Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout113060 MOUNTAIN CONSTRUCTORS INC - CONTRACT - BID - 6100 SOUTH COLLEGE BIKE LANES PROJECTPage is too large to OCR.
Page is too large to OCR.
3.3:3.2the 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 violRtion of such Law or Regulation).
No prtxnsion ofam/ such standard, specificanm, manual,
wdeor irtwrtaiunshaN be effective to charrgt the duties
andtespinnaibilities of OWNER CONTRACTOR a
ENGWISER or ar{y of their subcontractors,-.«nrrsu hams,
agents or employees from those set forth in the Cartmct
1>acummts, non stall a be effective m ammttggtmr to OWNtiR
ENtI1AiE a mlyoCI1VGINEFRs Co taut ar tit r b e$anis or
empltyees anMM',
or so on
to supervise orduet[ the
fiunishing aanoeoC diWak manydutyaaudtarity tane rcslxxtsdsdity incoruistent. with theproviat ofph 9.13 a any other provision of the.
3.4. Whenever inthe Contract .Documents the terms "as
adored", "as directed", "as required", "as altowal", "as
approved" or terms of like effect or import are used,. or the
adjectives. 'reasonable". "suitable". "acooptable", "proper"
it "satisfactory" or adjectives of like effect or import are
used to describe a r¢quirement, d'rection review a
judt nTern of ENGINEER as to the Wok, it is interned that
such n"qutrement, direction, review or judgment will be
solely to evaluate, in general, the completed Wok for
compliance with the requirements of and information in the
Contract Documents and conformance with the dosign
concept of the completed Project as functioning whole as
shown or indicated in the Contract Documents (unless there
is a specific statement Indicating otherwise). The use of
any such teen or adjective shall not be efrective to assign to
ENGINEER any duty a authority to supervise or direst the
fumishimg or performance of the Work or any duty or
authority to undertake responsibility contrary to the
Provisions oft 9.13 a arty Whet provision of the
Contract Documents.
Amen ihng and Supplementing Coatraor Documents:
35. The Contract Documents may be amerchd to
provide for additions, deletitne and revisions in the Work
or to modify the terms aryl conditions thereof in one a
more of the following ways:
3.5.1. afonnal Written Ameralment,
3.5.2. a Change Order (purnant to paragraph 11).4),
or
EJCOC MNL'RAL C'ONOrnONS 19108 (1v00Edsim)
wi CITY OF FORT MWM MOOntCAT1ONS (REV 4n(xq)
33.3. a Work Change Directive (pursuant to
paragraph Iftt).
3.6. In addition, the requirements of the Contract
Documcros may be supplemented, and mina variations
and deviations in the Work may be authortred, in one or
more of the. following ways.
3.6.1, A Fiekl Order (Pursuant to paragraph 9.51
3.6.3. INGINEER'sapprcval of a Shop Drawing or
Sample (pursuant to paragraphs 6,26 and 6.27), or
3.6.3. ENGINEER's written interpretation or
clarification (Putman[ to paragraph 9.4).
Reuse ofDecrrmenk
3.7. CONTRACTOR and any Subcontmctcr a
Supplier or ocher persat or organization performing or
furntstiriig stay of the Work wads a drat or indirect
contractwith OWNER. () sharp rot have or acquire airy
ddc to ar ntvnershipp nghis in any of Cho Drawiigs,
Specifications or other documents {a copies oC any
iher¢oQpepparpdbymbarugtliesealoffi'NGINEERor
pTdC1NEER's Conwtltant, and {I) shall not teuso airy of
sunFt Drnwmgs, Spccificatiom; ether documents or tortes.
on ezrensiorcn ofthe Pndryaut a any odsvr projat without
writteneatxnt of OWNER and ]1GINEER and specific
written verifiaantn w adapuation by ENCiCNEER
ARTICLE 4.-AVAILABILITY OF LANDS;
SUBSURFACE AND PHYSICAL CONDITIONS;
REFERENCE POINTS
hndabrtity of Landc,
4.1. OWNER shall f rmash. as indicated in the Contract
Doctunems, the lands upon which the Work is to be
performed, rights -of --way and easements for access
thereto, and web other lands which are designated for the
use of CONTRACTOR Urronrettsoiahle-weittanreauesL
OWNER. shall identify any encumbrances or restrictions
nor of general application but.Vecscally related to use of
lands so furnishtd with which OONTRACTOR will have
to comply in performing the Work. Easements s nor
p=arwit structures or permanent changes in existing
facilities will be obtained and paid for by OWNER unless
otherwise provided in the Contract Documents. If
CONTRAC IOR and OWNER are unable to agree on
entillement to or the amount or extent of any adjustments
in the Coniract Prue or the Contract Times as a result of
any delay in OWNER's furnishing these lands, rightsof-
wany or eisccrumis; CONTRACTOR may make a claim
therefor as provided in Articles I I and 12.
CONTRACTOR shall provide for an additional lands and..
access thereto that may he required for temporary
construction facilities or storage of materials and
equipment
42, Sabonface and Pky*W Coaddoxv
4,2.1. RepotU 4nd Drawtrtgsr Refaravtce is made to
the Supplementary Ccditimss for identificationofi.
4.2.1.1. Sttbeauface Condlu ra: Throve reports of
:evI ratiaasand testa of a dmuface conditions at or
amti$guuoous to the site that have been blized by
ENGII4EER in preparing the Contract Documents;
and
such
4.2.1.2. Pkcdcal Cbnditio n: Thane drawugs of
physical condition in or ralaung to edstioli s rfltoe.
or subsurfim structures at or contiguous to the site -
utilized * &T MEIN iR i nh nep that hers. ha t
ring the Contract
Documents,
Azlhonzec�
r upon the
mood in such
indicated in the Contract Documents, or
4.23.4. is of an unusual nature, and diEas
materially from conditions ordinarily encountered
and generally recognized as inherent in work of
Its. character provided for m the Centred
Documents; then
Y 0mg6yjy altar
Coco Sather disturbing
rEurming any Work in
n an em. as
notify. 0Vergenry.and
4.2.4. ENCfIIJM's Review. ING)N66R wail
yrtmtptly review the pertinent conditions, datamina the
necessity ofOWNIMs:obtaining additional al exploration or
tests with reaped thereto and advise OWNER :in.:writing
(with a copy to CONTRACTOR) of ENGINEEKs
findings and conclusions.
415, Possible ContractAocnmentr Change: If
ENGINEER concluder that a change in the Contract
Documented is required as a result of a condition ohm meets
one or more ofthe categories in paragraph 4.2.3. a Work
Oirective or a Change Omer will be issued as
pros .d in Article 10 to rel ect and document the
consequences of such change.
4.2.2:1- the completeness of such reports and 42.6. Possible Price and Timed Adurtownts An.
drawings for CONTRACTOWs purposes, equitable adjustment in the Contract Pricy a 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 of revealed condition
procedures of construction to be employed by. mum an increase or decrease in CONTRACTORS cost
CONTRACTOR. and safety fam u now arat of, or time required forperfomtmnce 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 suchdrawings, a
4.2.23. an CONTRACTOR imaspretatuxt of
or conclusion drawn loon any "todmicad dam" or
2such dam. interpretations; opinions or
omsum
4.2.3. Notice of Differing Subsurface or Physical
Conditions: if ;CONTRACTOR believes that arty
sutaorlece or physical condition at or contiguous s to the site
that isuncxwered or revealed either:
4.23.1. is of such a nature as to establish that
any "techtficil 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
charge to the Contract Dommems, or.
4.2.3.3differs materially thorn that shown a
FXDC.rR MAL CONrAMNS 191"(199e edtim)
W(A rY CFFORTCt1LtINSMODHICATrtiNa(REV42NO)
4.2.6.1. .such condition must meet any one or
more of the categories described in
porsgrapbs42.3.1 through 4.2.3.4, inclusive;
4.2.62. a change in the Contract Documents
pursuantto paragraph 4.2.5 will not be an
automatic authorization of nor a condition
precedent to entitlement to my such adjustment;
4.2:6.3. with respect to Work that is. paid for
on a Unit Rice Basis; any adjustment in Coronae
Price will he subject to the provisions of
paragraphs 9.10 and 11.9; and
4.2.6.4. CONTRACTOR shell not be omitted
to wry adjustment in the Contract Prim or Times
if;
4.2,641. CONTRACTOR .knew of
the =Atence of such conditions at the
time CONTRACTOR made a final
commitment to OWNER in respect of
Comma Price and Comm t Times by the
submission of a bid or becoming bound
under a negotiated contract; or
4.2.6,4:1 the existence of such.
condition could reasonably have been
discovered or revealed as a result of any
examination. investigatio,. exploration,
test or study of the site and com6guous
areas required by the Bidding
Requirements o Contract Documents to be
conducted by a for CONTRACTOR prior
to CONTRACTORS making such final.
comtmtmem; or
4.2*43. CONTRACTOR. failed to
give the written notice within the time arid
asraluired by paragraph4.23.
If OWNER and CONTRACTOR are unable to agreeon
attitlemem to or as to the amount or length of arty such
.equitable a4ustment in the Camuct Price or Conract
Times, a claim may be made therefor as provided. in
Articles I I and 12. However, OWNER, ENGINEER and
EbIGINERRs Consultants shall not be liable to
CONTRACTOR for any claims, costs, losses or damages
sustained by CONTRACTOR onor in connection with any
other project or: anticipated Inject.
4.3. Physieal Con,*iions—Onderground Facilities:
4.3.1. Shown orhxtieme& The information and data
.shown or indeatedin the Contract Documents with
respect to wustitg 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 itis
otherwise expressly provided in the Supplementary
Conditions.
4.3.1.1. OWNER and ENGINEER "I not be
responsible for the accuracy or completeness of any
such information a data: and
4.3.1.2_ The cost of all of the following; will be
included in the Contract Price and CONTRACTOR
shall have fullresponsibility for (i) reviewing and
checking all such information and. dam; (i) locating
all UmlerRround Facilities shown a indicated in due
Comma � ocumems,(iu) coordination of the Work
with the owners of such Underground Facilities
during construction, and (iv)the safety and
protections of all such Underground Facilities as
provided in pmagraph6.20 aril repairing any
damaee thereto resuhm Bum the Wmk.
4.3.2. Not S&" or hu hated• If an Undergrormd
Facility is uncovered or revealed at or contiguous to
the site which was not shown or indicated in the
Contract Documents, CONTRACTOR shall. promuptly
imrnedlalplly after becoming aware thereof and before
further disturbing conditions affected thereby or
performing any Work in connection therewith (except
in an emagency as required by paragraph(5.23).
identify the owner of ouch Underground Facility and
WCI)C OENERAL CONAITIOM 191"(19'90&ditiM)
W CITY OF FORT COLLINS M(A)IFICA nONS (REV 4nW)
Undergaitud Facilityand determine the extent, if
airy, to which a tharW is required in the Contract
Documents to reflect and rocument the consequences
of the existence of the Underground Facility, If
ENGINEER concludes that a change in the Contract
Documents srepuiral.aWork C Daectiveora
Change Omer will be issued as promviinn Article 10
to reflect and document such wusequetwm During
suds time. CONTRACTOR shalt be responsible for
the safety and protection of such Underground
not
not know of and could
on entitlement to or the amount or
ac1�tamient in Contract Price or
)NT`RACTOR may make a claim
damages baturedor
on or in connection
Referanee Points.•
4.4. OWNER shall provide engincerirg surveys m
establish reference points for ounsttuction which. in
ENTGINEE R"s ntant are necessary to enable
IME( TGIF. to pr cad with the Work.
CONTRACTOR shall be responsible for laying out. the
Work, shall pprrotect 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 charges in grades a locations; and shall. be
rospornst o for the accurate replacement or relocation of
such reference points by professionally qualified
personnel.
4.5. Asbestos, PCBs, Petroleum, 11mardous, Waste or
Radioactive Material,
4.5.1. OWNER shall be responsible for arty
Asbestos, PCBs, petroleum, Ifazaroknus Waste a
Radioactive Material uncovered or revealed at the site
which was not shown a indicated in Drawings a
Specifications or identified in the Contract
Documents to be within the scope of the Wok and
which may present a Substantial danger to persons or
property wgxxi thereto in coma:tion with the Work.
at the site. OWNER shall nor he responsible fir any
such materials brought to the site by
CONTRACTOR, Subcontractors, Suppliers or
anyone else for whom CONTRACTOR is
responsible.
ARTICLE S-BONIM AND IMURANCE
Ptrfwnuurrci� Payment and 0therBonds:
52 If the stmmy on -any Bond ftmnuhed by
CONTRACTOR is declared a bankrupt. or Woomea
insolvarn a its regla'to duo bunneas is terminated in my
state where any pact of she Project located or it oeasesto
meet the roqu mmeras of paragraph 51, CONTRACTOR —'
sball within ten days, thataitcr substitute another Bond
andaurcty, bothof which must be acceptable to OWNER,
3.3. Licensed SSneefes eed hisarerr. Cerfyrores of
Insurance:.
3:3.1. All Bonds and insurance required by the
Contract Documents to be purchased and maintained
by. OWNER w COMPACTOR ill be obtained _
from surety or insurance compares that are duly
licensed or authorized in the junsdicaan in which the
Project is located to issue Bonds or im mtmce policies
ftiholimitsandoovemSessonequired. Such:sum%
and ante competes "I1 also meet such imu --
additional raquiremerft midqualtlaietmns as may be
tt tucDt:nENERALcorrolnoastelasttrrobaaimY
W/ a'rY OF FORT COLLIM MOOIFICA'rnOn3OtEV-0naroi
CONTRACTOR'sLiability Insurance.-
5A. CONTRACTOR shall purcham
liability and other insurance w isappre
being performed andfamishedam:
e out
and
otter
iished by CONPRACTO
plicr: or by anyone dice
any of them to perform or
anyone for whose acts: any
may to cents:
5.4.1. claims under wwkars oompemsetion;: disability
benefits and odor similar employee benefitacts:
3.4.2. claims for damages because of bodily, inJury,
oc lash sickness a disease, or death. of
CON T R AC:'f OR's emplo}eas:
5.43. claims for damages because of bodily injury,
sickness a disease; or deathof any pan = other than
CONTRACTOR's tnrrployees;
Shd.—siaam--(a-'dnraagas-'gaurad--k>?'"oueanmmy
irultrm,41Y-related-ta-ilxemple�ymenEa€ sash, ltersmn-6y
5A,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
5A,6 claims for damages because of bodily injury or
death of any person or property damage arising out of
the ownership, maintenance a use of any motor
vol ce.
The policies of insurance so required by this paragraph 5.4
to be purchased and maintained shall:
SA . with respect to insurance required by
paragraphs 5.4.3 through 5.4.6 inclusive iiial ..4.9,
include as additional inatrads (subject to any
customary exclusion in respect of professioml
liabilityty).� OWNER. 1 NGMSER. hNOINEEks
Cass t ams and any other persons a entities idermfned
in the Supplementary Corditiom, all of whom shall be
listed as additional insureds, and include coverage fa
the respective officers and employees of all such
additional insureds;
SAX include the specific c overages and be wriaan
for not less than the limits of liability provided in the
Supplementary Conditions or required by Laws a
Regulations whichever is greater,
5 4 9. include completed operations insurance;
EJCDC OENEaAL CONUIION5191a 8 (199m E4lim)
wr CRY Of� 1'Olt"r COLLITin MODII7CATIONS (RL•`V #/tae)
5.4.10. include contractual liability insurance
covering CONTRACTOR's indemnity ob?dons
under paragraphs d.l2,b.l6.and6.31 throe-4 13:
sal until at least thirty days'
been given to OWNER and
each other additional insured
pursuant to paragraph 5.3.2 will so
5.4.12. remain in affect at least uttil Intel payment
and at all times thereafter when CONTRACTOR inay
be correcting, removing a replacing defeclive Wak
in accordance with paragraph 13,12; and
5 4:13. with respect tocompeted operations
msumree, and any ntsearm sea coverage written on a
claims -made lmsis; remain in effectfe at least two
years attar final paymera (and CONTRACTOR shall
furnish OWNER. and..each other additional insured
idettifted in the: siippiementary Con i icons to whom
a wrtificate of insurance has been issued evidence
mtis6ictory. to OWNER and any such additional
mawrecl oG continuation of such insurance at final
payment and one year thereafter}
OWNER'sMaNNO Inswrance:
5.5. In addition to insurance required to be provided
by CONTRACTOR under paragraph 5.4. OWNER. at
OwN$R's option: may purchase and maintain at
OWNER's expense OWNER's own liability insi mnoe as
will protect OWNER m Wind claims which may arise from
operations under the. Contract i ocumams.
Property lasurance:
5:6---47n1+-otherwise-pravidad•*rihe-£upplementory
Condikots,-OWIUR-_sAall_..purdsasa,prawery -erdi --maintain
h-Work at the age in the masum
o€-the--fi+N-m"no i ran l-�t-tl3ereof {eabJee_tasurd
lkdkuedble_ameuMs-._act.._may.....ba-.._prmidad..._er......tha
pkmentary-C-unditiens-.er-required-_by-draws--rind
. w.. imarests--_,of---OWNER:
eatitias-idemiftad-ion-tits-,Suupplemam 1117d ncl xis
eaedavfwhom-ia-deoeuad to-haveaniraurabe-interest
aadcaall� balistedaaean-vaaroda�afkldicaal-uncured,
5:6x:bs-writfen-ern-a-$utklr�s-Risk-"all-risk'._or
G!n of law po�ey fans "I
lightning, -emended
5.9. OWNER Ass rnx be resdm able fm Oer0b miz
mom
E)MCORNGRALCONOITIONSIN0$4"OE M)
10 m' CITY OFr0XT COLLINS MODINCATION9(P"42000)
.��AI'--%!%�R1111�.1P1JR1.
I l,yli•3.�4 P ♦ �.
j1,ly.. Whig .
'4=1- 1
bey - 4-�Qss-dr-6Rnlxge—ta
Dui a€ ar raauurg-fr�mfire+z-«]��rk
racy. atiyef-C9NFc- as; Completion of all the Work, such use or occupancy may
ENGDAMR's arA the affieffs, be accomplished in turtrdance with. paragraph 14,10;
provided that no such use or occupancy shall commence
before the inuurer providing the properly instance have
Recd$andApp6aRionofInsurance Proceeds: acknowledged notice thereof and in writingeffected any
changes in coverage necessitated thereby. The insurer.
5.12. Any insured toss uncler the policies of insurance providing the pro insurance shall couaent by
required byparegapbs56 and 5.7 will be adjusted with endorsement on the 22-cy of policies but the property
OWNER an made payable to.OW M as fiduciary rx the insurance shall not be cancelled a permitted to lapse on
insureds, as their interests may appear, subjeet to the me=* of any such partial use or mcupmucy.
requirmeents of any applicable mortgage clause and of
paragmph5.13. OWNER stall deposit in a separate
account any raw" so received, and shell diaribuute it in ARTICLE 6—CONTRACTOR'S
accordance with such agreement as the parties in interest RE5PONSIHILITIES
roil by an appropriate Change Order or 3aperaadau 4ad6lapedittaudence.
ace:
6.1. CONTRACTOR shall supervise, impect and.
as fiduciary shall have power to adjust direct the Work competently and efficiently, devoting
sa with the insurms unless one of the such intention thereto and applying such skills and.
shall abject in writing within fifteen days expertise as may be necessm to verfomn the Work in
shall make settlement with the inymers in accordance with.. methods, tetdiniquiS sequorices and procedures of
such. agmement "the. parties in interest may reach if no aottsttilction, but CONTRACTOR shall not be responsible
such ageamem among the parties in interest is reached; for the negligence of others in the design or specification
OWNER as fidueshall adllusfand settle the loss with of a specific means; mehod, tabtique, sequence or
the insurers isry procedure of construction which is shown or indicated in
interest, essty required by the Contract Documents.
.. CONTRACTOR shall be responsible to see that the
completed Work complies accurately with the Contract
Acceptance of Beads smdlmsmmatcr, Option to Replace; Documents.
5.14. If A 6.2. CONTRACTOR shall keep on the Work at all
OWNER has any otujectjan to the coverage afforded by or timesduring itsprogress a competent resident
other provisions of the Bo d& or insurance required to be superintendent, who shalt not be replaced without written
purchased and maintained by the e1he—" notice to OWNER and ENGIl� ER except under
Ct NZhRA_CTOR.in accorcance with.Articlo 5 on The Uasuys .varaordittary circummances. The superintendent will be
of niiT our i'orinmce with the Contract Documents, the CONTRACTOR's representative at the site and shall have
he eduerpzny 04ltNF�2. will
autl�ity. to act on behalf of CONTRACTOR All
it:Wk Q.R m writing within (° ,p days communications to the superintendent shall be as binding
a{ier receipt dg w_efy of the carti decree ('that,avidam: as if given to CONTRACTOR.
requested) � �s required by panagmph 2.7.
.... _.. _. _ Labor, MaterfalsandEgatpment:
Partial UtitimSon—leropr* Insurance:
5,15, If OWNER finds it necessary to occupy or use a.
potion or potions of the Work prior to Substantial
tix,'DCOENERAL CONDITIONS 19104 (1990 H(atim)
%'CITY OF FORT COLUNS MODIFICATIONS (REV iR00m
6.3. CONTRACTOR shall provide competent,
suitably qualified personnel to. survey, lay out and
construct the Work asrequired by the Contract
Documents. CONTRACTOR shallat all times maintain.
goal dim line 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 therein, an cl
except as otherwise indicated in the Contact Ltocuments,
all Wok at the site shall be perfuttned during regular
working hour and CONTRACTOR will not permit
overtime work or the perk mare of Work on Saturday,
Sunday or any legal holiday without OWNER's written
amxeut given eRer pule written notice to ENGINEER.
CON'rRA(�g� ll subnd � the ENGINEI=R
ra less Haan AR hours in advance of any Work to be
performod on Saturday. Sunday, Holidava or outside the
'fit
6:4, Un ins otherwise specified in the General
Requireumts, CONTRACTOR shall furnish mad assume
full ' 'liiy for all materials, equipment, labor,
L=
conservation equipment andmsehmery,.
tools,:appliance% fife( power, light, heat, telephone, water,
sanitary faelitley,. t �pm� facilities and aU other
tacilu m, "A iwid�r¢ tIs nececessary for the fumishrng,
p=e mmsmsi, tesft erarGmp and completion of the Work.
in t 's sae-resirictons..
eomv of the reaolunma .erne available for review in gN.
effect of the lWghmina and Risk R.Lmgmrent.
ision or the CAYClerlts officeFort .
ollins
4. ' m 91n reuuir1 tlwt sn errs and ura�duaia:
of camas or mro&tets eomairust cement to der itk that.
ded in the
q6qt$a All materials and equipment shall be of good
Can tL)ocume n AN warranties new, weiept as odherwise era! ate mentees
m
Progress sehewe'-
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 a: provided below:
6.6.1. CONTRACTOR dull submit to ENGINEER
Fier acceptance (to the extent indicated in
pirqgraph2.9) pvpoeed adjustments ress s in the prog
sohedule that will not change the Cmaract Times (or
Mlestones). Such adjustments will oadorm generally
to the progress schedule then in effect andaddiutm ally
will comply with any provisions of the General
ReWmerenls applicable thereto
6.6.2. h3 adjustments in the progress schedule
that will ash ige the Contract Times (m Milesuirm)
s6H be admitted in accordance with therequIr mans
of paragraph 12.1. Such adjustments may only be
made by a COrder err Written Amendment in
accordance with clot 12.
6.7. 3ubsdtptesand "OrE urt" Iteess:
6.7.1. Whenever an item of material or equipment is
specified or il+;scribed in the Contract Documents by
usingthe ramie of u pr cry item or the name of e
jnarbcula Sugtitcr, the cifroation or description is
Intended to establish the type, function and quality
require& unless the specification or description
a7C••uCUENEM CONtATIONs 1910E it990 Wtim)
12 a1Q1Y OFFORTCOLLIN8 MOD117CATIONS OLIEV412000)
oonmms or is followed by words r suJ4 that no like,
equivalent or "cr..equal" item or no substitution is
permitted, other items of material or egaipmet or
maternal or equipment of other Supplies maybe
accepted by INGDMR under the follower
circ imsmnoes:
6.7.1.1, 'Ur -Equal". If in ENGINElMa sole
discretion an item of material or equipment
be caaidaad ky M401NM as ar
item, in which case nwiew and aapptp
prposetd item may, inI31td41
iiiacretiom, be accomplished without.
with
p some or all of the requir
sweAm
6-T .2,AW&Wta IfmmEt 011
disinston an item of material a
Will
the
rial or equipment will not be accepted by
FIER. from arryone other than.
ACTOR If. CONTRACTOR wishes to
or usea substitute: itsm of materiai or
ant CONTRACTOR shall first make
perform adequately the functions and achieve the
results called fur by thhe geri, design, .be similes
in substance to that specified ant be suited to the
same use: as that ssppeerncrbed The. application. will
state the anent if atty to which the evaluation
and acceptance of the'.. proposed. substitute will
prejudice CONTRACTOR's achievement of
Substantial Completion: in tuna, whether or not
soceptmice of the substitute for use in the Work.
wiU require :a change to :any of the Contract
Documents (or in the ��rxwaons of .any other
dsrea contract with OWNER for work on the
Proiect) to adana.'the des tin to the nreposed
substauto are whether or not mourporation err use
of the substitute in connectionwith 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, reair and replacement
service will be indicated The application will
also comain an itemized estimate of all casts or
credits that will result directly o indirectly from
acceptance of suchsubstitute, including costs of
redesign and dawns of odw contractors affected
by the resulting change, all of which will be
considered by ENGINLER in evaluating the
pprr substitute. ENGINEER map
rprequse
CORACTOR to furnish additional data ebcwf
the proposed substaute.
&113.. CONMIC7i1R'.i Expeme: All data to be
provided to, CONTRACTOR in support of any
proposed "or -equal' or substitute item will be at
CONTRACTORS expense.
6.7.1 5ub5titutc Connsindction Me*o,* or
Procedures: If a iftc means, method, technique,
sequence or proof construction is shown or
indicated in and expressly requited by the Contract
Document.-, CONTRACTOR may furnish or utilise a
substitute means, method,technique, sseaqquence ur
procedure of asattruction acceptable to ENGINEER.
CONTRACTOR. shelf submitsuffrcient dnformatim to
allow ,ENGINEER inENG1NEER's sole discretion, to
determiiu that the substitute proposed. is equivalent to
that w ready celled for by the Contract. Documents.
The procedure for review by ENGINEER will be
similar to that provided in utbparapgaph 6:7.1.2.
6.7.3. Enginea6 Evaluation: ENGINEER will be
allowed a reasonable time within which to evaluate
each proposal or submittal made pursuant to
paragraphs 6.71.2 and 6.73. ENGINEER. will be the
solejudge of accyNalxhty. NO 'o-yqua1 or
substitute will he ordered, installed or utilized without
Ia"NOMER's prior written acceptance which will be
evidenced by either a Change Order or an approved
Shop. Drawing, OWNER may require
CONTRACTOR to furnish at CONTRACTOR's
eVense a special performance ,wa�u
guaranteeor
other
surety with respect to any "or -equal" or Substitute,
ENGINEER Ail] record time required by
ENGINEER and ENGINEER's Conwrltaras in
evaluatingsubstitutes proposed or submitted by
CONTRACTOR pursuant to paragraphs 6.T L2 and
6.7.2 slid 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 eachsuch
proposed substitute tan.
Concerning Subcontractors, Suppliers and
Olken.,
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 a as a substitute, against whom OWNER or
ENGINEER may hove reasonable objection.
CONTRACTOR shall not be required to employ any
Subcrnotraoor, Suupppplier or other person or organvaGon
to furnish a perfrnn any of the Workagainst wham
CONTRACTOR has reasonable obieaion.
EKDCrENFRAL CVWXVION319104 (1990 Edltim)
wi CITY OF FORT vOLLINS moDaicATION3 MV 7200m
CONTRACTOR sht L not less than 20
&FSxa'plik.,tlf th�1�m vnth its. ewer _ . � (th&4_Ig
without suboailtmc Oval .The 2.0r eat re moult
3h8 ti Pe1VY t0 the Work_the value of
which teals not less than20 percent. of the Conflict
f 'ii
to
ry-Genditions Bidding
identity of certain.
orother persons a
e who are to f nnish the
s or equipment) to be
aluwrararci. Iva a cot Or crwnrtt a
ENGINEER of any ouch ubastmcto, Supplier or
other person or organization shag constitute a wower
of any right of OWNER or ENGINEER to reject
ahfecrim Wok.
69.1. CONTRACTOR shall be fully responsible to
OWNER real ENG[NEER for all ads artd omissions
of the Subcintradors, Suppliers and other persons¢
and cvganimtims perfmning or furnishing any of the
Work under a direct a indirect contract with
CONTRACTOR just as CONTRACTOR is
responsible for CONTRACTORS own acts and
cmissiom 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 a
other person or organization, nor shall it create any
obligaGonan the part of OWNER or ENGINEER to
pay or to we to the payment of any moneys due any
such Subcontractor, Supplier or other person a
organization except as may otherwise be required by
Lows and Regulations. OWNER or ENGINEER may
firrni.h tp_xnsuticintrxeta .surlier or other_p;ersgn
a aagnrytGon evidence of amounts paid to
CONTRACTOR in accordance with
CONTRACTORS"Applications for Paymrnt"
13
hall be solely the ble Peariirsr
rmnatuiv of
gad otbar personsand
or Furnishing any of the.
a
6,10. The divisions and sectioro of the Specifications and
the idenifiaoom of I)ratirir shall tar control
CONTRACTOR in visting the Work among..
Subcontractors or ",,Hem or delineating the Work to be.
perfa'mcdbyany apaafrc trade.
lamawdRepladems:
6.14.1. CONTRACTOR shall give all nooses and
cotnf l With all Laws anti applicable to
Rum and pmfonnance of the Work.
whets expmaily raptured by epph e
Laws and Regula4as; reader O nor
RWINEBR shall be responsible far monitoring
CONTRACTRs compliance with any Laws or
Regulations.
6,14:2, If CONTRACTOR performs my Work
knowing or having reason to know that it z contrary
to maws or piegulshos, CONTRACTOR shall bear
all claims, costs, kpams and denmgas causal by,
arising out of m rest ' there min; Ivor, it shell
ref. be CONTRACT 'S. primary responsibility to
make ewtain that the Speci tions and Drwinga are
in accordance with Laws and Regulations, but this
shall not relieve CONTRACTOR of
CONTRACTORsobligations under paragraph 3.3.2,
Patent FirmandRoyabiee: Tares:
6.12, CONTRACTOR shallpay all license fees and 6.15. CONTRACTOR shall pay all sales, costtmer,
royalties and assume all rents incident to theuse in the use and other similar taxes required to be paidby
performance of 8e Work orxlta incorporation in the Work CONTRACTOR in accordance with the Lows and
of any invention, deatgn, process, product or device which Regulations of the place of the project which are
is the subject of patent tights orcopyrig o held by others. applicable during the performance of the Work.
If a }articular invention, design, process. product or device
is specified in the Contract Documents for use in the 613:1.. OWNER is exemot from Colorado State and
pertermannce of the Work aml iftu the adualkrnowledge of Igy l..,.,sal�s gem usg ,;laiitv#__y ttl jaJs_ to br
OWNER or ENGINM its use is subject to patent rWts *tatl,jt i,Ihg gGq, ,_ aid igw_s
or copyrights calling for the payment of any Wow as or shall not be included rotes Contracct Prince.
fullest costs, permitted by Laws am
CONTRACTOR. shall indemnn* and
OWNM ENGiNIMP, RNGiN ER's Cant
Officers, directors, employees, seems and at
of each ,and any of them from and against a
losses and damages wising out of or ran
infringement of patent n0 or r rights
use in the performance'Ithe W M res
incorporation in the Work of ay my
rxocar,.product or device not specified. i
E7ttUC0F.TiF,iRA4C0ND1770P$19te-B (l7M BAtim)
14 w/MYOFFORT COLUM MOnxFICATIOM OL4V41200e)
Coloraalo Department onfRevemne
State Cepiml Amtmt
Page is too large to OCR.
1375Sherman Street
P9AMCoj0A4P.III 26t.
Sales and Use Takes for —the State of CalcMdD
i ajonl._.T#ausiratation Dis W (RTDI and certain
Cblomdo counties are collected by the State of
O3 and star „d_in t}tc Cernheau-.lk..,._.
Exemption,
'Al U T to
tie lac taxes):on aitems otherilan ronstntctian
and bu'sldirrm m=gij„OMBUy Mfp Xd into the
at ee to I RACTOIt and a
be included inamronriste bid items.
Use OfPnmtsea:
CONTRACTOR shall confine
other Land end aims permitted by Laws. and Regulations,
righiswf--way, permits and eaaemcnt& arch shall not
umeasnnehly enchmnber the prmnises with con4metion
aryhpmem or o materials or equipmtem.
CONTR\CfOR shell assmne full reyTamitthty Cnr arty
damage m carry such Land oe ant, or to the owner or
occpant tlareoCa of carry aof scent land or areas, resdtng
from the perfamanae ofthe Work SMuid arty claim be
mad& by any : owner nor M because of tFie.
pertermame of the Work, GON'TOR. shell promptly
stttla crab suds otuer iony by nep;<tiation a otherwise
msdvethe claps by arbitration a athaolispuce resolution
proceedingorat law. CONTRACTOR shall, xn the fullest
urtem permitted by Laws and Regulations, indemnify and
hold harmless OWNER, ENGINEER, ENGMER's
Consultant and anyone directly or indireotly employed by
any of them Cram 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
mderanifred hereunder to the extent aced by or bused
upon CONTRACTOR'sperfomalce of the Work.
6.17, During the progress of the Wak CONTRACTOR.
shall keep the: premises &eefrom accumulations of waste
material& rubbish and other debris resulting Hoar the
Weak. At the completion of the Work CONTRACTOR
shallremove all wage materials, rubbish and debris from
and about the premises as well as all tools, appliances,
ccrostruclion equipment anti machinery and surplus
materials. CONTRACTOR shall leave the site clean and
ready for occuparwy by OWNER at Substantial
Completion of the Work. CONTRACTOR shall restore to
original condition all property notdesignated for alteration
by the Contract Documents.
6.18. CONTRACTOR shall not lad nor permit any pan
of arty structure to be loaded in any mama that will
codarga the structure. nor shall CONTRACTOR subject
any part of the Work or adjacent property to stresses a
pressures that will endanger it..
kecam Documents".
EXI)CGENERAL CONEXTIONS 19104 (19" EMM)
w; CITY OF FORTOOLLIM MOnnlCA11ONS IREV 4n000)
6.19. 00NTRACTOR shall mairtrun in a safe placard
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�ood. order and annotated to show all
changes made during construction. These record
documents together with all approved Samples and a
co of all approved. Shop Drawings will be
avmla ENGINEER for reference, Upon completion
of the Work and aria to release of final Gavin these
record document&. Sampler; and Slop Drawings will be
detiverid to ENGINEER RrOWNER,
Wetly and Proteadan:•
6.20. CONTRACTOR shell be responsible fa
inniathro, maintaining and supervising all safety
preatrtrars 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 Iossto:
6.20-1. all persons an the Work site or who may be
affected by the Work
6 202..all the Work and materials andequipment to.
be incorporated thercin, whether in storage on or off
the site; raid
6.20.3, other property at the site or adjacent thereto,
including trees, shrubs, lawns; walks, pavements5
roadways, structures, utilities and Underground
Facilities not designated for removal, relocation or
replacement in the coarse or 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 fran
damage, injury a .loss; and shag arch and maintain all
neeessary SA aguards for such safety, and protection.
CONTRACT OR2 shall notify owners of adjacent property
and of ound Facilities and utd, owners when
prosecution of the Work may affect Lau, and shall
cooperate with them in the protection. removal, relocation
and replacement of their properly. All damaggee injury or
loss to am property referred to in paragraphs 6.20.2. or
6.20.3 caused, directly or indirectly, in whole a in part; by
CONTRACTOR, any Suboommetor, Supplier or any
other parson or organization directly a indirectly
employed by any of them m perform or furnish any of the
Work or anyone for whose ads an of them may be liable,
shall be remedied by CONTRACTOR (except damage a
loss attributable to the fault of Drawings or Specifoatioro
or to the acts Or omissions of OWNER or ENGINEER Or
LNGfNEER's Consultant or anyone =played by any of
them or anyone for whose acts any of them may be liable;
and not attributable, direly or indirectly, in whole Or in
part. to the fault or negligence of CONTRACTOR or any
Subemrada. Supplier or other person or organization
directly or indwecty employed by any of them).
CONTRACTOR'S duties and rot onsihilities for the safety
and protection of the Work shall co mue until such time
as all the Work is completed and ENGINEER has issued a
15
notice to QWMR and CONTRACTOR in accordance
withparegtaph 14.13 that the Work is acceptable.(owept as.
otherwise expressly provided in connection with
Substarew Completion).
621. .Safety Repreleaardre:
CONTRACTOR shell designate a qualified and
over enced safety representative at the site whom duties
and rasponsibdiiies shall be the prevention of accidents and..
the mamtainug and supervising of safey precautiorsv and.
prugraans
Horrid Commumicalmn Progmms:
6,22. CONTRACTOR shall be rospcenble for
coardii>afaig any eewherge of material safety data sheets or
other hazard communication information required to be
merle available to or cow arged between or among
employers at the site in accordance with. Laws or
Regubtims:
6,241. S6op.DrawfngsandSampfer.
6:242 CONTRACTOR shall also submit Samples to
ENGINEER for review and approval in accordance
with said accepted schedule of Shop Drawings and
Sample mbmdtnls. Each Sample will be identified
clearly as to material, Supplier, pertinent data such as
catalog numbers and the use for which intended and.
ctherurise as IRNGINEEP may require to enable
:ENGINEER to review the submittal fa the limited
Ea3M0WERALCONDIT1OM 191" r1990EMM).
16 wr CITY OFFORT MLLINS MODIFICAT10Na(P" 2000)
purposes required by peregmph6.26 The members
of each Sample to besubmitted will be as specified in
the Specificalmns.
6:35. .Sabmiffid Procedumr
6.25.L Before submitting each Shop Drepn or
SampIc CONTRACTOR shill love dearmvted: and
verified:
625..1-L all field measuremants, quantities,
d rmusims, speeded .performance criteria,
installation regA emems, materials, catalog
numbers and sunihar infamabon with .respect
therein,
6.25.12. all materials with respect to intended
UK. fdiviatiIM rig handling; e,
assembly aril. nr�tron pertaining to
perfermtanceoftbe Work, aced
6:25.0 all informationrelative to
CONTRACTOR's sole raaporsibilitia in respect
of mean; methods, twhxnqueq sequences aril
procedures of construction: and safety, pre autiom
and p rogmmsincidett thereto.
CONTRACTOR abed also have reviewed and
coordinated each: Shop Drawing or Smnpk with other
Situp Drawings and Samples and with the
requirements , of the Wick and the Contract
Documents,
6.25.2 Each subinittal will bear a: stamp or specific
written me icat on that CONTRACTOR has satisfied
CONTRACTORs. obligations under the Contract
Documents with respect to GONTRACTOR's review
and approval of that submittal
6:25.3. At the time of each submissiot,
CONTRACTOR shall give ENGINEER. specific
written notice of such vanatiaa, if any, that the Slop
.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 muse a specific
notation tobe 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
Drawl L.haand Samples in accordance with the schedule of
Shop wirgs and Sample .submittals accepted. by
ENGINEER as required by paragraph 2.9. ENGINMWs
review and approval will be only to determine if the items
covered by the submittal will, after installation or
moarpcmation m the Work, cemfarm to the information
given in the Contract Documents and be compatible with
the design concept of the completed Project us a
functioning whole as indicated by the Contract
Documents. ENGTNEER's review and approval will not
extend to means, methods, webniques, sequences or
procedures of construction (except where a particular
mearm method technique, sequence or procedure of
construction is specifically and expressly called for by the
accordance with the Contract Documents or release
Contract Documents) or to safety precautions or programs
of CONI'RACTOR`s obligation to perform the Work
incident thereto. The review and approval of a separate-
item as each will not indicate approval of the assembly m.
inaccordance with fihet.:ontrattDowments�
which the, item functions . CONTRACTOR shall make
6.30.2.1. observatiotsbyMINM;
corrections required by ENGINEER, and shall ream the
reruired number of eorracted copies of Shop Drawings and.
6.30.2.2. recommendation of any progress or
submiti as regtrired tuw 5ampies for review and approval.
final payment by ENGINEER:
t'.O2*;TRACTO&.sYmll direct specific aacmior in writing to.
revisions other than the corrections wiled for by
6.30.2.3, the issuance of a certificate of
ENGINEER onprevious submittals
Substantial Completion or arty payment. by
OWNER to CONTRACTOR under the Contract
6,27: ENGINEER's review and approval of S''�pp
Dorumentst
Drawings or Samples stall not relieve CONTRACT01�
from resixi sibility for any variation from the requiranents
6.30.2 4. use or occupancy of the Work or any
ofthe'Cmnuact Documents unless CONTRACTOR has in
part thereof by OWNER;..
writinng called ENGINEER's attention to each such
variation at the time of submission as required by
630,2.5. any acceptance by OWNER or any
paragraph 6.25.3 and.. ENGINEER has given written
failure to do so;
approval of each suchvariation by a speck written.
notation thereof incorporated in the Slop
6.30.16. Slop
or accompanying
any review and approval of a
Doming or Sample approval, nor will any approval by
Drawing orSamplesnbminal or the issuance of a
ENGINEER relieve CONTRACTOR from responsibility
nation of acceptability by ENGINEER pursuant
for complying with the requirements of paragraph 6 25.1.
to paragraph 1413,
6.29. Where a Slop Drawing or Sample is required. by
630.2.7any inspection, tact or approval by
the Contract Downrants or the schedule of Slop thawing
others; or
and Sample sulmissions accepted by ENGINEER as
required by paragraph 2.9, any related Work performed
6.30.21. any correcuonof akfective Work by
prior to ENGINEER's review and approval of the pertinent
OWNER,
su mal will be at the sole expense and resposibility of
CONTRACTOR.
Ineeam:Jitstion:
Condnrdng the Work:
6,31, To the. 'fullest extent pmnitted by Laws and
Regulations, CONTRACTOR shall indemnify and told
6:29. CONTRACTOR shag carry on the Work and
harmless OWNER, ENGINEER, ENGINFT.R's
adhere to the progress schedule during all disputes or
Consultants and the officers, directors, employces, agents
disagreements with OWNER. No Work shall be delayed or
and other comnitants of each and any of them from and
postponed pending resolution of any disputes or
disagreements, except as permitted by paragraph 15.5 or as
againstall claims, costs, lower and damages (including,
but rot limited to, all fees and Barges of ergineers,
OWNER and CONTRACTOR may otherwise agree in
architects.. attomcysaodoilhrx lxpfessionals and all court
writing.
or siiiRaGon nr other dispwtereaohuion coats) caused by.
arisingout of or resulting them the performanw of the
630. COIJTR.tCTOR's General Wanan{v and
Work, provida3 that any such alarm: east loss or damage:
Gaaranree:
(i) is attlibumbla Eo buddy injury, sickness, disease or
death; unto injury to or destnrction of tangible property
630.1. CONTRACTOR warrants and guarantees to
(otFner than ilea Work itself}, fneluding the bss of use
OWNER, ENGINEER mid ENGINEER's Consultants
resulting tlrerafroq and (ii) isamised in w}mle or in part.
that all Work will be in. accordance with the Contract
by any neghgera aetur emission of CONTRACTOR, array
Documents and will not be dsketive.
Subcorntractor, array Supplier, a parson mr organ'vaGon
CONERACTOR's warranty and guarantee hereunder
directs or irxlvactly employed Sy airy of them to perform
excludes defects ur damage caused by:
or furnish anyy of the Work or anyone for whose acts any
Of them maybe liable, regardless of whether or not caused
6.30.1.1, abuse, modification or unproper
in pant by any negligence or emission of a person or entity
maintenance or operation by personother than
indemnified hereunder or whether liability is imposed
CONTRACTOR, Subcontractors or Suppliers; or
upon such indcmnafied party by laws and Regulations
of the negligence of any such person or entity.
6.30.13. normal wirer and tear under normalregardless
usage.
6.32. In any and all claims against OWNER or
ENGINEER or any of [heir respective consultants, agents,
6.30.2..CONTRAC:TOR's obligation to perform aril
officers;. directors or employees by any employee (or the
complete the Work in accordance with the Contmet
Documents shall be absolute. None of the following
survivor or ppecrw rsah representative of such employee) of
CONTRACTOR, Subamtractor, Supplier,
will constitute an acceptance of Work that is rat in
any dry any
person or orgarrization directly or indirectly employed by
area sLmm v mNOFnorvslslasuv uadtiwl 17
wi C]TY of 1bRr COLLINS MCCIFICA11ONS(REV 42000)
any of them w perform or famish airy of the Workor
anyone; for whose acts any of than may be liable,the.
indemnification obligation udderparagraph6.31 shall not
be limited in any way by any limited an on the amount a
type of demagg�ass,, compensation a benefits payable by a
f'in'i..C''ONTRAC"YOR or any such Subcontractor, Supplier or
06W ppeerrmsedva a organization under wodoxa arnpelaetioh
adKa,. disability bcnefit ads or otter employee bane®t cots;
6.33. The indemanifw",)n outiptions of
CONTRACTOR under paragraph.631 shall not extend to
the iiebilay ofMN*DMER and ENGINWR's Comulmrms
officers, directors, employees or a mused by the
proli ssional negfigence,trrors or amissions of any of them.
Sury not of0bligadaur
6.34. All representations. indemmficatiaax, warranties
midgumamaes made in, required by or given in, accordance
with the Contract Documents, as well as all cartfinuing
o�� fiats indicated a the Contract Docum will
survive that payment, completion and atxepfenes of tte
Work and termination or completion of die Agreement
ARTICLF..7.OTHER WORK
Related Wrrkar Sete:
1L OWNER may perform other' wokrebated. to the
Project: at the site. by OWNEWs own forces, or let other
direct.: contracts. therefor which shall contain Geneal
Conlitio s; sun filar to these; or have other work performed
by utility owners. If the fact that wxh other work into be
performed was net noted in the Contract Documents, then:
(i).written notice themot'will be given to CONTRACTOR
ppo�±or tortr Arty 6uch other work and
(tt)CONTRACTOII may make a ckunt therefor as.
provided in Articles I and 12 if CONTRACTOR believes
that such performance will involve additional eat to
CONTRACTOR or requires additional time and the parties.
are unable to agree as to the amount or exam tthereof
11 CONTRACTOR shall afford each other connector
who is a patty to such a direct contract mill each utility
owner (and :OWNER, if OWNER is performing the.
additional work with OWNER's employees) ;proper and
safe access to the site and a reasonable oppanm for the
introduction and storage of materials anal aqu 0AMa t and
the execution of such, other work and shall properly connect
and coordinate the Work with theirs. []rtkss otherwise
provided in the Contract Documents. CONTRACTOR
shall do all cutting, fitting and patclang of the Work that
may be required tomake its several parts wine together
paoparly and nonegram with such other work.
'CONTRACTOR shill not endanger any work of others by
totting, excavating a otherwise altering t}reir oak and
roll any autaalte t}hoir world. with ile written conaKet of
11TfCrR4EfiIt an0 theditliers wlcse oak wall be affected.
the duties and rospms�b ilitics of CONTRACTOR underthis paragraph am. for the benefit of such utility owners and
other oomtuctors tothe meet that them are wmpamble
IS
E&WOENERA4CONIA110M IvI0430wee Eryd "��)
vd(TrY OF Foal' COLLINS MODa7CA'rIONS(REV A2000)
provisions for the benefit 4 CONTRACTOR in said
direct contracts betweertt OWNER anti such.. utility.. owners
saw other contractors.
7A If OWNER contracts with others for the
rwmanee of other work an the "ad at the site, the
aving will be act forth in Supplementary Conditions:
7AL theparsm;frtm,meapaetionwhowillhave
authority and rerrsihnGty for coordination of the
activities among the various. prima contractors will be
identified,
7.4.2. the. specific matters to be covered by such
authority mad resporsibili ty...will be itemized, and
7.4.3.. the &,mm of such authority and
roponsulhilities will be provided.
Unless otherwise provided in the lementary
Conditions, OWNER shall have sole city and
resporaftty in respect of such coordnation
ARTICLE &-OWNER'S RESPONSIBILITIES
&L t as otherwise provided in these General
Conditions, bWNY,'R stall issue all communications to
CONTRACTOR through ENGINEER.
8;2. In case of termination of the employment of
ENGINEER. OWNER shall appoint an engineer against
w 01'4Rmakea•nrr-ieaaarmblaeltjeatnn;
whose sates under the Cormact Documents shall be that
ofthe former ENGINEER
8.3. OWNER shall frnish the data mquiredi of
OWNER under the CondmdA Documents promptly and
shall make payments to. CONTRACTOR pranlrity when
they are due as provided in paragraphs 14.4 and 14,13.
8.4. OWNEfts duties in respect of providing lands
and easements and providing ongineering sureey to
establish refensuz points are set forth. in par abnephs 4.1
and 4.4. pmegraph4.2 refers. to OWNER's identifying
and making available to CONTRACTOR co*s of
reports of explanations and tests of subsurface conditions
at the strand drawings of physical conditions in existing
structures at or contiguous to the site that have been utilized
by ENGiNEELt in preparing the Contract Documents
....
EN(
.. ...,
dete
fen nperagaplts-55 :t&
aces
will
9A OWNER is obligatedto execute Change Orders as
site
indicated in paragraph 10.4.
Wo
8.7. OWNER's respwnibility in respect of certain
v
at
d e
inspections, testa and approvals is set forth in
Con
paragraph 13 4,
site
info
8.8, In connection with OWNERs fight to stop Wake
Suet
suspend Work, we 13.19 and 15.1.
visit
Paragraph 15.z deals with, O 's right to terminate
limn
services of CONTRACTOR under certaincircumstaoas.
sot I
8.9. The OWNER shall not supmvisc, direct or have
==I or suthorim over, nor be responsible fa.
0
pro ens mmaem meram, or Tor any failure .a
C M'RAC,TOR to comply with Laws and Regulatime
applicable to the furnishing or p� onname of the Wake.
OWNER will rut lie rrsprxfu'ifle for CONTRACTOR's
fAilurc to perform or furbish Weak Weak in aconrdance with
the ContraotDocuments.
-�iWS+IliRsteaperusikulity-in-rM"--of-rWaste
isolesod
Radioactive Materials tftevemd at ressepled at th� site
finn"
mrangeuneitts-have--bar-nredo--to-..satis€y.-E1VFNE�'s
Garoset Document
OVIENEWS
mppr,11b Cs tee reatt"wig-bees-set-fenhef-the
ARTICLE 9-ENGINEER'S STATUS DURTNC
CONSTRUCTION
OWNER's Represenmativ¢r
9.1, ENGINEE+R. will be OWNER's represetAwive
during thecovstract on period. The duties and
responsibilities and the limitations of autlariry of
ENGINEER as OWNER's representative during
construction are set forth in the Contract Documents and
shall not be odendLd without written consent of OWNER
ant HNGINETdR.
prsits to Simc:
91. ENGINEER will make visits to (he site at intervals
apppprropprirnate to the various stages of construction as
hN(e ER deems necessary in order to observe as an
experienced and qualified design professional the progress
in
the quality of the various aspects
executed Work- Based.. on
rug such visits and observations,
ror for the benefit of OWNER to
if the Work is proceeding in
ntract Documents. H'NGINRER
cake exhaustive or continous on-
k the quality or quantity of the
efforts will be directed toward
(greater degree of confidence that
will conform generally to the
in the basis of such visits awl on-
GINEER will keeepp OWNER
of the Work. and will..endeavor to
defective Work. ENOMEER's
vists or observations of CONT
ENGINEER will not supervise, direr
authority over or be responsible for
means, methods, techniques; saquena
ou ostmemn, or the sa&ty pmceu:6
maideitthereto, or for any failure of (
orrol, with Laws aril Rmodations
furunvissfhuing or performance of td3ntee Work
Fi Meet Repnsanradve:
or have
or procedures of
OR to
to the
9.3. If OWNER and IltGINHER agree. ENGINEER
will tarnish a Resident Project Representative to assist
ENGINEER in providing more continuous observation of
the Wok. The ragpmmubilities and authority and
limitations thereon of any such Resident Project
Representative and assistants will be as provided in
paragraphs 9,1 _and 9,13
Conditions of these General Conditions. If OWNER
tes another epr mve or agent to represent.
O R at the site wluo u nuot ENGt M!s Consultant,
agent or employoe; the responsibilities and authority and
limitations thereon of such other person will be as
Mative
wok will. in general, be withnn7GWntoCONTRACTORBen, the
.$_e}rpsen@ttive,.�will., keep_Ihe, QWNGR_I>r5?5?pSS1X
advised. abopk swh m8jtc_r3._ Fy@. Repregrnte3iys�s
aiihi s whh subcontractors will only be thnwfih a
with,._thbu Gtll_k ngwio�ge,...tu!s?...,.xfeyal_ uf`__tIw
CONTRACTOR.
9} I Duties ant Responsibilities. Representative
w
932.1. Sehedu'gs - Review the moarem
EXDCGENERAL COMMOM 1910-8 (19" EAfim) 19
wi CITY OF FORT COLL1Na MOI)IFICATION9 ❑(LY4,`m000i
... M71WL Q..l *1v WIM
•r• •m
r
'Ly r 1 t � 4Y.11
14.1___E-1PP4X_� Yi.em4
tine: miblia a other maeneios having
J SVy# Plvi�� r She.te�itt$
�tlao and resort to the
Aocmnmtx— Report to ENPRI,ER wjNn
clarifications and iotermetations of the Cmtrnct
D(wveys gm n"AW..,...a 1.._�t+sn_?m.It_. a
CONTRACTOR clarificatim and msemotatim
of the Ctxaraet. Dmrmentgas.._issued hy, the
9.326. ModiGlatims. Cansidar and
evaluate CONTRACTOj2,5 suggestion fa
5XMOF�AL CONDITIONS I910,8 (19WIAtim)
ZO wiCITY OPPORTCOLLRNS MOOaICATIONStREVd200a)
23 2.7_Rana—Ar
U2- RAp9 x
n&or�&g�. �f of am
Wgk__s�r] of '_ACTOR'S
eV.4iik� the oraaraes 1�
,Kk
ly]e_. oL..slw Dr wjwins.®aad samok
sul n"
4.� k.#>2,._._. coaslrk w;th Ayt3INfi&R
jnsg; ,igro.or Sian of imoartartf. Of the
\?lark,
9..._ 2.8:3...� Draft woDm Charat Orders
and Oita
baalttm matonal Ftmt the CONTRA91OR..
sneT ree ma to' OBICho
Orders. Wmk Directive Chames and Geld
orders.
9.3.2.6.4. Report :immediately to
�r�gR and owivER t�ta>wsp� oc
any
23329 Pay3pm ${ggyy{s Oiew.Nwicarions
with the eslaWWwd mwe&m for their
wtani mi m and Forward with recommePdatim to
yeatucalarly the relationship of requirements of the
. e P.aXt2eni—reL estcd to the sL„}3±rtlule oC vA4ea: Tkawingv or othely
corm d at r is ne�uy, which sh
ck'v _ai ihe_site lw4 not inrorpora w_ln_.,.the reasonably rnfetabk
)3 z Iy our teen elariGcatioia
9 352.10u C.ompleiiar,_
submit
u CONTRA[ OR a Irst of ob ved items
rraring Iffi carecuonor oonoletion
93210.2. Conduct Tonal hrscectian. in the
oontpajy of the BNGINBER OWNL02. and
a final list of
itetnsto omrededorcomoleted:
9:3.2:10.3. .Observe that all items on the
final list haw bean corrected or complawdand
make recommendations to 1�1GINEER
coneernma: aeoepmrnx.
9:3.3. Limitation of Aut hotim The Pepresentative shall.
t1�t.
933:1. Authorize my„_devnatiom kom the
Contract Doeumants or .accent unv suheicute
a9e1e[ieFs�'rsaiBmeffi._Ln�siat!4k�Cjz,�d 1>y_klte
ENt}I ERK
�:3.32__Cpteecd _IvnimticaEs__oj_.:CiNG[NS.EK'S
awhotrav asset forth in the. Contract. Documer"
9:3.3.3�, _U,nrlertake ar�r_oftha. res..pornsibilitea
d the CONTRACTOR_ Subcontractors. or
S4l�TRACL'�_atnps k
£� 3,9�_....f±d�a�.la�.9rdiE�Sl4ns�l�ntYe
to or aswnye_eomrol over any, azoct of the
mean�,s m_hrpgues, sequepees _or
1x9tietls3Tt5_� bstl ypl4�_snsch _ia
s eci icgily called for in the Contract L)ocunents.
9.3.3.5. Advise on a._._!a __dneptions
k'
pt•.Pita,grnd, prodms.mcaactions with,the
submdtals from anyone other than the
M- N—TRac"K
9,3.3.7. Authorize OWNER to occupy the
Workinwholeorinpegt. --
tabo rato.__._esttjevipate fin n s; conducted
feeld_.__9I
ksboratory tests or inxaeLtioru omJucterl by etFuss
owela___aa.. specrRlaEy_, autlroriecd... by__*
ENGINBIiR.
CWifscarions and Intopremffons:
9.4. ENGINEER will issue with reasonable promptness
such written clarifications or interpretauone of the
a the Contract Tuna
to the amount or ex
CONTRACTOR may
provided in Articleit
t Documems (in the form of
ENGINEER may determine
isistent with the intent of and
:l.',omract Documents. Such
rpretaticns will be binding on
.'TOR
If 04YNER. a
rat a written clarification or
ustment in the Contract price
m parties we unable to agree
vxao{ if any, OWNER a
a written, claim therefor as
isle 12.
Amtkorized Variations in. Work
9.5. ENGINEER may authorize minor variations in
the Work from therequirements of the Contract
Doeumams which donot involve an adjustment in the
Contract Price or the Contract Times and are compatible
with thedesign concept of the completed Project as a
functioning whole as. .indicated by the Contract
Documents These may be accomplished by a.F'ield Order
and will be binding on OWNER and also on
CONTRACTOR who shall perform the Walt, involved
the Cataract Timm and the parties are unable to agree as
to tha :amount or rodent thereof, OWNER. or
CONTRACTOR may make a written claim therefor as
provided in Article 1.1 012.
kqeding Defective'Wark:
9A. ENGINEER. will have authority to dampprove or
reject Work which ENGINEER believes to be defective.
or that ENGINEER believes will not produce a completed
Project that conformsto the Contract tocaments or that
will .prejudice the integrity of the design concept of the
completed ProJject as� a function[ whole as indicated by
the Connors Loomnems. EKG w01 also have
authority to require special inspecfirn or testing of the
Wok as provided an paragraph 13.9, whether or not the
Work is fabricated. installed or completed.
Shop Drawings, Change Ord&%and Payments.
9.7. In connection with ENGINEERs authority as to
Shop Drawings and Samples, see paragraphs 6.24 through
6.28 inclusive.
9.8. In connection with ENGINEER's authority as to
Change OrJas, see Articles 10, 11, and 12.
9.9. In commotion with ENGINEER's authority as to
Applications for Payment, see Article 14.
Deaerninadens for Vnit Prices.'
9.10. ENGINEER will determine the actual quantities
and classifications of Unit Price Work performed by
CONTRACTOR. ENGINEER will review with
CONTRACTOR the FNGINERR's preliminary
determinations on such matters before rendering a written
decision thereon (by recornmendation of an Application
MVCOBNERAL CONDITIONS 191e8 (IMEMM) 21
WICITY OF FORT COLUM MM1FICAT10N8IREV 4n Way
DedAonson D apuw
9.11, INGINEER. will be the initial interpreter of the
a rbN'F tse agreed in writing l y OWNER
9.12: When 8tnctiming as interpreter and 'udge under
patagmplss9.10 and 9.11, ENGMEM l net slow
partiality to OWNER: or CONTRACTOR and: will not be
a decision by ENGINEER pumuena to paragraphs 9.10.a
9.11 with respect to maececarachaecamvedda mn
.
or of Pawl payment as provided in
peragm 143will be a condition sudrto any ,—
exMISID ayOVY .acCt7bITRAt:TO oti: frightsa
remedies es either may otlarsviashava under the Contract
9.13, TtrdMN»as on ENGIAaEER's Authority and
)f07Hdss:•
9.13:1 Ntow ENGINMs authority a
reswnsibil under this Article 9 a under arty h r —
provisfon of the Canhact Documents nor any daciainar.
made by ENGTNM in goad: faith either to exercise
or tart amrcM suit auth on or resputatbility a the
u�ttdetakinE exercise or of any authority
h;1i*v t. T.hr .iNRRR ehun . rswtn
changes in the Contract Price or Contract Times wdl be or give rise to my duty owed by ENGINEER to
referred unkiaUy to ENGINEER in writing with, a request. CONTRACTOR, stay Subcontractor, arty Supplier
fa a formal deosion in accordance with this paragraphany other person or aganupon, or toany surety for
Written notice of each such claim, d's�ute or Other matter or employee or son t of any of them.
wdl be delivered by the claasam to I�TGINEER and the —
other tarty to the ent promptly (but in no event 9.13.2. ENGINEER will not supervise, direct,
later tiara durty days after the..smrt of the occurrence or cormol or have authority over or be responsible for -
event giving rise thmvto, and written supportatgpeadam will CONTRACTOWs means, methods. techniques,
be submitted to ENGINEER and the o a ty within sequences or procedures of construction, or the safety
spay days after the start of such ocature ace at event unkss pt'tuautiga and programs incident thereto. or for any
ENGLNEER allows an additional penal of time for the failure of CONTRACTOR to «amply with Laws and
submission of additional a more acateme data in support. RRaagguulatian Umber to the ahunisldna or
Of
such daunt, dtsprtro err piano matter, The �pp96u party perFomtathas of Work. ENGINEER wiU not be
shatl submit any resporae to 73Nt3TNlLER maldte claimant respptsdik for CdNTRAC'COR'a Failure to perform
within thirty Sys scot receipt of du claimant's last: or famish the Work in accordance with the Contras
submittal (unless F33GTNBER alhows additiora] time). IJocurmwaa..
Ti�iG1NEER wW reader a formal dassion m writing within.
thirty days order receipt of the oppnsutg parity's sumlthiml, if 9:I3:3.. ENGINEER will rapt be responsible for the
any, to aca+rdance with this paragraph ENGIA1EBRs acts or omissions of CONTRACTOR or of any ...
writrot decision ansp;h r:luim, a a tthkrmmtaw.iU Subcontractor, unygttPptiar a of any Sher persara
be final and silting upon O0ard CONTRACTOR organisation performing a furnishing any of the
uness: a) an appeal firom ENGINEERS decision staken Work.
wiiliih. the time limits and it accordance with the
cpmeedums set Forth in EXHIBIT GC -A, "Dispute 9.13.4 ENGINEER's review of the final Application
Resolution Agreemenr, entered into between OWNER and for d'aymelit and seccmpenying documeaation and
CONTRACTOR pursuant to Article 16, or (it) if no suchall maintenance and aperatbhg instrusiurxt, schedules,
Dispute Resolution Agreement has been entered into, a grmanrem Bands artd certifisltes of inepaction. tests
written notice of intention to appeal from. ENGDTBMs and approvals mid other documentation required in be
written decision is delivered by OWNER a delivered by paragraph 14.12 will only be to
CONTRACTOR to the other and to IiNGTNEER wtidun determine generally that their content complies with
durty days alter the date of arch decision and a fomal the reeiuk mean ot, and in the case of certificates of
tro>cealing is instituted -by the appealing party in a forum of inspections,tests aral approvals that the results
competent jurisdiction to exercise such rights or remedies certified indicate compliance with, the Contract
as the appealing party may have with r to such claim; Documents '—
dispute or other matte in accordance wi applicable Laws
and Regulations within stony days of the bate of such 9.13.5. The limitations upon authority and
tirCDCUIDUALCONDITIUNS 191a-8t199Gli MM)
22 wl(,TIY OF FORT COLIANS NIUMFICATIONS(REV 42000)
responsibility set fordt in this paragraph 9.13 shall: also
apply to ENGINEER'S ComsultanK Resident Project
Representative and assistants.
ARTICLE 10-CHANGES INTHE WORK
.
10.1. Without invalydaE' the Agreement and without
notice to any study. tt may, at any time or from
time to time, order additions, deletions or revisions in the,
Work. Such additions, deletions or revision: will be
autbunzed by:a Written Amendmea a Charge Order; or a
Work Charge Directive. Upon receipt of any such
document, CONTRACTOR stied pronptly pmw�r with
the Work mMved which will his Par foem onthe
10.2. If OWNER and CONTRACTOR are: unable W
agree as to the extent, of any, of an adjustment in the
Contract Price or an adjustment of the Contract Times that
should he allowed as a.result of a Work Charge Directive,
a claim may be made therefor as, provided in Article I or.
Article 12.
10.3. CONTRACTOR shall not be entitled man imaease
at the Contract Price or an extension of the Contract Tana
with respect to any Work performed that is rot reyu*9 by
the Contract Documents m amerced, modified and
a lamented as provided in paragraphs 3.5 and 3.6, except.
in die case of an emergency as provided in perngraf+}t 6.23
or in the case of uncovering Work as provided in
paragraph 13,9.
10A OWNER and CONTRACTOR stall execute.
appropriate Charge. Orden recommenced by ENGINEER.
(o 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 defeonve Wok under
Paragraph 13,13 or correcting defecoie Work under
paragraph 13. I4, or (iii) agreed to by the parties;
10.4Z 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 subsiance of any written
decision rendered by ENGINEER pursuant to
paragraph .9.11;
provided that, in lieu of executing any such Charge Oiler,
an appeal may be taken from any such decision in
am
ordara:e with the provisions of the Contract Documents
and applicable Laws and Regulations, but during any such
Lra 1, CONTRACTOR shall carry on the Work and
ad re to the progress schedule as provided in.
paragraph 6.29.
10.5. If notice of any change affecting thegeneral scope
of the Work or the provisions of the Contract I)acume ms
E)CL>C(IENMfl LCONDnQM191"(199DF(tltim)
cot ©r y OF I'ORTCDLLINS MOOIt7CATIONS(1(EV a,2 (*ee)
(eluding, but not limited to Contract Firm or Contract
Times) is required by the provisions of any Bond to be
grgaiven W a oureeryry the givlrq) of any such notice will be
CONf12ACT01 's. respottatbddy. and the amount of each
applicable Bmid will be adjusted accordingly.
ARTICLE II—C'HANGF OF CONTRACT PRICE.
11.1. The Contract Prim constitutes the total
compere;ation (subject to authorized adjustmems)payable
to CONTRACTOR for perlbnniog the Work. All duties,
responsibilities and obli new assig .d to or undertaken
by CONTRACTOR slmtlbe at M% RA CT OR' a expense
without charge in the Contract Price.
