SUPERINTENDENT
UP TO.5 MM PROJECTS
DUSTIN BRENING
FOREMAN
3 YEARS
STRUCTURES - UTILITIES
FOREMAN
UP TO .5 MM PROJECTS
SCOTT GRIESER
FOREMAN
7 YEARS
STRUCTURES - UTILITIES
FOREMAN
UP TO.5 MM PROJECTS
ERIC BACA
ESTIMATOR
5 YEARS
STRUCTURES - UTILITIES
ESTIMATOR & FOREMAN
UP TO.5 MM PROJECTS
AN EQUAL OPPORTUNITY EMPLOYER
SECTION 00500
AGREEMENT FORMS
00510Notice of Award
00520Agreement
00530Notice to Proceed
SECTION 00510
NOTICE OF AWARD
Date:July 8, 12004
TO: TLM Constructors, Inc.
PROJECT: SH 287 & LAKE STREET MEDIAN IMPROVEMENTS; BID NO. 5866
OWNER: CITY OF FORT COLLINS
(hereinafter referred to as "the OWNER")
You are hereby notified that your Bid dated June 30, 2004 for the above project
has been considered. You are the apparent successful Bidder and have been awarded
an Agreement for SH 287 & LAKE STREET MEDIAN IMPROVEMENTS; BID NO. 5866.
The Price of your Agreement is ($65,011.50) Sixty -Five Thousand Eleven Dollars and
Fifty cents - ($59,861.50 Base Bid + $5,150.00 Force Account).
Three (3) copies of each of the proposed Contract Documents (except Drawings)
accompany this Notice of Award. Three (3) sets of the Drawings will be delivered
separately or otherwise made available to you immediately.
You must comply with the following conditions precedent within fifteen (15) days
of the date of this Notice of Award, that is by July 23, 2004.
1. You must deliver to the OWNER three (3) fully executed counterparts of the
Agreement including all the Contract Documents. Each of the Contract
Documents must bear your signature on the cover of the page.
2. You must deliver with the executed Agreement the Contract Security (Bonds)
as specified in the Instructions to Bidders, General Conditions (Article
5.1) and Supplementary Conditions.
Failure to comply with these conditions within the time specified will entitle
OWNER to consider your Bid abandoned, to annul this Notice of Award and to declare
your Bid Security forfeited.
Within ten
you one (1)
attached.
(10) days after you comply with those conditions, OWNER will return to
fully -signed counterpart of the Agreement with the Contract Documents
City of Fort Collins
OWNER
By:
J es O'Neill II, CPPO, FNIGP
Dire to of Purchasing and Risk Management
Title
9/12/01 Section 00510 Page 1
SECTION 00520
AGREEMENT
THIS AGREEMENT is dated as of the 8th 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
TLM Constructors, Inc. (hereinafter called CONTRACTOR)
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set
forth, agree as follows:
ARTICLE 1. WORK
CONTRACTOR shall complete all Work as specified or indicated in the Contract
Documents. The Project for which the Work under the Contract Documents may be
the whole or only a part is defined as the construction of the extension of the
north median at the College Avenue and Lake Street intersection including
removal, replacement, installation, or modification of pavement, curb and gutter,
wood mulch, barrier curb, excavation, borrow, topsoil, wood mulch, deciduous
trees, weed barrier fabric, and traffic control.
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 30 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 45 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
agree that as liquidated damages for delay (but not as penalty) CONTRACTOR shall
pay OWNER the amounts set forth hereafter.
9/12/01 Section 00520 Page 1
1) Substantial Completion:
One Thousand Dollars ($1,000.00) for each calendar day or fraction
thereof that expires after the thirty (30) calendar day period for
Substantial Completion of the Work until the Work is Substantially
Complete.
2) Final Acceptance:
After Substantial Completion, Five Hundred Dollars ($500.00) for each
calendar day or fraction thereof that expires after the fifteen (15)
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: ($65,011.50) Sixty -Five
Thousand Eleven Dollars and Fifty cents, ($59,861.50 Base Bid + $5,150.00 Force
Account), 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
paragraph 14.2 of the General Conditions) may be included in the application for
payment.
9/12/01 Section 00520 Page 2
5.1.2. Upon Substantial Completion payment will be made in an amount
sufficient to increase total payments to CONTRACTOR to 95% 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.
6.5. CONTRACTOR has correlated the results of all such observations,
9/12/01 Section 00520 Page 3
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:
7.2.1 Certificate of Substantial Completion
7.2.2 Certificate of Final Acceptance
7.2.3 Lien Waiver Releases
7.2.4 Consent of Surety
7.2.5 Application for Exemption Certificate
7.2. 6 Application for Payment
7.3 Drawings, consisting of a cover sheet and sheets with the following
general title:
Department of Transportation, State of Colorado, Highway Construction Bid Plans
of Proposed Federal Aid Project No. SHE 2873-128, SH 287 and Lake Street, Fort
Collins, Larimer County, Construction Project Code No. 14591.
The Contract Drawings shall be stamped "Final for Construction" and dated. Any
revisions made shall be clearly identified and dated.
7.4. Addenda Numbers 1 to 2, inclusive.
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.
9/12/01 Section 00520 Page 4
Federal Aid Project # SHE 2873-128
Project Code # 14591
box. Install in box sizes to allow work on components.
B. Install 3/" drip tubing ends with end closure in 10" round valve box with cover at end of each run.
2.07 Control System:
A. Use existing controller.
2.08 Electric Control Wiring:
A. #14 feed wire and #14 common wire solid copper direct burial OF or PE cable, UL approved, or
larger, per system design and manufacturer's recommendations.
B. Five wires with consistent color scheme throughout:
-Red = live (one per valve)
-White = ground
C. Wire connectors and waterproofing sealant to be used to join control wires to remote control valves.
D. Run wire for remaining zones on controller to the end of the mainline that the controller supports.
2.09 Sprinkler Heads:
A. All heads shall be of the same manufacturer as specified on the plans, and marked with the
manufacturer's name and model in such a way that materials can be identified without removal from the
system. Owner will specify brand and models to match other equipment in use in public system in the
vicinity.
B. Xeri-pop: Rainbird.
2.10 Backflow Device:
A. NA
PART-3: EXECUTION
3.01 Pipe trenching:
A. Install pipe in open cut trenches of sufficient width to facilitate thorough tamping/puddling of suitable
backfill material under and over pipe.
B. Trench depths:
1. Mainline - Minimum of 24" deep from top of pipe to finished grade for 6" and under mainline.
Minimum of 32" deep from top of pipe to finished grade for 8" and larger.
2. Lateral - Minimum of 16" deep from top of pipe to finished grade. ''/<" drip pipe 8" deep from top
of pipe except in shrub beds.
3. Sleeves - Install sleeves at a depth, which permits the encased pipe or wiring to remain at the
specified burial depth.
3.02 Sleeves:
A. NA
COLLEGE & LAKE INTERSECTION SECTION 02810— IRRIGATION
Page 3 of 6
ARTICLE 8. MISCELLANEOUS
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
OWNER* CITY OF FORT COLLINS
By:
JAME B. O'NEILL II, CPPO, FNIGP
IR CTOR OF PURCHASING
RISK MANAGEMENT
Date:
Attes
Addre
P. O. bOX 5uU
Fort Collins, CO 80522
Approved as to Form
Assistant City Attorney
9/12/01
CONTRACTOR: XM Conductors, Inc.
