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 - 7277 INTERSECTION IMPROVEMENTS AT HARMONY & LEMAY1
1
1
1
1
1
1
1
1
i
1
1
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
INTERSECTION IMPROVEMENTS AT
HARMONY & LEMAY
AND
DRAKE & LEMAY
BID NO. 7277
PURCHASING DIVISION
215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS
10.2. If OWNER or Engineer after due investigation has reasonable objection to any
proposed Subcontractor, either may, before the Notice of Award is given, request the
apparent successful Bidder to submit an acceptable substitute without an increase in Bid
price. If the apparent successful Bidder declines to make any substitution, OWNER may
award the contract to the next lowest responsive and responsible Bidder that proposes
to use acceptable subcontractors. Subcontractors, suppliers, other persons or
organization listed and to whom OWNER or Engineer does not make written objection
prior to the giving of the Notice of Award will be deemed acceptable to OWNER and
ENGINEER subject to revocation of such acceptance after the effective date of the
Agreement as provided in the General Conditions.
10.3. CONTRACTOR shall not be required to employ any subcontractor, supplier or
other persons or organizations against whom he has reasonable objection. The use of
subcontractors listed by the Bidder and accepted by OWNER prior to the Notice of
Award will be required in the performance of the Work.
11.0 BID FORM.
11.1. A copy of the Bid Form is bound in the Contract Documents which may be
retained by the Bidder. A separate unbound copy is enclosed for submission with the
Bid.
11.2. Bid Forms must be complete in ink or typed. All lump sum prices on the form
must be stated in words and numerals; in case of conflict, words will take precedence.
Unit prices shall govern over extensions of sums.
11.3. Bids by corporations must be executed in the corporate name by the president or
a vice-president (or other appropriate officer accompanied by evidence of authority to
sign) and the corporate seal shall be affixed and attested by the secretary or an
assistant secretary. The corporate address and state of incorporation shall be shown
below the corporate name.
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
Rev10/20/07 Section 00100 Page 4
Im within ten days
zither OWNERtir
and. to ENGINEER
,in
Article 16, or (4) if no sLuchj?jspite_ResolWibn 4g(,e=,'efit
6sl6ecn cnf&ed into. a formal proceedirg i - s insti6ited b�,
the appealirg party in o.torum -of comlietent junsdiction.to
q(ckise such r4its or remedies as the appealinj pasty may
hsv�i_4rith. respect. lo _ENGMI-R'ss dwc%ion, `unless
otheivvik . iiEociid in writingb�, OWNER and
CONTRACTOR ' Stich appiallwill not'Wsubject to the
limocedi.fres of paragraph 9: 11.
Deeldons on Mqwer
9.11. EINGINEER. will be the initiall interp;it&,of the
requirements of the Contract Documents. and judge of the
a _ptRbil11y6fdieWorl:ihamundff_ Clitirft� disput;sand
rs. re rttlter I marten to the acceptability of the' Work .pe or
.. :
16hi ifia rctafion -a the requireffients.W the Contract
DocUmCrdS pertaining t&the Ocribrinince arid ftirinishft of
the Work and claims under Articles- i I -mid lVin,rcqJect of
changes in the Contract Price or Contract Times will be
referred'initially to ENGINEER In writih& with a request
for a foriiiid decision in acccrdariEe"vkh, this, MQrioi_
Written notice of eachsuchclaim, di - - or, 6ther matter� vutc,
%ill be delivered by the claimant: to ENGINEER And the
other rmrty to die* Affccfticnt jioffiptly (but in no C-icnr
later than thirty days) tifter the start -Of the occurrence or
event
will render a f
is re-601'r")t of t
Tdance ";Vith I
be final End biridmg upon OWNER and CO , NTPJ
unless: (i) *an a*al: fiont ENG INEER!s'dicki6h i
widiiiii the time lithitit End in accordimce w
pm.cedures sot forlit, in - EXHIBIT GC -A. 11
'Resolution Agreement', entered into between OWN
CONTRACTOR fiumiant to ArtiLk 16; or (ii) if'r
MvuLie Resolution, Amemerd has been entered
written decision is delivered ' by OWNLM or
CONTR,kCTOk'to'thc Wi&r End to ENGINEER within
thiity-. &ys 6fief ihc'dfttc &such, decii1on.,and, a rcimal,
prpcocdmg Erifislituted ley the4plicaliri party in a fbi-tan of
compet eM jurisdictior - t to exercise . such rights or remedies
in 6c.lies
as the appea Ing- niay'hit with respect to such claim;
ve
dispute orothamatter ME with applicable Lam 6f with tie
end'R*Ihfions within �'i.ldy of. such
•expc dzNUL.L CON=ONS 1!0 to-& (I ov 8(fitimj`
WIM-Y OF FORTWt-LiM _M6D1P161]t?N5(M'4n0M)'
dein writing by,OWNER
Ion Willi any mtgprctahon,or, del
faith ih,such capacity, -Therenderi
GINEM to
paragraphs 9.
A to any =11m; disbute. or
W
any
.i or
SUM CMIM, UESPUIC OF Oil= MUUCrPtLF5UQM4D1AfE01_040;
9.13. Limittations, oh ENG14VIMR's Aji�4vriO arid'
,9.13:1. Neither Et4GINEFUPil authority or,
in
4'ricit
tifiden
or rcq
t,L)NMAWYK, any Z)tMT"or, any Ju
x� pplier.
any other r Manor organization, OTADAMY Mliity for
or employci.or agent of arty of dwffi.
0,132: ENGINEER will not mperv=,, direct,
.control or haveaulhorhy over 903c icsimnsible.for
or
to
pertormance of the Work:. ENGINEER will riot V
r&pbrtiibIc'[br CONTRACTOk's ffilurc-tu:Nrfbrm
or fmtlih.die Woik in accordance with;theContract
Documents,-
913.3 ENGINEER: will riot be'reVorisibli for the
acts Or omissions - of CONTRACTOR or of ar
ty
on ktor, any StWfiir,tir 61-any otheiperion tv
.0rianizaticni performmW or. fornishmsany: of the
IWO&
I
9:13A.FNGINEER!sreview-of the firiEl Apolicution
for Payment and secombimvint, documentation, arid
paragr1ph'IU2 will only, be to
with
iris of And in diccaseof cicrtificiitdi of
tests' and" approvalr.iliat, die. results
01 . 135, the limitationsUpon, :authoriiy arid
a
responsibility set farth'in this piwagiaph.9,13'sliallalso
apply -to ENGR4 [IR's CcirsultmiK. Resident ;Project
RepresentativeI imdassistants.-
t%RT,fCl,.E IQCHA GES M,�THXWORK
10.1. Without miyalidating,dw Agreement aa& Without
notice - to7a:ny -MMLV, OWNM may., at!Rny time- be -from
time, to umc� order additions, deletions or,rev'Gions' in 6i
Work. Such' additions, deletions or rciisioris' Will- Tie
authorized by a Written Amendifient. a Change Ordcr� Ur W
Wcirk'Change, Directive. cove. .. upon I receipt of or�- - such
docurriciu, CONTRACTOR shall
With
Ilia Work involved which will; bepromptly
rpo: rb6rrLeiddou=nedder die
applicilile conditions of the Contract Documents (except as
otherwise specifically pr6vi&d)-
10.2: If OWNER and CONTRACTOR',are unable to
Wee its t6 theexent: if "arty; of an ocij-ustindra",in', the
Contract Prim or an adjustment -of the ContractTimcs,Lhat.
should be allowed as a result of a Work Chiirjc,.Dircefi'vi,
a:clmm may Ix irmae therefor as provideld in Article I I or
Article 12.
103. CONTRACTOR shall not be crititledto an increifft
inihe Cciatiaet Pfice or an wunii6n of the Conteret-Times
with respect ani W6rk pcKoraid that is not reTmd'by
theCDocuments as 'modiied
and
.suppIchicrited a p"idd in paragraph
A Prqes - _ 15 and 3,6; «ccpt
ih crease of an catergency, as Provided in paregmph6:23
or'in the cw' of - un6civarrig Work.. as. p,rovidrd in.
paragraph 13A
'10.4. .OWNER' and CONTRACT6R,-shall'. 6a:Wte
; . q appviate Chaftge'Ordcrs.r; recommended by ENGINEER,
(or wfitlen A aerkhxi"r eve -ring
10:4,1.. changes in the Work. Which are (i) cx-dered
by OWNER pdwasinVio ved
paragm ', 10. 1. (14) rqqu'
because -of acceptance �7ivfitv 'Work under
paragnaIi.la'13:13 or correcting d&cfi%v-W6rk under-
10.4.2. changes in ifia-Contract Price or Contriict
Timeswhich art agreed to byjthepartitv, and
10.41 charigs in the Contract Price or Contract
Tiroes. Which cinbocly thc'substance or any wi:iutai
'decks iris - rendered by ENGINEER puii4caa to
Pm6"ph 9.11;
'provided drift, iialieu of.executirg any,such.Change- Orde r,
an :appeal may,'b.e tik-en rrom..acy such �Icn m
-amordarice,with the provisions of the'Contract Documents
and applicable Laws:and Regulations, lair inuring any such
amcal. COMMACTOR shell. Uany. oat
adhere ,to 'tfii' -'progress '.schedult: as. provided in
Pa )h 6.29-
'I 0-5. If notice of any change,affecting the general scope
o(theWork ,or,the provisio.m.efs.bei Cone act Doburvients..
W1 UTY OF FORT COLLIM Mai?iricAnOT-43 (REV -1/2000)
(including'Nt not limited to:,Ccmract Price&Ceimrw
Times) is required -by the provisions - of *rj Bond, t . to be
given to a SUrCg1, thL; igYm*'.cf Boy'such'indtice Will be
CONTRA _ 's rcspohsibility,,and-the'amount of each
applicable Sand will be _adjusted ac-cUrdiril
Y.
ARTICLE LE 11—i-HANGE bF'tJdr;rrPAcT PRICE,
1,1.1. 'rhc contract Price constitutes ;the, total
oarripcnsation (subject 6 mathori2rd a4j_uiim'cnts) [rdynbUf
to'CONTRACTOR for.peirfbrnl* U'dutk;,
; die W6rk A
respofisibiliticn -and! obligsti6ris: assigned to or undertaken
by CONTRAMORshall be,acCONTRACTORs'vAi , pense
without.6harige in thi'Coritract Price.
11.2, The Contract -Prim may o0j:be changed by a
Chan&c Order or by'aWi4itten Amendment :,\ claim,
'for An adjustment, in the Ccintract Price shall be based'.on
Wfitij�.ri notice d&vercd,by,tfic,pattY.mikih,g ' the claim to the other'party and to ENGINEER promptly (biifinnci
eVeril later than . durty, chys). after. the start &'-tha
.occurrence or eve - at - Aivira rise to the claiidirid stating the
after the start of such occurmitce or evert
(NE139-rillims:addificinal time for claioi,antld
onal.or more accurate data in supportof the
Mich the claimant is -entitled as a result �of said
occur . rence, or event, All claims for adjustment in 'the
Coi&act Pri6e ... sliall be'determined' bV'ENGINEER _ifi
iieccinlimm' With *RAmph'9.1 I - it OWNER and
;W&Tm RAtTOR a" otherwise . agree M _ the ' a Gunt
involved. No claim for an 'adjdslrneru,M`ihe Contract
Price will be valid if ' not storm itted'in accontlawe With this
paragra
113.- The Value of.'any -Work'.. boY&*d 'by a -Change
Orda,or of any,x1aim- fbr.amadu'tiirdeni in the. t2antract
Prim Will be deltamined'as 0116vis-,
113:1. where &JV6rk irivolyed-is covered byunit
paces• T�Uiiincclin the -Contract- b6cunfenl&- by
application of such unit prices to -the. tjuanti[iim of the
items ffiVowed (su�Fcv . to tthe if
23
Parognir.011:9,1 through H �93: inclusiv;)t
11.3.1 * where the - Work involved is not cm crod -by
unit pnoes contained-u'! the Coritiuct Dbuuments, by a,
mutually agreed 0,aydent,basis:tinclWing; lump sum
(which may include Iiin...allbian.ce W.,6verhisil'and
profit not imemifly in accordance with
parligrapli 11.6 27);
11.33, where the Work involved is riot covered by unit
prices ountained-in the Contract Documents and
agreemen . I . .to. . a.. lump. surri, is - not . r Documents uridei
rragraph 11.1,1 on the basis of the Cost of the Work
dcterminedas provided in paragizp6lil.4-and-1 1.5)
phis ii CONTRACT :0R's I'm for overhead and P'TcAt
Ce'.4 Of the Work
114. The term Cost of the Work means the sum of. all,
coislnec�'-__ UY b-16-'uaidefid 'd by'CONTRACTOR in Pat
die proper performance of the Work- Rwept as otherwise.
may be agreed to in writing by OWNSK'such costs shall,
be in amounts no. higher •than,those prevailingin the
locality of the Reject, shall'include 'only, the Toll6wing
items and "D not ihiiii arly,of the costsliticmized in
Fi2ragraph I IS.
11.4.1.N)Yoll- costs for employ6ei in the direct
employ of COINTRAM'OR'iri the pertlirmance of'the
Work ,under schedules of job classification's ngrecil
upon. by OWNER and CONTRACTOR, !Su6h
employees- iftll include without ' limititibn
cmploycd'tu]Vhme at the site. R
atiployees,not employed ftill-tim on
be apportioned' oni W basis of thelf 6
Wit 0 c'cists shall,iiclud�-bufa
W %Mrld Wages plus the cost of
tvhicri, shill include social wmt;y
11heii-p.loyinent excise and payroll
andretiri4ment bt
The' expenses of performing AV
trirkirtg hours on Saturday: SanndaY.01
.beiricludedinthe above totheei
IIAJ ' Cost of all mateiriiiIs and c*quipimerIt furnished
and incorporated in the Work including costs, of
t*V-0rIAtioh*?d straw thereof and suppliersfidd
"ITd in cnr mliontherewithAll •msh=ntsMaccrue to CONTRACTOR unless
OWNER deposits fitrids with CONTRACTOR with
which to e ,310 1entii. ih 'which case the cash
diivunLs shall accrue to. OWNER, Alf trade
discounts, rebaWsaxid refUnds and returns fruni sale,61'
surplus materials. and equipment, shill accrue 6
OWNER: "and CONTRAdfOR shall niike'proy'Isiort
.so that thii rray Se' obtiined
11.4.3. Nymcrits made by' CONTRACTOR to the
Sul3cominictors a Wa-'performed oF ftirnislied -by
siibciri cicis_ ff required 'by.. OWNER,
WICITY 01; ]VORT C0LL1M.MrJD1P1CA-n9NS ft:V4a0oo)'
firom
,and
if
to
the
Cost of the Work. and fee as provided in
pam 14 1 11.6 lanil 1t-7- All
suhoor tracts shall be wk jixt to
the other,provisionsof
the Cantract Documents insothr aiiiMlicahle,
VIAA C6=of special consultants, (including but
,not lirniw to �c`nii' hitect." tesun
- , _ Neil, architects;
%
labomf4les. na-ve.yors. altorneysand--ii rants.
,mpIoycd1f& services specifically rclated.,to �the.
W6I&
11.4.3. Sul4liern5rital costs iiicluding the foliowinig:
11.45r1` Tho Prop
ortion iir necessary
transportation, tinvi ipd
CONTRACTOR'S I . . employees - . -incurred in
discharge 6fdutib:q'conibettxl*4 the Work,
4 IAS,2:Cos*-including- transportation and
mairitenance. of all materials supplies,
equiproarit, machinery �appli ciffic.e and
temporary, facilities at. the site .appliances
trots not,
cwndd by"the workers, which.irc the
puftmance of diiiWork, and ebbl'Im.marL&
V.alUC70f soChLitems used but net consumed which
remain timic-pToperty.of COMPACTOR. -
It. . 4.,5.3; , Rentals of all ct wristruion"
in
Itocordanmlwith rcntal-agroementsapprovcd by,
OWNW4ith the ' the
Costs of";Iminspo'itition,16ading, unibuding,
installation •dism5nthing sad removal
,in accordance, 'ivith' terms! of; said rental
agreements.. The rental *of any, -such• equipment.
machinety or Paris - -shall cease "when the' use
.
t.kereofi;no',IMicrmveMaryf6cftWoek-: "
114.5.4; Sales, consumer, use or similar. ta�ds
related �to "die ' Wo&- iaid,' :f& which,
CONTRACTOR- is tiahles imptised by Lawg and
Regulations
11.4.55: Deposits led for muses other than
nehl of CONTRACTOR,"
�S6 -.or anyone diiroctly mr,indikect . ly
tim plo,
.yW by. any -of them Yfbi Whnt,e._ucM_qry
df,theiii may be Iiiiii1c;and royalty paymq" and
fees for peririits and'l.i" . "
11.4.5.6. Losses and damages (and. reliaed
damage' to the Work, nolt
coin insurarice,or otherwise. sust�irid
b-' IIYI,
y CONTRACTOR' in- corine6ition- with the
parficran4fide and furnishing of - the Work (exsept
Kisses tin&dHavikes within the dcductibla•arnount,,r
of -property umuiance cistablished W OWNER in
accon6ici with. pdiragiaph�591 providid they:
y
hive resulted- fiviat causes, other than the
ne lig. of CONTRACTOR,tiny
Su, dor, or anyone. cc Lly or in ly
employed by "a'n*y of them or for whose acts "arry of
themi maY -liable. 'i
I . . Wine ude
sctilc6iiais made 'with tlir wn'ttcra corsertt and
:ppirval of OWNER- No such losses. ABinagis
expenses "U 6i incfucka_'ii& Ui Ciist' ofati
nd in. - 0
Work� for the , purpose of determining
CONTPACT6R!s iee: It howcYcL.any such loss
or "Inge ,requires recivishaiction ' nod
CONTRACTOR its placed 'in, cKarge thcFcot
CONTRACTOR shall be yAidi lei services a fee
pr6poitionatc to that stated in paragraph 11.6.2.
11-4,57: 'The cost of utilities.- W and sanitary
'facilities at diesite.
11.4.5.8. Minor c�pd= such as. telegrams,
Jong dist�,!clephciae calK telephone service at
the'sitc,.ckomssage.and similaripctty.ca%h items in
ccianc.0,on-with the Work
IIA59. Cost of premiums for haditionaLBbrids
and insurana required because of chang6 in the.
Work;
115 The termpost of the Wc.ft.*ill'not incltideapy.af
the follow Ali
U.&L Pavroll, costs and other compensation of
and **&onlradagents. .. I ng
clerks. *Q and other Dersonnel,
CYJ.NFFKAUl OR's principal or a branch oMcc I tor
general adj�iJaistration of the Work rind not spe�ifically
included the agreed' upon schedule, of job
cbssificatioris� referred io in pmiraphliAl or
spwifiEally covered by ar ;mph'[ I 4-4-4ill df. which,
pwag
are rto be considered adminisuative costs covered by.the,
CON'l-R-ACTOR's fee,
11.51 Expenses, oiCONTRACTOR's pfincipal and
branch offices other than CONTRACT6R!s offi6c at
"Site.-
11,53. Any pan of CONTRACTM; capital
expenses, including interest on. CONTRACTOIVS�
capital emplayed'fior the. Work anti i** against
CONTRACTOR.rbr d.cli4critpayments.,
M.5.4. Cost of premiums for 411 Sonds.and for -all
insurance whetherisia-CONTOLCPOR is ruItiiiod
by the. Contract Duct ' unc-rits'to puchasc andmaintain.
the same (except for the cost of premitims,covered by
'subparagraph 1I.4 59 abbvc):
W aTY OFFORT COLLINS 4061FICA110f43 (REV -1/2000)
M5.5, Costs due to the, negligence of -
CONTRACrOR_ any Subciontnacuar.- or Rmyone
directly or iiindirectly employed by any of.them, or'for
kylaiise acts any of dierti may be liable, incl44g but
not limited to. the correction of - tkfecffi,� Work
distxisal of materials -or equipment wrongly supplied
aril
mek5rp gd6d'any damage to property.
!L,&6. Other overhead
erhead or general expense costs of
Any kind. and thic.costs'of au'y itemiricit specifiolly-and
expNoy included in paraZfaph'j1'4,
H-A, The CONTRACTOR's .fee all6wed to
CONTRA'(7OR,' ki cvcrheaJ And profit - shill be
detenmined as lbllowst
-1 LEE a mutually acceptable lixpd,fee: or
:14.6:2; if a,
flxcd46ci3 tacit-aloced Upon, then a fee:
tr of die. various
hascd O-n- tlie� flollow-ilpffilentages
portions of the:Cost of Work:
1 1.621, for costs. Under
Paragropl-9.11-4.1 ' and _11%4t2, ,the
CONI . RACTows fec!4=11.6efiftccia percent.
1 1;6.2.2: for costs. incurred under
panagniph 11,43, the CONTRACTOR's fee shall
be fiYP pa*t.
IL6.13; where one -or more tiers of
.. arc Ubixnafteu; a M the bjSjjr6f Cost,ofthe Work
plus a fee--wid no fixed fi;e_ is agreed upon, the
intent, of �pirpg;m 1 _4�1, 11.43 .and
. plas,'I 1 �4 1, 11.
2
1142 iv' that the Subcordractior whn actually
rf "s or Ruda ��hi� the Work; at wt�iitivar, ter,
U17
I be. paid'afee,of fifteen percent of the 6usts
incurred by such Subcon't-ractDi I'Mider plliagra*
11.43 And 11A.2 and that arty highq�_t . ier
11.6.2.4: fid fee shiill be payable on the basis
of,costs itemized ur�& paragraphs 11.44, 1 IA.5
and! 'I 1,S1.
116.15: ili amount of,credir.to be- allowed
by: CONTRACTOR Lo OWNER for any; cfw�e
which results in a net: decrease in cost will be e
amount of the'actual fiet deciesse, in cost plus a
deduction in"CONTRACTOR's feel by an amount
equal to five percent of such rict dkrease: and
_ _ .
11.62`6. when both addiiicns.anJd.cre&6. are
involved at any,%= Qhar, the'adjUstm.ent,iia
COIN, be carnputed,cTi the
basis CONTRACTORS
net chat;, W iiccrwdarcii�.Widi
paragraphs 11.6_11.thr.mo 11.6.15, iriclu'!nivic.
1 U, Whenever the cost of any: Work is to he
25
-CONTRACTOR will esiablish--and maintain 'records
t�ahcrebof in idafic z ith ally ticcePtid,scoot"ing
ctiees an
nudd cast breakdatvn together.witE, supporting data
6A Allmmdces. -
'114. Iiiiundetstoodtiva-t-CONTRA&dP-hasincla&-d
in the Coittruct- Pfrce-Al aflowsme:i, so •ri`iiued ia{*th;i-
Ciintract Documents and shall'cuse the Wb&so- coJctvd
'�FTomLfisuch suns"'sMRytW acaptahle
to OWNER and ENGINEER: coNTiAcrok
agrees that:.
11,8A, •the allowances include the- cost .to
CONITRAC'f CiR (Iesi'axiy appfic'ubla* trade discounts)
cif.matcn'ils and equipment required by Ilie allowances
to be deliVered at the sat3, and all applicable la oAd
I I.V2.'CONITRACTOWs costs for- ung k.wInand
handling on ' the sitelabor.4istill6tion
Vand other 6*nECS dbnt�Mplsted- f0i: -the
OIL=have been included in the Contract -Price.
nc". -m and nor-in_�hc-Jlky�q ' and n6 &and' for
additibnhl - - iment',ob accouritIoUany of the foregoing
Prior to'Grial Payment, an uj*prike,(tbtinge Order will be.
issued is itcominended by ENG,INFFR to,reflect actual,
ammims dtie CONTRACTOR' on icootint of. Work covered
hy. allmffificis; iinC,d the
�(5fimact 'Price shall he
cort4o*n*d4y adjusted.