11.2, The Contract Price may only he clanged by a
Change Order or by a Written Amendinent tiny claim
for an adjustment in the Contract Price shall be Lased on
written notice delivered by the party making the claim W
the other party and W ENGINEER promptly (but in no
event later than thirty days) alter the start of the
occurrenceor 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 Ibr 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 W
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 moral 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 I 1
113 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 follow&
11.3.1. where the Work involved is covered by unit
prices contained in the Contract. Documents, by
application of such unit price W the quantities of the
items involved (subject to the provisions of
23
paragraphs :I L9.1 through 11.9.3, liclusivey;.
11,32. where the Work involved is not covered by
unit prices contained in the Contract Documents; by a
unutually agreed paymehtbasis. including lump sum
(which may inc" an allowance for overhead and
profit not necessarily in accordance with.
.paragraph 11.6i2p,
113.3, where "Work imvolvedisnot covered by unn..
prices contained in the Commit Documents and
agreement to it Imp sun is not reached under
pgraWallh 11.3.4, on the basis of the Cast of the Work
(detcmmxd as provided in paragraphs 11A and 11.5)
plus a CONI'R4CTOR's fee for overhead and profit
Zdaeudnalaslmovided in paragraph 11 k),
CoarnfWe:Wwk
11 4, The tam Cot of the Work means the sum of all
costs :r rily Incurred anal paid by CONTRACTOR in
dtepegt pesfomianm of the Work. P,xceptas at}herwise
be agocod to in writing by OWNER, such oats shall.
be in sae no h' r than those prevailm tha.
locality of the Project, shall tnelude only the following.
items and shall not include any of the costs itemiad in
paregmph17-5
11 A. t. Toll costs for employes in the direct
employ oi' CONTRACTOR in the performance of the
Work touter schedules of job classifications agreed
upon by OWNER and CONTRACTOR. such
employees shall include without Im lution
superintendents, foremenand other personnel
employed full-time at the site. payroll costs for
emplo}'ea% not, employed 1itll4ime on the Work shall
be apportioned on the lasts of their time spent on the
wort Payrollcosts shall inohrder-lubneCbe limited to,
salaries and wages plus the cost of fringe benafrts
whichshall include social: security cattribuuoft.
on* or 'to
to the ascent a
Cog of allmaterials and et)uirpnera furnished
cap"Med in the Work me ub'ng costaof
nation and storage thereof. and Suppliers'' field
a r uned in connection therewith All cash
its sFm11 warm to CONTRACTOR unleas
a deposits furls with CONTRACTOR with
to make payments, in which cage the cash
as shall accrue to OWNER. All trade
as, rebates and refunds and returns fnmt sale of
materials and. equipment shall accrue to
IR, and CONTRACTOR shall make provisions
SO tnattneymay oe onmmco.
11.4 3 Payments made by CONTRACTOR to the
Subcorrtractors. :for 'Work performed of firnished by
Subcontractors. If required by OWNER,
EJC$)COFNERALCIONIXTIOF 1910-8(19"E&Mt)
24 wl(M Or FORT WLUNS MODIrIC.ATIOM QtEV4n000)
shall obtain COmpeblive bids from
acceptable to OWNER and
and s}nfi deliver such bids to
1 then determine; with the advice of
fee
6
11.4.4. Costa of special cormiltatms (moltd but
not limited to mamems, ambitats,
laboratories, surveyom attorneys and eoa
employed for services specifically related to the
11.4.5. Supplemental costs including the following:
i1A.5d. The p of neceseary
move RI Ro ibsistence arpensas of
0 7 i ==R's employees ineWred in
discharge ordutras connected with the Work;
IIA5:2. Coat, including transportation and
Maintenance, of all mawia� supplied
equipmmt, machinery, appl ances, office and
temporary fncilitim at the site and land tools not
owned by the workers, whicharc consumed in the
performance of the Work and cost less market
value of such items used but not consumed which
remain the property of ODNTRACTOR
11.4 53. Rentals of all construction
aptipment and machinery and the parts thereof
whittherreaerl from CONTRACTOR or others in
accordancewith rental agreements approved by
OWNER with the advice of ENGINEER. mad the
cogs of transportation, leading, unloastitra,
installation. dismamluig and removal tiweof!A11
in accordance with terms of said rental
agreements. The rental of any such equipment
machinery or parts shall came when the use
thereof is no longer necessary for the: Work.
11.43.4. Sales, consumer, use or similar tares
related to the Weak and for which
CONTRACTOR is liable, imposed by Laws and.
Regulations.
11,4.53: Deposits lost for causes other than
zteftisice of CONTRACTOR, any
Subcontractor or anyone directly or indirectly
employed by any of them or for whose sets any
of thern may be liable, and royalty psymems and
fees for permits and licenses.
11.4.5.6. Losses and damages (and related
expenses) caused by damage to the Work, not
canpenseacd by insurance a otherwise, sustained
by CONTRACTOR in connection with the
Page is too large to OCR.
ppeerformance andfurnishing of the Work (except 11.5:5.. Coats due to the negligence of
Iwsses and damages within the deductible amoums CONTRACTOR. any Subcontractor, or anyone
of gxopety insurance established by OWNER in directly or indirectly employed by an of them or for
a nee with paragraph 5.91 provided they whose acts any of them may be liable, including, but
have resulted from causes other than the not limited tqthe correction of dk0ective Work,
SSULWgg rgence of CONTRACTOR, any 1 of materials or equipment wrongly supplied
rector; or anyone directly or indirectly making good any damage to property.
by s
be
and expersses shall be included in the Cost of the
Work for the pu�posa of determining.
CONTRACTOR's &e: It: however, any such loss
or damage requires reomistructim and
CONTRACTOR is placed in charge: thereof.
CONTRACTOR she be paid for services a fee
proportionate to that stated in paragraph 11.6.2.
11.4,53The cost of utilities; fuel and sanitary
facilities at the site
Mina expenses such as telegrams,
long distance telephone calls, telephone service at
thestte, expressage and similar petty cash items in
comedian with the Work.
114.5.9. Coat of premiums for additional Bonds
and insurance required because of changes in the
Work.
11.5The term Cost of the Work shall not in elude any of
the following:
I1.5.1. payroll costs andother compensition of
CONTRACTOR's officem executives principals (of
partnership and sole proiaietorshipsb general managers,
engineers ardutects, estimators, attorneys auditors,
accountants, purchasing said contracting agents,.
expeditors, timokeepers, clerks and other personnel
employed by CONTRACTOR whether at the site or in
CONTRACTOR's principal a a branch office for
general administration of the Work andnot specifically
included in the agreed upon schedule of job
classifications referred to in paragraph 11.4.1 or
specifically covered by paragraph I IA.4-all of which
are to be considered administrative costs covered by the
CONTRACTOR's fee.
11.5.2. Expenses of CONTRACTOR's principal and
branch offices other than CONTRACTOR'S office at
the site.
115.3. Any pert of CONTRACTORk 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 lint all Bonds and for all
inmmnce 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 11.4.59 above).
EXI)C (WVAAL CONDITIOM 191" (1990 Wii*
a: UTY OF FORT ML1JM MMIFICATION3 tKIEV 4N.A0o)
.:Other overbead or general expersse costs of
any kind and the cads of airy item not specifically and
expressly included in paragraph 11.4.
11.6. The OONTRACTOR's tee allowed to
CONTRACTOR fa overhead and profit shall be
determined as follows'
11..6, 1. a mutually acceptable fixed fee; or
1 L6.1 if a fixed fee is not. agreed upon, then a fee
based on the followhng percentages of the various
portions of the Cost of dno Work:
11.6.Y.L. for . .costs incurred under
paragmphi 11.A 1 and 11.4.2, the
CONTRACTOWs fee "I be fifteen percent;
114:2:2. for costs incurred under
paragraph 11.4.3, the CONTRACTORs fee shall
be live percent;
11..6.2 3. where one or mare tiem of
subcontracts an m the basis of Cost of the Work
pplus a fee and no fixed fie is agreed upon, the
iotem of paragraphs IIA.1, 11,4.2; 11,4.3 and
11.6.2 is that the Subcontractor who actually
performs or finishes the Work, at whatever tier,
will be paid afee of fifteen percent of the costs
incurred by such Subcontractor under paragraphs
11.41 and 11.4.2 and that any hi�Iner tier
Subcontractor and CONTRACTOR wid each be
11.6.2.4. no fee shall be payable on the basis
of costs itemized under paragraphs 11.4.4, 11.43
and l 1.5;
M6.25. the amount of credit to be allowed
by CONTRACTOR to OWNER for any. change
whlch results in a net decrease in oust will be the
amount of the actual net decrease in oust plus a
deduction in CONTRACTORS tee by an amount
equal to five percem of such net deaesse; and
I L6.2.6. when both additions and credits are
involved in any one change. the adjustment in
CONTRACTOR's fee squid be computed on the
basis of the net change in accordance with
paragraphs 11.6.2.1 through 116:2.5, inclusive.
113, Whenever the cam of any Work is to be
25
-deteritined pursuant to paragraphs 11.4 and 11.5,
CONTRACTOR will establish and maintain records
thereof in accordance with generally a(xqpfp�I. accounting
practices and strhmit in form sccepiable to 1T1GCNEER an.
itemized cod breakdown together'. with supporting: data:.
Cash ..clllawaeces.,
11.9, Itisuraerstodthat CONTRACTORhasincluded
in the Cknilmot Prise all allowances so named in the..
Contract Documents and salt cause the Work.: an covered
to. be !'unmated and perfumed for such sums as may be
acceptable toOWNER and ENGINEER. CONTRACTOR
agrwihst
11.8.1 the allowances include the cost to
CONTRACTOR. fleas any applicable oadc discounts)
of materials mid oquipmem:required. theallowancm
to bcdeftwa'edat time site,. and. all apphtbic taxes, and.
11.82 CONTRACTO$'s casts for unloading. and
handling on the site, labor,:itatellatim om overhead,
.profit and other expenses contemplated for to
albwansts have been included in the Contract Price
and not in the :allowances and no demand for
additional payment an accowa of any of the foregoing.
will be valid.
Prior to final payment, anap riate Change Order will be
issuad as recommended by BNCrMHER to reflect actual
amounts due CX)NTRACTOR on account of Work covered.
by allowances, and the Contract price shall be
correspondingly adjusted.
11.9. un& Price Work
or part of the Wank is to be Unit.Frice
the Contract price will be [earned to
Unit Price Work on am t M equal to
estimated quantities of items
no Ruoranteed and are sol
classifications of Unit Price Work performed by
CONTRACTOR will be nude by ENGINEER, in
accordance with paragraph9.10,
11.92. Each uni price will be deemed to imrhale an
amount consider by CONTRACTOR. to be adetpatte
to cover CONTRACfOWs overhead and profit for
each.repmtaeiy identified item.
11.9.3.OWNM a CONTRACTOR may make a
claim for an adjustment in the Contract Price in
accordance with. Article I I if:
the quantity of any item of Unit. Price
Wait perlbnncrd by CONTRACTOR. difrem
material 4y and significantly from the estimated
quantity of suchitem indicated in the Agreement,
MCUBISTRAL,COND1TIOM 1910-8(1"0154001)
26 w C]TYOFFOaTCIOUIMMCt)IFICA'nOM SEV4nWD)
and
1.1.93.2. there is no cemespondingadjustment
with respect to any miter item of Wmk: and
11.93:3 if CONTRACTOR. believes that
CONTRACTOR is agided to an increase in
Contract price as a rawld of havenm$$ incurred
additional expense or OWNER. Iteteves tat
OWNER is entitled to a decrease in Contract Price
and the parties, are unable to agree. as to the
amo untafany such increasear decrease.
11.93ACONTRACTOR .ackrtowktl$es:. tlnt
in
1Ai6a. at OWNER'S sole
mow# aflisaing the Contract Not of
mansatimll #am so ImE as the deletich or
..gt dw not 9M& lyrgtty-five percent of
the original MW fist Price
ARTICLE 12—t HANGE OF CONTRACT 71M E8
(or Milestones) may only be
r or a Written Amendment.
a of the Contract Times torn
n written notice delivered by
i to. the other party endto
in on evert later tat thirty
r the -event rise to the
nature of the claim. Notice
,ith supporting data shall be
ifter such occurrence (unless
nal time to ascertain more
)f the claim) and shall be
A written stmementthat the
Mine adjustmem to which the
m itis entitled as a result of
All claims for adjustment in
tines) shallbe determined by
e.. with paragrapt 9.11 nr
OR camtot otherwise agree,
t in the Contract Times (a
no submitted in acoordance
12Z All time limits stated in the Contract Documents
are of the essence of fhe Agreement.
12:3, Where CONTRACTOR is prevented from
completing any pan of the Work within the Contract
Times (or Mlestornes) Am to delay beyond the control of
CONTRACTOR, the Contract Times (ra Milestones) will
be extended in: an mount equal to time lost dun to such
delay if a claim is made therefor as provided in
MWA12. I. Delays beyond the control of
ACTOR sail include, but not be limited to, acts
or rxglect. by OWNER, acts or neglect of utility owners or
caber commictors performing other work as contemplated
by Article 7, fires, flooris, epidem" abnormal weather
conditions or acts of Gad. Delays attributable to and
within the control of a Subcontractor or Supp t�ier shall be
deemed to be delays within the control of CONTRACTOR.
12.4. Where CONTRACTOR is prevented from
completing any pan of the Work within the Comma Times
(a Milestones) due to delay beyond the Marol of bath
OWNER and CONTRACTOR, an extension of the
wdrdday. Cn naavertt shall
TI'RACTOR, arty Subarataso,
ers(ut or organiratidri, or toany
or egent of a+ty df ahem,. for
residting font (i) delays caused.
9 of the CONTRACTOR; or
ARTICLE 13—TE5TS AND INSPECTIONS;
CORRECTION, REMOVAL OR ACCEPTANCE OF
13.1, Notice ofDefeahr:
Prompt notice of all rkfective Work of which OWNER a
ENGINEER have actual knowledge will be given. to
CONTRACTOR. All d4ivnve Work may be rejected,
corrected or accepted as provided in this Article U
Access to Work
13 2 OWNER. ENGINEER, INGINEERs Consultants.
other representatives and personnel of OWNER,
independent testing laboratories and governmental agencies
with jurisdictional interests will have seem to the Work at
ressemible -#imes for their observation. inspecting and
testirt. 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.
Tesisandingwdionr
133. CONTRACTOR shall give ENGINEER timely
notice of readiness of the Work for all required: inspections,
teas or approvals, my] shall cooperate withunpedion and
testing persoratel to :facilitate requited inspections ortest-
13A. OWNER shatl employ and pay for the services of
an independent testing laboratory to perform all
inspections, tests, or approvals required by the Contact
Documents except:
13.4.1. for inspections. tests a approvals covered
by paragraph 133 below;
13.4.2. that costs incurred in connection with tests
or inspections conducted pursuant to paragraph 13.9
WDCUENE'RAL CONDITIOM 191" (19" Erma)
wr aTY OF FORT COLLINS MMIFICATION3 (REV 4000m
below siitdt be paid as provided in said
porn raph 13.9: and
13.43, as otherwise specifically provided in the
Contract Documents.
If Laws or Regulationsof any public body having
0
in connection therewith, and Furnish ENGINEER the
required certificates of inspector, or approval.
CONTRACTOR shall also be responsible for anang�t�g
and obtaining and shall pay all costs inocinn oo with
and ENGMER's acaptome of materials orequipmem to
be incorporated in the. Work, or of materials, mix designs,
or equ tixnent submitted for ap a�aI Error to
CONTRkCTOR's purchase thereof for incoryomtton In
13 6. if any Werk (or the work of others) that is to be
inspected, tastedor 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 ovided in paragraph 13.6
shalt be at CONTRAC,,T()Ws aspense unless
CONTRACTOR. has given ENGINEER timely notice of
CONTRACTOR'S intention to ewer the same and
F,NGfNEER hasnot acted with reasonable promptness in
response tosuchrlotice.
Uncovering Work.
13.&. If aery Work is covered contrary to the written
request of ENGINEER, itmust, it requested by
ENGINEER. be uncovered for ENGINEEWs observation
and replaced at CONTRACTOR's expense.
13.9.ifFNGINEERcomidatsitnooassarywadvisable
that covered Work be observed by ENGINEER or
inspected or tested by others, CONTRACTOR, at
ENGINEE.R's request. shall uncover, exposeor 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 ciefec&e.
CONTRACTOR shall pay all claims, costs, losses and
damages caused by, arising out of a resulting from such
uncovering Cx7xnsttre, observation, inspection aril testing
and of mtislactoy replacement or reconstruction,
(including butnot limited to all costs of repair or
replacement of wort 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 Wok is not found to be
defective, CONTRA('f OR 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, exposom, observation, inspection. testing,
replacement and reconstruction; and, if the: parties are
unable to oggeree as to the amount a extent thereof,
CONTRACTOR. may make a claim therefor sa ptoviried in.
Articles 1 i aid 12.
OWNER May Srop As Weir:
Carreotion or RanowNofDefeerive Work
1311. If required by ENGINEER, CONTRA
promptly, as directed, eider correct all cafe
whether or net fabricated. aafsgad a oom
Work has been rejected by IiA1fi:DMM remov
site and replace... it with Work that is ra
CONTRACTOR shall :pay oil claims, coals
damages ages mused by: or resulting .. fromsuch c
.removal (including but not limited to all costs
replacement of work of otters)...
U.12. Co"dk+n.Perioek
may be prescribed Laws or Regulatipm or by
terms of any applim a special guarantee required
the Contract Documents or by any specific
the Contract Documents, any Work is found
ent
to
Work. resulung dterefrwn) has been corrected.
removed or reps under this paragraph 13.12, the
correction period.hereunder with respect io such Work
will be extended for an additional period of ens -year
Ear .veers after such correction a removed and
replacement has been satisfactorily compieted.
Accepbewe ofDefiedn Work.
dofecttver CONTRACTOR shallpromptly,without coat
to OWNER slid in accordance with OWNERS written
instructions: (i) correct such defediw Work or. if ithes
been rejected by OWNER remove it from the site mat
replace it with Work that is not akfective, and (4)
satisfactorily crrtector remove and replace any damage
to other Work or work of others resuitingtherefrom.
If CONTRACTOR does not promptly comply with the
terms of such instntctiorm or in an emergent' where
delay would cause serious risk of toss or lama ,
OWNER maayy have the defective Work corrected or the
rejected Wark removed and replaced, and; all claims;
costa, losses and damages caused by of resulting ,from
such removal: and rephaoemat (wludirg 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 contimaws service
before Substantial Completion of all the Work: the
correction period for that :item may start to run from an
earlier date if so providedin the Specifications or by
Written Amendment.
13,12.3. Where defective Wait (and, damage to other
Sr=OFi;WVJ, CONDMOM 191" (1"Q Edtidn)
28 WI(.7TY OF FORT MLLINSMODIFICATIOM0M, V4n000)
CTOR fails
the Contract
ays' dwritten
medy any such
deficiwwy, in exerm" the rights mid remedies under
this paragraph OWNER shall proceed expeditiously. In
connection with such corrective: and remaliel action,
OWNER may entude CONTRAM)R from all or part of
the site, take possession. of all or part of the Work, and
suspeW CONTRACTOR's services related th erao. take
possession of OONT.RACTORs took. apph times,
owremuction equipment and machinery at the: site and
im;orpcxate in the Work all materials and equipment
stored at the site or for which OWNER has paid
CONTRACTOR but which are stared elsewhere.
CONTRACTOR shall allow OWNER. OWNERS
representatives, agents mid emohoyeea OWNERS other
writrawors and ENGINEW and ENGINEL+Rs
Comiulmas access to the site to enable OWNER to
exercise the rights and re reches under this paragraph. All
claims, costs, losses and damages incurred a sustained by
OWNER in exercising such rights and remedies will be
charged against CONTRACTOR and a.Change .Order will
tx issued in=pomting the necessary revisions in the
Catmct :fkx:umenrs with respect to the Wotk; and
OWNER &h all be entitled to an appropriate deoresse in die
Ccmmct Price, Batt if the parties are unable to agree as to
a the mmmt therwr, OWNER army make a claim therefor
as provided in Article 11. Such claims, costs; losses and
damages will include but riot be limited to all costs of recommtendatio
repair or replacement of work of others destroyed a to OWNER, or
dam�aged prpyy correction, removal or replacement of indicati»ginwt
CONT.RACTOR'sdefective Work. CONTRACTOR shot] recommend pay
not be allowed an oternsion of the Contract Times (or may make the
Milest es because of any delay m ormance of the Application
Wcrk stir Ltable to the exercise by Ot�R ofOWNERs Application for
rights and remedies hereunder. tccommendatic.
ARTICLE 14—PAYMENTS TO CONTRACTOR AND
CO&IPLETION
'.SChd&i* OfVallier:
14.1. The schedule of values established as provided in
pemgxsph 2.9 will serve es ihe6asa for progress peymeamk
and will he s tmmd 'rmo a ftnm of Applitanon fa
T%yment a :to ENGINEER.. Pro�ees payments on
eccmtnt of (1mt Prig. Work will fie 6ssed an tFie number of
units complemd.
Application *Prgen Paymen+'
14�2, At least twenty days before the date esablished for
each progress payment (but not mono often than once a
O()NTRAC1'OR covering the We* completedas of the
date of the Application and accemtpanicd by such
supporting documentation as is required by the Contract
Ikwumetas. If payment is requested m the basis of
materials and equipment not mccaporntal in the Work but
delivered and suitably stored at the site or at another
location agreed to in writing, the Application for Payment
snail 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 awl other arrangements to
protect OWNM's interest therein, all of which will be
sa matctury to OWNER. The amatm of reminage with
respect to progress payments will be as stipulated in the
of payment and present the A hostion
rettan dieAppticahon ro CONTRACTOR
Ling ENGINEER's reasons for refitsintg to
neat. In the lettercase, CONTRACTOR
necessary cmreetiais and resubmit the
Ten days afterr �re�emation of the
Payment to OWNER with.ENGINEERs
e theammm recommended will (subject
s of the last sentence of paragraph 143)
l when du will be paid by OWNER to
14.5. ENGMER's raoommenaiirtion of any payment
requested! in an Application for Payment will constitute a
ieprasmBatm. by ENGINEER to OWNER, basal on
ENG[NEER's rat -site obearvatums; of the preetined Work
men" o=datdqualifraldesngnprofesauamland on
IiNGINE 'lilt's rwiew of the A oration fa Payment and
the accompanying data and =lea, that tothe best of
KNIGINMWs knowledge, information and belief
14.5.1. the Work has progressed to the point
indicated,
14.5.4 the quality of the Work is generally in
a cconimtce with the Contract Documents (subjet to
an evaluation of the Wain as a funaimung whole
paior to or upon Substantial Completion, to the results
of any subsequent tests called for in the Contract
Documents, to a final dawnninatiem of quantities and
classifications for Unit Price Work under
Paragraph 9.10, and to any other qualifications stated
in therecommendation), and
14:53.. the conditions precedent to
CONTRACTOR's bea% entitled to .such payment
appear to have been fulfilled insular as it is
ENG NEER'sres)wmibilityto observe the Wank.
However, by recommendingany such payment
ENGINEER will not thereby be deemed to have
represented that: (i) eelmustive or continuous on -site
inspections have been made to check the quality o, the
quantity of the Work beyond the responsibilities
specificallyassigned to ENGINEER. in the Contra
Documents or (h) that there may not be other matters or
issues betweenthe parties that might emide
CONTRACTOR. to be pad additionally 1by OWNER or
entitle OWNER to withhold eayment tcCONTRACTOR.
C'ONPRACTOR's W4 runny of Me: techniques, sequences apron
143 CONTRACTOR warrants and guarantees that title the safety premutiasssAnd Prol
to all Work, materials and equipment covered by any for any failure of COAITRACf
Application fa Payment, whether incorycamed in the and Regulations applicable
Project a not, will pass to OWNER no later than the time performance. of Work, or
of payment Gee and dear of all Lions. CANPRACI'OR to perform
accochnnce with the Conhact Ut
Renew ofApptieabons for ProgresvPaj�ment
14.4. ENGINEER will, within ten days after receipt of
each Application for Payment, either indicate in writing a
dation of any payment,
mean that ENGINEER
ORs means, methods,
Ares of construction a
Ants,incident thereto. or
Rto comply with Laws
o the famishing. o
fur any failure of
or furnish Work m
14,T ENGINEER. may refuseto recommend the whole
or may part of any payment if, in ENGINEER's opinion, it
would be incorrect to make the representations to
WCOCOENLRALCON3A'ROh3191e8 09%Umim) 29.
wfQ1YOPFORTCOILU145R70OIPICATIONS(itEV4a0 )
OWNER referred to in paragraph 14A ENGINEER may.
also -refine to recommend any such payment or, because of
discovered evidence or the results of.
anbsequent rrspectims or Wits, nullify any such payment
previously recommended, tosuch extent as may be.
r>eeesa"ry m ENGRNBE R's tPmion to protect OWNER
frorm:kna because:.
14.7.1. the Work is d*cbw.: or completed Work has
been damaged requiring correction or replacement;
14,71. the Contract Price has been reduced. by
Written Amendment or Charge Order,
14.73. OWNER has been required to correct,.
trisfoctiw Work or complete Work in accovdazrce with:.
paragraph .13,14,or
143:4. ENGINEER has .actual koowledga of the:
occurrence of any9 of the everns entanerated in
paragraphs 15.2.1 through 15.2.4 inclusive,
OWNER ma refuse to make) ymera of the full amount
rorommenciv by ENGINEER liecsuse'
14.7.5, claims have been made against OWNER on.
acearm of CONTRACTOR's performance or famishing:.
of the Work,
143.6. Lim 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 too set-
off against the amount reoammendvA or
147.8. OWNER has actual knowledge of the
.occurrence of any of the events enumerated in
paragraphs 14.7,1 through 14.7.3 or paragraphs 15.2.1
through 15.2.4 inclusive;
but OWNER must giveCONTRACTOR immediate
written notice (with a copy to hNGINFF,R) stating the
reason for such actirn and promptly pay CONTRACTOR
the amount so withheld or any adtustmem thereto agreed.
to by OWNER and C NTRACTOR. when.
CONTRACTOR eorects to OWNER's satisfaction the.
reasons for such action.
Subamndal Ctinipl hon.•
14.8. When CONTRACTOR considers the .entire Work
ream for its intended use CONTRACTOR shall notify
OWNER and ENGINEER2. in writing that the entire Work.
is substantially complete (except for itemsspecifically
listed by CONTRACTOR as inetaaplete) and request. that.
ENGINEER issue a csrtificste of Substantial Completion.
Within a Treasurable time rhercafter.. OWNER
CONTRACTOR. eras ENGINEER shall make. an inspection
of the Work to determine the status of cumpletion. If
EdGINh'ER does not consider the Work subsiaraialW
complete, ENGINEER will notify CONTRACTOR in
writing Riving the reasons therefor. If ENGINEER.
slCDCORiBRALCONIXT10M tvlas(1"ItEd'tioa)
30 VCTiY OF FORT COLLINS MODn7CATIOM(REV 42Wa)
14.9. OWNER shill have the right to exclude
CONTRACTOR Auint the Work after the data of
Substantial Completion, but OWNER shall. allow
CONTRACTOR reasonable access to complete or correct
items on the tentative: list.
Partial UBHiadon.
14.10. Use by OWNER at OWNER's option of any
substantially completed part of ft Work which () has
y been identified in theContractDocuments:. or
(n�j o1 ENGINEER and CONTRACTOR agree
co+srdutas a separately functioning and usable part of the
mange of the remainder of the
relished prim to Substantial
subject to the folkswinlr
at any time may request
writing to permit OWNER muse
Work which OWNER believes to
intended use and substantially
the. Work is substantially complete. CONTRACTOR
will certify to OWNER add ENGINEER that such
part of the Work is substantially complete and request
ENGINEER to issue a certificate of Substantial
Completion far that part of the Work.
14.10.2 No occupancy or separate opeiationofpart
of the Work will be accomplished prior to compliance
with the requirements of paragraph S IS in respect of
property insamnee.
Final Jagretaon:
14.11. Upon written notice froim CONTRACTOR that the
enure Work Or anagreed portion thereof is complete,
INGINEER will make A fits! ' Won With OWNER
and CONTRACTOR aril will nou CONTRACTOR at.
writing of all pnniculam in "job this inspection reveals
that the Work is incomplete a defertrve. CONTRACTOR
shall immediately take such measures asare necessary to
complete such work or remedy such deficiencies
FrnalApplicadon jer ParmenC
1412. After CONTRACTOR has completed all such
corrections to the satisfaction of ENGINEER and delivered
in accordance with the Contract Gacuments all
maatematx:e and operating instructions. schedules,
guarantees. Bask; certificates or other evidence of
auurance. required by paragraph 5.4, oelfificates of
inspection, markedup record documents (as provided in
pamgmph6.19) and other documents, CONTRACTOR
may make application for f'mai payment following due
procedure for progresspaymems The final Application for
Pavmem shalt be accompanied (except ,as previously
delivered) by: (i) oil dacun emation called for in the
Contract Documents, including but not limited to the
evidence of insurance required by subpmagraph5Al3,
(ii) eonsent of the surety, if any, to Fare( payment, and
(iii) complete and legally effective releases or waivem
(satisfactory to OWNER) of all Liars arising Out of a filed
in connecoos with the. Work. In lieu of such releases or
Waivers of Lams and as approved by OWNER,
CONTRACTOR may furnishreceipts or releases in full
and affidavit of CONTRACTOR that: (i) the releases and
reoeilas include all labor, services, material andequipment
for which a Lien could be filed, and (ii)all payrolls,
material and equipment bills, and Other indebtahnss
connected with the WMk for which OWNER. orOWN&R's
property might in any way be responsible have been paid a
otherwise satisfied- if any Subcontractor or Supplier fails
MW OENMILL CONDITIONS 191e.8 (199a Edtiml
wi CITY OF PORT WLLINS MODIFICATIONS (REV V200m
to filmhsh such a release or receipt in full,
CONTRACTOR may Tumish. a Bond or other collateral
satisfactory. to OWNER to irrdpinnify OWNER agairts
any Lien. _Releasesa waivers of lima and the consent of
the surev to Caialize Fayitleit are to be submiltod on
for Confoon....t....sf:./alafthsOWNE'Sstandn
Hobo n l prgygt n tTu,I
Paid t went andAccepa nce:
14.13. If, on the basis of ENGINEER's observation of
the Work durirar construction. and Final insaection and
and accompanying. documentation as required by the
Contract Documents, ENGINEER is satisfied that the
Work has been completed and CONTRACTORa ether
ahhggaations under the Contrail. Doamerds have been
firt6lleAy fiNG[NEER wilt, wiU$n am rtags altar receipt of
the Final Application fa Payment nttlicete in wntmg
ENG[N$fsR's reapmmeraiation of payment aril pxesmt
the Application taOWNsR for psymaat..At tlx same
mmeE'NGINEER wilt also gwa written nonce mOWNhiR
aril tX)N'fRACTOR that the Wok is auOaptable subject
m the pxavisions of paragraph 14:I S. i>iltmvrse,
I'NGINI3HR will rotum the Atiplicatidm to
CONTRACTORR; indicabngin writing the masons f<r
refiisutg to recttnmcirl Cnml payment, in which case
CONTRACTORshallmake the recessary corrections and
resubmit the Application. Thirty days after presenmtian to
OWNER of the .Application and accwnlanymg
documentation, in appropriate form and substance and.
with ENGINUM's recommendation and notice of
acceptability, the amount recommended by ENGINEER
wilt. boame due and will be paid by OWNER to
CONTRACTOR subi't c!: ti to rmgmnh 17 6.2 of these
Ci:?�raLColld/tztra,F
14.14. If through no fault of CONTRACTOR, final
completion of the Work is signdiicemly delayed and if
ENGINEER so confirms, OWNER slmli, 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
pprtartOf the Work fully conpleted and accepted. If the
remain ag kalotce to be bald by OWNER for Wok no
fully completed or corrected is less than the retainage
supnlated in the Agreement and if Hotels have been
furnished ins mquiud in paragraph 5.1, the written consent
of the surety to the payment of the balance due for that
portion of the Work fully comptetad 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
psymem, except that it shall not constitute a waiver of
claims
Waiver of(:lidmx
141S. The making and uccoptance of final payment will
constitute:
14151.a wancr of all claims by OWNER agairot
CONTRACTOR except claims arising from
unsettled Liens, from dqf zWve Work appearing after
31
6rm1 inspection pursuant to pamg oph l* 11, from
failure to comply with the Contract Doeurn nts or the
terms of amnry}+ spadeI recifted therein, or
has tMAICTO a fiwirV o 1pxttmis utalr
the Contractbocumenta: and
14.15.2.A waiver of all claims by CONTRACTOR
against OWNER other that those previously made in
writing and still unsettled.
ARTICLE tS $VS'P13NiSfON OF 'WORK AND
TERMINATION
OWAU May &spmd Vork:
0WAVRUsy reviddamir
15.2. Upon :the occurrence of any one or more of the
following werits:
152.1. if CONTRACTORwi pers�a goy fads to perform
the Work in accorahnce th the Comsat,13oiaameans
(inchiding,.but not Iarrited ton failure to supply. sufficient
skilled workiers or suitable materials or xguipment or
failure to adltepa to the progress scliedule established
under pamgraph2.9 as adjusted from time to time
pursuant to paragraph 6.17;
15.2.2. if CONTRACTOR disregards Laws a
Regulations of'anypublic body havptgitaisdiction:
15.2.3. if CONTRACTOR disregards the authority of
&IGiNEER; or.
15.2.A. if CONTRACTOR otherwise violates in any
substantial way any famisions of the Contract
Documents;
OWNER may, after. giving CONTRACTOR (ard the
surety, if any) seven days written notice and to the extent
permitted by Laws and Regulations. terminate the services
of CONTRACTOR, miude:CONTRACTOR Glatt the site
and take possession of the Work and of all
CONTRACTOR's tools appliances constructim.
xryipment and machinery at thesite and use the same to
the full exurit they could be used by CONTRACTOR
(without liability to CONTRACTOR for trespass or
conversion), incorponite in the Work all material and
equipment stored at the site orfor which OWNER has paid
7i7C1Jt':OENT RALCOROrT10IS ieto-3 o9goFAti mt
32 WIMY OFFORT WLWM MWMCA'r10MQUSV4n00D1
art stand! elsewhere, and
av dean amediau. In such
nit of
411 be
or
15.3. Where CONTRACTOR's services have been so
terminated by OWNER, the termination will not affeot
Cry tighter or remedies of OWNER against
ONTRACTOR then existing or which may thereafter
scm is, Any retention a rimment of morwys due
CONTRACTOR by OWRHk will not release
CONTRACTOR from liability.
I5.4. Wpoh seven days written notice to
CONTRACTOR and ENGINEER, OWNER may,
without cause, and without prejudice to any othm right or
remedy of OWNER, elect to terminate the Agreement. In
such. case, CONTRACTOR moll hepaid (without
duplication of any mims)!
ISAL for completed and acceptable Work Executed
in accordance.- with the. Comiract Documents prior to
the elfcctive date of temtination, including fair and
reasonable sumsfor overhead and profit on such
Work,
15.4.2. for exTensea sustained prior to the effective
date of termination in performing services and
furnishing latw, material or equipment as required
by the Contrast Documents in emtnectim with
uncompleted Work, plus fair and reasonable sums for
overhead and profit on such expenses:
15.4.3. tar all claims, costs, losses and damages
incurred in settlement of tarmbmted contracts with
Subcontractors, Suppliers and others mid
15.4.4. for reasonable t>ipensesdirectly attributable
tote miaation.
CONTRACTOR "It not be paid on account of loss of
anticipated profits or revenue or other economic loss
arising out oror resulting from such termination
CONTRACTOR May Stop Walt or Terminate:
15.5 If �no act or fault of CONTRACTOR, the
Work is su for a period of more than ninety days
by OWNER- or under an order of court or otherpublic
authority. or ENGINM fails to act on any Application
for Payment within thirty nays after it is submitted a
OWNER fails for thirty days to pay CONTRACTOR any
sum finally determined to be due, then CONTRACTOR
may, upon seven flays' written notice to OWNER and
ENGINEER, and provided OVII M or ENGINEER do not
remedysuch suspension a failure within that time,
terminate the Agrcement and recover from OWNER
toany other right or remedy, it ENGllNL+h.R has tailed to
ad on an Application for Payment within thinly days after it
resubmitted, to OWNER. has failed for thaty days tv ppaay
CONTRACTOR any sum finally determined to tie due,
CONTRACTOR may .upon seven days' written notice to
OWNER and ENGINEER step the Work focil payment of
of this pa ph 15„5 are not
[TRACTOR. from making claim
far an increase in Contract Price
to CONTRACTORS stoppntg Work as
ARTICLE 16—DIWUTERESOLUTION
If and to the extent that OWNER and CONTRACTOR
have agreed on the method and procedure ror resolving
disputes between them that may arise under this
Agreement, such dispmite resolution method andprocxdurc,
if ashall be as set forth in Fxhihir GGA, "Dispute
Row alien Agreement", to he attached hereto and madea
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
9J2, OWNER and CONTRACTOR may exercise such
rights or remedies as either may otherwise have under the
Contract Documents or by Laws or Regulationin 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 to personto
the individual or to amember of the firm, a to anoffnceirof
the corporation for whom it is intended, or if delivered at or
serif by registered m 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 tune is relaxed toin the
Contract Documents by days, it will be computed to
exclude the first and include the last day of such
period It the last day of any such period falls on a
Saturday or Sunday or on a day made a legal hohdav
by the law of the applicablejurisdiction, such day will
he omitted &rim the computation.
IMIX 6EMMAL CONDrrtONS 19104 (199a lidtiml
W.° UTY CW F'ORTCX).LII,S MU)IFiCATIONS (Rliy tPtaam
17.2.2. Acalendar day oftwemy-lburhours measured
frommidnight to the nest midnight will constitute a
tray.
Nodee ofCkdm:
IT3. Should OWNER or CONTRACTOR suffer injury
or damage to person or property becauseof my error,
emission or act of the other party or of any of the other
party'x employees to agents a others for whose acts the
ad= perry is legally liable, claim will be made in writing
to the char party within a reasonable time of the first
observance of such initay or tiemaate. Th. provisions of
17.4. The duties
General C.orditio ns
hereunder to the p
of this
the warmames guarantees and
I upon CONTRACTOR yy
6.30, 6 31, 6.32, 13.1, t3.12, 13.1 A;
of the rights and remedies available
MOM therounfer, arc in addition
onstr ed in any way as a limitation
ediesavailable to any or all of them
imposed or available by Laws or
I warranty or,grmrnntee or by other
met Documents, and. the Islam
ill be as effective as irrIpeated
tract Documents in connection with
biiaation right and ramedv to which
they apply.
Profewal rl Fees and Canon Cats Included
17.5. Whenever reference is made to 'claims, cults,
losses and damages", it shall include in each ease, but not
be limited to, all tees and charges of engineers, architects,
attorneys and other professionals and all court or
arbitration or other dispute resolution costs
1Z,¢,_ eTlLc 1�I I;he_5mt#-QMIPa4P apply-te._ihis
arcMfollows
follmrstwo pertirsa3tColgradu.slarptes
l_7.6.2 if a claim is filed OWIY 'R is rWuicd
(aw TRS 3f,_86_t(h7Zotrmn all�nnyments ic1
QMRACTOR gi iciers foods to im re the
payment of all claims for labor materials team hirer
suatenanon, Provisions. provender, or other suonlies
used err consumed by (x)NTRA(J'OR or his
33
k4CDCQMRAL CONU MOM 1910-8 OM WM)
34 wlUTY OFFORT COLIAM MODMCA-nOMOU3V412000)
Page is too large to OCR.
('Plea page left blank intentionally.)
EXDC OHNFRAL CONEWOO S 14104 U9"&Ntiow 35
wi CITY FONT COLWNS MODIFICATIONS(REV 4aOM)
etcx>cosvenwcovutnorslvtasc[v� s4amr
36 W/CITY OF FOOT CULUM MMMCATIOM(RL14aOOOr
EXHIBIT GC -A to General Conditions
of the Construction Contract Between
OWNER and CONTRACTOR
DDSPUTE,RESOLIMON AGREEMENT
OWNER and CONTRACTOR hamby agree that
Article 16 of the General Condition of the Constructiim
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 real CONTRACTOR arising..
out of or relating to the Contract Documents or the breach.
thereof (oxocpt for claims which have been waived by the
making or erxepten:e of final payyment as pprrovided. by
paragraph 141 S). will be tlecided by arbifratitm in
accordance with the Construction tidustry Arbitration
Rules of the American Arbitration Association then
oMeimirg, subject to the limitmioe; of the Article 16, This
agreement so to arbitrate and any other agreement or
consent to arbitrate entered into in accordance herewith as
Txovidcd'in this Article 16 will be specifically enforceable
under the prevailing law of any cant having jurisdiction
16.2. No demand for arbitration of any claim, dispute
err other matter that is required to be referred to
ENGTNEGR initially for decision in accordance with
paragraph 911 will In made until the earlier of (a) the date
on which ENGINEER has rendered a written decision or
(b) the thinyArst day after the parties have presented their
evidence to ENGINEER if a written decision has no been
rendered by ENGINEER before that date. No demand for
adbitration of any such claim, dispute or other matter will
be made later than thirty days after the date on which
F,NGTNTiER has rendered a written decision in respect
thereof in accordance with paragraph 9.1 l; and the failure
to demand arbitration within said thirty days' period will
result in ENGINEER's decision beiiilt fiat and binding
upon OWNER and CONTRACTOR If ENGINEER
reden 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 then 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 fox arbarramn will be
filed in writing with the uther party to the Agreement and
with the American Arbitration Association and a copy will
be scat to ENGINEER for information. The demand for
arbitration will be made within the thirty -day or tentlay
period specified in paragraph 16.2 as applicable, and in all.
other cases within a reasonable time after the claim, dispute
or either 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 clean, dispute
or other matter in question would he barred by the
applicable statute of limitations.
ElCDC OENERAL CONDITIONS 191" (199a Edeam
w? CRT' OF FORT COLWNS MODIFICATIONS WV W991
16A, Except as provided in paragraph 16.5 below,
no arbitration arising out of or relating to the Contract
Documents "It include by wrarlidation, joinder or in any
ether manner any other personor entity (including
ENGiNBFR, ENGTNEER's Conwltant and the offrccs,
directors,. ageras, employeesor consultants of any of them)
who is net a party to this contract vilest:
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 mbitrsriai, end
16.4 2: such other person or entity is substantially
involved inaquestion of law or fact wench 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 soug)ht to be included and of OWM and.
CONTRACTOR has been obtained for such inclusion,
which consent shall makespecific reference to this
paragraph; but rat such consent shall constitute consent
to arbitration of any dispute not specifically described.
in such consent onto arbitration withany party not
specifically identified in such consent.
16.5. Notwithstanding. paragraph 16.4, if a claim;
dispute or other matter in question between OWNER sod
CONTRACTOR involves the Work of a Subcontractor,
either OWNER a CONTRACTOR may join such
Subcontractor as a patty to the arbitration between OWNER
aemeo in au sucoenrism requtrw oy poragrapn o.ii a
specific provision whereby. the Subcontractor consents to
being joined in an arbitration between OWNER and
CONTRACTOR involvir the Work of such
Subcontractor. Nothing in this the
165 nor in the
provision of such -subeo ntmct consenting to joinder shall
create any claim, rightor cause of action in 6ivor of
Subcontractor and against OWNER ENGINEER or
ENGINEER's Consultants tlxitdo" not otherwise exist.
16.6. The award rendered by the arbitrators will be
final, judgmentmay be entered upon it in any court having
jurisdiction thereon and it will not be subject to
modification or appeal.
163. OWNER and CONTRACTOR agree that they
shall fast 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 amda the
Construction Industry Mediation Rules of the American
Arbitration ,Mstncamon prior to either of then innat"ag
againit 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.
'fire respective tarty and ten day time Emits within which
to file a demand for arbitration as provided in paanigraphs
16.2 and 16.3 above shall be suspended with respect to a
dispute submitted to mediation within those same
applicable time Emits and shall remain suxpeoded until ten
days after the termination of the mediation- The mediator
of any dispute submitted to mediation under this Agreement
.hall not serve as abitmto of such dispute unless otherwise
agreed.
OC-Al
RICDCOMMAL CONDITIONS 19104 0 WO&8Gm)
W CITY OF FORTCOLLINSMODR7CATIONS (RRV 9M)
GC -Al
SE
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:
A. Add the following language to paragraph 4.2.1 of the General
Conditions.
4.2.1.1.1 The following report(s) of exploration and tests of
subsurface conditions at the site of the Work:
Contractor may rely upon the accuracy of the technical data
contained in the geotechnical documents, but not upon nontechnical
data, interpretations or opinions contained therein or upon the
completeness of any information in the report.
B. 4.2.1.2.1 No drawing of physical conditions in or relating to
existing surface or subsurface structures (except Underground _
Facilities referred to in Paragraph 4.3) which are at or contiguous
to the site have been utilized by the Engineer in preparation of
the Contract Documents, except the following: _
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:
Rev 10/20/07 Section 00800 Page 1 _
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.
5.4.6 The Comprehensive Automobile Liability Insurance policy will have
limits of $1,000,000 combined single limits (CSL).
5.4.9 This policy will include completed operations coverage/product
liability coverage with limits of $1,000,000 combined single limits
(CSL).
Rev 10/20/07 Section 00800 Page 2
No Text
SECTION 00900
ADDENDA, MODIFICATIONS AND PAYMENT
00950 Contract Change Order
00960 Application for Payment
SECTION 00950
CHANGE ORDER NO.
PROJECT TITLE:
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.% OF ORIGNINAL CONTRACT
ADJUSTED CONTRACT COST
_
$ 0.00
(Assuming all change orders approved)
ACCEPTED BY:
DATE: —
Contractor's Representative
ACCEPTED BY:
DATE: —
Project Manager
REVIEWED BY:
DATE: _
Title:
APPROVED BY:
DATE:
Title:
APPROVED BY:
DATE:
Purchasing Agent over $30,000
CC: City Clerk Contractor
Project File Architect
—
Engineer Purchasing
Rev 10/20/07
Section 00950 Page 1
Financial Services
Purchasing Division
215 N. Mason St. 2n° Floor
PO Box 580
Fort Collins, CO 80522
970.221.6775
970.221.6707
fcgov.com/Purchasing
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
1oi7:l
US 287/South College Avenue Bike Lanes
BID NO. 6100
PURCHASING DIVISION
215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS
May 12, 2008 — 3:00 P.M. (OUR CLOCK)
where renewal is a way of life
Section 00960
APPLICATION FOR PAYMENT PAGE 1 OF 4
OWNER: City of Fort Collins PROJECT: APPLICATION NUMBER:
APPLICATION DATE:
PERIOD BEGINNING:
ENGINEER: CONTRACTOR: PERIOD ENDING:
PROJECT NUMBER:
CHANGE ORDERS Application is made for Payment as shown below in connection with Contract
The present status of the account for this Contract is as
NUMBER DATE AMOUNT follows:
1
2 Original Contract Amount:
3 Net Change by Change Order:
Net Change by Change Order
;'
Current contract Amount:
Total Completed and Stored to Date:
Less Previous Applications:
Amount Due this Application - Before Retainage:
Less Retainage:
AMOUNT DUE THIS APPLICATION:
CERTIFICATION:
The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with
the Work have been satisfied as required in Paragraph 14.3. of the General Conditions of the Contract.
The above Amount Due This Application is requested by the
CONTRACTOR.
Date:
By:
Payment of the above Amount Due This Application is recommended by the ENGINEER.
Date:
02
Payment of the above Amount Due This Application has been reviewed by the OWNER'S Project Manager.
Date:
By:
Payment of the above Amount Due This Application is approved by the OWNER.
Date:
$0.00
$0.00
Rev 10/20/07 Section 00960 Page 1
APPLICATION FOR
CONTRACT AMOUNTS
PAYMENT
PAGE 2 OF 4
Work
Work
Work
Completed
Completed
Completed
Stored
This
Previous
To
Bid
Month
Periods
Date
Materials
Total
Item
This
Earned Percent
Unit
Number Description Quantity Units Price Amount
Qty.
Amount
Qty. Amount
Qty.
Amount
Period
To Date Billed
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
TOTALS $0.00
$0.00
$0.00
$0.00
$0.00
Section 00960 Page 2
1 1 1 1
CHANGE ORDERS
APPLICATION FOR PAYMENT
PAGE 3 OF 4
Work
Work
Work Completed
Completed
Completed
Stored
This
Previous
To
Bid
Month
Periods
Date
Materials
Total
Item
This
Earned Percent
Unit
To
Number Description Quantity Units Price
Amount
Qty. Amount
Qty. Amount
Qty.
Amount
Period
Date Billed
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
TOTALS CHANGE ORDERS
$0.00
$0.00
$0.00
$0.00
$0.00
PROJECT TOTALS
$0.00
$0.00
$0.00
$0.00
$0.00
Section 00960 Page 3
STORED MATERIALS
SUMMARY
On Hand Received Installed
Item Invoice Previous This This
Number Number Description Application Period Period
PAGE 4 OF 4
On Hand
This
Application
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
TOTALS $0.00 $0.00
$0.00 $0.00
Section 00960 Page 4
PROJECT SPECIAL PROVISIONS
US 2871S. College Ave. Bike Lanes March, 2008
Project Special Provisions CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
COLORADO DEPARTMENT OF TRANSPORTATION
CITY OF FORT COLLINS, COLORADO
US 287/S. COLLEGE AVE. BIKE LANES
PROJECT SPECIAL PROVISIONS (FOR 2005 SPEC BOOK)
The General Conditions of the Construction Contract and the Colorado Department of
Transportation's (CDOT) 2005 Standard Specifications for Road and Bridge Construction control
construction of this project. Where there are conflicts between the two, the General Conditions
shall control.
The following Special Provisions supplement or modify the CDOT Standard Specifications and
take precedence over the CDOT 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.
Item Panes
Index Pages
CONTRACT GOAL (COMBINED) ---------------------------------- --------------------------------------------------------------------------
4
REVISION OF SECTION 100 -------------------------------------------------------------------------------5
GENERAL PROVISIONS ------------------------------------------------------------------------------------------------------------------------
5
REVISION OF SECTION 101-----------------------------------------------------------------------------------------------------------------6
DEFINITION OF TERMS-------------------------------------------------------------------------------------------------------------
--------- 6
REVISON OF SECTION 104-------------------------------------------------------------------------------------------------------------------
7
SCOPEOF WORK ----------------------- -------------------------------------------------------------------------------------------------------- 7 _
REVISION OF SECTION 105 ----------------------------------------------------------------------------------------------------------------
12
CONTROLOF WORK --------------------------------------------------------------------------------------------------------------------------
12
REVISION OF SECTION 105 ---------------------------------------------------------------------------18
CLAIMS FOR CONTRACT ADJUSTMENT -----------------------------------------------------------------------------------------------
18 _
REVISION OF SECTION 106----------------------------------------------------------------------------------------------------------------
19
CONTROL OF MATERIAL --------------------------------------------------------------------------------------------------------------------
19
REVISION OF SECTION 107------------------------------------------------ ---------------------------------------------------------------
24
INSURANCE------------------------------------------------------------------------------ -----------------------------24
—
REVISION OF SECTION 107------------------------------------------------ ---------------------------------------------------------------
25
ENVIRONMENTAL CONTROLS ----------------------------------------------- ----------------------------
-25
REVISION OF SECTION 108----------------------------------------------------------------------------------------------------------------
28
PROSECUTIONAND PROGRESS-------------------------------------------------------------------------------------------------------
28
REVISION OF SECTION 201----------------------------------------------------------------------------------------------------------------32
CLEARINGAND GRUBBING--------------------------------------------------------------------------------------------------------------
32
REVISION OF SECTION 207---------------------------------------------------------------------------------------------------------------- 33
TOPSOIL---------------------------------------------------------------------------------- -----------------------------33
-
REVISIONOF SECTION 210 ---------------------------------------------------------------------------------------------------------------- 34
RESET IRRIGATION SYSTEM--------------------------------------------------------------------------------------------
34
REVISION OF SECTION 304---------------------------------------------------------------------------------------------------------------
35
AGGREGATE BASE COURSE ---------- ------------------------------------------------------------
35
REVISION OF SECTION 403----------------------------------------------------------------------------------------------
36
HOTMIX ASPHALT----------------------------------------------------------------------------------------------------------
36
REVISIONOF SECTION 514--------------------------------------------------------------------------------------------------------------- 37
PEDESTRIAN RAILING (STEEL)------------------------------------------------------------ ------------------------------
37,
REVISION of SECTION 519 ---------------------------------------------------------------------------------------------------40
STONEVENEER---------------------------------------------------------------------------------------------------------40
REVISION OF SECTION 601 ------------------------ ------------------ -- -------------------------43
MISCELLANEOUS CONCRETE CLASS B-MODIFIED------------------------------------------------------ ------------------------- 43 �-'-
REVISION OF SECTION 608 --------------------------------------------------------------------------------------------------52
SIDEWALKS AND BIKEWAYS----------------------------------------------------------------------------------------------------------
52
REVISION OF SECTION 608 --------- --------------------------- ------------- --------------------------
53
CONCRETE CURB RAMP (SPECIAL) ------------------------------------------------------------------------------------
53
2
FHU Reference No. 04-143
4/162009, 1:32:99 PM
US 287/S. College Ave. Bike Lanes
Project Special Provisions
REVISION OF SECTION 609--------
CURB AND GUTTER -------------------
REVISION OF SECTION 610--------
MEDIAN COVER MATERIAL---------
REVISIONOF SECTION 614--------
TUBULAR STEEL SIGN SUPPORT
TRAFFIC CONTROL PLAN - GENE
UTILITIES ------------------------
FORCE ACCOUNT ITEMS-----------
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
54
54
55
55
56
56
58
61
62
3
FHU Reference No. 04-143
4/16/2", 132:49 PM
US 287/S. College Ave. Bike Lanes
Project Special Provisions
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
CONTRACT GOAL (COMBINED)
The Department has determined that Underutilized Disadvantaged Business Enterprises (DBEs)
will participate by contracting for a part of the work of 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:
UDBEs
8% 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.
4
FHU Reference No. 04-143
4/162008, 1'.32:49 PM
US 2871S. College Ave. Bike Lanes
Project Special Provisions
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
REVISION OF SECTION 100
GENERAL PROVISIONS
Section 100 of the Standard Specifications is hereby revised for this project as follows:
Subsections 102 and 103 of the Standard Specifications are hereby deleted. See Contract
Documents for additional information.
5
FHU Reference No. 04-143
4116a2 , 1:32'.49 PM
US 2871S. College Ave. Bike Lanes
Project Special Provisions
REVISION OF SECTION 101
DEFINITION OF TERMS
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
Technical Specifications related to construction materials and methods for the work embraced
under this Contract shall consist of the "Colorado Department of Transportation, State of
Colorado, Standard Specifications for Road and Bridge Construction" dated 2005.
Certain terms utilized in the Specifications referred to in the paragraph above shall be interpreted
to have different meanings within the scope of this Contract. A summary of redefinitions follows:
Where reference is made in the plans and specifications to Owner, Department, Chief
Engineer, Resident Engineer, Project Engineer, Engineer, Erosion Control Supervisor,
and Inspection and Testing Agency it is understood to mean the City of Fort Collins,
Colorado representative.
The sections shown on the following pages are revisions to the Technical Specifications for this
project.
6
FHU Reference No. 04-143
41162008, 1:32:49 PM
CONTRACT DOCUMENTS TABLE OF CONTENTS
Section Pages
BID INFORMATION
00020
Notice Inviting Bids
00020-1 - 00020-2
00100
Instruction to Bidders
00100-1 - 00100-9
00300
Bid Form
00300-1 - 00300-3
Bid Form Federal Forms 606, 714
00400
Supplements to Bid Forms
00400-1
00410
Bid Bond
00410-1 - 00410-2
00420
Statements of Bidders Qualifications
00420-1 - 00420-3
00430
Schedule of Major Subcontractors
00430-1
CONTRACT DOCUMENTS
00500 Agreement Forms 00500-1
00510 Notice of Award 00510-0
00520 Agreement 00520-1 - 00520-6
00530 Notice to Proceed 00530-1
00600
Bonds and Certificates
00600-1
00610
Performance Bond
00610-1 - 00610-2
00615
Payment Bond
00615-1 - 00615-2
00630
Certificate of Insurance
00630-1
00635
Certificate of Substantial Completion
00635-1
00640
Certificate of Final Acceptance
00640-1
00650
Lien Waiver Release(Contractor)
00650-1 - 00650-2
00660
Consent of Surety
00660-1
00670
Application for Exemption Certificate
00670-1 - 00670-2
CONDITIONS OF THE CONTRACT
00700 General Conditions 00700-1 - 00700-34
Exhibit GC -A GC -Al - GC-A2
00800 Supplementary Conditions 00800-1 - 00800-2
00900 Addenda, Modifications, and Payment 00900-1
00950 Contract Change Order 00950-1 - 00950-2
00960 Application for Payment 00960-1 - 00960-4
Project Special Provisions
Special Provisions
Federal Forms
US 2871S. College Ave. Bike Lanes
Project Special Provisions
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
REVISION OF SECTION 104
SCOPE OF WORK
Section 104 of the Standard Specifications is hereby revised for this project as follows:
Subsection 104.02 shall include:
Site Conditions
A. General:
The Contractor acknowledges that he has satisfied himself as to the nature and
location of the work, the general and local conditions, particularly those bearing
upon access to the site; handling, storage, and disposal of materials; availability of
water, electricity and roads; uncertainties of weather, river stages, or similar
physical conditions at the site; the conformation and conditions of the ground; the
equipment and facilities needed preliminary to and during the execution of the
work; and all other matters which can in any way affect the work or the cost thereof
under this Contract.
The Contractor further acknowledges that he has satisfied himself as to the
character, quality and quantity of surface and subsurface materials to be
encountered from his inspection of the site and from reviewing any available
records of exploratory work furnished by the Owner or included in these
Documents. Failure by the Contractor to acquaint himself with the physical
conditions of the site and all the available information will not relieve him from
responsibility for properly estimating the difficulty or cost of successfully performing
the work.
The Contractor warrants that as a result of his examination and investigation of all
the aforesaid data that he can perform the work in a good and workmanlike
manner and to the satisfaction of the Owner. The Owner assumes no
responsibility for any representations made by any of its officers or agents during
or prior to the execution of this Contract, unless (1) such representations are
expressly stated in the Contract, and (2) the Contract expressly provides that the
responsibility therefore is assumed by the Owner.
B. Information on Site Conditions
Any information obtained by the Engineer regarding site conditions, subsurface
information, groundwater elevations, existing construction of site facilities, and similar data
will be available for inspection, as applicable, at the office of the Engineer upon request.
Such information is offered as supplementary information only. Neither the Engineer nor
the Owner assumes any responsibility for the completeness or interpretation of such
supplementary information.
7
FHU Reference No. 04-143
4/16/2W8, 132'.49 PM
US 2871S. College Ave. Bike Lanes
Project Special Provisions
-2-
REVISION OF SECTION 104
SCOPE OF WORK
Differing Subsurface Conditions:
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
In the event that the subsurface or latent physical conditions are found
materially different from those indicated in these Documents, and differing
materially from those ordinarily encountered and generally recognized as
inherent in the character of work covered in these Contract Documents, the
Contractor shall promptly, and before such conditions are disturbed, notify
the Engineer in writing of such changed conditions.
b. The Engineer will investigate such conditions promptly and following this
investigation, the Contractor shall proceed with the work, unless otherwise
instructed by the Engineer. If the Engineer finds that such conditions do so
materially differ and cause an increase or decrease in the cost of or in the
time required for performing the work, the Engineer will recommend to the
Owner the amount of adjustment in cost and time he considers reasonable.
The Owner will make the final decision on all Change Orders to the
Contract regarding any adjustment in cost or time for completion.
2. Underground Utilities: Known utilities and structures adjacent to or encountered in
the work are shown on the Drawings. The locations shown are taken from existing
records and the best information available from existing utility plans. However, it is
expected that there may be some discrepancies and omissions in the locations
and quantities of utilities and structures shown. Those shown are for the
convenience of the Contractor only, and no responsibility is assumed by either the
Owner or the Engineer for their accuracy or completeness.
C. Execution
Where the Contractor's operations could cause damage or inconvenience to
railway, telegraph, telephone, television, oil, gas, electricity, water, sewer, or
irrigation systems, the operations shall be suspended until all arrangements
necessary for the protection of these utilities and services have been made by the
Contractor.
2. Notify all utility offices which are affected by the construction operation at least 48
hours in advance. Under no circumstances expose any utility without first
obtaining permission from the appropriate agency. Once permission has been
granted, locate, expose, and provide temporary support for all existing
underground utilities.
8
FHU Reference No. 04-143
4116/2008, 1:32:49 PM
US 287/S. College Ave. Bike Lanes
Project Special Provisions
-3-
REVISION OF SECTION 104
SCOPE OF WORK
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
3. The Contractor shall protect all utility poles from damage. If interfering power
poles, telephone poles, guy wires, or anchors are encountered, notify the Engineer
and the appropriate utility company at least 48 hours in advance of construction
operations to permit the necessary arrangements for protection or relocation of the
interfering structure.
4. The Contractor shall be solely and directly responsible to the Owner and operators
of such properties for any damage, injury, expense, loss, inconvenience, delay,
suits, actions, or claims of any character brought because of any injuries or
damage which may result from the construction operations under this Contract.
5. Neither the Owner nor its officers or agents shall be responsible to the Contractor
for damages as a result of the Contractor's failure to protect utilities encountered in
the work.
6. If the Contractor, while performing the Contract, discovers utility facilities not
identified in the Drawings or Specifications, he shall immediately notify the Owner,
utility, and the Engineer in writing.
7. In the event of interruption to domestic water, sewer, storm drain, or other utility
services as a result of accidental breakage due to construction operations,
promptly notify the proper authority. Cooperate with said authority in the
restoration of service as promptly as possible and bear all costs of repair.
8. The Contractor shall replace, at his own expense, any and all other existing utilities
or structures removed or damaged during construction, unless otherwise provided
for in these Contract Documents or ordered by the Engineer.
9. Interfering Structures - The Contractor shall take necessary precautions to prevent
damage to existing structures whether on the surface, aboveground, or
underground. An attempt has been made to show major structures on the
Drawings. The completeness and accuracy cannot be guaranteed, and it is
presented simply as a guide to avoid known possible difficulties.
10. Field Relocation - During the progress of construction, it is expected that minor
relocations of the work will be necessary. Such relocations shall be made only by
direction of the Engineer. If existing structures are encountered that prevent the
construction, and that are not properly shown on the Drawings, notify the Engineer
before continuing with the construction in order that the Engineer may make such
field revision as necessary to avoid conflict with the existing structures. If the
Contractor shall fail to so notify the Engineer when an existing structure is
encountered, and shall proceed with the construction despite the interference, he
shall do so at his own risk.
9
FHU Reference No. 04-143
4/18/2W8, 1'.32:49 PM
US 2871S. College Ave. Bike Lanes
Project Special Provisions
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
-4-
REVISION OF SECTION 104
SCOPE OF WORK
D. Easements: Where portions of the work are located on public or private property,
easements and permits will be obtained by the Owner. Easements will provide for the use
of the property for construction purposes to the extent indicated on the easements.
Copies of these easements and permits are available upon request to the Owner. It shall
be the Contractor's responsibility to determine the adequacy of the easement obtained in
every case and to abide by all requirements and provisions of the easement. The
Contractor shall confine his construction operations to within the easement limits or make
special arrangements with the property Owners or appropriate public agency for the
additional area required. Any damage to property, either inside or outside the limits of the
easements provided by the Owner, shall be the responsibility of the Contractor as
specified herein. The Contractor shall remove, protect, and replace all fences or other
items encountered on public or private property. Before final payment will be authorized
by the Engineer, the Contractor will be required to furnish the Owner with written releases
from property Owners or public agencies where side agreements or special easements
have been made by the Contractor or where the Contractor's operations, for any reason,
have not been kept within the construction right-of-way obtained by the Owner.
E. Land Monuments: The Contractor shall notify the Engineer of any existing Federal, State,
Town, County, and private land monuments encountered. Private monuments shall be
preserved, or replaced by a licensed surveyor at the Contractor's expense. When
Government monuments are encountered, the Contractor shall notify the Engineer at least
two (2) weeks in advance of the proposed construction in order that the Engineer will have
ample opportunity to notify the proper authority and reference these monuments for later
replacement.
Subsection 104.05 shall include:
Contractors Use of Premises
The Contractor may use the Owner's property designated within the construction limits shown on
the Plans for equipment and materials as long as he confines his operations to those permitted by
local laws, ordinance and permits and meet the following requirements:
1. Do not unreasonably encumber site with materials or equipment.
2. Assume full responsibility for protection and safekeeping of products stored on
premise.
3. Move any stored products that interfere with operations of the Owner.
4. Obtain and pay for use of additional storage or work areas needed for operations.
10
FHU Reference No.04-143
4116/2008, 1:32:49 PM
US 2871S. College Ave. Bike Lanes
Project Special Provisions
-5-
REVISION OF SECTION 104
SCOPE OF WORK
Limits of Construction
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
The Contractor must maintain all of his construction activities within the Owner's property and/or
construction easements and limits of the project, or other stated areas, unless permits and/or
written permission are obtained by the Contractor, from appropriate authorities or private property
Owners, outside of these areas. Contractor to fence all easements and work areas. The
temporary permits must be secured and paid for by the Contractor at no extra cost to the Owner.
Any temporary permits secured must be in writing and a copy of same provided to the Engineer.
Security
The Contractor shall at all times be responsible for the security of his facilities and equipment.
The Owner will not take responsibility for missing or damaged equipment, tools, or personal
belongings of the Contractor.
11
FHU Reference No. 04-143
4I1WM8, 1:32:49 PM
US 2871S. College Ave. Bike Lanes
Project Special Provisions
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
REVISION OF SECTION 105
CONTROL OF WORK
Section 105 of the Standard Specifications is hereby revised for this project as follows:
Subsection 105.02 shall be replaced with:
Submittals
A. Requirements:
Where required by the Specifications, the Contractor shall submit descriptive
information that will enable the Engineer to determine whether the Contractor's
proposed materials, equipment, methods of work are in general conformance to
the design concept and in accordance with the Drawings and Specifications. The
information submitted may consist of drawings, specifications, descriptive data,
certificates, samples, test results, product data, and such other information, all as
specifically required in the Specifications. In some instances, specified submittal
information describes some, but not all features of the material, equipment, or
method of work.