By:
Aaron L. Mills
Title: Vice President
Date:_?-2/
(CORPORATE SEAL)
Attest:
Ryan C IT ills, Assistant Secretary
Address for giving notices:
P.O. Box 336638
Greeley, CO 80633-0611
LICENSE NO.: 903A
Section 00520 Page 6
SECTION 00530
NOTICE TO PROCEED
Description of Work: SH 287 & LAKE STREET MEDIAN IMPROVEMENTS; BID NO. 5866
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
SECTION 00600
BONDS AND CERTIFICATES
00610 Performance Bond
00615Payment Bond
00630Certificate of Insurance
00635Certificate of Substantial Completion
00640Certificate of Final Acceptance
00650Lien Waiver Release (CONTRACTOR)
00660Consent of Surety
00670Application for Exemption Certificate
n
SECTION 00610
PERFORMANCE BOND
Bond No. S324605
KNOW ALL MEN BY THESE PRESENTS: that
(Firm) TIM Constructors, Inc.
(Address) 1013 37th Ave. Ct., Suite 202, Greeley, CO 80634
(a Corporation), hereinafter referred to as the
"Principal" and
(Fi rm ) Employers Mutual Casualty Company
(Address) P-D- Box 370010, Denver, CO 80237-0010
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
Sixty Five Thousand Eleven & 50/100--** in lawful money of the United States, " for the
payment of which sum well and truly to be made, we bind ourselves, successors and
assigns, jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered
into a certain Agreement with the OWNER, dated the 8th day ofJuly ,
2004, a copy of which is hereto attached and made a part hereof for the
performance of The City of Fort Collins project,
SH 287 & LAKE STREET MEDIAN IMPROVEMENTS; BID NO. 5866.
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.
** ($65,011.50)
7/96 Section 00610 Page 1
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alteration or addition to the terms
of the Agreement or to the Work to be performed thereunder or the Specifications
accompanying the same shall in any way affect its obligation on this bond; and it
does hereby waive notice of any such change, extension of time, alteration or
addition to the terms of the Agreement or to the Work or to the Specifications.
PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR (—
shall abridge the right of any beneficiary hereunder, whose claim may be
unsatisfied.
PROVIDED, FURTHER, that the Surety Company must be authorized to transact
business in the State of Colorado and be acceptable to the OWNER.
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each
oIe of which: shall be deemed an original, this 20th day of July ..
2 0�0t,.
h$ PRSElE-QF;, Principal
oe
nX Constructors, Inc.
R ,`Ni,lls Aaron L. Mills
As's`istan.t' Secretary Vice President
(Title)
1013 37th Ave. Ct., Suite 202, Greeley, CO 80634
(Address)
(Corporate Seal)
IN PRESENCE OF: other Partners
Not Applicable By: Mot -Applicable
Not Applicable By Not�APplicable
IN PRESENCE OF: Suret Employers Mutual Casualty Company
By: j1W all -
RCobb, Witless Pamela J. en, Attorney-ln-Fact
P.O. Boa 370010, Denoer,'00 80237-0010.
Cphthia M. Barnett, Witness (Address.)
(Surety Seal)
NOTE: Date of Bond must not be prior to date of Agreement:'`.,
If CONTRACTOR is Partnership, all partners should execute Bond.
7/96 Section 00610 Page 2
SECTION 00615
PAYMENT BOND
Bond No. S324605
KNOW ALL MEN BY THESE PRESENTS: that
(Firm) TM Constructors, Inc.
(Address) 1013 37th Ave. Ct_, Suite 202, Greeley, 00 80634
( ), ( ), (a Corporation), hereinafter referred to as the
"Principal" and
(Firm) Employers Mutual Casualty Company
(Address) P.O. Bog 370010, Denver, CO 80237-0010
hereinafter referred to as "the Surety", are held and firmly bound unto the City
of Fort Collins, 300 Laporte Ave., Fort Collins, Colorado 80522 a (Municipal
Corporation) hereinafter referred to as "the OWNER", in the penal sum of
Sixty Five Thousand Eleven & 50/100--($65,011.50) in lawful money of the United States, for
the payment of which sum well and truly to be made, we bind ourselves, successors
and assigns, jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered
into a certain Agreement with the OWNER, dated the 8th day of - July ,
2004, a copy of which is hereto attached and made a part hereof for the
performance of The City of Fort Collins project, SH 287 & LAKE STREET MEDIAN
IMPROVEMENTS; BID NO. 5866.
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 Section 00615 Page 1
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 j
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 j
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 loth day of July
20 o4.
IN PRESENCE
1,
yan' C. rrT-VIS
As}!4sta•nt' S,gc�etary
!(Corporate Seal.)
IN PRESENCE OF:
Pot Applicable
Not Applicable
IN PRESENCE ^ OF:
Orl 44'fo
K ' (:obb, Wig/aes^sn
�;
Wtnla M. murner-r, wiamss
(Surety Seal)
Principal
BY: TLM coast ors,
Aaron Mill
(T tle) Vice President
1013 37th Ave. Ct., Suite 202, Greeley, CO W634
(Address)
Other Partners
Not Applicable
Not Applicable
Suret
By:4
Paiela J. Pa n, Att8ndf-In-Fact
$fit: P.O. Boa 370010, Denver, 00 80237-MlO
(Address)
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
its true and lawful attorney -in -fact, with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other obligatory instruments of a
similar nature as follows:
ANY AND ALL BONDS
:and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all o.f
ft. acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed.
The authority hereby granted shall expire April 1, 2006 unless sooner revoked.
AUTHORITY FOR POWER OF ATTORNEY
This Power -of -Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at a
regularly scheduled meeting of each company duly called and held in 1999:
RESOLVED: The President and Chief Executive Officer; any Vice President, the Treasurer and the Secretary of Employers Mutual Casuelty Company shell have power
and authority to: (1) appoint attomeys•in-fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, tmnds and
undertakings, recognizanoes, contracts of indemnity and other writings obligatory in the nature thereof, and (2) to remove any such attomey-in-fact at any time and revoke
the power and authority given to him or her. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power -of -attorney issued to them,
to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings,, recognizances, contracts of indemnity and
other writings obligatory in the nature thereof, and any such instrument executed by any such aftomey-in-Fad shall be fully and in all respects binding upon the Company.
Certification as to the validity of any power -of -attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all respects
binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a
certified copy of any power -of -attorney of the Company, shall be valid and binding.upon the Company with the same force and'affectas though manually affixed.
IN .WRESS WHEREOF, the Corn an'�es have caused these pets to be signed for each by their officers as shown, and the Corporate seals to be hereto affixed fh(s
day of y
Seals r -" -- - i
E �' Bruce G. Kelley, Chairman Jie yS. Birdsley
5�°'"s�Agy QPN.... ° oFq �P;....... of Companies 2, 3, 4, 5 & 6; resident Assistant Secretary
FGP,`aavORyrf n.^ i yJ �paP0OR Po o: • OPPORgi y , of Company.1; Vice Chairman and
r ` CEO of Company, 7
o SEAL ;3: _o 1863 a;?� 1953� <=
'ail,•' n . •r4Y `• Z�'. IMA
�UWP 0*, • • • ' 'n, bWP,,,
On this '7th day of May AD 2003 before me a
; ""azFc Q� `µsue^tv, Qs�..."Ar cy Notary Pubhc in and for the State of Iowa, personallyappeared Bruce G. Kelley and Jeffrey S.
- ¢- `papOgq� O��``oPpORgm s� Birdsley, who, being by me duly sworn, did say that they are, and are known to me to be the
SEAL ? = x SEAL a SEAL Chairman, President, Vice Chairman and CEO, and/or Assistant Secretary, respectively, of
a = y , o , each of The Companies above; that the seals affixed to this instrument are the seals of said
• . o ry ;'? ......�,Q; corporations; that said instrument was signed and sealed on behalf of each of the Companies
own • 4Rr„ oapo •.,?ro,"rs �, ` by authority of their respective Boards of Directors; and that the said Bruce G. Kelley and
Jeffrey S. Birdsley, as such officers, acknowledge the execution of said instrument to be the
UT voluntary ad and deed ofeach of the Companies.
My Commission Expires September 30, 2006.