11:9: Unii M.ee,Wark-
1
11,9.1. Whete the Cown a 136cuffi- ents pidVidiithat all,
4
or part of ft'WcA is to be, U& Pries Wori, iftilinui
an amount equal, to the sum, of
item of Ulu't'Pric(
-of etch r item Ias'
estimated quantiti
not guaranteed a
of unit Puce Work pier p- f
ce . rmed' by
w�� tiemade, by ENGINEER in
I] :9;1 Each unit price will tiedeemed to include an
arnuunt'considered by CONTRACTOR to be ndequati
to cover CONTRACTORS. ovahead:Aral profit fa
each separatily identified item.
11,93.1OWNER or CONTRACTOR may make a
claim li]r_an,adjustment in,dhc`Ccntmiict Price in
4m&4hee*4 Article 1'1
11:9.3.1. the-quamity of any item of Unit Price
Work fxiforinod' b . rj C - 0NTRAcrOR dittos
- materially •arid signrficaialy fr cim, the estimated
quantity iif,s. item indanted•in the AO--Merti
26
wi aTy OF FORT, OOUJM MOCkFi&60M(RV4,7000)'
and
A 1.931.,. these is no',cu'rre'sp-ondirt ac5ustinent
with respect to any
otha. itcM of Wp!C-. 04
119-3.3' if CONTRACTOR •believes that.
C& TOR i s. entitled to an, iniaeasi: in
Contruct,.Price as a resid[t, of - bavin �-Lncuirred
'addiiional.e�-poise cT,,6WNM' b8iciveA that
OWNER isentitlexl to 6 docrtaw iii Confrut Price
and the,parties gre�.uruibk,to: as the
11,9 . :3.4 cbjgTRAcrbp, ac66wieLiAcs, t6i
,the OWNER has the rhilit to add or delete items i
the Bid . or che=cs; at- OWNERS. sole
discretion without,
,a
the Contract Price of
.arty remaining "CM
asz the deletion of.
adelidon dues at exceed twenty-five percent of
the orikinal total Contract: Pride. - -
ART . IC LE 12'-GIi NGE OF CONTRACT "MdS
1. The ' riwitract Times GeriMilestciks) May only be
ngtYl by a' Otange Or&r, 6r a -Wr" Arnendniimt.
Y CIAM71,11br-an adjIttitinent tit the Contract Times (or
legtoms) shall be based on written notice delivered by
party-1making the claim to the- oth6 rarty,and to
after tha occurrrrwaofthe everilvir4 rise to the
claim -and stating,thii genial1 c claim: 'Notice
or,the extent of the claim with qupportirg data "I be
delivered within s` ' h ixty d s atiter such occurrence'(Wess
ENGINEER allows, litidna'I dr6c . to, ascertain more
accurate curate dta in support of the -claim) and shall be
accompanied bX the claimant's' written statement that the
idjustMC'M_clmmed is -the aitime a4iustm6u to which the
claimant hher"n,to behiyi it is imitliid,asi ri'itsult of
the -occurret-Ice- of said ev&iLAll claims!for adjustment in
the,Cortinct Tmicis (or Milestones) shill be determiinedty
ENG94EFR in; accordance' with paragra'ph 9'11" if
OWNER and CONTRACTOR carinot oth&1wL'kCaff'ee.
No claim'fa? an tidjustment in the Contract Times (oi
Mlestoneo -will be valid if not submitted in-accofdance
with"t}itirequvements of this paragraph 1.2.1,
12,2. Alltime Ii iisstated"i the Contract Documents
airc6fthe esi i 'in A -re in ence of the g &hgnL
123.. what: WNTRAarok is prevented from
corfipleiin'g any part of, the Work- within iKe Contract
if
2. E, Delays beyond' the` 'contrul of
TOR•shsiHIri&d-_'but riot belizailed to, acts'
7,. fires., floods., epidemics, abnorinal-.weather
or acts. of God Delays attributable to,,arid
wititin the control of 4 Sulbcontmctor.or Supplia shall be
deemed to bi delays within the control -of CONTRACTOR
12A; Where CONTRACTOR is prevented from
completing any part of the Work" within lfie Contrict Times. to ;delay bey6id the control- of both
OWNER and CONTRACTOR in ..tension of the
Contract7ima (or Mik-stones) man amount equal to. the
time lost due to such delay shall bi CONTIRACTOR3 sole
. .1 1. .. . ... - - -
,any Supplier. any other person or organization or to any
surety for or emplcyoa.oraggemt. of any of them, for
damages aris4,out of or,i- i ting from ()delays" caused
r -rOR. or or within the control 'or -the Wm 0-46
(a) delays beyond thecontrol'of Bothfmnics incidd . in& but
not limited to; fires Goo& epidemiciL abriormal, weather
conditions, acts -of God cracts'ar neglect by utility 6;NncTs
or other cofiEnictors.pqffirm ing other work as'comeinpljtvd
6y'AniPIC7. , .. .
ARTICLE IJ-Usm ,UNo tN%PEC-T-1ONS;,
CORRECTION. RFUMOV . AL OF ACCF7rAjN(-'9 OF
D&ECTIVEWORK
0.1; Nouee.ofbefcak
Prampt notice of all ckft'efiieAVork of which OWNER or
ENGINEER have actuil knowledge will be givcn'to
CONTRACTOR AlldefectiveWork may be rejected;
oorrectcd of accepted as provido& in this Article 13,
Accesstmwonk
132'OWNER. ENGMEM.'DIGNIE s Consullants,.
other reipresenliatives,- anal perwimd! of OWNER
' irk(klp(:11411rdt-1060rat0iies c"U'l I ag.
With ji I irm ondl inters will Piave access to the Work at
ieasenable=times Cortheir I ation, . i - g and
testing- CONTRACTOR shall provide them 'proper 4M'
sale conditions far such'access and advise them of
tONTRLACTOR's,siti and prodams so
* ihq. may comply t1hcre1ii1l&asapplJicab1e.
TestirandIngwerienr
I33'. CONTRACTOR shell give "ENGINEER timely,
6itice of r" din - f die Work for relluired inspccti0l�,
ep yess 9 � , Q .. 7
tests 6r approvals: and.sliall cocp%:,mtc,wiLh inspoction and
13A. +OWN ER shall emplay and pay for. the.services of
an iiddq=denCLc'Amg 'laborut4y to' pfffiiim, ail' nspecticrL, I . egLso , . r approvals . ais req
uired by Vit iffiontmet .
Docvmert
UAL for inspcciions. tests. Prapprrovals covered
by'PRrugmphDd,5b.0w--,- - -
13.4.1 that costs incurred in connexion with,tests tests
,or inspecions pursiiiint to firagriiph, !3,9
W/ CITY OF FORT OOLLINSMODIFICATIO?43 (M wiow)
below Ishall �' paid is pmVided in, said
paraMph 119-. and
13.4.3. as otherwise specifically provided in the
13.5. IfLaws orRegialiomofanypublil
juriidiction require any Work (or,part tnerec
w be irnapectctljcslcd crapprovcd,by- an
shall assume fully mspiiwibilir jor arranging and r
aboming such irts�iectiors, tests or approvals
in connin6tion therewitk and Furnish FNGINEER. the
required cer'Cificites of inipection, or •approval,
CONTRACTOR'shall, also be' re sible'l5cr i ii porim . arrangirg
arid 6btiihing and i6ll pay all costs in 6ormccrio"mith,
any it ( ons., tists or, appr&vals - rcluirvd fcfr OWNER:s
and ENGMER's do6entiince of materials or ecuiriment to
to
13,6: 'If any Work (or, the wnrkof others) that is to he'
in-
st,ected, tested'or approved is covered. by
CONTRACTOR without 'written cancuntrice, of
FNGINFM- it' must, ifqrxptstcd by ENGINEER be
uncovered for obscrviition.
13.7, Urtooverirg,Woik as provided ikjisragniph 11.6
shall be - at CONTRAuOR's experts.' unless
CONTRACTOR. has Och'FINIGIAER timely notice of
CONTRACTOR'S ""intention -'to cover ;the same and
ENGINEER has not acted with,rcasonable Obniptnasa in
rcg)oii9e to suclilnotice.
rjncovvinjr I Vark.
I3;8: if any W6rk is. coyeivd contrmy'to the,written
iequcst 6C ENQM' it must, if icquosud by
24GRCER--bi uncovered WENGMER's observation
and replaced at'CONTRACTORs
13.9. TfENGiNFF.RconsidL"it,necessary 6radvisable
that covered Work be observed by. MTG.n= or
inspected or, tested by othiek CONTRACTOR, 'at
ENCIME ER's �eifuest. shall uncovei. expose or oil�
make'avaUble for observation, u'ispection or testing as-
124GNM may require;, that portion of the Work in
question, filmishinj all -Inec&mry labor, material and
Of
(including . bUt."not-limited to all costs of repair or
reoiceracm,61-work of othcrs�, :andsOWNERshall be
entitled,to an,app'roprui I to decrease in the Ccmract Price,
ara it tho'pirties ureunable to agrec:as to tho-amount
thtircb[ may make -'a claim therefor as provideCin
- Article 11. It, however, such Work is.not. fixtrul 10 be
defectNe, CONTRA&M shall be allowed an inercasc in
the Contract Price or art exlension of the C&itract,Timcs
(or milesiimigmj, -or troth, diiiatly qmibumhle` to such
27
I
uncovering. eicpotirc obseryition mapeittom tstirtg,
rztil icemen[ and recortstractibn m d J'the parties :are
unable to agree as .to the- amount, or extent thereof,
CONTPUACf OR may makea claim thereforr as provided'in
Articled I and 12.
' OWNER Akt Stop the !York.
Correction nrRemoiwl of Defective Work•
13:1 L If re9uiied hi; KNGINF,ER; CONTRACTOR stall
promptly, as directed, dither correct all defv dive Work;
whether or not fehiibated, installed or cgmpfeted, or; if the
Work has been rcjected by ENGINFM remove it firm the
site. and replace it wit$ Wank thin is not, defecthw.
CONTRAGTOR shall pay all' claitpc Costs, losses. and
damages crusted' by dr resulting _from: such, correction or
removal,(inclUdirtg bUt not'linrittd'to all costs, of (g'mitt or
replicemenr of work'of others);"
1332.Corret7lan Period-
13,12.i If within ape year two vcars.afer the'date of
Substantial Completion or such longer: period of time as
maybe prescnbed ty Laws :or Regulations. or by,the,
firms of any,applicablu special'guarantcc,regaired by
theCbntra Documt rits.or'byarty spocific provision of
the Contract DLsc= rK Any Work isfounds to 66
defective. CONTRACTOR -shall promptly, withooecost'
'to OWNERatidinaccbi&n a wttti OWNER'S wYittap
snit ctions; (i) carrect,such defective Work, or, if it has
been rejected by,OWNER, remove it from the,site and
replace 7t with' Work that. is not t�fective and (ii)
satisfactorily corrector remove and replace,any. dainage
to othei We& or the wark of others resulft%therefrom.
If CONTRACTOR does not promptly comply with [lib
terms of -such instructions,.or in an.emergency where
delay Would. cause saioas, risk of loss or damage;
OWNER moyhiave the dafecfive'Work corrected or this
NJ Work removed and replaL&L ands all claims,•.
costs losxs apd'damages ciused by orresullitj from
such removal' and replacement (including'but, not
limited to all costs of repair or repaCvnent of woik of
9the ts).win bepaid by. CONTRACTOR
'13,12,2.In speoral citcumstahoes- where a, particular
item. of egtapmem ;is placed in continuous` servicc
before Substiintral C&rnt letii'dt,of all: the Wbrk: [lie'
c6h-ei:ttoit period for thatiteaj may shirt to rim Gom-an
earlier date ifsoprovided in the Spoficatiorts or�by.
Writen Amendment
13,I23, Where defective +Work ,(Ono dampgeto' other
og ,sicocasHrRu coNtsnorr;ivtoat(t9vusaGmt;
wl a- Y OB PORT, coutra MODIF7CA:n0N5 iM' 4a0ao)`
Work resWting therefrom) has. been corrected,
removed'oi replaced tinder,this paragraph 13,12i the
correction period hereunder with reskd ia.kic r' Work
wiu be exiandal for an additional period of daxtyeaF
two veins •after such?'correctionor removal and
replaameit him beeri.satisfacrorily Bcfhplet6&.
rleckmi ee OfDefechve Work:
13.13: If; imicad of requiiing'correci[an or, removal! and
reolacemeni'of defeciiveVork OWNER (arid rrior to
to
in
so.,
aril
and
s tp
Contract Price, and,if the - rues arc unable t6agree,as to
the amount thereok•Ol R ptay,make s claim therefor
ai provided in Article 1,1.. If the acceptance occurs after
such rccommcndation; on appropriate amount will be paid
OWNER May Carted Defec6e WOrk
13.14: 'If CONTRACrOR,EWs withm'e reasmiebledtne
after''"11 n notice fmin ENGINEER to ciiioctda/aEttir,
Wak.cr'to remove and replace rejected Work is required
by GNGINRER in accakhmec'with paragraph 13.11. or if
CONTRACTOR fails to pcitonn tlx: Work in accordance
to comply with airy other provi iofi.gf the. Coitiact
Dcictimentt._.OWNER may, after seven days' written
noiicwto CONTRACIOR„carect and remedy any such
deficiency. Ui. cCerctsing the rights and remedies rimer'
this pam- graph OWNER shall proceed zcpeditigisly,. in
coraiectich with .su6h, corrective. and -remedial racoon;
OWNER may,exclud CONTRACTOR from aU or part of
the site, take postession.of idl,ar paroofdte Work, land
suspentd'OONTRACTOR's services related thereto. take
pgssescion of" CONTRAGTOR's tools, appliances:
airtSUtutiott.equipniem and machinety 'k, the sfte' and
incorporate in the Work. -au .materials, and "equipment
stored at the. -site or for which OWNER has paid
i agents ,gnd�,cmpluyees O,WNER's•other
and ENGINEER and ENGINEER'S
ocess to the site, to enableOWNER to
#its anii.re-medies tmder.this paragraph, All
ttc,rssuol urcmpoattng'the ,nedxssary fevmons,in the
Commet Dccumenls with respect to- the Work! and
OWNER shall be entitled to arrapprupriatededrease in the
Cohtraet price,•and. if die panics are unable 't6 agree as to
the amount thereof; OWNER may make a claim therefor
aa.provided in Article 11: Such claims: cosi_s, losses"aiid
diiniages wih, incltucie but nor be limited to, all Zosts,of
repair' or.replacement of work of'others Ae-stroyed: or
damaged' b C*orrectimnL rcm-0-Vid or replacement of
CONTRAI404's-d4clive Work •,CONTkACTOR shell
not be allowed 'an, =66mion of the Contract .Tines (a:
Milis*c%) because of arty. delay 6 peifeirmance 6(:6t
Work attributable to the . exercise by. OWNER of OWNER's
rights and nemedies hereunder.
ARTICLE i i-PAYNmws to col;%alkAtTOR AND
W&EP11TI6M
Schpiuli 'of !Values:.
14.1. The schedille of values established as.provided.iii
paragraph �h 19 'will serve as.t6t basis for progress'paymaits
and .will be, inctiiporatcd into a.. form, of licatidirl far
Pp
Nyment acce NUR. Progress payments an
pudele toENGR y
socountof will [e based on the'number. of
up i&conip!itrd
Affluwi�an)i;i Progrew "om"r,
14:2. At least twenty, days bef(re the date eseiblished f&
each,progress payindfit (but not rhore,often thanorix a
An*fi). CONTRACTOR- shall submit -to ENG[NEER for
review y, an.Application for iiient filled out and signed b
CONTRACrOR 6owringt. Work completed as of t . he
date of the Application and acconipanied by such
supporting documentation ai is required by the Contiact
Documents. If. payment is requested an the —Ws. of
materials and equip'ment not incorporated in thc.Work but
di&cfed-.and' Witablytswred at the ..site or at ars3ther
locationao,tcd•tu in n UMU4 the'Aliplication for Payment
shall,illso;be_iiccomp�d by still of sak, invoibe,or other
d I ocumentation warranting that OWNElt: has received the mAtihiiis and equipment fice and cleiiir of all Liens am
evidence that the materials dfid equipment,vire covered byl
110propiriate prop,:rty 'misura= and othei arrangements to
protect OWNM'i interest therein, all of which will be
sateictury to OWNER, The amount, cie. retainage with
respect to prog
ress papmenm will_be as stipulated in'the
I M.
ILLSV
COjVTR4MR's Warnudy of Tide..,
143. CONTR-AC-TORw;frmnisaM,gumuntees that tide
to allWork, materials mki equipment covered, av . mill by :any
ihcor *W i� Pon the,
Projector ni3t.will pass to OWNER no.liiia thiuithi,'time
of p9ymeril free kid clear of alltiena
I&Wew Of_4pphcad9wfor Progress PqymenL7
14.4. ENGENEER.wilk withid ten days after: receipt of
each Applichfion f6r-.Nyment either, indiiiate in:,iinting a,
W/&TYOFfORT COLLINS MODII-ICATIOT NS (REV ,1/2 1 000)
to. OWNER, or
dN.hhKs,Mscns for Miusing to
the latta casr,;VONTRACTOR
F carrictiom- and rMuletiliv the
the provisions of die last semewe
erne
Z
and whca*.d6i will be p
14.5. ENGINEER's recommeri6tion of any ria)Tnant
requested in an Appficatiion for Payihcnt will ,conatkuk'a
r4w,awmatirin by ENCTINBER - to OWNFRbased 'on
ENG MI*Mi on -site ciliserVatioits of the executed. Work -
as an experienced and qualified de-siWi profeSsiciiiiI and on
ENGINEER's revicw:bf th-c Aflific-ation for Paymentand
die accompanying,.Wta and sclxU4 that to ihe`bmtlor
'EivGINEER's knowledge, inthrm�tian and belief:
14.5.1. the Wo'rk- Dias progressed to she point
indicated,
1,4S:2. the quality, of the Work is jencrilly:, in
accardance'wilh &- Coramc-t C)&urmints (subject tn
iiii,evaheition of the Work its ahrictioning whold
prior to of Cornoaibi% to the rj3UljSr
-of any subsequent tests called, br -in'tfic,Cofitricl
Documents; foe firm] datertainration 'of quantities and
classifications ' for Unit 'Price - Work 'under
panigap0;ilifidti6hs,stiitcd' h91AUan&t6.#nyoth qf,
14.5.3; the conditions precedad to
,CONTRACtOli's b6og entitled to, such paymoml
appear 16. hdv� ,�ii 'b6eiT AU611W insofar as
EINGINEETUs responsibility to'observe the Work'.
However. 'by recommending. any such 'payment
,ENGWEEW will 'ribi, thereby be deertG to MVe
refircscrried that- (),cdoustive or continuous on;site
imiliectiortshave been made to check the qwfiry or the
.quantity of the ork bcyqnd the responsibilities
specifically assigned"to, ENGM-13R I in the -Contract
DoEuments or. (h) that there -may not be Other matters or
wu Documents
. s - between the .parties
i that alight. amide
CONTRACTOR to be p�idaddliticnally'by OWNER &
entitle OWNER to withhold payment to CONTRACTOR
14 6. ENGIMPIts, recommendation of arty payment,
includin,& final payrric4 shall not mean ENGINEER
is responsible fed CONTRACTORS means, methods,
tecimiyues sequences or procedures of ebistructi6n, or
thi safety preLautioris.-and programs incident'theretu. or
for airy failure cif.CONTRACTbR ib cicmply widi L&vs
and - Regulations applicable, 'to 0 the hinnisht I n'- or.
pcdbnnarics of Wort- or for any lfiwyre of.
CONTRACTOR to. •perform or [Itirnish -in
acc;60=6e with the Cont*_LDocum_cnii. *
14.7. .ENGINEER may reffise to recommend the wluile
of any part of any payment4f. in ENG1NEER's opirrim, it
would, be. incorrect to 'make the r60rt W-rindo"M to
q9
OWNER referred to•iii rziragraph,14,5: ENGINEER,may
amsi&M them Work:stii*ntially complete, GNGfNELT2'
,aL;A3:mfirseto recommend'sny such'payment,�o',;lxwuse.of
will prepare and deliver'to OWNER a,tentutiv 1M1 [irate,
subseijuently ihsco'veied evidence or the resents. of
of Substantial'Complctibn which shall fix,the dite.o
subscttuent utspectigns or toms nullify, airy such payrarnt
Substanhel Compleutai. TF ere shall ibe attached to the
previously, recommended ,to such extent as may be
certificate a, ientahve list of dewstb be cumpletedbr
necessary in MOINRERs opinion toylirotect OiaNER
&oar ioss 6ewuse:.
corrected before final yrnerit QtV�TFRsfiallfiavcseven
days after receipt of ' tentative certificate during which
to male written objection to ENGINEER as:'ro any
"the
14.T.1„ the Work is drjeetiNr, orcompleW Woik hM
provisions of certificate or, attached list IL' .after
tieenilamagedrequirmgconoRionorreplacxmeia.,
considering such object ons hN(iINfiER.concltuks thaE
the'.Work is -not subsuiiitially oomplete,'ENGINEEER'will
14.7,2,. -the Contract .lkice has. been reduced 'by,
withm•,Cotirtern -days alter submission of core tentative
Written Amenidment orCtiafige Ordc;
certificate to O WNHR� notify CONTRACTOR in :writat4.
'
stating the reasons thremilbr, IQ, after consith Uon of
14.7:3 OWNER has been required to correct
OWNSWi objechonis &4GINEER ooders the Wort -
'{deems Work of eomplcti Work ih'acconkaiee with'
substantially complete,. ENGINEER' will within said
paragraph 13-.14. or,
,fourteen ,days. _cn' vute and deliver to, 'OWNER and
:CONTRACTOR a. definitive certificate of Substantial
'
14.7A ENGLN&ER.,has actual knowla,* of the
Completion (With a revised tentatwetist of items to be
occiirrentccc of 'a of the events .cnymcrated' in
completed or.corrcctcd).reflecttng_such charges from' the
paragraphs 15 2.1 through 15 ± 4 uwldsim
tentative certificate as ENGINEER believes justified alter
oormdemtion of any objecaionts &bin OWNER At'Iha
OWNER mayy refine to make payment of the"full amours
iiended Icy ENGINEER becatise
time of delivery'of the tetaalive ceruficatc of Substantial
reeb
Coniiplebon ENGiNEFR ivilll deliver to OWNER and
'
CONTRACTOR a written recommendation as to division
14.7.-5, claims have been made against OWNER an
of r sportalhil'giis pending• firer paymentt i�-tween`
acGauntcfOON.TRACTOR'sperforrnanociirfurmshmg
OWNER.. and CONfRACTOR7with msspoet'to security,
afthc:Work;
operation safety, mainienancc 1ieaG ,utihbes ubsurunee
and warranties. end guarantees. [tttless OWNER "arid
14.7.5 t.iens,have. been •filedin,itxnebtionwith;thio
60NTRACTORagrceothenvisemwnitai@andsa,irfotiri
Work: except where CONI RAGTOR free' deivexed
F�1GINEER in writing prior to ENGEV}iER s issuing the
specific.Boiid:sit aitory to OWNER'to secure the
definitive• •certificate of Siibst- teal Compleban
satrsfactionarid disclmrge ofsuch[.ions;
ENGINEEER's aforesaid mciimmendaUai will be biiiding
on OWNER and CONTRACTOR lentil final payment
'
14.7.7 there arc other items enhtling OWNER to a sct-
offagainsttheammntrecoi_iitrieided:,or
149. OXVNER shall' have the right to exclude.
CONTRACTOR from the Work- ifter the date of
14.7:8 OWNER has equal knowledge of the
Substantial Compleboiu but OWNER skill allies
occarience of a -of they events, onumerate'd'.in
'CONTRACTOR reasonable aocess.to complete or correct
pariggraphs14,7.1 t ough 14.73 ortiparagmphs15.2:1
iteinsanihetentativelist
through 15.2,4,inclusiyz,
Pwiial UtIfiz llun:
but OWNER roust give CONTRACTOR immccliate
written .nouLe (with a copy Ala ENGiNEF,R) stating. the.