The Contractor shall be responsible for the accuracy and completeness of the
information contained in each submittal and shall assure that the material,
equipment, or method of work shall be as described in the submittal. The
Contractor shall verify that all features of all products conform to the requirements
of the Drawings and Specifications. The Contractor shall ensure that there is no
conflict with other submittals and notify the Engineer in each case where its
submittal may affect the work of another Contractor or the Owner. The Contractor
shall ensure coordination of submittals among the related crafts and
subcontractors.
Submittals will be reviewed for overall design intent and returned to Contractor
with action to be indicated by the Engineer. It shall be the Contractor's
responsibility to assure that previously accepted documents are destroyed when
they are superseded by a resubmittal as such.
It shall be the Contractor's responsibility to ensure that required items are
corrected and resubmitted. Any work done before approval shall be at the
Contractor's own risk.
B. Submittal Procedure:
Unless a different number is called for in the individual sections, three (3) copies of
each submittal and sample are required, one (1) of which will be retained by the
Engineer. The Contractor shall receive two (2) copies in return. Faxed submittals
will not be accepted.
12
FHU Reference No. 04-143
4/162W , 1:32:49 PM
US 2871S. College Ave. Bike Lanes
Project Special Provisions
-2-
REVISION OF SECTION 105
CONTROL OF WORK
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
2. Submittals that are related to or affect each other shall be forwarded
simultaneously as a package to facilitate coordinated review. Uncoordinated
submittals will be rejected.
3. If the items or system proposed are acceptable but the major part of the individual
drawings or documents are incomplete or require revision, the submittal will be
returned with requirements for completion.
4. The right is reserved for the Engineer to require submittals in addition to those
called for in individual sections.
5. Submittals regarding material and equipment shall be submitted directly to the
Engineer and will be accompanied by a transmittal form. A separate form shall be
used for each specific item, class of material, equipment, and items specified in
separate discrete sections for which the submittal is required. Submittals for
various items shall be made with a single form when the items taken together
constitute a manufacturer's package or are so functionally related that expediency
indicates checking or review of the group or package as a whole.
6. A unique number, sequentially assigned, shall be noted on the transmittal form
accompanying each item submitted. Original submittal numbers shall have the
following format: "XXX-Y;" where "XXX" is the originally assigned submittal
number and "Y" is a sequential letter assigned for resubmittals (i.e., A, B, or C
being the first, second and third resubmittals, respectively). Submittal 25-13, for
example, is the second resubmittal of Submittal 25.
7. If the Contractor proposes to provide material, equipment, or method of work that
deviates from the Contract Documents, it shall indicate so under "deviations" on
the transmittal form accompanying the submittal copies.
8. Submittals that do not have all the information required to be submitted, including
deviations, are not acceptable and will be returned without review.
13
FHU Reference No. 04-143
411612008, 1:32 49 PM
US 2871S. College Ave. Bike Lanes
Project Special Provisions
-3-
REVISION OF SECTION 105
CONTROL OF WORK
C. Review Procedure:
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
a. Submittals are specified for those features and characteristics of materials, equipment,
and methods of operation that can be selected based on the Contractor's judgment of
their conformance to the requirements of the Drawing and Specifications. Other
features and characteristics are specified in a manner that enables the Contractor to
determine acceptable options without submittals. The review procedure is based on
the ' 1 Contractor's guarantee that all features and characteristics not requiring
submittals conform to the Drawings and Specifications. Review shall not extend to
means, methods, techniques, sequences, or procedures of construction or to verifying
quantities, dimensions, weights or gages, or fabrication processes (except where
specifically indicated or required by the Specifications) of separate items, and as
such, will not indicate approval of the assembly in which the item functions.
b. Unless otherwise specified, within twenty-one (21) calendar days after receipt of the
submittal, the Engineer will review the submittal and return copies. The returned
submittal will indicate one of the following actions:
c. If the review indicates that the material, equipment, or work method complies with the
Specifications, submittal copies will be marked "NO EXCEPTIONS TAKEN". In this
event, the Contractor may begin to implement the work method or incorporate the
material or equipment covered by the submittal.
d. If the review indicates limited corrections are required, copies will be marked "Furnish
as noted". The Contractor may begin implementing the work method or incorporating
the material and equipment covered by the submittal in accordance with the noted
corrections.
e. Where submittal information will be incorporated in Operation and Maintenance data,
a corrected copy shall be provided.
f. If the review indicates that the submittal is insufficient or contains incorrect data,
copies will be marked "REVISE AND RESUBMIT". Except at its own risk, the
Contractor shall not undertake work covered by this submittal until it has been revised,
resubmitted and returned marked either "NO EXCEPTIONS TAKEN" or "FURNISH AS
NOTED".
g. If the review indicates that the material, equipment, or work method do not comply
with the Specifications, copies of the submittal will be marked "REJECTED".
Submittals with deviations that have not been identified clearly may be rejected.
Except at its own risk, the Contractor shall not undertake the work covered by such
submittals until a new submittal is made and returned marked either "NO
EXCEPTIONS TAKEN" or "FURNISH AS NOTED".
14
FHU Reference No. 04-143
411612008, 1:32:49 PM
US 2871S. College Ave. Bike Lanes
Project Special Provisions
-4-
REVISION OF SECTION 105
CONTROL OF WORK
D. Drawing:
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
The term "shop drawings' includes drawings, diagrams, layouts, schematic,
descriptive literature, illustrations schedules performance and test data, and similar
materials furnished by Contractor to explain in detail specific portions of the work
required by the Contract
2. Contractor shall coordinate all such drawings, and review them for legibility,
accuracy, completeness and compliance with contract requirements and shall
indicate this approval thereon as evidence of such coordination and review. Shop
drawing submitted to the Engineer without evidence of Contractor's approval will
be returned for resubmission.
Shop drawing shall be clearly identified with the name and project number of this
contract, and references to applicable specification paragraphs and contract
drawings. When catalog pages are submitted, applicable items shall be clearly
identified.
4. Contractor shall stamp his approval on shop drawings prior to submission to the
Engineer as indication of his checking and verification of dimensions and
coordination with interrelated items. Stamp shall read:
"(Contractor's Name) represents that we have determined and verified all field
dimensions and measurements, field construction criteria, materials, catalog
numbers and similar data, and that we have checked with the requirements of the
Specifications and Drawings, the Contract Documents, and General Conditions".
Marks on drawings by Contractor shall not be in red. Any marks by Contractor
shall be duplicated on all copies submitted.
5. If shop drawings show variations from contract requirements, Contractor shall
describe such variations in writing, separate from the drawings, at time of
submission. All such variations must be approved by the Engineer. If
Engineer approves any such variations, he shall issue an appropriate contract
modification, except that, if the variation is minor and does not involve a change in
price or in time of performance, a modification need not be issued.
6. Should the Contractor propose any item on his shop drawings or incorporate an
item into the work, and that item should subsequently prove to be defective or
otherwise unsatisfactory, (regardless of the Engineer's preliminary review), the
Contractor shall, at his own expense, replace the item with another item that will
perform satisfactorily.
15
FHU Reference No. 04-143
4/1612006, 1:32:49 PM
US 287/S. College Ave. Bike Lanes
Project Special Provisions
-5-
REVISION OF SECTION 105
CONTROL OF WORK
E. Certificates:
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363 _
For those items called for in individual sections, furnish six (6) certificates of compliance
from manufacturers or suppliers certifying that materials or equipment being furnished
under the Contract comply with the requirements of these Specifications.
F. Samples:
Samples shall be sufficient in size to clearly illustrate functional characteristics and full
range of color, texture, and pattern.
G. Effect of Review of Contractor's Submittals:
Review of drawings, data, methods of work, or information regarding materials or
equipment the Contractor proposes to provide, shall not relieve the Contractor of its
responsibility for errors therein and shall not be regarded as an assumption of risks or
liability by the Engineer or the Owner, or by any officer or employee thereof, and the
Contractor shall have no claim under the Contract on account of the failure or partial
failure, of the method of work, material, or equipment so reviewed. A mark of "NO
EXCEPTIONS TAKEN" or "FURNISH AS NOTED" shall mean that the Owner has no
objection to the Contractor, upon its own responsibility, using the plan or method of work
proposed, or providing the materials or equipment proposed.
Subsection 105.08 shall be revised as follows:
Delete the second paragraph and replace with the following:
In case of discrepancy the order of precedence is as follows:
A. General Conditions of the Construction Contract
B. Special Provisions
1. Project Specifications
2. Standard Special Provisions
C. Plans
1. Detailed Plans
2. Standard Plans
Calculated dimensions will govern over scaled dimensions.
D. Supplemental Specifications
E. Standard Specifications
16
FHU Reference No. 04-143
4/1WOD8, 1:32:49 PM
SECTION 00020
INVITATION TO BID
Rev 10/20/07 Section 00020 Page 2
US 2871S. College Ave. Bike Lanes
Project Special Provisions
-6-
REVISION OF SECTION 105
CONTROL OF WORK
Subsection 105.09 shall include:
Coordination with Land Owners
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
The City of Fort Collins is committed to maintaining a positive working relationship with the
businesses and residents in the project area. Every effort will be made to maintain pedestrian
and bicycle flow and to accommodate special events and high volume holidays for businesses,
pedestrians, parking, and vehicle traffic. The Contractor shall be responsible for communicating
accurate scheduling information to the project team to assure proper notification of businesses
and residents.
In particular, any proposed disruption or closure to an existing access must be communicated to
the property Owner and (if property is a rental) to the building tenant with as much notice as
possible - 48 hours is the minimum notice that will be allowed for any proposed access change.
The Contractor shall ensure that adequate alternate access is in place for vehicles and
pedestrians and any property -specific access needs are addressed prior to any change in
existing access. The Contractor shall identify his method of maintaining these accesses on the
Construction Traffic Control plans (see Traffic Control — General).
Subsection 105.11 shall include:
Coordination with Traffic Engineer
The Contractor shall coordinate with the Owner's Traffic Engineer for all traffic control activities.
This shall include, but not be limited to, installation and timing of traffic signals, lane closures, and
lane reductions.
Subsection 105.12 shall include:
Surveying Coordination
1. The Contractor shall provide all necessary construction surveying for the project.
2. The Owner will provide the Contractor an electronic file of the improvements to be
constructed for use during staking the project.
3. The Owner will provide necessary monumentation for the Contractor to construct the
improvements on the appropriate horizontal and vertical control network.
17
FHU Reference No. 04-143
411&2W8, 1'.32,49 PM
US 2871S. College Ave. Bike Lanes
Project Special Provisions
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
-7-
REVISION OF SECTION 105
CLAIMS FOR CONTRACT ADJUSTMENT
Section 105 of the Standard Specifications is hereby revised for this project as follows:
Subsection 105.21 shall be revised as follows:
The Colorado Department of Transportation will not participate in the resolution process
for any claims filed by the Contractor.
18
FHU Reference No. 04-143
411612008, 1:32:49 PM
US 2871S. College Ave. Bike Lanes March, 2008
Project Special Provisions CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
REVISION OF SECTION 106
CONTROL OF MATERIAL
Section 106 of the Standard Specifications is hereby revised for this project as follows:
Subsection 106.01 shall include:
Substitutions and Product Options
A. Description:
This section describes the procedure required by the Contractor for product
substitutions.
Requests for Substitution:
a. Base all bids on materials, equipment and procedures specified.
b. Certain types of equipment and kinds of material are described in specifications by
means of trade names and catalog numbers, and/or manufacturer's names. Where
this occurs, it is not intended to exclude from consideration such types of equipment
and kinds of material bearing other trade names, catalog numbers and/or
manufacturer's names, capable of accomplishing purpose of types of equipment or
kinds of material specifically indicated.
c. Other types of equipment and kinds of material may be acceptable to the Owner and
Engineer.
a. Types of equipment, kinds of material and methods of construction, if not specifically
indicated must be approved in writing by Engineer and the Owner.
3. Submission of Requests for Substitution:
After Notice to Proceed, the Owner/Engineer will consider written requests for
substitutions of products, materials, systems or other items.
b. The Engineer reserves the right to require substitute items to comply color and
pattern -wise with base specified items, if necessary to secure "design intent".
c. Submit six (6) copies of request for substitution. Include in request:
1) Complete data substantiating compliance of proposed substitute
with Contract Documents.
19
FHU Reference No. 04-143
411612008, 1:3249 PM
US 2871S. College Ave. Bike Lanes
Project Special Provisions
-2-
REVISION OF SECTION 106
CONTROL OF MATERIAL
2) For products:
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
i. Product identification, including manufacturer's
name.
ii. Manufacturer's literature, marked to indicate specific
model, type, size, and options to be considered:
Product description; performance and test data;
reference standards; difference in power demand;
dimensional differences for specified unit.
iii. Name and address of similar projects on which
product was used, date of installation, and field
performance data.
3) For construction methods:
i. Detailed description of proposed method.
ii. Drawings illustrating methods.
4) Itemized comparison of proposed substitution with product or
method specified.
5) Data relating to changes in construction schedule.
6) Relation to separate contracts.
7) Accurate cost data on proposed substitution in comparison with
product or method specified.
d. In making request for substitution, or in using an approved substitute item,
Supplier/Manufacturer represents:
1) He has personally investigated proposed product or method, and
has determined that it is equal or superior in all respects to that
specified and that it will perform function for which it is intended.
2) He will provide same guarantee for substitute item as for product or
method specified.
3) He will coordinate installation of accepted substitution into work, to
include building modifications if necessary, making such changes
as may be required for work to be complete in all aspects.
20
FHU Reference No. 04-143
4/1&2W , 1Y.32:49 PM
u�,
US 2871S. College Ave. Bike Lanes
Project Special Provisions
-3-
REVISION OF SECTION 106
CONTROL OF MATERIAL
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
4) He waives all claims for additional costs related to substitution
which subsequently become apparent.
4. Substitutions: Request sufficiently in advance to avoid delay in construction.
5. Contractor's Option:
a. For products specified only by reference standards, select any product
meeting standards by any manufacturer, indicate selected type in
submission.
b. For products specified by naming several products or manufacturers, select
any product and manufacturer named, indicate selected type in
submission.
C. For products specified by naming one or more products, but indicating
option of selecting equivalent products by stating "or equivalent" after
specified product, Contractor must submit request, as required for
substitution, for any product not specifically named.
Rejection of Substitution or Optional Item: Substitutions and/or options will not be
considered if they are indicated or implied on shop drawings, or project data
submittals, without formal request submitted in accordance with this section.
Subsection 106.03 shall include:
Materials Testing
A. Provide such equipment and facilities as are required 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 found to be acceptable. Any product which becomes unfit for use
after approval thereof shall not be incorporated into the work.
B. 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 for Testing Materials
(ASTM), and the American Association of Highway and Transportation officials
(AASHTO).
21
FHU Reference No. 04-143
41IMM8, 1 32,49 PM
US 2871S. College Ave. Bike Lanes
Project Special Provisions
-4-
REVISION OF SECTION 106
CONTROL OF MATERIAL
March, 2008
CDOT Project No. STE M455-063 _
CDOT Subaccount No. 14363
C. Where additional or specific information concerning testing methods, sample sizes,
etc., is required, such information is included under the applicable sections of the
Specifications. Any modification 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.
D. Owner's Responsibilities
1. The Owner shall be responsible for and shall pay all costs in connection
with the following testing:
a. Soils compaction tests.
b. Trench backfill.
C. Pipe and structural bedding.
d. Tests not called for by the Specifications of materials delivered to
the site.
e. Concrete tests.
f. Asphalt paving tests
E. Contractor's Responsibilities
1. In addition to those inspections and tests called for in the General
Conditions, Contractor shall also be responsible for and shall pay all costs
in connection with testing required for the following:
a. Concrete materials and mix designs.
b. Design of asphalt mixtures.
C. All performance and field-testing specifically called for by the
Specifications.
d. All retesting for work or materials found defective or unsatisfactory,
including tests covered above.
22
FHU Reference No. 04-143
4118 008, 1:32:49 PM
US 2871S. College Ave. Bike Lanes
Project Special Provisions
-5-
REVISION OF SECTION 106
CONTROL OF MATERIAL
F. Transmittal of Test Reports
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
Written reports of tests and engineering data furnished by Contractor for Engineer's
review of materials and equipment proposed to be used in the work shall be submitted as
specified for Shop Drawings.
The testing laboratory retained by the Owner or Engineer will furnish three (3) copies of a
written report of each test performed by laboratory personnel in the field or laboratory.
Two (2) copies of each test report will be transmitted to the Engineer and one (1) copy to
the Contractor within seven (7) days after each test is completed.
23
FHU Reference No. 04-143
4116 WB, 1'.32.49 PM
US 2871S. College Ave. Bike Lanes March, 2008
Project Special Provisions CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
REVISION OF SECTION 107
INSURANCE
Section 107.18 is hereby revised to read: V
For this project all insurance certificates shall name the Colorado Department of Transportation
as an additionally insured party.
24
FHU Reference No. 04-143 —
4/1612008, 1:32:49 PM
US 287/S. College Ave. Bike Lanes March, 2008
Project Special Provisions CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
REVISION OF SECTION 107
ENVIRONMENTAL CONTROLS
Section 107 of the Standard Specifications is hereby modified to include the following:
Environmental Controls
The work of this section consists of obtaining permits and providing environmental controls
consistent with regulatory permits through the duration of the work required under this project.
A. Dust Control Application:
The Contractor shall execute work by methods to minimize raising dust from
construction operations.
2. The Contractor shall provide and apply dust control at all times, including
evenings, holidays and weekends, as required to abate dust nuisance on and
about the site that is a direct result of construction activities. The use of non -
approved chemicals, oil, or similar palliatives will not be allowed. Dust control
agents may be used only after prior approval of the Owner. The Contractor shall
be required to provide sufficient quantities of equipment and personnel for dust
control sufficient to prevent dust nuisance on and about the site.
3. The Owner will have authority to order dust control work whenever in its opinion it
is required, and there shall be no additional cost to the Owner. The Contractor
shall be expected to maintain dust control measures effectively whether the Owner
or Engineer specifically orders such Work.
B. Preservation of Natural Features: Confine operations as much as possible. Exercise
special care to maintain natural surroundings in an undamaged condition. Within the work
limits, barricade trees, rock outcroppings, and natural features to be preserved.
C. Housekeeping: Keep project neat, orderly, and in a safe condition at all times. Store and
use equipment, tools, and materials in a manner that does not present a hazard.
Immediately remove all rubbish. Do not allow rubbish to accumulate. Provide on -site
containers for collection of rubbish and dispose of it at frequent intervals during progress
of work.
25
FHU Reference No. 04-143
4/1&20 , 1:32:49 PM
US 2871S. College Ave. Bike Lanes March, 2008
Project Special Provisions CDOT Project No. STE M455-063 _
CDOT Subaccount No. 14363
.2-
REVISION OF SECTION 107
ENVIRONMENTAL CONTROLS
D. Disposal —
Disposal of Waste (Unsuitable) Materials: All material determined by the Engineer
to be waste will be disposed of in approved landfill in a manner meeting all
regulations. Dispose of waste materials, legally, at public or private dumping
areas. Do not bury wastes inside of the limits of construction. All costs for dump
fees, permits, etc., are to be borne by the Contractor. —
Disposal of Garbage and Other Construction Materials: Provide sanitary ,
containers/dumpsters and haul away contents such that no overflow exists.
3. Excess excavation shall become the property of the Contractor and shall be legally
disposed of by him outside the limits of construction to an approved disposal site.
Excess excavated material suitable for backfill shall not be disposed of until all
backfill operations are complete.
4. The Contractor is to immediately inform Engineer of any hazardous materials
encountered during construction. Dispose of waste materials legally at private or
public facilities.
E. Burning: No burning of debris will be permitted.
F. Water Control: A portion of the project work is located within a natural drainage course
and is subject to periodic flooding due to rainfall and snowmelt, flows for adjacent
developed areas and storm water pipes and ground water flows from saturated soils or —
other ground water sources. The Contractor is responsible for managing water within the
construction site and protecting property.
G. Noise Control
All mechanical equipment shall be equipped with the best available mufflers to
reduce noise. The Contractor shall be responsible for obtaining any necessary —
permits and shall limit noise to the permitted levels. Noise level monitoring shall
be performed by the Contractor as necessary to show that the permitted levels are
not being exceeded.
2. Permission from Owner must be obtained prior to the operation of any machinery
and/or vehicles between the hours of 6 p.m. and 7 a.m. —
26
FHU Reference No. 04-143
4116/2008, 1.32'49 PM
SECTION 00020
INVITATION TO BID
Date: April 16, 2008
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 May 12, 2008 for the US 287/South College Avenue Bike Lanes, BID NO. 6100.
If delivered, they are to be delivered to 215 North Mason Street, 2°° 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 Bid 6100 US 287/South
College Avenue Bike Lanes. The contract documents provide for:
1. Construction of trail connection to existing Fossil Creek near Fossil
Creek and College Avenue.
2. Construction of trail along College Avenue from Mail Creek to Harmony
Road.
3. Removal of portions of existing signage and striping in each direction of
College Avenue between Harmony and Carpenter Roads.
4. Placement of new signage and striping in the same area as item number
three.
5. Access ramp improvements at the southeast corner of College Avenue and
Harmony Road.
6. Construction of two cast -in -place concrete retaining walls.
7. Other miscellaneous items as necessary to complete the work.
This is a Federally Funded project and the UDBE goal is 8%.
The COOT Form 347, Certification of EEO Compliance, is no longer required to
be submitted in the bid package. This form certified that the
contractor/proposed subcontractors were in compliance with the Joint Reporting
Committee EEO-1 form requirements. The EEO-1 Report must still be submitted to
the Joint Reporting Committee if the contractors and subcontractors meet the
eligibility requirements (29CFR 1602.7); we will, however, no longer require
certification. For additional information regarding these federal
requirements, please refer to:
http://www.eeoc.gov/stats/jobpat/elinstruct.html
Forms 606, Anti -Collusion Affidavit and 714 UDBE, must be in the bid package
and submitted with the contractor's bids. Bids will not be accepted if they
don't have these forms.
Rev 10/20/07 Section 00020 Page 1
US 2871S. College Ave. Bike Lanes
Project Special Provisions
H. Permits
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
-3-
REVISION OF SECTION 107
ENVIRONMENTAL CONTROLS
All work must be performed in accordance with all applicable regulatory permits.
It shall be the responsibility of the Contractor to obtain a Construction Dewatering
Permit from the Colorado State Health Department for any dewatering operations
that will be discharged into any drainageways, open channels, or irrigation ditches.
The Contractor shall be responsible for any testing required under the
Construction Dewatering Permit.
2. It shall be the responsibility of the Contractor to prepare a Stormwater
Management Plan (SWMP), and submit the SWMP to the Colorado Department of
Public Health and Environment for review and approval. The SWMP shall be in
the Contractor's possession prior to beginning the Work. The Contractor shall
provide the Owner with a copy of all applicable permits on the Project. The
Contractor shall also provide inspection reports as required by the SWMP to the
Owner upon completion of each inspection.
The Contractor shall be responsible for obtaining all other necessary permits
associated with the Work.
27
FHU Reference No. 04-143
4116 WB, 1 3249 PM
US 287/S. College Ave. Bike Lanes
Project Special Provisions
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
REVISION OF SECTION 108
PROSECUTION AND PROGRESS
Section 108 of the Standard Specifications is hereby revised as follows:
Subsection 108.03 shall include the following:
Project Meetings
A. Pre -Construction Conference: A Pre -Construction Conference will be held prior to
beginning the Work. A date and time for the conference will be determined once the
Notice of Award is issued to the Contractor.
The conference shall be attended by:
1. Contractor and Contractor's Superintendent
2. Contractor's Subcontractors
3. Engineer
4. Owner
5. Utility Companies
6. Others as requested by the Contractor, Owner, or Engineer.
7. CDOT Local Agency Representation.
Unless previously submitted to the Owner, the Contractor shall bring to the conference a
tentative schedule of the construction project, including in the schedule shop drawings
and other submittals. Any submittals requiring long lead times and therefore must be
expedited shall be submitted at the pre -construction conference, or as soon thereafter as
possible.
The purpose of the conference is to designate responsible personnel and establish a
working relationship. Matters requiring coordination will be discussed and procedures for
handling such matters established. The agenda will include:
1. Contractor's tentative Schedule
2. Permit applications and submittals, including Dewatering Permit, Erosion
and Sediment Control Plan, and Traffic Control Plan
3. Transmittal, review and distribution of Contractor's submittals
4. Processing applications for payment
5. Maintaining record documents
6. Critical work sequencing
7. Field decision and change orders
8. Use of premises, office and storage areas, staging area, security,
housekeeping, and Owner's needs
9. Contractor's assignment of safety and first aid
28
FHU Reference No. 04-143
411612008, 1:32:49 PM
US 2871S. College Ave. Bike Lanes
Project Special Provisions
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
-2-
REVISION OF SECTION 108
PROSECUTION AND PROGRESS
B. Construction Progress Meetings: Progress meetings will be conducted weekly or at some
other frequency, if approved by the Engineer. These meetings shall be attended by the
Owner, the Engineer, the Contractor's representative and any others invited by these
people.
The Contractor shall conduct the meeting. The Owner shall provide meeting minutes after
each weekly meeting to document the items discussed during the meeting.
The agenda of these project meetings will include construction progress, the status of
submittal reviews, the status of information requests, critical work sequencing, review of
strategies for connections into existing facilities, status of field orders and change orders,
and any general business.
The Contractor will prepare a "two week look ahead" schedule to facilitate coordination of
work items.
Modifications to Time of Completion in the Approved Schedule
The date of beginning and the time for completion of the work are essential conditions of the
Contract Documents and the work embraced shall be commenced on a date no later than that
specified in the Notice to Proceed.
The Contractor will proceed with the work at such rate of progress to ensure full completion within
the contract time. It is expressly understood and agreed by and between the Contractor and the
Owner that the contract time for the completion of the work described herein is a reasonable time,
taking into consideration the climatic and other factors prevailing in the locality of the work.
Every effort shall be made by the Contractor to complete the project within the "Contract Time"
shown in the proposal. The "Contract Time" anticipates "Normal" weather and climate conditions
in and around the vicinity of the Project site during the times of year that the construction will be
carried out. Extensions of time based upon weather conditions shall be granted only if the
Contractor demonstrates clearly that such conditions were "unusually severe," would not have
been reasonably anticipated, and that such conditions adversely affected the Contractor's work
and thus required additional time to complete the work.
29
FHU Reference No. 04-143
4116 W8, 1.32:49 PM
US 287/S. College Ave. Bike Lanes
Project Special Provisions
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
-3-
REVISION OF SECTION 108
PROSECUTION AND PROGRESS
The following specifies the procedure for the determination of time extensions for unusually
severe weather. The listing below defines the anticipated number of calendar days lost to adverse
weather for each month and is based upon National Oceanic and Atmospheric Administration
(NOAA) or similar data for the geographic location of the project.
Monthly Anticipated Calendar Days Lost to Adverse Weather Conditions
JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC
(7) (4) (4) (4) (6) (3) (4) (2) (3) (3) (2) (5)
The above schedule of anticipated adverse weather will constitute the base line for monthly
(or portion thereof) weather time evaluations. Upon acknowledgment of the Notice to
Proceed and continuing throughout the contract on a monthly basis, actual adverse weather
days and the impact of adverse weather days that delay the work will be recorded on a day-
to-day basis. It is assumed that the work will be carried out Mondays through Fridays
(holidays excepted) unless an approved construction schedule or written authorization from
the Owner indicates otherwise. The number of days of delayed work due to adverse
weather or the impact thereof will then be compared to the monthly adverse weather
schedule above. An actual adverse weather day must prevent work for 50 percent or more
of the Contractor's workday, delay work critical to the timely completion of the project, and
be documented by the Contractor.
The City Representative observing the construction shall determine on a daily basis whether
or not work can proceed or if work is delayed due to adverse weather or the effects thereof.
The Contractor shall notify the Engineer in writing of any disagreement as to whether or not
work can proceed on a given date, within 2 calendar days of that date. The Owner will use
the above written notification in determining the number of working days for which work was
delayed during each month.
At the end of each month, if the number of working days for which work was delayed due to
adverse weather exceeds that shown in the above schedule, a Change Order will be
executed which increases the Contract Time. The number of work days delayed due to
adverse weather or the impact thereof will then be converted to Calendar Days based on
the contract completion day and date. This conversion assumes a 5-day work week,
Mondays through Fridays, holidays excepted; should the Contractor have authorization to
work weekends and/or holidays, then the method of conversion of workdays to calendar
days would take this into consideration. The contract time period will then be increased by
the number of calendar days calculated above and a new contract completion day and date
will be set.
30
FHU Reference No. 04-143
4118 008, 132'.49 PM
US 2871S. College Ave. Bike Lanes
Project Special Provisions
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
-4-
REVISION OF SECTION 108
PROSECUTION AND PROGRESS
The Contractor's schedule must reflect the above -anticipated adverse weather delays on all
weather -dependent activities.
While extensions of time shall be granted for "unusually severe" weather or climate
conditions, the Owner shall make no monetary compensation for any costs to the Contractor
arising out of such delays. The Contractor shall comply with the portions of the Contract
Documents relating to his project schedule and amendments thereto which result from the
"unusually severe" weather condition.
Breakdowns in equipment or lack of performance by the Contractor will not be considered
justification for an extension of time. Liquidated damages will be assessed as delineated
elsewhere.
The Contractor shall not be charged with liquidated damages or any excess cost when the
delay in completion of the work is due to the following, and the Contractor has promptly
given written notice of such delay to the Owner or Engineer.
To any preference, priority, or allocation order duly issued by the Owner.
2. To unforeseeable causes beyond the control and without the fault or negligence of
the Contractor, including but not restricted to, acts of God, or of the public enemy,
acts of the Owner, acts of another Contractor in the performance of a contract with
the Owner, fires, floods, epidemics, quarantine restrictions, strikes, freight
embargoes, and abnormal and unforeseeable weather as provided above; and
3. To any delays of Subcontractors occasioned by any of the causes specified in
paragraphs 1 and 2, above.
Subsection 108.04 shall include the following:
Work Hours: Standard work hours are 7 AM to 6 PM, Monday through Friday. No work shall be
permitted on weekends or holidays without written approval from the Project Manager. Work
activity done at times other than during normal working hours may require reimbursement to the
City for the overtime cost to the City. Work requests beyond normal working hours must be
submitted to the Project Manager a minimum of five (5) working days prior to the requested date.
31
FHU Reference No. 04-143
4116=8, 1 32:49 PM
US 2871S. College Ave. Bike Lanes March, 2008
Project Special Provisions CDOT Project No. STE M455-063 _
CDOT Subaccount No. 14363
REVISION OF SECTION 201
CLEARING AND GRUBBING
Section 201 of the Standard Specifications is hereby revised for this project as follows:
Subsection 201.02 shall include the following:
Ralph Zentz, Assistant City Forester (970-221-6302), shall be responsible for identifying the
removal of tree branches, stumps, shrubs and/or other plant materials beyond those trees
identified in the trail plans for removal and/or mitigation. Coordinate with the Assistant City
Forester to have tree branches, stumps, shrubs, and other plant materials marked for removal.
Trees greater than six (6) inches in diameter shall not be removed between April 1 and August 31 _
unless directed by the Assistant City Forester.
Clearing and grubbing shall include the removal of trees less than six (6) inches in diameter,
bushes, and shrubs as identified by the Engineer or the Assistant City Forester to be either
removed or trimmed. All removed debris shall become the property of the Contractor and shall
be removed from the project site, not buried on -site.
Clearing and grubbing shall include the removal of impacted fencing and barricades as directed
by the Engineer.
Clearing and grubbing shall include the protection of the remaining tree or shrubs adjacent to the
work. Damage to any part of a remaining tree or shrub causing the tree or shrub to die is the
responsibility of the Contractor and the Contractor shall replace the tree or shrub per the
specifications of the Assistant City Forester, Ralph Zentz.
Subsection 201.04 shall include the following:
Pay Item Pay Unit r
Clearing and Grubbing Lump Sum _
32
FHU Reference No. 04-143
4/1612", 1.32:49 PM
US 2871S. College Ave. Bike Lanes
Project Special Provisions
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
REVISION OF SECTION 207
TOPSOIL
Section 207 of the Standard Specifications is hereby revised for this project as follows:
Delete Subsection 207.04 and replace with the following:
Topsoil material secured from the roadway and placed in stockpiles will be measured in the
stockpile by the method of average end areas. This topsoil material will be paid for as Topsoil
when placed on the slopes.
Topsoil secured from a source outside the right-of-way will be measured at its source as
described in Section 203 and paid for as Topsoil.
In Subsection 207.05 delete the Pay Item "Stockpile Topsoil".
33
FHU Reference No. 04-143
411612008, 1:32:49 PM
US 2871S. College Ave. Bike Lanes
Project Special Provisions
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
REVISION OF SECTION 210
RESET IRRIGATION SYSTEM
Section 210 of the Standard Specifications is hereby revised for this project as follows:
Subsection 210.01 shall include the following:
This work includes any work necessary to reset the existing irrigation facilities including, but not
limited to, sprinkler heads, control boxes, and piping in accordance with the plans.
Subsection 210.02 shall include the following:
Resetting irrigation facilities shall not affect the remaining irrigation for the balance of 115 East
Harmony Road, LLC's property. The Contractor shall reset any and all remaining irrigation
system as deemed necessary to maintain the remaining irrigation system.
Subsection 210.13 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Reset Irrigation System Lump Sum
Resetting any and all parts of the remaining system will not be measured and paid for separately,
but shall be included in the work for reset irrigation systems.
34
FHU Reference No. 04-143
4116/2008, 1:32:49 PM
US 287/S. College Ave. Bike Lanes
Project Special Provisions
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
REVISION OF SECTION 304
AGGREGATE BASE COURSE
Section 304 of the Standard Specifications is hereby revised for this project as follows:
Subsection 304.02 shall include the following:
Materials for the base course shall be Aggregate Base Course (Class 6) as shown in subsection
703.03
The aggregate base course (Class 6) must meet the gradation requirements and have a resilient
modulus of at least 32,883 p.s.i. (R>_78) when tested by the Hveem Stabilometer method.
35
FHU Reference No. 04-143
4116/2008, 1'.32:49 PM
US 2871S. College Ave. Bike Lanes
Project Special Provisions
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
REVISION OF SECTION 403
HOT MIX ASPHALT
Section 403 of the Standard Specifications is revised as follows:
Hot Mix Asphalt — This shall consist of placing HMA — (Patching) (Asphalt) and HMA
(Grading S) (100) (PG58-28) according to Larimer County Urban Area Street
Standards, Chapter 10, latest edition. It shall be the Contractor's responsibility to
purchase and familiarize themselves with these specifications. They may be obtained at
the City of Fort Collins, Engineering Department.
Subsection 403.05 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Hot Mix Asphalt (Grading S) (100) (PG58-28) Ton
Hot Mix Asphalt (Patching) (Asphalt) Ton
The above prices and payments shall include full compensation for furnishing all labor, materials,
tools, equipment, and incidentals and for doing all work involved in Hot Bituminous Pavement,
complete -in -place, including compaction, and rolling as shown on the plans, as specified in these
specifications, and as directed by the Engineer.
e••
36
FHU Reference No. 04-143
411M008, 1:3249 PM
All 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 April 16, 2008.
A prebid conference and job walk with representatives of prospective Bidders
will be held at 10:00 a.m., on May 2, 2008 at 281 North College Avenue
Conference Room A, Fort Collins.
Prospective Bidders are invited to present their questions relative to this
Bid proposal at this meeting.
The Contract Documents and Construction Drawings may be examined online at:
1. City of Fort Collins BuySpeed: www.fcgov.com/eprocurement
2. Mercury-LDO Reprographics: www.mercury-ldo.com
Copies of the Contract Documents, complete with Construction Specifications
and Drawings, may be viewed and purchased at:
1. Mercury LDO Reprograhics:
• FORT COLLINS: 422 S. Link Lane, Ft. Collins, CO 80524
Ph: 970-484-1201, Fax: 970-221-0404
• ENGLEWOOD: 9632 E. Arapahoe, Englewood, CO. 80112
Ph: 303-790-7169, Fax: 303-792-2936
• DENVER: 860 Bryant Street, Denver, CO. 80204
Ph: 303-893-8701, Fax: 303-893-0617
• COLORADO SPRINGS:11 E Las Vegas, Colorado Springs, CO. 80903
Ph: 719-231-8121, Fax: 719-633-5710
• LODO: 1660 Wynkoop Ste. 130, Denver, CO. 80202
Ph: 303-785-2520, Fax: 303-785-2522
• BOULDER: 2575 Pearl St. Unit C., Boulder, CO. 80302
Ph: 303-539-1350, Fax: 303-539-1356
2. Builders Exchange, 223 South Link Lane, Fort Collins, Colorado.
Rev 10/20/07 Section 00020 Page 2
US 287/S. College Ave. Bike Lanes
Project Special Provisions
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
REVISION OF SECTION 514
PEDESTRIAN RAILING (STEEL)
Section 514 of the Standard Specifications is hereby deleted in its entirety and replaced with the
following:
DESCRIPTION
514.01 This work shall consist of furnishing all equipment, labor, fabrication and materials to do
all work necessary to construct the Pedestrian Railing (Steel) as indicated on the Drawings and
as specified herein.
MATERIALS
514.02 Steel shall conform to the requirements of Section 509 and the following:
1. Steel pipe shall conform to the requirements of ASTM A53.
2. Steel Plates and Bars shall comply with the requirements of ASTM A 36.
Welding shall conform to the American Welding Society Structural Weld Code - Steel D1.1.
Shop Drawings: Submit shop drawings of all metal railing fabrications to Engineer for approval,
showing sizes and thickness of all members, types of materials, methods of connection and
assembly, complete dimensions, clearances, anchorage, relationship to surrounding work by
other trades, shop paint and protective coatings, and other pertinent details of fabrication and
installation.
1. Field -measurement of wall construction shall be conducted prior to development of shop
drawings to verify required dimensioning of railing.
2. Indicate profiles, sizes, connection attachments, reinforcing, anchorage, openings, size
and type of fasteners and any accessories.
3. Include erection drawings, elevations, applicable details and field dimensions.
4. Indicate welded connection using standard AWS welding symbols. Indicate net weld
lengths.
Samples: Submit material information as listed in the following.
1. One sample railing panel will be erected prior to mass fabrication of the entire quantity
called for.
2. Do not order materials or begin fabrication until Engineer's review of submittals has been
completed and returned.
3. Furnish to the Contractor with copy to the Engineer, a certified statement that the shop -
applied galvanizing and finishes conform to these Specifications, including compliance
with application thickness and adhesion.
37
FHU Reference No. 04-143
411612008, 1:32,49 PM
US 2871S. College Ave. Bike Lanes March, 2008
Project Special Provisions CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
-2- _
REVISION OF SECTION 514
PEDESTRIAN RAILING (STEEL)
Immediately before painting, remove rust, loose mill scale, dirt, weld flux, weld spatter, and other
foreign materials with SSPC-SP6 commercial sandblast treatment.
Steel railing elements shall then be painted with a two -coat inorganic zinc polyurethane paint
system as specified in Section 708.03(b) of the CDOT Standard, except that the minimum dry film
thickness of the top coat shall be 4.0 mils. The top coat color shall be approved by the City of _
Fort Collins. The color shall be Benjamin Moore "Taupe" color number 2110-10.
Following erection of the ornamental metal work, clean any field welds made, bolted connections _
and abraded areas of shop paint and exposed areas, and touch up with same paint as used for
shop painting. Weld plates provided along the top of the sidewalk shall be field -painted to match
the railing. Care shall be exercised to produce a uniform finish between the shop paint and the ^
touch-up paint.
CONSTRUCTION REQUIREMENTS
514.06 Materials shall be carefully handled and stored under cover in manner to prevent
deformation and damage to the materials and to shop finishes, and to prevent rusting and the
accumulation of foreign matter on the metal work. All such work shall be repaired and cleaned
both prior to and after erection.
Work shall be erected square, plumb and true, accurately fitted, and with tight joints and
intersections.
Materials shall be new stock, free from defects impairing strength, durability or appearance, and _
of best commercial quality for each intended purpose.
Connections shall be continuous -welded type for rigid construction, with weld ground smooth. _
Welding shall conform to applicable requirements of AWSW D1.1.
Metal surfaces shall be cleaned and free from mill scale, flake, rust and rust pitting; well formed
and finished to shaped and size, true to details with straight, sharp lines and angles and smooth
surfaces. Exposed sheared edges shall be eased.
Weld all permanent connections. Wall shall be continuous on all exposed surfaces; exposed weld
shall be ground flush and smooth with voids filled with metallic filling compound.
Pedestrian rail shall be rigidly braced and secured to surrounding construction, and shall be tight _
and free of rattle, vibration, or noticeable deflection during construction.
Rail shall be of Architectural Quality. Exceptional care shall be taken in welding and grinding,
filing and surface sanding to provide truly smooth, clean, neat, and flush construction throughout,
free of all surface defects and defacements.
38
FHU Reference No. 04-143
41l&2008, 1:32:49 PM
US 287/S. College Ave. Bike Lanes March, 2008
Project Special Provisions CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
-3-
REVISION OF SECTION 514
PEDESTRIAN RAILING (STEEL)
Remove and replace work at no additional cost to the project for work of this section which is
improperly located or is not true to line, and plumb within tolerances and indicated.
Repair damaged components and finishes as recommended by the manufacturer and as
indicated herein.
METHOD OF MEASUREMENT
514.07 Pedestrian Railing (Steel) shall be measured and paid for by the linear foot from end to
end of metal rail sections, as shown on plans. Payment will be full compensation for all labor,
equipment and materials required to complete the installation, including field welding, fabrication,
painting, and installation.
BASIS OF PAYMENT
515.08 The accepted quantities of the various types of rail measured as provided above will be
paid for at the Contract unit price per linear foot.
Payment will be made under:
Pay Item
Pay Unit
Pedestrian Railing (Steel) Linear Foot
39
FHU Reference No. 04-143
411&2M8, 1:32:49 PM
US 2871S. College Ave. Bike Lanes March, 2008
Project Special Provisions CDOT Project No. STE M455-063 —
CDOT Subaccount No. 14363
REVISION OF SECTION 519 —
STONE VENEER
Section 519 is hereby added to the Standard Specifications for this project as follows:
DESCRIPTION
519.01 This work shall consist of furnishing and installing manufactured stone veneer in
accordance with these specifications and in conformity with the details shown on the plans, or as
directed by the Engineer. —
MATERIALS
519.02 Materials shall meet the following requirements:
Masonry Cement ASTM C91
Portland Cement ASTM C150
Masonry Mortar (Type S) ASTM C270
The contractor shall coordinate material selection with the City. Planned material type will have a
"Moss Rock" finish.
519.03 Stone Veneer. Stone veneer products shall be precast, artificial stone similar in color and texture to natural stone, in a field stone pattern, manufactured from Portland cement,
aggregate and mineral oxide pigments, having an oven dry unit weight not less than 70 Ibs per
cubic foot. The following manufacturer is the only company pre -approved to supply manufactured
stone veneer for use on this project:
Nu Stone Concepts
316-1/2 S. Link Lane
Fort Collins, CO 80524
970.224.1794
519.04 Submittals. The Contractor shall submit the following for review and approval by the
City and Engineer prior to construction of the stone veneer:
(1) Descriptive brochures and color samples for all materials to be incorporated into the work, for
approval by the City and Engineer.
(2) Manufacturer's installation instructions.
(3) The Contractor shall erect a 3 ft. x 4 ft. sample panel at job site, at a location as directed by
the Engineer. The sample panel shall illustrate the field pattern of stone, field cutting of units _
where required, and the color and tooling of mortar joints.
40
FHU Reference No. 04-143
411U2008, 1:32:49 PM
US 287/S. College Ave. Bike Lanes March, 2008
Project Special Provisions CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
-2-
REVISION OF SECTION 519
STONE VENEER
CONSTRUCTION REQUIREMENTS
519.05 Concrete surfaces to receive stone veneer shall be thoroughly examined to ensure that
the surface contains no releasing agents (form oil). If it does contain release agents, the surface
shall be etched with acid, and rinsed thoroughly using high pressure water.
Mortar and other moisture -sensitive materials shall be stored in protected enclosures; and
handled by methods which avoid exposure to moisture. The Contractor shall protect materials
from rain, moisture, and freezing temperatures prior to, during, and for 48 hours after completion
of work.
Masonry mortar ingredients shall be thoroughly mixed, in quantities needed for immediate use in
accordance with ASTM C270, Type S. Anti -freeze compounds to lower the freezing point of the
mortar shall not be used.
Application of the stone veneer shall be in accordance with manufacturer's installation
instructions.
Apply 1/2 to 3/4-inch of mortar to dampened concrete surfaces, covering a maximum of 10
square feet at one time. Press the stone veneer units firmly into position in soft mortar bed, wiggle
and apply slight pressure to unit to ensure firm bonding causing mortar to extrude slightly around
edges of units. Place units with uniform mortar joints. Stone joints should not be over 2 inches in
width. Pre -fitted stone units should be fitted tight against each other with no allowance for mortar
joints. Install outside corner return units with short and long lengths alternated. Excess mortar
shall be removed. Mortar shall not be allowed to set up on face of units. Point and tool joints
before mortar has set. Clean and finish joints in accordance with manufacturer's instructions.
519.06 Manufacturer's Representative. The Contractor shall arrange for a technical
representative from the stone veneer manufacturer to be available and present during
construction of the stone veneer. The representative shall provide all necessary instructions and
guidelines to construct the stone veneer in accordance with these specifications and the
manufacturer's requirements. Upon completion of the work, the technical representative shall
certify in writing that the stone veneer has been constructed in accordance with the
manufacturer's product specific requirements.
41
FHU Reference No. 04-143
4/1620 8, 1:32.49 PM
US 2871S. College Ave. Bike Lanes March, 2008
Project Special Provisions CDOT Project No. STE M455-063 _
CDOT Subaccount No. 14363
-3_
SECTION 519
STONE VENEER
BASIS OF PAYMENT
519.07 Stone Veneer shall be paid for on a square foot basis, as measured on the concrete face
surface. Price shall be compensation for all labor, equipment, and materials, including veneer
units, mortar, grout, and precast concrete wall and pilaster cap units, and incidental items _
required to complete the work.
Payment will be made under:
Pay Item Pay Unit
Stone Veneer Square Foot
42
FHU Reference No. 04-143
4116120 , 1:32:49 PM
US 287/S. College Ave. Bike Lanes
Project Special Provisions
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
REVISION OF SECTION 601
MISCELLANEOUS CONCRETE CLASS B-MODIFIED
Section 601 of the Standard Specifications is hereby revised for this project as follows:
PART 1GENERAL
1.01 SECTION INCLUDES
A. Concrete work shall consist of air entrained Portland Cement concrete constructed on
a compacted subgrade in accordance with these Specifications. The completed work
shall conform to the thicknesses and typical cross -sections shown on the Drawings.
The completed work shall conform to the lines and grades shown on the Drawings or
to those established by the ENGINEER at the job site.
B. Concrete to be used in all curb & gutter, sidewalks and bikeways, and cover material
shall be Class B-Modified, as described in this specification. Class D may be used for
Class B-Modified.
1.02 RELATED SECTIONS
A. Revision of Section 608 — Sidewalks and Bikeways
B. Revision of Section 609 — Curb and Gutter
C. Revision of Section 610 — Median Cover Material
1.03 SUBMITTALS
A. The CONTRACTOR shall cooperate with the ENGINEER in obtaining and providing
samples of all specified materials. The CONTRACTOR shall submit certified
laboratory test certificates for all items required in this section, including a mix design
for concrete.
1.04 PROJECT REQUIREMENTS
The CONTRACTOR shall submit batch tickets for each load of concrete. Tickets shall show
weight of all materials and additives used in each batch.
PART 2 PRODUCTS
2.01 MATERIALS
A. Concrete shall conform to the following requirements:
Class B-Modified
28-Day Field Compressive Strength
Cement/Fly Ash
Max. Water/Cement Ratio
Air Content % Range
Maximum Slump
4000 psi
615 lbs./cu. yd. Min.
0.45
5-8
4"
Fine Aggregate (max. % of total Aggregate) 50%
43
FHU Reference No. 04-143
4IIMM8, 1'.32,49 PM
US 2871S. College Ave. Bike Lanes
Project Special Provisions
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
-2-
REVISION OF SECTION 601
MISCELLANEOUS CONCRETE CLASS B-MODIFIED
This material shall consist of a mixture of coarse and fine aggregates, Portland cement, water and
other materials or admixtures as required. The type of cement shall be Type I, II, or 1/II unless
sulfate conditions dictate otherwise. If sulfate conditions exist, Type V cement shall be used.
B. Concrete Aggregates:
The grading and composition requirements for coarse and fine aggregates for concrete shall
conform to the following tables. The Contractor may substitute; with a separate mix design,
CDOT Standard Specification Class B (1 1/2"' nominal) aggregate for the aggregate shown
below.
Coarse Aggregates for Portland Cement Concrete
Sieve Size or
Test Procedure
1 Inch
% Inch
3/8 Inch
% Passing or
Test Requirement
100
90-100
20-55
No. 4 0-10
No. 8 0-5
% Wear 45, Max.
Clay Lumps, Friable Particles, % 2.0, Max.
Coal & Lignites, % 0.5, Max.
Sodium Sulfate Soundness % 12, Max.
Fine Aggregates for Portland Cement Concrete
Sieve Size or
Test Procedure
Percent Passing or
Test Reauirement
3/8 Inch
No. 4
No. 16
No. 50
No. 100
No. 200
Friable Particles, %
Coal & Lignite, %
Deleterious Material (AASHTO T 112),%
Sand Equivalent (AASHTO T 176),%
Fineness Modules
Sodium Sulfate Soundness, %
44
100
95 - 100
45 - 80
10-30
2-10
3, Max.
1.0, Max.
1.0, Max.
3, Max.
80, Min.
2.50 - 3.50
20.0, Max.
FHU Reference No. 04-143
4116/2W8, 1:32,49 PM
US 287/S. College Ave. Bike Lanes
Project Special Provisions
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
-3-
REVISION OF SECTION 601
MISCELLANEOUS CONCRETE CLASS B-MODIFIED
C. Coarse Aggregate for Concrete:
Coarse aggregates shall conform to the requirements of AASHTO M 80, except that the
percentage of wear shall not exceed 45 when tested in accordance with AASHTO T 96.
Coarse aggregate shall conform to the grading in above table.
D. Fine Aggregate for Concrete:
Fine aggregates shall meet CDOT Section 703.01 requirements and gradation as shown
above. Fine aggregate for concrete shall conform to the requirements of AASHTO M 6.
The amount of deleterious substances removable by elutriation shall not exceed 3% by
dry weight of fine aggregate when tested in accordance with AASHTO T 11, unless
otherwise specified. The minimum Sand Equivalent, as tested in accordance with
AASHTO T 176 shall be 80, unless otherwise specified. The Fineness Modules shall not
be less than 2.50 nor greater than 3.50, unless otherwise approved.
E. Fly Ash and Water:
Upon approval based on a satisfactory trial mix, the CONTRACTOR shall have the option
of substituting approved fly ash for Portland cement, up to a maximum of 20 percent by
weight. The total weight of cement and fly ash shall not be less than the specified mix
design.
1. 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-A shall apply with the
exception of footnote A. Class C fly ash will not be permitted where sulfate resistant
cement is required.
The CONTRACTOR shall submit certified laboratory test results for the fly ash. 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.
2. Water used in mixing or curing shall be clean and free of oil, salt, acid, alkali, sugar,
vegetable, or other substance injurious to the finished product. Water will be tested in
accordance with, and shall meet the suggested requirements of AASHTO T 26. Water
known to be of potable quality may be used without test. Where the source of water is
relatively shallow, the intake shall be so enclosed as to exclude silt, mud, grass, or other
foreign materials.
45
FHU Reference No. 04-143
4/1&2008, 1:32,49 PM
US 287/S. College Ave. Bike Lanes
Project Special Provisions
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
-4-
REVISION OF SECTION 601
MISCELLANEOUS CONCRETE CLASS B-MODIFIED
Concrete Curing Materials and Admixtures
1. Curing Materials: Curing Materials shall conform to the following requirements as
specified:
Burlap Cloth made from Jute or Kenaf: AASHTO M 182
Liquid Membrane -Forming Compounds Curing Concrete: ASTM C309 Type II,
Class B
Sheet Materials for Curing Concrete: AASHTO M 171
Straw shall not be used for curing unless approved by the ENGINEER
2. Air -Entraining Admixture: Air -entraining admixtures shall conform to the requirements
of AASHTO M 154. Admixtures which have been frozen will be rejected. No chloride
containing additives shall be permitted.
3. Chemical Admixtures: Chemical admixtures for concrete shall conform to the
requirements of AASHTO M 194. Admixtures which have been frozen will be rejected.
4. Joint Fillers: The joint fillers shall silicon or asphalt based and shall be submitted for
approval as part of paragraph 1.03.
5. No water or air -entraining admixtures shall be added at the job site.
PART 3 EXECUTION
3.01 SUBGRADE PREPARATION
A. The subgrade shall be compacted to the required grades and lines. All soft, yielding, or
otherwise unsuitable material shall be removed and replaced with suitable material with
the Engineer's approval. Filled sections shall be compacted and compaction shall extend
a minimum of six inches outside the form lines. The moisture content of the subgrade
shall be brought within +/- 2% of optimum moisture content and compacted to 95% of the
maximum standard Proctor density (ASTM D698) for subgrade materials classified as A-4
through A-7 or 95% of modified proctor density for materials classified as A-1 through A-3.
3.02 CONCRETE PLACEMENT
A. Concrete transported in truck mixers or truck agitators shall be delivered to the site of
the work and completely discharged within a period of ninety (90) minutes after the
cement comes in contact with the mixing water or with the combined aggregates
containing free moisture in excess of 2% by weight. The concrete shall be placed either
by an approved slip form/extrusion machine, by the formed method, or by a combination
of these methods. The subgrade shall be conditioned to provide a uniformly moist
surface when concrete is placed.
46
FHU Reference No.04-143
4116/2008. 1,32:49 PM
Construction Document Ordering Instructions
(Download a complete P1anWell 4.0 Ordering Guide from
www.planwell.com) —
1.
GO TO: www.mercury-ldo.com
2.
SELECT: Denver Links: "Plan Well"
—
rn Rwvlmlkminuevpw WPenYar.
Meux• f aMn r M racru bx mer Yw.
Ma
3.
SELECT: Public
C+„''4
Planroom: "GO"—
>rra®.mwwrl
Mercury/LDO Colorado
Fume]
4 l:
Plan elrl :[ `>
4 �l� (:
Todays
On{IItG PIWYtSMJMG...
DigitalD�nagement&DlstrlGutbn
um e
User Name
rinCPuliic Prts"
iar.Bttl ,hsrsl
.,
•;
Passvrnrtl
�
NaL{hb9hRwitoar
'° f}nllrtit++tn+r�lturn�iui�laNi
r
•.�
Nery NYo?
seer We
:
tIW YdOari k4tlf6�1tQd MIR08A
•••
4. SELECT: the desired "Project Number" from the list
Rev 10/20/07 Section 00020 Page 3
US 2871S. College Ave. Bike Lanes
Project Special Provisions
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
-5-
REVISION OF SECTION 601
MISCELLANEOUS CONCRETE CLASS B-MODIFIED
3.03 FORMED METHOD
A. The vertical face of previously sawed and adjacent asphalt pavement may NOT be
used as a forming surface. The CONTRACTOR shall use forms on front and back of
all curb and gutter, sidewalks, bikeways, and median cover material.
The forms shall be of metal or other suitable material that is straight and free from
warp, having sufficient strength to resist the pressure of the concrete without
displacement and sufficient tightness to prevent the leakage of mortar. Flexible or rigid
forms of proper curvature may be used for curves having a radius of 100 feet or less.
Division plates shall be metal. Where directed by the ENGINEER the CONTRACTOR
shall use a thin metal back form to preserve landscaping, sprinklers, etc. Form must
be straight and rigid and must be approved by the ENGINEER prior to use on project.
The front and back forms shall extend for the full depth of the concrete. All of the
forms shall be braced and staked so that they remain in both horizontal and vertical
alignment until their removal. No wooden stakes will be allowed. They shall be
cleaned and coated with an approved form -release agent before concrete is placed
against them. The concrete shall be deposited into the forms without segregation and
then it shall be tamped and spaded or mechanically vibrated for thorough
consolidation. Front and back forms shall be removed without damage to the concrete
after it has set.
Should the removal of adjacent asphalt pavement be required beyond that shown in
the plans, the CONTRACTOR shall remove and replace said asphalt pavement to
such an extent as to provide a smooth repair. The ENGINEER shall be notified prior to
commencing any additional asphalt removal.
3.04 FINISHING
A. Concrete shall be finished smooth by means of a wood float and then it shall be given
final surface texture using a light broom or burlap drag. Concrete that is adjacent to
forms and formed joints shall be edged with a suitable edging tool to the dimensions
shown on the Drawings.
3.05 JOINTING
A. Contraction Joints: Transverse weakened -plane contraction joints shall be constructed
at right angles to the curb line at intervals not exceeding 10 feet for curb and gutter or
5 feet for sidewalk and bikeway. Joint depth shall average at least one-fourth of the
cross-section of the concrete.
47
FHU Reference No. 04-143
4116/2W86 132:49 PM
US 2871S. College Ave. Bike Lanes
Project Special Provisions
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
-6-
REVISION OF SECTION 601
MISCELLANEOUS CONCRETE CLASS B-MODIFIED
Contraction joints may be sawed, hand -formed, or made by 1/8 inch thick division
plates in the form work. Sawing shall be done early after the concrete has set to
prevent the formation of uncontrolled cracking. The joints may be hand -formed either
by (1) using a narrow or triangular jointing tool or a thin metal blade to impress a plane
of weakness into the plastic concrete, or (2) inserting 1/8 inch thick steel strips into the
plastic concrete temporarily. Steel strips shall be withdrawn before final finishing of the
concrete. Where division plates are used to make contraction joints, the plates shall
be removed after the concrete has set and while the forms are still in place.
B. Expansion Joints: Expansion joints shall be constructed at right angles to the curb line
at immovable structures and at points of curvature for short radius curves. Filler
material for expansion joints shall be silicon or asphalt based and shall be submitted
for approval according to Section 1.03 and shall be furnished in a single 1/2 inch thick
piece for the full depth and width of the joint.
Expansion joints in a slip formed curb or curb -and -gutter shall be constructed with an
appropriate hand tool by raking or sawing through partially set concrete for the full
depth and width of the section. The cut shall be only wide enough to permit a snug fit
for the joint filler. After the filler is placed, open areas adjacent to the filler shall be
filled with concrete and then troweled and edged. The CONTRACTOR may choose to
place the filler and pour the concrete around it.
Alternately, an expansion joint may be installed by removing a short section of freshly
extruded curb -and -gutter immediately, installing temporary holding forms, placing the
expansion joint filler, and replacing and reconsolidating the concrete that was
removed. Contaminated concrete shall be discarded.
Construction joints may be either butt or expansion -type joints. Curbs or combined
curbs and gutters constructed adjacent to existing concrete shall have the same type
of joints as in the existing concrete, with similar spacing; however, contraction joint
spacing shall not exceed 10 feet.
3.06 PROTECTION
A. The CONTRACTOR shall always have materials available to protect the surface of the
concrete against rain. These materials shall consist of waterproof paper or plastic
sheeting. For slip form construction, materials such as wood planks or forms to protect
the edges shall also be required. Concrete damaged by rain shall be required to be
removed and replaced at the CONTRACTOR's expense.
48
FHU Reference No. 04-143
4/182008, 1'.32:49 PM
US 287/S. College Ave. Bike Lanes
Project Special Provisions
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
-7-
REVISION OF SECTION 601
MISCELLANEOUS CONCRETE CLASS B-MODIFIED
Concrete being placed in cold weather during which the temperature may be expected
to drop below 35 degrees F., shall be suitably protected to keep the concrete from
freezing until it is at least 10 days old or as directed by the ENGINEER. Concrete
injured by frost action shall be required to be removed and replaced at the
CONTRACTOR's expense.
The CONTRACTOR will be responsible for correcting any vandalism or defacement
(graffiti) that occurs on the concrete prior to final acceptance.
3.07 CURING
A. Concrete shall be cured for at least 7 days after placement to protect against loss of
moisture, rapid temperature change, and mechanical injury prior to any overlay or
reconstruction work. Moist burlap, waterproof paper, white polyethylene sheeting,
white liquid membrane compound, or a combination thereof may be used as the
curing material. Membrane curing shall not be permitted in frost -affected areas when
the concrete will be exposed to deicing chemicals within 30 days after completion of
the curing period.
3.08 BACKFILLING
A. The spaces in front and back of curbs shall be refilled with suitable material to the
required elevations after the concrete has set sufficiently. The fill material shall be
thoroughly tamped in layers.
3.9 TOLERANCE
A. Forms shall not deviate from true line by more than %4-inch at any point.
B. Mixed concrete shall be not less than 50°F, nor more than 80OF at the time of placing
it in forms unless otherwise directed.
C. If air temperature is 35OF or less at the time of placing, the ENGINEER will require
water and/or aggregate heated to not less than 70°F, or more than 150°F.
D. Finished joints shall not deviate more than %-inch in the horizontal alignment from a
straight line.
E. Any localized humps and or depressions greater than %-inch will require removal and
replacement of the work in question.
F. No ponding of water greater than 3/8-inch shall be allowed.
G. Curb and gutter flowline depth shall not vary from adopted standards by more than
+1/2-inch, measured vertically from the top of curb to the gutter invert.
H. At the time of final acceptance inspection, the repair of all cracks will be completed.
1. Cracks that are less than %4-inch wide, exhibit no horizontal or vertical shifting, and
do not meet the conditions in 2, 3, and 4 below may, at the discretion of the
OWNER, be sealed by routing approximately %-inch to 1-inch deep by %-inch
wide and filling with Sikaflex 1-A or equivalent. If the OWNER feels the cracks
have compromised the service life of the concrete, the CONTRACTOR shall
remove and replace the cracked concrete at his expense.
49
FHU Reference No. 04-143
4116=8, 1:32 49 PM
US 2871S. College Ave. Bike Lanes
Project Special Provisions
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
-$-
REVISION OF SECTION 601
MISCELLANEOUS CONCRETE CLASS B-MODIFIED
2. Any crack that extends through a joint shall require removal and replacement of
the entire cracked area.
3. Any longitudinal cracked section of concrete will require complete removal and
replacement of that section between joints.
4. Repair action for hairline cracks as determined in 1 above may be waived at the
discretion of the OWNER. For the purpose of this section, a hairline crack is one
that is reasonably immeasurable and without separation as determined by the
ENGINEER.
3.10 QUALITY CONTROL
A. Concrete testing and testing laboratory services required shall conform to the
following unless otherwise determined by the ENGINEER.
Section Type of Test
Project Acceptance
Frequency
Procedures
Test Project
Sampling Sampling
GRADATION
Sidewalks: 1/500 sq yds or fraction
CP 30 CP 31
thereof for each size aggregate of
concrete placed
MOISTURE CONTENT
1 per day and as often as needed for
CP 30 CP 31
(FINE AGGREGATE)
quality control
MOISTURE CONTENT
1 per day min. where moisture content
CP 30 CP 60
(COURSE
is greater than +0.5% from SSD
AGGREGATE)
condition
SLUMP
The slump, air content and unit weight
T 141 T 119
tests shall be carried out on the first
truck of concrete for the daily
placement and thereafter in
conformance with the following table:
AIR CONTENT
1 set of tests for every 500 sy or
T 141 T 121
fraction thereof of concrete placed
T 199
YIELD AND CEMENT
1 test (min) for every day of concrete
T 141 T 22
placement
COMPRESSIVE
Sidewalks: 1 set (4) of cylinders per
T141 T 22
500 square yards or fraction thereof of
T 23
concrete placed per day
Point of Acceptance: Gradation — Stockpile, belt, or bin
Air Content — Mixer Discharge
50
FHU Reference No. 04-143
4I16I2008, 1:32:49 PM
US 2871S. College Ave. Bike Lanes
Project Special Provisions
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
-9-
REVISION OF SECTION 601
MISCELLANEOUS CONCRETE CLASS B-MODIFIED
Prior to backfilling and after forms are removed, honeycombed, defective or
damaged areas of concrete shall be repaired. Repairs shall be made within 7 days
after the forms are removed.
3.11 CLEAN-UP
A. The surface of the concrete shall be thoroughly cleaned upon completion of the work
and prior to the substantial completion walk through, and the site left in a neat and
orderly condition.
51
FHU Reference No. 04-143
411&2W8, 132'.49 PM
US 287/S. College Ave. Bike Lanes
Project Special Provisions
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
REVISION OF SECTION 608
SIDEWALKS AND BIKEWAYS
Section 608 of the Standard Specifications is hereby revised for this project as follows:
Subsection 608.02 shall be deleted in its entirety and replaced with the following:
608.02 Materials shall meet the requirements specified in the following subsections:
Joint Fillers 705.01
Bed Course Material 703.07
Concrete used for sidewalks and bikeways shall be Miscellaneous Concrete Class B — Modified.
All concrete mix designs utilized shall be submitted to the City representative and approved a
minimum of one week prior to the beginning of construction.
Concrete mixes will be subject to inspection and tests as required to assure compliance with
quality requirements.
Subsection 608.06 shall include the following:
BASIS OF PAYMENT
Payment shall be made under:
Pay Item Pay Unit
Concrete Curb Ramp Square Yard
Concrete Bikeway (6 Inch) Square Yard
All work necessary and incidental to the construction of Concrete Bikeway (6 inch) and Concrete
Curb Ramps will not be measured and paid for separately but shall be included in the work.
52
FHU Reference No. 04-143
41162008, 1'.32:49 PM
US 2871S. College Ave. Bike Lanes
Project Special Provisions
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
REVISION OF SECTION 608
CONCRETE CURB RAMP (SPECIAL)
Section 608 of the Standard Specifications is hereby revised for this project as follows:
Subsection 608.01 shall include the following:
This work includes the installation of truncated dome parcels on concrete curb ramps at the
locations shown on the plans.
Subsection 608.02 shall include the following:
Truncated dome parcels shall be installed per City of Fort Collins, Colorado, Engineering
Department Pedestrian Ramp Detail Standard Number 5 as reproduced on Sheet No. 22 of the
project plans. Contractor shall coordinate with the City's project manager regarding material,
construction or other installation details.
Subsection 608.05 shall include the following:
Truncated dome parcels on curb ramps, including all work and materials necessary for
fabrication, transport, and installation will not be measured and paid for separately, but shall be
included in the work.
Subsection 608.06 shall include the following:
Payment shall be made under:
Pay Item
Curb Ramp (Special)
53
FHU Reference No. 04-143
4/1612008, 1:W 49 PM
Pay Unit
Square Yard
US 287/S. College Ave. Bike Lanes
Project Special Provisions
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
REVISION OF SECTION 609
CURB AND GUTTER
Section 609 of the Standard Specifications is hereby revised for this project as follows:
Subsection 609.02 shall be deleted in its entirety and replaced with the following:
609.02 Materials shall meet the requirements specified in the following subsections:
Joint Fillers 705.01
Bed Course Material 703.07
All concrete used for Curb and Gutter shall be Miscellaneous Concrete Class B-Modified.