4 RUTA KRUMINS
Commission Number 176255 !�'� "r• v
My Comm. Exp. Sergi 30. 2065 Notary Publieir ond_for the State of Iowa
CERTIFICATE F I
r
I, David L. Hixenbaugh, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the
April 7, 2004
Companies, a h' P e f A y, ' su ua theret n. ,"
on behalf of'o1id` 1�$ply,.�Ona' ac%�urn, �Po
are true and correct and are still n full force and effect. Cynthia M. Burnett, J. R, Flic ' hard L
%,Db0t#AsU Rothey r
In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company th I Lv2fth d of hFly 20M
'� Vice -President
cuenw: z-i'i i T
11 IVII.I IN\/
AOORD'. CERTIFICATE OF LIABILITY INSURANCE
DATE[MM/ D/YYYY)
PRODUCER i�
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
HRH of Colorado
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
720 S. Colorado Blvd Ste 600-N
P.O. Box 469025
HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Denver, CO 80246.9025
INSURERS AFFORDING COVERAGE
NAIC #
INSURED
TLM Constructors, Inc.
P. O. Box 505
Swink, CO 81077
INSURER A: Zurich -American Ins. CO.
16535
INSURER B: Amercan Guarantee Insurance
35521
INSURER C: Pinnacol Assurance
10780
INSURER D:
INSURER E:
:t
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 CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE 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.
LTR
NSR
'TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE MMIDD/YY
POLICY EXPIRATION
DATE (MM/DDIYYI
LIMITS
A
GENERAL LIABILITY
CP03757882
07/01/04
07/01/05
EACH OCCURRENCE
$1 QQQQQQ
X COMMERCIAL GENERAL LIABILITY
DAMAGE TO RENTEDPREMISES (Fa occurnencel
$300OOO
MED EXP (Any one person)
$1 Q QQQ
CLAIMS MADE 51OCCUR
PERSONAL & ADV INJURY
$1 QQQ QQQ
X Blkt Addl Insrd
X
Ltd Pollution
GENERAL AGGREGATE
s2,000,000
GI AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG
$2000000
POLICY jRo X X LOC
A
AUTOMOBILE
LIABILITY
ANY AUTO
CP03757882
07/01/04
07/01/05
COMBINED SINGLE LIMIT
(Ea accident)
$1,000,000
X
BODILY INJURY
(Per person)
$
ALL OWNED AUTOS
SCHEDULED AUTOS
HIREDAUTOS
NON -OWNED AUTOS
X
BODILY INJURY
(Per accident)
$
X
Ltd Pollution
X
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
$
ANY AUTO
$
AUTO ONLY: AGG
B
EXCESS/UMBRELLA LIABILITY
X OCCUR CLAIMS MADE
AUC3757883
07/01/04
07/01/05
EACH OCCURRENCE
s5,000,000
AGGREGATE
s5,000,000
]DEDUCTIBLE
$
RETENTION $
C
WORKERS COMPENSATION AND
4058086
10/01/03
10/01/04
X WC LIMIT OTH-
EMPLOYERS' LIABILITY
E.L. EACI4 ACCIDENT
$500,000
ANY PROPRIETOR/PARTNER/EXECUTIVE
E.L. DISEASE - EA EMPLOYEE
$500OOO
OFFICERIMEMBER EXCLUDED?
If yes, describe under
E.L. DISEASE - POLICY LIMIT
$500,000
SPECIAL PROVISIONS below
OTHER
DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES / EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS
Project Description: SH 287 & Lake Street Median Improvements
Bid Number: 5866
The following are Additional Insureds as respects General Liability only
(See Attached Descriptions)
City of Ft. Collins
215 N. Mason Street, 2nd Floor
Fort Collins, CO 80522
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL sn• DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
REPRESENTATIVE
0'
..�.VRU L, iLVV 1/VO/ 1 oT 3 95217315IM214833 MAS 0 ACORD CORPORATION 1988
Federal Aid Project # SHE 2873-128
Project Code # 14591
3.03 Pipe Installation:
A. Use Teflon tape on all threaded joints; only schedule 80 pipe may be threaded.
B. Reducing pipe size shall be with reducing insert couplings: at least 6" beyond last tee of the larger pipe.
C. Backfill shall be free from rubbish, stones larger than 2" diameter, frozen material and vegetative
matter. Do not backfrll in freezing weather. If backfill material is rocky, the pipe shall be bedded in 2"
of fill sand covered by 6" of fill sand.
D. After puddling or tamping, leave all trenches slightly mounded to allow for settling.
E. Compact to proper densities depending on whether surface area over the line will be paved or
landscaped.
3.04 Thrust Blocks:
IW0I_1
3.05 Valve Installation:
A. Install at least 12" from and align with adjacent walls or paved edges.
B. Automatic Remote Valves: Install in such a way that valves is accessible for repairs. Make electrical
connection to allow pigtail so solenoid can be removed from valve with 24" (min.) slack to allow ends
to be pulled 12" above ground.
1. Flush completely before installing valve. Thoroughly flush piping system under full head of water
for three minutes through furthest valve, before installing heads.
2. Install in valve box per details.
C. Valve Boxes:
1. Brand all valve boxes with the following codes: "SV" and the controller valve number per as built
plans for all remote control valves; "DV" for all drain valves; "GV" for all isolation valves;
"DRGV" for all drip system isolation valves; "QC" for all quick coupling valves; "WA" for all
winterization assemblies; "FM" for all flow meter assemblies; and "MV" for all master valve
assemblies. Use a branding iron stamp with 3" high letters.
2. Valve box shall NOT rest on mainline. Use brick or other non -compressible material per detail.
Top of valve box to be flush with finish grade. Use add-ons to depth of valve gravel.
3. Install valves in box with adequate space to access valves with ease. Valves shall not be too deep
to be inaccessible for repairs. 3" depth of 3/4" washed gravel to be placed in the bottom of each
valve box with enough space to fully turn valve for removal (see detail).
3.06 Head Installation:
A. Set heads plumb and level with finish grade. In sloped area, heads to be tilted as necessary to provide
full radius spray pattern.
B. Flush lateral lines before installing heads. Thoroughly flush piping system under full head of water for
three minutes through furthest head, before installing heads. Cap risers if delay of head installation
occurs.
C. Pop -Up Heads along walks and bikeways: Bed heads in 6" layer of sand under the base of the head.
D. Nozzles: Supply appropriate nozzle for best performance.
E. Adjustment: Adjust nozzles and radius of throw to minimize overspray onto hard surfaces.
COLLEGE & LAKE INTERSECTION SECTION 02810 — IRRIGATION
Page 4 of 6
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
AUmu ca-a twv-uva) 2 of 3 #5217315/M214833
DESCRIPTIONS (Continued from Page 1)
If required by written contract and coverage applies only as respects
work performed by the Insured for the Additional Insureds.
All coverage terms, conditions and exclusions of the policy apply.
Additional Insureds: The City of Ft. Collins, the Engineer, the Engineer's
Consultants and their officers and employees and any other persons or
entities identified in the contract.
* The following cancellation conditions always apply:
-10 days for non-payment of premium
- If policy shown, 10 days for Workers' Compensation for fraud;
material misrepresentation; non-payment of premium; other reasons
approved by the Commissioner of Insurance
AMS ZO.3 (ZUUINU) 3 013 95217315/M214833
INSURM: TIM Constructors, Inc.
Additional Insured — Automatic - Owners, Lessees Or
Contractors - Broad Form
9
ZURICH
Policy No.
Ef. .. Date of Pol.
1 ' 11 Date of Pol.
Eff. Date of End.
Producer
Add'I. Prem
Return Prem.
1
$
$
CP03757882
07/01/04
07/01/05
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the:
Commercial General Liability Coverage Part
A. WHO 1S AN INSURED (Section II) is amended to include as an insured any person or organization whom you are required
to add as an additional insured on this policy under a written contract or written agreement.