14,10 Use by OWNER. at- OWNERs option of, airy'
reasons for such aetion and prompitly pay CONTRACTOR
stit6mmially completed ptrrofthe Work,.which; .(i) has
the amount so Withheld or ady.adjustment t}sretn agreed.
sPeeiGcally been identified in dieContrictDckian its,'or
to• ley OWNER and CONPRACTO& tvfiai
(u) OWNER 'EMINEER and CONTRACTOR agree
CONTRACTOR. corrects to'OWNER's+,aatisfaetion the:
constitutes a separately 11inctioning;and timble ptvt._of the
re asons for such aetioni.
Work • chat can be used by OWNER' for its, intended
'
punpnse without sigAficant '"eifirence with
Skbitamial Compfegtm:
CONTRACTORS performance of the emamder•o£ the
Work:, may be aoaimplistial price to Stibstaniiial
14.5. When CON'TRACTOR.wrisiders the entire Wort;
Completion of all the'Wbrk subject to the following:
really for its intended use CONTRACTOR simll ntotify.
OWINER'and ENGINEER m %%Tieing that the, abtire Work.
14 IO.I.OWNER at any time, may request
'is. substantially. complete (except for items speciGailly
CONTRACTOR 'utwril'iingtoptmiit:OWNERto'use.
It by CONTR.ACf OR as it e6mplete).and request drat
any suchpart of dte Wciiik wtiiGli OWNERtielieves to'
ENGDI EER issue a, certifii,•ate of Substantial 'Comppletion:
tie' ready for its intended tiso and .substantially,
Within a reastaiable time themallei, OWNER
CONTRACTOR ENG RIM ore
com ete. If CONTRACTOR.4esthat ,such Aof
and sfwll m an inspection
the, ork'is subsiantitilly' complete, CONTRACTOR.
of --the Wart, to detcrmme.ihe"status of completion: If
"subskritially
will certify;to OWNER acid ENGINEER that such
F1VCr1NEFR' does not , cronsider .the Work
complete; ENGINEER will 'notify CONTRACTOR_ in
pparartt of the Work is substantially completi acid request
ENGINEER to issue 'a certificate: oC Substantial
'
w7itiig giving the reasons therefor, If, isT?G[NEHR.
Completion for that pare of the 'Work_
30 Emit taNEAI: co:,Uttlo?a t9 lV-t(i 99vudititer)
.tvt q'I'1' OF FORT CUI:LINS MOOIp1CA'1'IONS (REV A20aai'
CONTRACTOR
TRACTOR at any time inay notify OWNERa.M.
ENGINEER in writing that CONTRACTOR corusideri
any suck part of the Waik ready for its,inictided use
add substantially complete and request ENGINEER to
11 L 'C that
ssuc a rtdic�iitc �6f S4&ift6l C 6mplitibri for
FIT
_,_ of the Walk. WithWithina reasonable tmbc after either-
stair 's4 OWNER. CONTRACTOR and
fNGEZP, shall make -an irspecti6n of that part of
the.Work to determine -its Status Of compleiian. If
ENGINEER does not consider Nit pa of theAVork to
be sUstaritially - complete
04GE-JEM will notify
qWNEk_Q'i;d CONTRACTOR in writing gMrg the
remiss therefor.. IfENIGMER considers that part of
the Work to -be subatalitially complete. the provisions
Of paragraphs-14 8 " 149will.applj with respect to
Oirtif=timi Of.$Uds2iintiril Completion Of that part Of
the Work andthe division of respoiisibility.in resp
ect
1=otd.nd access thcr&o.
14:10.2: No.occtlpancyorsepamte openition,of ran
GIthe Work %Oill'bc aomniplishod'prianto domphidice
vnth,the.r'equitaiie'nts--o-f.immkmo5.15�m respect Of
property imu rance.-
Knal InTacdon:
14,11- Ifft6nWritten notice hm-c.,ONTRAcrORftt,the,
entire- Work or an agreed portion
EiGNEM will "-d a 5W. ljS with 0 .JVCILon WL OWNER
and, CONTRACTOR and,will notify- MUrRAC-CO.R. in
MSpectjorr
writing Of all. particulars in which. this' reveals
thalthc War'k is incomplete or, &fklfi-c •comrRA&bR.
shall immediately wke such measures as are necessary to
complete such,work or rcrnody.such dcfi6icncie&
Final rJppfication for Pqv*enc
14.1-1 After CONTRACTOR OR has completed all such
corrections to tho satisfaction of iiNGINEER: and delivered
in Accordance vith th& C6ntracf D6cuments '.011
maituriance and operating instructions, sqjvedule�.
guarantees Bonds. certificates or other evidence - of
inlumnoe required by jaragraph.5.4.. certificates of
4*qiork marked -up record docuffients.(as.provid&d in
partigniph6.19) and other documems: COYrRACTbP,
may make applit:afidn kir 16
fort - I 'pia yTeri.t. fialwilng tlie
,tq filmij4n such a release or receipt in hill.
CONTRACTOR' may, ffirnish a Bond or other xqUateral
satisfactory, to OWNER.'.to inticingy OWNERagainst,
any Lien Releases orwgivers-of fic'ni and the, of
the surctv to fmalize baymcm,an:. tu*'bc- adinfittod
for
ms s conf
orming to the format of the OWNPRS standard,
the Project manual
Final Payinent aqdA'tqepancf.
14, 13 1 M 'a obseriation of
,,Olf, on the basis of 04GM A
the during finriF.irip tiai6qid
ENGLNEER's feview.of the final. Application.for Payment
,and aocomparrying documentation as requircd� by the
C6mrael _Ddcurrien6, FNGINEFR is satisfied Char the
Work has beEn completed and' CONTRACTOR's othcr
.obligations un&i* the Cumirid. Documents have bccri
fulfilled EINGINEFR4ill, within ten days after receipt of
diefuial Application for Payment, m6mic in 4fiting
BNG1,4EEWS rocommendat ion of. payment -and
he Applica, �rmcnt
t ion tcf,OWNER fa, payment. At the some
:time HNG INEER 'will ai'l;o_vve 11 written *notice to 61vNftk
andicagrRACr()R that the Work is acceptable subjed
to the provisions of [pragaph 14,15. Otherw*
6NOWHER will reiiiiTi the Applknticvi to
-COKTRACTOR. in"tirg in writing -the reasons'fa
refusing, to, rcccmmcr�d final paymcm, in which: case
CONTRACTOR "I mrikiiherioccisary corrections and
tmbruitthe Application. Thirty days after, kesentaticii to
OWNER - of the Application and accompanym
documintationi,in apprcprfiht�, form a 3
With ENGTNEERs recommaKiition and notice Of
acc,ptability.'the ,imouni'ree 'mmendLd-by.'ENODTMR
will beccitic due and will be paid by OWNER' to
CONTRACTOR subject -.to, jh 17.6.2 of these
14.14. IL through no fault of CONTRACTOR. final
completion of the Work is sigrifficIntly. delayed and if
ENGINEER so confiriiis, OWNER•ihakupowrcccipf of
CONTRACTOR!S'ftrial ,Application 'f�* Payment and
recomm6irlation of ENGINEER, and Without terniimfiq;
the Agreement, make payment of the balance due hir that
irortion of the'%Vork My completed and accepted, If the
iemainin& balance to be held by OWNER for Work not
or hilly completed •carrecW is, less than Lhe.retainage
P"aff Shall be accompamet! (except" as- previously
documentation for in
rurrushed as requireu Ln panigni n 3 1,,UX WnnCft COMML
F the balances due for that
delivered) by: (i)iill called' the
of the surety
Conti=1 Docurmirks; ifi&uding but- not limit6d to thi
6orticri of the Work fully completed and accepted shall be
evidence- of ir�rice'requir6o, bv'su*nigmph5_4_l3_
submitted -bv CONTRACTOR -to ENGINM with the
;Cu) consent of the surety, if -any. to final paym c m. •a n I d,
Applic ation for weft payment Such-`payznciit-shaH be
iiii) complete and legally, effective releases -or waivers.
made under the terms and Conditions governing Grial
(satidktory. to OVA40Z) of all Liens arising out of or filed
e-x&-pt,qmt it shall nut constitute' .a waiver of
-
in on 'with,the Word:: In lieu of such releases or
rimyrT!CnL
las.
waivers 'pf, Liens and iii apprwed by, , OWNER,
-Mints,
,CONTRACTOR may.ftarnisK, receipts or relcases m.fitAl,
Wah,er df.0
.and affidriviikofCOW-RAtTM-that: (i)'thc-rtle8ses,a6d
rcocipts iht;Wc all and &qdq=,.cn1
c of final' chisill
14115. 'The tuakingind acuept*pay!� ,
'[or whidia Lien c6Wd!-bt:,fiI6d. aid'.piiyFalls,
gRilitit"LL,
material - and equipment IJHls, and -other 'uulcbtediuss
connected with the W6Tk f6r which mwsk or 6WAR,s
14.15.1. a waNcr of all, claims- hy'OWNER ag7aink
property m'Wa in any way Ir icspaisiblc have been paid or
CONTRACTOR. exccpt ,ciairni ariiiiig front,
m1mr-M satisfie& I F�atiy,!§iito ;itnlctOi' - Supplier .78 or pplici fails,
uiriskded Likns, from def?cpye Work riplim_ring•ader
(1990 Utiutl,
131
W/a TYOF;FOP.TCOLLiN'S.MObIFICAnOR3(REV -112bOOj
shown.
12.0 BID PRICING.
Bids must be priced as set forth in the Bid Schedule or Schedules.
13.0 SUBMISSION OF BIDS.
13.1. Bids shall be submitted at the time and place indicated in the Invitation to Bid and
shall be enclosed in an opaque sealed envelope marked with the Project title, Bid No.,
and name and address of the Bidder and accompanied by the Bid Security, Bid Form,
Bid Bond, Statement of Bidders Qualifications, and Schedule of Subcontractors as
required in Section 00430. If the Bid is sent through the mail or other delivery system,
the sealed envelope shall be enclosed in a separate envelope with the notation 'BID
ENCLOSED" on the face of it.
13.2. Bids shall be deposited at the designated location prior to the time and date for
receipt of Bids indicated in the Invitation to Bid, or any extension thereof made by
addendum. Bids received after the time and date for receipt of Bids will be returned
unopened. Bidder shall assume full responsibility for timely delivery at the location
designated for receipt of Bids.
13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and will not receive
consideration.
13.4. No Bidder may submit more than one Bid. Multiple Bids under different names will
not be accepted from one firm or association.
14.0 MODIFICATION AND WITHDRAWAL OF BIDS.
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
Rev 10/20/07
Section 00100 Page 5
ply= J t6 paragrapht4I,. from
6'iluie to Contract- - Documents or thi
terms of. any spc'a'gl,gus rrdccs-soccified therein, or
from CONTRACTOR's- "inuing 6blip6am under
thc Contract Docimciits; and
14.15.2. A waiver of all claims by CONTRACTOR
agaimt' OWNER' other than those 'previously madein
writing and stditmuttled..
ARTICLE 15-SUSPF-NSION: OF WORK AND
TERIMNATION
OWNERMa .y SkspiwdlVo;rk.
15.1. At wry time and without cause,. OWNER may
pispicrid the Work or any portion thereof for a ivriod ofrtot
am than, ninety diys 'by no-u6c in period to
CONTRAurop,and w Fwm?, which';Arill fix. th . e dat6
On which' Work will be rdsu'mak CONTRACTOR shad
reivate the Wait on the dsta-so'fixed CONTRACTOR
shad be allowed an a4usimcnt in the Contract Mice or an
extension of -thL, Contmct Times, or hi5db * directly
attributible.to any such swspensi6n it CONTRACTOR
makes. ari Tvad chim therefor' as ,provider In
Artiales.i 1 0
OWNER May Te�Wnatr.-
15.2: . Uponthe oCMMnoe Of any'ate or More Of the
lallOWIngeyer";
15,2:1,, iico\wR,&cToR sw�y _f,hi I Is to perform
the Work in accudance wig!tZe Zontruct, Documimts
(fnAding.-but'not Limited tot faiilurejosupply sufficien . r,
skilled worker or "table muteiinIi or equipment ur
fail"O toadhereto -the picgress, schedule -'aii6liihod
linder '_ __ h "9 'adjusted6 - i ' ' * ti -
pMW_XSp — (is. from time to me
pursuant to paragraph 6.6);
0.2.1 if CONTRACTOR diiiregiinI3 Laws. Or
Regulations of ruty6ublic6ody.hnv'rig juris,dictioit
15.2'3., if CONTRACtOlt, disregards & wtthfoiity of .
ENGINEER, or
15:14, it CONTYRACTOR aherv'_=',v'iolates- in, any
substantial 'way. 'an
y . prcvvaons of the (fiin-h-ract.
wcumcntsz=
32 E.CDC9MRAL CON=014 19 to-S 0 go') Rdiiiw)�
w1crry0y FORT COLLIMMODIFiCA71 ' qN5(REV4070U0)'
'COMPACTOR bUt.-which, am stored 'ls,;e'hffe" a� � nd
! W
Finish the Work as OWNER may ditim expedient. In such
case CONTRACTOR shad not be entitled 0 receive any
further payme6t unfil the Work is firiishid if the unAid
lia ' Iiiice-'U'dici Contract Price exceeds all claims, cost-,
Ids-s-esana domagpi'st1imined by O".R wising out of
or reswlticw'&cm iumpletinj the Work such excess will be
paid toCONTRACTOEL If such clainik 6asdA losses arid
darriaga, exceed such unpaid balance, CONTRACTOR'
or
to
15.3.. Where CONTRACTORs icrvic6s have been. so
tcriminated,by OkVNPK the . termination will not. aflr�ct
any ny _rights- or remedies.-d' ;OWNER agwi against
CONTRACTOR, then.exi3ting or which may theitafter
accrue,. retention - or r - i- ` Cki ,payment o moneys due
CONTRAC-rok by OWNER' will not, rclease,
qONTRAq_TOR-fr6m liability:
]$A, Upori seyen• days'. written notice to -
'CONTRACTOR and 'ENGINEER. u OWNFR.',lay,
withoutcausearuk'withbul pi . ujudi& to any -outer - , right or
such coisc. CONTRACTOR - shall; be paid: (without
duplication ofany
15.4.1, for completed and acceptable Work executed
in acoordance with the Contract 1)6cumTts prior to
the cMi4vc data of-terminatibri,1 including rair and
reasorible sums. f6r &irhiad and• profit: on P.ich
Wiiik-.
15.4.2, for ex
penses sustained prior to the cffiettiVe
data of termination, in Pj performing .'servic6s; and
fikmsh8lm'b4 ' - 1 '. matena s dr,e-qu.ip-m*cju-(t-.-;,re'qui'red
b I X the.'Comract Documents in lcbrimcticn_widi
,=W&k-. plus litir- and'reasmiable stans for
profit.orf such ExpinsiiK.
15A.1 lf6r all claims, casts, liines and damagesi n
I -
O arrcd;in sertlement",aFtermiriate'd cOntmc'ts'.,Wi1h
Suboontractom Suppliers irid'otherv,,and
15AA. forr.easontible expenses directly attiibutable
tot6rinination.
CONTRACT ' OR-shafl nol:be paid'on accutim of losa.of
,an or'revenuc or other ecm6mic loss
arisvrg out of0or re "Itingfirom such terinmation
CONMICtORAJO Srqp.Wigr* or terfilndle:
15.5. ' It uh - rtoacturfault ofCONTRAdbk the
sOV en
workis-wipen dfor ii,pcnioci o,f,more ,d zm ninety'days
by.OWNER or tide
,- .
pubc
malmly, orENGINEER: lailsIto.acLcm an cn
forymcnL withjn th"ty
days alteritis,submittid, &
OWINtR faiLs florAi4 days1to * CONTRACTOR any,
sum finally dereirmified to be due, then
may upon seven days' 'written notice ti
ENOMMR, and pi ov ided OWNER or EN
fcqtedy such suspension or -failun: wi
termurritc'.the .Agreement and *17ee(w'er
payment im the sam6icrrns'as provided in
1m lieu of terminating the Agreement and v
tin any othu ri& or remedy, if ENGINE
act on an Arrilicaiiiin f6r Payment within d
is submitted, or OWNER has failed for-Iftirty days tocvy
CONTRACTOR any. sirm, finally' determined to be
cbf�TP,AcToR may upon seven
pon seven days!,writiort notice to
OWNER and ENGINEER. stop the Wii* until payment of
ill. sucli amounts due CONTRACTOR, iriduding interest
thereon The lrovisions of this pantg*m-ph 15:5 tire not
inicndcd to pia u& CONTRACTOR, fim making claim
tinder Articles I I and 12 fdr an increitse in Cuittract Price
or ContractTiifics or'ahcrivisc for, expenses ot'damage
dir&tly attributable to CONITR.ACTOR!s stopping Work as
permitiod by this Paragrap
h.
ARTICLE 16-13NUUk kESOLURON
lf,ar;d.to the. extent that OWNER and CONTRACTOR
have dgrew on the mcth6d and procedure fur resolving
disputiis' bmvecit. then, 'drat may. arise under this
4r.ecmem, such disputcresolutiori method:and procedure,
if 8171 %hall'be as set fbith in ExhibitGC-A, 'Dispute
Resolution Agreement., to be atthchad herctii-an - d4sric a
put hereof: If -no such - a-gre merd, on dw- med�od and
procedure for rcsolvir4 such dis _putds has been rcschcd�.
and subject to the-provistoyn of j�ivagniphs.00i 19,11 and
9,1 Z OIA NITER. and CONTRACTOR may exmj'e,sftich
rights or, remedies m cidwma
y a'y otherwise have under. the
Contract I DoZimients:iir by Laws cc Regulations in respici
0any. dispute.
ARTICLE 17�NMSCEUkKEOUS
Giving Negicr
17.1- Whenever arry provision of the Contract
Dr�ctirnaZ requires the giV4 of written notice. it will be
&em6d'to have been .yiUdly given if Mwered in person to
di5iindividdal or. to 6 memher of the firm- orld an aMoer of
the Lmp,=Liun for who .it is InterriK or if delivered ator
sent, by,r4stered ar certifie'&mail,'Postage, prepa0l'to the
list busihess-addrcss bowfi to the giver of the notice,
,17:2.1 CbmPub2fion 0 . f
17.2.1. When any jicriod,of time is referred to in the
Lonlrli6t DoctduwEs by &A it.4ffl be uomputcd;to
.1 ' 16&'the"first fiiid include-th-c"las'l-Aa' f CKC - y.o such
_6y,of, c[i W fsB
.pen 6.d If did Wa. - .. any.su, pen - , on a
saturday 6r Sunday -or on a,day made a legal hDltda
*-the law of theaiihcebl'ej"urisdictim'such day VM
be ontitim finrti the computation -
WI CITY OF FORT COLLIM MODIFICATIOM (REV 4120M)
1.7,22' A'CRICTIdiff dayof hours measured
frbin,midnkht to the next midnight will ccifistititte -a
Woflci of QqIM:
17.3, .3hould'OWNER,-or CONTRACTOR sitf I fer-Nury
or 0�va* 10n person. or.prop!rty "use U any error,
emission or,ur;vof the other party or of any of the other
tn'the other Fatty within, a reasonable time of the rust
observance o such injury or damage,. the provisions of
thisparagraph;1131 shall'tria he construed as a subsiiart-i
for or a waiver of the ffi-oVikiorts bf any. applicibli: statute'
orlimitutions or repose.Cumulats . ve Rwmae , x:
17.4. The duties and obligntions,imposed by these
Gerkrai Conriftio' n and dic'n-ghts"and r.orin nlc.di�.s available
hereunder .to the parties hereta, and, paruadar but
with6rut limitation; qw the nirkti'cs', guarantees RrW
obtigruons imposed uponf CONTRACTOR
OR hpp.amgmphs6�i2,6.i6,6.30,,631,.632; 131� 1312; 13-14,
14,3 2' and all _of the rights. and -remedies ivailshle
to'OWNER fin&FNGMER thereunder., are iii addition
t6, and, Are not to b6 coristrued in any'Way.as, a. limitation
which afe otherwise iffijos5d or available by. Laws or
as effiective as
17.5.. Wherieveir refeienrie is "made to ctaam costs.
losses and,ditmaics'i it4oll-include iii each case. bid not
be Linn ited to all fe&i aM chat of ejtgiri�em architect;Utto attorneys H�d and all 'Court or
j76, 'The laws of the Snare ot_CQlggd�npyPN m.�
Akreement Reference to two pertinent Colorado statutes
are as follow
1741 If a Oaidils,fila=OVVNER� �ft by-
law (CRS.3826-107) to withhold from pavmcnts to
CONTRACTOR . sufficient funds cto insure the
yment all claims fd]hbm materials, uarn hire
sustenance.` orbyuimu proven er:. or other.-smid
used or consumed by CONTRACTOR or' his
33'
•fiM�COGNER,U; CONUIT1ON3191V;1.(1 19V B wm.),
�'� vo CITY ov rORT,COLUNSMOMPICAMNS(TtW4R0001'
1
I�
0
(This pne Ich 6Iarhk;intcfi,6cmlly,')
EU)CQC4eA-,CONDlll0T;4j91LL8 09A
wlal-Y OFFORTCOLLIM WCiXFICA110?-43 (REV -11000)
I
I
I
I
11
I
1
W MY 01LrORTCO1L M, MOWICNrIONS (REWQGDO)
1
EXHIBIT CC -A to'General Conditions
of the:' Construction `Contract 'Between
OWNER an7d'CONTRACTOR
DIsp4g RF. O&UnOIN AGREEMENT
OWNER and'CONTRACfOR hereby -agree that
Article 16'6f the General-dwdiuons of the'Caistncuon
Contract' between OWNER. 'arid GUiJT[tAGTOR is
amendgd to igclude'the folluwirtg agreement of the panics:
16.1. All claims, disputes and other matters .in
question between OW,\U and CONfRACTOR.arisi
our -of or relating•to they omri& Qocnancrtts or the breach
thereof (except far clatms.Whicfi have bcen,waivcd by, die-
makirts,oracceptance of,finar,payment as provided,hy
paragraph. 14.15) _will be decided., by arbitration in
accordance with the, Construction industry .arbitration
Rules of the American Arbitration Ac eikion then
tg, pbMin sub" i to the limiter .oiuvf the Article 16. This
Agreement so to -,arbitrate and any other agreement or
consent to arbitrate entered into in accordrincc�ficrewith his.
lirpvided Wths•Articie:i6 will•be.specifcally enforceable
under the prevailinglaw. of any court hsving jurisdictior
,16:2: .No demand for arbitration of any claimi dispute
or other matter that is required to be ref iicd to
ENGWUR ihaially fdr decision i t� accordanrc with
pamgraph9:11. Will he made until the earlier of (a) ft,datc
on which ENG WEER has tendered a. written decision. or
(ti) the thutyfirst day,alier the p=r c's.hWe prescmted their
evidence to ENGINEER if a written decision has not been
reridered'by 13 QWEER-befdre that date. No demand for
arbitration of'any-such claim;, dispute: or otlia matter will
be made, later than thirty days ak the dette on which
ENGM. F.R has rertdered a written docisian in respect
thereof in accordance with pamgniph.9.1 L. and the failure.
to demand arbitration within said thirty daysv period, wile
re�lr in ENI ciWEER's decicioit being final, and binding
up® OWNER and _CO TfRACrOR.. If ENGINEER
renders it decision alter arbitration pmeeed'atgs-have been
initiated suchdeeisian may beentered is evidencebut will!
not supersede the arbitration prom- trigs, except wfierethe
decision.is occeptable to the parties concemed; No demand
for arbitration. of arty written deetsitin 6f a4GR4MR
Tendered in accordance with paragrdph 9.10 will be made
later thanten days after the party making such demand has.
deGPercd' wriaen notice of attention to appeal as provided
in parageph 9:10.