All concrete mix designs utilized shall be submitted to the City representative and approved a
minimum of one week prior to the beginning of construction.
Concrete mixes will be subject to inspection and tests as required to assure compliance with
quality requirements.
Subsection 609.06 shall include the following:
BASIS OF PAYMENT
Payment shall be made under:
Pay Item
Curb and Gutter, Type 2 (Section II B)
54
FHU Reference No. 04-143
4/1620 . 1:32:49 PM
Pay Unit
Linear Feet
US 287/S. College Ave. Bike Lanes
Project Special Provisions
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
REVISION OF SECTION 610
MEDIAN COVER MATERIAL
Section 610 of the Standard Specifications is hereby revised for this project as follows:
Subsection 610.02 shall be deleted in its entirety and replaced with the following:
610.02 Materials shall meet the requirements specified in the following subsections:
Joint Fillers 705.01
Bed Course Material 703.07
All concrete used for Curb and Gutter shall be Miscellaneous Concrete Class B-Modified.
All concrete mix designs utilized shall be submitted to the City representative and approved a
minimum of one week prior to the beginning of construction.
Concrete mixes will be subject to inspection and tests as required to assure compliance with
quality requirements.
Subsection 610.06 shall include the following:
BASIS OF PAYMENT
Payment shall be made under:
Pav Item
Median Cover Material (Concrete)
55
FHU Reference No. 04-143
4/1612W6, 1:32:49 PM
Pay Unit
Square Foot
US 2871S. College Ave. Bike Lanes March, 2008
Project Special Provisions CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
REVISION OF SECTION 614
TUBULAR STEEL SIGN SUPPORT
Section 614 of the Standard Specifications is hereby revised for this project as follows:
Subsection 614.01 shall include the following:
This work includes the installation of single or double tubular steel sign posts, supporting tubular
sockets, and concrete footings at locations as shown on the plans.
Subsection 614.02 shall include the following:
Tubular steel sign posts shall be cold formed steel with minimum yield strength of 85 ksi. Unless
otherwise specified in the Contract, the steel color shall be unpainted galvanized steel.
Tubular sockets shall be round 12 gauge galvanized steel that meet the requirement of ASTM
787.
Concrete footing shall be made of Class B Concrete. The Contractor may use an alternate
material that meets the requirements for Class B concrete in Section 601, as approved by the
Engineer.
Subsection 614.09, last paragraph, shall include the following:
(d) Tubular Steel Sign Supports. Tubular steel sign post, slipbase or socket and wedge, footing,
and mounting clamps shall be installed in accordance with Project Detail 614-8 and
manufacturer's recommendations. The Contractor shall make all arrangements to have a
manufacturer -trained installer of the manufacturer's products on site during the construction of the
entire assembly and associated signs to ensure proper installation. Prior to the placement of the
posts, the Contractor shall submit to the Engineer, written documentation of the installer's
qualifications and training in the construction of tubular steel sign supports. Upon completion of
installation, the Contractor shall obtain and submit documentation from the trained installer that
the installation of the sign posts was in accordance with manufacturer's recommendations.
Subsection 614.13 shall include the following:
Steel Sign Support (Post) will be measured by the actual number of linear feet of posts (not to
include length of T-brackets or U-brackets) that are installed and accepted. T-brackets,
U-brackets, wedges and mounting clamps that are required to complete the assembly as shown
on the plans will not be measured and paid for separately, but shall be included in the work.
Sockets for steel sign supports will be measured by the actual number of sockets that are
installed and accepted. Concrete footing will not be measured and paid for separately, but shall
be included in the work.
When called for on the plans, sign posts, sockets and footings, wedges and mounting clamps will
be regarded as a single assembly, and will be measured by the actual number of posts that are
installed and accepted.
56
FHU Reference No. 04-143
4I162008, 1:32:49 PM
Page is too large to OCR.
5. CLICK: "Most Current Set" to View the list of documents available for
the project
Order Items by clicking the cart Icon: Start M Order
ligiIeizld a,et.,:::::::::::
Iii Most Current Set
�I
I ill`
r
A f
4.44.
M
m gilllssue Set
.
........
mm.......
.. .
C7QRevision 2
I
W1
0
issue Set
7/29/2002
Architectural
24X36
LBW -
®�
Issue Set
7/29/2002
Architectural
24X36
LBW -
1
I
Revision
2/10/2004
Architectural
2036
LBW -
®�}
W
Issue Set
7129/2002
Architectural
24X36
LBW
Revision 1
11/12/2003
Architectural
24X36
LBW
6. CLICK: Sheet No. to viewl
7. CLICK: to add a specific document to your "Shopp ng Cart"
8. CLICK: Start My Order�to place the order for printing
9. REGISTER -or- LOGIN
10. SELECT: Process -Media, Output Size and Binding options
11. ENTER: Job Number and PO information then click Next.
12. REVIEW: Recipient information.
13. ENTER: Quantities
14. CLICK: the down arrow to populate order.
15. SELECT: Delivery options and Due time.
16. ENTER: Your phone number in the special instructions box.
17. CLICK: Next.
18. REVIEW order
19. CLICK: SUBMIT
Planwell contact:
970-691-2201
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 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.
Rev 10/20/07 Section 00020 Page 4
US 2871S. College Ave. Bike Lanes
Project Special Provisions
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
-2-
REVISION OF SECTION 614
TUBULAR STEEL SIGN SUPPORT
Slipbases for Steel Sign Support (Post) will be measured by the actual number that are installed
and accepted. Concrete footing will not be measured and paid for separately, but shall be
included in the work.
When called for in the plans, sign posts, slipbases and footing will be regarded as a single
assembly, and will be measured by the actual number of Steel Sign Supports (Post and Slipbase)
that are installed and accepted.
Subsection 614.14 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Steel Sign Support (2-Inch Round) (Post and Socket) Each
Steel Sign Support (2-1/2 Inch Round Sch 80) (Post and Slipbase) Each
All costs associated with having a manufacturer's representative on site and obtaining the
required documentation will not be measured and paid for separately, but shall be included in the
work.
57
FHU Reference No. 04-143
4I1&2008, 1.32:49 PM
US 2871S. College Ave. Bike Lanes
Project Special Provisions
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
TRAFFIC CONTROL PLAN - GENERAL
The key elements of the Contractor's method of handling traffic (MHT) are outlined in Subsection
630.09.
The components of the TCP for this project are included in the following:
• City of Fort Collins Work Area Traffic Control Handbook, Manual of Uniform Traffic Control
Devices (U.S. Department of Transportation), or applicable statutory requirements of
authority having jurisdiction. Fort Collins Handbook takes precedence over Manual of
Uniform Traffic Control Devices.
• Section 630 of the specifications.
• Revision of Sections 100, 104 and 108 of these Project Specifications.
• Standard Plan S-630-1. Traffic Controls for Hiahwav Construction_ Case and Standard Plan
S-630-2.
• Signing and Striping Plans
• Construction Traffic Control Plans
Special Traffic Control Plan requirements for this project are as follows:
A. The Contractor shall submit his own detailed Traffic Control Plan for the work for approval by
the Owner. The submittal shall be made at least two weeks before implementation of any
element of the plan. Adjustments to the approved plan may be required by the Owner based
on actual traffic operation.
B. No work interfering with traffic flow on US 287/S. College Ave. or Harmony Road shall be
permitted during the hours of 7:00 AM to 8:30 AM or from 3:30 PM to 5:30 PM unless
authorized in writing by the Traffic Engineer.
C. Closures of City streets will not be allowed.
D. Lane closures on US 287/S. College Ave. shall be allowed as approved by the City of Fort
Collins Traffic Engineer. During all phases of construction a minimum of one lane in each
direction shall remain open on US 287/S. College Ave..
E. The Contractor shall maintain pedestrian and bicycle movements through the project site.
The Traffic Control plan shall address the method of handling these movements.
F. The Contractor shall, at all times, provide for emergency vehicle access into and through the
construction site.
G. Keep traffic areas free of excavated material, construction equipment, pipe, and other
materials and equipment.
H. Keep fire hydrants and water control valves free from obstruction and available for use at all
times.
58
FHU Reference No. 04-143
411&2008, 1:32 49 PM
US 2871S. College Ave. Bike Lanes
Project Special Provisions
March, 2008
CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
-2-
TRAFFIC CONTROL PLAN - GENERAL
Conduct operations in a manner to avoid unnecessary interference with public and private
roads and drives.
J. Provide and maintain continual temporary access for businesses and residences.
K. Roadway Usage Between Operations - At all times when work is not actually in progress,
Contractor shall make passable and shall open to traffic such portions of the project and
temporary roadways or portions thereof as may be agreed upon between Contractor and
Owner and all authorities having jurisdiction over any properties involved.
L. The Contractor shall not have construction equipment or materials in the lanes open to
traffic at any time, unless directed.
M. The Contractor shall coordinate Traffic Control activities with the City of Fort Collins Traffic
Engineering and Electric Departments to assure that work activities by those departments
are coordinated with the Contractor's activities. At the least 48 hours notice is required.
N. The Contractor shall maintain 12' lanes throughout the project.
O. The Contractor shall provide a flagger for equipment, trucks, or other pertinent
construction equipment entering or leaving the construction area into US 287/S. College
Ave. traffic at all times.
P. The Contractor shall coordinate with Pioneer Sand Company, Inc. (Wayne Brantly,
303-438-5584) when paving their driveway. Construction work shall not inhibit their
business traffic or operations.
59
FHU Reference No. 04-143
411612008, 1.32.49 PM
US 2871S. College Ave. Bike Lanes March, 2008
Project Special Provisions CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
UTILITIES
The following Utilities are known to be within the project limits:
Utility/Agency
Contact
Phone
Sanitary Sewer - City of Fort Collins
Roger Buffington
(970) 221-6854
Water — City of Fort Collins
Roger Buffington
(970) 221-6854
Storm Water — City of Fort Collins
Glen Schlueter
(970) 224-6065
Electric — City of Fort Collins
Doug Martine
(970) 224-6152
Forester — City of Fort Collins
Ralph Zentz
(970) 221-6302
Lighting — City of Fort Collins
Doug Martine
(970) 224-6152
Gas — Xcel Energy
Randy Blank
(970) 225-7847
Telephone
Qwest
Bill Johnson
(970) 377-6401
MCI
Jeff Robb
(307) 214-8026
McLeod USA
Mike Baumbach
(303) 994-8016
Cable TV — Comcast
Dennis Greenwalt
(970) 484-7166
Sanitary Sewer/Water — Fort Collins/Loveland
Terry Farrill
(970) 226-3104
Water District; South Fort Collins Sanitation
District
Traffic Operations — City of Fort Collins
Ward Stanford
(970) 221-6820
The work described in these plans and specifications will require full coordination between the
Contractor and the Utility Companies, in accordance with Subsection 105.06 and while
performing their respective operations, so the utility work can be completed with minimum delays
to all parties concerned.
The following utility work shall be performed by the Contractor:
The Contractor shall be responsible for coordinating the adjustment of all utilities on this project
and scheduling the work to coincide with construction activities.
The Contractor shall keep each utility company advised of any work being done to their facilities
by the contractor's forces, so that each utility company can coordinate their inspections for final
acceptance with the Engineer.
Provide written notice to each utility company, with a copy to the Engineer, prior to any work by a
utility company that is to be coordinated with project construction. A minimum of three (3)
calendar weeks of prior notice is required. Contractor to obtain necessary permits from the City
and utility companies prior to starting construction activities.
If needed, or as directed by the Engineer, the Contractor shall provide traffic control for any utility
work to be coordinated with the project's construction, in accordance with an approved Method of
Handling Traffic (MHT). Payment to be made via contract bid item(s).
60
FHU Reference No. 04-143
4116 WB 132'49 PM
US 287/S. College Ave. Bike Lanes March, 2008
Project Special Provisions CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
-2-
UTILITIES
The Contractor shall coordinate with the City of Fort Collins Electric Utility, when placing the
concrete bikeway along U.S. 287/South College Avenue near Harmony Road regarding the
protection of the electric box equipment and lines.
The Contractor shall coordinate with Qwest when placing the concrete bikeway along
US 287/South College Avenue near Harmony Road regarding the adjustments they do to their
manhole for their fiber optic line.
The Contractor shall coordinate with Qwest when placing the conduits between Qwest manholes
along US 287/South College Avenue near Harmony Road. Coordination shall include the
methods of construction for providing access through manhole walls for conduit access.
The Contractor shall also coordinate with the City of Fort Collins Traffic Department regarding the
protection and adjustment of traffic signal equipment.
The following utility work shall be performed by the Utility Company or their agents:
Qwest—Adjust manhole in conflict with the new trail system at Harmony Road and U.S.
287/South College Avenue. The manhole must meet the approval of the Owner in order to meet
standards for pedestrians or bicyclists crossing the manhole.
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 three (3) business days prior to commencing such operations.
Contact the Utility Notification Center of Colorado (UNCC) to have locations of UNCC-registered
lines marked by member companies. Call 1-800-922-1987 for locate requests outside the Denver
Metro area. All other underground facilities shall be located by contacting the respective
company. Utility service laterals shall also be located prior to beginning excavation or grading.
The location of utility facilities, as shown on the plans and profile sheets and described herein,
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.
61
FHU Reference No. 04-143
4116/2008, 1,32,49 PM
US 287/S. College Ave. Bike Lanes March, 2008
Project Special Provisions CDOT Project No. STE M455-063
CDOT Subaccount No. 14363
FORCE ACCOUNT ITEMS
This special provision contains the 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 01
Minor Contract Revisions
F/A 02
On -the -Job Trainee
F/A 03
OJT Colorado Training Program
F/A 04
Erosion Control
F/A 05
Fuel Cost Adjustment
Force Account Item Descriptions:
Estimated
Quantity
Amount
1 FA
$24,000'
0 Hours
$ 0
1 FA
$ 200
1 FA
$ 1,000
1 FA
$ 1,500
F/A 01 Minor Contract Revisions payments are for contract adjustments authorized through
contract modification orders.
F/A 02 On -the -Job Trainee payment is made for on-the-job trainee used on this project.
F/A 03 OJT Colorado Training Program payment is made for cost of maintaining on-the-job
training program in compliance with the provisions of On -The -Job Training in the Standard
Special Provisions.
F/A 04 Erosion Control payment is for any unforeseen storm water issues that require erosion
control but not included in the 208 items listed in the Summary of Approximate Quantities. The
work shall be approved by the Engineer prior to purchasing and placing any erosion control items.
If justification is not proven before implementation, payment will not be made.
F/A 05 Fuel Cost Adjustment is for any unforeseen increases or decreases in the prices of
gasoline and diesel fuels from those in effect during the month in which bids were received for the
Contract.
62
FHU Reference No. 04-143
4/162008, 1.32.49 PM
STANDARD SPECIAL PROVISIONS
FHU Reference No. 04-143
4/16/2008, 1:32:49 PM
SSP Index 02-15-08
[For 2005 Spec Book]
COLORADO
DEPARTMENT OF TRANSPORTATION
SPECIAL PROVISIONS
STANDARD SPECIAL PROVISIONS
Revision of Section 101 - Falsework, Formwork, and Shoring
Revision of Section 104 - Value Engineering Change Proposals
Revision of Section 105 - Conformity to the Contract
Revision of Section 105 - Violation of Working Time Limitation
Revision of Section 106 - Certificates of Compliance and Certified Test Reports
Revision of Sections 106 and 601 - Concrete Sampling and Pumping
Revision of Section 107 - Project Safety Planning
Revision of Section 107 - Responsibility for Damage Claims, Insurance Types
and Coverage Limits
Revision of Section 107 - Ton -Mile Taxes
Revision of Section 108 - Liquidated Damages
Revision of Section 108 - Payment Schedule
Revision of Section 109 - Compensation of Compensable Delays
Revision of Section 109 - Fuel Cost Adjustment
Revision of Section 109 - Measurement of Quantities
Revision of Section 203 - Embankment
Revision of Section 208 - Storm Drain Inlet Protection
Revision of Section 212 - Seeding Seasons
Revision of Section 601 - Forms and Falsework
Revision of Sections 601, 606, 608, 609 and 618 - Concrete Finishing
Revision of Sections 601 and 701 - Structural Concrete
Revision of Section 614 - Tubular Steel Sign Support
Revision of Sections 614 and 630 - Retroreflective Sign Sheeting
Revision of Section 627 - Pavement Marking
Revision of Sections 627 and 713 - Preformed Plastic Pavement Marking
Revision of Section 630 - Construction Zone Traffic Control
Revision of Section 630 - Method of Handling Traffic
Revision of Section 630 - NCHRP 350 Requirements
Revision of Section 630 - Payment for Construction Traffic Control Devices
Revision of Section 630 - Portable Sign Storage
Revision of Section 702 - Bituminous Materials
Revision of Section 712 - Hydrated Lime
Affirmative Action Requirements - Equal Employment Opportunity
Disadvantaged Business Enterprise - Definitions and Requirements
Minimum Wages Colorado,
U.S. Department of Labor General Decision Numbers CO20080014 and CO20080015
MOD 3, Highway Construction, Statewide
On the Job Training
Partnering Program
Required Contract Provisions - Federal -Aid Construction Contracts
Date No. of Pages
(Nov. 30, 2006) 1
(August1,2005) 5
(January 17, 2008) 1
(August 1, 2005) 1
(June 29, 2006) 1
(June 7, 2007) 2
(August 1, 2005) 3
(August 1, 2005)
(April 12, 2007)
(October 25, 2007)
(October 11, 2006)
(January 17, 2008)
(Nov. 30, 2006)
(August 1, 2005)
(October 25 2007)
(October 25 2007)
(April 12, 2007)
(Nov. 30, 2006)
(April 12, 2007)
(January 17, 2008)
(April 7, 2006)
(Sept. 2, 2005)
(April 12, 2007)
(October 13, 2005)
(April 7, 2006)
(April 7, 2006)
(August 2, 2007)
(June 7, 2007)
(August 1, 2005)
(January 17, 2008)
(January 17, 2008)
(August 1, 2005)
(Dec. 8, 2005)
(February 15, 2008)
(January 17, 2008)
(April 7, 2006)
(August 1, 2005)
2
1
1
1
1
1
1
1
1
1
1
1
10
2
1
2
3
1
1
1
1
1
10
1
10
12
9
5
1
11
FHU Reference No. 04-143
4116/2008, 1:32:49 PM
November 30, 2006
REVISION OF SECTION 101
FALSEWORK, FORMWORK AND SHORING
Section 101 of the Standard Specifications is hereby revised for this project as follows:
Add subsection 101.89 as follows:
101.89 Falsework. Falsework is temporary construction used to support structural elements of
concrete, steel, masonry or other materials during their construction or erection until they
become self-supporting. Falsework may also be used to provide temporary support to elements
of a structure during demolition or reconstruction.
Add subsection 101.90 as follows:
101.90 Formwork. Formwork is the temporary structure or mold used to retain plastic or fluid
concrete in its designated shape until it hardens.
Add subsection 101.91 as follows:
101.91 Shoring. Shoring is temporary construction that is used to support the earth adjacent to
excavation or embankment.
3
FHU Reference No. 04-143
41I MM8, 1'.32:49 PM
August 1, 2005
REVISION OF SECTION 104
VALUE ENGINEERING CHANGE PROPOSALS
Section 104 of the Standard Specifications is hereby revised for this project as follows:
Delete subsection 104.07 and replace with the following:
104.07 Value Engineering Change Proposals by the Contractor. The Contractor is
encouraged to develop and offer proposals for improved construction techniques, alternative _
materials and other innovations. Proposals must provide a project comparable to the CDOT's
original design either at lower cost or improved quality, or both. No proposals will be accepted
that lowers the quality of the intended project. Bid prices shall not be based on the anticipated
approval of a Value Engineering Change Proposal (VECP). Proposals shall be submitted only
by the successful bidder after contract award. If a VECP is rejected, the work shall be
completed in accordance with the Contract at contract bid prices. Any delay to the project due
to a VECP submittal and review shall be considered within the Contractor's control and will be
non -excusable with the exception of those delays that are approved as part of the VECP. _
Proposals shall be categorized as VECP (Category A) or VECP (Category B).
VECP (Category A)s will be all proposals that involve the design and construction of a structure
including but not limited to a bridge, retaining wall, concrete box culvert, or building. A VECP
(Category A) will also include any proposal that would result in a change of original bid items
that totals over $250,000. Alternatives investigated and not selected in the project Structural
Selection Reports may be presented in a VECP, if significant benefits can be demonstrated to
the Engineer. In addition, any design criteria and constraints listed in the Structural Selection
Report can not be modified or relaxed as part of a VECP unless significant and previously
unknown benefits can be proven to the Engineer. Experimental or demonstration -type design
concepts, products, structures, or elements that have not been pre -approved by CDOT, in
writing, for general use will be considered a VECP (Category A). Category A proposals will also
result in a realized and shared cost savings to CDOT. Cost savings generated to the Contract
as a result of VECP offered by the Contractor and accepted by the CDOT shall be shared
between the Contractor and the CDOT.
All other VECPs that do not meet the previous requirements will be classified as a VECP
(Category B).
Net cost savings on VECPs that are less than $25,000 can be kept by the Contractor. Net cost
savings greater than $25,000 shall be split equally between the Contractor and CDOT as
defined in the Basis of Payment section of this specification.
Both VECP (Category A) and VECP (Category B) will produce savings to the CDOT or provide
improved project quality without impairing essential functions and characteristics of the facility.
Essential functions include but are not limited to: service life, requirements for planned future
4
FHU Reference No.04-143
4116/20 1:32,49 PM
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
Purchasing & Risk Management Director
Rev 10/20/07 Section 00020 Page 5
development, prior commitments to governmental agencies or the public, corridor requirements,
economy of operation, ease of maintenance, desired appearance, safety, and impacts to the
traveling public or to the environment during and after construction.
The Contractor may submit either a full VECP or a preliminary Conceptual VECP, followed by a
full proposal. These proposals are subject to rejection at any time if they do not meet the criteria
outlined in this subsection.
(a) Submittal of Conceptual Proposal. For a VECP (Category A) that requires a significant
amount of design or other development resources, the Contractor may submit an
abbreviated Conceptual Proposal for preliminary evaluation. The Engineer will evaluate the
information provided. The Contractor will then be advised in writing if any conditions or
parameters of the Conceptual Proposal are found to be grounds for rejection. Preliminary
review of a conceptual proposal reduces the Contractor's risk of subsequent rejection but
does not commit the CDOT to eventual approval of the full VECP. The following information
shall be submitted for each Conceptual Proposal:
August 1, 2005
5
FHU Reference No. 04-143
4116/2008, 1:32-.49 PM
REVISION OF SECTION 104
VALUE ENGINEERING CHANGE PROPOSALS
(1) Statement that the proposal is submitted as a Conceptual VECP
(2) General description of the difference between the existing Contract and the proposed
change, and the advantages and disadvantages of each, including effects on service
life, requirements for planned future development, prior commitments to governmental
agencies or the public, corridor requirements, economy of operation, ease of
maintenance, desired appearance, safety, and impacts to the traveling public or to the
environment during and after construction. The Contractor shall request in writing the
necessary information from the Engineer.
(3) One set of conceptual plans and a description of proposed changes to the Contract
specifications
(4) Estimate of the anticipated cost savings or increase
(5) Statement specifying the following:
(i) when a response to the conceptual proposal from the CDOT is required to avoid
delays to the existing contract prosecution
(ii) the amount of time necessary to develop the full Proposal
(iii) the date by which a Contract Modification Order must be executed to obtain
maximum benefit from the Proposal
(iv)the Proposal's impact on time for completing the Contract
(b) Submittal of Full Value Engineering Change Proposal. The following materials and
information shall be submitted for both a Category A and VECP (Category B):
(1) A statement that the proposal is submitted as a VECP:
(2) A description of the difference between the existing Contract and the proposed change,
and the advantages and disadvantages of each, including effects on service life,
requirements for planned future development, prior commitments to governmental
agencies or the public, corridor requirements, economy of operation, ease and cost of
maintenance, desired appearance, safety,
environment during and after construction.
necessary information from the Engineer.
and impacts to the traveling public or to the
. The Contractor shall request in writing the
(3) A complete set of plans and specifications showing the proposed revisions relative to
the original Contract. This portion of the submittal shall include design notes and
FHU Reference No. 04-143
4116/2008, 1:32.49 PM
construction details. The proposed plans and specifications shall be signed and sealed
by the Contractor's Engineer.
(4) A cost comparison, summarizing all of the items that the proposed VECP replaces,
reduces, eliminates, adds, or otherwise changes from the original Contract work,
including all impacts to traffic control, detours and all other changes. The cost
comparison shall not include cost savings resulting from purportedly decreased
inspection or testing requirements, or CDOT overhead; All costs and proposed unit
prices shall be documented by the Contractor.
(5) A statement specifying the date by which a Contract Modification Order must be
executed to obtain the maximum cost reduction during the remainder of the Contract
and the date when a response from the CDOT is required to avoid delays to the
prosecution of the Contract.
August 1, 2005
FHU Reference No. 04-143
4116/2008, 1 3249 PM
REVISION OF SECTION 104
VALUE ENGINEERING CHANGE PROPOSALS
(6) A statement detailing the effect the Proposal will have on the time for completing the
Contract.
(7) A description of any previous use or testing of the proposed changes and the conditions
and results. If the Proposal was previously submitted on another CDOT project, the
proposal shall indicate the date, Contract number, and the action taken by the CDOT.
(8) An estimate of any effects the VECP will have on other costs to the CDOT.
(9) A statement of life cycle costs, when appropriate. Life cycle costs will not be considered
as part of cost savings but shall be calculated for additional support of the Proposal. A
discount rate of four percent shall be used for life cycle calculations.
(c) Evaluation. VECP will be evaluated by CDOT in accordance with the CDOT Construction
Manual.
Additional information needed to evaluate Proposals shall be provided in a timely manner.
Untimely submittal of additional information will result in rejection of the Proposal. Where
design changes are proposed, the additional information shall include results of field —
investigations and surveys, design and computations, and changed plan sheets required to
develop the design changes.
1. The Engineer will determine if a Proposal qualifies for consideration and evaluation. The
Engineer may reject any Proposal that requires excessive time or costs for review,
evaluation, or investigation. The Engineer may reject proposals that are not consistent
with the CDOT's design and criteria for the project.
Z VECP, whether or not approved by the CDOT, apply only to the ongoing Contracts
referenced in the Proposal and become the property of the CDOT. Proposals shall
contain no restrictions imposed by the Contractor on their use or disclosure. The CDOT
has the right to use, duplicate and disclose in whole or in part any data necessary for
the utilization of the Proposal. The CDOT retains the right to utilize any accepted
Proposal or part thereof on other projects without obligation to the Contractor. This
provision is subject to rights provided by law with respect to patented materials or
processes.
3. If the CDOT is already considering revisions to the Contract or has approved changes
in the Contract that are subsequently proposed in a VECP, the Engineer will reject the
Proposal and may proceed to implement these changes without obligation to the
Contractor.
4. The Contractor shall have no claim against the CDOT for additional costs or delays _
FHU Reference No. 04-143
4/16=8, 132:49 PM
resulting from the rejection or untimely acceptance of a VECP. These costs include but
are not limited to: development costs, loss of anticipated profits, increased material or
labor costs, or untimely response.
5. Proposals will be rejected if equivalent options are already provided in the Contract.
6. Proposals that only reduce or eliminate contract pay items will be rejected.
7. The cost savings and other benefits generated by the Proposal must be sufficient to
warrant review and processing, as determined by the Engineer.
8. A proposal changing the type or thickness of the pavement structure will be rejected.
9. No VECP proposal can be used to alter incentive and disincentive rates and maximums
on A+B projects.
August 1, 2005
9
FHU Reference No. 04-143
411 e12008, 1 32,49 PM
REVISION OF SECTION 104
VALUE ENGINEERING CHANGE PROPOSALS "-
10. Right of Way cannot be bought as part of a VECP to eliminate phasing on a project.
11. A VECP changing the design of a structure may be considered by the CDOT, if the
design meets the following conditions:
(1) The design shall not involve detouring of traffic onto local roads or streets to an
extent greater than the original plans, unless previously approved by the affected _
local agencies
(2) The design has the same roadway typical section as the original plans
(3) The design meets or exceeds the benefits of the construction -handling or traffic _
phasing scheme shown in the original plans
(4) The design meets or exceeds all environmental commitments and permit
requirements of the original Contract.
(5) The design shall not increase environmental impacts beyond those of the original
Contract.
(6) The design meets or exceeds the vertical and horizontal clearances and hydraulic
requirements shown in the original plans
(7) The design has the same or greater flexibility as the original design to
accommodate future widening
(8) The design shall not change the location of the centerline of the substructure
elements, without demonstrating substantial benefits over the original plans
(9) The design shall not change the grade or elevation of the final riding surface,
without demonstrating substantial benefits over the original plans
(10) The design shall match corridor future development plans, architectural, aesthetic
and pavement requirements, if applicable
(11) The design shall not adversely impact the CDOT's Bridge Inspection, maintenance
or other long-term costs or operations.
(12) The design shall meet all CDOT design standards and policies
(13) The design shall include all additional costs and coordination necessary to relocate
utilities
(14) Major structure designs provided by the Contractor shall include an independent
plan review and design check by a Professional Engineer registered in the State of
Colorado and employed by a firm other than the engineer -of -record. This design
review will be performed at no additional cost to CDOT and shall be included in the
Contractor's engineering costs.
(15) The Contractor shall provide CDOT with all design calculations, independent design _
check calculations, a rating package for each bridge prepared in accordance with
the current CDOT Bridge Rating Manual, and a record set of quantity calculations
for each structure.
12. The Engineer will reject all or any portion of the design or construction work performed
under an approved VECP if unsatisfactory results are obtained. The Engineer will direct _
10
FHU Reference No. 04-143
4116@ , 1:32:49 PM
the removal of such rejected work and require construction to proceed under the
original Contract requirements without reimbursement for work performed under the
proposal, or for its removal.
If a structure design VECP meets these and all other requirements, the CDOT may, at
its sole option, accept or reject the proposal.
(d) Basis of Payment. If the VECP is accepted, a Contract Modification Order will authorize the
changes and payment. Reimbursement will be made as follows:
August 1, 2005
11
FHU Reference No. 04-143
4116/2008, 1:32,49 PM
REVISION OF SECTION 104
VALUE ENGINEERING CHANGE PROPOSALS
The changes will be incorporated into the Contract by changes in quantities of unit bid
items, new agreed unit price items, lump sum or any combination, as appropriate,
under the Contract. Unless there is a differing site condition as described in subsection
104.02, the Contractor shall not receive additional compensation for quantity overruns,
design errors, supplemental surveys, geotechnical investigations, additional items or
other increases in cost that were not foreseen in the accepted VECP, unless otherwise
approved by the Engineer. _
2. For all VECPs, the incentive payment shall be calculated as follows:
(gross cost of deleted work) - (gross cost of added work) = (gross savings)
(gross savings) - (Contractor's engineering costs) - (CDOT's engineering costs) _
(net savings)
Any net savings less than $25,000 can be kept by the contractor.
If the net savings are greater than $25,000 then the amount over $25,000 will be shared
equally with CDOT and calculated as follows:
(net savings)- $25,000 = shared savings
Contractor's total incentive = (shared savings) /2 + $25,000
The Contractor's engineering costs will be reimbursable only for outside consultant costs
that are verified by certified billings. CDOT's engineering costs shall be actual consultant costs
billed to CDOT and extraordinary in-house personnel labor costs. These labor costs will be
calculated at the fixed amount of $50.00 per hour per employee. Project personnel assigned to
the field office or who work on the project on a regular basis shall not be included in CDOT's
portion of the cost.
3. At the completion of the VECP design work, the Contractor shall furnish the CDOT any r
additional documentation such as surveys, geotechnical reports, documentation or calculations
and shop drawings required to complete the work.
At the completion of the project, the Contractor shall furnish the CDOT with PE -stamped Record sets,
and As -Constructed plans showing the VECP work.
(e) Contractor Appeal Process. Appeals can only be made on VECP (Category A)s. The —
Prime Contractor submitting the VECP may file a one-time appeal to the Region
Transportation Director (RTD) on the denial of any VECP (Category A). The Contractor must
have a valid reason for the appeal and the decision of the Region Transportation Director
will be final.
12
FHU Reference No. 04-143 -
4/16QW8, 1.3 49 PM
January 17, 2008
REVISION OF SECTION 105
CONFORMITY TO THE CONTRACT
Section 105 of the Standard Specifications is hereby revised for this project as follows:
Subsection 105.03 shall include the following, after the first paragraph:
All Hot Mix Asphalt (HMA) materials or work will be evaluated for conformity to the Contract in accordance
with subsection 105.05 except HMA that is used for patching and temporary pavement.
In subsection 105.03 (c), delete the Table of Price Reduction Factors and replace with the following:
TABLE OF PRICE REDUCTION FACTORS
In subsection 105.03 (c), delete the seventh paragraph, including the table of the multiplier for price
reductions, and replace with the following:
If the P for aggregate gradation for Items 206, 304, or the gradation of hydrated lime for item 403 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
304-A r ate Base Course
Gradation
0.60
* The P value for hydrated lime shall be applied to the price of the HMA item when asphalt cement is not
paid for separately. Lime gradation P values will not be combined with Pay Factors for other elements.
13
FHU Reference No. 04-143
4I1620 1.32'.49 PM
August 1, 2005
REVISION OF SECTION 105 —
VIOLATION OF WORKING TIME LIMITATION
Section 105 of the Standard Specifications is hereby revised for this project as follows:
Subsection 105.03 shall include the following:
If there is a violation of the working time limitations for traffic control as set forth in the special
provisions, a written notice to stop work will be imposed on the Contractor at the start of the next
working day. Work shall not resume until the Contractor assures the Engineer, in writing, that _
there will not be a reoccurrence of the working time violation. If more violations take place, the
Engineer will notify the Contractor in writing that there will be a price reduction charge for each
incident in accordance with this specification. This incident price reduction charge will be
deducted from any money due the Contractor. This price reduction will not be considered a
penalty but will be a price reduction for failure to perform traffic control in compliance with the
Contract.
An incident is any violation up to 30 minutes in duration. Each 30 minutes or increment thereof
will be considered as an incident. A price reduction will be assessed for each successive or
cumulative 30 minute period in violation of the working time limitations, as determined by the —
Engineer. The price reduction for each incident will increase at a progressive rate starting with
$150 for the second incident and increasing to $1200 for the fifth and subsequent incidents in
accordance with the following schedule. A 15 minute grace period will be allowed at the
beginning of the second incident on the project before the price reduction is applied. This 15
minute grace period applies only to the second incident.
The number of incident charges will be accumulative throughout the duration of the Contract.
PRICE REDUCTION SCHEDULE
TOTAL PRICE
INCIDENT
INCIDENT RATE
REDUCT
ION
fi>et
Nottee to �tsig vctrk
-
2nd
$150
$150
300
4th
600
1,050
Stn
1,200
6th
1,200
3,450
�Etd.A
206
Etc.
Etc.
14
FHU Reference No. 04-143
411MM8, 1:32:49 PM
SECTION 00100
INSTRUCTIONS TO BIDDERS
June 29, 2006
REVISION OF SECTION 106
CERTIFICATES OF COMPLIANCE AND
CERTIFIED TEST REPORTS
Section 106 of the Standard Specifications is hereby revised for this project as follows:
In subsection 106.12 delete item (11) of the list following the first paragraph and replace with the
following:
(11)The following certification, signed by a person having legal authority to act for the
Contractor:
I hereby certify under penalty of perjury that the material listed in this Certificate of
Compliance represents (quantity and units) of pay item
(pay item number and Description) that will be installed on project number
Contractor
Date
In subsection 106.12, delete the second paragraph and replace with the following:
The original Certificate of Compliance shall include the Contractor's original signature as
directed above, and the original signature (including corporate title), under penalty of
perjury, of 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 or facsimile of the
fully signed Certificate of Compliance shall be furnished to the Engineer prior to
installation of material. The original shall be provided to the Engineer before payment for
the represented item will be made. Failure to comply may result in delays to the project
or rejection of the materials.
In subsection 106.13, delete item (11) of the list following the first paragraph and replace with
the following:
(11)The following certification, signed by a person having legal authority to act for the
Contractor:
I hereby certify under penalty of perjury that the material listed in this Certified Test
Report represents (quantity and units) of pay item (pay
item number and Description) that will be installed on project number
Contractor
15
Date
FHU Reference No. 04-143
411612008, 1:3249 PM
In subsection 106.13, delete the second paragraph and replace with the following:
The original Certified Test Report shall include the Contractor's original signature as directed
above, and the original signature (including corporate title), under penalty of perjury, of 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 or
facsimile of the fully signed Certified Test Report shall be furnished to the Engineer prior to
installation of material. The original shall be provided to the Engineer before payment for the
represented item will be made. Failure to comply may result in delays to the project or rejection
of the materials.
16
FHU Reference No. 04-143
4/182008, 132.49 PM
August 1, 2005
REVISION OF SECTION 107
PROJECT SAFETY PLANNING
Section 107 of the Standard Specifications is hereby revised for this project as follows:
Delete subsection 107.06 and replace with the following:
107.06. Safety, Health, and Sanitation Provisions.
(a) Contractor Responsibilities. The Contractor shall ensure compliance with applicable
Federal, State, and local laws, rules, regulations, and guidelines governing safety, health
and sanitation, including but not limited to the Project Safety Management Plan (Plan)
described below, the Occupational Safety and Health Act, 29 CFR 1910, 29 CFR 1926,
Mine Safety and Health Administration (MSHA), Title 30 CFR, the "Colorado Work Zone
Best Practices Safety Guide", national consensus standards, and the Drug -Free Workplace
Act (Public Law 100-690 Title V, subtitle D, 41 USC 701 et seq.). The Contractor shall
provide all safeguards, safety devices, and protective equipment, and shall take all other
actions necessary to protect the life, safety and health of persons working at or visiting the
project site, and of the public and property in connection with the performance of the work
covered by the Contract. In the case of conflicting requirements, the more stringent of the
requirements shall apply. The Contractor shall require that all operations and work practices
by Contractor, subcontractors, suppliers, and Department personnel comply with the
provisions of the Plan.
(b) Safety Officer. Prior to the start of construction, the Contractor shall designate a Safety
Officer and an alternate, who shall be responsible for the coordination of safety activities,
and preparation and implementation of the Plan.
(c) Competent Persons. Prior to the start of construction, the Contractor shall designate at
least one competent person for each of the construction activities being completed.
Construction activities and safety considerations that must be addressed shall include, but
are not limited to: lead abatement, hearing protection, respiratory protection, rigging,
assured grounding, scaffolding, fall protection, cranes, trenching and excavating, steel
erection, underground construction (including caissons and cofferdams), demolition, blasting
and the use of explosives, stairways and ladders, asbestos, and confined space. The
appropriate competent persons shall be present on the project site at all times during
construction activities. A competent person is an individual who, by way of training,
experience, or combination thereof, is knowledgeable of applicable standards, is capable of
identifying existing and predictable workplace hazards relating to a specific construction
activity, is designated by the employer, and has authority to take appropriate actions.
(d) Project Safety Management Plan. Prior to the start of construction, the Contractor shall
prepare a written Project Safety Management Plan (Plan) which shall be specific to the
project. The Plan shall include:
(1) Designation of a Safety Officer and an alternate, and competent persons for each
construction activity as described above.
17
FHU Reference No. 04-143
4/162W8, 1:32.49 PM
(2) A list of all significant and/or high -risk construction activities and safety considerations
as described above, and a hazard assessment for each.
(3) Direction as to whether engineering, administrative, personal protection measures,
training, or a combination thereof, shall be implemented to address the hazards
identified in (2) above.
(4) Provisions for field safety meetings. The Contractor shall conduct field safety
meetings at the frequency specified in the Plan, once per week at a minimum. The
Contractor shall encourage participation by all persons working at the project site.
Participants at these meetings shall discuss specific construction activities for that
work period, results from safety inspections, required personal protective equipment,
and all other necessary safety precautions.
(5) Provisions for project safety meetings. The Contractor shall conduct project safety
meetings to discuss accidents, incidents, safety goals, near misses, and results of
safety inspections. The Contractor shall notify the Engineer of the time, date, and
location of these meetings, shall require participation by all persons (including
Department personnel) working at the project site, and shall track attendance through
sign-up lists.
(6) Procedures for assuring compliance by subcontractors, suppliers, and authorized
visitors to the project. In addition, the Plan shall specify the measures that will be
taken to discourage unauthorized personnel from entering the site.
August 1, 2005
18
FHU Reference No. 04-143
411612008, 1:32:49 PM
REVISION OF SECTION 107
PROJECT SAFETY PLANNING
(7) Procedures to be followed in cases where workers are suspected of drug or alcohol
impairment.
(8) Provisions for project safety inspections. The Contractor shall conduct regular project
safety inspections at the frequency specified in the Plan, once per month at a
minimum. The Contractor shall maintain documentation on the project site, including
the date of these inspections, the findings, and the corrective measures taken to
address the findings.
(9) Procedures to be followed to correct violations of the Plan by any personnel.
(10) The notification, investigation, and implementation procedures that the Contractor shall follow in
the case of a safety stand down.
(11) The Contractor's certification as follows:
By authorized signature below, (Contractor name), hereinafter referred to as'the
Contractor', hereby certifies that this Project Safety Management Plan (Plan) complies
with and meets applicable Federal, State, and local laws, rules, regulations and
guidelines governing safety, health and sanitation, including but not limited to the
Occupational Safety and Health Act, 29 CFR 1910, 29 CFR 1926, Mine Safety and
Health Administration (MSHA), Title 30 CFR, the "Colorado Work Zone Best Practices
Safety Guide", national consensus standards, and the Drug -Free Workplace Act
(Public Law 100-690 Title V, subtitle D, 41 USC 701 et seq.). All operations and work
practices of the Contractor will comply with this Plan. The Contractor requires that all
subcontractors, suppliers and Department personnel comply with this Plan.
(Signature of Contractor's Safety Officer or alternate)
Title
Date
The Contractor shall submit the Plan to the Engineer for the project records, and shall
provide updates to the Plan as necessary. An up-to-date copy of the Plan shall be on the
project site in the Contractor's possession at all times.
(e) Project Safety & Health Requirements. All personnel on the project site shall wear the
following personal protective equipment (PPE) at all times when in the State Highway Right
of Way, except when in their vehicles:
(1) Head protection and high visibility apparel, reflectorized for night use, and footwear, all
of which shall comply with the latest appropriate national consensus standards.
19
FHU Reference No. 04-143
411612008, 1.32-.49 PM
(2) All other PPE that is stipulated by the Plan. All PPE shall comply with the latest
appropriate national consensus standards.
(f) Safety Stand -Down. The Engineer may immediately suspend all or part of any work in the
case of an accident (including property damage), or catastrophe (three or more persons
hospitalized in a single incident), or other situation presenting an imminent danger to life or
health, such as a near miss, violation of the Plan, and/or presence of a hazardous situation.
In the case of a worksite fatality directly related to the Contractor's or any subcontractor's
work operations, the safety stand -down shall be mandatory. In the case of a traffic fatality
unrelated to a work -zone incident in the opinion of the Engineer, the safety stand -down will
not be mandatory. During any mandatory safety stand -down due to a fatality, all work on
the project shall cease, except that work deemed necessary by the Engineer to immediately _
correct unsafe conditions. The Contractor shall be allowed to resume operations only after
providing documentation, certified by the Safety Officer or alternate, regarding the corrective
actions taken to prevent recurrence. The Contractor may be granted a non-compensable,
excusable delay, up to three days, for the period of time during which no work was pursued
due to each safety stand -down.
August 1, 2005
20
FHU Reference No.04-143
4116/2WB, 1:MA9 PM
3
REVISION OF SECTION 107
PROJECT SAFETY PLANNING
(g) Regulatory Enforcement Actions. The Contractor shall provide written notifications of all
Regulatory agency actions relating to safety to the Engineer.
All costs associated with the preparation and implementation of the Plan, and complying with all
safety, health, and sanitation provisions and requirements will not be measured and paid for
separately, but shall be included in the work.
21
FHU Reference No. 04-143
4/16I2WS, 13249 PM
August 1, 2005
REVISION OF SECTION 107
RESPONSIBILITY FOR DAMAGE CLAIMS,
INSURANCE TYPES AND COVERAGE LIMITS
Section 107 of the Standard Specifications is hereby revised for this project as follows:
Delete subsection 107.15 and replace with the following:
107.15 Responsibility for Damage Claims, Insurance Types and Coverage Limits. The
Contractor shall indemnify and save harmless the Department, its officers, and employees, from
suits, actions, or claims of any type or character brought because of any and all injuries or
damage received or sustained by any person, persons, or property on account of the operations
of the Contractor; or failure to comply with the provisions of the Contract; or on account of or in
consequence of neglect of the Contractor in safeguarding the work; or through use of
unacceptable materials in constructing the work; or because of any act or omission, neglect, or
misconduct of the Contractor; or because of any claims or amounts recovered from any —
infringements of patent, trademark, or copyright, unless the design, device, material or process
involved is specifically required by the Contract; or from any claims or amounts arising or
recovered under the Worker's Compensation Act, or other law, ordinance, order, or decree. The
Department may retain as much of any moneys due the Contractor under any Contract as may
be determined by the Department to be in the public interest.
(a) The Contractor shall obtain, and maintain at all times during the term of this Contract,
insurance in the following kinds and amounts:
(1) Workers' Compensation Insurance as required by state statute, and Employer's Liability
Insurance covering all of Contractor's employees acting within the course and scope of
their employment.
(2) Commercial General Liability Insurance written on ISO occurrence form CG 00 01 10/93
or equivalent, covering premises operations, fire damage, independent Contractors, —
products and completed operations, blanket contractual liability, personal injury, and
advertising liability with minimum limits as follows:
(i) $1,000,000 each occurrence;
(ii) $2,000,000 general aggregate;
(iii) $2,000,000 products and completed operations aggregate; and
(iv) $50,000 any one fire.
(v) Completed Operations coverage shall be provided for a minimum period of one year following
final acceptance of work.
If any aggregate limit is reduced below $1,000,000 because of claims made or paid, the
Contractor shall immediately obtain additional insurance to restore the full aggregate
limit and furnish to CDOT a certificate or other document satisfactory to CDOT showing
compliance with this provision.
22
FHU Reference No. 04-143
41WOOS, 1:32:49 PM
(3) Automobile Liability Insurance covering any auto (including owned, hired and non -owned
autos) with a minimum limit as follows: $1,000,000 each accident combined single limit.
(4) Professional liability insurance with minimum limits of liability of not less than $1,000,000
Each Claim and $1,000,000 Annual Aggregate for both the Contractor or any
subcontractors when:
(i) Contract items 625, 629, or both are included in the Contract
(ii) Plans, specifications, and submittals are required to be signed and sealed by the Contractor's
Professional Engineer, including but not limited to:
(A) Shop drawings and working drawings as described in subsection 105.02
(B) Mix Designs
August 1, 2005
23
FHU Reference No. 04-143
411WW8, 132.49 PM
2
REVISION OF SECTION 107
RESPONSIBILITY FOR DAMAGE CLAIMS,
INSURANCE TYPES AND COVERAGE LIMITS
(C) Contractor performed design work as required by the plans and specifications
(D) Change Orders
(E) Approved Value Engineering Change Proposals
(iii) The Contractor and any included subcontractor shall renew and maintain Professional
Liability Insurance as outlined above for a minimum of one year following final acceptance of
work.
(5) Umbrella or Excess Liability Insurance with minimum limits of $1,000,000. This policy
shall become primary (drop down) in the event the primary Liability Policy limits are
impaired or exhausted. The Policy shall be written on an Occurrence form and shall be
following form of the primary. The following form Excess Liability shall include CDOT as ^-
an additional insured.
(b) CDOT shall be named as additional insured on the Commercial General Liability and
Automobile Liability Insurance policies. Completed operations additional insured coverage
shall be on endorsements CG 2010 11/85, CG 2037, or equivalent. Coverage required of
the contract will be primary over any insurance or self-insurance program carried by the _
State of Colorado.
(c) The Insurance shall include provisions preventing cancellation or non -renewal without at
least 30 days prior notice to CDOT by certified mail.
(d) The Contractor will require all insurance policies in any way related to the contract and
secured and maintained by the Contractor to include clauses stating that each carrier will
waive all rights of recovery, under subrogation or otherwise, against CDOT, its agencies,
institutions, organizations, officers, agents, employees and volunteers.
(a) All policies evidencing the insurance coverages required hereunder shall be issued by
insurance companies satisfactory to COOT.
(f) The Contractor shall provide certificates showing insurance coverage required by this
contract to CDOT prior to execution of the contract. No later than 15 days prior to the
expiration date of any such coverage, the Contractor shall deliver CDOT certificates of
insurance evidencing renewals thereof. At any time during the term of this contract, CDOT
may request in writing, and the Contractor shall thereupon within ten days supply to CDOT,
evidence satisfactory to CDOT of compliance with the provisions of this section.
(g) Notwithstanding subsection 107.15(a), if the Contractor is a "public entity" within the
meaning of the Colorado Governmental Immunity Act CRS 24-10-101, at seq., as amended
("Act'), the Contractor shall at all times during the term of this contract maintain only such
liability insurance, by commercial policy or self-insurance, as is necessary to meet its
liabilities under the Act. Upon request by CDOT, the Contractor shall show proof of such
insurance satisfactory to CDOT. Public entity Contractors are not required to name CDOT
as an Additional Insured.
24
FHU Reference No. 04-143
4/16/2008, 1'.3249 PM
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 —
Rev 10/20/07 Section 00100 Page 1 ..
(h) When the Contractor requires a subcontractor to obtain insurance coverage, the types and
minimum limits of this coverage may be different than those required, as stated above, for
the Contractor, except for the Commercial General Liability Additional Insured endorsement
and those that qualify as needing Professional Liability Insurance.
25
FHU Reference No. 04-143
411&20 1:32:49 PM
April 12, 2007
REVISION OF SECTION 107
TON -MILE TAX
Section 107 of the Standard Specifications is hereby revised for this project as follows:
In subsection 107.02, delete the third paragraph.
26
FHU Reference No. 04-143
4116/2008, 1:32:49 PM
October 25, 2007
January 17, 2008
1
REVISION OF SECTION 109
COMPENSATION FOR COMPENSABLE DELAYS
Section 109 of the Standard Specifications is hereby revised for this project as follows:
In subsection 109.10 delete the first paragraph and replace with the following:
109.10 Compensation for Compensable Delays. If the Engineer determines that a delay is
compensable in accordance with either subsection 105.21, 105.22, 105.23, or 108.07, monetary
compensation will be determined in accordance with this subsection.
Delete subsection 109.10(a) and replace with the following:
(a) These categories represent the only costs that are recoverable by the Contractor. All other costs or
categories of costs are not recoverable:
(1) Actual wages and benefits, including FICA, paid for additional non -salaried labor;
(2) Costs for additional bond, insurance and tax;
(3) Increased costs for materials;
(4) Equipment costs calculated in accordance with subsection 109.04(c) for Contractor owned
equipment and based on invoice costs for rented equipment;
(5) Costs of extended job site overhead,
(6) Salaried employees assigned to the project;
(7) Claims from subcontractors and suppliers at any level (the same level of detail as specified herein
is required for all such claims);
(8) An additional 16 percent will be added to the total of items (1) through (7) as compensation for
items for which no specific allowance is provided, including profit and home office overhead.
27
FHU Reference No. 04-143
4/1612008, 1.3249 PM
November 30, 2006
REVISION OF SECTION 109
FUEL COST ADJUSTMENT
Section 109 of the Standard Specifications is hereby revised for this project as follows:
Subsection 109.06 shall include the following:
(h) Fuel Cost Adjustments. Contract price adjustments will be made to reflect increases or
decreases in the prices of gasoline, diesel and other fuels from those in effect during the
month in which bids were received for the Contract. When bidding, the Contractor shall
specify on the Form 85 whether the price adjustment will apply to the Contract. After bids
are submitted, the Contractor will not be given any other opportunity to accept or reject this
adjustment. If the Contractor fails to indicate a choice on the Form 85, the price adjustment
will not apply to the Contract. If the fuel cost adjustment is accepted by the Contractor, the
adjustment will be made in accordance with the following criteria:
Price adjustments will be based on the fuel price index established by the Department
on the first working day of each month. The index will be the rate posted by the Oil Price
Information Service (OPTS) on the first working day of the month for Denver No. 2
Diesel. The rate used will be the OPTS Average taken from the OPTS Standard Rack
table for Ultra -Low Sulfur w/Lubricity Gross Prices (ULS column), expressed in dollars
per gallon and rounded to two decimal places.
2. Price adjustments will be paid on a monthly basis with the following conditions:
A. Payment will be based on the pay quantities on the monthly partial pay estimate for
the following pay items for which fuel factors have been established:
Item
203-Excavation (muck, unclassified), Embankment, 10.29 Gal/CY
206-Structure Excavation and Backfill [applies only to 0.29 Gal/CY
quantities paid for by separate bid item; no
adjustment will be made for pay items that include
structure excavation & backfill, such as RCP(CIP)1
307-Lime Treated
403-Hot Mix
Cement Concrete Pavement
28
FHU Reference No. 04-143
411MWO, 1:32,49 PM
0.12 Gal/SY
2.47 Gal/Ton
0.03 Gal/SY/Inch
B. A price adjustment will be made only when the current fuel price index varies by
more than 5 percent from the price index at the time of bid, and only for that portion
of the variance in excess of 5 percent. Price adjustments may be either positive or
negative dollar amounts.
C. No fuel price adjustments will be made for any partial estimate falling wholly after the
expiration of contract time. November 30, 2006
D. Adjustment formula:
EP greater than BP:
FA = (EP — 1.05 BP)(Q)(FF)
EP less than BP:
FA = (EP — 0.95 BP)(Q)(FF)
Where:
BP = Fuel price index for the month in which bids are opened
EP = Fuel price index for the month in which the partial estimate pay period
ends
FA = Adjustment for fuel costs in dollars
FF = Fuel usage factor for the pay item
Q = Pay quantity for the pay item on the monthly partial pay estimate
Note: When they pay item is based on area, and the rate of fuel use
varies with thickness, Q should be determined by multiplying the area by
the thickness. For example: for 1000 square yards of 8-inch concrete
pavement Q should be 8000.
E. No adjustment will be allowed for the quantity of any item that is left in place at no
pay.
The fuel cost adjustment will be the sum of the individual adjustments for each of the pay
items shown. No adjustment will be made for fuel costs on items other than those shown.
The factors shown are aggregate adjustments for all types of fuels used, including but not
limited to gasoline, diesel, propane, and burner fuel. No additional adjustments will be made
for any type of fuel.
Fuel cost adjustments resulting in an increased payment to the Contractor will be paid for
under the planned force account item: Fuel Cost Adjustment. Fuel cost adjustments
resulting in a decreased payment to the Contractor will be deducted from monies owed the
Contractor.
29
FHU Reference No. 04-143
4116/2008, 1 32,49 PM
August 1, 2005
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 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 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 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.
30
FHU Reference No. 04-143
4116/2008, 1:32:49 PM
October 25, 2007
REVISION OF SECTION 203
EMBANKMENT
Section 203 of the Standard Specifications is hereby revised for this project as follows
Subsection 203.03 (a) shall include the following:
Embankment imported onto the project will be tested for water soluble sulfates using CP-L 2103
Method B. The average of three consecutive tests shall show that the sulfate content is not
greater than that corresponding to the sulfate exposure level specified on the plans. No single
test shall have a sulfate content more than 20 percent greater than that corresponding to the
sulfate exposure level specified on the plans. A single failing test shall have the remaining
sample split into four equal portions. CDOT Region Lab shall receive one portion, the
Contractor shall receive one portion and the remaining two portions shall go to the CDOT
Central lab. The CDOT Region Lab, CDOT Central Lab and the Contractor's Lab shall retest
the sample. If the results from the three Labs are within 10 percent of each other, the results
will be averaged. The averaged result will be used for Contract compliance. If the results from
the Labs are not within 10 percent of each other, the remaining split sample will be sent to an
independent laboratory for testing using CP-L 2103. The independent laboratory will be
mutually agreed upon by the Department and the Contractor. The Independent Lab's test result
will be used for Contract compliance.
If the water soluble sulfate content is less than that corresponding to the sulfate exposure level
specified on the plans, CDOT will bear all costs associated with the independent lab test. If the
soluble sulfate content is greater than that corresponding to the sulfate exposure level specified
on the plans, all costs associated with independent lab testing shall be at the Contractor's
expense.
Embankment represented by failing tests shall be removed from the project and replaced at the
Contractor's expense.
31
FHU Reference No. 04-143
4116/2008, 1,3249 PM
October 25, 2007
REVISION OF SECTION 208
STORM DRAIN INLET PROTECTION
Section 208 of the Standard Specifications is hereby revised for this project as follows:
Subsection 208.01 shall include the following:
This work consists of the installation of storm drain inlet protection at locations as shown on the plans.
Subsection 208.02 shall include the following:
(m) Storm Drain Inlet Protection. Storm drain inlet protection shall consist of aggregate filled fabric with _
the following dimensions:
Diameter 4 in. 4 in.
Apron Insert I --- 30 in. or sized to grate
The inlet protection device shall consist of a woven geotextile fabric with the following properties:
Trapezoid Tear Strength
ASTM D 4533
1lbs.
125 minimum
Water Flow Rate
ASTM D 4491
gal./min./ft.
145
Storm drain inlet protection shall be capable of remaining in place during a storm event and have an
approximate weight of 7 to 10 pounds per linear foot of device. The device shall be capable of
conforming to the shape of the curb. Aggregate contained in the storm drain inlet device shall consist of
gravel or crushed stone conforming to Table 703-7 for Class C. _
Subsection 208.05 shall include the following:
(p) Storm Drain Inlet Protection. Prior to installation, the Contractor shall prepare the surface of the areas
in which the Storm Drain Inlet Protection devices are to be installed such that they are free of
materials greater than 2 inches in diameter and are suitably smooth for the installation of the Storm
Drain Inlet Protection, as approved. The ends of the inlet protection shall extend a minimum of 1 foot
past each end of the inlet.
Subsection 208.07 shall include the following:
Storm drain inlet protection will be measured by the linear foot of storm drain inlet protection device
installed and accepted.
32
FHU Reference No. 04-143
4116/2006, 1:32'49 PM
Subsection 208.08 shall include the following:
PART 1 - PAY ITEM PAY UNIT
Storm Drain Inlet Protection (Type_) Linear Foot
Payment will be full compensation for all work, materials and equipment required to complete the item,
including surface preparation, maintenance throughout the project, and removal upon completion of the
work.
Aggregate will not be measured and paid for separately, but shall be included in the work.
33
FHU Reference No. 04-143
4/16/2008, 1:32:49 PM
April 12, 2007
REVISION OF SECTION 212
SEEDING SEASONS
Section 212 of the Standard Specifications is herby revised for this project as follows:
In subsection 212.03 delete the seeding seasons table and replace it with the following:
34
FHU Reference No. 04-143
4/162006, 1,32:49 PM
Collins in determining whether a bidder is responsible, the following
shall be considered: (1) The ability, capacity and skill of the bidder to
perform the contract or provide the services required, (2) whether the
bidder can perform the contract or provide the service promptly and
within the time specified without delay or interference, (3) the
character, integrity, reputation, judgment, experience and efficiency of
the bidder, (4) the quality of the bidder's performance of previous
contracts or services, (5) the previous and existing compliance by the
bidder with laws and ordinances relating to the contract or service, (6)
the sufficiency of the financial resources and ability of the bidder to
perform the contract or provide the service, (7) the quality,
availability and adaptability of the materials and services to the
particular use required, (8) the ability of the bidder to provide future
maintenance and service for the use of the subject of the contract, and
(9) any other circumstances which will affect the bidder's performance of
the contract.
3.3. Each Bidder may be required to show that 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
familiarize himself with local conditions that may in any manner affect
cost, progress or performance of the Work, (c) familiarize 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 Physical 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.
Rev 10/20/07 Section 00100 Page 2
April 12, 2007
REVISION OF SECTIONS 601, 606, 608, 609, AND 618
CONCRETE FINISHING
Sections 601, 606, 608, 609, and 618 of the Standard Specifications are hereby revised for this project as
follows:
Subsection 601.12 (a) shall include the following:
Unless otherwise specified, hand finishing methods will be permitted only when performed under the
direct supervision of a Craftsman holding the following certificate: ACI Concrete Flatwork Finisher and
Technician (ACICFFT) or other Flatwork Finisher certification program approved by the Department. A
minimum of one certified Craftsman is required at each finishing operation. A minimum of one certified
Craftsman is required for each three or fewer finishers (non -certified ACICFFTs) at each operation.
Subsection 601.14(a) shall include the following:
The finishing of hardened concrete surfaces shall not require a certified Concrete Flatwork Finisher as
described in subsection 601.12(a).
Subsection 606.04(a), second paragraph, shall include the following:
When hand finishing is allowed, it shall be performed under the supervision of a certified Concrete
Flatwork Finisher in conformance with revised subsection 601.12(a).
Subsection 606.04(b), first paragraph, shall include the following:
All required hand finishing shall be performed under the supervision of a certified Concrete Flatwork
Finisher in conformance with revised subsection 601.12(a).
Subsection 608.03(d), first paragraph, shall include the following:
All required hand finishing shall be performed under the supervision of a certified Concrete Flatwork
Finisher in conformance with revised subsection 601.12(a).
Subsection 609.03 shall include the following:
All required hand finishing shall be performed under the supervision of a certified Concrete Flatwork
Finisher in conformance with revised subsection 601.12(a).
Subsection 618.11(f), first paragraph, shall include the following:
All required hand finishing shall be performed under the supervision of a certified Concrete Flatwork
Finisher in conformance with revised subsection 601.12(a).
35
FHU Reference No. 04-143
4116 M8, 1:32:49 PM
June 7. 2007
REVISION OF SECTIONS 106 AND 601
CONCRETE SAMPLING AND PUMPING
Sections 106 and 601 of the Standard Specifications are hereby revised for this project as
follows:
In subsection 106.03, delete the fifth paragraph and replace with the following:
Samples will be taken by the Department except that the Contractor shall take samples of
Portland Cement Concrete in accordance with CP 61; samples of asphalt cement, in _
accordance with AASHTO T 40; hot mix asphalt, in accordance with CP 41 and a composite of
aggregates for hot bituminous mixtures, in accordance with CP 30. The Engineer will determine
the sampling locations, and the samples shall be taken in the presence of the Engineer. The
Contractor may retain a split of each sample.
Delete subsection 601.08 and replace with the following:
601.08 Air Content Adjustment. When a batch of concrete delivered to the project does not
conform to the minimum specified air content, an air entraining admixture conforming to
subsection 711.02 may be added in accordance with subsection 601.17. After the admixture is
added, the concrete shall be re -mixed for a minimum of 20 revolutions of the mixer drum at
mixing speed. The concrete will then be re -tested by QC.
Subsection 601.12(d) shall include the following:
The Contractor shall not use pipes, chutes, troughs, spouts, or tremies that are fabricated of
aluminum materials for pumping, conveying, or placing concrete.
Subsection 601.12(g) shall include the following:
When concrete is placed by pumping, the pumping equipment shall be thoroughly cleaned prior
to concrete placement. Excess form release agent shall be removed from the hopper. The pump
shall be primed at the Contractor's expense by pumping and discarding enough concrete to —
produce a uniform mix exiting the pump. At least 0.25 cubic yard of concrete shall be pumped
and discarded to prime the pump. Water shall not be added directly into the concrete pump
hopper after placement has commenced. If water is added to the concrete pump hopper, all
concrete in the concrete pump hopper and the line shall be discarded and the pump re -primed
at the Contractor's expense.
The pump operator shall have a valid operator's certification from the American Concrete
Pumping Association. Boom pumps shall have a current Concrete Pump Manufacturers
Association's CPMA27-2000 certification. Equipment added to the pump shall meet the pump
manufacturer's specifications. The Contractor shall submit the specifications of the pumping
equipment and the qualifications of the operator to the Engineer for review at least two weeks
prior to pumping concrete. Equipment and operators rejected by the Engineer shall be replaced
at the Contractor's expense.
The pump shall be operated so that a continuous stream of concrete is produced. The pump
equipment shall use a minimum of one of the following to maintain concrete uniformity:
36
FHU Reference No. 04-143
411612008, 132'49 PM
(1) A 360 degree loop immediately prior to the delivery end of the pump line.
(2) A minimum one inch reducer installed at the entry to the delivery hose.
(3) A minimum one inch reducing delivery hose.
(4) A cable attached to the pump boom creating a minimum 90 degree bend in the steel
braded flexible hose. The point of discharge from the flexible hose at the end of the
boom shall be at or above the lowest point of the bend.
(5) On horizontal pours a 10-foot minimum horizontal delivery system placed on the deck.
(6) Other approved methods.June 7, 2007
37
FHU Reference No. 04-143
4/16/2W8, 1:32.49 PM
2
REVISION OF SECTIONS 106 AND 601
CONCRETE SAMPLING AND PUMPING _
Metal pump lines or couplings shall not rest directly on epoxy coated reinforcing steel.
The point of discharge of the pump shall be as close to the bridge deck elevation as possible.
Subsection 601.17 shall include the following: _
The Contractor shall sample 601 pay items for both QC and QA in accordance with CP 61. The
Engineer will witness the sampling and take possession of the QA samples at a mutually agreed
upon location.
Delete subsection 601.17(a) and replace with the following:
(a) Air Content. The first three batches at the beginning of production shall be tested by QC
and QA for air content. When air content is below the specified limit, it may be adjusted in
accordance with subsection 601.08. Successive batches shall be tested by QC and
witnessed by the Engineer until three consecutive batches are within specified limits. After
the first three batches, CDOT will follow the random minimum testing schedule. Air content
shall not be adjusted after a QA test.
At any time during the placement of the concrete, when a QA test on a batch deviates from
the minimum or maximum percent of total air content specified, the following procedure will _
be used to analyze the acceptability of the concrete.
A batch that deviates from the specified air content by more than 1 percent and all
Class D, DT, HT and H concrete placed in bridge decks with air content exceeding 8
percent will be rejected. Portions of loads incorporated into structures prior to
determining test results which indicate rejection as the correct course of action shall be
subject to acceptance at reduced price, no payment, or removal as determined by the
Engineer.
2. A batch that deviates from the specified air content by 1 percent or less may be
accepted at a reduced price using Table 601-3.