B. The insurance provided to additional insureds applies only to "bodily injury", "property damage" or "personal and advertis-
ing injury covered under Section I, Coverage A, BODILY INJURY AND PROPERTY DAMAGE LIABILITY and
Coverage B, PERSONAL AND ADVERTISING INJURY LIABILITY, but only if:
1. The "bodily injury" or "property damage" results from your negligence; and
2. The "bodily injury", "property damage" or "personal and advertising injury" results directly from:
a. Your ongoing operations; or
b. "Your work" completed as included in the "products -completed operations hazard",
performed for the additional insured, which is the subject of the written contract or written agreement.
C. However, regardless of the provisions of paragraphs A. and B. above:
1. We will not extend any insurance coverage to any additional insured person or organization:
a. That is not provided to you in this policy; or
b. That is any broader coverage than you are required to provide to the additional insured person or organization in the
written contract or written agreement; and
2. We will not provide Limits of Insurance to any additional insured person or organization that exceed the lower of:
a. The Limits of Insurance provided to you in this policy; or
b. The Limits of Insurance you are required to provide in the written contractor written agreement.
D. The insurance provided to the additional insured person or organization does not apply to:
"Bodily injury", "property damage" or "personal and advertising injury" that results solely from negligence of the addi-
tional insured; or
U-GL-1175-A CW (9/03)
Page 1 of 2
Includes coovrichted material of Insurance Services Office, Inc, with its Dermission.
2. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering or. failure, to
render any professional architectural, engineering or surveying services including:
a. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field
orders, change orders or drawings and specifications; and
b. Supervisory, inspection, architectural or engineering activities.
E. The additional insured must see to it that:
1. We are notified as soon as practicable of an "occurrence" or offense that may result in a claim:
2. We receive written notice of a claim or "suit" as soon as practicable; and
3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by an-
other insurer under which the additional insured also has rights as an insured or additional insured.
F. The insurance provided by this endorsement is primary insurance and we will not seek contribution from any other in-
surance available to any additional insured person or organization unless the other insurance is provided by a contractor
other than you for the same operations and job location. Then we will share with that other insurance by the method de-
scribed in paragraph 4.c. of SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS.
Any provisions in this Coverage Part not changed by the terms and conditions of this endorsement continue to apply as writ-
ten.
U-GL-1175-A CW (9/03)
Page 2 of 2
SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: CITY OF FORT COLLINS
(OWNER)
DATE OF SUBSTANTIAL COMPLETION
PROJECT TITLE:
SH 287 & LAKE STREET MEDIAN IMPROVEMENTS;
BID NO. 5866
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
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, SH 287 & LAKE
STREET MEDIAN IMPROVEMENTS; BID NO. 5866.
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: City of Fort Collins
By:
Title:
ATTEST:
Title:
7/96
Section 00640 Page 1
0
SECTION 00650
LIEN WAIVER RELEASE
(CONTRACTOR)
TO: City of Fort Collins, Colorado (OWNER)
FROM: (CONTRACTOR)
PROJECT: &H 287 & LAKE STREET MEDIAN IMPROVEMENTS; BID NO. 5866
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 day of 20_
CONTRACTOR
By:
Title:
ATTEST:
Secretary
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
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: SH 287 & LAKE STREET MEDIAN IMPROVEMENTS; BID NO. 5866
CONTRACT DATE:
In accordance with the provisions of the Contract between the OWNER and the
CONTRACTOR as indicated above, for
(Surety) on bond of
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.
Federal Aid Project # SHE 2873-128
Project Code # 14591
3.07 Controller Installation:
A. NA
3.09 Wiring:
A. Comply with local electrical codes.
B. Install common ground wire and one control wire for each remote control valve. Multiple valves on a
single control wire are not permitted.
3.10 Point of Connection:
A. Make connections to the existing mainline. Make connection below ground.
3.11 Testing
A. All tests to be run in the presence of Owners' representative. Schedule all tests a minimum of 48 hours
in advance of tests. Repeat any failed tests until full acceptance is obtained.
B. Operational Test: Activate each remote control valve from the controller in the presence of Owners'
representative. Replace, adjust or move heads and nozzles as needed to obtain acceptable performance
of system. Replace defective valves, wiring or other appurtenances to correct operational deficiencies.
3.12 Completion Services
When project construction is complete, request from Owners' representative a punch list inspection for
Construction Acceptance:
A. Demonstrate system to Owner personnel.
B. Provide Owner personnel with ordering information including model numbers, size and style for all
components.
C. Provide two sets of as built drawings per below, showing system as installed with each sheet clearly
marked "AS -BUILT DRAWINGS", the name of the project and all information clearly provided. As-
builts shall reflect changes indicated on weekly red line submittals.
1. One set of reproducible Mylar, no larger than 24" x 36".
2. One set of all sheets reduced to I I" x 17", with each station color coded, and each sheet plastic
laminated.
3. Provide as -built drawing on computer disk in a *.DWG format.
D. Clean Up: Remove all excess materials, tools, rubbish and debris from site.
E. Contractor shall request Final Acceptance inspection from Owner.
F. Provide Owner personnel operating keys, servicing tools, test equipment, warranties/ guarantees,
maintenance manuals, and contractor's affidavit of release of liens. Keys, tools and other operating
equipment need to be turned over to Owner. Submittal of all these items must be accompanied by a
transmittal letter and delivered to the Owner offices (delivery at the project site is acceptable with
signed receipt).
COLLEGE & LAKE INTERSECTION SECTION 02810— IRRIGATION
Page 5 of 6
DR 0172 (01/03) 6
COLORADO DEPARTMENT OF REVENUE
DEER CO 8021
( 03) 38 SERV (7378) CONTRACTOR APPLICATION
FOR
EXEMPTION CERTIFICATE
Pursuant to Statute
Section 39-26.114(1)(a)(M)
DO NOT WRITE IN THIS SPACE
The exemption certificate for which you are applying must be used only for the purpose of purchasing construction and building
materials for the 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 of yourexemption certificate and other penalties 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 THEAPPLICATION TO BE DENIED.
Registration/Account No. (to be assigned by DOR)
89 _
Period
0170-750 (999) $0.00
Trade name/DBA:
Owner, partner, orcorporale 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:
CAI `IN#� JE Ir14ATI�fV Copies
wtlt ar Contract "Agiewwrit s:(1)'identltytng,ttk; c�rnracHn9 pe dos;ley bid
t iljnafures.of eontri miss MUST be attafxhed.
Nameofexempt organization (as shown on contract): Exempt organization's number.
98 -
Address of exempt organization (City, State, 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 (!as) where project is located)
Scheduled Month Day 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:
DO NOT WRITE BELOW TH15 LINE
Special Notice -
Contractors who have completed this application in the past, please note the following changes in procedure:
The Department will no longer issue individual Certificates of exemption to subcontractors. Only prime contrac-
tors will receive a Contractor's Exemption Certificate on exempt projects.
Upon receipt of the Certificate, the prime contractor should make a copy for each subcontractor involved in the
project and complete it by filling in the subcontractor's name and address and signing it.
The original Certificate should always be retained by the prime contractor. Copies of all Certificates that the
prime contractor issued to subcontractors should be kept at the prime contractor's place of business for a
minimum of three years and be available for inspection in the event of an audit.
Once an 89# has been assigned to you, please use the next five numbers following it for any applications
submitted for future projects. This should be your permanent number. For instance, if you were assigned 89-
12345-0001, every application submitted thereafter should contain 89-12345 on the application. The succeed-
ing numbers will be issued by the Department of Revenue. DO NOT enter what you believe to be the next in
sequence as this may delay processing of your application.
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
Number & Title Number Number & Title
1. DEFINITIONS
1.1
Addenda.............................................1
1.2
Agreement..........................................1
1.3
Application for Payment ,,,,,,,,,,,,,,,,,,,,,,,1
1.4
Asbestos.............................................1
1.5
Bid.....................................................1
1.6
Bidding Documents .............................1
1.7
Bidding Requirements .........................