16.3. Notice of the demand. Ibr, arbitration -will be,
filed in writing with the othuT paity.to the Agrecmcnt and
Hith the American Arbitration AsiWiatiun, and a copy Will
be sent to ENGINEER to inf6 mad6n: The demand for
rather casos within a reaiurwble time after the claim, di
or other matter in juesuonhas arrsen,:and"in no event
ani,such demand be made after the date when instduti
legal!or equitable proccedin<s *ad•onsiich claim, di
or other; matter in question would be Hatred b5
applicable statute of lanrtatioim
EJCDC GMR' AL CONDMONS 191"0990 Et01m)
%1 CFTY OF FORT C%LTNS NfODIFICATIONS'(REV w991
16;a, Except as provided in pramgraph 16.5 Below,
no :arbitration anstng; out o(rr relating to the Contract.
m Docuents shall include by consolidation, hoirrler or:m any.
other mannerany other. person or, entity (including
EN_GINEER ENGNEW:;.Corsultaft and the odicers,.
.directors, agents, employees. or'ccnsttltarrcs.af any 9f them)
who is riot's party to this cimtract'unles:
16.4:1. the inclusion of stiehi othcr,pa'som or entity is
neeessary ;if comploic relief is to be'affiaded among,
these who.ate:already part -nip, theerbitmo*_ anii.
164.2, such other parson or entity is _suhstaittially
involved in a question of late' or fact which is common
to those who are already parties to die arhitration and
'whichivill arise in such'piciccedings,:and.
16.4.3. the written consent of the other person. or
entity -sought .to, be included and of ,OW14ER .and
cwrRACI'OR has been dxainod for such inclusion;.
which, consent shall make specific rekrenoe to this
paragraph . hut,rto such erinsent,shall consutute,consent
to arbitration of any dispute not specifically ilmdribed
in such. consem.or.to arbitration with any party not
.specifically identified in such consent.
16.5, Notwithstmding paragraph 16.4.:if a daim�
dispute or other matter in question tielwceit OIVNER' and
Involves the work of.a -Si
or OogrRAO''OR may
include in all. subcontracts regaind by paragraph 6:11 a
being joined in an arbitration between. OWNER and
CONTRACTOR involving the Work of _ such
Stibcoirt7actitr, Nothing in,&-. paragraph 16.5 nor in the
provision of such subcontract consenting to joinder shall'
create any claim; .right. ox cause of Faction in: ravor of
Subcontractor. and against OWNER. ENGINEER
Ei IGPATR's Consultants that dOes not bth&[ vise exist,
16.6. 'The. award rendered'by the arbitrators will be.
final, judgment mey'he entered upon it in any court having
jurisdiction thereof,
ppeand- it' will not be stibject .to
mahLcat7on iu tial.
16.7. OWNER,ancl,COiVTRACPOR agree that they
shall first'iubmit .any and :all unsettled ,claims.
counterclaims 'disputes and other matters' ih question
bcrwcen them arising, out of or relating to the Cora ct.
lJoeuments or the -breach thxxecC 'disputes"), to mediation
by the American .Arbitratitm Aimciatioin. under the'
Cormntetian. Industry' Mediation Rules of the American
Arbitration'Asso auon prior to either of them initiating
against the other a demand fyr'arbitratian' pwsuarn to
ptaagr*ihs IGl .thro'ugh. 16 6 Unless - -delay in. uutmttrg
arbitration would irrevocably prij thee one of the parties.
The respective thirty unilten day time limits:widh n which
Cc file a demand for arbitration as provided in paragraphs
16,2.and'163'above.shap be stispendal with respect to a.
d Tu" submittedto mediation within those same
applicable tune. limits and shall remautsuspended until tern
trays aQer the termination of,the mediation The m6diator
of artydis{wtc submitted to mediation under this Agiccnerit
si Wriotservenstu6itrntorofsuch;dispute"urilessotherwise
Ci(:Al
' E>WTcVQENEBAI. Ctl."lllI170NS 191"'(1990 EatW
uY :�"[Y S'F FQRT Cs1Ll.I ji$',fOP(F?G1T10NS:(RF V,"41
ccA1 .
SECTION 00800
SUPPLEMENTARY CONDITIONS
SECTION 00800
CDOT SUPPLEMENTARY CONDITIONS
Conditions of the Contract
These Supplementary Conditions amend or supplement the corresponding paragraphs as
indicated of 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:
' Geotechnical Report dated July 14, 2009, Project No. 28-244 by Yeh &
Associates, Inc.
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.
SC-5.3.2 Add the following:
The State of Colorado shall be added as an additional insured.
SC-5.4.8 Limits of Liability
' A. Add the following language at the end of paragraph 5.4.8.
' The State of Colorado shall be added as an additional insured.
The limits of liability for the insurance required by the paragraph numbers of the General
' Conditions listed below are as follows:
5.4.1 and 5.4.2
Coverage A - Statutory Limits
Coverage B - $100,000/$100,000/$500,000
5.4.3 and 5.4.5 Commercial General Liability policy will have limits of $1,000,000
' combined single limits (CSL). This policy will include coverage for Explosion, Collapse,
and Underground coverage unless waived by the Owner.
5.4.6 The Comprehensive Automobile Liability Insurance policy will have limits of
$1,000,000 combined single limits (CSL).
Rev 10/20/07
5.4.9 This policy will include completed operations coverage/product liability coverage
with limits of $1,000,000 combined single limits (CSL).
SC-6.4.1 Purchasing Restrictions
Delete the complete paragraph
SC-6.4.2 Cement Restrictions
Delete the complete paragraph
SC-6.5 Contractor Responsibilities —Amended in its entirety to read:
All materials and equipment shall be of good quality and new, except as otherwise provided in
the Contract Documents. All warranties, if any, provided in the Specifications shall run
specifically to the benefit of Owner. If required by Engineer prior to final payment as provided for
herein, Contractor shall furnish satisfactory evidence (including reports of required tests) as to
the kind and quality of the materials and equipment. All materials and equipment shall be
applied, installed, connected, erected, used, cleaned and conditioned in accordance with
instructions of the applicable Supplier, except as otherwise provided in the Contract Documents.
SC- 6.30.1. - Contractor General Warranty and Guarantee -
Delete the complete paragraph
6.30.1.1 Specific Warranties. Contractor further warrants and guarantees that any Work
covered by a specific warranty provision contained in the Specifications shall be performed in
accordance with the applicable warranty and any such Work shall conform to the warranty
requirements during the warranty period stated in the specific warranty.
SC-13.12 Correction Period
Delete the complete paragraph
SC- 14.15.1- Waiver of Claims- Amended in its entirety to read:
14.15.1 a waiver of all claims by Owner against Contractor, except claims arising from unsettled
Liens, from defective Work identified and reported to Contractor during final inspection pursuant
to 14.11, from failure to comply with the Contract Documents, or the terms of any specific
guarantees or warranties specified therein, or from Contractors' continuing obligations under the
Contract Documents;
SC-17.6.1 Delete the complete paragraph
OWNER may, in his sole discretion, release any Bid and return the Bid Security prior to
that date.
17.0 AWARD OF CONTRACT.
17.1. OWNER reserves the right to reject any and all Bids, to waive any and all
informalities not involving price, time or changes in the Work, to negotiate contract terms
with the Successful Bidder, and the right to disregard all nonconforming, nonresponsive,
unbalanced or conditional Bids. Also, OWNER reserves the right to reject the Bid of any
Bidder if OWNER believes that it would not be in the best interest of the Project to make
an award to that Bidder, whether because the Bid is not responsive or the Bidder is
unqualified or of doubtful financial ability or fails to meet any other pertinent standard or
criteria established by OWNER. Discrepancies between the indicated sum of any
column of figures and the correct sum thereof will be resolved in favor of the correct
sum.
17.2. In evaluating Bids, OWNER will consider the qualifications of the Bidders, whether
or not the Bids comply with the prescribed requirements, and such alternates, unit prices
and other data, as may be requested in the Bid Form or prior to the Notice of Award.
17.3. OWNER may consider the qualification and experience of Subcontractors,
Suppliers, and other persons and organizations proposed for those portions of the Work
as to which the identity of Subcontractors, Suppliers, and other persons and
organizations is submitted as requested by OWNER. OWNER also may consider the
operating costs, maintenance requirements, performance data and guarantees of major
items of materials 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.
Rev10/20/07 Section 00100 Page 6
SECTION 00900
ADDENDA, MODIFICATIONS AND PAYMENT
950 Contract Change Order
00960 Application for Payment
SECTION 00950
CHANGE ORDER NO.
PROJECT TITLE: Intersection Improvements at Harmony & Lemay and Drake & Lemay
CONTRACTOR: Mountain Constructors Inc.
PROJECT NUMBER: 7277
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 chanae orders aooroved)
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
Rev10/20/07 Section 00950 Page 1
M = = M w M M IM== i
Sertinn nn9fn
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
Z Original Contract Amount:
3 Net Change by Change Order:
Current contract Amount: $0.00
Total Completed and Stored to Date:
Less Previous Applications:
Amount Due this Application - Before Retainage: $0.00
Less Retainage:
Net Change by Change Order $0.00 AMOUNT DUE THIS APPLICATION: $0.00
CERTIFICATION:
The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with
the Work have been satisfied as required in Paragraph 14.3. of the General Conditions of the Contract.
The above Amount Due This Application is requested by the CONTRACTOR.
Date: By.
Payment of the above Amount Due This Application is recommended by the ENGINEER.
Date: By.
Payment of the above Amount Due This Application has been reviewed by the OWNER'S Project Manager.
Date: By:
Payment of the above Amount Due This Application is approved by the OWNER.
2
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
TOTALS $0.00 $0.00 $0.00 $0.00 $0.00
3
1=1 ® =1 M M M1=1 i M M M M===! M = M
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
TOTALS CHANGE ORDERS
$0.00
$0.00
$0.00
$0.00
$0.00
PROJECT TOTALS
$0.00
$0.00
$0.00
$0.00
$0.00
STORED MATERIALS
SUMMARY
On Hand Received 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
TOTALS $0.00 $0.00
$0.00 $0.00
5
o = M IM E = M = = = = M=1 = m m M M
STANDARD SPECIAL PROVISIONS
May 5, 2011
'
1
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
'
Section 105 of the Standard Specifications is hereby revised for this project as follows:
In subsection 105.22 delete the, fourth, fifth, sixth, seventh, and eighth paragraphs and replace them with the
'
following:
If CDOT does not respond within the specified timelines, the Contractor may advance the dispute to the next
'
level.
When the Project Engineer is a Consultant Project Engineer, actions, decisions, and determinations specified
herein as made by the Project Engineer shall be made by the Resident Engineer.
,
The dispute resolution process set forth in this subsection shall be exhausted in its entirety prior to initiation of
litigation or arbitration. Failure to comply with the requirements set forth in this subsection shall bar either party
from any further administrative, equitable, or legal remedy. If a deadline is missed that does not prejudice either
,
party, further relief shall be allowed.
All disputes and claims shall be submitted within 30 days of the date of the certified letter submitting the CDOT
'
Form 96, Contractor Acceptance of Final Estimate, to the Contractor. Failure to submit a dispute or claim within
this time period releases the State of Colorado from all disputes and claims for which notice has not already been
submitted in accordance with the Contract.
,
All disputes and claims seeking damages calculated on a Total Cost or Modified Total Cost basis will not be
considered unless the party asserting such damages establishes all the legal requirements therefore.
'
Delete subsection 105.22(a) and (b) and replace them with the following:
(a) Document Retention. The Contractor shall keep full and complete records of the costs and additional time
,
incurred for each dispute for a period of at least three years after the date of final payment or until dispute is
resolved, whichever is more. The Contractor, subcontractors, and lower tier subcontractors shall provide
adequate facilities, acceptable to the Engineer, for an audit during normal business hours. The Contractor
shall permit the Engineer or Department auditor to examine and copy those records and all other records
'
required by the Engineer to determine the facts or contentions involved in the dispute. The Contractor shall
identify and segregate any documents or information that the Contractor considers particularly sensitive, such
as confidential or proprietary information.
'
Throughout the dispute, the Contractor and the Project Engineer shall keep complete daily records of extra
costs and time incurred, in accordance with the following procedures:
'
1. Daily records shall identify each operation affected, the specific locations where work is affected, and the
potential effect to the project's schedule. Such records shall also reflect all labor, material, and
equipment applicable to the affected operations.
2. On the first work day of each week following the date of the written notice of dispute, the Contractor shall
'
provide the Project Engineer with the daily records for the proceeding week. If the Contractors records
indicate costs greater than those kept by the Department, the Project Engineer will meet with the
Contractor and present his records to the Contractor at the meeting. The Contractor shall notify the
Engineer in writing within three work days of any inaccuracies noted in, or disagreements with, the
'
Department's records.
(b) Initial Dispute Resolution Process. To initiate the dispute resolution process the Contractor shall provide a '
written notice of dispute to the Project Engineer upon the failure of the Parties to resolve the issue through
negotiation. Disputes will not be considered unless the Contractor has first complied with specified issue
resolution processes such as those specified in subsections 104.02, 106.05, 108.07(a), and 108.07(d).
.1
O May 5, 2011
2
REVISION OF SECTION 105
' DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
The Contractor shall supplement the written notice of dispute within 15 days with a written Request for
' Equitable Adjustment (REA) providing the following:
(1) The date of the dispute
' (2) The nature of the circumstances which caused the dispute
(3) A statement explaining in detail the specific provisions of the Contract and any basis, legal or factual,
which support the dispute.
' (4) If any, the estimated quantum, calculated in accordance with methods set forth in Subsection
105.24(b)12., of the dispute with supporting documentation
(5) An analysis of the progress schedule showing the schedule change or disruption if the Contractor is
asserting a schedule change or disruption.
' The Contractor shall submit as much information on the quantum and impacts to the Contract time as is
reasonably available with the REA and then supplement the REA as additional information becomes
' available. If the dispute escalates to the DRB process the DRB shall not hear any issue or consider any
information that was not contained in the Request for Equitable Adjustment and fully submitted to the Project
Engineer and Resident Engineer during the 105.22 process.
In subsection 105.23(b) delete items 3 and 4 and replace them with the following:
3. If the dispute has a value over $250,000, the On Demand DRB shall have three members. The
Contractor and CDOT shall each select a member and those two members shall select a third. Once the
' third member is approved the three members will nominate one of them to be the Chair and execute the
agreement within 45 days of initiating the DRB process.
4. The Standing DRB shall always have three members. The Contractor and CDOT shall each select a
member and those two members shall select a third member. Once the third member is approved the
three members will nominate one of them to be the Chair.. The Contractor and CDOT shall submit their
proposed Standing DRB members within 5 days of execution of the Contract. The third member shall be
selected within 15 days of execution of the Contract. Prior to construction starting the parties shall
' execute the Three Party Agreement. The CDOT Project Engineer will be responsible for executing the
agreement. The Project Engineer will invite the Standing DRB members to the Preconstruction and any
Partnering conferences.
In subsection 105.23(d) delete item 1 and replace it with the following:
1. Contact the Contractor and the DRB to coordinate an acceptable hearing date and time. The hearing
shall be held at the Resident Engineer's office unless an alternative location is agreed to by both parties.
' Unless otherwise agreed to by both parties the DRB hearing will be held within 30 days after the DRB
agreement is signed by the CDOT Chief Engineer.
Delete subsection 105.23(e) and replace it with the following:
(a) Pre -Hearing Submitta/: At least fifteen days prior to the hearing, CDOT and the Contractor shall submit by e-
mail to the DRB Chairperson their parties pre -hearing position paper. The DRB Chairperson shall
simultaneously distribute by e-mail the pre -hearing position papers to all parties and other DRB members, if
' any. At the same time, each party shall submit a copy of all its supporting documents to be used at the
hearing to all DRB Members and the other party unless the parties have agreed to a common set of
documents as discussed in #2 below. In this case, CDOT shall submit the common set of documents to the
Board and the Contractor. The pre -hearing position paper shall contain the following:
1. A joint statement of the dispute, and the scope of the desired decision. The joint statement shall
summarize in a few sentences the nature of the dispute. If the parties are unable to agree on the wording
' of the joint statement, each party's position paper shall contain both statements, and identify the party
May 5, 2011
3
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
authoring each statement. The parties shall agree upon a joint statement at least 20 days prior to the
hearing and submit it to the DRB or each party's independent statement shall be submitted to the DRB
and the other party at least 20 days prior to the hearing.
2. The basis and justification for the party's position, with reference to specific contract language and other
supporting documents for each element of the dispute. To minimize duplication and repetitiveness, the
parties may identify a common set of documents that will be referred to by both parties and submit them
in a separate package to the DRB. The engineer will provide a hard copy of the project plans and Project
and Standard Special Provisions, if necessary, to the DRB. Other standard CDOT documents such as
Standard Specifications and M&S Standards are available on the CDOT website.
(1) If any party contends that they are not necessary to the proceedings, the DRB shall determine that
issue in the first instance. Should the DRB determine that a dispute does not involve a party, that
party shall be relieved from participating in the DRB hearing and paying any further DRB costs.
(2) When the scope of the hearing includes quantum, the requesting party's position paper shall include
full cost details, calculated in accordance with methods set forth in subsection 105.24(b)12. The
Scope of the hearing will not include quantum if CDOT has ordered an audit and that audit has not
been completed.
3. A list of proposed attendees at the hearing. In the event of any disagreement, the DRB shall make the
final determination as to who attends the hearing.
4. A list of any intended experts including their qualifications and a summary of what their presentation will
include and an estimate of the length of the presentation.
The number of copies, distribution requirements, and time for submittal shall be established by the DRB
and communicated to the parties by the Chairperson.
A pre -hearing phone conference with all DRB members and the parties shall be conducted as soon as a
hearing date is established but no later than 10 days prior to the hearing. The DRB Chairperson shall
explain the specifics of how the hearing will be conducted including how the two parties will present their
information to the DRB (Ex: Each party makes a full presentation of their position or presentations.will be
made on a "point by point' basis with each party making a presentation only on an individual dispute issue
before moving onto to the next issue). If the pre -hearing position papers and documents have been
received by the Board prior to the conference call, the DRB Chairperson shall at this conference discuss
the estimated hours of review and research activities for this dispute (such as time spent evaluating and
preparing recommendations on specific issues presented to the DRB). If the pre -hearing position papers
and documents have not been received by the Board prior to the conference call, another conference call
will be scheduled during the initial conference call to discuss the estimated hours of review. Compensation
for time agreed to in advance by the parties will be made at an agreed rate of $125 per hour in accordance
with subsection 105.23 (k) 2. Compensation for the phone conference time will also be made at an agreed
to rate of $125 per hour in accordance with subsection 105.23 (k) 2. The Engineer shall coordinate the
phone conference.
In subsection 105.23(f) delete items 2 and 3 and replace them with the following:
2. The party that requested the DRB presents the dispute in detail as supported by previously submitted
information and documentation in the pre -hearing position paper. No new information or disputes will be
heard or addressed by the DRB.
3. The other party presents its position in detail as supported by previously submitted information and
documentation in the pre -hearing position paper. No new information or disputes will be heard or
addressed by the DRB.
In subsection 105.23(f) delete item 9 and replace it with the following:
'
19.0
SIGNING OF AGREEMENT.
'
When OWNER gives a Notice of Award to the Successful Bidder, it will be accompanied
by the required number of unsigned counterparts of the Agreement with all other written
Contract Documents attached. Within fifteen (15) days thereafter, CONTRACTOR shall
sign and deliver the required number of counterparts of the Agreement and attached
'
documents to OWNER with the required Bonds. Within ten (10) days thereafter,
OWNER shall deliver one fully signed counterpart to CONTRACTOR. Each counterpart
is to be accompanied by a complete set of the Drawings with appropriate identification.
'
20.0
TAXES.
OWNER is exempt from Colorado State Sales and Use Taxes on materials and
equipment to be incorporated in the Work. Said taxes shall not be included in the
Contract Price. Reference is made to the General and Supplementary Conditions.
'
21.0
RETAINAGE.
Provisions concerning retainage are set forth in the Agreement.
22.0
COLLUSIVE OR SHAM BIDS.
Any Bid deemed by the City in its sole discretion to be a collusive or sham Bid will be
'
rejected and reported to authorities as such. Your authorized signature of this Bid
assures that such Bid is genuine and is not a collusive or sham Bid.
' 23.0 BID RESULTS.
For information regarding results for individual Bids send a self-addressed, self -stamped
envelope and a Bid tally will be mailed to you. Bid results will be posted in the
' Purchasing office seven (7) days after the Bid Opening.
r ,
u
d
END OF SECTION
Rev10/20/07 Section 00100 Page 7
May 5, 2011
4
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
9. The DRB shall hear only those disputes identified in the written request for the DRB and the information
contained in the pre -hearing submittals. The board shall not hear or address other disputes. If either
party attempts to discuss a dispute other than those to be heard by the DRB or attempts to submit new
information, the chairperson shall inform such party that the board shall not hear the Issue and shall not
accept any additional information. The DRB shall not hear any issue or consider any information that was
not contained in the Request for Equitable Adjustment and fully submitted to the Project Engineer and
Resident Engineer during the 105.22 process.
Subsection 105.23(i) shall include the following as the fourth paragraph:
If either party fails to submit its written acceptance or rejection of the Dispute Board's recommendation,
according to these specifications, such failure shall constitute that party's acceptance of the Board's
recommendation.
In subsection105.23 (1) delete the third party agreement and replace It with the following:
DISPUTE REVIEW BOARD
THREE PARTY AGREEMENT
COLORADO PROJECT NO.
THIS THREE PARTY AGREEMENT, made as of the date signed by the Chief Engineer below, by and
between: the Colorado Department of Transportation, hereinafter called the "Department"; and
hereinafter called the "Contractor and
and
hereinafter called the "Dispute Review Board" or "Board".
WHEREAS, the Department is now engaged in the construction of the
fProiect Namel
and
WHEREAS, the Contract provides for the establishment of a Board in accordance with subsections
105.22 and 105.23 of the specifications.
NOW, THEREFORE, it is hereby agreed:
ARTICLE I
DESCRIPTION OF WORK AND SERVICES
The Department and the Contractor shall form a Board in accordance with this agreement and the
provisions of subsection 105.23.
ARTICLE II
COMMITMENT ON PART OF THE PARTIES HERETO
The parties hereto shall faithfully fulfill the requirements of subsection 105.23 and the requirements of
this agreement.
5
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
ARTICLE III
COMPENSATION
May 5, 2011 '
The parties shall share equally in the cost of the Board, including general administrative costs (meeting
space and facilities, secretarial services, telephone, mail, reproduction, filing) and the member's
individual fees. Reimbursement of the Contractor's share of the Board expenses for any reason is
prohibited.
The Contractor shall make all payments in full to Board members. The Contractor will submit to the
Department an itemized statement for all such payments, and the Department will split the cost by
including 50 percent payment on the next progress payment. The Contractor and the Department will
agree to accept invoiced costs prior to payment by the Contractor.
DISPUTE REVIEW BOARD
THREE PARTY AGREEMENT PAGE 2
COLORADO PROJECT NO.