38
FHU Reference No. 04-143
4116Q2 , 1:32:49 PM
r
November 30, 2006
REVISION OF SECTION 601
FORMS AND FAISEWORK
Section 601 of the Standard Specifications is hereby revised for this project as follows
Subsection 601.09 (b) shall include the following:
Forms for the placement of deck concrete or other concrete work associated with structural
steel girders shall be constructed so that any concentrated loads applied to girder webs shall be
within 6 inches of a flange or stiffener. Where loads are applied to steel girder webs, they shall
be applied in a manner that will not produce distortion to the web.
For structural steel girders, temporary struts and ties shall be provided as necessary to resist
lateral loads applied to the girder flanges and to prevent appreciable relative movement
between the edge of deck form and the adjacent steel girder.
In subsection 601.11 (a), delete the first three paragraphs and replace with the following:
(a) General. The Contractor shall be responsible for designing and constructing falsework
The Contractor's Engineer shall determine whether falsework is necessary. When the
Contractor's Engineer determines falsework is unnecessary, the Contractor shall submit a
written statement signed by the Contractor's Engineer so stating. All falsework drawings,
including revisions, shall be prepared by the Contractor's Engineer, shall meet the
requirements of subsection 601.11, and shall be provided by the Contractor to the Engineer
for record purposes only. The drawings shall be signed and sealed by the Contractor's
Engineer. These drawings shall be stamped "Approved for Construction" and signed by the
Contractor prior to providing them to the Engineer. The drawings will not be approved by the
Engineer.
In subsection 601.11 (d), delete the second and third paragraphs and replace with the following:
Falsework and formwork for the placement of deck concrete or other concrete work associated
with structural steel girders shall be constructed so that any concentrated loads applied to girder
webs shall be within 6 inches of a flange or stiffener. Where loads are applied to steel girder
webs, they shall be applied in a manner that will not produce distortion to the web.
For structural steel girders, temporary struts and ties shall be provided as necessary to resist
lateral loads applied to the girders and to prevent movement between adjacent steel girders.
Where the deck overhang exceeds 1/3 of the distance between steel girders, bracing shall be
provided to prevent rotation of the exterior girder due to the weight of the overhang falsework
and formwork and concrete placement operations. Struts and ties shall also be provided
between interior steel girders to prevent movement between girders. Falsework drawings for
bracing, struts, and ties shall be submitted and conform to the requirements of subsection
601.11(a).
39
FHU Reference No. 04-143
4118 W8, 1'.32:49 PM
January 17, 2008
REVISION OF SECTIONS 601 AND 701
STRUCTURAL CONCRETE
Sections 601 and 701 of the Standard Specifications are hereby revised for this project as
follows:
Delete subsection 601.02 and replace with the following:
601.02 Classification. The classes of concrete shown in Table 601-1 shall be used when
specified in the Contract.
Table 601-1
CONCRETE TABLE
Class B concrete is an air entrained concrete for general use. Class D, H or P concrete may be —
substituted for Class B concrete. Additional requirements are: The coarse aggregate shall
have a nominal maximum size of 1'/z inches or smaller. Approved fly ash may be substituted for
portland cement up to a maximum of 20 percent Class C or 30 percent Class F by weight of
total cementitious.
40
FHU Reference No. 04-143
4116/2008, 1:32:49 PM
Class BZ concrete is concrete for drilled piers. Additional requirements are: Entrained air is
not required unless specified in the Contract. High range water reducers may be added to
obtain desired slump and retardation. Slump shall be a minimum of 5 inches and a maximum of
8 inches. The concrete mix shall be made with AASHTO M 43 size No. 67, No. 7 or No. 8
coarse aggregate. Approved fly ash may be substituted for portland cement up to a maximum of
20 percent Class C or 30 percent Class F by weight of total cementitious.
Class D concrete is a dense medium strength structural concrete. Class H may be substituted
for Class D concrete. Additional requirements are: An approved water reducing admixture shall
be incorporated in the mix. The concrete mix shall be made with AASHTO M 43 sizes No. 57,
No. 6 or No. 67 coarse aggregate. When placed in a bridge deck, the concrete mix shall consist
of a minimum 55 percent AASHTO M 43 size No. 67 coarse aggregate by weight of total
aggregate. Approved fly ash may be substituted for portland cement up to a maximum of 20
percent Class C or 30 percent Class F by weight of total cementitious.
Class DT concrete may be used for deck resurfacing and repairs. Class HT may be substituted
for Class DT concrete. Additional requirements are: An approved water reducing admixture
shall be incorporated in the mix. The concrete mix shall consist of a minimum 50 percent
AASHTO M 43 size No. 7 or No. 8 coarse aggregate by weight of total aggregate. Approved fly
ash may be substituted for portland cement up to a maximum of 20 percent Class C or 30
percent Class F by weight of total cementitious.
Class E concrete may be used for fast track pavements needing early strength in order to open
a pavement to service soon after placement. Additional requirements are: Type III cement may
be used The concrete mix shall consist of a minimum 55 percent AASHTO M 43 size No. 357
or No. 467 coarse aggregate by weight of total aggregate. If all transverse joints are doweled,
the concrete mix shall consist of a minimum 55 percent AASHTO M 43 sizes No. 57, No. 6, No.
67, No. 357, or No. 467 coarse aggregate by weight of total aggregate. The laboratory trial mix
must produce an average 28 day flexural strength of a minimum 650 psi. Class E concrete
shall contain a minimum 10 percent to a maximum of 20 percent Class C, or a minimum 10
percent to a maximum 30 percent Class F fly ash by weight of total cementitious.
Class H concrete is used for bare concrete bridge decks that will not receive a waterproofing
membrane. Additional requirements are: An approved water reducing admixture shall be
incorporated in the mix. The concrete mix shall consist of a minimum of 55 percent AASHTO M
43 size No. 67 coarse aggregate by weight of total aggregate. Class H concrete shall contain
cementitious materials in the following ranges: 450 to 500 pounds per cubic yard Type II
portland cement, 90 to 125 pounds per cubic yard fly ash and 20 to 30 pounds per cubic yard
silica fume. The total content of Type II portland cement, fly ash and silica fume shall be 580 to
640 pounds per cubic yard. The laboratory trial mix must not exceed permeability of 2000
coulombs at 56 days (ASTM C 1202) and must not exhibit a crack at or before 14 days in the
cracking tendency test (AASHTO PP 34).
Class HT concrete is used as the top layer for bare concrete bridge decks that will not receive a
waterproofing membrane. Additional requirements are: An approved water reducing admixture
41
FHU Reference No. 04-143
4/16/20 , 1'.32:49 PM
shall be incorporated in the mix. The concrete mix shall consist of a minimum of 50 percent
AASHTO M 43 size No. 7 or No. 8 coarse aggregate by weight of total aggregate. Class HT _
concrete shall contain cementitious materials in the following ranges: 450 to 500 pounds per
cubic yard Type II portland cement, 90 to 125 pounds per cubic yard fly ash and 20 to 30
pounds per cubic yard silica fume. The total content of Type II portland cement, fly ash and _
silica fume shall be 580 to 640 pounds per cubic yard. The laboratory trial mix must not exceed
permeability of 2000 coulombs at 56 days (ASTM C 1202) and must not exhibit a crack at or
before 14 days in the cracking tendency test (AASHTO PP 34). _
Class P concrete is used in pavements. Additional requirements are: The concrete mix shall
consist of a minimum 55 percent AASHTO M 43 size No. 357 or No. 467 coarse aggregate by _
weight of total aggregate. If all transverse joints are doweled, the concrete mix shall consist of a
minimum 55 percent AASHTO M 43 sizes No. 57, No. 6, No. 67, No. 357, or No. 467 coarse
aggregate by weight of total aggregate. The laboratory trial mix must produce an average 28 _
day flexural strength of a minimum 650 psi. Class P concrete shall contain a minimum 10
percent to a maximum of 20 percent Class C, or a minimum 10 percent to a maximum 30
percent Class F fly ash by weight of total cementitious. Unless acceptance is based on flexural —
strength, the total weight of cementitious shall not be less than 660 pounds per cubic yard. If
acceptance is based on flexural strength, the total weight of cementitious shall not be less than
520 pounds per cubic yard.
Class S35 concrete is a dense high strength structural concrete. Additional requirements are:
An approved water reducing admixture shall be incorporated in the mix. The concrete mix shall
be made with AASHTO M 43 sizes No. 57, No. 6, No. 67, No. 7 or No. 8 coarse aggregate.
When placed in a bridge deck, the concrete mix shall consist of a minimum 55 percent AASHTO
M 43 size No. 67 coarse aggregate by weight of total aggregate. Approved fly ash may be
substituted for portland cement up to a maximum of 20 percent Class C or 30 percent Class F
by weight of total cementitious.
Class S40 concrete is a dense high strength structural concrete. Additional requirements are:
An approved water reducing admixture shall be incorporated in the mix. The concrete mix shall
be made with AASHTO M 43 sizes No. 57, No. 6, No. 67, No. 7 or No. 8 coarse aggregate.
When placed in a bridge deck, the concrete mix shall consist of a minimum 55 percent AASHTO
M 43 size No. 67 coarse aggregate. Approved fly ash may be substituted for portland cement
up to a maximum of 20 percent Class C or 30 percent Class F by weight of total cementitious.
Class S50 concrete is a dense high strength structural concrete. Additional requirements are:
An approved water reducing admixture shall be incorporated in the mix. The concrete mix shall
be made with AASHTO M 43 sizes No. 57, No. 6, No. 67, No. 7 or No. 8 coarse aggregate.
When placed in a bridge deck, the concrete mix shall consist of a minimum 55 percent AASHTO _
M 43 size No. 67 coarse aggregate by weight of total aggregate. Approved fly ash may be
substituted for portland cement up to a maximum of 20 percent Class C or 30 percent Class F
by weight of total cementitious. The laboratory trial mix must not exhibit a crack at or before 14
days in the cracking tendency test (AASHTO PP 34).
Subsection 601.03 shall include the following:
42
FHU Reference No. 04-143
4/16/2006, 1.32'49 PM
Where blended hydraulic cement is used the substitution of fly ash for the blended hydraulic
cement is not allowed.
Subsection 601.04 shall include the following:
601.04 Sulfate Resistance. The Contractor shall provide protection against sulfate attack on
concrete structures by providing concrete structures manufactured with requirements according
to Table 601-4. The exposure Class will be stated on the plans. A higher level of requirements
may be used for a lower level of exposure.
If the Contractor can provide a test report that shows another class of exposure exists at a
structure location, then the Engineer may accept a concrete mix for that location that meets the
corresponding sulfate protection requirements in addition to other requirements shown in this
section.
Table 601-4
REQUIREMENTS TO PROTECT AGAINST DAMAGE TO
CONCRETE BY SULFATE ATTACK FROM EXTERNAL SOURCES OF SULFATE
Severity
Water-soluble
Cementitious
of
sulfate (SO4),
Sulfate (SO4) in
Water cementitious
material
potential
percent, dry
water, ppm
ratio, maximum
requirements
ex osure
soil
Class 1
0.11 to 0.20
151 to 1500
0.45
Class 1
MMMEMM
I
Class 3
2.01 or greater
10,001 or rester
0.40
Class 3
Cementitious material requirements are as follows:
Class 0 requirements shall be one of the following:
(1) ASTM C 150 Type I, II or V
(2) ASTM C 595 Type IP
(3) ASTM C 1157 Type GU
(4) ASTM C 150 Type III cement if it is allowed, as in Class E concrete
Class 1 requirements for sulfate resistance shall be one of the following:
(1) ASTM C 150 Type II or V; Class C fly ash shall not be allowed in the concrete mix
(2) ASTM C 595 Type IP(MS)
(3) ASTM C 1157 Type MS
(4) When ASTM C 150 Type III cement is allowed, as in Class E concrete, it shall have no
more than 8 percent C3A. Class C fly ash shall not be allowed in the concrete mix
Class 2 requirements for sulfate resistance shall be one of the following:
(1) ASTM C 150 Type V with a minimum of a 20 percent substitution of Class F fly ash by
weight
(2) ASTM C 150 Type II or III with no more than 0.040 percent expansion at 14 days when
tested in accordance with ASTM C 452 with a minimum of a 20 percent substitution of Class
F fly ash by weight
(3) ASTM C 1157 Type HS
43
FHU Reference No. 04-143
411WOOB, 1'.32.49 PM
(4) A blend of portland cement meeting ASTM C 150 Type II or III with a minimum of 20 percent
Class F fly ash by weight, where the blend has less than 0.05 percent expansion at 6
months or 0.10 percent expansion at 12 months when tested according to ASTM C 1012. -
Class 3 requirements for sulfate resistance shall be one of the following:
(1) A blend of portland cement meeting ASTM C 150 Type II, III, or V with a minimum of a 20
percent substitution of Class F fly ash by weight , where the blend has less than 0.10
percent expansion at 18 months when tested according to ASTM C 1012.
(2) ASTM C 1157 Type HS having less than 0.10 percent expansion at 18 months when tested —
according to ASTM C 1012.
When fly ash is used to enhance sulfate resistance, it shall be used in a proportion greater than
or equal to the proportion tested in accordance to ASTM C1012 and it shall have a calcium
oxide content no more than 2.0 percent greater than the fly ash tested according to ASTM 1012.
Delete subsection 601.05 and replace with the following:
601.05 Proportioning. The Contractor shall submit a Concrete Mix Design 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 will be reviewed and approved following the procedures of CP 62. The Concrete
Mix Design will not be approved when the laboratory trial mix data are the results from tests
performed more than two years in the past or aggregate data are the results from tests
performed more than two years in the past. The concrete mix design shall show the weights
and sources of all ingredients including cement, pozzolan, aggregates, water, additives and the
water cementitious ratio (w/c). When determining the w/c, cementitous (c) shall be the sum of
the weight of the cement, the weight of the fly ash and the weight of silica fume. _.
The laboratory trial mix data shall include results of the following
(1) AASHTO T 119 (ASTM C 143) Slump of Hydraulic Cement Concrete.
(2) AASHTO T 121 (ASTM C 138) Weight per Cubic Foot, Yield, and Air Content
(Gravimetric) of Concrete. _
(3) AASHTO T 152 (ASTM C 231) Air Content of Freshly Mixed Concrete by the Pressure
Method
(4) ASTM C 39 Compressive Strength of Cylindrical Concrete Specimens shall be performed
with at least two specimens at 7 days and three specimens at 28 days. Three additional
specimens tested at 56 days shall be required for Class H and HT concrete.
(5) Class H and HT concrete shall include a measurement of permeability by ASTM C 1202
Electrical Indication of Concrete's Ability to Resist Chloride Ion Penetration. The concrete
test specimens shall be two 2 inch thick disks sawed from the centers of two molded 4
inch diameter cylinders cured 56 days in accordance with ASTM C 192 Standard Practice
for Making and Curing Concrete Test Specimens in the Laboratory.
(6) Class H, HT and S50 concrete shall include a measurement of cracking by AASHTO PP
34 Standard Practice for Estimating the Cracking Tendency of Concrete. The ring shall
be cured in an indoor room with the temperature maintained 65 to 75 IF and relative
humidity not exceeding 40 percent.
(7) Class E and P concrete shall include AASHTO T 97 (ASTM C 78) Flexural Strength of
44
FHU Reference No. 04-143
4/1WWO, 132'.49 PM ...
5.0 INTERPRETATIONS AND ADDENDA.
5.1. All questions about the meaning or intent of the Bidding Documents are to
be submitted in writing to the 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 LIQUIDATED DAMAGES.
Provisions for liquidated damages are set forth in the Agreement.
Rev 10/20/07 Section 00100 Page 3 ..
Concrete (Using Simple Beam with Third -Point Loading) performed with at least two
specimens at seven days and four specimens at 28 days.
Prior to placement of Class E concrete, the Contractor shall provide the Engineer a report of
maturity relationships in accordance with CP 69. The Contractor shall provide maturity meter
and all necessary wire and connectors. The Contractor shall be responsible for the placement
and maintenance of the maturity meter and wire. Placement shall be as directed by the
Engineer.
Except for class BZ concrete, the maximum slump of the delivered concrete shall be the slump of the
approved concrete mix design plus 1 Y: inch. Except for class H and HT concrete, the laboratory trial mix
must produce an average 28 day compressive strength at least 115 percent of the required 28 day field
compressive strength. The laboratory trial mix for Class H or HT concrete must produce an average 56
day compressive strength at least 115 percent of the required 56 day field compressive strength.
The laboratory trial mix shall have a relative yield of 0.99 to 1.02. When Portland Cement
Concrete Pavement is paid with a volumetric pay quantity, the relative yield of the concrete
produced on the project shall be 0.99 to 1.02.
If the relative yield of the produced concrete does not conform to this range for two consecutive
yield determinations, concrete production shall cease and the Contractor shall present a plan to
correct the relative yield to the Engineer.
Aggregate data shall include the results of the following:
(1) AASHTO T 11 (ASTM C 117) Materials Finer Than 75 um (No. 200) Sieve in Mineral
Aggregates by Washing.
(2) AASHTO T 19 (ASTM C 29) Unit Weight and Voids in Aggregate.
(3) AASHTO T 21 (ASTM C 40) Organic Impurities in Fine Aggregate for Concrete.
(4) AASHTO T 27 (ASTM C 136) Sieve Analysis of Fine and Coarse Aggregates.
(5) AASHTO T 84 (ASTM C 128) Specific Gravity and Absorption of Fine Aggregate.
(6) AASHTO T 85 (ASTM C 127) Specific Gravity and Absorption of Coarse Aggregate.
(7) AASHTO T 96 (ASTM C 131) Resistance to Degradation of Small -Size Coarse Aggregate
by Abrasion and Impact in the Los Angeles Machine.
(8) AASHTO T 104 (ASTM C ea) Soundness of Aggregate by Use of Sodium Sulfate or Magnesium
Sulfate.
(9) AASHTO T 176 (ASTM D 2419) Plastic Fines in Graded Aggregates and Soils by use of
the Sand Equivalent Test
(10) ASTM C 535 Resistance to Degradation of Large -Size Coarse Aggregate by Abrasion and
Impact in the Los Angeles Machine
(11) CP-L 4201 Determining the Potential Alkali Reactivity of Aggregates (Accelerated Mortar -Bar
Method). When an aggregate source is known to be reactive, CP-L 4202 results may be submitted
in lieu of CP-L 4201 results.
Any aggregate tested by CP-L 4201 with an expansion of 0.10 percent or more, or that is known to be
reactive, shall not be used unless mitigative measures are included in the mix design. Mitigative
measures shall be tested using CP-L 4202 and exhibit an expansion less than 0.10 percent by one of the
45
FHU Reference No. 04-143
4116120 132,49 PM
following methods:
(1) Combined Aggregates. The mix design sources of aggregates, cement and mitigative measures
shall be tested. The proportions of aggregates and mitigative measures shall be those used in the
mix design.
(2) Individual Aggregates. Each source and size of individual aggregates shall be tested. The source
of cement and mitigative measures shall be those used in the mix design. The highest level of
mitigative measures for any individual aggregate shall be the minimum used in the mix design.
The Concrete Mix Design Report shall include Certified Test Reports showing that the cement,
fly ash and silica fume admixture meet the specification requirements and supporting this
statement with actual test results. The certification for silica fume shall state the solids content if
the silica fume admixture is furnished as slurry.
Where the Contractor's use of fly ash results in any delay, necessary changes in admixture
quantities or source, or unsatisfactory work, the cost of such delays, changes or corrective
actions shall be borne 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, silica fume or aggregate. When a
change occurs in the source of approved admixtures, the Contractor shall submit a letter stamped by the
Concrete Mix Design Engineer approving the changes to the existing mix design. The change will be
approved by the Engineer prior to use. _
The use of approved accelerating, retarding or hydration stabilizing admixtures to existing mix designs will be
permitted at the discretion of the Engineer when documentation includes the following:
(1) Manufacturers recommended dosage of the admixture
(2) A letter stamped by the Concrete Mix Design Engineer approving the changes to the existing mix —
design.
Unless otherwise permitted by the Engineer, the product of only one type of portland cement from one source
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 601.12 0), third paragraph, shall include the following:
When concrete is to be placed on or adjacent to hardened concrete surfaces, the surface shall
be saturated surface dry. Saturated surface dry concrete has no water on its surface. The
pores of the concrete beneath the surface are moist.
Delete subsection 701.01 and replace with the following:
46
FHU Reference No. 04-143
411620 , 1'.32:49 PM
701.01 Hydraulic Cement. Hydraulic cement shall conform to the requirements of the
following specifications for the type specified or permitted:
Portland Cement ASTM C 150
Blended Hydraulic Cement ASTM C 595
Hydraulic Cement ASTM C 1157
In addition to the standard chemical requirements for portland cement in ASTM C 150, the
maximum percent of equivalent alkalis (Na2O + 0.658 KZO) shall not exceed 0.90 percent.
All concrete, including precast, prestressed and pipe shall be constructed with one of the
following hydraulic cements unless permitted otherwise.
ASTM C 150 Type I
ASTM C 150 Type II
ASTM C 150 Type V
ASTM C 595 Type IP consisting of no less than 70 percent portland cement,
ASTM C 595 Type IP(MS) consisting of no less than 70 percent portland cement,
ASTM C 1157 Type GU,
ASTM C 1157 Type MS
ASTM C 1157 Type HS consisting of no less than 20 percent Class F fly ash by weight
Cement shall be from a preapproved source listed on the Department's Approved Products List.
The cement intended for use on the project shall have been tested and accepted prior to its use.
Certified Test Reports showing that the cement meets the specification requirements and
supporting this statement with actual test results shall be submitted to the Engineer prior to the
tested material being incorporated into the project.
The cement shall be subject to sampling and testing by the Department. Test results that do not
meet the physical and chemical requirements may result in the suspension of the use of the
cement until the corrections necessary have been taken to insure that the material meets the
specifications.
The Contractor shall provide suitable means for storing and protecting the cement against
dampness. Cement which, for an reason, has become partially set or which contains lumps of
caked cement shall not be used.
Cement salvaged from discarded or used bags shall not be used.
47
FHU Reference No. 04-143
4/1612008, 1.3249 PM
Colorado Procedure 62-09
STANDARD PRACTICE FOR —
Contractor Concrete Mix Design Approval Procedure
1. SCOPE
1.1 This practice describes the procedures for concrete mix design approval
2. PRE -APPROVAL OF CONCRETE MIX DESIGNS
2.1 This process will place a Concrete Suppliers concrete mix on CDOT's Approved
Products List (APL). The APL is located at http://www.dot.state.co.us/App APU
2.1.1 Only standard mix designs will be placed on CDOT's APL. Project specific mix designs
such as Class D(special) and Class E will not be added to CDOT's APL. Concrete mix design —
approval will follow the Procedures listed in Section 5.
2.2 Concrete mix designs shall be performed in conformance with Colorado, AASHTO & —
ASTM procedures.
2.3 The Concrete Supplier submits to the CDOT Central Materials Laboratory's Concrete & —
Physical Properties (CPP) Unit two copies of the concrete mix design, which contain all the
information detailed in Section 5 a minimum of two months prior to anticipated concrete
placement date.
2.3.1 All mix designs shall be sealed, using a crimp type device, by a registered Professional
Engineer in the State of Colorado pursuant to Section 12-25-102(10) of the Colorado Revised
Statutes.
2.3.2 The CPP Unit may verify any or all properties of the concrete mix design or individual
component properties prior to mix design approval. The CPP Unit will notify the Concrete
Supplier that a mix design will be verified. The Concrete Supplier will sample and submit the
components to the CPP Unit.
2.3.3 If requested, all worksheets and other supporting information shall be submitted to the
CPP Unit for their review prior to mix design approval.
2.4 If all tests conform to the specifications, a Concrete Mix Design Report (CDOT Form
#1373) will be created & sent to the Concrete Supplier.
2.5 The approved mix design will be placed on CDOT's APL
2.5.1 A concrete mix placed on the APL is not guaranteed to be approved for use on a Project
48
FHU Reference No. 04-143 _
4118 W8, 1:32:49 PM
3. APPROVAL OF CONCRETE MIX DESIGNS SUBMITTED TO A PROJECT
3.1 This process will be used for Project specific concrete mix designs or concrete mix
designs that are not on CDOT's APL.
3.2 Concrete mix designs shall be performed in conformance with Colorado, AASHTO &
ASTM procedures.
3.3 The Contractor submits to the Project Engineer two copies of the concrete mix design,
which contains all the information detailed in Section 5 a minimum of three weeks prior to
anticipated concrete placement date. The Project Engineer will submit the Contractor's
concrete mix design to the CPP Unit or Region Materials Engineer (RME) for review and
approval along with CDOT Form #1188 and a copy of the Project's Index of Special Provisions.
3.3.1 All mix designs shall be sealed, using a crimp type device, by a registered Professional
Engineer in the State of Colorado pursuant to Section 12-25-102(10) of the Colorado Revised
Statutes.
3.3.2 The CPP Unit or RME may verify any or all properties of the concrete mix design or
individual component properties prior to mix design approval. The CPP Unit or RME will notify
the Contactor that a mix design will be verified. The Contractor shall sample and submit the
components to the CPP Unit or RME..
3.3.3 If requested, all worksheets and other supporting information shall be submitted to the
CPP Unit or RME for their review prior to mix design approval.
3.4 If all tests conform to the specifications, a Concrete Mix Design Report (CDOT Form
#1373) will be issued for the project.
3.4.1 A CDOT Form #1373 is only valid for the Project which it was issued to. If a concrete
mix design is to be used on multiple Projects, the mix design, CDOT Form #1188 and a copy of
the Project's Index of Special Provisions must be submitted for each Project.
3.5 When a standard mix design is approved by the CPP Unit the mix design will be placed
on CDOT's Approved Products List and a CDOT Form 1373 will be sent to the Concrete
Supplier.
3.6 When approved by the RME, the mix design will be forwarded to the CPP Unit for
review.
4. USE OF PRE -APPROVED CONCRETE MIX DESIGNS ON PROJECTS
4.1 This process will be used when a Contractor wants to use a pre -approved concrete mix
design listed on CDOT's APL on a Project
4.2 The Contractor shall submit to the Project Engineer a letter stating his intent to use a
pre -approved concrete mix design. The letter shall state at a minimum, the Concrete Supplier,
the supplier's mix design number and CDOT's Concrete Mix Design Report (CDOT Form
#1373) number a minimum of one week prior to the anticipated concrete placement date.
49
FHU Reference No. 04-143
4116 WS, 1:32:49 PM
4.3 The Project Engineer will submit the Contractor's letter to the CPP Unit or RME for
review and approval along with CDOT Form #1188 and a copy of the Project's Index of Special
Provisions.
4.4 If a pre -approved concrete mix design conforms to the Project's specifications, a —
Concrete Mix Design Report (CDOT Form #1373) will be issued for the project.
4.4.1 A CDOT Form #1373 is only valid for the Project which it was issued to. —
5. CONCRETE MIX DESIGN REQUIREMENTS
5.1 Labs and personnel providing mix designs shall comply with the requirements listed in
CID 10.
5.2 A concrete mix design shall contain the following information:
5.2.1 Cover Letter — A cover letter including the following:
• Laboratory name & address
• Concrete supplier's name & address —
• Concrete supplier's mix design number
• CDOT concrete class
• Date of trial batch testing —
• Source of all mix design components
• Statement of Conformity to CDOT Specifications
• Sealed & signed by a Professional Engineer registered in the State of Colorado —
5.2.2 Mix Design Sheet —A mix design sheet identifying the following:
• Name of testing laboratory
• Concrete supplier's name & address
• Concrete supplier's mix design number —
• Components of the mix design:
o Aggregates — Source, grading & pit name
o Cement — Source, type & plant
o Pozzolan — Source, class & plant
o Silica Fume — Source & plant
o Admixtures — Source & type
o Water — Source. —
• Mix design proportions and trial mix data in accordance with Standard Specification
Section 601.05
• Sealed & signed by a Professional Engineer registered in the State of Colorado —
5.2.3 Appendix — An appendix shall include all supporting data and documentation required in
Section 601.05. This shall include but is not limited to aggregate data and certified test reports.
Any test report or supporting documentation that is used in this report from sources not covered
by the Engineer of Record shall be stamped & signed by a Professional Engineer registered in
the State of Colorado in charge for that work.
50
FHU Reference No. 04-143
4118/2008, 1:32'.49 PM
5.3 When the source of an admixture changes on a pre -approved mix design, the Concrete
Supplier shall submit a letter stamped by the Concrete Mix Design Engineer approving the
changes to the existing mix design to the CPP Unit. The letter shall list all mix design that will
be affected by the change. If the change is approved by the CPP Unit, the affected mix designs
on the APL will be changed to reflect the new admixture source.
6. RECORD
6.1 The RME or CPP Unit will issue a CDOT Form #1373 to the Project Engineer. See
Chapter 600 of the CDOT Field Materials Manual for an example.
6.2 The Project Engineer will supply the Contractor the CDOT Form #1373 mix design
number.
7. REMOVAL OF A MIX DESIGN FROM THE APL
7.1 The CPP Unit may elect to test any or all components of a mix design on the APL.
7.2 The CPP Unit will request that a Project samples the mix design constituents from the
batch plant. The sample will be sent to the CPP Unit for testing.
7.3 When a material does not meet CDOT mix design specifications, the Concrete Supplier
will be notified.
7.3.1 The material will be resampled by the Project & sent to the CPP Unit for retesting.
7.3.2 Upon a second failure, any mix design using the material will be removed from the APL.
7.3.3 The CPP Unit will send notice to the Region Materials Engineers that a mix design(s)
has been removed form the APL & any Projects using the mix design(s) should discontinue its
use.
51
FHU Reference No. 04-143
4I162W8, 1'.32.49 PM
September 2, 2005
REVISION OF SECTIONS 614 AND 630 —
RETROREFLECTIVE SIGN SHEETING
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 as defined in the CDOT Retroreflective Sheeting
Materials Guide, and shall conform to subsections 713.04 and 713.06 when applicable.
In subsection 614.04, delete the second paragraph and replace with the following:
Retroreflective sheeting for all signs requiring a yellow background shall be Type Fluorescent.
In subsection 630.02, delete the third and fourth paragraphs, including Table 630-1, and replace
with the following:
Retroreflective sign sheeting types shall be as defined in the CDOT Retroreflective Sheeting
Materials Guide.
Retroreflective sheeting shall be one of the types specified for the particular application in Table
630-1.
Retroreflective sheeting for all signs requiring an orange or yellow background shall be Type
Fluorescent. _
Table 630-1
Retroreflective Sheeting Types
Sheeting Type III Type Fluorescent
Aoolication Work Zone Work Zone
♦3
Paddle
Non -orange Fixed Support I X
signs with prefix "W
STOP sign (R1-1)
YIELD sign (R1-2)
WRONG WAY sign (R5-1a) X
DO NOT ENTER sign (R5-1)
EXIT sian (E5-1a)
All other fixed support signs- I X
52
FHU Reference No. 04-143
4M62008, 1:32 49 PM
I Fluorescent Sheeting shall be of a brand that is on the CDOT 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 in accordance with Standard Plan S-630-1.
53
FHU Reference No. 04-143
4/1&QW8, 1:3249 PM
April 7, 2006
REVISION OF SECTION 614
TUBULAR STEEL SIGN SUPPORT
Section 614 of the Standard Specifications is hereby revised for this project as follows:
Subsection 614.01 shall include the following:
This work includes the installation of single or double tubular steel sign posts, supporting tubular
sockets, and concrete footings at locations as shown on the plans.
Subsection 614.02 shall include the following: _
Tubular sockets shall be round 12 gauge galvanized steel that meet the requirements of ASTM
787.
Concrete footing shall be made of Class B Concrete. The Contractor may use an alternate
material that meets the requirements for Class B concrete in Section 601, as approved by the
Engineer.
Subsection 614.09, last paragraph, shall include the following:
(4) Tubular Steel Sign Supports. Tubular steel sign post, slipbase or socket and wedge,
footing, and mounting clamps shall be installed in accordance with Standard Plan S-614-
8 and manufacturer's recommendations. The Contractor shall make all arrangements to _
have a manufacturer -trained installer of the manufacturer's products on -site during the
construction of the entire assembly and associated signs to ensure proper installation.
Prior to the placement of the posts, the Contractor shall submit to the Engineer, written _
documentation of the installer's qualifications and training in the construction of tubular
steel sign supports. Upon completion of installation, the Contractor shall obtain and
submit documentation from the trained installer that the installation of the sign posts was
in accordance with manufacturer's recommendations.
Subsection 614.13 shall include the following:
Steel Sign Support (Post) will be measured by the actual number of linear feet of posts (not to
include length of T-brackets or U-brackets) that are installed and accepted. T-brackets, U-
brackets, wedges and mounting clamps that are required to complete the assembly as shown
on the plans will not be measured and paid for separately, but shall be included in the work.
Steel Sign Support (Socket) will be measured by the actual number of sockets that are installed _
and accepted. Concrete footing will not be measured and paid for separately, but shall be
included in the work.
When called for on the plans, sign posts, sockets and footings, wedges and mounting clamps
will be regarded as a single assembly, and will be measured by the actual number of Steel Sign
Support (Post and Socket) that are installed and accepted. ^
Steel Sign Support (Slipbase) will be measured by the actual number that are installed and
accepted. Concrete footing will not be measured and paid for separately, but shall be included
in the work. '-
54
FHU Reference No. 04-143
4119 W8.1'. 3249 PM
9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT
The Contract, if awarded, will be on the basis of material and equipment
described on the Drawings or specified in the Specifications 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.
Rev 10/20/07 Section 00100 Page 4
When called for in the plans, sign posts, slipbases and footing will be regarded as a single
assembly, and will be measured by the actual number of Steel Sign Supports (Post and
Slipbase) that are installed and accepted. April 7, 2006
2-
REVISION OF SECTION 614
TUBULAR STEEL SIGN SUPPORT
Subsection 614.14 shall include the following
Payment will be made under:
Pay Item Pay Unit
Steel Sign Support (2-Inch Round) (Post) Linear Foot
Steel Sign Support (2-Inch Round) (Socket) Each
Steel Sign Support (2-Inch Round) (Post and Socket) Each
Steel Sign Support (2-1/2 Inch Round NP-40) (Post) Linear Foot
Steel Sign Support (2-1/2 Inch Round NP-40) (Slipbase) Each
Steel Sign Support (2-1/2 Inch Round NP-40) (Post and Slipbase) Each
Steel Sign Support (2-1/2 Inch Round Sch 80) (Post) Linear Foot
Steel Sign Support (2-1/2 Inch Round Sch 80) (Slipbase) Each
Steel Sign Support (2-1/2 Inch Round Sch 80) (Post and Slipbase)Each
All costs associated the manufacturer's representative and obtaining the required
documentation will not be measured and paid for separately but shall be included in the work.
55
FHU Reference No. 04-143
4/1612W8, 1:32:49 PM
April 12, 2007
REVISION OF SECTION 627
PAVEMENT MARKING
Section 627 of the Standard Specifications is hereby revised for this project as follows:
Delete subsection 627.03(b) and replace with the following:
(b) Roadways Closed to Traffic During Construction. Full -compliance final markings shall be in
place prior to opening the roadway to traffic.
Pavement markings on detour routes shall be full -compliance markings.
Delete subsections 627.03(d) and 627.03(e) and replace with the following:
(d) Temporary Pavement Markings. Temporary pavement markings and control points for the
installation of those pavement markings for roadways that are being constructed under
traffic shall be installed as follows:
1. When one roadway of a normally physically divided highway is closed, and a crossover
is constructed, full -compliance pavement markings shall be placed along the tapers and
through the median crossovers to the two-way traffic section. Pavement markings
through the two-way traffic section shall be as shown on the plans.
All temporary paved roadways shall have full -compliance center line, lane line, and
edge line markings before they are open for traffic.
Markings applied to a final surface shall not leave a scar that conflicts with
permanent markings.
2. The following criteria apply to all construction on roadways open to traffic other than
(d)1. above:
Full -compliance center line, lane line, and edge line temporary markings shall be in
place at the end of each work day.
No -passing zone restrictions shall be identified by full -compliance no -passing zone
markings. No -passing zone markings shall be in place daily.
Temporary pavement stencils (SCHOOL, RR xing, etc) are not required unless —
specified in the plans.
Temporary pavement markings shall be installed according to the manufacturer's _
recommendations in such a way that the markings adequately follow the desired
alignment.
3. Control Points consisting of 4 inch by 1 foot marks at 40-foot intervals may be placed as
guide markers for the installation of temporary or final pavement markings. Raised
flexible pavement markers may be substituted for these marks. Control points shall not
be used as a substitute for any required marking.April 12, 2007
56
FHU Reference No. 04-143
4/1&2W8, 1'.32:49 PM
2
REVISION OF SECTION 627
PAVEMENT MARKING
(e) Pavement Marking for Seal Coats (Section 409).
Raised flexible pavement markers, suitable for use on seal coats, shall be installed as
follows:
No -passing zones shall be marked with two markers placed side -by -side at 40-foot
intervals throughout the zone.
Passing zones shall be marked with one marker at 40-foot centers. Closer spacing
shall be used on curves, as deemed appropriate.
Raised flexible pavement markers, installed on 40-foot centers, may also be used
to mark lane lines through multi -lane roadway sections. Auxiliary lanes and
shoulder lines may be marked with flexible markers on 80-foot centers or as
appropriate.
2. Full -compliance final pavement markings shall be placed within one week of completion
of the seal coat project.
Subsection 627.13 shall include the following:
Each authorized application of temporary pavement marking will be measured and paid for at
the contract unit price for the type of material used.
Control points and Contractor pavement marking plans will not be measured and paid for
separately, but shall be included in the work.
57
FHU Reference No. 04-143
411612" 132-.49 PM
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
Section 630 of the Standard Specifications is hereby revised for this project as follows:
Subsection 630.10 shall include the following after the first paragraph: —
The Contractor's Superintendent and all others serving in a similar supervisory capacity shall
have completed a CDOT-approved two-day Traffic Control Supervisor training as offered by the —
CCA. The one -day ATSSA Traffic Control Technician (TCT) training along with the two-day
ATSSA Traffic Control Supervisor training will serve as an alternate. If the alternate is chosen,
the Contractor shall provide written evidence that at least an 80 percent score was achieved in _
both of the two training classes. The certifications of completion or certifications of achievement
for all appropriate staff shall be submitted to the Engineer at the preconstruction conference.
In subsection 630.15 delete the fifth paragraph and replace with the following:
The Contractor shall agree to quantities for the following items on a weekly basis when signing
the Form 7:
Traffic Control Manaqement Day _
Hour
58
FHU Reference No. 04-143
411612 e, 1:32,49 PM
April 7, 2006
REVISION OF SECTION 630
METHOD OF HANDLING TRAFFIC
NOTICE
This is a standard special provision that revises or modifies CDOT's
Standard Specifications for Road and Bridge Construction. It has gone
through a formal review and approval process and has been issued by
CDOT's Project Development Branch with formal instructions regarding its
use on CDOT construction projects. It is to be used as written without
change. Do not use modified versions of this special provision on CDOT
construction projects, and do not use this special provision on CDOT
projects in a manner other than that specified in the instructions unless
such use is first approved by the Standards and Specifications Unit of the
Project Development Branch. The instructions for use on CDOT
construction projects appear below.
Other agencies that use the Standard Specifications for Road and Bridge
Construction to administer construction projects may use this special
provision as appropriate and at their own risk.
INSTRUCTIONS FOR USE ON CDOT CONSTRUCTION PROJECTS:
Use this standard special provision on all projects.
59
FHU Reference No. 04-143
4/16/2008, 1:32:49 PM
April 7, 2006
REVISION OF SECTION 630
METHOD OF HANDLING TRAFFIC
Section 630 of the Standard Specifications is hereby revised for this project as follows:
In subsection 630.09 (8), delete Table 630-2 and replace with the following: _
Table 630-2
VERTICAL CLEARANCES TO STRUCTURES
Highway Railway
Underpasses Underpasses Overhead Wires
Rural Arterial
Urban Arterial 16 Feetf 23 Fee? 3
Freewa s
Vertical clearance to sign trusses and pedestrian overpasses shall be 17 feet.
2 Measured from top of rail to bottom of highway structure. All railway clearances are subject
to the individual railroad's approval.
3 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 1/2 inch for each 1000 volts.
60
FHU Reference No. 04-143
4116/2 . 1Y.32:49 PM
August 2, 2007
REVISION OF SECTION 630
NCHRP 350 REQUIREMENTS
Section 630 of the Standard Specifications is hereby revised for this project as follows
In subsection 630.01, first paragraph, delete the second sentence.
In subsection 630.08, delete the second paragraph and replace with the following:
Work zone devices designated by FHWA as Category I, II, or III, shall meet NCHRP 350
requirements. Devices designated as Category IV, including but not limited to portable or
trailer -mounted devices such as flashing arrow panels, temporary traffic signals, area lighting
supports, and changeable message signs. are not required to meet NCHRP 350 requirements.
Except for Category IV devices, the Contractor shall obtain and present to the Engineer the
manufacturer's written NCHRP 350 certification for each work zone device before it is first used on the
project.
61
FHU Reference No. 04-143
4162W8, 1'32'.49 PM
August 1, 2005
REVISION OF SECTION 630
PORTABLE SIGN STORAGE
Section 630 of the Standard Specifications is hereby revised for this project as follows:
In subsection 630.12, first paragraph, delete the fifth sentence and replace with the following:
When storing portable signs or supports within the project they shall be removed beyond the
clear zone and shall not be visible to traffic. All storage areas shall be approved. The minimum
clear zone distance shall be 18 feet, measured from the edge of traveled way. If the signs
cannot be stored at least 18 feet from the traveled way, they shall be removed. Signs shall not
be stored on the paved surface.
62
FHU Reference No. 04-143
4/18/2W8, 1:32 49 PM
June 7, 2007
REVISION OF SECTION 630
PAYMENT FOR CONSTRUCTION TRAFFIC CONTROL DEVICES
Section 630 of the Standard Specifications is hereby revised for this project as follows:
In subsection 630.15 delete the second paragraph and replace with the following:
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 105.20, exclusive of any maintenance periods. The percent of original contract
amount earned will be determined by comparing the amount earned for bid items, other than
traffic control devices and mobilization, with the original contract amount minus the amounts bid
for traffic control devices and mobilization.
63
FHU Reference No. 04-143
4/16I2W8, 13249 PM
January 17, 2008
1
REVISION OF SECTION 702 _
BITUMINOUS MATERIALS
SECTION 702 OF THE STANDARD SPECIFICATIONS IS HEREBY DELETED FOR THIS PROJECT
AND REPLACED WITH THE FOLLOWING:
702.01 Asphalt Cements.
(a) Superpave Performance Graded Binders. Superpave Performance Graded Binders shall conform to
the requirements listed in Table 702-1. (Taken from AASHTO M 320)
Asphalt cement shall not be acid modified or alkaline modified.
Asphalt cement shall not contain any used oils that have not been rerefined. Modifiers that do not
comply with environmental rules and regulations including 40 CFR Part 261.6(a) (3) (IV), and part —
266/Subpart C shall not be added. Modifiers shall not be carcinogenic.
The supplier of the PG binder shall be certified in accordance with CP 11. _
M
FHU Reference No. 04-143
V16Q0 , 1:32:49 PM
11.3. Bids by corporations must be executed in the corporate name by the
president or a vice-president (or other appropriate officer accompanied by evidence of authority to sign) and the corporate seal shall be affixed
and attested by the secretary or an assistant secretary. The corporate
address and state of incorporation shall be shown below the corporate
name.
11.4. Bids by partnerships must be executed in the partnership name and —
signed by a partner, 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
Rev 10/20/07 Section 00100 Page 5 ..
January 17, 2008
2
REVISION OF SECTION 702
BITUMINOUS MATERIALS
TABLE 702-1
SUPERPAVE PERFORMANCE GRADED BINDERS
TO
�PropertY 58-28 Requirement 58-34 1 64-22 PG 64-28er 76-28 Test No.
Viscosity at 135 °C, Paes,
maximum
minimum
Tou�i1t9�5s„jrtplse �inG�»tq
Tenacity, joules (inch-lbs)
3 3 3 3 3 T316
wtaere,. 58 $8 04:.. 4i 76 T31#
ptsFa
cm 50 T 51
8.5 CP-L 2210
(75)
CP-L 2215
MH#gs Lois, percentmaximurit
1.00
1.00
1,00
1.011
1,OU'
CP,L215:
Dynamic Shear, Temp. °C, where
58
58
64
64
76
T 315
G*/Sin S @ 10 rad/s z 2.20 kPa
Elastic Recovery, 25 *C, percent
-
-
50
T 301
mir1.'
Ductility, 4 °C (5 cm/min.), cm
20
T 51
minimum
PAV Residue Properties, Aging
R 28
Temperature 100 °C
Dynamic Shear, Temp. °C, where
19
16
25
22I
28
T 315
G*«Sln b @ 10 rad/s s 5000 kPa
Creep Stiffness, @ 60 s, Test
-18
-24
-12
-18
-18
T 315
Temperature in °C
S, maximum, MPa
300
300
300
300
300'
T 313
m-value, minimum
0.300
0.300
0.300
0.300
0.300
T 313
**Direct Tension, Temperature in
-18
-24
-12
-18
-18
T 314
°C, @ 1 mm/min.; where failure
strain � 1.0 %
**Direct tension measurements are required when needed to show conformance to AASHTO M
320.
January 17, 2008
3
REVISION OF SECTION 702
BITUMINOUS MATERIALS
Acceptance Samples of the PG binder will be taken on the project in accordance with the Schedule in _
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.
(b) Dampproofing. Asphalt for damp proofing shall conform to the requirements of ASTM D 449, and the
asphaltic primer shall conform to the requirements of ASTM D 41.
702.02 Liquid Asphaltic Materials. Liquid asphaltic materials shall conform to the requirements of
AASHTO M 81, M 82, and ASTM D 2026 for the designated types and grades.
702.03 Emulsified Asphalts. Emulsified asphalts shall conform to AASHTO M 140 or M 208 for the
designated types and grades. Emulsified asphalt and aggregate used for seal coats shall be sampled and
will be tested for information only in accordance with CP-L 2213.
When grade CSS-1 h or SS-1 h emulsified asphalt is used for tack coat, residue penetration test values
shall be 40 to 120.
Emulsified asphalt (HFMS-2S) with a residual penetration greater than 300 dmm shall conform to all
properties listed in AASHTO M 140, Table 1 except that ductility shall be reported for information only.
(a) Emulsion for Seal Coat. Polymerized emulsions for seal coat shall conform to the requirements listed
in Table 702-2. Emulsion for seal coat shall be an emulsified blend of polymerized asphalt, water,
and emulsifiers. The asphalt cement shall be polymerized prior to emulsification and shall contain at
least 3 percent polymer by weight of asphalt cement. The emulsion standing undisturbed for a _
minimum of 24 hours shall show no white, milky separation but shall be smooth and homogeneous
throughout. The emulsion shall be pumpable and suitable for application through a distributor.
2
FHU Reference No. 04-143
4116/2008. 1,32:49 PM
4
REVISION OFSECTION 7O2
BITUMINOUS MATERIALS
Table 702-2
POLYMERIZED EMULSIONS FOR SEAL COATS
AASHTO
Tests on Emulsion:
OP
Tests on residue:
ghhe In lb:
-1 If successful application is achieved in the field, the Engineer may wave this requirement.
2 CP-L 2212 is a rapid evaporation test for determining percent residue of an emulsion and providing material for
tests on residue. CP-L 2212 is for acceptance only. If the percent residue or any test on the residue fails to meet
specifications, the tests will be repeated using the distillation test in conformance with AASHTO T-59 to determine
3 For polymerized emulsions the distillation and evaporation tests will in be in conformance with AASHTO T-59 or
CP-L 2212 respectively with modifications to include 205 ± 5 OC (400 ± 10 OF) maximum temperature to be held for
15 minutes.
3
FMUReference No. 04-143
JANUARY 17, 2008
5
REVISION OF SECTION 702 —
BITUMINOUS MATERIALS
(b) Emulsion for Prime Coat. Emulsion for prime coat shall conform to the requirements of Table 702-3. —
Circulate before use if not used within 24 hours.
Table 702-3
(c) Recycling Agent. Recycling Agent for Item 406, Cold Bituminous Pavement (Recycle), shall be
either a high float emulsified asphalt (polymerized) or an emulsified recycling agent as follows:
1. High Float Emulsified Asphalt (Polymerized). High Float Emulsified Asphalt (Polymerized) for
Cold Bituminous Pavement (Recycle) shall be an emulsified blend of polymer modified asphalt,
water, and emulsifiers conforming to Table 702-4 for HFMS-2sP. The asphalt cement shall be
polymerized prior to emulsification, and shall contain at least 3 percent polymer.
The emulsion standing undisturbed for a minimum of 24 hours shall show no white, milky
separation, and shall be smooth and homogeneous throughout.
The emulsion shall be pumpable and suitable for application through a pressure distributor.
4
FHU Reference No. 04-143
411612008, 1 32:49 PM
January 17, 2008
6
REVISION OF SECTION 702
BITUMINOUS MATERIALS
Table 702-4
HIGH FLOAT EMULSIFIED ASPHALT
(POLYMERIZED) (HFMS-2sP)
Requirement AASHTO
Property Minimum Maximum Test
Tests on Emulsion:
Storage Stability test, 24houjrs, % 1 T 59
I ia9li'�l�ii I3iill �i ,i� N�ll�i it*t!!!I
OX Residue 65 T 59
�lllh S i., ., il,
Tests on Residue:
t�i 8{,..�r.,
Float Test, 60 °C (140 °F), sec 1200 T 50
,r , .fI1:i...�:,a,!t (( nildl
l� ,i !i ICa1 wi! Elastic Recovery, 4 °C (39.2 °F), % 50 T 301
400 ± 100 F maximum temperature to be held for 15 minutes.
2When approved by the Engineer, Emulsified Asphalt (HFMS-2sP) with a residual
penetration greater than 300 dmm may be used with Cold Bituminous Pavement
(Recycle) to address problems with cool weather or extremely aged existing
pavement. Emulsified Asphalt (HFMS-2sP) with a residual penetration greater than
300 dmm shall meet all properties listed in Table 702-4 except that Elastic
Recovery shall be reported for information only.
2. Emulsified Recycling Agent. Emulsified Recycling Agent for use in Cold Bituminous Pavement
(Recycle) shall conform to the requirements in Table 702-5.
FHU Reference No. 04-143
4116/2008, 1.32.49 PM
January 17, 2008
7
REVISION OF SECTION 702
BITUMINOUS MATERIALS
Table 702-5
EMULSIFIED RECYCLING AGENT
Requirement
Property Minimum Maximum Test
Tests on Emulsion:
v
I Lr �K-1 McH.ic�'?il ° �.� '� ,.,a��i n„
Pumping Stability x Pass GB Method
M!IN
M IN
vtRElt.s E ii
Cement Mixing, %w 2.0 ASTM D 244
RNIN�li� 1%1titF �'iEt p Pk ��' i f Nt H ikn °Iifl�
�. kd: �.h..: v{r...: t,.,. N;aI I
Conc. Of Oil Phase 64 ASTM D 244
Tests on Residue:
! it �11'S ieE
,..... ... .,.,, .., . .. ,,.. "a,o�. s,,.:�.,
Flash Point, COC, °C (° F) 232 ASTM D 92
a it y n t t v Pii�' i 11'�j
,y� y i t l 1 it RYA d i k
�.,.., ,S :� �. ��I ikika i si.�3 k,.i _�.. i ri: t i . i 9�fl i t t ada.... quf
ASTM
PC/S Ratio 0.4 D 2006
ni
n" vtt,,�:������ i i ,♦E yy��i s. II i� ''k
�, u,., .
n ,.. 3 ..... .L. j. eF
Pumping stability is determined by charging 450 ml of emulsion into a one liter
beaker and circulating the emulsion through a gear pump (Roper 29.1322621)
having a 6.3 mm (114 inch) inlet and outlet. The emulsion passes if there is no
significant separation after circulating ten minutes.
2Test procedure identical with ASTM D 244 except that distilled water shall be
used in place of 2 percent sodium oleate solution.
'ASTM D 244 Evaporation Test for percent of residue is modified by heating 50
gram sample to 1490C (300 OF) until foaming ceases, then cooling immediately
and calculating results.
4In the Maltenes Distribution Ratio Test by ASTM Method D 2006.
PC = Polar Compounds S = Saturates
A, = First Acidaffin A2 = Second Acidaffins
6
FHU Reference No. 04-143
4/16/2008, i m 49 PM
JANUARY 17, 2008
8
REVISION OF SECTION 702
BITUMINOUS MATERIALS
702.04 Asphalt Rejuvenating Agents. Asphalt rejuvenating agents (ARA) shall be composed of a
petroleum resin -oil base uniformly emulsified with water and shall conform to the physical and chemical
requirements of Table 702-6 or ASTM D 4552.
TABLE 702-6
ASPHALT REJUVENATING AGENT
For hot -in -place recycling ARA-1 P is an acceptable alternative to ARA. ARA-1 P shall meet the
requirements below:
Emulsified Polymer Modified Asphalt Rejuvenating Agent (ARA-1 P) for use in hot -in -place recycling of
bituminous pavements shall be modified with a minimum of 1.5 percent styrene-butadiene solution
polymer. The finished product shall conform to the physical requirements listed in Table 702-7 below.
FHU Reference No. 04-143
4/1612008, 1:32.49 PM
TABLE 702-7
9
REVISION OF SECTION 702
BITUMINOUS MATERIALS
ARA-1 P
January 17, 2008
Property Test Method
Min
Max
Test on Emulsion
a �p 1P
iE �i p j{ii"t4 `h� 'ti E
i E 'a ,1 N k r Ev uN E _ E 1 y�Win
tFW
E�EiHi E I
'�µj1{ ry
g'�q
t" 4. 9 ri 3 Iii {, i i
. ....:.. ::. .. x.� ...._.. ,.. s i,a.,,a,,,, .. E, ,.,.......
'ski IE t
3��iM'ki'
.- �,
....
Residue @ 350 OF, % ASTM D 244 Mod
60
q tg4p'
E y, p4;�{i 3
1L I-4 E
ili, d E
Oil distillate, % ASTM D 244
2.0
TEST ON RESIDUE
`fir R
,
,IS�NRl!
19 5'j� �pygt
, ! t .. f UN:
.., . i... -Min b41 �(dh 2.54, tw.., �. .., -u.. Lv
Asphaltenes, % ASTM D 4124
15
702.05 (unused)
702.06 Hot Poured Joint and Crack Sealant. Hot poured material for filling joints and cracks shall
conform to the requirements of ASTM D 6690, Type I or 11. The concrete blocks used in the Bond Test
shall be prepared in accordance with CP-L 4101.
Sealant material shall be supplied preblended, prereacted, and prepackaged. If supplied in solid form the
sealant material shall be cast in a plastic or other dissolvable liner having the capability of becoming part
of the crack sealing liquid. The sealant shall be delivered in the manufacturer's original sealed container.
Each container shall be legibly marked with the manufacturer's name, the trade name of the sealer, the
manufacturer's batch or lot number, the application temperature range, the recommended application
temperature, and the safe heating temperature.
The sealant shall be listed in CDOT's Approved Products List prior to use.
8
FHU Reference No. 04-143
4H6MG8, 1.32:49 PM
January 17, 2008
10
REVISION OF SECTION 702
BITUMINOUS MATERIALS
Colorado Procedure - Laboratory CP-L 4101
Standard Practice for
Preparing Concrete Blocks for Testing Sealants,
for Joints and Cracks
ASTM Designation: D 1985-03
NOTE: Replace Subsections 5.1, 5.1.1, and 5.2 of ASTM D 1985-03 with the following:
9
FHU Reference No. 04-143
4I1MW8, 1,3249 PM
5.1 Prepare the concrete in accordance with the procedure described in Test Method C 192/C102M
using the following mix design:
Concrete Mix Proportions for 1 Cubic Yard SSD Batch Weight
Cement, Type 1/11
528 lb
Flyash, Class F
132 lb
Coarse Aggregate,
Morrison Quarry, #57/67
1750 lb
Sand, Thornton Pit,
-
Washed Sand
1100 lb
Note: Contact Aggregate Industries at 303.777.2592 to obtain the aggregates.
5.2. Use a metal or plastic mold provided with a metal or plastic base plate. Provide means for securing
the base plate to the mold. Make the assembled mold and base plate water -tight and oil with mineral oil
before use. Fill the mold with concrete prepared in accordance with 5.1 to overflowing and vibrate
externally for 30 s. Screed (level) the concrete to a smooth surface with a wooden float and level off with
a metal straightedge drawn across the top with a sawing motion. Cure as specified in Test Method C
192/C 192M. After curing for not less than 14 days, cut the slab of concrete into individual blocks using a
40 by 60-grit diamond saw blade rotating at a peripheral speed of 3050 t 150 m/min. (10 000 t 500
ft/min.). Each test block should be 25 by 50 by 75 mm (1 by 2 by 3-in.). Any face contacting the test
material must be saw cut. While the blocks are still wet from the sawing operation, scrub the surfaces of
the blocks lightly with a non-metallic stiff -bristle brush while holding under a stream of running water.
Stocks of prepared blocks may be stored under standard conditions indefinitely, but store such blocks in a
100% humidity environment for not less than 7 days prior to use.
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.
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.
Rev 10/20/07 Section 00100 Page 6
January 17, 2008
REVISION OF SECTION 712
HYDRATED LIME
Section 712 of the Standard Specifications is hereby revised for this project as follows:
Delete subsection 712.03 and replace with the following:
712.03 Hydrated Lime. The hydrated lime for Hot Mix Asphalt (HMA) shall conform to the
requirements of AASHTO M 303, Type I. In addition, the particle size requirements shall
conform to AASHTO M 303 when tested in accordance with CP-L 4209 Physical Testing of
Quicklime, Hydrated Lime, and Limestone.
August 1, 2005
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
I
NOTICE
This is a standard special provision that revises or modifies CDOT's Standard
Specifications for Road and Bridge Construction. It has gone through a formal review
and approval process and has been issued by CDOT's Project Development Branch with
formal instructions for its use on CDOT construction projects. It is to be used as written
without change. Do not use modified versions of this special provision on CDOT
construction projects, and do not use this special provision on CDOT projects in a
manner other than that specified in the instructions unless such use is first approved by —
the Standards and Specifications Unit of the Project Development Branch. The
instructions for use on CDOT construction projects appear below. —
Other agencies which use the Standard Specifications for Road and Bridge Construction
to administer construction projects may use this special provision as appropriate and at
their own risk.
Instructions for use on CDOT construction projects:
Use this standard special provision on all projects.
August 1,2005
I
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
A. AFFIRMATIVE ACTION REQUIREMENTS
Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246)
1. The Bidder's attention is called to the "Equal Opportunity Clause' and the "Standard Federal Equal
Employment Opportunity Construction Contract Specifications" set forth herein.
2. The goals and timetables for minority and female participation, expressed in percentage terms for the
Contractor's aggregate workforce in each trade on all construction work in the covered area are as
follows:
Gnnla nnrl Timatnhin fnr Minnrity IItilizwtlnn
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.........................................4.......
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.. ........... 4 ....
7.5%
Casper WY)
GOALS AND TIMETABLES FOR FEMALE UTILIZATION
Until Further Notice......................................................................................................................6.9% -- Statewide
August 1, 2005
2
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
These goals are applicable to all the Contractor's construction work (whether or not it is Federal or
federally assisted) performed in the covered area. If the Contractor performs construction work in a
geographical area located outside of the covered area, it shall apply the goals established for such
geographical area where the work is actually performed. With regard to this second area, the Contractor
also is subject to the goals for both its federally involved and non -federally involved construction.
The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be
based on its implementation of the Equal Opportunity Clause specific affirmative action obligations
required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts meet the goals established for
the geographical area where the contract resulting form this solicitation is to be performed. The hours of
minority and female employment and training must be substantially uniform throughout the length of the
contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and
women evenly on each of its projects. The transfer of minority or female employees or trainees from
Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals
shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Par 60-4. _
Compliance with the goals will be measured against the total work hours performed.
3. The Contractor shall provide written notification to the Director of the Office of Federal Contract
Compliance Programs within 10 working days of award of any construction subcontract in excess
of $10,000 at any tier for construction work under the contract resulting from this solicitation. The
notification shall list the name, address and telephone number of the subcontractor; employer
identification number; estimated dollar amount of the subcontract; estimated starting and
completion dates of the subcontract; and the geographical area in which the contract is to be
performed.
4. As used in this specification, and in the contract resulting from this solicitation, the "covered area"
is the county or counties shown on the Invitation for Bids and on the plans. In cases where the
work is in two or more counties covered by differing percentage goals, the highest percentage will
govern.
August 1, 2005
3
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
B. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT
SPECIFICATIONS
Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246)
1. As used in these Specifications:
a. "Covered area' means the geographical area described in the solicitation from which this contract
resulted;
b. "Director" means Director, Office of Federal Contract Compliance Programs, United States
Department of Labor, or any person to whom the Director delegates authority;
c. "Employer identification number' means the Federal Social Security number used on the Employer's
Quarterly Federal Tax Return, U.S. Treasury Department Form 941.
d. "Minority" includes;
(i) Black (all persons having origins in any of the Black African racial groups not of Hispanic
origin);
(ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other
Spanish Culture or origin, regardless of race);
(iii) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far
East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and
(iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples
of North America and maintaining identifiable tribal affiliations through membership and
participation or community identification).
2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving
any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions
of these specifications and the Notice which contains the applicable goals for minority and female
participation and which is set forth in the solicitations from which this contract resulted.
3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S.
Department of Labor in the covered area either individually or through an association, its affirmative
action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with
that Plan for those trades which have unions participating in the Plan. Contractors must be able to
demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each
Contractor or Subcontractor participating in an approved Plan is individually required to comply with its
obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in
each trade in which it has employees. The overall good faith performance by other Contractors or
Subcontractor toward a goal in an approved Plan does not excuse any covered Contractor's or
Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables.
4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a
through p of these specifications. The goals set forth in the solicitation from which this contract resulted
are expressed as percentages of the total hours of employment and training of minority and female
utilization the Contractor should reasonably be able to achieve in each construction trade in which it has
employees in the covered area. Covered Construction contractors performing construction work in
geographical areas where they do not have a Federal or federally assisted construction contract shall
apply the minority and female goals established for the geographical area where the work is being
performed. Goals are published periodically in the Federal Register in notice form, and such notices may
be obtained from any office of Federal Contract Compliance Programs Office or from Federal
procurement contracting officers. The Contractor is expected to make substantially uniform progress in
meeting its goals in each craft during the period specified.
August 1, 2005
4
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the —
Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the
Contractor's obligations under these specifications, Executive Order 11246, or the regulations
promulgated pursuant thereto.
6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals,
such apprentices and trainees must be employed by the Contractor during the training period, and the
Contractor must have made a commitment to employ the apprentices and trainees at the completion of
their training, subject to the availability of employment opportunities. Trainees must be trained pursuant
to training programs approved by the U.S. Department of Labor.
7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The
evaluation of the Contractor's compliance with these specifications shall be based upon its effort to
achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall
implement affirmative action steps at least as extensive as the following; —
a. Ensure and maintain a working environment free of harassment, intimidation , and coercion at all
sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor,
where possible, will assign two or more women to each construction project. The Contractor shall
specifically ensure that all foremen, superintendents, and other on -site supervisory personnel are
aware of and carry out the Contractor's obligation to maintain such a working environment, with
specific attention to minority or female individuals working at such sites or in such facilities.
b. Establish and maintain a current list of minority and female recruitment sources, provide written
notification to minority and female recruitment sources and to community organizations when the
Contractor or its union have employment opportunities available, and maintain a record of the
organization's responses.
c. Maintain a current file of the names, addresses and telephone numbers of each minority and female
off -the -street applicant and minority or female referral from a union, a recruitment source of
community organization and of what action was taken with respect to each individual. If such
individual was sent to the union hiring hall for referral and was not referred back to the Contractor by
the union or, if referred, not employed by the Contractor, this shall be documented in the file with the
reason therefor, along with whatever additional actions the Contractor may have taken.
d. Provide immediate written notification to the Director when the union with which the Contractor has a
collective bargaining agreement has not referred to the Contractor a minority person or woman sent
by the Contractor, or when he Contractor has other information that the union referral process has
impeded the Contractor's efforts to meet its obligations.
e. Develop on-the-job training opportunities and/or participate in training programs for the area which
expressly include minorities and women, including upgrading programs and apprenticeship and
trainee programs relevant to the Contractor's employment needs, especially those programs funded
or approved by the Department of Labor. The Contractor shall provide notice of these programs to
the sources compiled under 7b above.
f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training
programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations;
by including it in any policy manual and collective bargaining agreement; by publicizing it in the
company newspaper, annual report, etc., by specific review of the policy with all management _
personnel and with all minority and female employees at least once a year, and by posting the
Contractor's EEO policy on bulletin boards accessible to all employees at each location where
construction work is performed.
August 1, 2005
5
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
g. Review, at least annually, the Contractor's EEO policy and affirmative action obligations under these
specifications with all employees having any responsibility for hiring, assignment, layoff, termination
or other employment decisions including specific review of these items with onsite supervisory
personnel such as Superintendents, General Foreman, etc., prior to the initiation of construction work
at any job site. A written record shall be made and maintained identifying the time and place of these
meetings, persons attending, subject matter discussed, and disposition of the subject matter.
h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news
media, specifically including minority and female news media, and providing written notification to and
discussing the Contractors and Subcontractors with whom the Contractor does or anticipates doing
business.
i. Direct its recruitment efforts, both oral and written, to minority, female and community organizations,
to schools with minority and female students and to minority and female recruitment and training
organizations serving the Contractor's recruitment area and employment needs. Not later than one
month prior to the date for the acceptance of applications for apprenticeship or other training by any
recruitment source, the Contractor shall send written notification to organizations such as the above,
describing the openings, screening procedures, and tests to be used in the selection process.
j. Encourage present minority and female employees to recruit other minority persons and women and,
where reasonable, provide after school, summer and vacation employment to minority and female
youth both on the site and in other areas of a Contractor's workforce.
k. Validate all tests and other selection requirements where there is an obligation to do so under 41
CFR Part 60-3.
Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel
for promotional opportunities and encourage these employees to seek or to prepare for, through
appropriate training, etc. such opportunities.
m. Ensure that seniority practices, job classifications, work assignments and other personnel practices,
do not have a discriminatory effect by continually monitoring all personnel and employment related
activities to ensure that the EEO policy and the Contractor's obligations under these specifications
are being carried out.
n. Ensure that all facilities and Contractor's activities are nonsegregated except that separate or single -
user toilet and necessary changing facilities shall be provided to assure privacy between the sexes.
o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female
construction contractors and suppliers, including circulation of solicitations to minority and female
contractor associations and other business associations.
p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the
Contractor's EEO policies and affirmative action obligation.