(
1.8
Bonds.................................................1
1.9
Change Order......................................1
1.10
Contract Documents
1.11
Contract Price,,,,,,,,;,,,,,,,,,,,,,,,,,,,,,,,,,,,,,1
1.12
Contract Times,,,,,,
1
1.13
CONTRACTOR,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,1
L14
defective.............................................1
1.15
Drawings............................................1
1.16
Effective Date of the Agreement ............
1
1.17
ENGINEER, ...... I .................................
1
1.18
ENGINEER's Consultant
1
1.19
Field Order.........................................1
1.20
General Requirements .........................2
1.21
Hazardous Waste
;.2
1.22.a
Laws and Regulations; Laws or
Regulations......................................2
1.22.b
Legal Holidays....................................2
1.23
Liens.................................................2
1.24
Milestone ..............................
1.25
Notice of Award ..................................
2
1.26
Notice to Proceed;2
1.27
OWNER.............................................2
1.28
Partial Utilization
2
1.29
PCBs..................................................2
1.30
Petroleum...........................................2
1.31
Project................................................2
1.32.a
Radioactive Material
1.32.b
Regular Working Hours ........ ..........2
1.33
Resident Project Representative,,,,,,,,,,,,
2
1.34
Samples..............................................2
1.35
Shop Drawings ................... I................
1.36
Specifications.....................................2
1.37
Subcontractor.....................................2
1.38
Substantial Completion .......................2
1.39
Supplementary Conditions,,,,,,,,,,,,,,,,,,
2
1.40
Supplier ........................... ...................
2
1.41
Underground Facilities .....................2-3
1.42
Unit Price Work .................................
3
1.43
Work.................................................3
1.44
Work Change Directive ........................3
1.45
Written Amendment ...........................3
M
Page
Number
2. PRELIMINARY MATTERS ................................ 3
2.1
Delivery of Bonds .............................3
2.2
Copies of Documents .......................3
2.3
Commencement of Contract
Times; Notice to Proceed,,,,,,,,,,,,,,,
3
2.4
Starting the Work ............................3
2.5-2.7
Before Starting Construction;
CONTRACTOR'S Responsibility
to Report; Preliminary Schediles;
Delivery of Certificates of
Insurance ..................................
3-4
2.8
Preconstruction Conference
4
2.9
Initially Acceptable Schedules ..........4
CONTRACT DOCUMENTS: INTENT,
AMENDING, REUSE..........................................4
3.1-3.2
Intent .............................................
4
3.3
Reference to Standards and Speci-
fications of Technical Societies;
Reporting and Resolving Dis-
crepancies ..................................
4-5
3.4
Intent of Certain Terms or
Adjectives .....................................
5
3.5
Amending Contract Docunents.........
5
3.6
Supplementing Contract
Documents ...............:..............:....
5
3.7
Reuse of Documents
5
4. AVAILABILITY OF LANDS;
SUBSURFACE AND PHYSICAL CONDITIONS;
REFERENCE POINTS.........................................5
4.1
Availability of Lands.....................5-6
4.2
Subsurface and Physical
Conditions .................................... 6
4.2.1
Reports and Drawings......................5
4.2.2
Limited Reliance by CONTRAC-
TOR Authorized; Technical
Data..............................
4.2.3
Notice of Differing Subsurface
or Physical Conditions,,,,,,,,,,,,,,,,,, 6
4.2.4
ENGINEER's Review,,,,,,,,,,,,,,,,,,,,,,,6
4.2.5
Possible Contract Documents
Change.........................................6
4.2.6
Possible Price and Times
Adjustments...............................¢-7
4.3
Physical Conditions --Underground
Facilities.......................................7
4.3.1
Shown or Indicated 7
4.3.2
Not Shown or Indicated,,,,,,,,,,,,,,,,,,, 7
4.4
Reference Points7
EICDC 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
TRACTORS 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,,,,,,,,,,,,,,,,,,,
..........................................
Approval of Required
_
5.5
OWNERs 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
CONTRACTORs General
tional Property Insurancq.................10
Warranty and Guarantee, ..............
17 -
5.8
Notice of Cancellation Provsion.........
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. OWNERS
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. CONTRACTORS RESPONSIBILITIES ...............11
When Due ........... .......................
18
6.1-6.2
Supervision and Superintendencp .......
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 Orders:..............................19
CONTRACTORs ExP4nse;
8.7
Inspections, Tests and
Substitute Construction
Approvals...................................19
Methods or Procedures;
8.8
Stop or Suspend Work;
ENGINEER's Evaluation.............12-13
Terminate CONTRACTOR's
-
6.8-6.11
Concerning Subcontractors,
Services......................................19
Suppliers and Others;
8.9
Limitations on OWNERS
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 ....................
19
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 Loadmg.....................15
9. ENGINEERS 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 Program§
...... 16
9.3
Project Representative ...............19-21
_
6.23
Emergencies.;,,,,. *..... .. ................16
9.4
Clarifications and Interpre-
6.24
Shop Drawings and Sample�..............16
tations........................................?1
9.5
Authorized Variations in Vibrk
........ 21
EJCDC GENERAL CONDITIONS 19I0-8 (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
9.6
Rejecting Defective Work...................21
13.8-13.9
Uncovering Work at ENGI-
9.7-9.9
Shop Drawings, Change Orders
NEER's Request ...................„27-28
and Payments....................................21
13.10
OWNER May Stop the Work ..........
28
9.10
Determinations for Unit Prices,,,,,,
21-22
13.11
Correction or Removal of
9.11-9.12
Decisions on Disputes; ENGI-
Defective Work .......................
*... 78
NEER as Initial Interpreter..............22
13.12
Correction Period„.,,,,,,,,,,,,,,,,,,,,,,,,28
9.13
Limitations on ENGINEER's
13.13
Acceptance ofDefective Work .........
28
Authority and Responsibilitieg.....
2-23
13.14
OWNER May Correct Defective
Work .....................................
28-2 9
CHANGES IN THE WORK .......................................
23
10.1
OWNER's Ordered Change ................
23
14. PAYMENTS TO CONTRACTOR AND
10.2
Claim for Adjustment ........................23
COMPLETION,,,.......*.........
.......29
10.3
Work Not Required by Contract
14.1
Schedule of Values .........................79
Documents ....................................
23
14.2
Application for Progress
10.4
Change Orders ... ... ............................23
Payment .....................................
29
10.5
Notification of Surety ........................23
14.3
CONTRACTOR'sWarranty of
Title..........................................
29
CHANGE OF CONTRACT PRICE .............................23
14.4-14.7
Review of Applications for
11.1-11.3
Contract Price; Claim for
Progress Payments „...............29-30
Adjustment; Value of
14.8-14.9
Substantial Completion,,,,,,,,,,,,,,,,,,
30
the Work
23-24
14.10
Partial Utilization,
11.4
Cost of the Work . ....................24-25
14.11
Final Inspectioq .............................
31
11.5
Exclusions to Cost of the Work .........25
14.12
Final Application for Payment
31
11.6
CONTRACTOR's Fee........................25
14.13-14.14
........
Final Payment and Acceptancq 31
11.7
Cost Records .................................
14.15
Waiver of Claims ......................
.......
31-32
11.8
Cash Allowances,•,
26
11.9
Unit Price Work ................................
26
15. SUSPENSION OF WORK AND
.
TERMINATION
................................................
2
CHANGE OF CONTRACT TIMES ............................26
15.1
OWNER May Suspend Work
32
12.1
Claim for Adjustment .......................
26
15.2-15.4
..........