Board members shall keep all fee records pertaining to this agreement available for inspection by
representatives of the Department and the Contractor for a period of three years after the termination of
the Board members' services.
Payment to each Board member shall be at the fee rates established in subsection 105.23 and agreed
to by each Board member, the Contractor, and the Department. In addition, reimbursement will be
made for applicable expenses.
Each Board member shall submit an invoice to the Contractor for fees incurred each month following a
month in which the members participated in Board functions. Such invoices shall be in the format
established by the Contractor and the Department.
Payments shall be made to each Board member within 60 days after the Contractor and Department
have received all the applicable billing data and verified the data submitted by that member. The
Contractor shall make payment to the Board member within seven calendar days of receipt of payment
from the Department.
ARTICLE IV
ASSIGNMENT
Board members shall not assign any of the work to be performed by them under this agreement. Board
members shall disclose any conflicts*of interest including but not limited to any dealings with the either
party in the previous five years other than serving as a Board member under other contracts.
ARTICLE V
COMMENCEMENT AND TERMINATION OF SERVICES
The commencement of the services of the Board shall be in accordance with subsection 105.23 of the
specifications and shall continue until all assigned disputes under the Contract which may require the
Board's services have been heard and a Recommendation has been issued by the Board as specified
May 5, 2011
6
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
in subsection 105.23. If a Board member is unable to fulfill his responsibilities for reasons specified in
subsection 105.23(b)7, he shall be replaced as provided therein, and the Board shall fulfill its
responsibilities as though there had been no change.
ARTICLE VI
LEGAL RELATIONS
The parties hereto mutually agree that each Board member in performance of his duties on the Board is
acting as an independent contractor and not as an employee of either the Department or the
Contractor. Board members will guard their independence and avoid any communication about the
substance of the dispute without both parties being present.
The Board members are absolved of any personal liability arising from the Recommendations of the
Board. The parties agree that members of the dispute review board panel are acting as mediators for
purposes of C.R.S. § 13-22-302(4) and, as such, the liability of any dispute review board member shall
be limited to willful and wanton misconduct as provided for in C.R.S. § 13-22-305(6)
DISPUTE REVIEW BOARD
THREE PARTY AGREEMENT PAGE 3
COLORADO PROJECT NO.
IN WITNESS HEREOF, the parties hereto have caused this agreement to be executed the day and
year first written above.
BOARD MEMBER:
BY:
BOARD MEMBER:
BY:
BOARD MEMBER:
BY:
CONTRACTOR:
BY:
TITLE:
COLORADO DEPARTMENT OF TRANSPORTATION
BY: Date:
TITLE: CHIEF ENGINEER
May 5, 2011 ,
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
In subsection 105.24 (b) 12, delete 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 labor not otherwise.included in (5) below
(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 certified invoice costs for rented equipment
(5) Costs of extended job site overhead
(6) Costs of salaried employees not otherwise included in (1) or (5) above incurred as a direct result of the
dispute or claim
(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.
(9) Interest shall be paid in accordance with CRS 5-12-102 beginning from the date of the Notice of Intent to
File Claim
In subsection 105.24(c) delete the first sentence and replace it with the following:
An audit may be performed by the Department for any dispute or claim, and is mandatory for all disputes and
claims with amounts greater than $250,000.
Subsection 105.24 shall include the following:
AMERICAN ARBITRATION ASSOCIATION CONSTRUCTION INDUSTRY ARBITRATION RULES MODIFIED
FOR USE WITH CDOT SPECIFICATION SUBSECTION 105.24
REGULAR TRACK PROCEDURES
R-1. Agreement of Parties
(a) The parties shall be deemed to have made these rules a part of their Contract. These rules and any
amendments shall apply in the form in effect at the time the administrative requirements are met for a demand
for arbitration. The parties, by written agreement, may vary the procedures set forth in these rules. After
appointment of the arbitrator, such modifications may be made only with the consent of the arbitrator.
(b) Unless the parties determine otherwise, the Fast Track Procedures shall apply in any case in which
aggregate claims do not exceed $75,000, exclusive of interest and arbitration fees and costs. Parties may
also agree to use these procedures in larger cases. Unless the parties agree otherwise, these procedures will
not apply in cases involving more than two parties except for pass -through claims. The Fast Track
Procedures shall be applied as described in Sections F-1 through F-13 of these rules, in addition to any other
portion of these rules that is not in conflict with the Fast Track Procedures.
(c) Unless the parties agree otherwise, the Procedures for Large, Complex Construction Disputes shall apply to
all cases in which the disclosed aggregate claims of any party is at least $500,000, exclusive of claimed
interest, arbitration fees and costs. Parties may also agree to use these procedures in cases involving claims
under $500,000, or in nonmonetary cases. The Procedures for Large, Complex Construction Disputes shall
be applied as described in Sections L-1 through L-4 of these rules, in addition to any other portion of these
rules that is not in conflict with the Procedures for Large, Complex Construction Disputes.
1
1
1
1
1
LJ
' May 5, 2011
8
REVISION OF SECTION 105
' DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
(d) All other cases shall be administered in accordance with Sections R-1 through R-45 of these rules.
' R-2. Independent Arbitration Provider and Delegation of Duties
When parties agree to arbitrate under these rules, or when they provide for arbitration by an independent third -
party (Arbitration Provider) and an arbitration is initiated under these rules, they thereby authorize the Arbitration
' Provider to administer the arbitration. The authority and duties of the Arbitration Provider are prescribed in the
parties' Contract and in these rules, and may be carried out through such of the Arbitration Provider's
representatives as it may direct. The Arbitration Provider will assign the administration of an arbitration to its
Denver office
R-3. Initiation of Arbitration
Arbitration shall be initiated in the following manner.
(a) The Contractor shall, within 30 days after the Chief Engineer issues a decision, submit to the Chief Engineer
written notice of its intention to arbitrate (the "demand"). The demand shall indicate the appropriate
' qualifications for the arbitrator(s) to be appointed to hear the arbitration.
(b) CDOT may file an answering statement with the Contractor within 15 days after receiving the demand. If a
' counterclaim is asserted, it shall contain a statement setting forth the nature of the counterclaim, the amount
involved, if any, and the remedy sought.
(c) The Chief Engineer shall retain an Arbitration Provider, such as the American Arbitration Association, which
' will administer an arbitration pursuant to these Rules, except to the extent that such rules conflict with the
specifications, in which case the specifications shall control.
(d) The Arbitration Provider shall confirm its retention to the parties.
R-4. Consolidation or Joinder
If the parties' agreement or the law provides for consolidation or joinder of related arbitrations, all involved parties
will endeavor to agree on a process to effectuate the consolidation orjoinder.
If they are unable to agree, the Arbitration Provider shall directly appoint a single arbitrator for the limited purpose
' of deciding whether related arbitrations should be consolidated or joined and, if so, establishing a fair and
appropriate process for consolidation or joinder. The Arbitration Provider may take reasonable administrative
action to accomplish the consolidation or joinder as directed by the arbitrator.
' R-5. Appointment of Arbitrator
An arbitrator shall be appointed in the following manner:
(a) Immediately after the Arbitration Provider is retained, the Arbitration Provider shall send simultaneously to
each party to the dispute an identical list of 10 names of potential arbitrators. The parties are encouraged to
agree to an arbitrator from the submitted list and to advise the AAA of their agreement. Absent agreement of
' the parties, the arbitrator shall not have served as the mediator in the mediation phase of the instant
proceeding.
(b) If the parties cannot agree to arbitrator(s), each party to the dispute shall have 15 calendar days from the
transmittal date in which to strike names objected to, number the remaining names in order of preference, and
return the list to the Arbitration Provider. If a party does not return the list within the time specified, all persons
named therein shall be deemed acceptable. From among the persons who have been approved on both lists,
1
May 5, 2011
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
and in accordance with the designated order of mutual preference, the Arbitration Provider shall invite an
arbitrator to serve.
(c) Unless both parties agree otherwise one arbitrator shall be used for claims less than $250,000 and three
arbitrators shall be used for claims $250,000 and greater. Within 15 calendar days from the date of the
appointment of the last arbitrator, the Arbitration Provider shall appoint a chairperson.
(d) The entire claim record will be made available to the arbitrators by the Chief Engineer within 15 calendar days
from the date of the appointment of the last arbitrator.
R-6. Changes of Claim
The arbitrator(s) will not consider any information that was not previously made a part of the claim record as
transmitted by the Chief Engineer, other than clarification and data supporting previously submitted
documentation.
R-7. Disclosure
(a) Any person appointed or to be appointed as an arbitrator shall disclose to the Arbitration Provider any
circumstance likely to give rise to justifiable doubt as to the arbitrator's impartiality or independence, including
any bias or any interest in the result of the arbitration or any relationship with the parties or their
representatives. Such obligation shall remain in effect throughout the arbitration.
(b) Upon receipt of such information from the arbitrator or another source, the Arbitration Provider shall
communicate the information to the parties and, if it deems it appropriate to do so, to the arbitrator and others.
(c) In order to encourage disclosure by arbitrators, disclosure of information pursuant to this Section R-6 is not to
be construed as an indication that the arbitrator considers that the disclosed circumstances are likely to affect
impartiality or independence.
(d) In no case shall an arbitrator be employed by, affiliated with, or have consultive or business connection with
the claimant Contractor or CDOT. An arbitrator shall not have assisted either in the evaluation, preparation, or
presentation of the claim case either for the Contractor or the Department or have rendered an opinion on the
merits of the claim for either party, and shall not do so during the proceedings of arbitration.
R-8. Disqualification of Arbitrator
(a) Any arbitrator shall be impartial and independent and shall perform his or her duties with diligence and in
good faith, and shall be subject to disqualification for: (i) partiality or lack of independence, (ii) inability or
refusal to perform his or her duties with diligence and in good faith; and/or (iii) any grounds for disqualification
provided by applicable law.
(b) Upon objection of a party to the continued service of an arbitrator, or on its own initiative, the Arbitration
Provider shall determine whether the arbitrator should be disqualified under the grounds set out above, and
shall inform the parties of its decision, which decision shall be conclusive.
R-9. Communication with Arbitrator
No party and no one acting on behalf of any party shall communicate ex parte with an arbitrator or a candidate for
arbitrator concerning the arbitration.
R-10. Vacancies
I
' May 5, 2011
10
REVISION OF SECTION 105
' DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
(a) If for any reason an arbitrator is unable to perform the duties of the office, the Arbitration Provider may, on
proof satisfactory to it, declare the office vacant. Vacancies shall be filled in accordance with the applicable
provisions of these rules.
' (b) In the event of a vacancy in a panel of neutral arbitrators after the hearings have commenced, the remaining
arbitrator or arbitrators may continue with the hearing and determination of the controversy, unless the parties
agree otherwise.
(c) In the event of the appointment of a substitute arbitrator, the panel of arbitrators shall determine in its sole
' discretion whether it is necessary to repeat all or part of any prior hearings.
R-11. Jurisdiction
(a) The arbitrator shall have the power to rule on his or her own jurisdiction, including any objections with respect
to the existence, scope or validity of the arbitration agreement.
(b) The arbitrator shall have the power to determine the existence or validity of a contract of which an arbitration
' clause forms a part. Such an arbitration clause shall be treated as an agreement independent of the other
terms of the contract. A decision by the arbitrator that the contract is null and void shall not for that reason
alone render invalid the arbitration clause.
(c) A party must object to the jurisdiction of the arbitrator or to the arbitrability of a claim or counterclaim no later
than 15 days after the Arbitration Provider confirms its retention to the parties. The arbitrator may rule on such
objections as a preliminary matter or as part of the final award.
' R-12. Administrative Conference
At the request of any party or upon the Arbitration Provider's own initiative, the Arbitration Provider may conduct
an administrative conference, in person or by telephone, with the parties and/or their representatives. The
conference may address such issues as arbitrator selection, potential exchange of information, a timetable for
hearings and any other administrative matters.
' R-13. Preliminary Hearing
(a) At the request of any party or at the discretion of the arbitrator or the Arbitration Provider, the arbitrator may
' schedule as soon as practicable a preliminary hearing with the parties and/or their representatives. The
preliminary hearing may be conducted by telephone at the arbitrator's discretion.
(b) During the preliminary hearing, the parties and the arbitrator should discuss the future conduct of the case,
' including clarification of the issues and claims, a schedule for the hearings and any other preliminary matters.
R-14. Exchange of Information
(a) At the request of any party or at the discretion of the arbitrator, consistent with the expedited nature of
arbitration, the arbitrator may direct: (i) the production of documents and other information; (ii) short
depositions, particularly with regard to experts; and/or (iii) the identification of any witnesses to be called.
(b) At least five business days prior to the hearing, the parties shall exchange copies of all exhibits they intend to
submit at the hearing.
(c) The arbitrator is authorized to resolve any disputes concerning the exchange of information.
(d) Additional discovery may be ordered by the arbitrator in extraordinary cases when the demands of justice
' require it.
I
11
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
May 5, 2011 ,
R-15. Date, Time, and Place of Hearing
(a) The arbitrator shall set the date, time, and place for each hearing and/or conference. The parties shall
respond to requests for hearing dates in a timely manner, be cooperative in scheduling the earliest practicable
date, and adhere to the established hearing schedule.
(b) The parties may mutually agree on the locale where the arbitration is to be held. Absent such agreement, the
arbitration shall be held in the City and County of Denver.
(c) The Arbitration Provider shall send a notice of hearing to the parties at least ten calendar days in advance of
the hearing date, unless otherwise agreed by the parties.
R-16. Attendance at Hearings
The arbitrator and the Arbitration Provider shall maintain the privacy of the hearings unless the law provides to the
contrary. Any person having a direct interest in the arbitration is entitled to attend hearings. The arbitrator shall
otherwise have the power to require the exclusion of any witness, other than a party or other essential person,
during the testimony of any other witness. It shall be discretionary with the arbitrator to determine the propriety of
the attendance of any person other than a party and its representative.
R-17. Representation
Any party may be represented by counsel or other authorized representative. A party intending to be so
represented shall notify the other party and the Arbitration Provider of the name and address of the representative
at least three calendar days prior to the date set for the hearing at which that person is first to appear.
R-18.Oaths
Before proceeding with the first hearing, each arbitrator may take an oath of office and, if required by law, shall do
so. The arbitrator may require witnesses to testify under oath administered by any duly qualified person and, if it is
required by law or requested by any party, shall do so.
R-19. Stenographic Record
Any party desiring a stenographic record shall make arrangements directly with a stenographer and shall notify
the other parties of these arrangements at least three days in advance of the hearing. The requesting party or
parties shall pay the cost of the record. If the transcript is agreed by the parties, or determined by the arbitrator to
be the official record of the proceeding, it must be provided to the arbitrator and made available to the other
parties for inspection, at a date, time, and place determined by the arbitrator.
R-20.Interpreters
Any party wishing an interpreter shall make all arrangements directly with the interpreter and shall assume the
costs of the service.
R-21. Postponements
The arbitrator for good cause shown may postpone any hearing upon agreement of the parties, upon request of a
party, or upon the arbitrator's own initiative.
R-22. Arbitration in the Absence of a Party or Representative
I ,
11
1
1
11
I
1
I
1
' 12 May 5, 2011
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS "
Unless the law provides to the contrary, the arbitration may proceed in the absence of any party or representative
who, after due notice, fails to be present or fails to obtain a postponement. An award shall not be made solely on
the default of a party. The arbitrator shall require the party who is present to submit such evidence as the
arbitrator may require for the making of an award.
R-23. Conduct of Proceedings
(a) The Contractor shall present evidence to support its claim. CDOT shall then present evidence supporting its
defense. Witnesses for each party shall also submit to questions from the arbitrator and the adverse party.
' The arbitrator has the discretion to vary this procedure; provided that the parties are treated with equality and
that each party has the right to be heard and is given a fair opportunity to present its case.
(b) The arbitrator, exercising his or her discretion, shall conduct the proceedings with a view to expediting the
resolution of the dispute and may direct the order of proof, bifurcate proceedings, and direct the parties to
focus their presentations on issues the decision of which could dispose of all or part of the case. The
arbitrator shall entertain motions, including motions that dispose of all or part of a claim or that may expedite
the proceedings, and may also make preliminary rulings and enter interlocutory orders.
' (c) The parties may agree to waive oral hearings in any case.
' R-24. Evidence
(a) The arbitrators shall consider all written information available in the claim record and all oral presentations in
support of that record by the Contractor and CDOT. Conformity to legal rules of evidence shall not be
' necessary.
(b) The arbitrators shall not consider any written documents or arguments which have not previously been made
a part of the claim record, other than clarification and data supporting previously submitted documentation.
' The arbitrators shall.not consider an increase in the amount of the claim, or any new claims.
(c) The arbitrator shall determine the admissibility, relevance, and materiality of any evidence offered. The
arbitrator may request offers of proof and may reject evidence deemed by the arbitrator to be cumulative,
unreliable, unnecessary, or of slight value compared to the time and expense involved. All evidence shall be
taken in the presence of all of the arbitrators and all of the parties, except where: (i) any of the parties is
absent, in default, or has waived the right to be present, or (ii) the parties and the arbitrators agree otherwise.
' (d) The arbitrator shall take into account applicable principles of legal privilege, such as those involving the
confidentiality of communications between a lawyer and client.
' (e) An arbitrator or other person authorized by law to subpoena witnesses or documents may do so upon the
request of any party or independently.
R-25. Evidence by Affidavit and Post -hearing Filing of Documents or Other Evidence
(a) The arbitrator may receive and consider the evidence of witnesses by declaration or affidavit, but shall give it
only such weight as the arbitrator deems it entitled to after consideration of any objection made to its
' admission.
(b) If the parties agree or the arbitrator directs that documents or other evidence be submitted to the arbitrator
after the hearing, the documents or other evidence, unless otherwise agreed by the parties and the arbitrator,
' shall be filed with the Arbitration Provider for transmission to the arbitrator. All parties shall be afforded an
opportunity to examine and respond to such documents or other evidence.
' R-26. Inspection or Investigation
May 5, 2011
13
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
An arbitrator finding it necessary to make an inspection or investigation in connection with the arbitration shall
direct the Arbitration Provider to so advise the parties. The arbitrator shall set the date and time and the
Arbitration Provider shall notify the parties. Any party who so desires may be present at such an inspection or
investigation. In the event that one or all parties are not present at the inspection or Investigation, the arbitrator
shall make an oral or written report to the parties and afford them an opportunity to comment.
R-27. Interim Measures
(a) The arbitrator may take whatever interim measures he or she deems necessary, including injunctive relief and
measures for the protection or conservation of property and disposition of perishable goods.
(b) A request for interim measures addressed by a party to a judicial authority shall not be deemed incompatible
with the agreement to arbitrate or a waiver of the right to arbitrate.
R-28. Closing of Hearing
When satisfied that the presentation of the parties is complete, the arbitrator shall declare the hearing closed.
If documents or responses are to be filed as provided in Section R-24, or if briefs are to be filed, the hearing shall
be declared closed as of the final date set by the arbitrator for the receipt of documents, responses, or briefs. The
time limit within which the arbitrator is required to make the award shall commence to run, in the absence of other
agreements by the parties and the arbitrator, upon the closing of the hearing.
R-29. Reopening of Hearing
The hearing may be reopened on the arbitrator's initiative, or by direction of the arbitrator upon application of a
party, at any time before the award is made. If reopening the hearing would prevent the making of the award
within the specific time agreed to by the parties in the arbitration agreement, the matter may not be reopened
unless the parties agree to an extension of time. When no specific date is fixed by agreement of the parties, the
arbitrator shall have 15 calendar days from the closing of the reopened hearing within which to make an award.
R-30. Waiver of Rules
Any party who proceeds with the arbitration after knowledge that any provision or requirement of these rules has
not been complied with and who fails to state an objection in writing shall be deemed to have waived the right to
object.
R-31. Extensions of Time
The parties may modify any period of time by mutual agreement. The Arbitration Provider or the arbitrator may for
good cause extend any period of time established by these rules, except the time for making the award. The
Arbitration Provider shall notify the parties of any extension.
R-32. Serving of Notice
(a) Any papers, notices, or process necessary or proper for the initiation or continuation of an arbitration under
these rules; for any court action in connection therewith, or for the entry of judgment on any award made
under these rules, may be served on a party by mail addressed to the party or its representative at the last
known address or by personal service, in or outside the state where the arbitration is to be held, provided that
reasonable opportunity to be heard with regard thereto has been granted to the party.
(b) The Arbitration Provider, the arbitrator and the parties may also use overnight delivery, electronic facsimile
transmission (fax), or electronic mail (email) to give the notices required by these rules.
SECTION 00300
BID FORM
May 5, 2011
14
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
(c) Unless otherwise instructed by the Arbitration Provider or by the arbitrator, any documents submitted by any
party to the Arbitration Provider or to the arbitrator shall simultaneously be provided to the other party or
parties to the arbitration.
R-33. Majority Decision
When the panel consists of more than one arbitrator, unless required by law or by the arbitration agreement, a
majority of the arbitrators must make all decisions.
R-34. Time of Award
The award shall be made promptly by the arbitrator and, unless otherwise agreed by the parties or specified by
law, no later than 30 calendar days from the date of closing the hearing, or, if oral hearings have been waived,
from the date of the Arbitration Provider's transmittal of the final statements and proofs to the arbitrator.
R-35. Form of Award
After complete review of the facts associated with the claim, the arbitrators shall render a written explanation of
their decision. When three arbitrators are used, and only two arbitrators agree then the award shall be signed by
the two arbitrators. The arbitrator's decision shall include:
(a) A summary of the issues and factual evidence presented by the Contractor and the Department concerning
the claim;
(b) Decisions concerning.the validity of the claim;
(c) Decisions concerning the value of the claim as to cost impacts if the claim is determined to be valid;
(d) The contractual and factual bases supporting the decisions made including an explanation as to why each
and every position was accepted or rejected;
(e) Detailed and supportable calculations which support any decisions.
R-36. Scope of Award
(a) The arbitrator may grant any remedy or relief that the arbitrator deems just and equitable and within the scope
of the agreement of the parties, including, but not limited to, equitable relief and specific performance of a
contract.
(b) In addition to the final award, the arbitrator may make other decisions, including interim, interlocutory, or partial
rulings, orders, and awards. (c) The award of the arbitrator may include interest at the statutory rate and from
such date as the arbitrator may deem appropriate.
R-37. Delivery of Award to Parties
Parties shall accept as notice and delivery of the award the placing of the award or a true copy thereof in the mail
addressed to the parties or their representatives at the last known address, personal or electronic service of the
award, or the filing of the award in any other manner that is permitted by law.
R-38. Modification of Award
Within 10 calendar days after the transmittal of an award, the arbitrator on his or her initiative, or any party, upon
notice to the other parties, may request that the arbitrator correct any clerical, typographical, technical or .
I
May 5, 2011
15
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
computational errors in the award. The arbitrator is not empowered to redetermine the merits of any claim already
decided.
If the modification request is made by a party, the other parties shall be given 10 calendar days to respond to the
request. The arbitrator shall dispose of the request within 25 calendar days after transmittal by the Arbitration
Provider to the arbitrator of the request.
If applicable law provides a different procedural time frame, that procedure shall be followed.
R-39. Appeal of Award
0
Appeal of the arbitrators' decision concerning the merit of the claim is governed by the Colorado Uniform
Arbitration Act, C.R.S. §§ 13-22-202 to -230. Either party may appeal the arbitrator's decision on the value of the
claim to the Colorado State District Court in and for the City and County of Denver for trial de novo.
0
R-40. Release of Documents for Judicial Proceedings
The Arbitration Provider shall, upon the written request of a party, furnish to the party, at its expense, certified
0
copies of any papers in the Arbitration Provider's possession that may be required in judicial proceedings relating
to the arbitration.