August 1, 2005
6
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more
of their affirmative action obligations (7a through p). The efforts of a contractor association, joint
contractor -union contractor -community, or other similar group of which the Contractor is a member and
participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these
specifications provided that the Contractor actively participates in the group, makes every effort to assure
that the group has a positive impact on the employment of minorities and women in the industry, ensures
that the concrete benefits of the program are reflected in the Contractor's minority and female workforce
participation, makes a good faith effort to meet its individual goal and timetables, and can provide access
to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The
obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall
not be a defense for the Contractor's noncompliance.
9. A single goal for minorities and a separate single goal for women have been established. The
Contractor, however, is required to provide equal employment opportunity and to take affirmative action
for all minority groups, both male and female, and all women, both minority and non -minority.
Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed
in a substantially disparate manner (for example, even thought the Contractor has achieved its goals for
women generally, the Contractor may be in violation of the Executive Order if a specific minority group of
women is underutilized).
10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate
against any person because of race, color, religion, sex, or national origin.
11. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government
contracts pursuant to Executive Order 11246.
12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the
Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as
may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing
regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry
out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246,
as amended.
13 The Contractor in fulfilling its obligations under these specifications, shall implement specific affirmative
action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications,
so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the _
Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or
these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8.
14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure
that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as
may be required by the Government and to keep records. Records shall at least include for each
employee the name, address, telephone numbers, construction trade, union affiliation if any, employee
identification number when assigned, social security number, race, sex, status (e.g., mechanic,
apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the
indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained
in an easily understandable and retrievable form, however, to the degree that existing records satisfy this
requirement, contractors shall not be required to maintain separate records.
15. Nothing herein provided shall be construed as a limitation upon the application of other laws which
establish different standards of compliance or upon application of requirements for the hiring of local or
other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community
Development Block Grant Program).
August 1, 2005
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
C. SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES.
1. General.
a. Equal employment opportunity requirements not to discriminate and to take affirmative action to
assure equal employment opportunity as required by Executive Order 11246 and Executive Order
11375 are set forth in Required Contract. Provisions (Form FHWA 1273 or 1316, as appropriate) and
these Special Provisions which are imposed pursuant to Section 140 of Title 23, U.S.C., as
established by Section 22 of the Federal -Aid highway Act of 1968. The requirements set forth in
these Special Provisions shall constitute the specific affirmative action requirements for project
activities under this contract and supplement the equal employment opportunity requirements set
forth in the Required Contract provisions.
b. The Contractor will work with the State highway agencies and the Federal Government in carrying out
equal employment opportunity obligations and in their review of his/her activities under the contract.
c. The Contractor and all his/her subcontractors holding subcontracts not including material suppliers, of
$10,000 or more, will comply with the following minimum specific requirement activities of equal
employment opportunity: (The equal employment opportunity requirements of Executive Order
11246, as set forth in Volume 6, Chapter 4, Section 1, Subsection 1 of the Federal -Aid Highway
Program Manual, are applicable to material suppliers as well as contractors and subcontractors.)
The Contractor will include these requirements in every subcontract of $10,000 or more with such
modification of language as is necessary to make them binding on the subcontractor.
2. Equal Employment Opportunity Policy. The Contractor will accept as his operating policy the following
statement which is designed to further the provision of equal employment opportunity to all persons
without regard to their race, color, religion, sex, or national origin, and to promote the full realization of
equal employment opportunity through a positive continuing program;
It is the policy of this Company to assure that applicants are employed, and that employees are treated
during employment, without regard to their race, religion, sex, color, or national origin. Such action shall
include; employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or
termination; rates of pay or other forms of compensation; and selection for training, including
apprenticeship, preapprenticeship, and/or on-the-job training.
3. Equal Employment Opportunity Officer. The Contractor will designate and make known to the State
highway agency contracting officers and equal employment opportunity officer (herein after referred to as
the EEO Officer) who will have the responsibility for an must be capable of effectively administering and
promoting an active contractor program of equal employment opportunity and who must be assigned
adequate authority and responsibility to do so.
4. Dissemination of Policy.
a. All members of the Contractor's staff who are authorized to hire, supervise, promote, and discharge
employees, or who recommend such action, or who are substantially involved in such action, will be
made fully cognizant of, and will implement, the Contractor's equal employment opportunity policy
and contractual responsibilities to provide equal employment opportunity in each grade and
classification of employment. To ensure that the above agreement will be met, the following actions
will be taken as a minimum;
(1) Periodic meetings of supervisory and personnel office employees will be conducted before the
start of work and then not less often than once every six months, at which time the Contractor's
equal employment opportunity policy and its implementation will be reviewed and explained. The
meetings will be conducted by the EEO Officer or other knowledgeable company official.
August 1, 2005
8
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
(2) All new supervisory or personnel office employees will be given a thorough indoctrination by the
EEO Officer or other knowledgeable company official, covering all major aspects of the
Contractor's equal employment opportunity obligations within thirty days following their reporting
for duty with the Contractor.
(3) All personnel who are engaged in direct recruitment for the project will be instructed by the EEO
Officer or appropriate company official in the Contractor's procedures for locating and hiring
minority group employees.
b. In order to make the Contractor's equal employment opportunity policy known to all employees,
prospective employees and potential sources of employees, i.e., schools, employment agencies,
labor unions (where appropriate), college placement officers, etc., the Contractor will take the
following actions:
(1) Notices and posters setting forth the Contractor's equal employment opportunity policy will be
placed in areas readily accessible to employees, applicants for employment and potential
employees.
(2) The Contractor's equal employment opportunity policy and the procedures to implement such
policy will be brought to the attention of employees by means of meetings, employee
handbooks, or other appropriate means.
5. Recruitment.
a. When advertising for employees, the Contractor will include in all advertisements for employees
the notation; "An Equal Opportunity Employer." All such advertisements will be published in
newspapers or other publications having a large circulation among minority groups in the area
from which the project work force would normally be derived.
b. The Contractor will, unless precluded by a valid bargaining agreement, conduct systematic and
direct recruitment through public and private employee referral sources likely to yield qualified
minority group applicants, including, but not limited to, State employment agencies, schools,
colleges and minority group organizations. To meet this requirement, the Contractor will, through
his EEO Officer, identify sources of potential minority group employees, and establish with such
identified sources procedures whereby minority group applicants may be referred to the
Contractor for employment consideration.
In the event the Contractor has a valid bargaining agreement providing for exclusive hiring hall
referrals, he is expected to observe the provisions of that agreement to the extent that the system
permits the Contractor's compliance with equal employment opportunity contract provisions.
(The U.S. Department of Labor has held that where implementation of such agreements have the
effect of discriminating against minorities or women, or obligates the Contractor to do the same,
such implementation violates Executive Order 11246, as amended.)
c. The Contractor will encourage his present employees to refer minority group applicants for
employment by posting appropriate notices or bulletins in areas accessible to all such
employees. In addition, information and procedures with regard to referring minority group
applicants will be discussed with employees.
'6. Personnel Actions. Wages, working conditions, and employee benefits shall be established and
administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer,
demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, or
national origin. The following procedures shall be followed;
a. The Contractor will conduct periodic inspections of project sites to insure that working conditions
and employee facilities do not indicate discriminatory treatment of project site personnel.
17.3. OWNER may consider the qualification and experience of —
Subcontractors, Suppliers, and other persons and organizations proposed
for those portions of the Work as to which the identity of
Subcontractors, Suppliers, and other persons and organizations is
submitted as requested by OWNER. OWNER also may consider the operating
costs, maintenance requirements, performance data and guarantees of major
items of materials and equipment proposed for incorporation in the Work
when such data is required to be submitted 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.
Rev 10/20/07 Section 00100 Page 7
August 1,2005
9
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
b. The Contractor will periodically evaluate the spread of wages paid within each classification to
determine any evidence of discriminatory wage practices.
c. The Contractor will periodically review selected personnel actions in depth to determine whether
there is evidence of discrimination. Where evidence is found, the Contractor will promptly take
corrective action. If the review indicates that the discrimination may extend beyond the actions
reviewed, such corrective action shall include all affected persons.
The Contract will promptly investigate all complaints of alleged discrimination made to the
Contractor in connection with his obligations under this contract, will attempt to resolve such
complaints, and will take appropriate corrective action within a reasonable time. If the
investigation indicates that the discrimination may affect persons other than the complainant,
such corrective action shall include such other persons. Upon completion of each investigation,
the Contractor will inform every complainant of all of his avenues of appeal.
7. Training and Promotion.
a. The Contractor will assist in locating, qualifying, and increasing the skills of minority group and
women employees, and applicants for employment.
b. Consistent with the Contractor's work force requirements and as permissible under Federal and
State regulations, the Contractor shall make full use of training programs, i.e., apprenticeship,
and on-the-job training programs for the geographical area of contract performance. Where
feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of
apprenticeship or training.
c. The Contractor will advise employees and applicants for employment of available training
programs and entrance requirements for each.
d. The Contractor will periodically review the training and promotion potential of minority group and
women employees and will encourage eligible employees to apply for such training and
promotion.
8. Unions. If the Contractor relies in whole or in part upon unions as a source of employees, the
Contractor will use his/her best efforts to obtain the cooperation of such unions to increase
opportunities for minority groups and women with the unions, and to effect referrals by such unions of
minority and female employees. Actions by the Contractor either directly or thorough a contractor's
association acting as agent will include the procedures set forth below:
a. The Contractor will use best efforts to develop, in cooperation with the unions, joint training
programs aimed toward qualifying more minority group members and women for membership in
the unions and increasing the skills of minority group employees and women so that they may
qualify for higher paying employment.
b. The Contractor will use best efforts to incorporate an equal employment opportunity clause into
each union agreement to the end that such union will be contractually bound to refer applicants
without regard to their race, color, religion, sex, or national origin.
c. The Contractor is to obtain information as to the referral practices and policies of the labor union
except that to the extent such information is within the exclusive possession of the labor union
and such labor union refuses to furnish such information to the Contractor, the Contractor shall
so certify to the State highway department and shall set forth what efforts have been made to
obtain such information.
August 1, 2005
10
AFFIRMATIVE ACTION REQUIREMENTS -'
EQUAL EMPLOYMENT OPPORTUNITY
d. In the event the union is unable to provide the Contractor with a reasonable flow of minority and
women referrals within he time limit set forth in the collective bargaining agreement, the Contractor
will, through independent recruitment efforts, fill the employment vacancies without regard to race,
color, religion , sex or national origin; making full efforts to obtain qualified and/or qualifiable minority
group persons and women. (The U.S. Department of Labor has held that it shall be no excuse that
the union with which the Contractor has a collective bargaining agreement providing for exclusive
referral failed to refer minority employees.) In the event the union referral practice prevents the
Contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these
special provisions, such Contractor shall immediately notify the State highway agency.
9. Subcontracting.
a. The Contractor will use his best efforts to solicit bids from and to utilize minority group subcontractors r
or subcontractors with meaningful minority group and female representation among their employees.
Contractors shall obtain lists of minority -owned construction firms from State highway agency
personnel.
b. The Contractor will use his best efforts to ensure subcontractor compliance with their equal
employment opportunity obligations.
10. Records and Reports.
a. The Contractor will keep such records as are necessary to determine compliance with the
Contractor's equal employment opportunity obligations. The records kept by the Contractor will be
designed to indicate:
(1) The number of minority and nonminority group members and women employed in each work
classification on the project.
(2) The Progress and efforts being made in cooperation with unions to increase employment
opportunities for minorities and women (applicable only to contractors who rely in whole or in part
on unions as a source of their work force).
(3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading
minority and female employees, and
(4) The progress and efforts being made in securing the services of minority group subcontractors or r
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.
April 2, 2008
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
NOTICE
This is a standard special provision that revises or modifies CDOT's Standard
Specifications for Road and Bridge Construction. It has gone through a formal review
and approval process and has been issued by CDOT's Project Development Branch with
formal instructions regarding its use on CDOT construction projects. It is to be used as
written without change. Do not use modified versions of this special provision on CDOT
construction projects, and do not use this special provision on CDOT projects in a
manner other than that specified in the instructions unless such use is first approved by
the Standards and Specifications Unit of the Project Development Branch. The
instructions for use on CDOT construction projects appear below.
Other agencies that use the Standard Specifications for Road and Bridge Construction to
administer construction projects may use this special provision as appropriate and at their
own risk.
INSTRUCTIONS FOR USE ON CDOT CONSTRUCTION PROJECTS:
Use this standard special provision on all projects.
April 2, 2008
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 Transportation Office of Certification or the City
and County of Denver Division of Small Business Opportunity (DSBO) 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.
April 2, 2008
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. CDOT will evaluate only the good faith efforts made by
the contractor prior to the bid opening. Any UDBE Participation submitted on Form 715 that exceeds the
participation submitted on Form 714 will be accepted as additional UDBE participation, but will not be
counted as Good Faith Efforts and will not exempt a contractor from fulfilling the Good Faith Efforts
requirements. The apparent low bidder shall report all efforts made including but not limited to the efforts
required on Form 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 Business Programs Office, with the DBE Liaison's Approval, 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 Business Programs Office'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 five working days of being informed by the Business Programs Office 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 to:
Good Faith Efforts Committee
Fax: 303-757-9019
Phone:303-757-9234
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
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. The Business Programs Office, with the DBE Liaison's Approval, 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.
April 2, 2008
3
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
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 CDOT Region Civil Rights Professional the steps taken on Form
205. For each subcontract item not identified for DBE participation on Form 718, steps the Contractor
must take include but are not limited to the following:
A. Seek out and consider UDBEs as potential subcontractors.
(1) Contact all 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 Colorado Department of Transportation Office of Certification or the City
and County of Denver Division of Small Business Opportunity (DSBO) for status as a DBE. Application
shall be made on the USDOT's Uniform Certification Application Form as provided by these agencies 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 certifying agency has sufficient
time to render decisions. The certifying agency 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 an online directory 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 directory is updated daily by the certifying agencies and is accessible online at
hftp://www.dot.state.co.us/app_ucp/.
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
Business Programs Office based on information provided by the proposed joint venture on Form 893,
"Information For Determining DBE Participation When A Joint Venture Includes A DBE". Joint
applications should be submitted well in advance of bid openings.
April 2, 2008
4
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
(c) Bidding Requirements
All bidders shall submit with their proposals a fully executed Form 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 Form 715 for each UDBE used to meet the contract goal (sample attached) no later than 4:00
p.m. on the third work day after the date of bid opening to the Business Programs Office in the Center for
Equal Opportunity. Form 715 may be submitted by FAX, at Fax number (303)757-9019, with an original
copy to follow. If the contract goal is not met, the apparent low bidder shall submit a completed Form 718
and corresponding 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 Form 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) of this special provision.
3. The use of the UDBE firms named on Form 714 or on a Form 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 (e) 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 equal 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 equal 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
1. 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 Form 713. A Form 713 for subcontracts is to be submitted with the
Form 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 Form 205 approval.
A Form 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 Form 713 is received by the
Department. A Form 205 is not required for a supply or service contract.
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 percent 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.
April 2, 2008
5
DISADVANTAGED BUSINESS ENTERPRISE r
DEFINITIONS AND REQUIREMENTS
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 does not
perform or exercise responsibility for at least 30 percent of the total cost of its contract with its own work
force, or the DBE subcontracts a greater portion of the work of a contract than would be expected on the
basis of normal industry practice for the type of work involved, 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 transportation —
services obtained from UDBE trucking firms, provided the UDBE controls the trucking operations for
which it seeks credit. A UDBE trucking firm must have at least one truck and driver of its own, but it can
lease trucks owned by others, both DBEs and non -DBEs, including owner -operators. For work done with —
its own trucks and drivers, and for work done with DBE lessees, the UDBE trucking firm receives credit for
all transportation services provided. For work done with non -DBE lessees, the UDBE trucking firm gets
credit only for the fees or commissions it receives for arranging the transportation services, because the
services themselves are being performed by non -DBEs.
6. 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.
The Contractor may count 60 percent of its expenditures to UDBE suppliers (regular dealers) that are
not manufacturers, provided that the DBE supplier performs a commercially useful function in the
supply process. A DBE supplier (regular dealer) 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 (regular dealer) 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 (regular dealers):
(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.
April 2, 2008
6
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
(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
Department to be reasonable and not excessive as compared with fees customarily allowed for
similar services.
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 Form 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 Form 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 Form 714 or on a
Form 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 CDOT Region Civil Rights Professional will approve the
replacement at no additional cost to the Department. Replacements will be allowed only with prior written
approval of the Region Civil Rights Professional.
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 Region Civil
Rights Professional 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 Form 714 or on Form 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 Region Civil Rights Professional 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.
April 2, 2008
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 Department 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 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.
(9 Sanctions.
It is the obligation of the Contractor to provide DBE firms with equal 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) 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 108.09 of the specifications.
Attachments:
Form 714
Form 715
Form 718
Page is too large to OCR.
Page is too large to OCR.
April 2, 2008
8
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
THIS PAGE RESERVED FOR FORM 714 Page 1
April 2, 2008
9
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
THIS PAGE RESERVED FOR FORM 714 Page 2
April 2, 2008
10
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
THIS PAGE RESERVED FOR FORM 715 Page 1
April 2, 2008
11
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
THIS PAGE RESERVED FOR FORM 715 Page 2
April 2, 2008
12
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
THIS PAGE RESERVED FOR FORM NO. 718 Page 1
April 2, 2008
13
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
THIS PAGE RESERVED FOR FORM NO. 718 Page 2
February 15, 2008
U.S. DEPT. OF LABOR,
DAVIS BACON MINIMUM WAGES, COLORADO
GENERAL DECISION NUMBERS CO20080014 AND CO20080015
HIGHWAY CONSTRUCTION
NOTICE
This is a standard special provision that revises or modifies CDOT's Standard
Specifications for Road and Bridge Construction. It has gone through a formal review
and approval process and has been issued by CDOT's Project Development Branch with
formal instructions for its use on CDOT construction projects. It is to be used as written
without change. Do not use modified versions of this special provision on CDOT
construction projects, and do not use this special provision on CDOT projects in a
manner other than that specified in the instructions, unless such use is first approved by
the Standards and Specification Unit of the Project Development Branch. The
instructions for use on CDOT construction projects appear below.
Other agencies which use the Standard Specifications for Road and Bridge Construction
to administer construction projects may use this special provision as appropriate and at
their own risk.
Instructions for use on CDOT construction projects:
Use this standard special provision on all federal -aid projects with contracts exceeding
$2000, except for projects on roadways classified as local roads or rural minor
collectors, which are exempt.
-1-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 02-15-08
GENERAL DECISION NUMBERS CO20080014 AND CO20080015. HIGHWAY CONSTRI ICTTnN
Decision Nos. CO20080014 and CO20080015 dated February 08,
Modifications
1U
2008 supersedes Decision Nos. C0020070014 and C0020070015
MOD Numb e Date pages
dated February 09, 2007.
t 02-15-08 1,5
t
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. CO20080014 applies to the following counties: Adams, Arapahoe, Boulder, Denver, Douglas, El
Paso, Jefferson, Larimer, Mesa, Pueblo, and Weld counties.
General Decision No. CO20080014
The wage and fringe benefits listed below reflect oRectively bargained rates.
Code
Classification
Basic Hourly
Fringe Benefits
Last
Rate
Mod
ELECTRICIANS:
1200
Electrical work $150,000 or less (Pueblo county)
22.44
10.77
1
1201
Electrical work over $150,000 (Pueblo county)
26.59
10.90
1
1202
Electricians (Adams, Arapahoe, Boulder, Denver, Douglas,
2g.91
10.33
Jefferson, Latimer, and Weld counties)
1203
Electricians (El Paso county)
26.80
12.00 + 3%
1204
Electricians (Mesa county)
20.31
8.56
1205
Traffic Signal Installer (Zone 1)
23.83
4.75 + 13.75%
1206
Traffic Signal Installer (Zone 2)
26.83
4.75 + 13.75%
Traffic Installer Zone Definitions
Zone 1 — Within a 35 mile radius measured from the addresses
of the following cities:
Colorado Springs- Nevada & Bijou
Denver - Ellsworth Avenue & Broadway
Ft. Collins - Prospect & College
Grand Junction - 12th & North Avenue
Pueblo - I-25 & Highway 50
Zone 2 - All work outside these areas.
POWER EQUIPMENT OPERATORS:
1300
Asphalt Screed
21.67
8.22
1301
Bituminous or Asphalt Spreader/Laydown Machine
21.67
8.22
1302
Bulldozer
21.67
8.22
-2-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 02-15-08
GENERAL DECISION NUMBERS CO20080014 AND CO20080015, HIGHWAY CONSTRUCTION
General Decision No. CO20080014
The wage and fringe benefits listed below reflect collectively bargained rates.
Code
Classification
Basic Hourly
Fringe Benefits
Last
Rate
Mod
POWER EQUIPMENT OPERATORS (cont.):
Crane:
1305
50 tons and under
21.82
8.22
1306
51 to 90 tons
21.97
8.22
1307
91 to 140 tons
22.12
8.22
1308
141 tons and over
22.88
8.22
Drill Operator:
1309
William MF/Watson 2500 only
21.97
8.22
Grader/Blade:
1310
Rough
21.67
8.22
1311
Finish
21.97
8.22
Loader:
1312
Barber Green, etc., 6 cubic yards and under
21.67
8.22
1313
Over 6 cubic yards
21.82
8.22
Mechanic and/or Welder (Includes heavy duty and combination
mechanic and welder):
1314
Mechanic and/or Welder
21.82
8.22
1315
Mechanic/Welder (Heavy duty)
21.97
8.22
1316
Oiler
20.97
8.22
Power Broom:
1317
Under 70 HP
20.97
8.22
1318
70 HP and over
21.67
8.22
Roller (excluding dirt and soil compaction):
1319
Self-propelled, rubber tires under 5 tons
21.32
8.22
1320
Self-propelled, all types over 5 tons
21.67
8.22
Scraper:
1321
Single bowl under 40 cubic yards
21.82
8.22
1322
Single bowl including pups 40 cubic yards and tandem bowls
and over
21.97
8.22
1323
Trackhoe
21.82
8.22
-3-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 02-15-08
GENERAL DECISION NUMBERS CO20080014 AND CO20080015, HIGHWAY CONSTRUCTION
General Decision No. CO20080014
The wage and fringe benefits listed below reflect collectively bargained rates.
Code
Classification
Basic Hourly
Fringe Benefits
Last
Rate
Mod
Laborers:
Asphalt Laborer/Raker, Common Laborer,
1400
and Concrete Laborer/Mason Tender
16.29
4.25
General Decision No. CO20080014
The wage and fringe benefits listed below do not reflect collectively bargained rates.
1500
Bricklayers
15.55
2.85
Carpenters:
1600
Form Work (Excluding curbs and gutters)
16.54
3.90
1601
All other work
16.61
3.88
1700
Concrete Finishers/Cement Masons
16.05
3.00
Ironworkers:
1900
Reinforcing
16.69
5.45
1901
Bridge Rail (Excludes guardrail)
18.22
6.01
Laborers:
2001
Fence Erector (Includes fencing on bridges)
13.02
3.20
2002
Form Work (Curbs and gutters only)
11.85
3.45
2003
Guardrail Erector (Excludes bridgerail)
12.89
3.20
2004
Landscape and Irrigation Laborer
12.26
3.16
2005
Pipelayer
13.55
2.41
2006
Striping Laborer (Pre -form layout and removal of pavement
12.62
3.21
markings)
2007
Traffic Director/Flagger
9.55
3.05
2008
Traffic and Sign Laborer (Sets up barricades and cones,
12.43
3.22
and installs permanent signs)
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
Page is too large to OCR.
-4-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 02-15-08
GENERAL DECISION NUMBERS CO20080014 AND CO20080015, HIGHWAY CONSTRUCTION
General Decision No. CO20080014
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 (Dirt and soil only)
16.70
3.30
Groundman (Traffic signalization)
2301
Class C
11.44
3.25
Truck Drivers:
2400
Floats -Semi Truck
14.86
3.08
2401
Multipurpose Truck - Specialty & Hoisting
14.35
3.49
2402
Truck Mechanic
16.91
3.01
2403
Pickup Truck (Includes Pilot and Sign/Barricade Truck)
13.93
3.68
2405
Single Axle Truck
14.24
3.77
2406
Distributor Truck
15.80
5.27
2407
Dump Truck:
2408
14 cubic yards and under
14.93
5.27
2409
15 to 29 cubic yards
15.27
5.27
2410
30 to 79 cubic yards
15.80
5.27
2411
80 cubic yards and over
16.45
5.27
2412
Low Boy Truck
17.25
5.27
2413
Water Truck
14.93
5.27
WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.
Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award
only as provided in the labor standards contract clauses [29 CFR 5.5(a)(1)(ii)].
END OF GENERAL DECISION NUMBER CO20080014.
-5-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 02-15-08
GENERAL DECISION NUMBERS CO20080014 AND CO20080015. HIGHWAY CONSTRUCTION —
General Decision No. CO20080015 applies to the following counties: Alamosa, Archuleta, Baca, Bent, Chaffee,
Cheyenne, Clear Creek, Conejos, Costilla, Crowley, Custer, Delta, Dolores, Eagle, Elbert, Fremont, Garfield, Gilpin,
Grand, Gunnison, Hinsdale, Huerfano, Jackson, Kiowa, Kit Carson, La Plata, Lake, Las Animas, Lincoln, Logan, Mineral,
Moffat, Montezuma, Montrose, Morgan, Otero, Ouray, Park, Phillips, Pitkin, Prowers, Rio Blanco, Rio Grande, Routt,
Saguache, San Juan San Miguel, Sed wick Summit Teller Washington, and Yuma counties.
When work within a project is located in two or more counties, and the minimum wages and fringe benefits are different
for one or more job classifications, the higher minimum wages and fringe benefits shall apply throughout the project.
General Decision No. CO20080015
The wage and fringe benefits listed below reflect collectively bargained rates.
Code
Classification
Basic Hourly
Fringe Benefits
Last
Rate
Mod
ELECTRICIANS: (Including traffic signal installation)
Electrical work $150,000 or less (Alamosa, Archuleta, Baca,
3200
Bent, Chaffee, Conejos, Costilla, Crowley, Custer, Fremont,
22.44
10.77
1
Huerfano, Kiowa, Las Animas, Mineral, Otero, Prowers, Rio
Grande, and Saguache counties)
Electrical work over $150,000 (Alamosa, Archuleta, Baca,
3201
Bent, Chaffee, Conejos, Costilla, Crowley, Custer, Fremont,
26.59
10.90
1
Huerfano, Kiowa, Las Amas, Mineral, Otero, Prowers, Rio ni
Grande, and Saguache counties)
Electricians (Clear Creek, Eagle, Gilpin, Grand, Jackson, Lake,
3202
Logan, Morgan, Phillips, Sedgwick, Summit, Washington,
28.91
10.33
and Yuma counties)
3203
Electricians (Cheyenne, Elbert, Kit Carson, Lincoln, Park,
26.80
12.00+ 3%
and Teller counties)
Electricians (Dolores, Garfield, Gunnison, Hinsdale, La Plata,
3204
Moffat, Montezuma, Ouray, Pitkin, Rio Blanco, Routt, San Juan,
28.06
8.76
and San Miguel counties)
3205
Electricians (Delta and Montrose counties)
20.31
8.56
3206
Traffic Signal Installer (Zone 1)
23.83
4.75 + 13.75%
3207
Traffic Signal Installer (Zone 2)
26.83
4.75 + 13.75%
Traffic Installer Zone Definitions
Zone 1 — Within a 35 mile radius measured from the addresses
of the following cities:
Colorado Springs - Nevada & Bijou
Denver - Ellsworth Avenue & Broadway
Ft. Collins - Prospect & College
Grand Junction - 12th & North Avenue
Pueblo - I-25 & Highway 50
Zone 2 - All work outside these areas.
I
-6-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 02-15-08
GENERAL DECISION NUMBERS CO20080014 AND CO20080015, HIGHWAY CONSTRUCTION
General Decision No. CO20080015
The wage and fringe benefits listed below reflect collectively bargained rates.
Code
Classification
Basic Hourly
Fringe Benefits
Last
Rate
Mod
POWER EQUIPMENT OPERATORS:
3300
Bituminous or Asphalt Spreader/Laydown Machine
21.67
8.22
3301
Bulldozer
21.67
8.22
Crane:
3302
50 tons and under
21.82
8.22
3303
51 to 90 tons
21.97
8.22
3304
91 to 140 tons
22.12
8.22
3305
141 tons and over
22.88
8.22
3306
Grade Checker
21.82
8.22
Loader:
3307
Barber Green, etc., 6 cubic yards and under
21.67
8.22
3308
Over 6 cubic yards
21.82
8.22
Roller (excluding dirt and soil compaction):
3309
Self-propelled, rubber tires under 5 tons
21.32
8.22
3310
Self-propelled, all types over 5 tons
21.67
8.22
3311
Trackhoe
21.82
8.22
3312
Oiler
20.97
8.22
3313
Water Wagon
21.82
8.22
General Decision No. CO20080015
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Carpenters:
3600
Form Building and Setting (Excluding curbs and gutters)
15.92
5.38
3601
All other work
16.30
3.71
3700
Concrete Finishers/Cement Masons
15.55
2.85
3800
Groundman (Traffic signalization)
11.57
3.50
Ironworkers:
3900
Reinforcing
16.94
6.77
3901
Bridge Rail (Excluding guardrail)
16.76
6.01
-7-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 02-15-08
GENERAL DECISION NUMBERS CO20080014 AND CO20080015, HIGHWAY CONSTRUCTION
General Decision No. CO20080015
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Fringe Benefits
Last
Rate
Mod
Laborers:
4000
Asphalt Laborer/Raker
12.40
2.92
4001
Common
12.44
3.53
4002
Concrete Laborer/Mason Tender
12.44
3.10
4003
Striping -Paint Laborer (Pre -form layout and removal of
12.90
3.07
pavement markings)
4004
Traffic Director/Flagger
9.42
3.21
4005
Traffic/Sign Laborer (Sets up barricades and cones,
12.39
3.20
and installs permanent signs)
4007
Guardrail (Excludes bridgerail)
12.78
3.31
4008
Formwork (Curbs and gutters only)
12.92
4.54
4009
Landscape Laborer (Including irrigation work)
12.21
3.16
Painters:
4100
Spray
17.54
3.52
POWER EQUIPMENT OPERATORS:
4200
Asphalt Plant
17.23
1.20
4201
Asphalt Screed
16.21
3.76
4202
Backhoe
16.42
4.42
4203
Compactor (Dirt and soil only)
16.52
3.13
4204
Grader/Blade
16.39
4.20
Mechanic and or Welder (Includes heavy duty and combination
16.74
4.20
4205
mechanic welder)
4206
Post Driver/Punch Machine
16.07
4.41
4207
Rotomill Operator
16.28
4.41
4209
Scraper
17.62
3.16
-8-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 02-15-08
GENERAL DECISION NUMBERS CO20080014 AND CO20080015, HIGHWAY CONSTRUCTION
General Decision No. CO20080015
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Fringe Benefits
Last
Rate
Mod
Truck Drivers:
4400
Dump
14.15
3.83
4401
Low Boy
15.07
4.56
4402
Truck Mechanic
15.97
4.61
4403
Multipurpose Truck -Specialty and Hoisting
14.60
3.49
4404
Pickup (Including pilot car)
14.04
3.49
4405
Water Truck
14.88
2.07
4406
Distributor
15.80
5.27
WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.
Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award
only as provided in the labor standards contract clauses [29 CFR 5.5(a)(1)(ii)].
END OF GENERAL DECISION NUMBER CO20080015.
-9-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 02-15-08
GENERAL DECISION NUMBERS CO20080014 AND CO20080015, 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.
January 17, 2008
ON THE JOB TRAINING
NOTICE
This is a standard special provision that revises or modifies CDOT's Standard
Specifications for Road and Bridge Construction. It has gone through a formal review
and approval process and has been issued by CDOT's Project Development Branch with
formal instructions regarding its use on MOT construction projects. It is to be used as
written without change. Do not use modified versions of this special provision on MOT
construction projects, and do not use this special provision on CDOT projects in a
manner other than that specified in the instructions unless such use is first approved by
the Standards and Specifications Unit of the Project Development Branch. The
instructions for use on MOT construction projects appear below.
Other agencies that use the Standard Specifications for Road and Bridge Construction to
administer construction projects may use this special provision as appropriate and at their
own risk.
INSTRUCTIONS FOR USE ON CDOT CONSTRUCTION PROJECTS:
Use this standard special provision on all projects.
January 17, 2008
t
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
on projects as follows:
(a) General Requirements
1. The Contractor shall provide on the job training aimed at developing full journey workers in the type of
skilled craft involved.
2. Training and upgrading of minorities and women toward journey worker status are a primary objective of
this specification. 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 specification. 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 or utilized as a trainee in any skilled craft 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 on a permanent and regular basis. The intent of the OJT Program is
to train unskilled workers into a skilled job; the intent is not to use a previously trained and skilled worker
to meet the project training requirements. The Contractor shall satisfy this requirement by including
appropriate questions (i.e. Have you ever completed a formal training class in the craft that you are
working in? worked as a journeyman in the highway construction industry?) in the employee application
or by other suitable means. Regardless of the method used, the Contractor's records shall document the
findings in each case.
In order to enhance promotion from within the Contractor's unskilled workforce, the Contractor may utilize
an unskilled worker as a journey worker in a skilled craft, provided that the worker is paid the required
contract journey worker rate. In that event, the trainee will have an opportunity to advance to journey
worker status in and/or outside of the OJT program.
4. The minimum length and type of training for each skilled craft 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 (DOL), Bureau of
Apprenticeship and Training (BAT). The Department and the FHWA will approve a program if it is —
reasonably calculated to meet the Equal Employment obligations of the Contractor and to qualify the
average trainee for journey worker status in the skilled craft 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 will be reviewed by the CDOT Center for Equal
Opportunity 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:
CDOT Center for Equal Opportunity
4201 East Arkansas Avenue
Denver, CO 80222
The following documentation shall be submitted:
January 17, 2008
2
ON THE JOB TRAINING
A. Evidence of an approved training program.
B. A copy of the current applicable approved training program, including a copy of the applicable ratios
of trainees/apprentices to journey worker for a project.
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.
There will be no reimbursement for offsite training.
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
wage rate and fringe benefit rates will correspond with the applicable minimum wage decision for the
project. The minimum trainee wage shall be no less than the wage for the Guardrail Laborer
classification as indicated in the appropriate Davis Bacon wage decision. However, if the trainee is in a
BAT approved training program, the wage rate should be as described in the current apprenticeship
program.
8. All apprentices or trainees that are used to meet the OJT goal and/or for whom the Contractor shall
request reimbursement must first be approved by the CDOT Regional Civil Rights Manager before
commencing work on the project. The Contractor shall meet the requirements of the FHWA 1273 for all
apprentices and trainees. Approval for the apprentice or trainee to begin work on a CDOT project will be
based on information from the items listed below, and any additional criteria identified by CDOT in other
parts of this specification.
A. Evidence of the registration of the trainee or apprentice into the approved training program as
submitted by the Contractor or sponsor to the CDOT Center for Equal Opportunity.
B. The completed Form 838 for each trainee or apprentice as submitted to the Engineer.
C. The Form 838 will be reviewed and approved by the CDOT Regional Civil Rights Manager before
reimbursement will be made.
9. Within the first 100 hours of training time completed, the Contractor shall provide each trainee with a
review of the approved training program, pay scale, pension and retirement benefits, health and disability
benefits, promotional opportunities, and company policies and complaint procedure. The Contractor shall
also furnish the trainee a copy of the approved training program.
10. 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, a plan that identifies total training hours for each trainee, and the
construction phase for training each of the proposed trainees, including the duration, for this specific
project. On a monthly basis, the Contractor shall provide to the Engineer a completed On the Job Training
Progress Report (Form 832) for each approved trainee or apprentice on the project. The Form 832 will
be reviewed and approved by the Engineer before reimbursement will be made on a monthly basis. The
Contractor will be reimbursed for each approved apprentice or trainee required by the Department and
documented on Form 832, but not more than the OJT Force Account budget unless approved by the
Engineer through a Change Order. 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 Form 832 for each approved apprentice or trainee.
Progress payments may be withheld until this plan is submitted and approved and may be withheld if the
approved plan is not followed.
11. All forms referred to are available from the CDOT Center for Equal Opportunity, through the CDOT
Regional Civil Rights Manager, or on CDOT's website at
http://www.dot.state.co.us/Bidding/BidForms.htm.
January 17, 2008
3 _
ON THE JOB TRAINING
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 Form 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 Form 832 and the corresponding certified _
payrolls. To receive payment, the Forms 838 and 832 shall be completed in full and the Contractor shall
be in compliance with all requirements of this specification and the provisions of FHWA 1273.
13. Failure to provide the required training impedes the Department's federal mandate to bring women and
minorities into the construction industry. Although precise damages to the program are difficult to
calculate, they are, at a minimum, equivalent to the loss to the individuals who were the intended
beneficiaries of the program. Therefore, where the Contractor fails to provide the required number of
training hours and has failed to establish why the Contractor was unable to do so, the Contractor will be
assessed an amount equal to the following damages to be deducted from the final progress payment:
A sum representing the number of training hours specified in the Contract, minus the number of training
hours worked as certified on Form 832, multiplied by the journey worker hourly wages plus fringe benefits
[(A hours — B hours worked) x (C dollar per hour + D fringe benefits)] = Damages Assessed. The journey
worker scale is that for the skilled craft identified on the contract's wage decision document.
The Engineer will provide the Contractor with a written notice at Final Acceptance of the project informing
the Contractor of the noncompliance with this specification which will include a calculation of the damages
to be assessed.
(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 in addition to the general requirements outlined above in part (a):
1. 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 Form 838.
2. Subcontractor trainees who are enrolled in an approved Program may be used by the Contractor to satisfy
the requirements of this specification.
3. 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, a plan that identifies 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 and shall be utilized in accordance with the
applicable training program and as long as meaningful training opportunities exist. It is not required that all
trainees be utilized 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 on Form 832 the number of training hours
specified in the OJT goal assigned to the project. Reimbursement will be made only for hours worked by
an apprentice or trainee who has been approved by the Department to meet the OJT training requirement.
7. The OJT goal for the project will be included in the Project Special Provisions and will be determined by
the Regional Civil Rights Manager after considering: ..
Page is too large to OCR.
January 17, 2008
4
ON THE JOB TRAINING
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:
• • •
1
1
•
e;os fit. a8�
.11
i
11
k�
•
AS
•1
i Alai 1
•11
1� :•i.8
YI
.11
•
9. The Contractor shall have fulfilled its responsibilities under this specification if the CDOT Regional Civil
Rights Manager has determined that it has provided acceptable number of training hours specified in the
Contract in accordance with this specification.
(c) Colorado Training Program.
If the Contractor has a current approved Colorado Training Program plan, the training shall be provided according
to the following in addition to the general requirements outlined in part (a) above when applicable.
The Contractor shall comply with the requirements of the Department's procedures as defined in this
specification.
2. If the Contractor has an approved Colorado Training Program, then it shall be exempted from the contract
OJT goal, but not from the requirement to provide training in accordance with the Contractor's approved
training plan. Contractors shall have an approved Colorado Training Program Plan for the calendar year
to be able to use this option. Contractors who do not have an approved Colorado Training Program Plan
shall comply with the requirements of part (b) of this specification.
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.
January 17, 2008
5
ON THE JOB TRAINING
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 CDOT 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 apprentice or trainee required by the
Department and documented on Form 832, but not more than the OJT Force Account budget unless
approved by the Engineer by Change Order. Of the $4.80 per hour reimbursed to the Contractor, any
amount over $0.80 per hour shall be forwarded by the Contractor to the trade or labor organization(s) or
other CDOT-approved sponsor through which the Contractor obtains its trainees or apprentices (sponsor)
and shall be spent for training and recruitment. The Department will not reimburse for classroom training
or training provided on non-CDOT projects.
The Contractor shall make every effort to enroll minority and female trainees and apprentices from within
the Contractor's workforce and from the community by recruiting through public and private sources likely
to yield minority and women trainees to the extent which these recruits are available in the geographic
area.
6. 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
specification and the Contractor's approved Colorado Training Program Training Plan.
7. Contractors who are in compliance with the Colorado Training Program will receive hours credit for their
trainees whether they work on a COOT or a non-CDOT project. Contractors will be reimbursed by CDOT
only for hours worked on CDOT projects.
8. The Contractor shall comply with the affirmative action requirements in their approved Colorado Training
Program Plan.
9. The minimum required number of trainees to be employed by the Contractor shall be as shown in the
Contractor's approved Colorado Training Program Plan.
To be entitled to participate in the Colorado Training Program, the Contractor agrees to a minimum
trainee commitment based on the Contractor's average annual dollar amount of contracts with COOT
over the last three calendar years. One trainee is required for every four million dollars of contract work
with the Department. Please refer to the following table for the number of trainees required.
A Contractor or their program sponsor may obtain its three year average by contacting the OJT Manager
at the CDOT Center for Equal Opportunity, 303-757-9234.
10. The Contractor shall have fulfilled its responsibilities described in this special provision if it has remained ^
in compliance with the Colorado Training Program during the life of the Contract.
April 7, 2006
PARTNERING PROGRAM
NOTICE
This is a standard special provision that revises or modifies CDOT's Standard
Specifications for Road and Bridge Construction. It has gone through a formal
review and approval process and has been issued by CDOT's Project Development
Branch with formal instructions for its use on CDOT construction projects. It is to
be used as written without change. Do not use modified versions of this special
provision on CDOT construction projects, and do not use this special provision on
CDOT projects in a manner other than that specified in the instructions unless such
use is first approved by the Standards and Specifications Unit of the Project
Development Branch. The instructions for use on CDOT construction projects
appear below.
Other agencies which use the Standard Specifications for Road and Bridge
Construction to administer construction projects may use this special provision as
appropriate and at their own risk.
Instructions for use on CDOT construction projects:
Use this standard special provision on all projects.
The designer should add a Planned Force Account, Item 700-70011, F/A
Partnering, to the plans and project special provisions to account for costs
associated with the partnering process.
April 7, 2006
PARTNERING PROGRAM
The Colorado Department of Transportation actively encourages partnering and invites the Contractor
and his subcontractors and suppliers to participate in a voluntary partnering agreement for this project.
The following information summarizes the partnering process. More information is available through the
Resident Engineer listed in the project special provisions.
This partnership will be structured to draw on the strengths of each organization to identify and achieve
mutual goals. The objectives are effective and efficient Contract performance with reciprocal cooperation,
and completion within budget, on schedule, and in accordance with the Contract.
This partnership will be bilateral in make-up and all costs associated with this partnership will be agreed _
to by both parties and will be shared equally. The Contractor shall assume full responsibility for all costs
associated with partnering during the implementation of the partnering process. CDOT will reimburse the
Contractor for the agreed amount.
The CDOT Program Engineer or the Resident Engineer will contact the Contractor within ten days after
the award of this project to ask if the Contractor wants to implement this partnership initiative. If the
Contractor agrees, the Contractor's on -site project manager shall meet with CDOT's Resident Engineer to
plan a partnering development and team building workshop. At this planning session, arrangements shall
be made to determine the facilitator and the workshop, attendees, agenda, duration, and location.
The workshop shall be held prior to the commencement of any major work item and preferably before the
preconstruction conference. The following persons shall attend the workshop: CDOT's Resident
Engineer, Project Engineer, and key project personnel; the Contractor's on -site project manager and key
project supervision personnel; and the subcontractors' key project supervision personnel. The following
personnel shall also be invited to attend as needed: project design engineer, key local government
personnel, suppliers, design consultants, CDOT maintenance foreman, CDOT environmental manager,
key railroad personnel, and key utility personnel. The Contractor and CDOT shall also have Regional or
District managers and Corporate or State level managers on the partnering team.
Follow-up workshops may be held periodically throughout the duration of the Contract as agreed by the
Contractor and the Engineer at the initial workshop. A closeout workshop shall be held to evaluate the
effectiveness of the partnership.
The establishment of a partnership charter, which identifies the workshop participants' mutual goals on
the project, will not change the legal relationship of the parties to the Contract or relieve either party from
any terms of the Contract.
I
August 1, 2005
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
NOTICE
This is a standard special provision that revises or modifies CDOT's Standard
Specifications for Road and Bridge Construction. It has gone through a formal review
and approval process and has been issued by CDOT's Project Development Branch with
formal instructions for its use on MOT construction projects. It is to be used as written
without change. Do not use modified versions of this special provision on MOT
construction projects, and do not use this special provision on MOT projects in a
manner other than that specified in the instructions unless such use is first approved by
the Standards and Specifications Unit of the Project Development Branch. The
instructions for use on MOT construction projects appear below.
Other agencies which use the Standard Specifications for Road and Bridge Construction
to administer construction projects may use this special provision as appropriate and at
their own risk.
Instructions for use on CDOT construction projects:
Use this standard special provision on federal aid projects.
August 1,2005
1 _
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
Attached is Form FHWA 1273 titled Required Contract Provisions Federal -Aid Construction Contracts. As
described in Section I. General, the provisions of Form FHWA 1273 apply to all work performed under the
Contract and are to be included in all subcontracts.
August 1, 2005
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
FH WA-1273 Electronic version — Mara 10, 1994
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
Page
I.
General.........................................................1
II.
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
A.
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 contrac-
tor shall insert in each subcontract all of the stipulations contained
in these Required Contract Provisions, and further require their
inclusion in any lower tier subcontract or purchase order that may
in turn be made. The Required Contract Provisions shall not be
incorporated by reference in any case. The prime contractor shall
be responsible for compliance by any subcontractor or lower tier
subcontractor with these Required Contract Provisions.
3. A breach of any of the stipulations contained in these
Required Contract Provisions shall be sufficient grounds for
termination of the contract.
4. A breach of the following clauses of the Required Contract
Provisions may also be grounds for debarment as provided in 29
CFR 5.12:
Section I, paragraph 2;
Section IV, paragraphs 1, 2, 3, 4, and 7;
Section V, paragraphs 1 and 2a through 2g.
5. Disputes arising out of the labor standards provisions of
Section IV (except paragraph 5) and Section V of these Required
Contract Provisions shall not be subject to the general disputes
Cause of this contract. Such disputes shall be resolved in accor-
dance with the procedures of the U.S. Department of Labor (DOL)
as set forth in 29 CFR 5, 6, and 7. Disputes within the meaning of
this clause include disputes between the contractor (or any of its
subcontractors) and the contracting agency, the DOL, or the
contractor's employees or their representatives.
6. Selection of Labor: During the performance of this contract,
the contractor shall not:
a. discriminate against labor from any other State, posses-
sion, or territory of the United States (except for employment
preference for Appalachian contracts, when applicable, as
specified in Attachment A), or
b. employ convict labor for any purpose within the limits of
the project unless it is labor performed by convicts who are on
parole, supervised release, or probation.
It. 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, miss, regulations (28 CFR 35, 29 CFR
1630 and 41 CFR 60) and orders of the Secretary of Labor as
modified by the provisions prescribed herein, and imposed
pursuant to 23 U.S.C. 140 shall constitute the EEO and specific
affirmative action standards for the contractor's project activities
under this contract. The Equal Opportunity Construction Contract
Specifications set forth under 41 CFR 60-4.3 and the provisions of
the American Disabilities Act of 1990 (42 U.S.C. 12101 at seq.) set
forth under 28 CFR 35 and 29 CFR 1630 are incorporated by
reference in this contract. In the execution of this contract, the
contractor agrees to comply with the following minimum specific
requirement activities of EEO:
a. The contractor will work with the State highway agency
(SHA) and the Federal Government in carrying out EEO obligations
and in their review of his/her activities under the contract.
b. The contractor will accept as his operating policy the
following statement:
"It is the policy of this Company to assure that applicants
are employed, and that employees are treated during
employment, without regard to their race, religion, sex,
color, national origin, age or disability. Such action shall
include: employment, upgrading, demotion, or transfer;
recruitment or recruitment advertising; layoff or termination;
rates of pay or other forms of compensation; and selection
for training, including apprenticeship, preapprenticeship,
and/or on-the-job training."
2. EEO Officer: The contractor will designate and make known
to the SHA contracting officers an EEO Officer who will have the
responsibility for and must be capable of effectively administering
and promoting an active contractor program of EEO and who must
be assigned adequate authority and responsibility to do so.
3. Dissemination of Policy: All members of the contractor's
staff who are authorized to hire, supervise, promote, and discharge
employees, or who recommend such action, or who are
substantially involved in such action, will be made fully cognizant
of, and will implement, the contractor's EEO policy and contractual
responsibilities to provide EEO in each grade and classification of
employment. To ensure that the above agreement will be met, the
following actions will be taken as a minimum:
a. Periodic meetings of supervisory and personnel office
employees will be conducted before the start of work and then not
less often than once every six months, at which time the contract-
or's EEO policy and its implementation will be reviewed and
explained. The meetings will be conducted by the EEO Officer.
August 1, 2005
3
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
b. All new supervisory or personnel office employees will be
given a thorough indoctrination by the EEO Officer, covering all
major aspects of the contractor's EEO obligations within thirty days
following their reporting for duty with the contractor.
c. All personnel who are engaged in direct recruitment for
the project will be instructed by the EEO Officer in the contractor's
procedures for locating and hiring minority group employees.
d. Notices and posters setting forth the contractor's EEO
policy will be placed in areas readily accessible to employees,
applicants for employment and potential employees.
e. The contractor's EEO policy and the procedures to
implement such policy will be brought to the attention of employees
by means of meetings, employee handbooks, or other appropriate
means.
4. Recruitment: When advertising for employees, the contrac-
tor will include in all advertisements for employees the notation:
"An Equal Opportunity Employer." All such advertisements will be
placed in publications having a large circulation among minority
groups in the area from which the project work force would
normally be derived.
a. The contractor will, unless precluded by a valid bargaining
agreement, conduct systematic and direct recruitment through
public and private employee referral sources likely to yield qualified
minority group applicants. To meet this requirement, the contractor
will identify sources of potential minority group employees, and
establish with such identified sources procedures whereby minority
group applicants may be referred to the contractor for employment
consideration.
b. In the event the contractor has a valid bargaining agree-
ment providing for exclusive hiring hall referrals, he is expected to
observe the provisions of that agreement to the extent that the
system permits the contractor's compliance with EEO contract
provisions. (The DOL has held that where implementation of such
agreements have the effect of discriminating against minorities or
women, or obligates the contractor to do the same, such imple-
mentation violates Executive Order 11246, as amended.)
c. The contractor will encourage his present employees to
refer minority group applicants for employment. Information and
procedures with regard to referring minority group applicants will be
discussed with employees.
5. Personnel Actions: Wages, working conditions, and
employee benefits shall be established and administered, and
personnel actions of every type, including hiring, upgrading,
promotion, transfer, demotion, layoff, and termination, shall be
taken without regard to race, color, religion, sex, national origin,
age or disability. The following procedures shall be followed:
a. The contractor will conduct periodic inspections of project
sites to insure that working conditions and employee facilities do
not indicate discriminatory treatment of project site personnel.
b. The contractor will periodically evaluate the spread of
wages paid within each classification to determine any evidence of
discriminatory wage practices.
c. The contractor will periodically review selected personnel
actions in depth to determine whether there is evidence of discrimi-
nation. Where evidence is found, the contractor will promptly take
corrective action. If the review indicates that the discrimination
may extend beyond the actions reviewed, such corrective action
shall include all affected persons.
d. The contractor will promptly investigate all complaints of
alleged discrimination made to the contractor in connection with his
obligations under this contract, will attempt to resolve such com-
plaints, and will take appropriate corrective action within a reason-
able time. If the investigation indicates that the discrimination may
affect persons other than the complainant, such corrective action
shall include such other persons. Upon completion of each
investigation, the contractor will inform every complainant of all of
his avenues of appeal.
6. Training and Promotion:
a. The contractor will assist in locating, qualifying, and
increasing the skills of minority group and women employees, and
applicants for employment.
b. Consistent with the contractor's work force requirements
and as permissible under Federal and State regulations, the
contractor shall make full use of training programs, i.e., appren-
ticeship, and on-the-job training programs for the geographical
area of contract performance. Where feasible, 25 percent of
apprentices or trainees in each occupation shall be in their first
year of apprenticeship or training. In the event a special provision
for training is provided under this contract, this subparagraph will
be superseded as indicated in the special provision.
c. The contractor will advise employees and applicants for
employment of available training programs and entrance require-
ments for each.
d. The contractor will periodically review the training and
promotion potential of minority group and women employees and
will encourage eligible employees to apply for such training and
promotion.
7. Unions: If the contractor relies in whole or in part upon
unions as a source of employees, the contractor will use his/her
best efforts to obtain the cooperation of such unions to increase
opportunities for minority groups and women within the unions, and
to effect referrals by such unions of minority and female
employees. Actions by the contractor either directly or through a
contractor's association acting as agent will include the procedures
set forth below:
a. The contractor will use best efforts to develop, in coopera-
tion with the unions, joint training programs aimed toward qualifying
more minority group members and women for membership in the
unions and increasing the skills of minority group employees and
women so that they may qualify for higher paying employment.
b. The contractor will use best efforts to incorporate an EEO
clause into each union agreement to the end that such union will
be contractually bound to refer applicants without regard to their
race, color, religion, sex, national origin, age or disability.
c. The contractor is to obtain information as to the referral
practices and policies of the labor union except that to the extent
such information is within the exclusive possession of the labor
union and such labor union refuses to furnish such information to
the contractor, the contractor shall so certify to the SHA and shall
set forth what efforts have been made to obtain such information.
d. In the event the union is unable to provide the contractor
with a reasonable flow of minority and women referrals within the
time limit set forth in the collective bargaining agreement, the
contractor will, through independent recruitment efforts, fill the
employment vacancies without regard to race, color, religion, sex,
national origin, age or disability; making full efforts to obtain
qualified and/or qualifiable minority group persons and women.
(The DOL has held that it shall be no excuse that the union with
which the contractor has a collective bargaining agreement provid-
ing for exclusive referral failed to refer minority employees.) In the
August 1, 2005
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
event the union referral practice prevents the contractor from
meeting the obligations pursuant to Executive Order 11246, as
amended, and these special provisions, such contractor shall
immediately notify the SHA.
8. Selection of Subcontractors, Procurement of Materials
and Leasing of Equipment: The contractor shall not discriminate
on the grounds of race, color, religion, sex, national origin, age or
disability in the selection and retention of subcontractors, including
procurement of materials and leases of equipment.
a. The contractor shall notify all potential subcontractors and
suppliers of his/her EEO obligations under this contract.
b. Disadvantaged business enterprises (DBE), as defined in
49 CFR 23, shall have equal opportunity to compete for and
perform subcontracts which the contractor enters into pursuant to
this contract. The contractor will use his best efforts to solicit bids
from and to utilize DBE subcontractors or subcontractors with
meaningful minority group and female representation among their
employees. Contractors shall obtain lists of DBE construction firms
from BHA personnel.
C. The contractor will use his best efforts to ensure subcon-
tractor compliance with their EEO obligations.
9. Records and Reports: The contractor shall keep such
records as necessary to document compliance with the EEO
requirements. Such records shall be retained for a period of three
years following completion of the contract work and shall be
available at reasonable times and places for inspection by autho-
rized representatives of the SHA and the FHWA.
a. The records kept by the contractor shall document the
following:
(1) The number of minority and non -minority group
members and women employed in each work classification on the
project;
(2) The progress and efforts being made in cooperation
with unions, when applicable, to increase employment opportuni-
ties for minorities and women;
(3) The progress and efforts being made in locating,
hiring, training, qualifying, and upgrading minority and female
employees; and
(4) The progress and efforts being made in securing the
services of DBE subcontractors or subcontractors with meaningful
minority and female representation among their employees.
b. The contractors will submit an annual report to the SHA
each July for the duration of the project, indicating the number of
minority, women, and non -minority group employees currently
engaged in each work classification required by the contract work.
This information is to be reported on Form FHWA-1391. If on -the -
job training is being required by special provision, the contractor
will be required to collect and report training data.
III. NONSEGREGATED FACILITIES
(Applicable to all Federal -aid construction contracts and to all
related subcontracts of $10,000 or more.)
a. By submission of this bid, the execution of this contract or
subcontract, or the consummation of this material supply agree-
ment or purchase order, as appropriate, the bidder, Federal -aid
construction contractor, subcontractor, material supplier, or vendor,
as appropriate, certifies that the firm does not maintain or provide
for its employees any segregated facilities at any of its establish-
ments, and that the firm does not permit its employees to perform
their services at any location, under its control, where segregated
facilities are maintained. The firm agrees that a breach of this
certification is a violation of the EEO provisions of this contract.
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(bx2) of the Davis -Bacon Act (40
U.S.C. 276a) on behalf of laborers or mechanics are considered
wages paid to such laborers or mechanics, subject to the provi-
sions of Section IV, paragraph 3b, hereof. Also, for the purpose of
this Section, regular contributions made or costs incurred for more
than a weekly period (but not less often than quarterly) under
plans, funds, or programs, which cover the particular weekly
period, are deemed to be constructively made or incurred during
such weekly period. Such laborers and mechanics shall be paid
the appropriate wage rate and fringe benefits on the wage
determination for the classification of work actually performed,
without regard to skill, except as provided in paragraphs 4 and 5 of
this Section IV.
b. Laborers or mechanics performing work in more than one
classification may be compensated at the rate specified for each
classification for the time actually worked therein, provided, that the
employer's payroll records accurately set forth the time spent in
each classification in which work is performed.
August 1, 2005
5
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
c. All rulings and interpretations of the Davis -Bacon Act and
related acts contained in 29 CFR 1, 3, and 5 are herein incorpo-
rated by reference in this contract.
2. Classification:
a. The SHA contracting officer shall require that any class of
laborers or mechanics employed under the contract, which is not
listed in the wage determination, shall be classified in conformance
with the wage determination.
b. The contracting officer shall approve an additional
classification, wage rate and fringe benefits only when the following
criteria have been met:
(1) the work to be performed by the additional classifi-
cation requested is not performed by a classification in the wage
determination;
(2) the additional classification is utilized in the area by
the construction industry;
(3) the proposed wage rate, including any bona fide
fringe benefits, bears a reasonable relationship to the wage rates
contained in the wage determination; and
(4) with respect to helpers, when such a classification
prevails in the area in which the work is performed.
c. If the contractor or subcontractors, as appropriate, the
laborers and mechanics (if known) to be employed in the additional
classification or their representatives, and the contracting officer
agree on the classification and wage rate (including the amount
designated for fringe benefits where appropriate), a report of the
action taken shall be sent by the contracting officer to the DOL,
Administrator of the Wage and Hour Division, Employment Stan-
dards Administration, Washington, D.C. 20210. The Wage and
Hour Administrator, or an authorized representative, will approve,
modify, or disapprove every additional classification action within
30 days of receipt and so advise the contracting officer or will notify
the contracting officer within the 30-day period that additional time
is necessary.
d. In the event the contractor or subcontractors, as appro-
priate, the laborers or mechanics to be employed in the additional
classification or their representatives, and the contracting officer do
not agree on the proposed classification and wage rate (including
the amount designated for fringe benefits, where appropriate), the
contracting officer shall refer the questions, including the views of
all interested parties and the recommendation of the contracting
officer, to the Wage and Hour Administrator for determination.
Said Administrator, or an authorized representative, will issue a
determination within 30 days of receipt and so advise the
contracting officer or will notify the contracting officer within the 30-
day period that additional time is necessary
e. The wage rate (including fringe benefits where appropri-
ate) determined pursuant to paragraph 2c or 2d of this Section IV
shall be paid to all workers performing work in the addifional
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 rase 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 for the
classification of work actually performed. In addition, any appren-
tice performing work on the job site in excess of the ratio permitted
under the registered program shall be paid not less than the
applicable wage rate on the wage determination for the work
actually performed. Where a contractor or subcontractor is
performing construction on a project in a locality other than that in
which its program is registered, the ratios and wage rates (ex-
pressed in percentages of the journeyman -level hourly rate)
specified in the contractor's or subcontractor's registered program
shall be observed.
(3) Every apprentice must be paid at not less than the
rate specified in the registered program for the apprentice's level of
progress, expressed as a percentage of the journeyman -level
hourly rate specified in the applicable wage determination.
Apprentices shall be paid fringe benefits in accordance with the
provisions of the apprenticeship program. If the apprenticeship
program does not specify fringe benefits, apprentices must be paid
the full amount of fringe benefits listed on the wage determination
for the applicable classification. If the Administrator for the Wage
and Hour Division determines that a different practice prevails for
the applicable apprentice classification, fringes shall be paid in
accordance with that determination.
(4) In the event the Bureau of Apprenticeship and
Training, or a State apprenticeship agency recognized by the
Bureau, withdraws approval of an apprenticeship program, the
contractor or subcontractor will no longer be permitted to utilize
apprentices at less than the applicable predetermined rate for the
comparable work performed by regular employees until an accept-
able program is approved.
b. Trainees:
(1) Except as provided in 29 CFR 5.16, trainees will not
be permitted to work at less than the predetermined rate for the
Page is too large to OCR.
August 1, 2005
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
work performed unless they are employed pursuant to and
individually registered in a program which has received prior
approval, evidenced by formal certification by the DOL, Employ-
ment and Training Administration.
(2) The ratio of trainees to journeyman -level employees
on the job site shall not be greater than permitted under the plan
approved by the Employment and Training Administration. Any
employee listed on the payroll at a trainee rate who is not regis-
tered and participating in a training plan approved by the Employ-
ment and Training Administration shall be paid not less than the
applicable wage rate on the wage determination for the classifica-
tion of work actually performed. In addition, any trainee performing
work on the job site in excess of the ratio permitted under the
registered program shall be paid not less than the applicable wage
rate on the wage determination for the work actually performed.
(3) Every trainee must be paid at not less than the rate
specified in the approved program for his/her level of progress,
expressed as a percentage of the journeyman -level hourly rate
specified in the applicable wage determination. Trainees shall be
paid fringe benefits in accordance with the provisions of the trainee
program. If the trainee program does not mention fringe benefits,
trainees shall be paid the full amount of fringe benefits listed on the
wage determination unless the Administrator of the Wage and Hour
Division determines that there is an apprenticeship program
associated with the corresponding joumeyman-level wage rate on
the wage determination which provides for less than full fringe
benefits for apprentices, in which case such trainees shall receive
the same fringe benefits as apprentices.
(4) In the event the Employment and Training Adminis-
tration withdraws approval of a training program, the contractor or
subcontractor will no longer be permitted to utilize trainees at less
than the applicable predetermined rate for the work performed until
an acceptable program is approved.
c. Helpers:
Helpers will be permitted to work on a project if the
helper classification is specified and defined on the applicable
wage determination or is approved pursuant to the conformance
procedure set forth in Section IV.2. Any worker listed on a payroll
at a helper wage rate, who is not a helper under a approved defini-
tion, shall be paid not less than the applicable wage rate on the
wage determination for the classification of work actually per-
formed.
5. Apprentices and Trainees (Programs of the U.S. DOT):
Apprentices and trainees working under apprenticeship and
skill training programs which have been certified by the Secretary
of Transportation as promoting EEO in connection with Federal -
aid highway construction programs are not subject to the require-
ments of paragraph 4 of this Section IV. The straight time hourly
wage rates for apprentices and trainees under such programs will
be established by the particular programs. The ratio of apprentices
and trainees to journeymen shall not be greater than permitted by
the terms of the particular program.
6. Withholding:
The SHA shall upon its own action or upon written request
of an authorized representative of the DOL withhold, or cause to be
withheld, from the contractor or subcontractor under this contract or
any other Federal contract with the same prime contractor, or any
other Federally -assisted contract subject to Davis -Bacon prevailing
wage requirements which is held by the same prime contractor, as
much of the accrued payments or advances as may be considered
necessary to pay laborers and mechanics, including apprentices,
trainees, and helpers, employed by the contractor or any subcon-
tractor the full amount of wages required by the contract. In the
event of failure to pay any laborer or mechanic, including any
apprentice, trainee, or helper, employed or working on the site of
the work, all or part of the wages required by the contract, the SHA
contracting officer may, after written notice to the contractor, take
such action as may be necessary to cause the suspension of any
further payment, advance, or guarantee of funds until such
violations have ceased.
7. Overtime Requirements:
No contractor or subcontractor contracting for any part of
the contract work which may require or involve the employment of
laborers, mechanics, watchmen, or guards (including apprentices,
trainees, and helpers described in paragraphs 4 and 5 above) shall
require or permit any laborer, mechanic, watchman, or guard in any
workweek in which he/she is employed on such work, to work in
excess of 40 hours in such workweek unless such laborer,
mechanic, watchman, or guard receives compensation at a rate not
less than one -and -one-half times his/her basic rate of pay for all
hours worked in excess of 40 hours in such workweek.
8. Violation:
Liability for Unpaid Wages; Liquidated Damages: In the
event of any violation of the clause set forth in paragraph 7 above,
the contractor and any subcontractor responsible thereof shall be
liable to the affected employee for his/her unpaid wages. In
addition, such contractor and subcontractor shall be liable to the
United States (in the case of work done under contract for the
District of Columbia or a territory, to such District or to such
territory) for liquidated damages. Such liquidated damages shall
be computed with respect to each individual laborer, mechanic,
watchman, or guard employed in violation of the clause set forth in
paragraph 7, in the sum of $10 for each calendar day on which
such employee was required or permitted to work in excess of the
standard work week of 40 hours without payment of the overtime
wages required by the clause set forth in paragraph 7.
9. Withholding for Unpaid Wages and Liquidated Damages:
The SHA shall upon its own action or upon written request
of any authorized representative of the DOL withhold, or cause to
be withheld, from any monies payable on account of work
performed by the contractor or subcontractor under any such
contract or any other Federal contract with the same prime
contractor, or any other Federally -assisted contract subject to the
Contract Work Hours and Safety Standards Act, which is held by
the same prime contractor, such sums as may be determined to be
necessary to satisfy any liabilities of such contractor or
subcontractor for unpaid wages and liquidated damages as
provided in the clause set forth in paragraph 8 above.
V. STATEMENTS AND PAYROLLS
(Applicable to all Federal -aid construction contracts exceeding
$2,000 and to all related subcontracts, except for projects located
on roadways classified as local roads or rural collectors, which are
exempt.)
1. Compliance with Copeland Regulations (29 CFR 3):
The contractor shall comply with the Copeland Regulations of
the Secretary of Labor which are herein incorporated by reference.
2. Payrolls and Payroll Records:
a. Payrolls and basic records relating thereto shall be
maintained by the contractor and each subcontractor during the
course of the work and preserved for a period of 3 years from the
date of completion of the contract for all laborers, mechanics,
apprentices, trainees, watchmen, helpers, and guards working at
the site of the work.