OWNER May Terminate..,,,,,,.,,,,,,,
32
12.2
Time of the Essence ..........................26
15.5
CONTRACTOR May Stop
12.3
Delays Beyond CONTRACTOR's
Work or Terminate,,,,,,,,,,,,,,,,,
32-33
Control ......................................
26-27
12.4
Delays Beyond OWNER's and
16. DISPUTE RESOLUTION ..................................
33
CONTRACTOR's Control...............27
17. MISCELLANEOUS...........................................33
TESTS AND INSPECTIONS; CORRECTION,
17.1
Giving Notice ................................
33
REMOVAL OR ACCEPTANCE OF
17.2
Computation of Times....................33
DEFECTIVE
WORK ..................................................
27
17.3
Notice of Claim ..............................
33
13.1
Notice of Defects ... ... .........................27
17.4
Cumulative Remedies
33
13.2
Access to the Work ......... .........27
17.5
......................
Professional Fees and Court
13.3
Tests and Inspections;
Costs Included .............................33
CONTRACTOR's Cooperation,,,.,,,,,
27
17.6
Applicable State Laws,,,,,,,,,,,,,,,
33-34
13.4
OWNER's Responsibilities;
Intentionally left blank.......................................35
Independent Testing Laboratory
,,.,,• 27
13.5
CONTRACTOR's
EXHIBIT GC -A:
(Optional)
Responsibilities...............................27
Dispute Resolution Agreement,,,,,,,,,,,,,,,,,,,,,
GC -AI
13.6-13.7
Covering Work Prior to Inspec-
16.1-16.6
Arbitration, ......... .........QC
-Al
tion, Testing or Approval.................27
16.7
Mediation...............................
GC -Al
1° FJCDC 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$......................0.7.1
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 Specificationsl....... (1.6, 1.10, 6.19), 1.1
Additional Property Insurances ................................. 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................).10, 1.45, 3.5, 5.10, 5.12, 6.6.2
..........................6.8.2, 6.19, 10.1, 10A, 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.................................................... .................... .
Asbestos --
claims pursuant theretq...........................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 change ........................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,
.................................... I...
9.13, 10.5, 14.7.6
Performance, Payment and Othef...................5.1-5.2
Bonds and Insurance --in general.................................5
Builder's risk "all-risk" policy form ........................5.6.2
Cancellation Provisions, Insurance........
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 Insurpncq.............2.7, 5.3, 5.4.11, 5.4.13,
........I..............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....................................................10.3-10.4
Testing and Inspection,
Uncovering the Work..................................13.9
EICDC GENERAL CONDITIONS 1910-8 (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,,,,,,,,,,,,,
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 Prioq................
..................... 11
Change of Contract Times..................................12
Changes in the Work ...........................................10
CONTRACTOR's fee........................................11.6
Cost of the Work.......................................11.4-11.7
Cost Records ......... .........
....................11.7
definition of .................1.9
.......................................
emergencies .............................................
....... 0.23
ENGINEER's responsibility .......
9.8, 10.4, 11.2, 12.1
executionof.....................................................10.4
Indemnifiction .........................6.12, 6.16, 6.31-6.33
Insurance, Bonds and.......................5.10,
5.13, 10.5
OWNER may terminate .........
.............15.2-15.4
OWNER's Responsibility .............................$.6,
10.4
Physical Conditions --
Subsurface and..............................................4.2
Underground Facilities--.............................4.3.2
Record Documents,,,,,,,,,,,,,; „
Scope of Change.......................................10.3-10.4
Substitutes ...............................................
.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,
9A, 9.5, 9.11, 10.2,
...........................11.2, 11.9, 12.1, 13.9, 14.8,
............................................15.1,
15.5, 17.3
vi
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............................................16.1
Dispute Resolution Agreement ....................
j6.1-16.6
ENGINEER as initial interpretor.....
.............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 op ........................:...9.11
Substitute Items,,,,,,,,,,,,,,,,,,,
0.7.1.2
Time Extension .. .. .............................................12.1
Time requirements ...................................
9.11, 12.1
Unit Price Work, ,,,,,,,,, ,,,,,•..
,,,,,,.,..•11.9.3
Value of .............................. ............................
1.1.3
Waiver of --on Final Payment .................
j4.14, 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..............................................0.2,
6.9.2, 8.1
Hazard Communication Programs .....................§.22
Completion --
Final Application for Payment ..........................14.12
Final Inspectiorl..............................................14.11
Final Payment and Acceptance ...............14.13-14.14
Partial Utilization,,,,,,,,,,,,,,,,,,,* ........................
14.10
Substantial Completion ......................1.38,
14.8-14.9
Waiver of Claims............................................14.15
Computation of Times ,,,,,,,,,,,,,,,,,,,,,,,,,,,••„17.2.1-17.2.2
Concerning Subcontractors, Suppliers
and Others.................................................6.8-6.11
Conferences --
initially acceptable schedules ..............................
2.9
preconstruction .................
2.8
Conflict, Error, Ambiguity, Discrepancy --
CONTRACTOR to Report ..........................7.5,
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................................. .........................3.5
Bonds.................................
5.1
EJCDC 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 ....................................
I I
Change of Contract Times ..................................
12
Changes in the Work................................1010.5
.4
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 data,,,,,,,,,,,,,,
8.3
OWNER's responsibility to make
prompt payment ..........................$3, 14.4, 14.13
precedence................................................3.1,
3.3.3
Record Documents............................................0.19
Reference to Standards and Specifications
of Technical Societies ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,3.3
Related Work......................................................7.2
Reporting and Resolving Discrepancies ........
2.5, 3.3
Reuseof............................................................3.7
Supplementing..................................................3.6
Termination ofENGINEER'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..........................................................I
I
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............................0..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
vii
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 condition$...................................4.2.3
Discrepancy in Documents ........ 2.5, 3.3.2, 6.14.2
Underground Facilities not indicate4.........,
4.3.2
Emergencies.....................................................0.23
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 .......................0.30
Hazard Communication Programs .....................0.22
Indemnification .........................0.12, 6.16,
6.31-6.33
Inspection of the Work ...............................
7.3, 13.4
Labor, Materials and Equipment ....................0.3-6.5
Laws and Regulations, Compliance by,,,,,,,,,,,,, 6.14.1
Liability Insurance..............................................5.4
Notice of Intent to Appeat .........................9.10,
10.4
obligation to perform and complete
theWork....................................................0.30
Patent Fees and Royalties, paid for by.................6.12
Performance and Other Bonds.............................5.1
Permits, obtained and paid for by.......................0.13
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...........................0.7.1
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
ENGINEEWs evaluation, Substitutes
or "Or -Equal" Items.............................0.7.3
For Acts and Omissions
of Others.............................6.9.1-6.9.2,
9.13
for deductible amounts, insurance. ..................
5.9
general........................................0, 7.2,
7.3, 8.9
Hazardous Communication Programs.,.,,.,..,
6.22
Indemnification ...................................
6.31-6.33
EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION) w
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99) ,�
Federal Aid Project # SHE 2873-128
Project Code # 14591
METHOD OF MEASUREMENT AND BASIS OF PAYMENT
No measurement will be made for this item. Payment will be made under:
Item No.
Pay Item
Pay Unit
623.01
Median Irrigation
LS
Payment will be full compensation for all labor, materials and equipment required to complete the work.
COLLEGE & LAKE INTERSECTION SECTION 02810— IRRIGATION
Page 6 of 6
Labor, Materials and Equipment..............0.3-6.5
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 Procedures6.7.2
Substitutes and "Or -Equal" ItemS................0.7.1
Superintendence ................ .........
.......6.2
Supervision..,,,,,...............6.1
.............................
Survival of Obligations................................6.34
Taxes...........................................................15
Tests and Inspections..................................13.5
ToReport......................................................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 clairq........... 4, 7.1, 9.4, 9.5, 9.11,
10.2,11.2,
.......... J 1.9, 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 Submittalg.....