R-41. Applications to Court and Exclusion of Liability
(a) No judicial proceeding by a party relating to the subject matter of the arbitration shall be deemed a waiver of
the party's.right to arbitrate.
(b) Neither the Arbitration Provider nor any arbitrator in a proceeding under these rules is a necessary or proper
party in judicial proceedings relating to the arbitration.
(c) Parties to these rules shall be deemed to have consented that judgment upon the arbitration award may be
entered in any federal or state court having jurisdiction thereof.
(d) Parties to an arbitration under these rules shall be deemed to have consented that neither the Arbitration
Provider nor any arbitrator shall be liable to any party in any action for damages or injunctive relief for any act
or omission in connection with any arbitration under these rules.
R-42. Administrative Fees
The Arbitration Provider shall prescribe filing and other administrative fees and service charges to compensate it
for the cost of providing administrative services. The fees in effect when the fee or charge is incurred shall be
applicable. Such fees and charges shall be borne equally by the parties.
The Arbitration Provider may, in the event of extreme hardship on the part of any party, defer or reduce the
administrative fees.
R-43. Expenses
by the witnesses. All other expenses
1
The expenses of witnesses for either side shall be paid party producing such
of the arbitration, including required travel and other expenses of the arbitrator, Arbitration Provider
representatives, and any witness and the cost of any proof produced at the direct request of the arbitrator, shall
be borne equally by the parties.
R-44. Neutral Arbitrator's Compensation
I
May 5, 2011
16
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
Arbitrators shall be compensated a rate consistent with the arbitrator's stated rate of compensation.
If there is disagreement concerning the terms of compensation, an appropriate rate shall be established with the
arbitrator by the Arbitration Provider and confirmed to the parties.
Such compensation shall be bome equally by the parties.
R-45. Deposits
The Arbitration Provider may require the parties to deposit in advance of any hearings such sums of money as it
deems necessary to cover the expense of the arbitration, including the arbitrator's fee, if any, and shall render an
accounting to the parties and return any unexpended balance at the conclusion of the case.
R-46. Interpretation and Application of Rules
The arbitrator shall interpret and apply these rules insofar as they relate to the arbitrator's powers and duties by a
majority vote. If that is not possible, either an arbitrator or a party may refer the question to the Arbitration
Provider for final decision. All other rules shall be interpreted and applied by the Arbitration Provider.
R-45. Suspension for Nonpayment
If arbitrator compensation or administrative charges have not been paid in full, the Arbitration Provider may so
inform the parties in order that the parties may advance the required payment. If such payments are not made,
the arbitrator may order the suspension or termination of the proceedings. If no arbitrator has yet been appointed,
the Arbitration Provider may suspend the proceedings.
FAST TRACK PROCEDURES
F-1. Limitations on Extensions
In the absence of extraordinary circumstances, the Arbitration Provider or the arbitrator may grant a party no more
than one seven-day extension of the time in which to respond to the demand for arbitration or counterclaim as
provided in Section R-3.
F-2. Changes of Claim
The arbitrator will not consider any information that was not previously made a part of the claim record as
transmitted by the Chief Engineer, other than clarification and data supporting previously submitted
documentation
F-3. Serving of Notice
In addition to notice provided above, the parties shall also accept notice by telephone. Telephonic notices by the
Arbitration Provider shall subsequently be confirmed in writing to the parties. Should there be a failure to confirm
in writing any such oral notice, the proceeding shall nevertheless be valid if notice has, in fact, been given by
telephone.
F-4. Appointment and Qualification of Arbitrator
Immediately after the retention of the Arbitration Provider, the Arbitration Provider will simultaneously submit to
each party a listing and biographical information from its panel of arbitrators knowledgeable in construction who
are available for service in Fast Track cases. The parties are encouraged to agree to an arbitrator from this list,
and to advise the Arbitration Provider of their agreement, or any factual objections to any of the listed arbitrators,
I
17
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
May 5, 2011 1
CONTRACT ADJUSTMENTS
within 7 calendar days of the transmission of the list. The Arbitration Provider will appoint the agreed -upon
arbitrator, or in the event the parties cannot agree on an arbitrator, will designate the arbitrator from among those
names not stricken for factual objections.
The parties will be given notice by the Arbitration Provider of the appointment of the arbitrator, who shall be
subject to disqualification for the reasons specified above. Within the time period established by the Arbitration
Provider, the parties shall notify the Arbitration Provider of any objection to the arbitrator appointed. Any objection
by a party to the arbitrator shall be for cause and shall be confirmed in writing to the Arbitration Provider with a
copy to the other party or parties.
F-5. Preliminary Telephone Conference
Unless otherwise agreed by the parties and the arbitrator, as promptly as practicable after the appointment of the
arbitrator, a preliminary telephone conference shall be held among the parties. or their attorneys or
representatives, and the arbitrator.
F-6. Exchange of Exhibits
At least 2 business days prior to the hearing, the parties shall exchange copies of all exhibits they intend to submit
at the hearing. The arbitrator is authorized to resolve any disputes concerning the exchange of exhibits.
F-7. Discovery
There shall be no discovery, except as provided in Section F-4 or as ordered by the arbitrator in extraordinary
cases when the demands of justice require it.
F-8. Date, Time, and Place of Hearing
The arbitrator shall set the date and time, and place of the hearing, to be scheduled to take place within 30
calendar days of confirmation of the arbitrator's appointment. The Arbitration Provider will notify the parties in
advance of the hearing date. All hearings shall be held within the City and County of Denver.
F-9. The Hearing
(a) Generally, the hearing shall not exceed 1 day. Each party shall have equal opportunity to submit its proofs
and complete its case. The arbitrator shall determine the order of the hearing, and may require further
submission of documents within two business days after the hearing. For good cause shown, the arbitrator
may schedule 1 additional hearing day within 7 business days after the initial day of hearing.
(b) Generally, there will be no stenographic record. Any party desiring a stenographic record may arrange for one
pursuant to the provisions above.
F-10. Time of Award
Unless otherwise agreed by the parties, the award shall be rendered not later than 14 calendar days from the
date of the closing of the hearing or, if oral hearings have been waived, from the date of the Arbitration Provider's
transmittal of the final statements and proofs to the arbitrator.
F-11. Time Standards
The arbitration shall be completed by settlement or award within 60 calendar days of confirmation of the
arbitrator's appointment, unless all parties and the arbitrator agree otherwise or the arbitrator extends this time in
extraordinary cases when the demands of justice require it.
I
1
I
i
I
I
I
I
18 May 5, 2011
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
F-12. Arbitrator's Compensation
Arbitrators will receive compensation at a rate to be suggested by the Arbitration Provider regional office.
PROCEDURES FOR LARGE, COMPLEX CONSTRUCTION DISPUTES
L-1. Large, Complex Construction Disputes
The procedures for large, complex construction disputes shall apply to any claim with a value exceeding $500,000
' or as agreed to by the parties.
L-2. Administrative Conference
Prior to the dissemination of a list of potential arbitrators, the Arbitration Provider shall, unless the parties agree
otherwise, conduct an administrative conference with the parties and/or their attorneys or other representatives by
conference call. The conference call will take place within 14 days after the retention of the Arbitration Provider. In
' the event the parties are unable to agree on a mutually acceptable time for the conference, the Arbitration
Provider may contact the parties individually to discuss the issues contemplated herein. Such administrative
conference shall be conducted for the following purposes and for such additional purposed as the parties or the
Arbitration Provider may deem appropriate:
' (a) To obtain additional information about the nature and magnitude of the dispute and the anticipated length of
hearing and scheduling;
(b) To discuss the views of the parties about the technical and other qualifications of the arbitrators;
(c) To obtain conflicts statements from the parties; and
1 (d) To consider, with the parties, whether mediation or other non -adjudicative methods of dispute resolution might
be appropriate.
L-3. Arbitrators
(a) Large, Complex Construction Cases shall be heard and determined by three arbitrators.
(b) The Arbitration Provider shall appoint arbitrator(s) in the manner provided in the Regular Construction Industry
Arbitration Rules.
DL-4. Preliminary Hearing
As promptly as practicable after the selection of the arbitrator(s), a preliminary hearing shall be held among the
parties and/or their attorneys or other representatives and the arbitrator(s). Unless the parties agree otherwise,
ethe preliminary hearing will be conducted by telephone conference call rather than in person.
At the preliminary hearing the matters to be considered shall include, without limitation:
(a) Service of a detailed statement of claims, damages and defenses, a statement of the Issues asserted by each
party and positions with respect thereto, and any legal authorities the parties may wish to bring to the
attention of the arbitrator(s);
a(b) Stipulations to uncontested facts;
(c) The extent to which discovery shall be conducted;
a
Q
May 5, 2011
19
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
(d) Exchange and premarking of those documents which each parry believes may be offered at the hearing;
(a) The identification and availability of witnesses, including experts, and such matters with respect to witnesses
including their biographies and expected testimony as may be appropriate;
(f) Whether, and the extent to which, any sworn statements and/or depositions may be introduced;
(g) The extent to which hearings will proceed on consecutive days;
(h) Whether a stenographic or other official record of the proceedings shall be maintained;
(i) The possibility of utilizing mediation or other non -adjudicative methods of dispute resolution; and
Q) The procedure for the issuance of subpoenas.
By agreement of the parties and/or order of the arbitrator(s), the pre -hearing activities and the hearing procedures
that will govern the arbitration will be memorialized in a Scheduling and Procedure Order.
L-5. Management of Proceedings
(a) Arbitrator(s) shall take such steps as they may deem necessary or desirable to avoid delay and to achieve a
just, speedy and cost-effective resolution of Large, Complex Construction Cases.
(b) Parties shall cooperate in the exchange of documents, exhibits and information within such party's control if
the arbitrator(s) consider such production to be consistent with the goal of achieving a just, speedy and cost
effective resolution of a Large, Complex Construction Case.
(c) The parties may conduct such discovery as may be agreed to by all the parties provided, however, that the
arbitrator(s) may place such limitations on the conduct of such discovery as the arbitrator(s) shall deem
appropriate. If the parties cannot agree on production of document and other information, the.arbitrator(s),
consistent with the expedited nature of arbitration, may establish the extent of the discovery.
(d) At the discretion of the arbitrator(s), upon good.cause shown and consistent vvith the expedited nature of
arbitration, the arbitrator(s) may order depositions of, or the propounding of interrogatories to such persons
who may possess information determined by the arbitrator(s) to be necessary to a determination of the
matter.
(e) The parties shall exchange copies of all exhibits they intend to submit at the hearing 10 business days prior to
the hearing unless the arbitrator(s) determine otherwise.
(f) The exchange of information pursuant to this rule, as agreed by the parties and/or directed by the arbitrator(s),
shall be included within the Scheduling and Procedure Order.
(g) The arbitrator is authorized to resolve any disputes concerning the exchange of information.
(h) Generally hearings will be scheduled on consecutive days or in blocks of consecutive days in order to
maximize efficiency and minimize costs.
Subsection 105.24 shall include the following:
The following flow chart provides a summary of the disputes and claims process described in subsections 105.22,
105.23, and 105.24
20
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
Figure 105-1
DISPUTES AND CLAIMS FLOW CHART
1 105.22 Project Issue -Verbal discussions between Proj. Eng. and Supt.
Impasse
Contractor provides written notice of dispute to Project Engineer
15 Days — 105.22 (b)
Contractor provides written REA including the following:
(1) Date of dispute
(2) Nature of order and circumstances causing dispute
(3) Contract provisions supporting dispute
(4) Estimated cost of dispute with supporting documentation
(5) Analysis of progress schedule and disruption, if any
l5 Days — 105.22 (c)
CDOT Project Engineer and Contractor discuss merit of dispute
7 days — 105.22 (c)
PE denies merit of dispute PE determines dispute has merit
7 days—105.22 (c)
Contractor rejects PE's denial. Contractor Contractor accepts denial.
provides written notice to RE. Dispute is resolved.
7 days — 10522 (d)
Disagree on quantum
Proj Eng/Res Eng & SupUPM & Contractor's rep with decision authority above the
project level to meet regularly to discuss dispute
Ur, to 30 days — 105.22 (d)
30/ 45 days —
305.23(b)
DRB agreement signed 105.23(a) Proj Eng
initiates DRB process
20 days — 105.23 (d)
Prehearing Submittal
15 days—105.23 (e)
DRB Hearing
30 days — 105.23 (g)
DRB renders a recommendation
10 days — 105.23 (h)
Request for Clarification and Reconsideration
14 days— 105.23 (i)
Dispute is
5 Days— unresolved
105.23 (a)
Either party rejects DRB recommendation II DRB recommendation is accepted
Figure 105-1 continued on next page
May 5, 2011
Merit granted -
Quantum negotiations
30 Days - 105.22 (c)
Adjustment of
payment/schedule in
consultation with
Program Engineer -
Dispute is resolved
May 5, 2011
21
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
Figure 105-1 (continued)
Either party rejects DRB recommendation
30 days-105.24 (a)
105.24 Notice of intent to file a claim
60 days— 105.24 (b)
Adjustment of
payment/schedule in
consultation with
Program Engineer
Dispute is resolved
Contractor submits certified claim package w/RTD (and Audit Unit if over $250K)
60 days— 105.24 (d)
RTD renders a decision
Contractor accepts decision
Decision is implemented
30 days — 105.24 (d)
60 days
Contractor rejects and
10524 (e)
Chief Engineer
appeals RTD decision to CE 15 days
renders decision
105.24 (e
Request for hearing
ys-
105.24 (e)
30 days— 105.24
Contractor rejects CE decision
Contractor accepts CE decision
Decision is implemented
Optional Mediation
D1SDute is unresolved
I Contractor initiates I
Binding Arbitration or Litigation
(Whichever was selected at Contract execution)
Litigation
Dispute is resolved
Resolution is implemented
Binding Arbitration
Arbitrator(s) render recommendation
Court Decision I I Appeal process only for damages
February 3, 2011
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
Incident
Incident Rate
Total Price
Reduction
1s'
Notice to Stop Work
2nd
$150
$150
3`d
300
450 .
4d'
600
1;050
5d
2,25b
6°i
1,200
3,450
Etc:
1,200
4,650
Etc.
Etc.
I
February 3, 2011 1
1
REVISION OF SECTIONS 105 AND 106
CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT
(LESS THAN 5000 TONS)
Sections 105 and 106 of the Standard Specifications are hereby revised for this project as follows:
Delete subsection 105.05 and replace with the following:
105.05 Conformity to the Contract of Hot Mix Asphalt. Conformity to the Contract of all Hot Mix Asphalt, Item
403, except Hot Mix Asphalt (Patching) and temporary pavement will be determined by tests and evaluations of
elements that include asphalt content, gradation, in -place density and joint density in accordance with the
following:
All work performed and all materials furnished shall conform to the lines, grades, cross sections, dimensions, and
material requirements, including tolerances, shown in the Contract.
For those items of work where working tolerances are not specified, the Contractor shall perform the work in a
manner consistent with reasonable and customary manufacturing and construction practices.
When the Engineer finds the materials or work furnished, work performed, or the finished product are not in
conformity with the Contract and has resulted in an inferior or unsatisfactory product, the work or material shall be
removed and replaced or otherwise corrected at the expense of the Contractor.
Materials will be sampled randomly and tested by the Department in accordance with Section 106 and with the
applicable procedures contained in the Department's Field Materials Manual. The approximate maximum quantity
represented by each sample will be as set forth in Section 106. Additional samples may be selected and tested
as set forth in Section 106 at the Engineer's discretion.
A process will consist of either a single test value or a series of test values resulting from related tests of an
element of the Contractor's work and materials. An element is a material or workmanship property that can be
tested and evaluated for quality level by the Department approved sampling, testing, and analytical procedures.
All materials produced will be assigned to a process. A change in process is defined as a change that affects the
element involved. For any element, with the exception of the process for joint density element, a process
normally will include all produced materials associated with that element prior to a change in the job mix formula
(Form 43). For joint density, anew process will be established for each new layer of pavement or for changes in
joint construction. Density measurements taken within each compaction test section will be a separate process.
The Engineer may separate a process in order to accommodate small quantities or unusual variations.
Evaluation of materials for pay factors (PF) will be done using only the Department's acceptance test results.
Each process will have a PF computed in accordance with the requirements of this Section. Test results
determined to have sampling or testing errors will not be used.
Except for in -place density measurements taken within a compaction test section, any test result for an element
greater than the distance 2 x V (see Table 105-2) outside the tolerance limits will be designated as a separate
process and the pay factor will be calculated in accordance with subsection 105.05(a). An element pay factor
less than zero shall be zero. The calculated PF will be used to determine the Incentive/Disincentive Payment
(I/DP) for the process.
In the case of in -place density or joint density the Contractor will be allowed to core the exact location (or
immediately adjacent location for joint density) of a test result more than 2 x V outside the tolerance limit. The
core must be taken and furnished to the Engineer within eight hours after notification by the Engineer of the test
result. The result of this core will be used in lieu of the previous test result. Cores not taken within eight hours
after notification by the Engineer will not be used in lieu of the test result. All costs associated with coring will be
at the Contractor s expense.
(a) Representing Small Quantities. When it is necessary to represent a process by only one or two test results,
PF will be the average of PFs resulting from the following:
I
II
[1
'
SECTION 00300.
BID FORM
'
PROJECT: 7277 Intersection Improvements at Harmony & Lemay and Drake & Lemay
Place C'. v for{ Collins
Date
1;
In compliance with your Invitation to Bid rTiated August 30, 2011 and sub* ct to all
conditions thereof, the undersigned /i��untoo v\ %ns4ri� fnrs Corporation
Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor) aut orized to
do business in the State of Colorado hereby proposes to furnish and do everything
required by the Contract Documents to which this refers for the construction of'all items
listed on the following Bid.Schedule or Bid Schedules.
2
The undersigned Bidder does hereby declare and stipulate that this proposal is made in
good faith, without collusion or connection with any other person or persons Bidding for
'
the same Work, and that it is made in pursuance of and subject to all the terms and
conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the
detailed Specifications, and the Drawings pertaining to the Work to be done, all of which
have been examined by the.,undersigned
3..
Accompa�nYmg this Bid is a certified or cashier c� or standard Bid bond'in the sum
of S Fni crt a Q �C a
'
($ ) in accordance with the Invitation To Bid and. Instructions to Bidders.
4.
The undersigned Bidder agrees to execute'the Agreement and a Performance Bond and
a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days
from the date.when the written notice of the award of the contract is delivered to him at
the address given on this Bid.. The name and address of the corporate surety with which
the Bidder proposes to furnish the specified performance and payment bonds are as
follows: \Ah U is <5E 1!40 r a[lo
'lao.6. C61o, fblvd..-t>srive.r, cb a G
5.
All the various phases of Work enumerated in the Contract Documents with their
individual jobs and overhead, whether specifically mentioned, Included by implication or
appurtenant thereto, are to be performed by the CONTRACTOR under one of the items
.listed in the Bid Schedule; irrespective of whether it is named in said list.
'
6:
Payment for Work performed will be in accordance with the Bid Schedule or Bid
Schedules subject to changes as provided irrthe Contract Documents.
'
7.
The undersigne4 Bidder hereby acknowledges receipt. of Addenda No.
E� through 0 .
Rev 10120i07
Section 0036o Page i
February 3, 2011
2
' REVISION OF SECTIONS 105 AND 106
CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT
(LESS THAN 5000 TONS).
If the test result is within the tolerance limits then PF = 1.00
If the test result is above the maximum specified limit, then
PF = 1.00 — [0.25(To - Tu)/VJ
' If the test result is below the minimum specified limit, then
PF = 1.00 — [0.25(TL - Tp)/VJ
Where: PF =
pay factor.
V =
V factor from Table 105-2.
To =
the individual test result.
Tu =
upper specification limit.
TL =
lower specification limit.
The calculated PF will be used to determine the I/DP for the process.
(b) Determining Quality Level. Each process with three or more test results will be evaluated for a quality level
(QL) in accordance with Colorado Procedure 71.
(c) Gradation Element. Each specified sieve, with the exception of 100 percent passing sieves, will be evaluated
for QL separately. The lowest calculated QL for a sieve will be designated'as the QL for gradation element
for the process.
(d) Joint Density Element. Joint Density will be tested according to subsection 401.17.
(e) Process Pay Factor. Using the calculated QL for the process, compute PF as follows: The final number of
random samples (Pn) in each process will determine the final pay factor.. As test values are accumulated
for each process, Pn will change accordingly. When the process has been completed, the number of random
samples it contains will determine the computation of PF, based on Table 105-3 and formula (1) below.
When Pn is from 3 to 9, or greater than 200, PF will be computed using the formulas designated in Table 105-
3. Where Pn is equal to or greater than 10 and less than 201, PF will be computed by formula (1):
' (PF t + PF2) (PF2 + PF3) (PF, + PF2) (Pn2 — Pnx)
(1) PF =-------- -- + [ ----------- ------ - --------- —------- —] x — — --
2 2 2 (Pn2 — Pn3)
Where, when referring to Table 105-3:
PFj=
PF determined at the next lowest Pn formula using process QL
PF2=
PF determined using the Pn formula shown for the process QL
PF3=
PF determined at the next highest Pn formula using process QL
Pn2=
the lowest Pn in the spread of values listed for the process Pn formula
Pn3=
the lowest Pn in the spread of values listed for the next highest Pn formula
'
Pnx=
the actual number of test values in the process
When evaluating the item of Furnish Hot mix asphalt, the PF for the clement of In -Place Density shall be 1.0.
1
I
I
February 3, 2011 I
3
REVISION OF SECTIONS 105 AND 106
CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT
(LESS THAN 5000 TONS)
Regardless of OL, the maximum PF in relation to Pn is limited in accordance with Table 105-3.
As test results become available, they will be used to calculate accumulated OL and PF numbers for each
process. The process I/DP's will then be calculated and accumulated for each element and for the item. The
test results and the accumulated calculations will be made available to the Contractor upon request.
Numbers from the calculations will be carried to significant figures and rounded according to AASHTO
Standard Recommended Practice R-11, Rounding Method.
(f) Evaluation of Work. When the PF of a process is 0.75 or greater, the finished quantity of work represented by
the process will be accepted at the appropriate pay factor. If the PF is less than 0.75, the Engineer may:
1. Require complete removal and replacement with specification material at the Contractors expense;
or
2. Where the finished product is found to be capable of performing the intended purpose and the value of
the finished product is not affected, permit the Contractor to leave the material in place.
If the material is permitted to remain in place the PF for the process will not be greater than 0.75. When
condition red, as described in Section 106, exists for any element, resolution and correction will be in
accordance with Section 106. Material, which the Engineer determines is defective, may be isolated and
rejected without regard to sampling sequence or location within a process.
If removal and replacement is required because the joint density PF for a process is below 0.75, the
Contractor shall remove and replace the full lane width adjacent to and including at least 6 inches beyond the
visible joint line for the entire length of joint representing the process. If the lane removed is adjacent to
another joint, that joint shall also be removed to a point 6 inches beyond the visible joint line. When a single
joint density core is more than 2V outside the tolerance limits, the removal and replacement limits shall be
identified by coring the failing joint at 25 foot intervals until two successive cores are found to be IV or less
below the minimum tolerance limit. If removal and replacement is required, the Contractor shall submit
documentation identifying the process to be used to correct the area in question in writing. The process will
be approved by the Engineer before commencing the corrective work.