August 1,2005
7
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
b. The payroll records shall contain the name, social
security number, and address of each such employee; his or her
correct classification; hourly rates of wages paid (including rates of
contributions or costs anticipated for bona fide fringe benefits or
cash equivalent thereof the types described in Section 1(b)(2)(B) of
the Davis Bacon Act); daily and weekly number of hours worked;
deductions made; and actual wages paid. In addition, for Appala-
chian contracts, the payroll records shall contain a notation indicat-
ing whether the employee does, or does not, normally reside in the
labor area as defined in Attachment A, paragraph 1. Whenever the
Secretary of Labor, pursuant to Section IV, paragraph 3b, has
found that the wages of any laborer or mechanic include the
amount of any costs reasonably anticipated in providing benefits
under a plan or program described in Section 1(b)(2)(B) of the
Davis Bacon Act, the contractor and each subcontractor shall
maintain records which show that the commitment to provide such
benefits is enforceable, that the plan or program is financially
responsible, that the plan or program has been communicated in
writing to the laborers or mechanics affected, and show the cost
anticipated or the actual cost incurred in providing benefits.
Contractors or subcontractors employing apprentices or trainees
under approved programs shall maintain written evidence of the
registration of apprentices and trainees, and ratios and wage rates
prescribed in the applicable programs.
c. Each contractor and subcontractor shall furnish, each
week in which any contract work is performed, to the SHA resident
engineer a payroll of wages paid each of its employees (including
apprentices, trainees, and helpers, described in Section IV, para-
graphs 4 and 5, and watchmen and guards engaged on work
during the preceding weekly payroll period). The payroll submitted
shall set out accurately and completely all of the information
required to be maintained under paragraph 2b of this Section V.
This information may be submitted in any form desired. Optional
Form WH-347 is available for this purpose and may be purchased
from the Superintendent of Documents (Federal stock number 029-
005-0014-1), U.S. Government Printing Office, Washington, D.C.
20402. The prime contractor is responsible for the submission of
copies of payrolls by all subcontractors.
d. Each payroll submitted shall be accompanied by a
"Statement of Compliance," signed by the contractor or subcon-
tractor or his/her agent who pays or supervises the payment of the
persons employed under the contract and shall certify the follow-
ing:
(1) that the payroll for the payroll period contains the
Information required to be maintained under paragraph 2b of this
Section V and that such information is correct and complete;
(2) that such laborer or mechanic (including each helper,
apprentice, and trainee) employed on the contract during the
payroll period has been paid the full weekly wages earned, without
rebate, either directly or indirectly, and that no deductions have
been made either directly or indirectly from the full wages earned,
other than permissible deductions as set forth in the Regulations,
29 CFR 3;
(3) that each laborer or mechanic has been paid not less
that the applicable wage rate and fringe benefits or cash equivalent
for the classification of worked performed, as specified in the
applicable wage determination incorporated into the contract.
e. The weekly submission of a properly executed certifica-
tion set forth on the reverse side of Optional Form WH-347 shall
satisfy the requirement for submission of the "Statement of
Compliance" required by paragraph 2d of this Section V.
f. The falsification of any of the above certifications may
subject the contractor to civil or criminal prosecution under 18
U.S.C. 1001 and 31 U.S.C. 231.
g. The contractor or subcontractor shall make the records
required under paragraph 2b of this Section V available for inspec-
tion, copying, or transcription by authorized representatives of the
SHA, the FHWA, or the DOL, and shall permit such representatives
to interview employees during working hours on the job. If the
contractor or subcontractor fails to submit the required records or
to make them available, the SHA, the FHWA, the DOL, or all may,
after written notice to the contractor, sponsor, applicant, or owner,
take such actions as may be necessary to cause the suspension of
any further payment, advance, or guarantee of funds.
Furthermore, failure to submit the required records upon request or
to make such records available may be grounds for debarment
action pursuant to 29 CFR 5.12.
VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR
1. On all Federal -aid contracts on the National Highway
System, except those which provide solely for the installation of
protective devices at railroad grade crossings, those which are
constructed on a force account or direct labor basis, highway
beautification contracts, and contracts for which the total final
construction cost for roadway and bridge is less than $1,000,000
(23 CFR 635) the contractor shall:
a. Become familiar with the list of specific materials and
supplies contained in Form FHWA-47, "Statement of Materials and
Labor Used by Contractor of Highway Construction Involving
Federal Funds," prior to the commencement of work under this
contract.
b. Maintain a record of the total cost of all materials and
supplies purchased for and incorporated in the work, and also of
the quantities of those specific materials and supplies listed on
Form FHWA-47, and in the units shown on Form FHWA-47.
c. Furnish, upon the completion of the contract, to the SHA
resident engineer on Form FHWA-47 together with the data
required in paragraph 1b relative to matedals and supplies, a final
labor summary of all contract work indicating the total hours
worked and the total amount earned.
2. At the prime contractor's option, either a single report
covering all contract work or separate reports for the contractor and
for each subcontract shall be submitted.
VII. SUBLETTING OR ASSIGNING THE CONTRACT
1. The contractor shall perform with its own organization
contract work amounting to not less than 30 percent (or a greater
percentage if specified elsewhere in the contract) of the total
original contract price, excluding any specialty items designated by
the State. Specialty items may be performed by subcontract and
the amount of any such specialty items performed may be
deducted from the total original contract price before computing the
amount of work required to be performed by the contractor's own
organization (23 CFR 635).
a. "Its own organization" shall be construed to include only
workers employed and paid directly by the prime contractor and
equipment owned or rented by the prime contractor, with or without
operators. Such term does not include employees or equipment of
a subcontractor, assignee, or agent of the prime contractor.
b. "Specialty Items" shall be construed to be limited to work
that requires highly specialized knowledge, abilities, or equipment
not ordinarily available in the type of contracting organizations
qualified and expected to bid on the contract as a whole and in
general are to be limited to minor components of the overall
contract.
August 1, 2005
8
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
2. The contract amount upon which the requirements set forth in
paragraph 1 of Section VII is computed includes the cost of
material and manufactured products which are to be purchased or
produced by the contractor under the contract provisions.
3. The contractor shall furnish (a) a competent superintendent
or supervisor who is employed by the firm, has full authority to
direct performance of the work in accordance with the contract
requirements, and is in charge of all construction operations
(regardless of who performs the work) and (b) such other of its own
organizational resources (supervision, management, and engineer-
ing services) as the SHA contracting officer determines is neces-
sary to assure the performance of the contract.
4. No portion of the contract shall be sublet, assigned or
otherwise disposed of except with the written consent of the SHA
contracting officer, or authorized representative, and such consent
when given shall not be construed to relieve the contractor of any
responsibility for the fulfillment of the contract. Written consent will
be given only after the SHA has assured that each subcontract is
evidenced in writing and that it contains all pertinent provisions and
requirements of the prime contract.
Vill. SAFETY: ACCIDENT PREVENTION
1. In the performance of this contract the contractor shall
comply with all applicable Federal, State, and local laws governing
safety, health, and sanitation (23 CFR 635). The contractor shall
provide all safeguards, safety devices and protective equipment
and take any other needed actions as it determines, or as the SHA
contracting officer may determine, to be reasonably necessary to
protect the life and health of employees on the job and the safety of
the public and to protect property in connection with the
performance of the work covered by the contract.
2. It is a condition of this contract, and shall be made a condition
of each subcontract, which the contractor enters into pursuant to
this contract, that the contractor and any subcontractor shall not
permit any employee, in performance of the contract, to work in
surroundings or under conditions which are unsanitary, hazardous
or dangerous to his/her health or safety, as determined under
construction safety and health standards (29 CFR 1926)
promulgated by the Secretary of Labor, in accordance with Section
107 of the Contract Work Hours and Safety Standards Act
(40 U.S.C. 333).
3. Pursuant to 29 CFR 1926.3, it is a condition of this contract
that the Secretary of Labor or authorized representative thereof,
shall have right of entry to any site of contract performance to
inspect or investigate the matter of compliance with the construc-
tion safety and health standards and to carry out the duties of the
Secretary under Section 107 of the Contract Work Hours and
Safety Standards Act (40 U.S.C. 333).
IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS
In order to assure high quality and durable construction in
conformity with approved plans and specifications and a high
degree of reliability on statements and representations made by
engineers, contractors, suppliers, and workers on Federal -aid
highway projects, it is essential that all persons concerned with the
project perform their functions as carefully, thoroughly, and
honestly as possible. Willful falsification, distortion, or misrepre-
sentation with respect to any facts related to the project is a
violation of Federal law. To prevent any misunderstanding
regarding the seriousness of these and similar acts, the following
notice shall be posted on each Federal -aid highway project (23
CFR 635) in one or more places where it is readily available to all
persons concerned with the project:
NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL -AID
HIGHWAY PROJECTS
18 U.S.C. 1020 reads as follows:
"Whoever, being an officer, agent, or employee of the United
States, or of any State or Territory, or whoever, whether a person,
association, firm, or corporation, knowingly makes any false
statement, false representation, or false report as to the character,
quality, quantity, or cost of the material used or to be used, or the
quantity or quality of the work performed or to be performed, or the
cost thereof in connection with the submission of plans, maps,
specifications, contracts, or costs of construction on any highway
or related project submitted for approval to the Secretary of
Transportation; or
Whoever knowingly makes any false statement, false represen-
tation, false report or false claim with respect to the character,
quality, quantity, or cost of any work performed or to be performed,
or materials furnished or to be furnished, in connection with the
construction of any highway or related project approved by the
Secretary of Transportation; or
Whoever knowingly makes any false statement or false repre-
sentation as to material fact in any statement, certificate, or report
submitted pursuant to provisions of the Federal -aid Roads Act
approved July 21, 1916, (39 Stat. 355), as amended and supple-
mented;
Shall be fined not more that $10,000 or imprisoned not more
than 5 years or both."
X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL
WATER POLLUTION CONTROL ACT
(Applicable to all Federal -aid construction contracts and to all
related subcontracts of $100,000 or more.)
By submission of this bid or the execution of this contract, or
subcontract, as appropriate, the bidder, Federal -aid construction
contractor, or subcontractor, as appropriate, will be deemed to
have stipulated as follows:
1. That any facility that is or will be utilized in the performance of
this contract, unless such contract is exempt under the Clean Air
Act, as amended (42 U.S.C. 1857 at sec., as amended by Pub.L.
91-604), and under the Federal Water Pollution Control Act, as
amended (33 U.S.C. 1251 at sea., as amended by Pub.L. 92-500),
Executive Order 11738, and regulations in implementation thereof
(40 CFR 15) is not listed, on the date of contract award, on the
U.S. Environmental Protection Agency (EPA) List of Violating
Facilities pursuant to 40 CFR 15.20.
2. That the firm agrees to comply and remain in compliance with
all the requirements of Section 114 of the Clean Air Act and
Section 308 of the Federal Water Pollution Control Act and all
regulations and guidelines listed thereunder.
3. That the firm shall promptly notify the SHA of the receipt of any
communication from the Director, Office of Federal Activities, EPA,
indicating that a facility that is or will be utilized for the contract is
under consideration to be listed on the EPA List of Violating
Facilities.
4. That the firm agrees to include or cause to be included the
requirements of paragraph 1 through 4 of this Section X in every
nonexempt subcontract, and further agrees to take such action as
the government may direct as a means of enforcing such require-
ments.
XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION,
INELIGIBILITY AND VOLUNTARY EXCLUSION
August 1,2005
9
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
1. Instructions for Certification - Primary Covered Transac-
tions:
(Applicable to all Federal -aid contracts - 49 CFR 29)
a. By signing and submitting this proposal, the prospective
primary participant is providing the certification set out below.
b. The inability of a person to provide the certification set out
below will not necessarily result in denial of participation in this
covered transaction. The prospective participant shall submit an
explanation of why it cannot provide the certification set out below.
The certification or explanation will be considered in connection
with the department or agency's determination whether to enter
into this transaction. However, failure of the prospective primary
participant to furnish a certification or an explanation shall disquali-
fy such a person from participation in this transaction.
c. The certification in this clause is a material representation
of fact upon which reliance was placed when the department or
agency determined to enter into this transaction. If it is later
determined that the prospective primary participant knowingly
rendered an erroneous certification, in addition to other remedies
available to the Federal Government, the department or agency
may terminate this transaction for cause of default.
d. The prospective primary participant shall provide immedi-
ate written notice to the department or agency to whom this
proposal is submitted if any time the prospective primary partici-
pant learns that its certification was erroneous when submitted or
has become erroneous by reason of changed circumstances.
e. The terms "covered transaction," "debarred," "suspend-
ed," "ineligible," 'lower tier covered transaction," "participant,"
"person," "primary covered transaction," "principal,"'proposal," and
"voluntarily excluded," as used in this clause, have the meanings
set out in the Definitions and Coverage sections of rules imple-
menting Executive Order 12549. You may contact the department
or agency to which this proposal is submitted for assistance in
obtaining a copy of those regulations.
I. The prospective primary participant agrees by submitting
this proposal that, should the proposed covered transaction be
entered into, it shall not knowingly enter into any lower tier covered
transaction with a person who is debarred, suspended, declared
ineligible, or voluntarily excluded from participation in this covered
transaction, unless authorized by the department or agency
entering into this transaction.
g. The prospective primary participant further agrees by
submitting this proposal that it will include the clause titled "Certifi-
cation Regarding Debarment, Suspension, Ineligibility and Volun-
tary Exclusion -Lower Tier Covered Transaction," provided by the
department or agency entering into this covered transaction,
without modification, in all lower tier covered transactions and in all
solicitations for lower tier covered transactions.
h. A participant in a covered transaction may rely upon a
certification of a prospective participant in a lower tier covered
transaction that is not debarred, suspended, ineligible, or volun-
tarily excluded from the covered transaction, unless it knows that
the certification is erroneous. A participant may decide the method
and frequency by which it determines the eligibility of its principals.
Each participant may, but is not required to, check the nonprocure-
menl portion of the "Lists of Parties Excluded From Federal
Procurement or Nonprocurement Programs" (Nonprocurement List)
which is compiled by the General Services Administration.
I. Nothing contained in the foregoing shall be construed to
require establishment of a system of records in order to render in
good faith the certification required by this clause. The knowledge
and information of participant is not required to exceed that which
is normally possessed by a prudent person in the ordinary course
of business dealings.
j. Except for transactions authorized under paragraph f of
these instructions, if a participant in a covered transaction knowing-
ly enters into a lower tier covered transaction with a person who is
suspended, debarred, ineligible, or voluntarily excluded from
participation in this transaction, in addition to other remedies
available to the Federal Government, the department or agency
may terminate this transaction for cause or default.
Certification Regarding Debarment, Suspension, Ineligibility
and Voluntary Exclusion --Primary Covered Transactions
1. The prospective primary participant certifies to the best of its
knowledge and belief, that it and its principals:
a. Are not presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from
covered transactions by any Federal department or agency;
b. Have not within a 3-year period preceding this proposal
been convicted of or had a civil judgement rendered against them
for commission of fraud or a criminal offense in connection with
obtaining, attempting to obtain, or performing a public (Federal,
State or local) transaction or contract under a public transaction;
violation of Federal or State antitrust statutes or commission of
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 default.
2. Where the prospective primary participant is unable to certify
to any of the statements in this certification, such prospective
participant shall attach an explanation to this proposal.
2. Instructions for Certification - Lower Tier Covered
Transactions:
(Applicable to all subcontracts, purchase orders and other lower
tier transactions of $25,000 or more - 49 CFR 29)
a. By signing and submitting this proposal, the prospective
lower tier is providing the certification set out below.
b. The certification in this clause is a material representation
of fact upon which reliance was placed when this transaction was
entered into. If it is later determined that the prospective lower fier
participant knowingly rendered an erroneous certification, in
addition to other remedies available to the Federal Government,
the department, or agency with which this transaction originated
may pursue available remedies, including suspension and/or
debarment.
c. The prospective lower tier participant shall provide
immediate written notice to the person to which this proposal is
submitted if at any time the prospective lower tier participant learns
August 1, 2005
10
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
that its certification was erroneous by reason of changed circum-
stances.
d. The terms "covered transaction," "debarred," "suspend-
ed," "ineligible," "primary covered transaction" "participant,"
"person," 'principal," "proposal," and "voluntarily excluded," as
used in this clause, have the meanings set out in the Definitions
and Coverage sections of rules implementing Executive Order
12549. You may contact the person to which this proposal is
submitted for assistance in obtaining a copy of those regulations.
e. The prospective lower tier participant agrees by submit-
ting this proposal that, should the proposed covered transaction be
entered into, it shall not knowingly enter into any lower tier covered
transaction with a person who is debarred, suspended, declared
ineligible, or voluntarily excluded from participation in this covered
transaction, unless authorized by the department or agency with
which this transaction originated.
I. The prospective lower tier participant further agrees by
submitting this proposal that it will include this clause titled
"Certification Regarding Debarment, Suspension, Ineligibility and
Voluntary Exclusion -Lower Tier Covered Transaction," without
modification, in all lower tier covered transactions and in all
solicitations for lower tier covered transactions.
g. A participant in a covered transaction may rely upon a
certification of a prospective participant in a lower tier covered
transaction that is not debarred, suspended, ineligible, or volun-
tarily excluded from the covered transaction, unless it knows that
the certification is erroneous. A participant may decide the method
and frequency by which it determines the eligibility of its principals.
Each participant may, but is not required to, check the Nonprocure-
ment List.
h. Nothing contained in the foregoing shall be construed to
require establishment of a system of records in order to render in
good faith the certification required by this clause. The knowledge
and information of participant is not required to exceed that which
is normally possessed by a prudent person in the ordinary course
of business dealings.
I. Except for transactions authorized under paragraph a of
these instructions, if a participant in a covered transaction knowing-
ly enters into a lower tier covered transaction with a person who is
suspended, debarred, ineligible, or voluntarily excluded from
participation in this transaction, in addition to other remedies
available to the Federal Government, the department or agency
with which this transaction originated may pursue available
remedies, including suspension and/or debarment.
Certification Regarding Debarment, Suspension, Ineligibility
and Voluntary Exclusion --Lower Tier Covered Transactions:
1. The prospective lower tier participant certifies, by submission
of this proposal, that neither it nor its principals is presently
debarred, suspended, proposed for debarment, declared ineligible,
or voluntarily excluded from participation in this transaction by any
Federal department or agency.
2. Where the prospective lower tier participant is unable to
certify to any of the statements in this certification, such prospec-
tive participant shall attach an explanation to this proposal.
XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS
FOR LOBBYING
(Applicable to all Federal -aid construction contracts and to all
related subcontracts which exceed $100,000 - 49 CFR 20)
1. The prospective participant certifies, by signing and submit-
ting this bid or proposal, to the best of his or her knowledge and
belief, that:
a. No Federal appropriated funds have been paid or will be
paid, by or on behalf of the undersigned, to any person for influenc-
ing or attempting to influence an officer or employee of any Federal
agency, a Member of Congress, an officer or employee of Con-
gress, or an employee of a Member of Congress in connection with
the awarding of any Federal contract, the making of any Federal
grant, the making of any Federal loan, the entering into of any
cooperative agreement, and the extension, continuation, renewal,
amendment, or modification of any Federal contract, grant, loan, or
cooperative agreement.
b. If any funds other than Federal appropriated funds have
been paid or will be paid to any person for influencing or attempting
to influence an officer or employee of any Federal agency, a
Member of Congress, an officer or employee of Congress, or an
employee of a Member of Congress in connection with this Federal
contract, grant, loan, or cooperative agreement, the undersigned
shall complete and submit Standard Form-LLL, 'Disclosure Form
to Report Lobbying," in accordance with its instructions.
2. This certification is a material representation of fact upon
which reliance was placed when this transaction was made or
entered into. Submission of this certification is a prerequisite for
making or entering into this transaction imposed by 31 U.S.C.
1352. Any person who fails to file the required certification shall be
subject to a civil penalty of not less than $10,000 and not more
than $100,000 for each such failure.
3. The prospective participant also agrees by submitting his or
her bid or proposal that he or she shall require that the language of
this certification be included in all lower tier subcontracts, which
exceed $100,000 and that all such recipients shall certify and
disclose accordingly.
COLORADO DEPARTMENT OF TRANSPORTATION
CONTRACTORS PERFORMANCE CAPABILITY STATEMENT
Project#
J
1. List names of partnerships or joint ventures 0 none
J
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 p none
J
b. Key equipment changes p none
J
c. Fiscal capability changes (legal actions, etc.) [] none
J
J
d. Other changes that may effect the contractors ability to perform work. p none
J
J
J
1 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
Title
cDOT Form pOua im,
COLORADO DEPARTMENT OF TRANSPORTATION
ASSIGNMENT OF ANTITRUST
PROJECT NO.
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:
I
1. Contractor hereby irrevocably assigns to CDOT any and all claims it may now have or which may hereafter
I 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.
Contractor's firm or company name
By
Oate
Title
2ntl contractor's firm or company name. (If joint venture.)
By
Date
Title
CDOT Form M21 12J91
COLORADO DEPARTMENT OF TRANSPORTATION Project No.:
CERTIFICATE OF PROPOSED
UNDERUTILIZED DBE (UDBE) Project Code (SA#):
PARTICIPATION
Location: Form #: of
Prime Contractor — Send completed/signed form to the Business Programs Office (instructions on second page).
(NOTE: See 49 CFR part 26.55, and the "DBE - Definitons 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.)
PORT is — R1IRCANTRACT ^
ELIGIBLE UDBE SUBCONTRACT
NAME OF UDBE FIRM
TIER
CERTIFICATION #
EXPIRATION
DATE AMOUNT
ACTUAL CONTRACT AMOUNT
ITEMS OF WORK SUBCONTRACTED:
PART I - SUPPLY CONTRACT
If the supplier is a UDBE "Manufacturer" of the item(s):
• ACTUAL UDBE AMOUNT = Entire expenditure for materials and supplies includinJco del vvided by the firm
ELIGIBLE UDBE SUPPLY AMOUNT = I (ACTUAL UDBE AMOUNT) X 100%�If the supplier is a UDBE "Regular Dealet' of the item(s):
ACTUAL UDBE AMOUNT = Entire expenditure for materials and su 'e any slivery services provided by the firm
• ELIGIBLE UDBE SUPPLY AMOUNT = I (ACTUAL UDBE AMO
If the supplier is neither a "Manufacturer" nor a "Regular De s A I — SERVICE / BROKER CONTRACT.
NAME OF UDBE FIRM CERTIF,A I ACTUAL UDBE ELIGIBLE UDBE SUPPLY
e Nn11NT au niNT
/
MATERIALS SUPPLIED:
DART 4, — C t / RDnWFR rnNITRArT
Transportation service aulfng) fees/commissions are to be counted toward contract goals in this section (provided the trucker is NOT
classified 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 fee/commission is determined by CDOT to be reasonable and not excessive as compared with fees customarily charged for similar services.)
NAME OF UDBE FIRM
CERTIFICATION #
I EXPIRATION
DATE
I ACTUAL UDBE ELIGIBLE UDBE SERVICE FEE
AMOUNT AMOUNT
SERVICES RENDERED:
Original — Business Programs Office Previous editions may not be used CDOT Form 715 05/03
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
contract goals from prior sheets/forms?
B>
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?
p>
E) What is the accumulative percent of contract bid total subcontracted to all underutilized DBEs?
E = [ (C -1 D) X 100 ]
k%O
PART 3 — PRIME CONTRACTOR
ON
I certify that:
• my company has met the contracted UDBE goals or In t e DOT Form #718, DBE Good Faith Effort
Documentation. i ti
• my company has accepted a proposal from h D u ed above.
• my company has notified the proposed c f ontracted UDBE commitment.
• my company's use of the propose s he items of work listed above is a condition of the contract award.
• my company will invite the pr s b a to attend the preconstruction conference.
• my company will not us a s subc rector for the proposed UDBE subcontractor's failure to perform under a
fully executed subc ny complies with the definitions and requirements section of the DBE Special
Provisions.
• I understa a to wit the information shown on this form will be considered grounds for contract termination.
I declare under p ty n the second degree, and any other applicable state or federal laws, that the statements
made on this doc true and complete to the best of my knowledge.
Prime Contractor Name: I Date:
Officer Signature and Title:
SAM.-jll"llra]►6y
Prime Contractor:
1. An officer of the contractors) must complete this form.
2. Include only DBE firms which meet the underutilized criteria in
the contract goal specification for this project (i.e., UDBE firms).
3. Complete ONLY ONE section for Part 1 (1a, 1b, OR 1c)
4. Complete ALL sections of Part 2 and Part 3
5. Submit a separate COOT Form #715 for EACH proposed UDBE.
editions may
6. Retain a photocopy for your records.
7. Send original to:
Colorado Department of Transportation
Business Programs Office
4201 E. Arkansas Ave.
Denver, Colorado 80222
FAX: (303) 757-9019
PAGE
VAF1
COLORADO DEPARTMENT OF TRANSPORTATION
UNDERUTILIZED DBE GOOD FAITH EFFORT
DOCUMENTATION
Project
Location
The Contractor who is the apparent low bidder on a CDOT construction project and has failed to meet the Underutilized UBE (Wbt)
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.
I. List sufficient bid items (including portions of bid items) identified as subcontract work to be performed by UDBEs to achieve the
established UDBE participation goal. Indicate the total percentage of work identified for UDBE participation. The total percentage of
subcontract items identified for UDBE participation must equal or exceed the percentage goal established by CDOT.
It. For each subcontract item identified
work and function codes match the typ
capable of performing identified subcol
telephone log of calls, including l tt e
mail, provide copies of Iettas to
subcontracted, and the qtd datd LdEt
be available to bidders; the Cor... ct,
Submit a detailed exP6 ation address
{ dCf by)rlall AX aik7%or telephone a minimum of two currently CDOT-certified UDBEs whose
Vwtfi4;reing so11{ited. For projects in areas of the state where there are more than two Es
ct ito,
5' contact at leasi two thirds of those UDBEs. If soliciting by telephone, provide a
soi,ssian, date, time, name of person contacted, and the response received. If soliciting by
ir responses. Letters and FAXes must specifically identify the project, the items to be
nd`FAXes must provide an address and phone number where specific quantities or details will
all provide sufficient time to allow the UDBEs to participate effectively in the bidding process.
failure to provide any of the above.
J
Original -Business Programs office,
Previous editions are obsolete and may not ae usea coo i corm wt io
Page is too large to OCR.
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
Iitems 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
IWhen 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
Imay 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
THE CONTRACTOR UNDERSTANDS THAT DEMONSTRATION OF GOOD FAITH EFFORTS IN ACHIEVING THE UDBE I
GOALS ESTABLISHED BY CDOT IS REQUIRED THROUGHOUT THE PERFORMANCE OF THE CONTRACT
Company
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
Page is too large to OCR.
DAM
ACORD CERTIFICATE OF LIABILITY INSURANCE 6/3/2008 '
PRODUCER (303)824-6600, Fax(303)370-0118 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Moody Insurance Agency, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
3773 Cherry Creek North Drive ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
Suite 800
Denver CO 802093804 INSURERS AFFORDING COVERAGE NAIC#
INSURED INSURERA: Bitursinous Casualty Corp
Mountain Constructors, Inc. INSURER B: Pinnacol Assurance
PO BOX 405 INSURER C'.
'SURER D:
Platteville CO 80651 INSURER E.
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING AN
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.
AQ RARD LIMITS V HAVE BEE q REDUCED By PAID CLAIMS
INBR
TR
ADD'L
TYPE OF INSURANCE
POLICY NUMBER
POLICY EFFECTIVE
DATE MMIDDM
POLICY EXPIRATION
DATE MMIDD/YY
LIMITS
GENERAL LIABILITY
CLP3244453
07/28/2007
07/28/2008
EACH OCCURRENCE
$ 1,000,000
PREMIES eorrence
$ 100,000
X COMMERCIAL GENERAL LIABILITY
MED EXP (Anyone arson
$ 5,000
A
CLAIMS MADE OCCUR
PERSONAL RY
1 1,000,000
GENERAL AGGREGATE
$ 2,000,000
GEN'L AGGREGATE
LIMIT APPLIES PER:
PRODUCTS - CONNORA
$ 2,000,000
X POLICY
PROT LOC
JF
AUTOMOBILE
X
LIABILITY
ANY AUTO
CAP3514793
07/28/2007
07/28/2008
COMBINED SINGLE LIMIT
(En eC dent)
4 1,000,000
BODILY INJURY
(Per person)
$
A
ALL OWNED AUTOS
SCHEDULEDAUTOS
BODILY INJURY
(Peracaden0
$
HIR ED AUTOS
NON-OWNEDAUTOS
PROPERTY DAMAGE
(Per acddenp
$
GARAGE LIABILITY
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
$
ANY AUTO
$
AUTO ONLY'. A G
EXCESSIUMBRELU LIABILITY
C"P2581702
07/28/2007
07/28/2008
EACH OCCURRENCE
$ 2,000,000
AGGREGATE
$ 21000,000
X OCCUR CLAIMS MADE
E
$
A
DEDUCTIBLE
S
X RETENTION $10,00D
B
WORKERS COMPENSATION AND
3027994
07/01/2007
07/01/2008
y I W TATT GTH-
E.L. EACH ACCIDENT
$ 1,000,000
EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE
E.L. DISEASE . EA EMPLOYEE
S 1,000,000
OFFIOERIMEMBER EXCLUDED?
EL DISEASE -POLICY LIMIT
$ 1,000,000
If yea, describe under
SPECIAL PROVISIONS below
OTHER
DESCRIPTION OF OPERATIONSILOCATIONWEHICLEWEXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS
Re: 6100 US 287/South College Avenue Bike Lanes
City of Port Collins is named as Additional Insured as respects General Liability per attached form GL4276 09/03. A
10-day notice of cancellation will apply in the event of non-payment of premium. This certificate is subject to the
terms, conditions, and exclusions of the policies.
--City of Fort Collins
215 North Mason Street
Fort Collins, CO 80524
ACORD 25 (2001/08)
INCM4,mnm na..
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE
EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL
30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT
FAILURE TO DO BO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE
(Charlene Navarra, CAo,_II
CACORD CORPORATION 1988
.—I MI
tl i176] irk ITi
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.
25
INS025 (oioe).oea —'.
THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY.
CONTRACTORS ADDITIONAL INSURED ENDORSEMENT
This endorsement modifies insurance provided under the following,
COMMERCIAL GENERAL LIABILITY COVERAGE PART
�. SECTION II " WHO IS AN INSURED is amended to include:
Any "owner", "contractor', 'eonstrucdon manager", "engineer" or 'architect" if it Is required in
your written contract or written agreement executed by you and all other parties to the contract
or agreement prior to any loss that such parson(s) or organizetion(s) be added as an additional
Insured on your policy but only for the project designated In your written contract or written
agreement and only with respect to "bodily Injury," "property damage" or "personal and
advertising Injury" caused, at least In part, by your negligence and with respect to liability
resulting from:
A, Your ongoing operations for the additional Insured(s), or
B. Acts or omissions of the additional Insured(s) In connection with their general supervision
of such operations.
With respect to the Insurance afforded such additional Insureds pursuant to this endorsement
and the above referenced General Liability Form, the following additional provisions apply to
limit that coverage:
1. We will have no duty to defend the additional insured against any "suit" seeking damages
for "bodily Injury," "property damage" or "personal and advertising Injury," until we receive
written nofice from the additional Insured requesting that we defend it In the "suit."
2. The Limits of Insurance applicable to the additional Insureds under this endorsement ere
those speed In the written contract or agreement requiring this coverage, or as stated in
SECTION III" LIMITS OF INSURANCE of the COMMERCIAL GENERAL LIABILITY
COVERAGE FORM, whichever are less. These Limits of Insurance are inclusive of and
not In addition to the Limits of Insurance described in SECTION III of that form.
3. As additional conditions of coverage under this form, an additional Insured under this
endorsement will as soon as practicable:
a. Give written notice to us of an 'occurrence" or an offense which may result In a
claim. This shall include:
(1) How, when and where the "occurrence" or offense took place'.
(2) The names and addresses of any Injured persons and witnesses; and '
(3) The nature and location of any injury or damage arising out of the "occurrence" 2
or offense.
b. Give written notice to us of a claim or "sult" brought against the additional insured
including specifics of the claim or "suit" and the date it was received.
c. Give written notice of such claim or "suit," including a demand for defense and
indemnity, to any other insurer who had coverage for the claim or "sun" under its
poticy(ies), either at the time of, or at any time subsequent to the occurrence of the
GL-4276 (09103) -1-
TZ'd .6060 SSG 202 3DNU619N1 SrX)N1Wn.LIa 9T:ZT 9002—£Z—Wr
"bodily injury," "property damage" andlor the offense causing the "personal and
advertising injury," which Is the basis for such claims or "suit'.
(1) Such notlication must demand the full coverage available under that policy; and _
(2) The additional Insured shall not take any action to welve or limit such other
coverage available to it,
4. This Insurance does not apply to:
a. "Bodily injury" "property damage" or "personal and advertising Injury' occurring after:
(1) All work on the project (other then service, maintenance, or repairs) to be
performed by or on behalf of the additional Insured(s) has been completed; or
(2) That portion of "your work" out of which the Injury or damage arises has been
put to its Intended use by any person or organization other than another
contractor or subcontractor engaged in porfomdng operations for a principal as
a pert of the some project.
It. "Bodily Injury' "pmperty damage" or 'personal and advertising injury' resulting from
any ad or omission of the additional insured(s) or any of their employees, other then
the general supervision of work performed for the additional insured(s) by you.
a. "Bodily InWu property damage" or "personal and advertising Injury" resulting from ^
work performed on a project where other valid and collectible insurance Is available
to the additional insured under an Owner Controlled Insurance Program or
consolidated (wrap-up)Insuranae Program. _
d. "Bodiy Injury," "property damage" or "personal and advertising Injury":
(1) Arising out of the rendering or failure to render any professional services by _
any Insured, or on their behalf. but only with respect to either or both of the
following operations;
(a) Providing englneering, architectural or surveying services to others in _
the insured's capacity as an engineer, architect or surveyor, and
(b) Providing, or hiring Independent professionals to provide,
engineering, architectural or surveying services in connection with _
work the insured performs.
(2) Subject to paragraph (3) below, professional services Includes
(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 or inspection activities performed as part of any related
architectural or engineering activities, but does not Include the
general supervision of your operations on such pro)ed.
(3) Professional services do not include services within construction means,
methods, techniques, sequences and procedures employed by you in
connection with your operetlons as a construction contractor.
aL-4276 (09103) -2-
ZZ'd' 8000 MG £0£ 39NU8-ISNI SnDNIWfllIa LT:ZT 900Z-£Z-Nnf
For the purpose of this endorsement, the following definitions are added
Owner' means a person or organization who has ownership In the project premises
designated In your written contract or written agreement at which you are performing
operations at
"Contractor" means a person or organization with whom you have agreed in a written
contract or written agreement to perform operations for at the project designated in the
written contract or written agreement.
Constnrehon Manager" means a person or organization designated as construction
managar in your written contract or written agreement, and has management or
supervisory responsibilities over your operations for the project designated in your
written contract or written agreement
Englneer means a person or organization who has been engaged by the owner
contractor or "construction manager" to perform engineering services for the project
designated In your written contract or written agreement and has a contractual
responsibility for supervising directing or controlling your operations on such project.
Architect means a person or organization who has been engaged by the "owner
"contractor or construction manager to perform architectural services for the project
designated In your written contract or written agreement and has a contractual
responsibility for supervising directing or controlling your operations on such protect
Any coverage provided herein will be excess over any other valid and collectable insurance
available to the additional Insured(s) whether primary, excess contingent or on any other basis
unless you have agreed in a written contract or written agreement executed prior to any loss that
this insurance will be primary However, any Insurance specifically purchased for a designated
project(s) Including but not limited to specific additional Insured coverage, owners contractors
protective coverage, ate, will be primary with this insurance being excess This insurance will he
noncontributory only if you have so agreed in a written contract or written agreement executed prior
to any loss and this coverage is determined to be primary
GL-4276 (09103) -3-
£Z d BOW S(36 £0£ 3JNUBMN1 Sn10NIWn.Ll E1 LT ZS 900Z-£Z-NrW
SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO CITY OF FORT COLLINS (OWNER)
DATE OF SUBSTANTIAL COMPLETION PROJECT TITLE 6100 US 287/South College
Avenue Bike Lanes
PROJECT OR SPECIFIED PART SHALL LOCATION Fort Collins, Colorado
INCLUDE
OWNER City of Fort Collins
CONTRACTOR Mountain Constructors, Inc
CONTRACT DATE June 2, 2008
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
Is
CONTRACTOR
AUTHORIZED REPRESENTATIVE DATE
The OWNER accepts the project or specified area of the project as
substantially complete and will assume full possession of the project or
specified area of the project at 12 01 a m , on 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
Rev 10/20/07 Section 00635 Page 1
SECTION 00640
CERTIFICATE OF FINAL ACCEPTANCE
20
TO Mountain Constructors, Inc
Gentlemen
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, 6100 US 287/South College Avenue Bike
Lanes
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 June 2, 2008
In conformance with the Contract Documents for this project, your obligations
and guarantees will continue for the specified time from the following
date 20
Sincerely,
OWNER City of Fort Collins
By
Title
ATTEST
Title
Rev 10/20/07 Section 00640 Page 1
SECTION 00650
LIEN WAIVER RELEASE
(CONTRACTOR)
TO
City of
Fort Collins,
Colorado (OWNER)
FROM
Mountain
Constructors,
Inc (CONTRACTOR)
PROJECT 6100 US 287/South College Avenue Bike Lanes
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
Rev 10/20/07 Section 00650 Page 1
fees, incurred as a result of such claims
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
0
Title
ATTEST
Secretary
STATE OF COLORADO )
)ss
COUNTY OF LARIMER )
Subscribed and sworn to before me this day of
20 , by
Witness my hand and official seal
My Commission Expires
Notary Public
Rev 10/20/07 Section 00650 Page 2
Page is too large to OCR.
SECTION 00660
CONSENT OF SURETY
TO City of Fort Collins, Colorado
(hereinafter referred to as the 'OWNER")
CONTRACTOR Mountain Constructors, Inc
PROJECT 6100 US 287/South College Avenue Bike Lanes
CONTRACT DATE June 2, 2008
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)
M
ATTACH Power of Attorney and Certificate of Authority of Attorney(s)-in-
Fact
Rev 10/20/07 Section 00660 Page 1
DR 0172 (12198)
COLORADO DEPARTMENT OF REVENUE
DENVER CO 80261
(303) 232 2416
SErTION nn670 6
CONTRACTOR APPLICATION
FOR
EXEMPTION CERTIFICATE
Pursuant to Statute
Section 39-26 114(1)(a)(XIX)
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 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 your exemption 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 COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED
Registration/Account No (to be assigned by DOR)
89 -
Period
0170-750 (999) $0 00
CONTRACTOR INFORMATION
Trade name/DBA
Owner partner or corporate name
Mailing address (City State Zip)
Contact Person
E Mail address
Federal Employers Identification Number
Bid amount for your contract
$
Fax Number
( )
Business telephone number
Colorado withholding tax account number
Copies of contract or agreement pages (1) identifying the contracting
EXEMPTION INFORMATION Parties and (2) containing signatures of contracting parties must be
attached
Name of exempt organization (as shown on contract)
Exempt organization s number
98 -
Address of exempt organization (City State Zip)
Principal contact at exempt organization
Principal contacts telephone number
Physical location of project site (give actual address when applicable and Cities and/or County Iles) where project is located)
Scheduled Month Day Year
Month Day Year
construction start date
=ated
completion date
l declare under penalty of perjury in the second degree that the statements made in this application are true and complete to
the best of my knowledge
Signature of owner partner or corporate officer
Title of corporate officer
Date
UU NU1 WK11E BELUW'1HIS LINE
Section 00670 Page 1
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 contractors will receive a Contractors Exemption Certificate on exempt projects
Upon receipt of the Certificate the prime contractor should make a copy for each subcontractor
involved in the protect and complete it by filling in the subcontractors 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 contractors 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 protects 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 succeeding 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 00670 Paqe 2
Section 00670 Page 3
COLORADO DEPARTMENT OF TRANSPORTATION
CONTRACTORS PERFORMANCE CAPABILITY STATEMENT
Project#
STE My55 t�(.3
1 List names of partnerships or joint ventures none
2 List decreases in the contractors fiscal or workmanship qualifications compared to the last prequaltfication statement
submitted to CDOT (Attach additional sheets if necessary)
a Key personnel changes 19 none
b Key equipment changes X none
c Fiscal capability changes (legal actions etc) none
d Other changes that may effect the contractors ability to perform work ,N none
I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGRE D AN OTH APPLICABLE STATE
OR FEDERAL LAWS THAT THE STATEMENTS MADE ON THIS DO M TA T E AND CORRECT TO THE
BEST OF MY KNOWLEDGE ,
Contractor s firm or company name By Date
Motif,+l,,t, LA1TS+rrx�CTrnJt Tnle 13 q)Dpp
2ntl Contractor s firm or company name (rftomt venture) By t entt
Date
Title
CDOT Form #605 1192
COLORADO DEPARTMENT OF TRANSPORTATION PROJECT NO
ANTI -COLLUSION AFFIDAVIT ST �OL 3
LOCATION
U5 491 lS Go11e,%e_ Ave
& ke L-Ar, e5
I hereby attest that I am the person responsible within my firm for the final decision as to the prioe(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 restnct rig 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
38 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
petitjve 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 firms 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 A
OF MY KNOWLEDGE / OTHER APPLICABLE STATE OR
FEDERAL LAWS THAT THE STATEMENTS MADE ON THIS DOCUMENT A /E AND COMPLETE TO THE BEST
i/ r
contractor's fine or company name By Dete
11 f� 5� t3 o g
MOtk11TQt T1 �TlS�rir\C�T�T"j r —..1-nc Title
IL
e5(d
Intl conirectors firm or company name (Hjdnt wnWVt CGe re) qv _
Tire
Sworn to before me this day of M0.y 20 O$
Notary ubbc
My commission "
11,16PIE This document must be signed In Ink
COOT Form H9afi 1/a2
COLORADO DEPARTMENT OF TRANSPORTATION PROJECT NO
ASSIGNMENT OF ANTITRUST CLAIMS Sty 1A,15s oc.s
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
That upon becoming aware that a third party has commenced a civil action asserting on Contractors
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
To take no action which will in any way diminish the value of the claims or rights assigned or dedicated
to CDOT hereunder and
Promptly to pay over to CDOT its proper share of any payment under an antitrust claim brought on
Contractors behalf by any third party and which claim has been assigned to CDOT hereunder
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 subcontractors oblige
tions to Contractor
b Upon becoming aware that a third party has commenced a civil action on the subcontractors 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
subcontractors 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
M 1 r 5 13 o
1 " \��i1T Q1 Y� � I\S�� i1. C.��('s �yilL Ttle
vice. "-Dr k--
C contractor's firm or mmpeny name (1110 nt vent e) av _
CWT Fo m p621 1L 1
CERTIFICATE OF PROPOSED
UNDERUTILIZED DBE (UDBE)
PARTICIPATION
Project No 57F M455 -
Project Code (SA#) JI•f 3& 3
Location -� 5 38� S Go\\ESE
Form* k of
tuy'06110 �111ce pnbtrucoons on second page) The Eligible UDBE
Amounts submitted on this form must equal or exceed the commitment(s) documented on the CDOT Form 714 you submitted with your
bid For the complete list of certified DBE/UDBE firms and their DBE work codes go to http //www dot state co us/app uco/
--- - v •-w _,lu -_ — ummnrun� aria mequvemems in me Standard Special Provisions for further information concerning
counting DBE participation of truckers subcontractors suppliers and service providers toward the projects UDBE goal
PART 1a—TRI ICKIN11. RnNTDAf%T
If the UDBE is being used as a trucker for one or more "trucking DBE work codes (25500 25505 etc ) then
ACTUAL UDBE AMOUNT = Actual contract amount for the transoortation services provided by the UDBE fine and any UDBE lessees
ELIGIBLE UDBE TRUCKING AMOUNT= I (ACTUAL UDBE AMOUNT) - (Any non-UDBE lessee amounts in this contract)* I
* For work done on this UDBE contract with non UDBE lessees credit toward the project UDBE goal is given only for the broker fees or commissions
the UDBE trucker receives for arranging the transportations services because the
services themselves are being performed by non UDBEs
NAME OF UDBE FIRM
CERTIFICATION It
EXPIRATION DATE ELIGIBLE UDBE TRUCKING AMOUNT
$
DBE WORK CODE NUMBER(S) THIS UDBE IS BEING USED FOR
Complete list of work codes is at http lAvww dot state co us/app ucpi
Irml&\aal11.2Q 111I-1a 1101011■.'I9 awl
ELIGIBLE UDBE SUBCONTRACTAMOUNT I (Actual UDBE contract amount) -(Any non UDBE Joweir tier amounts in this contract)*
*
Work that a UDBE subcontracts to a lower tier non UDBE firm does not count toward theyroject UDBE goal
NAME OF UDBE FIRM
CERTIFICATION #
EXPIRATION DATE 'ELIGIBLE UDBE SUBCONTRACT AMOUNT
i l
IOCosJ
/�)(3S $ i73,g53 B•o
DBE WORie CODE NUMBER(S) THIS UDBE IS BE!NG`USEDFDR
Complete list of work codes is at httpJAvww dot state= Irs/pppiVW
IrL1 �\ aal l.>Q�PI J J as aaa\ •1 Oak
rI aQ aH aaaae
If the supplier Is a UDBE with a"" Aeldof Manufacturer' for the item(s)
ELIGIBLE UDBE fSUP
P1VAMOUNT=iJAetuat UDBE contract amount) X 100%
If the supplier is a ODBE with a Type field of Regular Dealer for the item(s)
ELIGIBLE UDBE SUPPLy AMOUNT = I (Actual UDBE
contract amount) X 60%
NOTE If the supplier Is.e (JOBE with a'Type field of Broke for the item(s) use PART 1d -BROKER / SERVICE CONTRACT
NAME OF UDBE FIRM
CERTIFICATION #
EXPIRATION DATE ELIGIBLE UDBE SUPPLY AMOUNT
$
DBE WORK CODE NUMBER(S) THIS UDBE IS BEING USED FOR
Complete list of work codes is at http /Avww dot state co us1app ucp/
If purchasing matenals or supplies through a UDBE with a Type field of Broke t count only the amount of brokerage commission
and/or delivery service fees Included in the contract Other examples of services to include in this section bonding
are brokering
consulting security guards and insurance etc
ELIGIBLE UDBE SERVICE FEEAMOUNT= Actual compensation retained by the UDBE broker/agent for services rendered*
* The amounts that count toward UDBE goals are limited to the compensation retained by the UDBE broker/agent for services rendered provided the
fee/commission Is determined by CDOT to be reasonable and not
excessive as compared with fees customarily charged for similar services
NAME OF UDBE FIRM
CERTIFICATION #
I EXPIRATION DATE ELIGIBLE UDBE SERVICE FEE AMOUNT
DBE WORK CODE NUMBER(S) THIS UDBE IS BEING USED FOR
Complete list of work codes is at http✓Avww dot state co us/app_ucpl
:]
Original - Business Pro pff
grams Ice Previous editions may not be used CDOT Form 715 - Page 1 of 2 1/06
PART 2 — UDBE PARTICIPATION SUMMARY
A) What is the total dollar value of this proposed trucking subcontract supply OR broker/service
contract that is eligible for counting toward contract goals?
A = [ TOTAL FROM ELIGIBLE COLUMNS IN PART 1 ]
A> $ 7a q5 a Sc�)
NOTE Provide in actual subcontractor dollars and not prime contract prices
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
contractgoalsA
C> $ 73 R53 80
C [ + 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]
E> %
PAK I s — UUbh UUNFIKMATION
I confirm that my company is participating in this contract as documented in the Prime Coptracfar s commitment(s) in PART 1
of this form Only the value of the work tha!py company Is actually performing is being counted on this form
UDBE Firm Name
Date
UDBE Representative Signature and Title r' � I A i /0 O
PAK] 4 — PRIME
• my company has met the contracted UDBE goalskor has submitted a completed CDOT Form #718
• my company has accepted a�roposalfrojn the UDBE named above
• my company has nPtifiedre p*d UDBE of the contracted UDBE commitment
• my comparyhas�ensuredhate proposed UDBE has signed PART 3 of this form
• my company's use of the proposed UDBE for the items of work listed above is a condition of the contract award
• my company will iffirit"e proposed UDBE to attend the preconstruction conference
• my compailywillinot use a substitute UDBE for the proposed UDBE s failure to perform under a fully executed subcontract
unless my company complies with the definitions and requirements section of the DBE Special Provisions
• 1 understand that failure to comply with the information shown on this form will be considered grounds for contract termination
I declare under penalty of perjury In the second degree and any other applicable state or federal laws that the statements
made on this document are true and complete to the best of my knowledae
Prime Contractor Name MDR ,, � 5k/r ��{ or S , Z r g Date
Officer Signature and Title / t /t r—e—
hiJiVA
Prime Contractor
1 An officer of the contractor(s) must complete this form
7 Retain a photocopy for your records
2 Include only DBE firms which meet the underutilized criteria in
8 Send original to
the contract goal specification for this project (i a UDBE firms)
Colorado Department of Transportation
3 Complete only relevant section(s) for PART 1
Business Programs Office
4 Ensure that the proposed UDBE has signed PART 3 of this form
4201 E Arkansas Ave
5 Complete ALL sections of PART 2 and PART 4
Denver Colorado 80222
6 Submit a separate CDOT Form #715 for EACH proposed UDBE
FAX (303) 757 9019
may not
ADDENDUM No 1
SPECIFICATIONS AND CONTRACT DOCUMENTS
Description of Bid 6100 US 287/South College Avenue Bike Lanes
OPENING DATE 3 00 P M (Our Clock) May 12 2008
To all prospective bidders under the specifications and contract documents described
above the following changes are hereby made
PREBID MEETING May 2 2008 10 00 a m
CHANGE LOCATION 281 N College Rooms B C and D
Please contact John D Stephen CPPO CPPB Senior Buyer at (970) 221-6777 with
any questions regarding this addendum
RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN
STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM
HAS BEEN RECEIVED
where renewal is a way of life
Page is too large to OCR.
GENERAL CONDITIONS
CONSTRUCTION CONTRACT
These GENERAL CONDITIONS have heft developed by wing the
STANDARD GENERAL CONDITIONS Or THE CONSTRUCTION
CONTRACT prepared by the Engineers Joint 0ontract Documents
Committee, EJMNo. 1910-8 (1990 Edition), ma base Charigosto
that document are shovvn 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 FOKI'COLLINS MODIFICATIONS (REV 9/99)
TABLE OF CONTENTS OF GENERAL CONDITIONS
Article or Paragraph
Pagc
Article or Paragraph
Page
Number &Title
Number
Number &Title
Number
L. DEFINITIONS..,,_:,.,,,. ..._........ ___ ...............
.1
2. PRELIMINARY MATTERS : ..........:. ._......3.
I.i
Addenda.. ...............
1
2.1.
Deliver of 13and.4:
1.2
Agreement . .......... ........... ,......
....:.J
2.2
Copies of Documents..... ........3
13
Application for payment.. ,.
1
23
Ommencement of Contract
1.4.
Asbestos., ____
......
Timm; Notice toProceed ..... .......3.
1.5
Bid,,,,„ ..............1
2.4
Starting the World, „
L6
Bidding Documents...
.......1
25-2 7
Before Snorting Constroctiat,
1.7
Bidding Requirements. ,,,,
,,,.,1
CONTRACTORsResponsibility
1.9
Bonds,.,
.....a
to Report; Prelim hasty Schediles;
1.9
Change Qrder , .,.._.
1
Delivery of Certificates of
1.10
Contract Documents.. ..
_.........1
Insurance
1.11
Contract Price .....,.. ..............I
2.8
PreconstruetionConfererrce.,.,.... ....A
1.12
Contract nes......... _.,..__.......,_t
29
Initially Acceptable Schedul...........
4
1.13
CONTRACTOR........:.........................i
1.14
defective ........ ...............1
3. CONTRACT DOCUMENTS: INTENT,
1,13
Drawings. .... ..... ........................
....?
AMENDING, RE.USE,,, ....... ........ ...:...............
. 4
1A6
Motive Date of the Agreement ..
...... _1
'33-3.2
Intent ....... ... ......__._.. ... ..
A
1.17
ENGINEER ......... ..................
]
3:3
Reference to Standards and.Spoci-
1.18
ENGINEER's Consultant. ____
... _.-I
fications of Technical Societies;
1,19
field Order ...... ............... ........ .....,.......
I
Reporting and Resolving Dis-
1.20
General Requirements ...............2
creponeie9
4-.5
1,21
Hizardous.Waste ....... ._..
._....2
3.4
Intent of Certain Terms or
1,22a
Lam and Regulofions, Lam or
Adjectives
Regulations ................. _....__.......
....2
3.5
................. ....5
................
Amending .Cintrect.Docwmnts...
1,22.b
:Legal Holidays ...................
2
3.6
....
Supplementing Contract
.5.
L23
..........
Liens ....... .......... ......
; 2
Documents-; ........
1,24
Nilcstone............. ............. _ ...
_.__..2
3.7
Rouse of Documents_ ..... ... ..........
.S
125
:Notice ..ofAward_ - ..... ....
. ......
1,26
Notice to Proceed.................................2
4. AVAILABILITY OF LANDS;.
1.27
OWNER . ............ .
......._2
SUBSURFACE AND P14YSICf1I.CONDITIONS;
1,28
Partia3Utflization....... .._..............
....... 2
REFBRENCEPOINTS. ... _.... ....... ................ ......
..5.
1.29
PCBs .............__.„:....................,.......«
4.1
Availability of Lands ............. .......
5.6
1,30
Petroleum....._ ..............__.....__..._._.?
4.2
Subsurface and Physical
1,31
Project..,.._..._ ...................... _......_
'
Conditions__... ..... ........6
1,32.a
Radioactive Material, .....
4.1l
Repots and Drawings ............ ,.........
§
L32.b
Regular Working Hours
.... 2
4.2.2
LimitedReliance byCONTRAC-
1.33
„__.
Resident. Project Representative .....
.......2
TOR Authorized; Technical
1.34
Samples:..........................._................2
Data...., ..... ....... ......... ............... .._6
1,35
Shop:Drawings,
4,23
Notice of Differing Subsurface
1.36
._....... .......__.
Specifications......................................2
....... _2
or Physical Conditions ..................
§.
1.37
Subcontractor ........ ............... ........._...2
4.2.4
ENGINEER'sReview........ ...............
0
138
SubstantialCompletion-_.
42.5
Possible Contract Documents
1.39
Supplementary Conditions ..................'
Change ................. ..... ___ .... .... ....
6
1.40
Supplier,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,2
4.2,6
Possible Price and. Timm
1.41
Underground .Facilities, .... .......... .......2-3
Adjustmems..._..........................
C�7
1.42
Unit Price Work ... .... ...... ........_.....
... ,, 3
43
Physical Conditions--Undergromd
1.43
Work..................................................3
Facilities ..................... ........... .......7
1,44
Work Change :I-Areoive..... ........ ._.....,.
3
4.3.1
Shown or Indicated ... ....__.......... ....
7
1,45
Written Amendment,_......,..._.-..........5
4.3.2.
Not Shown or Indicated
7
4A
Reference Points....
7
E1CDC t1CXM A1. CONDITIONS 1910.8 (1990 EDITION)
n9 QTY OF FORT COLUNSMODIFICATIONS MEY 91")
Article or Paragraph
Number & Title
Page Article or Paragraph page
Number Nuinber &TitIc Number
45 Asbestos, PCBS, Petroleum,
Hazardous Waste or
Radioactive Material .......... ......... 7-8
3. BONDS AND INSURANCE.................................
S
5.1-5.2
Performance. Payment and Other
Bonds ..............
53
Licensed Sureties and Insurers;
Certificates of Insurance ....................
. 8
54
CONTRACTOR's Liability
Insurance ..........................................9
5.5
OWNER's Liability hisumnce__ ...
__9
5.6
Property Insurance.,,.._..._ ... _ ........
"0
5,7
Boiler and Machinery or Addi-
tional Property Insurance....._.........
10
3's
Notice of Cancellation proiSiont,
10
5.9
CONTRACTOWs Responsibility
fbr Deductible Amounts ...................
10
5.10
Other Special Insurarice.
10
5.11
Waiver of Rights ... ........
It
5. 12-5-13
Receipt and Application of
Insurance Proceeds .....................
. 10-11
514
Acceptance of Bands and Tnsw-
1111M Option to Replace ' .............
I I
5.13
Partial Utilization --Property
Insurance............__._ ...................
11
6 OONTRAcrotz,s RESPONSIBILITIES ...............
11
61.6 2
Supervision and Superintendeneq ...
... 11
6.3-&5
tabor, Materials and Equipment,..
11-12
6.6
Progress Schedule,__.......................12
6.7
Substitutes and 'Or -Equal" Items;
CONTRACTOR's Expense;
Substitute Construction
Methods or Procedures;
ENGINFER's Evaluation
12-13
68-6.11
Concerning Subcontractors,
Suppliers and Others;
Waiver of Rights..-... ... ... _ ....
JI-14
6.12
Patent Fees and Royalties ..................
_1 4
6.13
Permits........
6,14
Laws and Regulations,
14
6.15
Taxes_.__.___ ... ....... .... .......
14-15
6.16
Use of Premises _ . .. ......
15
617
Site Cleanliness..
..... 1.5
618
Safe Structural Loading_ ...................15
619
Record Documents......._,.
15
6.20
Safety and protection . ...
15-16
6.21
Safety Representative...... ...,_..16
622
fls7md Communication Programs_,,.,.
16
6.23
Emergencies,._...._......_..._ ..
.... 16
6.24
Shop Drawings And Sample,*_ , ...........
I(
6.25
Submittal Proceeslures; CON-
TRACTOR's Review Prior
to Shop Drawing or Sample
Submittal ........... .............
_16
6.2 26
Shop Drawing & Sample Submit-
tals Review by ENGMER ......
16-17
6.27
Responsibility for Variations
From Contract Documenta, ...........
17
6,28
Related Work Performed Prior
to ENGINEER's Review and
Approval of Required
Submittals.........._..._.... .............17
629
Continuing the Work.....................
17
6.30
CONTRACTOR's General
Warranty and Guarantee.,___..._..
17
6,31.6.33
Indemnification ......... ...
17-18
634
Survival of Obligations .................
38
T DIM WORK . ...........................................
. _JS
73-7.3
Related Work at Site ....................IS
7A
Coordination........_..._.....__......._
IS
8. OWNER'S
RESPONSIBILITIES .........................18
8.1
Communications to CON-
TRACTOR._............. ...............
18
8.2
Replacement ofENGINEER.,........,
18
93
Furnish Data andPay Promptly
When Due ..................................18
SA
Lands and Easements; Reports
and Tests
8.5
Insurance
19
8.6
Change Ordtrs, .... . .... .......
. _19
8.7
Inspections, Tests and
Approvals ...................................
19
8,8
Stop or Suspend Work,
Terminate CONTRACTOR's
Services,......__ ......... ..........
...... 19
8.9
Limitations on OWNER'S
Responsibilities.._,.... _..... ...........
19
8,10
Asbestos, "s, Petroleum,
Hazardous Waste or
Radioactive Material
9
8.11
Evidence of Firancii]
Arrangements .. ... .. .............19
ENGINEERS STATUS DURING
CONSTRUCTION___ .-.19
9.1
OWNER'S Representative_,,,,,,,,,,,,,
19
9.2
Visits to Site.
19
9.3
Project Representative--'....,,_,
19-21
9A
Clarifications and Interpre-
tations
21
95
Authorized Vitiations in Wrk
21
LJL'WOENLtL4LCONDITIONS 1910.8(1990EI)InOM
wtCITY (k FORT COLLINS MODIFICAWNS(REV91")
Article or Paragraph Page Article or Paragraph Page
Norther & Title Number Norther & Title Number
9.6
RejectingLkfe-five Work __. ..,
....... 21
9,1.9.9
Shop Drawings, Change Orders
and Payments ................................21
21
9.10
Daterminations for Unit Pricq .......
21-22
91114 12
Decisions on Disputes; ENGI-
NESR as Initial Interpreter ., ............
22
9.13
Limitations on ENGINIERRs
Authority and'.Responsibilities,..;
22-23
CHANGES IN THE WORK
23
10.1
QWM's Ordered Change ................23
14.
10.2
Claim for Adjustment, ....... ........
_.23
10.3
WarkNot lk6tluired by Contract
Documents. . ......... ........ ____23
10.4
Change Orders ......... ... ..... ..............
23
10.5
Notification of Surety..............23
CHANGE OF CONTRACT
11.1-IL3
Contract Prim; Claim for
Adjustment; Value of
theWork..... .. ........ ....
2324
114
Cost of the Work....... ............ __24�25
11.5
Exclusions to Cost of the work. .......
25
IL6
CONTRACTOR's Fee._..................25
11.7
Cost Recor4,
25-26
It's
Cash Allowances...............................26
11.9
Unit Price Work .. ........ ........ ...
.... 26
CHANGE OF CONTRACT TIMES . .......................
_26
121
Claim far Adjustment ... ... _ .....
__26
12.2
Time of the Essence ..........................
26
12.3
Delays Beyond CONTRACTOR's
Control..,.........
26-27
12.4
Delays Beyond OWNERs and
CONTRACTOR!s Control ................27
TESTS AND INSPECTIONS; CORRECTION,
REMOVAL OR ACCEPT ANCE OF
DErEMVE WORK.. ....... __27
131
Notice of Defects
27
13.2
Access to the Work_., . ..... ...............
27
113
'rem and Inspectinns;
CONTRACTORs Cooperation.........
27
13.4
OANERs Respurwibilitics;
Independent Testing Laboratory.....
_�27
13.5
CONTRACTOR!s
Responsibilities ............
.27
136-13.7
Covering Work Prior to Inspec-
tion, Testing a Approve" r ... ___
27
13.8-13.9 Uncovering Work at FNGl-
NEERs Request...., ... . ... ........ 27-28
13,10 OWNER May Stop the Work_ ....... 28
13,11 Correctiort or Removal of
1112 Correction Period'..,,,,,.
13.13 Acceptance OfDefe��ve
1314 OWNER Mity -Correct E
............ 28-29
PAYMENTS TO CONTRACTOR AND
COMPLETION;,..,:..::: ..... ...... ..............
___29
14-1
Schedule of Values:......... ...............
29
14.2
Applicatiori for Progress
Payment-- ......... 1-1-1-1-- .......
29
14.3,
CONTRACTOR's Warranty of
Title.:_ ..........-.--..................
29
14.4-14.7
Review of Applications for
progress paymcft,%., . ..............
-19-30
14.8-149
Substantial Completion. ............
30
14.10
Partial Utilizatiort __30-31
14,11
Final Inspection ............... ....
__31
14.12
Fined Application for Payment.,
...... 31
WA3-14,14 Final Payment and Acceptance.......
31
14.15
Waiver. of Claims
_3I-32
15, SUSPENSION OF WORK AND
TERMINATION ................I............................. _132
15.1 OWNER May Suspend Work .......... 32
15,2-15.4 OV44HR May Terminate-,,, _... ,32
15.5 CONTRACTOR May Stop
Work or Terminate 32-33
16. DISPUTE RESOLUTION 33
17. MISCELLANEOUS
17.1 Giving Notice .,, ........................
.... 33
IT2 Cornputationol"funes_
33
17.3 Notice of Claim
17.4 Cumulative Remedies .....................
33
17.5 Professional Fees and Court
ConsIncluded........... ...
....... 33
116 Applicable State Lam ................
31-34
Intentionally left blank__ . ...... .............
35
EXHIBIT GC -A: (Optional)
Dispute Resolution Agreement
QC -Al
161-166 Arbitration.. � _ __
GC -Al
16.7 Mediation..........__........
-OC-AI
IV EJCDC GENIHIL-1 CONDITIONS 1910 -3 (1"0 WITION)
wt CITY Of FORT COLLINSMODIFICATIONS OtFV 9/99)
INDEX TO GENERAL CONDITIONS
City of Pon Collins modifications to the General Conditions of the Construction Contract are not shown in this index
Article or Paragraph
Number
Acceptance of..
Bonds and Insurancq ........................................5.14
defective Work ..... ___ .................
10.4. 1, 13.5, 13.13
final payment .... ...........
.......... _9A2, 14A5
insurance ...............
14
Act Work, by CONTRACTOR_
.... .................. 7.3
Substitutes and "Or -Equal" Items......::
....... §.T1
Work by OWNER ............. ................
23, 630, 6,34
Access to the —
Lands, OWNER and CONTRACTOR
responsibilities, ............. ...................
site, related Work. _... - .................
............ -7.2
Wurk,__ .................... ................
13.2,13.14, 1*9
Acts or Omissions., Acts and Omissions —
CONTRACTOR ........
......... 64 1, 9.113
ENGINEER
0.20, 9.13.3
OWNER....................................................
0-20,8-9
Addenda —definition of (also see
definition of Specifications) .......(1,6„
1.10. 6.19). 11
Additional Property Insurances .................................
5.7
Adjustments —
Contract Price or Contract
Tunes,.:...._ . ... .... .. 1,5,3.5,4A,
4.3.2,4.5.2,
11, 12,14.8,15 1
progress schedule..........._......._-.._..........._._...
6.6
Agreement —
definition o( ......................
.................. ).2
'All -Risk" Insurance, policy form_._........._._.__...
5.6.2
Allowances, Cash......._ .... . .... -- ...
I ...... I I .... ...... 1-11-8
Amending Contract Documents........._
.............. 3.5
Amendment, Written..
in general.- --- --1,10, 1.45,
15, 5,10,5A2, 642
...... I ....... I ........... 6 S-Z
6.19, 101, 10A,11,2
................
111, 13,122,14,7-2
AppealOWNER or CONTRACT
intentI __ _- ...... -9.10,
9Jl, 10.4,162,16.5
Application for Payment —
definition of.._ ............................._...................
1-3
ENGINEER'S Responsibility, ....
.............. ....... 99
final payment._.,_,,,,,,,,,, 9.114, 9,133,14.12-14. 15
in general......_ .. .. .. .. ..... 2.8,2.9,5.6.4,9.10,
15,5
progress payment......._..........
review of_
14,4-14 7
Arbitration ................... ...........
........ 16 l-K6
Asbestos —
claims pursuant
4,5 3
CONTRACTOR authorized tostop
Wark_ ... -4 5-2
definition of.... _....._ ........................
_ ............. 1.4
Article or Paragraph
Number
OWNER responsibility for .... ..... ......
........... 4.3.1, RAO
possible price and times changq
.... .. .... 4.52
Authorized Variations in Work... ...
�.6,6.25,6.27, 9.5
Availability of Lands .... . .... -- - ......................
4a, 8A
Award, Notice of --defined_ ...................
............ 1.25
Before Starting Construction .......................
. .....
Bid —definition ot .... .. ____ ..... 1.3
(1.1, 1.10, 2.3,33,
— I — — . I-- _ __4,Z6.4. 613,11.4.3, 11.9. 1)
Bidding Documents —definition
Of . --1--l- ... . ........ .........
...... 3 .6 (6.8.2)
Bidding Requirements--definifian
Of ...........