6.24-6.28
Special Consultants........................................11.4.4
Substitute Construction Methods and Procedures„6.7
Substitutes and "Or -Equal" Items,
Expense .......................................... 6.7.1,
6.7.2
Subcontractors, Suppliers and Other4,,,,,..,,,,
6.8-6.11
Supervision and Superintendence ......... 6.1,
6.2, 6.21
Taxes, Payment by............................................15.15
Use of Premises ...............................
6.16-6.18
Warranties and guarantees .........................
6.5, 6.30
Warranty of Title..........................................I...14.3
Written Notice Required --
CONTRACTOR stop Work or terminate,
....... 15.5
Reports of Differing Subsurface
and Physical Condition§ .......................
4.2.3
Substantial Completion................................14.8
viii
CONTRACTORS --other .............................................. 3
Contractual Liability Insurance..............................$.4.10
Contractual Time Limits.........................................J2.2
Article or Paragraph
Number
Coordination_
CONTRACTOR's responsibility ........................6.9.2
Copies of Documents ............. ............................
2.2 .
Correction Period ..................... ... ..........................13.12
Correction, Removal or Acceptance
of Defective Work--
in general...................................10.4.1,
13.10-13.14
Acceptance ofDefective Work .........................13.13
Correction or Removal of
Defective Work,, ,,,,,,,,,,,,,,,,,,,,, ,,,,,,,,,6.30,
13.11
Correction Period
...........i3.12
OWNER May Correct Defective Work ..............13.14
OWNER May Stop Work.................................13.10
Cost --
of Tests and Inspection$ ...................................
13.4
Recordsll.7
Cost of the Work --
Bonds and insurance, additional...................11.4.5.9
Cash Discounts...............................................11.4.2
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
Records11.7
Rentals of construction equipment
and machinery......................................11.4.5.3
Royalty payments, permits and
license fees............................................11.4.5.5
Site office and temporary facilitie$................J
1.4.5.2
Special Consultants, CONTRACTOR's
............. 11.4.4
Supplemental ... . ............
Taxes related to the Work............................11.4.5.4
Tests and Inspection.........................................13.4
Trade Discounts.............................................11.4.2
Utilities, fuel and sanitary facilities„.............11.4.5.7
Work after regular hours.................................11.4.1
Covering Work...............................................13.6-13.7
Cumulative Remedies,,,,,,..*....* ......................
17.4-17.5
Cutting, fitting and patching....................................7.2
Data, to be furnished by OWNED..............................$.3
Day --definition of,,,,, ,,,,,,,,,,,,,
Decisions on Disputes ....................................
9.11, 9.12
defective --definition o1',,,,,,,,,,,,,,.............................
J.14
defective Work--
Acceptanceof......................................10.4.1,
13.13
EICDC 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;...........................7.7
Determinations for Unit Prices ................................
9.10
Differing Subsurface or Physical Conditions --
Notice of........................................................4.2.3
ENGINEER's Review ......................................
4.2.4
Possible Contract Documents Changq..............
4.2.5
Possible Price and Times Adjustmentg.............
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
generall6
Mediation........................................................1.6.6
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 gf..............1.16
Emergencies...........................................................0..23
ENGINEER --
as initial interpreter on disputes .................9.11-9.12
definition of.....................................................1.17
Limitations on authority and responsibilitieg
..... 9.13
Replacement of ..................................................
8.2
Resident Project Representative ...........................9.3
ENGINEER's Consultant -- definition of ..................1.18
ENGINEER's--
authority and responsibility, limitations orl........ 9.13
Authorized Variations in the Work.....................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 Itemg .... I.....................6.7.3
Liability...................................................6.32,
9.12
Notice Work is Acceptable...............................14.13
Observations...........................................6.30.2,
9.2
ix
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 oq.................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 Cmstruction--
authorized variations in the Work..................9.5
Clarifications and Interpretation8 ..................9.4
Decisions on Disputeq..........................9.11-9.12
Determinations on Unit Price ........................
9.10
ENGINEER as Initial Interpreter......... ..........
ENGINEER's Responsibilities ................9.1-9.12
Limitations on ENGINEER's Authority
and Responsibilitieg..............................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..............................7.2,
9.1
Equipment, Labor, Materials and.........................0.3-6.5
Equipment rental, Cost of the Work..................11.4.5.3
Equivalent. Materials and Equipment .........................6.7
error or omissionq..................................................6.33
Evidence of Financial Arrangements .......................F-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 Inspectio►t...................................................
J 4.11
Final Payment --
and Acceptance......................................14.13-14.14
Prior to, for cash allovances...............................11.8
General Provisions..........................................17.3-17.4
General Requirements --
definition of.....................................................1.20
principal references tg..............7.6, 6.4, 6.6-6.7, 6.24
Giving Notice ............................. : ...........................
17.1
Guarantee of Work --by CONTRACTOR ........
15.30, 14.12
Hazard Communication Programq ...........................0.22
Hazardous Waste --
definition of.....................................................1.21
general.............................................................
4.5
OWNER's responsibility for ........................
:.....8.10
EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Indemnification, ............................. 0..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 by ENGINEER 9.6
Tests and Approval.............................8.7, 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..................7.7, 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 ..................................5A
CONTRACTOR's objection to coverage.............5.14
Contractual Liability......................................5.4.10
deductible amounts, CONTRACTOR's
responsibility.................................................
5.9
Final Applicafon for Payment .........................14.12
Licensed Insurers...............................................5.3
Notice requirements, material changes ........
5.8, 10.5
Option to Replace.............................................5.14
other special insurances....................................5.10
OWNER as fiduciary for insureds .............5.12-5.13
OWNER's Liability : ...........................................
5.5
OWNEWs 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..........................4.3-6.5
Lands --
andEasements...................................................$.4
Availability of.............................................4.1,
8.4
Reports and Tests...............................................$A
Laws and Regulations --Laws or Regulations--
Bonds........................................................5.1-5.2
Changes in the Work .......................................
10.4
Contract Documents...........................................3.1
CONTRACTOR's Responsibilities .....................0.14
Correction Period, defective Work....................J3.12
Cost of the Work, taxes ...............................
J 1.4.5.4
definition of.....................................................1.22
general6.14
Indemnification ................................. ..
6.31-6.33
Insurance................................. ..........................5.3
Precedence ....................... .................3.1, 3.3.3
Reference to .............................. 3.3.1
......................
Safety and Protection................................6.20, 13.2
Subcontractors, Suppliers and Otherg........... 6.8-6.11
Article or Paragraph
Number
Tests and Inspections,,,,,,.... ........................
0.16
Visits to Site.......................................................9.2
Liability Insurance--
CONTRACTOR's...............................................
5.4
OWNER's...........................................................5.5
Licensed Sureties and Insurers ................................
5.3
Liens --
Application for Progress Payment .......................14.2
CONTRACTOR's Warranty of Title....................14.3
Final Application for Payment .........................14.12
definition of.........................................I............1.23
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..................33.1
Materials and equipment --
furnished by CONTRACTOR...............................0.3
not incorporated in Work...................................14.2
Materials or equipment --equivalent ...........................6.7
Mediation (Optional)..............................................16.7
Milestones --definition of........................................1.24
Miscellaneous --
Computation of Times.......................................17.2
Cumulative Remedies......., .................................
17.4
Giving Notice. .......................
17.1
Notice of Claim.................................................17.3
Professional Fees and Court Costs Includej.........
17.5
Multi -prime contracts .....................................
Not Shown or Indicated ............................. „4.3.2
Notice of --
Acceptability of Project....................................14.13
Award, definition of.........................................1.25
Claim............................................................13.3
Defects,13.1
Differing Subsurface or Physical Conditions ......
4.2.3
Giving...........................