Table 105-2
"W„ AND'°V° FACTORS FOR VARIOUS ELEMENTS
Hot Mix Asphalt
Element
V Factor
W Factor
2 36 mma(No. 8) mesh,and large (eves
i'li 80 ,
600 pm (No. 30) mesh sieve
1.80
N/A
75.Nm (I o 209%mesh sieve
# ;IWo ia€
#� 0 80 a
A,
N/A
Gradation
N/A
15
Olt1�
14sp
In -place Density
1.10
45
V
°_DetY
r
I
I
G
I
I
I
I
I
I
I
d
J
I
I
I
L]
I
I
1
I
l�
I
I
February 3, 2011
4
REVISION OF SECTIONS 105 AND 106
CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT
(LESS THAN 5000 TONS)
Table 105-3
FORMULAS FOR CALCULATING PF BASED ON PH
Pn
When Pn as shown at left is 3 to 9, or greater than 200, use
designated formula below to calculate Pay Factor, PF = ....
when Pn is 10 to 200, use formula 1 above:
Maximum PF
tr xs`X
x' 3)k:
0 117 + 1 5787,8 (U Q) 0 84862 (QU100)2 _
s'
71 r',iy.`°trn ,w
1 0
Pf '4.< efs. ,
., __ a.r,„c.a.� k+,., z a x :- :« Sc.. ,�:'a' 1* .. i'
�. .:• -�
4
0.27890 + 1.51471 (QU100) - 0.73553 (QU100)2
1.030
#r s 3 ....
025529 1 Q8268 06,12M )X67Qa�'
1 00 _
6
0.19468 + 1.56729 (QU100) - 0.70239 (QU100)2
1.035
7 t -
0.1�6709 + r5824&(QUIQO ��0=6m=5 (QU10U 2 h '''
1 0�
..
z+asp<< >n r^: kx., - % ., .
.e'3 #... .
8
0.16394 + 1.55070 (QU100) - 0.65270 (QL/100)2
1.040
3 t x
9 #js
�y xF zF' :'s-2� 4 .'x! ��.v
7.412 +1 63532 (QU100) 0 687.86 (QU.`100)2'
7
1�0d40 5 �,:
�u.':i
�3'E=
10 tc 11
0.15344 + 1.50104 (QU100) - 0.58896 (QU100)2
1.045
«2 f0 14 I
'�
Oi'0 :278 + .64285 Q 100 0 65033 QL/100 r1 a *�
�'^Y& �".
'"�
�,, 1z045'
r�
i*: «+'.�-.:.
,f ,:d'a(. .'l:Y, ..hF�., .ems" 3!`�ii . :
15 to 18
0.07826 + 1.55649 (QU100) - 0.56616 (QLI100)2
1.050
- 193''i M
: 0'.' 9907 + 1`43088 (gUa160� 0 4$550t(QU100)2 ? / 4 =
Im'
1 050 `
#.s,
a��
81t'
26 to 37
0.07373 + 1.41851 (QU100) 0.41777 (QU100)2
1.055
,���7.5��,
383to69�
- +k++r` a#a5 hs c
Oy10586 t;1.26473 (QU1000:29Ei60 (QL/100)? ,�-
{i�2
1 055},�
......A�-.
s_.s.z: <.,>,:,^;cw.,,.c.,... c.. as....1sx.1 ,. -.,, , za..s--
�..
70 to 200
0.21611 + 0.86111 (QU100)
(QU100)
1.060
0Ca Rv27VL0i>+201
Z
(g) Process 1/DP Computation.
I/DP = (PF - 1)(QR)(UP)(W/100)
Where: I/DP = Incentive/Disincentive Payment
PF Pay Factor
QR Quantity in Tons of HMA Represented by the Process
UP = Unit Bid Price of Asphalt Mix
W = Element Factor from Table 105-2
When AC is paid for separately UP shall be: a UP = [(TonHMA)(UPHMA) + (TonAC)(UPAC)1/TonHMA
Where: TonHMA = Tons of Asphalt Mix
UPHMA = Unit Bid Price of Asphalt Mix
TonAC = Tons of Asphalt Cement
UPAC Unit Bid Price of Asphalt Cement
I
I
I
February 3, 2011 1
5
REVISION OF SECTIONS 105 AND 106
CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT
(LESS THAN 5000 TONS)
For the joint density element:
U P =UPHMA
Where: UPHMA is as defined above.
When AC is paid for separately UP shall be:
UP = [(BTonHMA)(BUPHMA) + (BTonAc)(BUPAc)]/BTonHMA
Where: BTonHMA = Bid Tons of Asphalt Mix
BUPHMA = Unit Bid Price of Asphalt Mix
BTonAc = Bid Tons of Asphalt Cement
BUPAc = Unit Bid Price of Asphalt Cement
(h) Element I/DP. The I/DP for an element shall be computed by accumulating the process I/DP's for
that element.
(i) I/DP for a Mix Design. The I/DP for a mix design shall be computed by accumulating the individual I/DP's for
the asphalt content, in -place density, and gradation elements for that mix design. The accumulated
quantities of materials for each element must be the same at the end of 1/DP calculations for a mix design.
Q) Project 1/DP. The I/DP for the project shall be computed by accumulating the mix design I/DP's and the joint
density I/DP's. The accumulated quantities of materials for each element must be the same at the end of
I/DP calculations for the project.
Delete subsection 106.05 and replace with the following:
106.05 Sampling and Testing of Hot Mix Asphalt. All hot mix asphalt, Item 403, except Hot Mix Asphalt
(Patching) and temporary pavement shall be tested in accordance with the following program of process control
testing and acceptance testing:
The Contract will specify whether process control testing by the Contractor is mandatory or voluntary.
(a) Process Control Testing.
1. Mandatory Process Control. When process control testing is mandatory the Contractor shall be
responsible for process control testing on all elements and at the frequency listed in Table 106-1.
Process control testing shall be performed at the expense of the Contractor.
After completion of compaction, in -place density tests for process control shall be taken at the frequency
shown in Table 106-1. The results shall be reported in writing to the Engineer on a daily basis. Daily
plots of the test results with tonnage represented shall be made on a chart convenient for viewing by the
Engineer. All of the testing equipment used for in -place density testing shall conform to the requirements
of acceptance testing standards, except nuclear testing devices need not be calibrated on the
Department's calibration blocks.
For elements other than in -place density, results from quality control tests need not be plotted, or
routinely reported to the Engineer. This does not relieve the Contractor from the responsibility of
performing such testing along with appropriate plant monitoring as necessary to assure that produced
material conforms to the applicable specifications. Quality control test data shall be made available to the
Engineer upon request.
I
H
February 3, 2011
6
REVISION OF SECTIONS 105 AND 106
CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT
(LESS THAN 5000 TONS)
2. Voluntary Process Control. The Contractor may conduct process control testing. Process control testing
is not required, but is recommended on the elements and at the frequency listed in Table 106-1.
All of the testing equipment used for in -place density testing shall conform to the requirements of
acceptance testing standards, except nuclear testing devices need not be calibrated on the Department's
calibration blocks.
(b) Acceptance Testing. Acceptance testing is the responsibility of the Department. For acceptance testing the
Department will determine the locations where samples or measurements are to be taken and as designated
in Section 403. The maximum quantity of material represented by each test result, the elements, the
frequency of testing and the minimum number of test results will be in accordance with Table 106-1. The
location or time of sampling will be based on the stratified random procedure as described in CP 75.
Acceptance sampling and testing procedures will be in accordance with the Schedule for Minimum Materials
Sampling, Testing and Inspection in the Department's Field Materials Manual. Samples for project
acceptance testing shall be taken by the Contractor in accordance with the designated method. The samples
shall be taken in the presence of the Engineer. Where appropriate, the Contractor shall reduce each sample
to the size designated by the Engineer. The Contractor may retain a split of the each sample which cannot be
included as part of the Contractor's process control testing. All materials being used are subject to inspection
and testing at any time prior to or during incorporation into the work.
Table 106-1
SCHEDULE FOR MINIMUM SAMPLING AND TESTING
Element
Ahalt�Conent
Theoretical
Maximum Specific
Gravi
Process Control
1 5/ 00 ton"
1.1000 tons, minimum
1/day
Acceptance
1%s1000 for"s
fs
1/1000 tons, minimum 1/day
1 200 tom s3
` _.
Gradation
1!/Da y
In -Place Density
1/500 tons
1/500 tons
Joint Densityy -
`:.�€ 2YRw�fo,int>
1 re/25�0 Itn' ea feet of
`a
V3�•xi �
=1�core /5000 Ilnea feet 8f'igir5t '
Aggregate
Percent
(3)
1/2000 tons or 1/Day if
less than 2000 tons
1/2000 tons
Moisture
�> llal .....
Percent Llme
1 ©y -
t 4x
�Nqt ppliN ME
Notes:
(1) The minimum number of in -place density tests for acceptance will be 5.
(2) Process control tests for gradation are not required if less than 250 tons
are placed in a day. The minimum number of process control tests for
gradation shall be one test for each 1000 tons or fraction thereof.
(3) Not to be used for incentive/disincentive pay. Test according to CP 60B
and report results from Form 106 or Form 565 on Form 6.
(4) Verified per Contractor's QC Plan.
I
February 3, 2011 1
7
REVISION OF SECTIONS 105 AND 106
CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT
(LESS THAN 5000 TONS)
(c) Reference Conditions. Three reference conditions can exist determined by the Moving Quality Level (MQL).
The MQL will be calculated in accordance with the procedure in CP 71 for Determining Quality Level (QL).
The MQL will be calculated using only acceptance tests. The MQL will be calculated on tests 1 through 3,
then tests 1 through 4, then tests 1 through 5, then thereafter on the last five consecutive test results. The
MQL will not be used to determine pay factors. The three reference conditions and actions that will be taken
are described as follows:
1. Condition green will exist for an element when an MQL of 90 or greater is reached, or maintained, and the
past five consecutive test results are within the specification limits.
2. Condition yellow will exist for all elements at the beginning of production or when a new process is
established because of changes in materials or the job -mix formula, following an extended suspension of
work, or when the MQL is less than 90 and equal to or greater than 65. Once an element is at condition
green, if the MQL falls below 90 or a test result falls outside the specification limits, the condition will
revert to yellow or red as appropriate.
3. Condition red will exist for any element when the MQL is less than 65. The Contractor shall be notified
immediately in writing and the process control sampling and testing frequency increased to a minimum
rate of 1/250 tons for that element. The process control sampling and testing frequency shall remain at
1/250 tons until the process control QL reaches or exceeds 78. If the QL for the next five process control
tests is below 65, production will be suspended.
If gradation is the element with MQL less than 65, the Department will test one randomly selected sample
in the first 1250 tons produced in condition red. If this test result is outside the tolerance limits, production
will be suspended. (This test result will not be included as an acceptance test.)
After condition red exists, a new MQL will be started. Acceptance testing will stay at the frequency shown
in Table 106-1. After three acceptance tests, if the MQL is less than 65, production will be suspended.
Production will remain suspended until the source of the problem is identified and corrected. Each time
production is suspended, corrective actions shall be proposed in writing by the Contractor and approved
in writing by the Engineer before production may resume.
Upon resuming production, the process control sampling and testing frequency for the elements causing
the condition red shall remain at 1/250 tons. If the QL for the next five process control tests is below 65,
production will be suspended again. If gradation is the element with MQL less than 65, the Department
will test one randomly selected sample in the first 1250 tons produced in condition red. If this test result is
outside the tolerance limits, production will be suspended.
[_1
[1
d
I
11
I
1
I
I
I
I
I
fl�
F7
I
' February 3, 2011
' 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 the second paragraph and replace it with the following:
The original Certificate of Compliance shall include the Contractors original signature as directed above. The
original signature (including corporate title) on the Certificate of Compliance, under penalty of perjury, shall be 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 passed all specified tests in conformity to the plans and
specifications for this project. One legible copy 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.
' In subsection 106.13, delete the second paragraph and replace it with the following:
The Certified Test Report shall be a legible copy or an original document and shall include the Contractor's
original signature as directed above. The signature (including corporate title) on the Certified Test Report, under
penalty of perjury, shall be 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 passed all specified tests in conformity to the plans and specifications for this
project. One legible copy or original document of the fully signed Certified Test Report shall be furnished to the
Engineer prior to installation of material. Failure to comply may result in delays to the project or rejection of the
materials.
1
I
I
May 5, 2011 1
1
REVISION OF SECTIONS 106, 627 AND 713
GLASS BEADS FOR PAVEMENT MARKING
Sections 106, 627, and 713 are hereby revised for this project as follows:
Subsection 106.11 shall include the following:
All post consumer and industrial glass beads for pavement marking shall have been manufactured from North
American glass waste streams in the United States of America. The bead manufacturer shall submit a COC in
accordance with subsection 106.12 confirming that North American glass waste streams were used in the
manufacture of the glass beads.
Subsection 627.04 shall include the following:
Glass beads shall be applied into the paint by means of a low pressure, gravity drop bead applicator. In
subsection 627.05, seventh paragraph, delete the second sentence and replace with the following:
Glass beads shall be applied into the epoxy pavement marking by means of a low pressure, gravity drop bead
applicator.
In subsection 627.05, delete the last paragraph and replace with the following:
Epoxy pavement marking and beads shall be applied within the following limits:
Application Rate or Coverage
Per Gallon of Epoxy Pavement Marking
Minimum Maximum
Beads 18 lbs. 20 lbs.
Subsection 627.06 (c) shall include the following:
Glass beads shall be applied into the thermoplastic pavement marking by means of a low pressure, gravity
drop bead applicator.
In subsection 713.08, delete the first and third paragraphs and replace with the following:
713.08 Glass Beads for Pavement Marking. Glass beads for pavement marking shall conform to AASHTO
M 247, except for the following:
(1) Gradation:
U.S. Mesh
Microns
% Retained
16
1400
0-10
18
1000
20 - 35
30
600
50 - 70
50
300
95 - 100
(2) Roundness: All beads shall meet a minimum of 80 percent true spheres in accordance with the Office of
Federal Lands Highways FLH T520 or a computerized optical testing method.
(3) Color / Clarity: Beads shall be colorless, clear, and free of carbon residues.
(4) Refractive Index: Minimum 1.51 by oil immersion method.
(5) Air Inclusions: Less than 5 percent by visual count.
(6) Coatings: Per manufacturer's recommendation for optimum adhesion and embedment.
1
' May 5, 2011
2
' REVISION OF SECTIONS 106, 627 AND 713
GLASS BEADS FOR PAVEMENT MARKING
' (7) Chemical Resistance: Beads shall be resistant to hydrochloric acid, water, calcium chloride, and sodium
sulfide as tested per methods outlined in sections 4.3.6 to 4.3.9 of the TT-B Federal Spec. 1325D.
(8) A minimum of 40 percent of the total weight shall be manufactured using a molten kiln direct melt
method. All molten kiln direct melt glass beads shall be above the 600 pm (430) sieve.
(9) Glass beads used for any type of pavement marking shall not contain more than 75 parts per million
(ppm) arsenic, 75 ppm antimony and 100 ppm lead, as tested in accordance with EPA methods 3052 and
6010C, or other approved testing method
I
r
u
I
1
I
I
I
I
I
I
February 3, 2011 a
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(c) and replace it with the following:
(c) Each insurance policy shall include provisions preventing cancellation or non -renewal without at least 30 days
prior notice to Contractor. The Contractor shall forward to the Engineer any such notice received within seven
days of the Contractor's receipt of such notice.
I
I
I
I
11
I
I
I
I
I
1
1
8. BID SCHEDULE (Base Bid)
For"t Co[tin5
INTERSECTION IMPROVEMENTS (Harmony & Lemay and Drake & Lemay)
City of Fort Collins Bid No.: 1234
C DOT Project No.: AOC M455-091
COOT Project Code: 16603
Prepared By: City of Fort Collins. Capital Projects
Harmony,&�iemay i;
.. •.'�uanhtY ., ;,Quarittty
Orako&-Lemay �.:
.
Total��•,'.
;_Quantity
:'Ref 0
.:It1'.mi1l:;.,
.. ...:-_': I[emlOescripuon - -. -�„
: "::;.Unit. ; .
-:;: Unit Cost al
;'Total Cost z
1
201-00000
Clearing and Grubbing
0.5
0.5
LS
1
2
202.00019
Removal of Inlet
1
0
EA
1
--
3
202-00090
Removal of Delineator
3
0
EA
3
5=
4
202-00200
Removal of Sidewalk
0
207
SY
207
5
202-00203
Removal of Curb and Gutter
0
375
LF
375
3 '�
6
202-00220
Removal of Asphalt Mat
700
163
SY
863
,50
3 5.50
7
202-00250
Removal of Pavement Markings
0.6
0.6
LS
1
r� p '^
8
202-00810
Removal of Ground Sign
2
0
EA
2
---
9
203-00010
Unclassified Excavation(Complete In Place)
432
643
CY
11075
r1 r}nr,
Or /Lou
10
207-OD205
Topsoil
D
110
CY
110
15,"
11
207-00210
Stockpile Topsoil
0
110
CY
110
(q 80. '
12
208.00005
Erosion Lcg
20
310
LF
330
L 0, ^
13
208-00050
Storm Drain Inlet Pmteclion
0
1
EA
1
5,
14
208-00205
Erasion Control Supervisor
10
10
HR
20
L( -
15
210-04010
Adjust Manhole
0
1
EA
1
Q
"'
16
212-OM6
Seeding (Native)
0
0.3
ACRE
0.3
0.-
17
212-00032
Soil Conditioning
10
0
CY
10
18
213-00008
Mulching (Wood Chip)
3,439
0
SF
3,439
51
19
213-00065
inorganic Mulch (Rock)
3,439
0
SF
3,439
IQ
p
20
213-00070
Landscape Weed Barrier Fabric
382
0
SY
382
Yo
g
21
213-00700
Landscape Boulder
53
0
EA
53
22
214.00005
Landscape Maintenance (24 Months)
1
0
LS
+
850."
g
23
214-00225
Deciduous Tree (2.5 Inch Caliper)
8
0
EA
8
W.JD
41W
24
214.00230
Deciduous Tree (3 Inch Caliper)
20
0
1 EA
20
q r5;
950o,
25
214.00350
Deciduous Shrub(5 Gallon Container)
95
0
EA
95
:-
26
214-00910 lPerennials
(1 Galion Container)
436
0
EA
436
27
304-06000
Aggregate Base Course (Class 6)
54 f
258
TON
799
28
403-32621
Hot Mix Asphalt (Grading SG) (100) (PG58-
28)
255
19D
TON
445
29
403-33641
Hot Mix Asphalt (Grading S)(100)(PG64•
28) (Modified Binder)
85
63
TON
148
135. �
80.`
30
403-00720
Hot Min Asphalt (Patching) (Asphalt)
25
0
TON
25
17.
4,15,'
31
420-00300
Geolextile (Reinforcement)
760
500
SY
1,250
6,^
(5 �
32
605.00040 141nch
Perforated Pipe Underdrain
657
0
LF
657
g� ,
33
608.00000
Concrete Sidewalk
0
188
SY
188
q.5,7
g q40. ^
34
608.00010
Concrete Curb Ramp
0
10
SY
10
35
609.21010
Curb and Gutter (Type 2) (Section l-B)
1.362
0
LF
1,382
36
609-21020
Curb and Gutter (Type 2) (Section II-B)
0
359
LF
359
jg
Rev 10/20/07 Section 00300 Page 1
February 3, 2011
REVISION OF SECTIONS 107 and 208
WATER QUALITY CONTROL
UNDER ONE ACRE OF DISTURBANCE
Sections 107, 208, are hereby revised for this project as follows:
In subsection 107.25(b)6 delete the second paragraph and replace it with the following:
The Contractor shall record the location of potential pollutants on the plans. Descriptions of the potential
pollutants shall be submitted to and approved by the Engineer.
In subsection 208.03 delete the first paragraph and replace it with the following:
Prior to construction the Contractor shall implement BMPs in accordance with the approved project schedule as
described in subsection in 208.03(b).
In subsection 208.03 delete the third, fourth, and fifth paragraphs and replace them with the following:
The Contractor shall evaluate all non-stormwater coming onto the site, such as springs, seeps, and landscape
irrigation return flow. If such flow is identified, BMPs shall be used to protect off -site water from becoming
contaminated with sediment or other pollutants.
The Contractor shall review existing inlets and culverts to determine if inlet protection is needed due to water flow
patterns. Prior to beginning construction, inlets and culverts needing protection shall be protected and the
location of the implemented BMP added to the plans.
When additional BMPs are required and approved by the Engineer, the Contractor shall implement the additional
BMPs and shall record and describe them on the plans. The approved BMPs will be measured and paid for in
accordance with subsections 208.11 and 208.12.
Delete subsections 208.03(c) and (d) and replace them with the following:
(c) Implementation, Maintenance and Revision of the SWMP.
The Contractor's responsibilities shall be as follows:
(1) Install, construct, and maintain all BMPs specified in the Contract and coordinate the construction of
BMPs with all other construction operations.
(2) Implement suitable temporary erosion and sediment control features as necessary to correct
unforeseen conditions or emergency situations. Dismantle those features when their purpose has been
fulfilled unless the Engineer directs that the features be left in place.
(3) Implement necessary actions to reduce anticipated or presently existing water quality or erosion
problems resulting from construction activities.
(4) Make available, all labor, material, and equipment needed to install, maintain, and remove BMPs.
(5) When included in the Contract, the Contractor shall assign to the project an individual to serve in the
capacity of Erosion Control Supervisor (ECS). The ECS may be the Superintendent. The ECS shall
be experienced in all aspects of construction and have satisfactorily completed an ECS training
program authorized by the Department. Proof that this requirement has been met shall be submitted to
the Engineer prior to or at the preconstruction conference. A list of authorized ECS training programs
will be provided by the Engineer upon request by the Contractor. The ECS shall be the person
responsible for ensuring that the responsibilities listed in (1) through (4) above are fulfilled
' (d) Documentation Available on the Project. The following Contract documents and references will be made
available for reference in one location on the project during construction.
1. Project Documents. The following documents shall be kept, maintained, and updated in a single notebook:
(1) SWMP Sheets
(2) SWMP site map, if applicable to the project.
(3) Details of BMPs used on the project not covered in Standard Plan M-208-1.
(4) List of potential pollutants as described in subsection 107.25.
(5) SPCC and reports of reportable spills submitted to CDPHE.
(6) Form 105s and all other correspondence relating to water quality.
' (7) Project environmental permits and associated applications and certifications.
I
I
2
REVISION OF SECTIONS 107 and 208
WATER QUALITY CONTROL
UNDER ONE ACRE OF DISTURBANCE
2. Reference Materials
(1) COOT Erosion Control and Stormwater Quality Guide.
(2) COOT Erosion Control and Stormwater Quality Field Guide.
(3) Copy of biological opinion, if applicable.
February 3, 2011 0
In subsection 208.04 delete the first and second paragraphs and replace them with the following
The Contractor shall modify the SWMP to clearly describe and locate all BMPs implemented at the site to control
potential sediment discharges from vehicle tracking.
Vehicle tracking pads shall be used at all vehicle and equipment access points to the site to prevent sediment
exiting the project site onto paved public roads. Access shall be provided only at locations approved by the
Engineer.
Delete subsection 208.04(e) and replace it with the following:
(e) Stabilization. Once earthwork has begun on a section, it shall be pursued until completion.
Clearing and grubbing operations shall be scheduled and performed so that grading operations and final
stabilization measures can follow immediately thereafter if the project conditions permit. Otherwise temporary
stabilization measures shall be taken between successive construction stages. Additional work required
because the Contractor has failed to properly coordinate the entire erosion control schedule, thus causing
previously seeded areas to be disturbed by operations that could have been performed prior to the seeding
shall be performed at the Contractor's expense.
In subsection 208.06 delete the first paragraph and replace it with the following:
The Contractor shall clearly describe and record on the SWMP, all practices implemented at the site to minimize
impacts from procedures or significant material that could contribute pollutants to runoff. Areas or procedures
where potential spills can occur shall have spill contingency plans in place as specified in subsections 107.25(b)6
or 208.06(c).