(1.1, 41.6.2)
Bonds—
ameptanceof'.... . ......... .... .......
. .............. 5.14
additional bonds,..-_..._.......................10.5,
11.4.5.9
Cos(of the Work, — .................
...... . ..... — 11 .5,4
definition of ......... . ............ ..........
............... 1.8
delivery of .....................................................1.
5.1
final Application for Payment ....
_1 4.12- 14,14
general .............................. ........
1.10,5.1-5.3, 5,13,
10.5,14.7.6
Performance, Payment and Other..........
_...._ 1. 1-52
Bonds and Insurance —in general ......
................. _ ....... 5
Builder's risk *all-risk" policy form ......
..... 5,6-2
Cancellation Provisiorts, Insurance_..
_. 5A 1 L 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,_., .....
9.114, 13.5. 14.12
Certificates QfInsurance .
53, 5AAL 5,413,
- .- — 5.6.5, 51,5,14,9A3.4,1412
Change in Contract Price —
Cash Allowances......_.._...
ILS
claim for price
adjustment_..... _4.1, 4.2.6,
4.5, 5.15, 6.8.2, 9.4
9.5. 9A1. 10.2,10,5.11.2.119,
....................... 13,13,13
14, 14.7, 15.1,15.5
CO\7RACTOR's
1,6
Cost of the Work
general ...... .....................
11.4.113
Exclusions to,..... .. . ...................................
11.5
Cost Records..,_ , _ . . , _ , . .. . .....
_ _ ... ... . J1.7
in general ..... ........1. 19, 144, 9,11,
10.4.2, 10.4.3. 11
Lump Semi Pricing ........... ...................
.......... 113.2
Nouflotion of Surety.
...... 10.5
Scow ot.
...... 10.3-10.4
Testing and Inspection,
Uncovering the Work.......... .......
.... .. ....... 119
LXDC OENMUL COMA 11ONS 1910.8 (1990 Ent 110M
w! MY OF FORT MUNS MODIFICATIONS My 9f99)
Unit Price Work ........ . _ .... _ ...... .... __11.9
Article or Paragraph
Number
.1- .... - ................ J13
`or times adjustment........ 4.1,4.2.6, 4.3, 115,
....... 6A.2, 9.4,95, 9.11, 10,2- 10.5, 12. 1,
13.9, 13.13, 13.14, 143, 15.1, 15.5
rtulsl time Umitq 12-2
..' ......... 123
Acceptance ofDefidive Work......
.... _ .... ... 13,13
Amending C4nftd Documents
.......................3.5.
Cash Allowances ......... ..............
.......
Change of Contract Pricq__ _ . ....
... ..........
Change ofContract Timea .....
..................12.
Changes in the Worl;_ ....
........ .. ...... 10
COVtf RACTORs fee ..............................._.......I
L6
Cost of the Work
11.44 1h7
Cost Records ..........
113
definifion ot ......... .....................
....... ........... _1,9
emergencies.,, ......................................
_-_0,23
ENGINEERS responsibility .......
execution of ............ ......... ..........
............... ... JOA
ladoinnifiction ................
6,31.6-33
Insurance, PAnds and .... .... .....
_ 5.10,513,105
OWNED may terminate ........ ___
......... .. 15.2-15,4
OWNER's Responsibility .......
.......$.6, 10A
Physical Conditions-
Subsurfiace and.............................................4
2
Underground Facilities-, ............................
43.2
RecordDowments, ....
__6A9
Scope of Change .......... .......
.... 10.3-10A
Substitutes..: .............. ___ ...................
_613,61.2
Unit Price Work
11.9
value of Work, covered by ................
.......... ..... 11.3
Changes in the Work...... ... __ ........
....... .... .... _10
Nolificatiori of'surety....................
ms
OWNERs and CONTUCTORs
responsibilities:.:,......IUA
Righttogn adjustment ......... ......
----'101
Scope of change .........................
....... .... 103-10.4
Claims -
against CO9fRACroR. . ... ....
....... .. 6 16
against ENGINEER. ..... ......
.... ....... ..... ia 32
against OWNER,..,..,.,._ .. ........
...... .... __o 32
Change of Contract Price ....... .....
___ ..... .,9.4,11,2
Change of Contract Times ...... _
......... ... 9.4,121
CONTRACTOR'S.,...._..... 4. 7.1.
9.4. 9,5. 9,11. 10,2,
.......... 1-1-11 Z 11.9,12.1,
13.9,14.$,
... - ... -.1 .... ...
15.5,17.3
CONTRACTOR's Fee_ _ . ...... ........ _ _ ... _1 1.6
Article or Paragraph
Number
CONTRACTORs liability ........... 5.4,6JZ 6.16,6.31
Cost of the, Work.......... _ ...... _ ................
11.4, 1 t5
Decisions on Disput,4 ..... -_ ............ .........
9A 1, 912
DisputoRssohdicn_ ........ .....................
......... j&l
Dispute. Resolution Agraemank_ ................
16.1-166
ENGINEER as initial interpretor., ....
.............. _p,ll
Lump Sum Pricing ................ _ ...... .........
1.3.2
Notice of
OWNERS... ...,:9AA5.931,
10.2, 11.2,11.9
........................l21, 13.9, 13.13,
13.14, 17.3
OWNERS liability ............................
....... 5.5
OWNER may refuse to make payment_,,.,,,,,,
_„_. J4.7
Professional Fees and Court Costs
Included ..... _ ... ...
.........17.5
request, for formal decision on ... __ ...........
........ P,11
Substitute Items;,,..,-6-7.1-2
Time Extension:.:..........., ...............
-_.111
Timerc*remmts _ ..............
12.1
UnitPrioe Work.. . ............
- ..... ... 31.9.3
Value of
J.1.3
Waiver of -on Final Payment_ .... ..........
J4.14,14.15
Work Change Directive ..... . . ......
....... ..W2
written notice roquire4 ........ _ __ _ _ 11.2, 123
Clarifications and Interpretatiom.,
3.6.3,9,4.9.11
Clean Site ... ......... .....
0.17
Codes of Technical Society, Organization
orAssociation ..................................................3.3.3
Commencement of Contract Timcj_ . .........
..... 13
Communications -
general .... __ ............ .. .............
6.9.2, 8.1
Hazard Communication Programs .....
............ 0.22
Completion..
Final Application for Payment ., ...........
............ 14.12
Final inspection -
Final Payment and Acceptance,,,,,,,_
i�.13-14.14
Partial Utilization- 1-14-11 - — __
..... ___14.10
Substantial Completion,,,_ . ... _ ....
1,38. 14.8-14.9
Waiver of Claims___ .... ........... ........
....... J4.15
Computation of Times, . ... .................17.2.1.17.2.2
Concerning Subcontractors, Suppliers
and Others...._
O.M.11
Conferences--
initiallyacceptable schedules ... . ......
......... ... 2.9
preecawruction .... ...... ................. __
............
Conflict, Error, Ambiguity, Discrepancy-
CONTURACTOR to Rcrol ... ... .. ... ....
.. . 2,5, 3.3,2
Construction, before starting by
CONTRACTOR., ,, . ........ .... ...... ............
.... 15-2.7
Construction Machinery, Equipment, etc ...........
...... 6.4
Continuing the Work_ .............................
.... 6,29,110.4
Contract Documents -
Amending....................... -- .. ..........
...... 5
Bands
EXDC (IGNERALCONDITIONS 19104 (IM ED1110M
W/ CM OF FORT 0QLLM MODIFICATIONS (REV 9/99)
I
Cash Allowances .,......., ..... . 118
Article or paragraph
Number
Change of Contract Price ....................................
I I
Change of Contract Times...... _ _
_.....................
.. 12
Changes in the Work .......... ................. :...
104-10.5
check and verify .... ........ .........
......2:5
Clarifications and
Interpretations.._..._..:.............3.2, 36,
9,4,. 9.11
definition of:......................................................1.10
ENGINEER as initial interpreter of,,,_
.......931
ENGINEER as OWNER's rclresentmive..........
9.1
gencrel3
insurance ............................................................5.3
.Intent ...... ..... _.._ ..
.3.1-3.4
minor variations in the Work_, ......... ....... .._.._..3.6
OWNER's responsibility to furnish data
.83
OWNER's responsibility to make
prompt payment ... .... ...... ...... ....... 8.3, 14.4, 14.13
precedence..._ ...... ... ......., .... ....
1.1. 3.3.3
Record Documents ...........................................
019
Reference to Standards and Specifications
of Technical Societies..__._ ..........................
3.3
Related Work .... ............ ._..................................Z2
Reporting and Resolving Discrepancies .,,-,
15, 3.3
Reuseof ................ _........... _................... �..........3.7
Supplementing... .... ... .... .... .........
...... 3.6
Termination of ENGiNEER's Employment....._...8.2
I1nit Price Work ...............................................
119
variations ......... ................................ 3.6, 6.23, 6.27
Visits to Site, ENGINEER s.. _.. _ _ _.... ....
_.......9,2
Contract Price --
adjustment of_ ............. .5, 4.1, 9.4, 10.3,
t 1.2.11.3
Changeof._._...._......_.___...... _...._.__......_.....
I I
Decision son Disputes ........................................
9.11
definition of ........._......... ............ .............
........ 1-11
Contract Times—
adjustment of... _. _..... _. _. _.. _..3.5, 4. L 9.4, 10.3. 12
Change o(..... .............. _.... _.... _.............12.1-12A
Commencement of... _ ...................._................
2.3
definition of., ......... ___ .... ...... .........1.12
CONTRACTOR --
Acceptance of Insurance_,,...._,_,
534
Communications .. ......... .... _.......... __
6.2, 6,9.2
Continue Work ........................... ...... ......
6.29, 10.4
coordination and scheduling............ ..........
. .. 6.92
definition of............................................_........{.13
Limited Reliance on Technical
Data Authorized .....-._._.....
4.2.2
May Stop Work or Terminate _. ......-.
19,5
provide site access to others... _..................7
2, 132
Safety and Protectitm. _......... _. _,, 4.3.1.2. 6.16, 6.18,
......................................6.21.623.72,
13.2
Shop Drawing and Sample Review
Prior to Submittal ........................................
).25
Stop Work: reguirements.,..,... ._........._.._.__. 4.5.2
CON7'RACTGRs--
Article or Paragraph
Number
Compensation ......... ....__..................-...,_.
L1.1-u.2
Continuing obligation .....................................
14.15
Defective Work._____ ..........._ 9.6, 13.10-13,14
Duty to correctdefactive Work_'. _ ...................
13.11
Duty to Report—
in the Work cooed by
Emergency .. ......... . .........
.... 6.23
Defects. in'Work of Others ..........................7.3
Differing conditions ............... ........ .......
... 4.2.3
Discrepancy in Documents _....... 2.5. 3.3.2, 6.14.2
Underground Facilities not indicated ..........
4.3.2
Emergencies:....... ____ --- .. _... .......... ....... ..._.._..0.23
Equipment and Machinery. Rental, Cast
of the Work ......... ............ .................. ....11.4,53
Fee --Cost plus ................. _.....,1.1.4.5.6, 1.1.5-1,
11.6
General. Warranty and Guarantee .................0.30
Ilanird Communication Programs ......................6.22
Indemnification ......................... 12, 6.16,
631-6.33
Inspection of the Work_,, ...... _ .... ..... ......
7.3, 13.4
Labor, Materials and Equipment ... .._..._......
_6345
Laws and Regulations, Compliance by,,,,,„-,,,,
6.14.1
Liability Insurance ,..... ................. ..............
........ ?A
Notice of Intent to Appeal .........................
9.10„ 10.4
obligation to perform and complete
the Work ............................. ....................
...630
Patent Fees and Royalties, paid for by. ................6.12
Performance and Other Hondc ,,,_____________5.1
Permits, obtained and paid for by_.... ................
6.13
Progress Schedule. ...... ........ _ ...... 2.6. 2.8, 2.9, 6.6,
....:.._....._.........._............629. 10A, 1511
Request for formal decisionam disputes,,,,,,,,,,,,,,
9.11
Responsibilities --
Changes in the Work_ _... ..._.._..._.......
._... 10.1
Concerning Subcontractors, Suppliers
and Others .................... .............. ...
6.8-6.11
continuing the work ..... .... .___ _.......
6.29, I:OA.
CONTRACTOR's. expense ...........................63
I
CONTR.ACTOR'sGeneral Warranty
and Guarannee.................._.........._.....,,630
CONTRACTOR's review prior to Shop
Drawing or Sample submittal..........
.....625
Coordination of Work.........._....,......._......
6.9.2
Em ergenoias..................... _........... _._........(3.23
ENGINEER's evaluation. Substitutes
sr "Or -Equal" Items ....... ................._67.3
For Acts and Omissions
of Others .........._.-...... ...... . 6.9.1-6.9.2, 9.13
for deductible smountainsaance,,,..__....-_..5.9
general ........................................ 6, 7.2,
73, 8.9
Hazardous Communication Programs_
... ... . 622
Indemnification, ....... . .................. .......
6.31-633
vli L)ax, cENERAL COta) pop 1910 •s om Elll'notJ)
wICITv (r' FORT COLLINS MODIFICA110M OWN 9/99)
Labor, Materials and Equipment,,,,,. ..... .,.5.3.6.5'
Laws and Regulations ...., ....... . _......... 6.14
Liability Insurance.,, .... ..... .. ?.4
Article in Paragraph
Number
Notice of variation from Contract
Documents : ............... .......
b:27
Patent Fees and Royalties....,, .,....
......:¢. 12
Permits,. .:......: , . ........................:.6:13
progress Schedttie ........
RecordDocwnsnts ,._..._.
....,6.19
related WorkpWormed prior to
ENGlNfWs approval of required
submittals.......,................................0.28
safe structural loading .........
.618
SafetyandProtectton............ ........ i5XT2.13:2
Safety Representative ........... ...,.....
6.21
Scheduling the Work .................. ....
.__.(1,9,2
Sloop Drawings and Samples... ............
....... A24
Shop Drawings. and Samples Review
by 040IMM........ ........ ...................
..6.?6
Site Clean lmess. _.............:..... .
.... G 17
Submittal procedures...................................625
Substitute Construction Methods
and procedures— ............ .........
_.... .T2
Substitutes and "obi -Equal" Items................0.7.1
SuperintendeacC. -, .......... .................
Supervision ..................... _....................
_......4.1
Survival of Obligations. ...... .........
.....6.34
Taxes.........................................................
0.15
Tests and lnspections........ ..... .........._._._,13,5
ToReport................_...................................23
Use. of Premises........_....._ _..0.16.6.18, 6.30.2A
:Review Prior to Shop Drawing or
Sample Submittal....... ..............................,,
625
Right to adjustment for changes in the Work..... K2
right to claim., ......... 4, T 1, 9.4, 9.5, 9.11,
10.2,11.2,
.......... 11,9,12.1,13.9,14.8,15.1,153,17.3
Safety and Protection. ............. ,6.20 4.22,
72, 13.2
Safety Representatives .......... .....
._.. 6:21
Shop Drawings and Samples Submittals .....
6.24.6:28
Special Consultants. ....,. _- _ _... ........._.11.4.4
Substitute Construction Methods and Proccoures _ 6, 7
Substitutes and. "Or -Equal" Items,
Expense ........:. . ........... ... 6.7.1,
6.7.2
Subcontractors,.. Suppliers and (there....... ....
6,9-6.11
Supervision and. Superintendence,,,,,,.,,6.1,
6.2, 621
Taxes, Payment by., .......... . ........ ... __.......:6.15
Use of Premises„_._. ...... _. ,-_.6.16.6.18
Warranties and guarantees.. ........... .....
6.5, 6.30
Warranty afritle....... .........._ ..,. ..........14.3
Written :Notice Required --
CONTRACTOR stop Workor terminate,.,...
15.5
Reports of Differing Subsurface
and Physical Conditions ........................
4.2.3
Substantial Completion .................. _.....
........ 14.8
via
CONTRAC.TORS..other............... ..............
Contractual Liability Insurance., . ,_„5A. 10
Contractual Time Limits:.,_.. ........ ........ 12.2
Article or Paragraph
Number
Coordination—
CONTRACTOR's responsibility.. ..............
_ .: 0.9.2
Copies of Documents.......... _..............
........... :12'
Correction Period ................ ...... ..............
I2
Correction, Removal or Acceptance
ofDe*ctiva Work"
in general„ ......... 10.4.1.
13.10.13.14
Acceptance ofDitkdve Work .......:..
.........1:3.13
CorreWon or Removal of
Defective Wok ..._......................6.30,
13.1I
Correction Period .......:
----------J112
OWNER MayCorredDefective Work,
...........13.14
OWNER May Stop Work .....................13.10
Cost --
of Tests and Inspections,: ........ ...,. _. .
........13.4
Reccads11.7
Cost of the Work--.
Bonds and insurance, additional ...................11.4.5.9
Cash Discount.S................._............... ........
.... 11.4.2
CONTRACTOR'sFee...... ...:...:.........._
..116
Employes Expenses, . . ....... .........
11.4.5.1
Exclusions to ......... .........
...11.5
Genera111.4-11.5
Home office and overhead expenses,,
,11.5
Losses and damages ................. ......
11.4.5.6
Materials and equipment. ....
Minor expenses ..................._... .........
11.4.5.8
Payroll =is on changes .............. _......._........11.4.1
performed by Subcontractors,.._ .,....
..._..._.11.43
Recordsl l.7
Rentals of construction equipment
and machincry.................... .............
11 A.53
Royalty payments, permits and
license fees ... _:..... ... _............11.4.5.5
Site office and temporary facilities.. ..............
11.4.5.2
Special. Consultants, COI+TTRACTOR's
, , ... „11 4.4
Supplemental .. _... _........ . _.. ........
........11.4.5
Taxes related to the Work
11.4.5.4
Tests and lnspection,...... .. ......
._... 13.4
Trade Discounts ............ .................
..... .. 11.4.2
Utilities, fuelandsanitary facilities ..........
...I 1.455 7
Work after regular toms.................................11.4.1.
Covering Work _.__..._ ..............
...... 13.6.13.7
Cumulative Remedies. .... _.._
.....1 Z.4-I1.5
Cutting, fitting and patching .................
.............. 7.2
Data, to be furnished by OWNER-, ... .. .. .
. 3
.........
Lary -definition of ........_.. ..... ........
.. �......17.22
Decisions on Disputes ....................................
9.1119.12
defective --definition of. . ...._...
.._....1.14
defective work--
Acceptanceof.... .,......_....... ....._...........
10'.1, 13.13
EX-W GENF.aAL CONDITIONS
1919-3 (199a 6UIT10N)
w/ CITY OF FORT COL41M3 MOt)IFICAT101ita REY 9t99)
r*�
Correction or Removal of ... .. ............ 10A.1, 13.11
Correction Period-, ......... ........:... ....:.1332
in general.. .1 ... ---- .... - ... .......... -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, ....................... ............
.118
Definitions .:;.:. - ................... _..
...._..- I.
Delays ............ .........................Al, 6.29, 12:3.12.4
Delivery of Bonds .............................. ..........
2.1
Delivery of certificates of insurance;„. .........
........2.7
Determinations for knit Prices.......... , ,
.......9.10
Differing. Sobsurface or physical Conditions -
Notice of ... ... ... ....... .... ........... ....
_..4,2.3
FNGINEMs.Review......................
....4.2.4
Possible Contract Documents Change.,,,,,,
,.., 4.2 5
Possible Price. and Times Adjustments.
......, 4.2.6
Discrepancies -Reporting
and Resolving .,..,...... ... 25, 112,
6. 14,2
Dispute Resolution--
rlgreement................................................16.1.16.6
Arbitration_ ........ ............. .......................16.1-16.5
general l6
Mediation .............. ...... ....... .......................
16.6
Dispute Resolution Agreement............. ........
16.1-16.6
Disputes, Decisions by ENGINEER ...... ...... .....9-11-912
Documcmis--
Copiesof... ..... _............... _. _....__... _........
...... 12
Record 6.19
Reuse(f..__..........................._.....................
....,3.7
Drowings-definition of, ... __............. ___ ..........._,IA5
F.asemcntc.............................................................
4.1
Effective date of Agreement •- definition Qf.............1.16
Emergencies... _,,......... _. _. ........... ..
.................
ENOIIER--
as initial interpreter on disputes,,.,_,,,,.,__
definition of ............. ........
_.1,17
Limitations at authority and responsibilities,,,,, 9,13
Replacement of., - . ....... _... _........ _..... _
...... 8.2
Resident Project Representative....,_, ,
,,_„9:3
ENGINEERS Consultant-- definition of..,
...... 1.18
ENGINEER's--
authority and responsibility, limitations mi _,,,..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.... ... ........
.. 9.11-9,12
defective Work, notice of___ _.........-.._
131
Evaluation of Substitute
Liability...................................................4.32,
9.12
Notice Work is Acceptable _...__...........
.- 14.13
Observations, - ......................................
0,30, 9.2
OWNER's Representative,..... ...... ._..... 9.1
..........
Payments to the MNTRACTOR
Responsibility .for .... ...... ........_..... _.......9,9, 14
Recommenilatitm of Payment....................)4A, 14.13
Article or Paragraph
Number
Responsibilities --Limitations on,,. ........
Review of Reports an Differing Subsurface
and Physical Conditions ........................42A
Shop Drawings and Samples, review
responsibility.,,. .... ... ........
....._...5.26
Status Owing Construction --
authorized variations in the Work...
............ ...9 5
Clarifications and Interpretations. . ...
. . ........PA
Decisions on Disputes ........ :.............
9.11-9.12
Determinations on Unit Price... . _._
_. _. _. _..9.10
ENGINEER &a Initial Interpreter_„_
_„ 9.11.912
ENGINEERsResponsibilities
....9.1.9.12
Limitations on FNGfNF.ER's Authority
and Responsibilities................
...... 9,13
OWNER's Representative..............................9.1
Project Representative_.... ...._......_...........9.3
Rejecting Defective Work .... ....................
...... 9.6
Shop Drawings, Change Orders
and Payments ................ ...... .....
_..... , 9.7-9.9
Visits to Site._ ......................_,.......
_..__._. 92
Unit Price determinations.................................9.10
Visits to.Site ..... . .... .......... ......-_._............
.9.2
Written consent required ........ ......................
:7.2, 9.1
Equipment, Lob",. Materials and....- ...................
6.3.645
Equipment rental; Cost of the Work.. ..............
11.4.5.3
Equivalent Materials and dEquipment ........................
0.7
error or emissions ......... .... .._................... ..........
... 0.33
Evidence of Financial Arrangements ......................8.11
Explorations of physical conditions ......................
4.2.1
Fee,.CONTRACTOR's-Costs Ptuk..........................1..1.6
Field Order --
definition . a(,.... _............ . _. _......_...
. _. _......1.19
issued by ENGINEER..... _..............._..._...
3.6.1, 9.5
Final Application for Payment.._. __._....
_.,...,. ]4. 12
Final Inspection_ .............. ........... ...............
J4.11
Final Payment -
and Acceptance. ........._......._...
14. 13-14.14
Prior to, for cash allosances... ... ..................11.8
General Provisions
17.3-17.4
General Requirements -
definition o(.....................................................L20
principal referenees to.. _ _. _.....2.6, 6.4,
6.6.6.7, 6.24
Giving'Notice, _
„ 173
Guarantee of Work -by CONTRACTOR ....6:30,
14.12
Hazard Communication Programs ..,.... ........_......
.... 22
Hazardous Waste --
definition of_
21
general _.._..... .
__..4.3
OWNER's responsibility fir ..............................
1310
EJCW MNERAL C'ONOITIONS 1910.9 (1990 EDITION)
wt0TY t%' FORT (T91INS MODIFICATIONS (RF-V 91")
Indemnification,,,,.....__ .......... __ . 4- 1 Z 6.16, &31433
Initially Acceptable SchethileA .... ...... .... 2.9
Inspection —
Certificates of ......... .... ......... ..... 9.114,115, 14,12
Final .... ....... ................... ..... 14, 11
Article or Paragraph
Number
Special, required byHNGINEUR .............. .......... 9,6
Tests and Approval,-.... ........... 11.3-13.4
Insurance -
by OWNER:......_.. ..........
____514
faked by changes
..... ........
.......... 11.4.5.9
Ithe work ............ 1. 1-1
1-1 - . -- ... 23
general ... ...................
...... _1--J
revisions ............
3, 53,
5.4.1.1, 5.4413,
545,51,5.14, 9,13.4,14.12
.......... ._.__ .... _-__ .... 5.4,13
CONTRACTOWs Liability ..... ...... 1111-1.... 4—_ ... .5.4
CONTRACTOWs cidection to coverage ,............5.14
Contractual Liability_ � ................ .......... ....... 54.10
responsibility.... ........ ..............................
5.9
Final Applicater, for Psyment., .... .............
__141,12
Licensed Insurers
53
Notice requirements, material change;,,,,,,,
3.8, 10,5
Option to Replace._ ..... _- ....... ...... ..........
514
other special insurancei_ ............................5.
to
OWNER as fiduciary for insurcd*..............5.12.5A3
OWNB$V,i Liability.... .._ --- ...........
__ ...5.5
OWNER's Responsibility ........ __._ ......
_-_ ..... 8,5
Partial Utilizatiom Property Insurance ....
__5,15
property__ ................ ......... ...........
5.6-5.10
Receipt and Application of Insurance
Prooee4 ..... .......... .................. ......
_5A2-5,13
Special Insurance.._ . .......... __ .................
....... 5.10
Waiver of Rights......................
_ ....531
Intent of Contract Documcnla,_ ........
11-3.4
Interpretations and Clarifications ....... ... ..........
3.6.3, 9.4
Investigations of physical conditionR .........................4.2
Labor, Materials and Equipment........... ... — .........
0.3-6-1
Lands--
imdEasemcrits- ..........................
... .... $.4
Availability of.._ ..... ..... _ ......... ........
8.4
Reports and Tesia__.............................
.......... FA
Laws and Regulations -,Laws or Regulations --
Bonds . .... ..
Changes in the Work ...............
_10.4
Contract Documents...........
. ..... 3.1
CONTRACTOWs Responsibilities ....
..... 614
Correctionlieriod.clefecift,eWok,
Cost of the Work taxes__. .......................
j 1 A. 5A
definition of.............. .... ....... ---
... .122
ScricraI6.14
Indervinificatiori_ .. ..... ___ ................ _631-6.33
Insurance_,.,_,_..,
5.3
Prrcedanoc� - � � ... ......... ....... ..........
3.1,33.3
Reference to.,,,,_._.......
�1.3.1
Safety and Protection_ . .... .. _- . .... ... .......
6.20,13.2
Subcontractors, Suppliers and Others_ ........
,6.U.11
Article or Paragraph
Number
Tests and Inspections,,..,,,.,,,.
...... 13.5
Use of Proud . sea_ ........... ................ ... ........
0.16
Visits to Site....,..
_9,2
Liability Insuranov-
Q0NTRACTOWs_........... ......... .......... ......
....... 5.4
OWNM.. ........ ........... ..... _ ..................
-J.5
Licensed Sureties and Insurers ........ ___ .............. ............
5.3
Liens -
Application for Progress Payment, .......
___14.2
CONTRACTOWs Warranty of Title._.............
_14.3
Final Application for Payment ..... ............. __.14,12
definition of .... ...... .................1.23
Waiver of Claims__ ................... ___ ............
)4.13
Limitations on ENGINHER's authority and
responsibilities.-_._.., ......... ........ ....
... 9J3
Limited Reliance by (70NTkAC!r0R
Authorized, ....... .......... — .... -- ........................
4.2.2
Maintenance and Operating Manuals. -
Final Application for Payment.......___..............
14.12
Manuals (of others) --
Precedence
Reference to in Contract Documents ... .........
3.3.1
Mawrials and equipment --
furnished by CONTRAcTrOR., .... ____63
not incorporated in Work .... .......... _ ..........
_.14.2
Materials or equipment —equivalent—, .........
__ .... 0.7
Mediation (Optimal) .......
.... J6.7
Mile.%ones—definition of ........................................1.24
2&svollaneou$--
Computation of Times:,......._._......._._..._...._..
Cumulative Remedies ..... ..........
- 17.4
Giving Nonce......... .......
... 17.1
-Notice or claim
I T3
Professional Fees and Court Costs Included.......
1 15
Multi -prime contracts....._....
Not Shown or Indicated., . . .... . .. ........... ......
4.3.2
Notice of --
Acceptability of Project...................................14.13
Award, definition of_,.._ ... .. .... ............. .........
1.2.5.
Claim
Defects,13.1
Differing Subsurface or Physical Conditions_,
. 4 2.3
Giving ... .... .... . .. ... _ ..
.... 17.1
Tests and Inspections ........... .... ....... ......
...... j 33
Variation Shop Drawing and Sample._..............
4.27
Notice to Proceed -
definition o(......................................................1.26
giving of .. ....... ... .... . ..
____;.3
EXI)C GENERAL COND[TION3 1410-90990 EDITION)
W/ CITY OF FORT COLLIM MODIFICATIONS (REV 91")
Page is too large to OCR.
Notification to Surety......_..,..
... ..... , ... jo.5
Observations, by ENGINEER .......
...... §,30, 9.2
Occupancy of the Work
14.10
Omissions or acts by CONTRACTOR.....,... 0.9, 9,13
Open Pail policy form, Insurance .....
$,6.2
Option to Replace ....................................................5.
14
Article or Paragraph
Numb,r
'Or Equal' Items ........................... ...... ...........
Other -work 7
Overtime Work --prohibition of ....... ... ..............
6.3
OWNER --
Acceptance of defective Work............_...........
.J3.13
appoint an ENGINEER - ...... ................
8.2
as fiduciary ,- ........ .... .... .......................
512-5,13
Availability of Lands. responsibility,....................
4.1
definition of......_........__...,.:..:. .........
... 1.27
data, furnish ........................................ ...
..... _$3
May Correci Defective Work.............................1114
May refuse to make payment...... ....... ...
...... 14-7
Nfay Stop the Work ......... ..... ........ ... ....
May Suspend Work,
'terminate....._..._._....... -3,13,13.10.15145.4
Payment, make prompt ........... ......... P 3,14-4,14,13
performano: of other work ........ .....................
-JI
permitsand licenses, requirements- ..... - .......
03
purchased insurance requirements- ......
... 5,6-5.10
OWT,Mws-
Acceptance of the Work,.,
Change Orders, obligation to execute..._.....
8.6,10.4
Communications ...............................................
8-1
Coordination of the Work-, ....................
Disputes, request for decision ... .........
9,11
Inspections, tests and approvals ...... .... J.7,
13.4
Liability Insurance.....__ ........... ... ......
...... 5.5
Notice of Defects .................... ......................
J31
Representative --During Construction;
FNGINEE,R!s Status
91
Responsibilities --
Asbestos, PCBs, Petroleum, Hazardous
Waste or Radioactive Material
10
Change Orders..............................................8.6
Changes in the Work_._..._...._..._..__.......
J0.1
communications ............... ......
19A
CONTRAC`rOks responsibiliti . .....
-.1-1111 K9
evidence of financial arrangenterua ....
8.11
inspections, tests and approvals, , . . .. ....
7
insurance - .... .... .... .......... _..................8.5
lands and easements..........__.___.__..........
8.4
prompt payment by ..... ........
replacement of ENGINEER..__..-,_
8.2
reports and tests,,....... _ ...
stop or suspend Work . ..... ......
1110. 15.1
terminate CONTRACTORs
services-,
8.8. 15.2
separate representative at site,,,_,,,__ ...................
y3
testing,. independent .... 13A
use or occupancy
of the Work ................. 5, 6.302.4, 14.10
written consent or approval
required ........... . ...._.......,,.,...._:A 1. 6.3. 11.4
L*X'W GENLRAL CONNTIONS 1910-8 (1990 WITIOt)
wl CITY Of FORT 0011UNS MODIFICA11ONS (RFV 91")
Article ar Paragraph
Number
written notice required _,,,,_,..
... 7.1, 9.4, 9.11,
.......... .........ILZ 11.9, 14.7, 15.4
PM..
definition of_ ..... .... ._.....-....
...-..._:._1.29
general......... .............. ......:...... ............
......... ... 43
OWNER's responsibility for ..... .............
............. mo
Partial Utilization -
dcfdtition of .......... ................... ..
..........:1.28
general 6,30.2.4,14. 10
Property Insurance...... ...... _.
........... .15
Patent Fees and Royalties ........ .....
..... 6.12
Payment Bonds- .................. ......................
.,.....�.1-5:2
Payments, Recommendation o(.............
14.4-143,. 14.13
Payments to CONTRACTOR and Completion —
Application for PtogreasPayments.......
..............14.2
CONTRACTOR's Warranty. of Title..
.... ,.......14.3
Final Application :for Payment,....
.........14.12
Final Inspection ............. ...
.14.11
Final Payment and. Accepmnce,_,....
........ 1411-1414.
general ............. _.......... ...._:.......... ..........:-_...0.3,
14
Partial Utilization..:.,. .................
........ ......14.10
Reminage...............................
................14.2
Review of Applications for
Progress Payments ...... ...._
......14A-14.7
prompt payment._ .................
......._.$3
Schedule of Values.. _....... �......... _.....................14.1
Substantial Completion, _ _.............
..... ...14.8-14.9
Waiver of Claims ............................................
J4J5
when payments due, ...............................
14.4, 1413
withholding payment ...............
...._..._.... 14.7
PedomanceDmd;........ .. ......._
........5.1-5.2
Permits. ......................... _.......,._ _. _........
�........ b.13
Petroleum --
definitionof .....................................................
1.30
general.............................................................
4.5
OWNER's responsibility for ............. ..........
_....... Y.10
Physical Conditions —
Drawings of.inorrelating to_ -........ ........4.2.1.2
F,NGINEER's review ..... ....................... ..._,......424
existing structures.............. ...._... .......
.... ... _4.22
general 42:12....................--_ ....
_:..........___
Notice of Differing Subsurface or,.
..........4.2.3
Possible Confirm Documents Change ..........
..... :4,15
Possible Price and Times Adjustments..............4.2.6
Reports and Drawiitgc.....................................
4.2.1
Subsurface and ............... _. _......
............ A.2
Subsurface Conditions .................. .............
„ „4.2.1,1
.
Technical Data, Limited Reliance by
CONTRACTOR Authorimd......._........__..412
Underground Facilities--
general.........................................................4.3
Not. Shown or Indicaed_......,...._..._.........43.2
Protectim of.......................................43,
6.20
xii
Article or Paragraph
Number
Shown or Indicated_ ......... , ....._...............
4.11.
Technical Data,. _........................
...... 4:1.2
Reconstruction Confareheo. .:...
........2.9
Preliminary Nlattars......... ......... ..
Preliminary Schedules:...._.......:..............................2.6
Promises,. Use o1......... ............. ...... ........... .
6.16-618
price, Change of Contract.., ......... _........................
., 11
Price, Ctmhact--definition of - ...:.,....
..........1 11
Progress Payment. Applications for,.... ........ .............
14.2
Progress Payment--retalnap... _.:..........
_ 14.2.
Progress schedule, C:ONTRACTOR.s.......... ,.y.6,18,.2.9,
,:.. ........ ...... 6:6;. 6.29. 10.4,15.2.1
Project
—definition of ...._......................
....... L31
ProjectRepresentative--
ENGINEERS StatusDuringCotstrta ion
....... 9.3
Prcjcct Representative, Residen"efinitionof
,,, ,.... 1.33
.prompt payment by OWNER...................................8
3
Property Insurance —
Additional . ... __ .... __.:.:. ::. ........ . . . ...:....
5J
gcnera15.65. 10
Partial Utilization .... ..... .... ..:.............. 5,15,
14,10.2
receipt and application of.pr%-CWa............
5,12-5.13
Protection, Safety and ..... ....... ........... ....... fi.20.6.21, 11.2
Punch list ....... ___ .... .......... ____ ...... ......
,.... 14.I 1
Radioactive Material-.
defintionof.... ....... ......... ............ :_.................,,1.32
general,15
O WNERs responsibility fur .............................8.
10
Recommendation of payment ................ 14A, 14.5,
1413
Record Documents__ ...... __ ......61914.
12
Records procedures for maintaining ..........
..... 2.8
Reference Points..............................._....................,.4.4
Reference to Standards and. Specifications
of Technical. Societies, .......................
....... 3.3
Regulations,. Laws and. (or) ................ _....................
6.14
RejectingDefec#ve Work --- _.......... ...... ..... .......
9.6
Related Work —
atSite . ... _..................................... .........
... 7.1-7.3
Performed prior to Shop Drawings
and Samples submittals. review ....................
ti.28
Remedies, cumulative._...__. ..._....._.....a7.4.
17.5
Removal a Correction o(Dejecdw Work.., ........
1111
rental agreements, OWNER: approval required.,.,t
1.4.5.3
replacement of ENGINEER, by OWNER_.
8.2
Reporting and Resolving
Disunepanoi......... ......................_2.5. 3.3.2, 6.14.2
Reports. -
and Drawings .... ............ ................... ._.......
... 4.2.1
and Tests. OWNEKs responsibility ...................8.4
Resident and Project Representative--
defmition. of .................................... _.... _.,........
1.33
provision for. ....... ........... ..... . ...................... 9:3
5XI)C. GENERAL COMITIONS 1410-8 pros MABON)
a! CITY OF FORT COLLMS MODIFICATIONS MV 91"
Article or Paragraph
Number
Resident Superintendent, CONTRACTOR'$ ............... 6.2
Responsibilitiuw--
CONTRACTOR's-in. general .................................. 6
ENGINEER's-in general ............... ....
.... .... .......... .-9
Limitations on . .... ........ ........................
...... 9.13
OWNER's-in general ............................................
R
Retainage.......... ..................................
..............1.4.2
Reuse of Documents. ....--- ...::.......
...:_..3 7
Review by CONTRACTOR: Shop Drawings
and Samples Prior to Submittal__ .
....: .......6.25
Review of Applications for
Progress Payment4_................................
14.4-14.7
Right to: an adjustment-......_ .......:..
.._...10.2
Rightsof Way.. .............. .............. _.................
...... 4 1
Royalties, Patent Fees and..... .....................:
fi 12
Safe Structural Loaring..........................................�.18
Safety --
and Protection......................:..........4i3.2.6.16,
...... .._............._.....6.20.6.21.72, 13.2
general .................................... .............
....6.20-6.23
Representative; CONTRACTOR'k.......
............... 6,21
9amples—
defmition of,,.., . ........ ...........
___ ...... .....1.34
general ...... ......... ...................... .:.............
6.24-6.28
Review by CONTRACTOR .................
_... ...... _.-- 6.25
Review by ENGUNFER ....................4.........
6.26, 6.27
related lVark-....................................
........ ....... 6:28
submittal of. .... _..._..... ._.____.....
_...-.fi24.2
submittal procedures..............._....-,.................:6.2$
Schedule of prcgresa..................._.......2.6.2.8.2.9,
6.6,.
............__.................. .....6:29,
10.4, 15.2.1
Schedule of Shop Drawing and Sample
Submittals... ............... ........... 24, 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 Time% .................................
10A
Initially Acceptable .... ............
..... _.... ..-Z8, 2.9
Preliminary, ....._.__.... _._....:.:...
.. ..........
Scope of Changes, ......... .......... _........
._.... 0.3-10.4
Subsurface Conditions ................... _ _......,.....
....... _ 4.2.1.1
Shop Drawings --
and Samples, general ................................
6,24.6..28
Change Orders & Applications for
Payments, and.
,. „9,7.9.9
definition of ............... ...... _:....
......_..1.35
ENGINEER'& approval of .... ............
...................3-ri.2
ENGINEER'sresponsibility
for review. .....................................
9 7, fi 24428
related Work ...... ..... .... .-......... ..._.......
.... ......... .28
review procedures ....... .........................
2.8, 6.24-6.28
Article or Paragraph
Number
submittal required,_... ........................................6.24.1
Submittal Procedures. ......... - ............................
6.25
use to approve substitutions. _... _. _...................
¢.73
Shown or Indicated ....................... ..... ........... .....
...4:3.1
Site.Aicset................_.,....,......,.....................
7.2, 13.2
Site Cleanliness_ ....... _.......... .......... _.-.___ ......
.... 117
Site, Visits to--
byENGINEM............ ......... .... .................9.2,
13.2
by cAhars................... ....... _.... ... .._
......13.2
"special causes of loss" :policy form;
insurance ........ :. _................ ........5.6.2
definition of ...... .............. .................. .............
J.36
Speci€icattonsw
defination o,...... ...,.:.... ...__.
,...
of Technical Societies, reference to ,.,...
precedence., ...... ............... __........ ..............
33.3
Standards and Specifications
of Technical. Societies._ ...................................
_ 33
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,
72
Structural Leading, Safety .. ............ ...................
...._618
Subcontractor —
Concerning, ..._..........................................6.8-6.11
definition of ........ ....... ............................ .......
—) 37
delays_.... ....... ...__._...... _ ........___.
... 12.3
waiver of rights .... ................ ..........__......
....... ,6.11
Subcontractors --in general ,..,...... ..... ............_....6.8-6.11
Subeentracts--required Provisions.,.,.._.. 5, 11, 6.
11, 11.4.3
Submittals —
Applications for Payment .................................
14.2
Maintenance and Operation Manuals_..
14.12
Procedures .,....._ ............................. _.........._..
6.25
Progress Schedules... ... .... .. . .. .......
... 2.6,2.9
Samples.._ ....___ ... ..... ._......... ,__....
6,24-6.28
Schedule of Values.... .............................
2.6;. 14.1
Schedule of Shop Drawings and Samples
Submissions _.__.._.. __.........2.6,2.8-2.9
Shop Drawings .......... ............ _....... ._.
6.24-6.28
Substantial Completion --
certification of.. _..... _.... _......... 6.30.2.3.
14.8-14.9
definition of..................._........_.....,................1.38
Substitute Construction Methods a Procedures_
....63.2
Suhstitutesand 'Or liqual"Item ;. _.,..,____._.,-,6.7
CONTRACTOR'sExpense.... .................6.T.1.3
ENGINks"EsR's Evaluation
6.7.3
"Or -Equal . ..................... ........ ..
.....6,211
Substitute Construction. Methods
Xiii MW MN'ER.4L CONDI PIONS 1910.8 t19" EDITION)
w1CITY (if FORT COLLINS MODIFICATIONS (RFV 9199)
Article or paragraph
Number
or procedures;_.........
6.7.2
Substitute Items .........
Subsurfsoc and Physical Canditions-
Drawinp o& in or re4athg to....,. __ ........
_4.2.1.2
ENGIMEEK't Review, . ........... ...................
_424
gneral.... ........................ . ..................
...... .... _4,2
Limited Reliance by CONTRACTOR
__A.2.3
..... 4.2.1,2
1.1-1 ........ 4.2.1
fie SitG.................4.2.Ll
........... _.4,12
-1-1-1- ... 0A
ENGINEER shall not supervisq ..............9.2.
9.13.2
Superintendence ............... ........... ___ ....
__ ... _.0,2
Superintendent, CONTRACTORs resident.
_____0.2
Supplemental casts........ .......... _
.......... 11,45
Supplementary Conditions -
definition of .....................................................1.39
principal references to,, ................ 1.10, 1. 1 S, 2.2,2.7,
.......... _.4,2,43,5A, 5.3,5.4,5.6-5.9,
--.1-11-5. 11, 6-8, 6.13, 7.4. 8.11, 9.3, 9.10
Supplementing: Contract Document; , ........................
.} 6
Supplier -
definition of. ........................ ......... __ ...............
).40
Principal references to........._. 3, CS. 6.8-6.11,
6.20,
6.24,9,13,14.12
Waiver of Rights .. : ...... ......
...... g5.11
Surety -
consent to final psymenk ...... .......
_1 4,12, 14.14
ENGINEER has no duty tQ ................ ......
---9.13
Notification of._._... ..............10.1.
10.5, 15.2
qualification of .... ............ ............
.. .... 5.1-53
Survival of Obligations .. ............ ..... .............
_.j6.34
Suspend Work, OWNER May ............... .......
J3.10,15.1
Suspension of Work and Termination- 1,.... .................15.
CONTRACTOR May Stop Work
or-Terminatk .......... ....... ..... ... .....
. _J5.5
OWNER May Suspend Wa* ...........
....... 15.1
OWNER May Tcrjninme� ......................
15.2-15.4
Taxes --Payment by CONTRACTOR ...
...... :6.15
Technical Data -
Limited Reliance by CONTRACTOR ...............
A-22
Possible Price and Times Adjustments.
..... 4.16
Reports of Dflaring Subsurface and
Physical Conditions, ....
........ 4.2.3
AV
Tempormycoristruction fitcilitics__ 11 - -- --4 1
Article or Paragraph
Number
by CONTRACTOR ......... ................ 15.5
by OWNER .... ............................. ..... 15.1-13A
of EKGINUER's employment ............... .........$.2
Suspension of Work-in general ...................... J5
Terms and Adjectives ...... .......... ......
Tests and Insoactions.-
- .............. I....... 112
. .........
J16-13.7
13.5
13-1
..........
- 13.10
testing ................
--j3A
4GII-M'R .............
_ .......... 9.46
.1-1-1- ..... ............
114
at ENGINEEks
requeA, ...... ............. ...
.. ....... ..... 13.8-13.9
Times-
Adjustin........................................................6 ...
.,6
Change of Cmtmct ''*""'
12
Computation of, .... -1-11-.111 ...............
- 1-.172
Contract Times --definition of
......... ......... 1. 12
(lay ... ... ... _ _._ .........
.... .. � 17.2.2
Mlestones..........................................................12
Requirements --
appeals_ ... ..
... ..... _ _M0, 16
clarifications,
claims and disputes,,,,,,,,,,,,,,,,,
9. 11, 11.2,12
Commencement of Contract
Times ........ ___2.3
Reconstruction Conference......._
..............._208
schedule$
2.6.19,6.6
Starting the Work_ ....... __
........ ........... ___2.4
Title, Warranty of. ...................................
... ... 14.3
Lhicovoring Work.. .........
_ ........... 118-13.9
Underground Facilities, Physical Conditions --
definition OC.I........., ... 101-- ........................
.... 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
11-93
definition of ................ ..........
............ JA2
genemlll.9, 14.1, 14.5
Unit Prices-
gencrall 1.3.1
Determination ler. ... .... ......
.... ................. .9.10
Use of Premisea ...
6,16,6.18. 6.30.2.4
Utility owners ............................. 0,13,
6.20,71-73,13.2
Utilization. Partial ...... ... J.243,
5A5, 6.30.2.4,14-10
Value of the Work
1. 3
Values, Schedule of ............. ..............
;.6, 2.8-2.9,14.1
EXM (111NERAL CONDITIONS 1910.8 (1990 EDITION)
W1 C ITY OF FORT COLUM MODIFICATIONS (REV 9/09)
PEP
Variations in Work --Minor
Authorized,._.. ...........
..._. _..... ........... 6.25, (i.27, 9.5
Article or Paragraph
Number
Visits to Site--byENGINEER....................................
9.2
Waiver'of Claims --on Final Payment ... _.._....
__.., ,14.13
Waiver of Rights: by insured pane* ... .........
...:.5. 11, 6.11
Warranty and Guarantee, General --by
CONTRACTOR................................................0.30
Warranty of Title.CONTRACTORs......_
...............14:3
Work --
Access ta,.:.-:._..........._........... ..........
......,.._._.1,3.2
byother& ...........................................
................... 7
Changes in the. ....... ............. _........
Continuing the,......_.........................................629
CONTRACTOR May Stop Work
or Terminate ..... ....... ____ .......
............... 15.5
Coordination of .... _....-... . _.... _.......
. .7A
Costortho.:...............................................11
* 11..5
definition. of .... ....... ............. ......... ...........
............ 1-43
neglected by CONTRACTOR .......................
_..13.14
otherWork ........ ....._............... ..,..:_......................7
OWNER May Stop Work ......... __._...
..... ._._.13.10
OWNER May Susperld Work...................31M
15.1
Related, Work at Site. ....................................
7.1.7:3
Smiting the,.:....... _...............................
...... ... 34
Stopping by CONTRACTOR..............................13.5
Stopping by OWNER ..... .......... ........ ...........
15.1-15.4
Variation and deviation authorized minor._.,., . 3,6
Work Change Mective—
claims pursuant to ..................... _........_............
J O.2
definition of._..-_-.--.... ............._......
.........-. .
144
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, 6X2,
6.19, 10.1, 10.4,
............................ 11.2, 12.1,
13.122, 14.7.2
Written Clarifications and
Interpretations......_ ..........................
3.6.3, 9.4, 9.11
Written Notice Required --
by CONTRACTOR ............................
1.1, 9.10-9.I1,
............_....... _...... _...__._..
10A, 11.2, 12.1
byOWNFr32„_..........__.. 9.10-9.11,
10.4, 11.2, 1114
xv EXDC GENERAL COND7'I1014S 1910-9 (1"0 EDITION)
wt CITY OF FORT MUMSMODIRCAMNS MW 9/99)
(This page left blank intentionally)
-xN SJCDC.O6NBRAL.CONDITIONS 1910•8 (1990 EDITION)
wf CITY OF FORT COId" MODIFICATIONS OtFV 9/9%
GENERAL CONDITIONS
ARTICLF I -DEFINITIONS
Wherever used in these General Conditions or in the other
Comma . Documents the following terms have the.
meanings indicated whichare applimble to, boththe
singular and plural thereof
LL Addenda: -Written or graphic instruments issued
prior to the opermg5 of Birk which clarify, correct or
change the Bidding Requireme m or the Codraa
Documenta
t 1 A ement-The written contract between
and CO RACTOR covering the Work to be paformeci;
other Contract Do msepts are attached to the. Agreement
andmade a part thereof as provided therein.
13. Ayp tic4lim for Paynard-The form acne� dd by
I NGINFJIR ,*tall is to be used by CONTRACTOR. in
requesting Ixcgreas or final payments and which is to be
aaxnnpamed MI such supporting dcurregation as is..
required by the Contract Doeuma lm
1 A. Asbestos• -Arty material that contains more than one
percent asbestos aml is friable or is mteasing asbestos fibers
into the arc above current action levels established by the
United States Occupational Safety and 1lcalth
Administration.
i S. Aid -The offer or proposal of the bidder submitted
on the prescribed fain setting forth the prices for the Work
to be performed.
1.6. Bidd rig Dwi menis—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)..
17. .Bidding Requirements --The advertisement m
invitation to Bid instructions to bidders, and the Bid form.
1.8. Bonds -Performance and Payment bonds andother
instruments of security.
1.9. Otange Order ---A document recommended by
ENGINEER, which is signed by CONTRACTOR and
OWNER. and mahorim an additio, deletion or revisioin
the Walt, cr an adjustment in the Contract Price or the
Contract Times, issued on or after the Effective. Dole of the
Agreement.
I.lb. Contract Docr~ls-The Agreement Addenda.
(which pertain to the Contract Documents),
CONfRACTOtes Bid (including documentation
accompanying the Bid and any past Biel documentation.
submitted prim to the Notice of Award) when attached as
an exhibit to the Agreement, the Notice to Proceed, the
Bonds, these General Corulitions, the Supplementary
Conditions, the Specifications and the Drawings m the
kJCCX 6f�dtH,V, COtm'U]'fIONs 19105 (199U Edlipal
a/ CITY OF FORTCOLtdi'a MOMFICAMONS (RJ Y 4/1"M
are more specifically hderi fied in tl
or with allWritten Amendments, C
C.lanae Directives Field Orders and
or
4.2.1 and
Ill. Contrail Price -The moneys payable by
OWNER to CONTRACTOR for completion of the Work
in socorderax with the Contract Documents as stated in
the Agreement (subject to the provisions of
paragraph 11.9.1 in the case of Unit Price Wok).
1.11 Contract Times -The numbers of clays m the
data stated in the Agreement () to achieve Subaramial
Completion, and (it) to complete the Work so that it is
ready for fatal peyymmant as evidenced by ENGINESR's
written reeaameirdation of final payment in accordimes
with paragraph 14.13.
1.13. CONTRACTOR --The persmi, ftmi a cmparation
with whom OWNER has enteredinto the. Agreement
1,14. defeofive-An adjective which when modifying
theword Wok. mfemm Work that is unsatisfactory, faulty
or deficient in that it does net eonfmm to the Comma
Ducumems, or does no meet the requirements of any
Ana coon, reference standard, test or approval referred to
in die Contract Documents, or has heat damaged prim to
ENG NEER's recommendation of final payment (unless
responsibility fur the protection thereof has been assumed
by OWNER at Substantial Completion in accordance with
paragraph 14,5 or 14,10),
1,15, Dtawings•-The drawings which show the scope.
extent mid character of the Work to be finished and
performed by CONTRACTOR and which have been
prepared or approved by ENGINEER and are referred to
in the Comma Docwnema Shop dnwings are not
Drawings as so defined
1.16. EfQecinv 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 data on which
the Agreement is signed and delivered by the last of the
two parties to sign and deliver.
1,17. ENCIAM-The person, firm or Lorpmetion
armed as such in the Agreement.
LIS. E'NGIXEMs Cwu bant--A person, lirm or
corporation: having a contract with ENGINEER to famish
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 maim changes in die Work in
accordance with paregra, 9.5 but which. does not involve
a change in the Comact ce or the Contract Times.
1.20, General Reguiniments—Sections of Division I of
the Specifications.
1.21,. Haaardnus Mu& —The tam Hawdwa Waste shall
lave the meaning provided in Section 1004 of the Solid
Waste 1Jispcsnl Apt (42 USC Samoa 6903) as ama dad .
from time to tune..
132;R, Laws and Rrgulahornsl Laws s A or Rep"onny
and all apdwable lewa, rules, regulations,.. ordtnet Les;
auks and orders of any and all gowemmerrml bodies;.
agencies, authorities and courtshavitgautiadiction.
1.22.6: Legal lfaMCdI a be those holiday* observe
d.
bytlne�tXQf�crtCdtirta
1,23. Liens —Lions; drargea, security interests,. or
ewmnibrances upon raw property orpsomisd property,
124.. it ilesmne."A. 1 event specified in the
Contract Documents tebtarg to an intermediate completion
date w time prior to Substantial Canpletion of all ft
Watr.
L25.. Notice OAward-A written rronce by OWNER to.
the aplsrem sues-asful bidder statug that upon compliance
by flier app o �iccass8nl bidder with the conditions
laecalarat enumerated therein, within the tune specified,
OWNER will sign and defiver the Agreement.
1 26. Nonce to Praceel-A written notice given by
OWNER to CONTRACTOR (with a copy to ENGINEER)
fixing the date on which the Contract Tunes will
commence to rim and an which CONTRACTOR shall start
to perform CONTRACTORS obligations under the
Contract Documents.
1,27. pWAM—The public body or authority,
aarrp1wnration. association, firm a person with wham
CONTRACTOR has entered into the Agreement ald for
whom the Work is to be provided:
1,28, Parriai UNliration—Use by OWNER. of a
substantially completed pan of the Work. for the purpose
for which itis intended (or a.:related purpose) prior w
Substantial .Completion ofall the Work.
129. PCBs —Polychlorinated biphenyls.
L30. Peavkmn-PeroIcuc4 including suck oil or any.
fraction thereof which is liquidat standard conditions of
tan hire and pressrtre (SO dbgross Fahtadsrt and
14, per square inch al tme), such as oil,
ptetrolwin, fuel or4 oil sludge, oil refuse, gasoline, kerosene.
and oil mixed with other hen -hazardous Wastes and emit
oils.
1,31, Prged-The kmal corauuction of whieh the Work
to be provident under the Contact Documents may be the
whole, or a peat as inlicated elsewhere in. the Ccatrma
DoiurneNs
132.a. Radioactive Almerial—Souroc; special ramlem, a
byproduct material as defined by the Atomic Energy Act of
EXW OEI3GRAL CUNDITIDNS 19103119"Edara)
w/ (S7Y OF FORT COLLINS MODIFICATIONS (REV 4Raom)
1954.(42USC Section 2011 at seq.) as amended from
time to time.
132.M. R r Worker 7'fours-R tiler workirg boom
specified in the General R ffykarrants
133. Resicwb"t PmJed sail az0ve--The aWwrizad
representative of ENO whn may be assigned to the
site or any pan distract
1.34, Smapl'es—Physical examples of materials,:
equipmem, or workmanLsitip that am representative of
meportionof the W and which establish the
standards by which such portion of the Work will be
judged
135. Shop Dravings-All drawings, diagrams:
illustrations, sdnodules and otter data a information
which are 6ca111Iyy prepared or assembled yyv� or for
CONTRAL atdsubmittel'by CONTRACTOR to
dlestratesoma portion of the Work-
L36: Speclykari7ns-T1 . portions of the Contract
Documents consisting of written technical dcscrippttiiaarrss' of
mateials� eopniptmank'oonsttucurn system; smrder and
workmanship as applied m the Work and. certain
administrative details applicable thereto,
1.37, S7ubbcatftwnin-An individual" brat incorporation
hmrug a. direct contract with CONTRACTOR or with any
other Subcontractor forthe. performance of part of the
Work at the site.
1.38, S46sti mtial Comyledon. The Work (or a
specified part tl»reo17: has progressed to the point where,
in the oprunon o ENGINEER as evidenced. by
ENG114EER's definitive certificate of Substantial
C.omnletion, n insufficiently complete, in accordance with
the d;inmect Documents, so that the Work (or specified
Hart) can be utilized for the purposes for which it is
intended; a if no such certificate is issued when the
Work is complete and ready for foal payment as
evidenced by F..NGINEER'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. Suppleetentaty Condidoav—The par of the
Contract. Ltaumorma which amends or supplements those
General Conditions,
1.40. Supplier —A manufacturer, fabricator, supplier,
distributor, matertalman or vector having n duet[ contract
with CONTRACTOR or with any Subcontractor to
furnishmaterials or equipment to be inmrpumted in the
Work by CONTRACTOR many Subcontractor.
1 Al. UmkrSmiord PacthtiarAll pipelines, conduits,
ducts, cables, wired, manholes, vaults, tanks, Woods a
other such facilities or attachments, and an encasarncnts
containing such facilities which have been installed
underground to fiumsh any of the following services or
materials: electricity, gases, steam, liquid petroleum
products, telephone or other commumostiow, cable
television, sewage mid drainage removal, traffic or other
control ayAtlns or water.
1 A2. Unit Price A'iu k-Wmk to be paidfor on the basis.
ofund prices.
IA3, Woh Thc.: entire completed commutation or the
various separately identifiable ppaarrttss thereof required to be
furnished order the :Contact Documents Work includes
and is the result of performing or furnishing labor and
hnriislung and ' ling materials and equipment into
the wrnatucttai,. aml:p formug or famishing services and
furnishing dixi merts; all as redgrtred by the Contact.:
Doammer"
tit
rk, a responding to differing or unforeseen
anditiona under which the Workis to be
as provided in pamgmph4.2 or 4.3 a to
a under paragraph 6.23. A Work (grange
if not charge the Contract price or the Contract
is evidence that the parties expoct that the
weed or documented by a Work Change
vill be .incorporated in a subsequently issued
3er:Rillnwing negotiations by the parties as torts
ly, on The CXnaract Price or Contract Tares as
I.45: Wrntmn Amendment -A written amendment of the
Contract Documents, signed try OWNER. and.
CONTRACTOR on or after the Fffective Danof the
Agreement and normally dealing with the noncngincering
or nomechnial rather than strictly construction-
related
aspects: of the Contact Documents.
ARTICLE 2—PRELIMINARY MATTERS
Delivery ofBonds:
2.1. When CONTRACTOR delivers the executed
Agreements to OWNER, CONTRACTOR shall also
de "ver to OWNER such Bonds as CONTRACTOR may
be required to furnish in accordance with paragraph 5.1.
CoptesofDocam m.,
2,2. OWNER. shall furnish to. CONTRACTOR. up to ten
copies (unless otherwise specified in the Supplementary
Crnatitiona) of the Contract Documents as are reasonably
necessary far the execution of the Work. Additional copies
will be famished, upon request, at the cost of reproduction.
COmmeft"C nt ofCoarrad Timer; Notice to Proceed
23. The Contract Tinges will commence to runon the
thirtieth day after the Effective Date of the Agreement, or,
ERLiCGENERAL COKX130M 1910-8 (1990 BMW)
Wary OF FORT COLLINS MODa9CATIONS (REV 12(00)
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 lime within thirty days after the Effective Date of the
Agreement, In event will the C..a, net Timm
to ran lklw'han tlia day atlas the jf�--
Of �Id'nmgOP`the'thlNClh�lyatter'rha'pil}"eOiiYe-fi9f9
uFthcAgr�emenkwhiehever-date-isaarlier.
Smiting the Work;
2A. CONTRACTOR shell startto perform the Work
on the date when the Contract Times to run
but no Work shall be done at the site prior to the date on
which the Contract Times commence to run
Reform Storting Coin hadion.
4iefore undertaking each part of the Ware„
LACTOR shell carefully study and. compare the
t Documents and check and verify pertinent
shown thereon and all applicable field
aneNs. CONTRACTOR shall promptly report in
to ENGINEER a1ry conflict. error, ambiguity or
ncy which CONTRACTOR may discover and
am a written tauspcem on or clarification . from
EER be c ppnnrwreeedni with mnq Work affected
however, CCJNTRAC3"OR shall not be liable to
R or ENGTNEF,R for failure to report any oralllict;
ambiguity or discrepettsy in the Contract
arts, unless CONTRAC TOR knew or reasonably
2.6. Width tell dogyss aNar the Effective Date of the
ent Agreem(unleaas citherwiw specified in the General
Requirements), CONTRACTOR shall submit to
ENGINEER for review:
2.6.1. a preliminaryprogress schedule indicating
the times (numbers of days or dates) for starting and
completing the various sages of the Work, including
oily Milestones specified in the Contract Doculnems.
2.6.1 a prelimimn y schedule of Shop Drawing and
Sample submittals which will list each required
submittal and the times for submitting, reviewing and
processing such wbmitml;
2.62 1........._Jtt _114__.L 't_._will a schedule_._he
acceptable whjc)1.,:a}Iksiiv_S Jess than 21.
revs fir inch review byEnaincer
2.6.3. A preliminary schedule of values for all of
the Work which will include quantities aml prigs a
items aggregating the Contract Price and will
subdivide the Work into ecmiponem puns in sufficient
detail to serve as the basis for progress payments
during construction Such prices willinclude an
appropriate amount of overhead and profit applicable
to each item of Work.
2.7. Before any Work at the site is started,
CONTRACTOR arid OWNER shall each deliver to the
etua OWNfiR. with copies to
ENGINEF22.
ceitifitates of inaltance (and. other evidence of insurance dwA*o a funeltonallp complete Project (a
..a..h ..G hew s ,�.._. fWly. ad�.�.:_QQ_''��rtt ». r _ to. tie: ctmsituded m accordance with
which Documents.
Work, materials a
CO:NTRACTOO V SI%cespnatwniy retptired reasonably beeiinferre4 fr the -Contracted
to purchax and maintain m ecwrtanae with. from prevailing custom,. or trade uno as boa
par phs S.4,3;N••:eta1•4-7.. produce. the intended result will be it
callo
Necrosbwodosr Conforreace, words or phrases which ed whether or ohave specifically well -know
known
M
or
to
a
3.3. Reference so S4andmadn and Speeafto"ant of .
rackm dl SedatI04 Repw*v and Resolving
7Jsunp defy
1WA1{liAa0j"e$cJh 1a1ow
2.9, Unless ottierwiao provided in the Contract
or association, or to the Laws or Reguletitimof any
governmental authority, whether such reference be —
�pplaep4iertfi'Fam ace€ before env work at the sits 6euims,
specific or by implication, shell mean the [steer
a eorderetco attended by CONTRACTOR, ENGINEER
standard, speocidim manual, code or Laws or
andothersaa dgj ,jryOMMR.will be
RegulationsinWadatthe taaoofopenit ofBils(er
holed m rev ew or a=pmbihty to ENG INFER as provided
on the ERiwtivo Pate of the Agreement ifthere were
below the sehakiles submuted in accordance with
no Birk}, except as may be otherwise specifically —.
2.6. arld_I�i'rd&i9.u_I_=..S at 845pISnm.
stated mtheConbactDocuments.
CONC GTORshall have an additional too days to make
corrections and odjussments and to complete and resubmit
3.3.2.. It during the performance of the Work,
the schauIcs No progress payment shall be made. to
CONTRACTOR disomws any conflict, cow,
CONTRACTOR until the schedules are submitted to and
ambigtnty or discrepancy within the Contract
acceptable to ENGINEER as provided below. The
Docuotenta or between the. Contract Documents and
progress schedule will be acceptable to ENGINEER as
any provision of any such Low or Regulation
providing an orderly progression of the Work to
applicable to the performance of the Work or of any
completion within any specified Milestones and the
such stmdard, specification, manual or corks of any
Contract Times, but such acceptance will neither impose on
instruotionofmhySupplies reGxredtoinparagraph 65, ^'
ENGINEER sbilittyy for thesequencvv�gg,. scheduling
Work retie
CONTRACTOR shall report it m ENGINEER in
or progress or oarinterfere mthor
writing at asca, .and, CONTRACTOR strop not
CONTRACTOR from CONTRACTORS bill
proceed with the Work affected thereby (o w to an
responsibility therefor. CONTRACTOR's schedule of
emergency as authorized by paral�aaph 6.23) until an ._
Sample submisSrons well. be acceptable
SUM"
m ENNCi as providing a workable arrangement for
amendment a sic rot to the Contact Documents
has been issued ona of the modxKb indicated in
reviewing and processing the required stbminak
poagmph3.3 or 36; provided. however. that
CONTRACTOWs schedule 4 values will be acceptable to
CONTRACTOR shah not be liable to OWNER or
ENGINEER as to form and substance.
ENGINEER. for failure to repon any such conflict, —
error; amb�'guity or discrepancy wiles
CONTRACTOR :knew or reasonably should have
ARTICLE 3—CONTRACT DOCUMENT& INTENT, known thereof
AMENDING, REUSE.
3.3.3. Except as otherwise specifically stated in the
Contract Documents or as may be. provided by
amendment or supplementthereto issued by one of the
:Intent., methods indicated in "grapih.3.5 or 3.6, the
provisions of the Contract. Documents shall take
3.1. The Cimttaci.. Docunems compose the entire puewdence in resolving any conflict, wrod; ambiguity
agreement between OWNER and CONTRACTOR or discrepancy between the provisions; of the Contract.
concerning the Work. The Contract Documents are Documents and:
complementary; what is tailed for by one is as binding as if
wiled for by alL The Contract Documents will be. 3.3.3.1. the provisions ofany such standard, _
construed in accordance with the law of the place of the specification, mammal, code or instruction (whether
Project. or not specifically incorporated by reference in the
3.2. It is the intent of the Contract Documents to Contract Doammentsj; or
4 MCDC.OUKKAL CONDIT1OM 19104499066dm)
wl UTY OF FORT CdLUM MMMCA"n0M tEV4r1000)