Tests and Inspections......... 13.3
Variation, Shop Drawing and Sample .............0.27
Notice to Proceed --
definition ...................
of..................................1.26
.
givingof............................................................?.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...........................G.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......................................................0.3
May Correct Defective Work...........................13.14
May refuse to make paymenl.............................J4.7
May Stop the Work.........................................J3.10
May Suspend Work,
Terminate . ........................... $.8, 13.10,
15.1-15.4
Payment, make prompt.....................$.3, 14.4,
14.13
performance of other work ..................................
7.1
permits and licenses, requirementg ....................6.13
purchased insurance requirementg..............
5.6-5.10
OWNER's--
Acceptance of the Work..............................0.30.2.5
Change Orders, obligation to executg..........
8.6, 10.4
Communications ................ :................................
.1
Coordination of the Work ...................................
7.4
Disputes, request for decisiorl............................9.11
Inspections, tests and approvalg..................$.7,
13.4
Liability Insurance .............................................
5.5
Notice of Defects..............................................13.1
Representative --During Construction,
ENGINEER's Status .......... :...........................
9.1
Responsibilities --
Asbestos, PCBs, Petroleum, Hazardous
Waste or Radioactive Material................8.10
Change Orders .............................................
8.6
Changes in the Work ..................................
10.1
communications............................................8.1
CONTRACTOR's responsibilities ...................
.9
evidence of financial arrangementp...............$.11
inspections, tests and approvals .....................8.7
insurance......................................................
$.5
lands and easements.....................................8.4
prompt payment by........................................8.3
replacement of ENGINEER ...........................$.2
reports and tests ................................ ...........
8.4
stop or suspend Work..................5.8, 13.10, 15.1
terminate CONTRACTOR's
services..........................................5.8,
15.2
separate representative at sitg .............................
9.3
testing, independent.........................................13.4
use or occupancy
of the Work ..........................5.15, 6.30.2.4, 14.10
written consent or approval
required.........................................9.1, 6.3, 11.4
EICDC GENERAL CONDITIONS 1910-9 (1990 EDITION) tr�
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.....................................................1.29
general ...............
.4.5
OWNER's responsibility for...............................8.10
Partial Utilization --
definition of.....................................................1.28
general 6.30.2.4, 14.10
Property Insurance .............................................
.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 ....................„J4.2
CONTRACTOR's Warranty of Title...................J4.3
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..........:.......................................83
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
C.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 ................................
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 ...................................................
4.2
Subsurface Conditions...................................4.2.1.1
Technical Data, Limited Reliance by
CONTRACTOR Authorized
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.......................................2.8
Preliminary Matters.....,,,................................................2
Preliminary Schedules,,,,, .........................
2.6
Premises, Use of ..........................................
...
6.16-6.18
Price, Change of Contract.....:....................................I
I
Price, Contract --definition of .................................
1.11
Progress Payment, Applications for ..........................J4.2
Progress Payment--retainage...................................14.2
Progress schedule, CONTRACTOR's...........
2.6, 2.8, 2.9,
................................. 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 ,,,,,,,,,,,,,,,,,,,„6.20-6.21,
13.2
Punchlist..........................................................1.4.11
Radioactive Material--
defintionof.....................................................3.32
general4.5
OWNER'S responsibility for,,,,,,,,,,,,,,,,,,,,,,,,,,,,
$.10
Recommendation of Payment._ ......... j4.4, 14.5, 14.13
Record Documents ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,6.19,
14.12
Records, procedures for maintaining .........................
2.8
ReferencePoints.......................................................4.4
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,,,,,,,,,,,,;,,,,,,,
5.28
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 .....................8
4
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 on.............................................9.13
OWNER's-in general .............................................
Retainage............................................................1.4.2
Reuse of Documents.................................................3.7
Review by CONTRACTOR: Shop Drawings
and Samples Prior to Submittal ..........................0.25
Review of Applications for
Progress Payments....................................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....................................................0.24.2
submittal procedures.........................................6.25
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...........................................................0..6
Change of Contract Times ................
1................10.4
Initially Acceptable ......................................
2.8, 2.9
Preliminary........................................................2.6
Scope of Changes......................................10.340.4
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
ENGR4EER'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 ................................................
.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......................................................0.17
Site, Visits to --
by ENGINEER ..........................................
9.2, 13.2
byothers..........................................................13.2
"special causes of loss" policy form,
insurance........................................................j.6.2
definition of. .................................................... 1.36
Specifications—
defination of....................................................1.36
of Technical Societies, reference t0...................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.....................................................2.4
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 .................................................
.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.......................................................0.25
Progress Schedules......................................2.6,
2.9
Samples...................................................0.24-6.28
Schedule of Values.....................................2.6,
14.1
Schedule of Shop Drawings and Samples
Submissions .....................................
2.6, 2.8-2.9
Shop Drawings ........................................
6.24-6.28
Substantial Completion --
certification of............................0.30.2.3,
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
EICDC GENERAL CONDITIONS 1910-5 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9199)
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
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 ...................................................
4.2
Subsurface Conditions at the Site4.2.1.1
Technical Data.................................................4.2.2
Supervision—
CONTRACTOR's responsibility,,,_,_,,,,,
6.1
OWNER shall not supervise,,,,,,,,,,,,,,
,,,,,,,,, ,,,8.9
ENGINEER shall not supervisq.................9.2,
9.13.2
Superintendence.......................................................
6.2
Superintendent, CONTRACTOR's resident
...............6.2
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 Documentg ..........................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...............................................0.11
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 ofObligations ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,6.34
Suspend Work, OWNER May .......................J3.10,
15.1
Suspension of Work and Termination-- ......................Is
CONTRACTOR May Stop Work
orTerminate...............................................15.5
OWNER May Suspend Work.............................15.1
OWNER May Terminate............................15.2-15.4
Taxes --Payment by CONTRACTOR, ........................
0.15
Technical Data --
Limited Reliance by CONTRACTOR .................4.2.2
Possible Price and Times Adjustment4,,,,,,•„_....4.2.6
Reports of Differing Subsurface and
Physical Conditions ..........................
4.2.3
xiv
Temporary construction facilities q.1
Article or Paragraph
Number
Termination --
by CONTRACTOR ................
..........15.5
by OWNER........................................8.8,
15.1-15.4
of ENGINEER'S employment...............................6.2
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...............................................13.1
OWNER May Stop Work ..........................
....... 13.10
OWNER's independent testing ..........................J3.4
special, required by ENGINEER, .........................
R.6
timely notice required.......................................13.4
Uncovering the Work, at ENGINEER's
request................................................13.8-13.9
Times--
Adjusting...........................................................0.6
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 Timeg................
2.3
Preconstruction Conference „.........................7.8
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................................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
EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9199)
Variations in Work --Minor
Authorized........ 6.25, 6.27, 9.5
Article or Paragraph
Number
Visits to Site --by ENGINEER....................................9.2
Waiver bf Claims --on Final Payment ......................14.15
Waiver of Rights by insured partieg..................5.11,
6.11
Warranty and Guarantee, General --by
CONTRACTOR................................................0.30
Warranty of Title, CONTRACTOR's........................14.3
Work --
Accessto..........................................................13.2
byothers...............................................................
7
Changesin the.....................................................10
Continuing the..................................................0.29
CONTRACTOR May Stop Work
or Terminate...............................................15.5
Coordination of. ..................................................
7.4
Cost of the.................................................11.4-11.5
definition of......................................................1.43
neglected by CONTRACTOR...........................13.14
otherWork............................................................7
OWNER May Stop Work.................................13.10
OWNER May Suspend Work...................J3.10,
15.1
Related, Work at Site....................................7.1-7.3
Starting the..................................6......................2.4
Stopping by CONTRACTOR .............................
J.5.5
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,
12.1,
*at'ions,
13.12.2, 14.7.2
Written Clari.fiand,.J1.2,
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 E)CDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9199) „�
(This page left blank intentionally)
X°i E1CDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
No Text