In subsection 208.07 delete the second paragraph and replace it with the following:
Erodible stockpiles (including topsoil) shall be contained with acceptable BMPs at the toe (or within 20 feet of the
toe) throughout construction. BMPs shall be approved by the Engineer.
In subsection 208.08, delete the first paragraph and replace it with the following:
The Contractor shall limit construction activities to those areas within the limits of disturbance shown on the plans
and cross -sections. Construction activities, in addition to the Contract work, shall include the on -site parking of
vehicles or equipment, on -site staging, on -site batch plants, haul roads or work access, and all other action which
would disturb existing conditions. Off road staging areas must be pre -approved by the Engineer, unless otherwise
designated in the Contract. Construction activities beyond the limits of disturbance due to Contractor negligence
shall be restored to the original condition by the Contractor at the Contractor's expense. The Contractor shall
tabulate additional disturbances not identified in the SWMP and indicate locations and quantities on the SWMP
and report to the Engineer.
In subsection 208.09, second paragraph, delete the list and replace it with the following:
(1) Failure to include erosion control in the project schedule or failure to include erosion control in each
schedule update as specified in subsection 208.03(b).
(2) Failure of the Contractor to implement necessary actions required by the Engineer as required by
subsection 208.03(c).
(3) Failure to amend SWMP and implement BMPs as required by subsection 208.04.
(4) Failure to keep documentation and records current.
(5) Failure to construct or implement erosion control or spill containment measures required by the Contract, or
failure to construct or implement them in accordance with the Contractor's approved schedule as required
by subsection 208.06(c).
0
0
0
0
U
U
L
I
I
I
I
I
I
I
C
1
1
3 February 3, 2011
REVISION OF SECTIONS 107 and 208
WATER QUALITY CONTROL
UNDER ONE ACRE OF DISTURBANCE
(6) Failure to stabilize disturbed areas as required by subsections 208.04(e) and 208.08.
(7) Failure to replace or perform maintenance on an erosion control feature after notice from the Engineer to
replace or perform maintenance as required by subsection 208.04(f).
(8) Failure to remove and dispose of sediment from BMPs as required.
(9) Failure to install and properly utilize a concrete washout structure for containing washout from concrete
placement operations.
(10) Failure to perform permanent stabilization as required by subsection 208.04 (e).
In subsection 208.09 delete the third paragraph and replace it with the following:
i The Engineer will immediately notify the Contractor in writing of each incident of failure to perform erosion control
in accordance with the Specifications, including, but not limited to items (1) through (10) above. Correction shall
be made as soon as possible but no later than 48 hrs from the date of notification to correct the failure. The
i Contractor will be charged liquidated damages in the amount of $875 for each calendar day after the 48 hour
period has expired, that one or more of the incidents of failure to perform items (1) through (10) above, remains
uncorrected.
In subsection 208.09 delete the eighth and ninth paragraphs and replace them with the following:
iDisagreements regarding the suggested corrective action for a BMP compliance issue between the Project
Engineer and Superintendent, shall be discussed with the Resident Engineer and Region Water Pollution Control
Manager. If after meeting the Contractor is still in disagreement and feels that additional compensation is owed,
' the Contractor will follow the decision of the Project Engineer, keep track of the costs and negotiate further with
the Project Engineer. If after pursuing the issue, the Contractor is unable to reach agreement with the Project
Engineer, then the Contractor can follow the dispute process outlined in subsection 105.21.
i If the Contractor's corrective action plan and schedule are not submitted and approved within 48 hours of the Stop
Work Order or the corrective action plan is not implemented by the Contractor, the Engineer will have an on -site
meeting with the Superintendent and the.Superintendent's supervisor. This meeting will also be attended by the
Resident Engineer, the Region Water Pollution Control Manager, and the Region Program Engineer. This
i meeting will identify and document needed corrective actions and a schedule for completion. If after the meeting,
the unacceptable work is not remedied within the schedule as agreed to in the meeting, the Engineer will take
action to effect compliance with the Contract by utilizing CDOT Maintenance personnel or other non -Contractor
forces and deduct the cost from any moneys due or to become due to the Contractor pursuant to subsection
i 105.16. Delays due to these Stop Work Orders shall be considered nonexcusable. The Stop work Order shall be
in place until the project is in Contract compliance.
Delete subsection 208.10 and replace it with the following:
208.10 Items to Be Accomplished Prior to Final Acceptance.
(a) Reclamation of Washout Areas. After concrete operations are complete, washout areas shall be reclaimed in
accordance with subsection 208.05(n) at the Contractor's expense.
' (b) Survey. The Contractor shall survey Permanent Water Quality BMPs (Permanent BMPs) on the project after
they are constructed and confirm they are at final configuration and grade. The Engineer will identify which
Permanent BMPs shall be surveyed prior to the final walk through. The survey shall be performed in
i accordance with Section 625.
(c) Removal of Temporary BMPs. Temporary BMPs subject to removal shall be determined by the Engineer at a
final walk through of the project and shall be removed by the Contractor. If any BMPs are left in place, the
Region's Water Pollution Control Manager shall be notified of the BMP locations.
i
i
i
ti
August 19, 2011 1
REVISION OF SECTION 108
CRITICAL PATH METHOD
Section 108 of the Standard Specifications is hereby revised for this project as follows:
Subsection 108.03 shall include the following:
The Bar Chart or Initial Schedule shall be submitted at least 10 working days prior to the start of the work. The
Engineer's review of the Schedule will not exceed two working days. Work shall not begin until the Schedule is
accepted in writing, unless otherwise approved by the Engineer
In subsection 108.03 (c), delete the third paragraph.
,
i
,
i
i
,
i
,
L
,
,
,
i
i
,
February 3, 2011
REVISION OF SECTION 109
ASPHALT CEMENT COST ADJUSTMENT
(ASPHALT CEMENT INCLUDED IN THE WORK)
Section 109 of the Standard Specifications is hereby revised for this project as follows:
Subsection 109.06 shall include the following:
(i) Asphalt Cement Cost Adjustments. Contract cost adjustments will be made to reflect increases or decreases
in the monthly average price of asphalt cement from the average price for the month preceding the month in
which bids were received for the Contract. These cost adjustments are not a change to the contract unit
prices bid.
Cost adjustments will be based on the asphalt cement price index established by the Department and
calculated as shown in subsection 109.06(i) 2.13 below. The index will be the average for the month of
the daily postings of the spot price per barrel of Western Canadian Select (WCS) as published on
http:/Iwww.cenovus.com/operations/doing-business-with-us/marketing/crude-oil-pricing.html. The index
from this source will be converted to US Dollars using the currency converter at
http:/Mnance.vahoo.com/currency; the posted price of Canadian Dollars per cubic meter of WCS on
Cenovus.com will be converted to US Dollars per cubic meter. A conversion factor of 0.89 cubic meter
per Ton will be used to convert the posted price from cubic meter to tons. The converted daily prices and
the average index number for the month will be posted as soon as they are available on the CDOT
website at:
http://www.dot.state.co.us/DesignSupport/Construction/Fuel%20Cost%20Adiustments/Cenovus/Daily Pri
ces/Daily Asphalt Cement Cost Adjustment Index.htm
2. Cost adjustments will be made on a monthly basis subject to the following conditions:
A. Adjustment will be based on the pay quantities on the monthly partial pay estimate for the following
two pay items when measured by the ton and asphalt cement is included in the pay items:
Item No.
Item
Pay Unit
403;
6f1MI5rYAXpffaItt(GffdI6dWA-
403 403
Stone Matrix Asphalt (Grading
(Asphalt)
Ton
'Hot Mix Asphalt(Patching) is not subject to fuel cost adjustment.
B. A cost adjustment will be made only when the asphalt cement price index varies by more than 5
percent from the asphalt cement price index at the time of bid, and only for that portion of the
variance in excess of 5 percent. Cost adjustments may be either positive or negative dollar
amounts.
Asphalt cement cost adjustments will not be made for any partial estimate falling wholly after the
expiration of contract time.
D. Adjustment formula:
EP greater than BP:
ACCA = (EP — 1.05 BP)(PA) (Q)
EP less than BP:
ACCA = (EP — 0.95 BP) (PA) (Q)
,
February 3, 2011
2
REVISION OF SECTION 109
ASPHALT CEMENT COST ADJUSTMENT
(ASPHALT CEMENT INCLUDED IN THE WORK)
EP = Average Asphalt Cement price index for the calendar month prior to the calendar
month in which the partial estimate pay period ends
ACC/a$`Asplialt Cement Cost Adjustments;;"j
PA = Percent of the paving mixture that is asphalt cement. Asphalt Cement content will be
determined by the weighted average of all asphalt cement content percentages
obtained from the field acceptance tests for that item (Use decimal in formula, e.g.:
0.05.). If Reclaimed Asphalt Pavement (RAP) is used the percent of Virgin Asphalt
Cement added to the mix will be determined by subtracting the percent of asphalt
cement in the Reclaimed Asphalt Pavement (RAP) from the percent of asphalt cement
in the mix as calculated from Revision of Section 401 Reclaimed Asphalt Pavement.
Example: Bids are opened on July 16. The BP will be the average of the daily postings for June
1 through June 30. For an estimate cut-off date selected by the Contractor at the Pre -
Construction Conference of the 201h of the month a February estimate will include HMA
quantities measured from the 215t of January through the 20'h of February, and the EP
index used to calculate ACCA will be the average of the daily postings for January 1
through January 31 as established by CDOT)
E. Cost adjustment will not be made for the quantity of any item that is left in place at no pay or for
material removed and replaced at the Contractor's expense.
Cost adjustments will not be made to items of work added to the Contract by Change Order after
the award of the Contract.
G. The asphalt cement cost adjustment will be the sum of the individual adjustments for each of the
pay items shown above. No adjustment will be made for asphalt cement costs on items other than
those shown above.
Asphalt cement cost adjustments resulting in an increased payment to the Contractor will be paid
for under the planned force account item: Asphalt Cement Cost Adjustment. Asphalt cement cost
adjustments resulting in a decreased payment to the Contractor will be deducted from monies owed
the Contractor.
May 5, 2011
' REVISION OF SECTION 109
COMPENSATION FOR COMPENSABLE DELAYS
In subsection 109,11, delete the first two paragraphs 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 105.22, 105.23, 105.24, or 108.08, monetary compensation will be determined
in accordance with this subsection.
(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 labor not otherwise included in (5) below;
(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) Costs of salaried employees not otherwise included in (1) or (5) above incurred as a direct result of the
' delay;
(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.
1
February 3, 2011
1
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 cost adjustments will be made to reflect increases or decreases in the
monthly average prices of gasoline, diesel and other fuels from the average price for the month preceding the
month in which bids were received for the Contract. These cost adjustments are not changes to the Contract
unit prices bid. When bidding, the Contractor shall specify on the Form 85 whether the cost 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 cost
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:
1. Cost adjustments will be based on the fuel price index established by the Department and calculated as
shown in subsection 109.06(h)2.D below. The index will be the monthly average of the rates posted by
the Oil Price Information Service (OPTS) for Denver No. 2 Diesel. The rate used will be the OPTS Average
taken from the OPIS 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. Cost adjustments will be made on a monthly basis subject to the following conditions:
A. Adjustment will be based on the pay quantities on the monthly partial pay estimate for each of the pay
items listed in the table below for which fuel factors have been established. Adjustment will be made
only when the pay item is measured by the pay unit specified in the table:
Item
Pay Unit
Fuel Factor FF
2;02„Removalrof Asphajfl— r(PI_ani )q ,
xSquar Yard
0 006xGaU5Y/Inch bepth ;,
., ,
203-Excavation (muck, unclassified) Embankment,
Cubic Yard
0.29 Gal/CY
Borrow
203 R co kco k E_xcavatir���
CUbicYard;
0 39"Galf_CY ' ,
206-Structure Excavation and Backfill [applies only
Cubic Yard
0.29 Gal/CY
to quantities paid for by separate bid item: no
adjustment will be made for pay items that include
structure excavation & backfill, such as RCP(CIP)j
304sAggregate BasCourse (.GI4ssz _�s�Gub
ward )0
BGaI(CY„ f
304-Aggregate Base Course (Class )
.
0.47 Gal./Ton
3 Lu]Process ng,Lim Treated Subgrade _,
rTon
hSquare Yard
r
F 12 Gal/SY
310—Full Depth Reclamation�
Square Yard
0.06 Gal/SY
s_ �
403 Hot Mix AsphaltHMA)r(Grading_')4�
rtTon>, ,
"47
403 Stone Matrix Asphalt (Grading )
Ton
2.47 Gal/Ton
405`Neatiri`g7andzSeari Yin Treatment"3 _ �{ ;''�
ty dE
Sguare`Yard,
='3 ,
044LGal/$Y r. ,.
_
405 Head g and Repaving Treatment
Square Yard
0.44 Gal/SY
405 Heahng�iandtRernixing�Treatment i s , ,
,,Square Yard
�0 441GaYSY, " ; ?_;_ ; ,
_
406 Cold Bituminous Pavement (Recycle)
Square Yard
_.
0.01 Gal/SY/Inch depth
4125 Conc�ete,Favement, r.. , IYich
tiS uare YaFd`„„�?
t0 03`60SY%InffiVickness.,
412-Place Concrete Pavement"
Square Yard
0.03 Gal/SY/Inch thickness
'«HotaKAiz AsphaltT(Patchmg} is3notfs'ubjecf to uel cdst�adjustment a'
%� `� M
U:x a _
* . se the hic kness sho n onithe`lan's _.
February 3, 2011
2
REVISION OF SECTION 109
FUEL COST ADJUSTMENT
B. A fuel cost 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. Fuel cost adjustments may be either positive or negative dollar amounts.
C. Fuel cost adjustments will not be made for any partial estimate falling wholly after the expiration of
contract time.
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)
month prior to the calendar month in which
partial estimate pay period ends
y - - x-rns-.-,. t. c k Y M
FAJ • Adlastment.forfue1,60sts iP dollarssy r, :<E
FF Fuel usage factor for the pay item
Q PayK" "Ity fo��, te,paykitem pn,th@ (11oj7jhly Partial pay estimate "
t
.._._.
Note: When the 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.
Example: Bids are opened on July 16. The BP will be the average of the daily postings for June 1
through June 30. For an estimate cut-off date selected by the Contractor at the Pre -
Construction Conference of the 20th of the month a February estimate will include HMA
quantities (Q) measured from the 21" of January through the 201h of February, the FF will
be 2.47 Gal/Ton, and the EP index used to calculate FA will be the average of the daily
postings for January 1 through January 31 as established by CDOT.
E. Fuel cost adjustment will not be made for the quantity of any item that is left in place at no pay.
' F. Fuel cost adjustments will not be made to items of work added to the Contract by Change Order after
the award of the Contract.
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 other 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.
t
I
1
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, delete the 17'" paragraph and replace it with the following:
February 3, 2011 a
Vehicles used to haul material being paid for by weight shall bear a plainly legible identification mark. Each of
these vehicles shall be weighed empty daily at times directed by the Engineer. The Contractor shall furnish to the
Engineer, in writing, a vehicle identification sheet that lists the following for each delivery vehicle to be used on the
project:
(1) identification mark
(2) vehicle length
(3) tare weight
(4) number of axles
(5) the distance between extreme axles
(6) information related to legal weight, including the Permit No. and permitted weight of each vehicle for which the
State has issued an overweight permit.
This information shall be furnished prior to time of delivery of the material and at any subsequent time the
Contractor changes vehicles, combination vehicles, axle length relationships, or overweight permitting of vehicles.
I
I
37
610-00030
Median Cover Material (Concrete)
2,060
0
SF
2,060
G
3
38
613-10000
Wiring
1
0
LS
1-
39
620-00026
Sanitary Facility
1
1
EA
2
40
623-00000
Irrigation System
1
0
LS
1
am:-
O ow,_.
41
623-09906
Irrigation Tie -In (Preparation and Back6ll)
1
0
LS
f
42
.626-00000
Mobilization
6.5
0.5
LS
43
630-00000
Constnuction Zone Traffic Control (Harmony.
Road)
1
0
LS
44
63D-00000
Construction Zone Traffic Control (Drake
Road)
0
1
LS
1
a 0p0�
Qpp
TOTAL' COST: .
TOTAL COST IN WORDS: Z
$c
241
45
700-70010
F/A Minor Contract Revislons
0.5,
0.5
F/A
T
$50,006.00
$50.000.00
46
700.70016
F1A Fuel Cost Adjustment
0.5
0.5
F/A
1
$2.000.00
$2.000.00
47
700-70195
F/A Utilities (Traffic)
0.75
0.25
F/A
1
.$40.000.00
$40,000.00
48
700.70380
F/A Erosion Control
0.5
0.5
F/A
1
$3.000.00
$3,000.00
49
700-70260
F/AWater Taps
1
0
F/A
1
$15,000.00
$15,000.60
50
700-90006
F/A Signing and Striping
0.5
0.5
F/A
1
$5,000.00
$5.000.00
FORCE ACCOUNT TOTAL: $115400.00
ldbci—
BASE BID TOTAL (TOTAL COST A4US FORCE ACCOUNT):
BASE BID TOTAL IN WORDS: - S7 �7 7 -
(TOTAL CONTRACT VALUE) TK
The CDOT•Forrn 347, Certification of EEO Compliance, is no longer required to be submitted in
the bid package. This form certified that the contractorlproposed 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/iobr)at/e1 instruct.html
ACCEPTANCE OF FUEL COST ADJUSTMENTS:
Bidders have the option to accept Fuel Cost Adjustments in accordance with the Revision of
Section 109 - Fuel Cost Adjustment. To accept this standard special provision, the bidder must
fill in an 'V next to "YES" below. No Fuel Cost Adjustment will be made due to. fuel cost
changes for bidders who answer "NO". If neither line is marked, the Department will assume
the bidder rejects Fuel Cost Adjustments for this project. After bids are submitted, bidders will
not be given any other opportunity to accept or reject this adjustment.
(Mark only one line with an "X"):
YES, I choose to accept Fuel Cost Adjustments for this project
NO, I choose NOT to accept Fuel Cost Adjustments for this project (if neither line is
marked, the default is "NO", I choose NOT to accept Fuel Cost Adjustments for this project
' Rev10120/07 Section 00300 Page 2
)5L
77z)
n
I
February 3, 2011
REVISION OF SECTION 401
COMPACTION OF HOT MIX ASPHALT
' Section 401 of the Standard Specifications is hereby revised for this project as follows:
In subsection 401.17, delete the third paragraph and replace with the following:
SMA shall be compacted to a density of 93 to 97 percent of the daily theoretical maximum specific gravity,
determined according to CP 51. All other HMA shall be compacted to a density of 92 to 96 percent of the daily
' theoretical maximum specific gravity, determined according to CP 51. If more than one theoretical maximum
specific gravity test is taken in a day, the average of the theoretical maximum specific gravity results will be used
to determine the percent compaction. Field density determinations will be made in accordance with CP 44 or 81.
[1
[1
L
1
�J
11
1
Y
I
February 3, 2011 0
REVISION OF SECTION 401
COMPACTION PAVEMENT TEST SECTION (CTS)
Section 401 of the Standard Specifications is hereby revised for this project as follows:
In subsection 401.17, delete the fifteenth paragraph and replace with the following:
Two sets of random cores shall be taken within the last 200 tons of the CTS. Each set shall consist of a minimum
of seven random cores. The Engineer will determine the coring locations using a stratified random sampling
process. The locations of these cores will be such that one set can serve as a duplicate of the other. One set of
these cores shall be immediately submitted to the Engineer. This set will be used for determining acceptance of
the CTS and determining density correction factors for nuclear density equipment. Densities of the random
samples will be determined by cores according to CP 44. Density correction factors for nuclear density
equipment will be determined according to CP 81. Coring, shall be performed under CDOT observation. Coring
will not be measured and paid for separately but shall be included in the work. For SMA, a CTS is not used. The
Contractor shall follow. the requirements for the demonstration control strip in accordance with the Revision of
Section 403, Stone Matrix Asphalt Pavement.
I
I
I
1
1
1
[1
1
I
I
I
I
11
I
0
' February 3, 2011
REVISION OF SECTION 401
COMPOSITION OF MIXTURES — VOIDS ACCEPTANCE
Section 401 of the Standard Specifications is hereby revised for this project as follows:
' Subsection 401.02(a) shall include the following:
On projects with voids acceptance of hot mix asphalt, mix designs based on a theoretical rejection of baghouse
fines may be used when necessary to meet CDOT mix design requirements if the following additional
requirements are met. Written approval for use of theoretical rejection of baghouse fines mixture design shall
be obtained before production of project material.
' (1) Price adjustment for the hot mix asphalt shall be made based on voids acceptance criteria as prescribed in
the latest version of the Standard Special Provision, Revision of Sections 105 and 106, Conformity to the
Contract of Hot Mix Asphalt (Voids Acceptance). All costs associated with theoretical rejection of baghouse
fines mix design, production, and acceptance shall be at the Contractor's expense.
' (2) The Contractor shall submit a separate Quality Control (QC) plan for handling the rejection of baghouse
fines. The plan shall identify the plan, equipment, and procedures that will be used for the rejection of
baghouse fines. The plan shall include detailed information on baghouse control systems and actual data
' demonstrating consistent system functionality. The QC plan shall be approved in writing prior to production.
(3) The Contractor shall demonstrate that the material can be produced in accordance with one of the two
procedures listed below. The Contractor shall supply project aggregate material for use in establishing
' acceptance testing equipment correction factors. Aggregate samples that have been produced according
to CP-L 5117 to represent plant -produced material shall be provided by the mix design lab.
(i) The Contractor shall produce a minimum of 3000 tons of material. This material shall be placed on non
' thru lanes or offsite in locations approved by the Engineer. A minimum of 3 samples will be tested for
AC content, air voids and VMA. QL's for each element will be determined in accordance with the
contract documents. If the QL is equal to or greater than 65 for VMA and Asphalt Cement Content and
the QL for the element of air voids is equal to or greater than 70, full production may commence. This
' material may be considered a separate process and price adjustment will be in accordance with
subsection 105.05 or;
(ii) The Contractor shall construct a 500-ton test strip on the main line on the project. Tonnage other than
' 500 tons may be produced only if approved. Three samples in the last 200 tons will be tested for
volumetric properties. After construction of the test section, production shall be halted until the testing
is complete and element QL's are calculated. If the QL is equal to or greater than 65 for VMA and
Asphalt Cement Content and the QL for the element of air voids is equal to or greater than 70, full
' production may commence. If the TQL is less than 65 or the QL for the element of air voids is less
than 70, the material shall be removed and replaced at the Contractor's expense.
1
1
1
February 3, 2011
1
REVISION OF SECTION 401
RECLAIMED ASPHALT PAVEMENT
Section 401 of the Standard Specifications is hereby revised for this project as follows:
Subsection 401.02(b) shall include the following:
Reclaimed Asphalt Pavement (RAP) is allowed in hot mix asphalt (HMA) up to a maximum of 25 percent for all lifts
other than the top lift, provided all specifications for HMA are met. Fine Aggregate Angularity requirements shall
apply only to the virgin fraction of the fine aggregate. The RAP shall not contain clay balls, vegetable matter, or
other deleterious substances. Mixtures with more than 20 percent RAP shall not be used in the top lift of any
asphalt pavement.
HMA Project Verification Testing for asphalt content and gradation will be performed at the frequencies listed in the
Field Materials Manual in accordance with CP-L 5120.
The Contractor shall have an approved mix design for the amount of RAP to be used. The AC content of the RAP
utilized in the Contractor RAP mix design shall be the average AC content determined in accordance with 1 B or 1C,
below, or alternatively, a minimum of five samples of the Contractors RAP stockpile may be sampled and the
average AC content of the RAP be determined using AASHTO T-164, Method A or B, or in accordance with 1C
below.
The use of RAP shall be controlled in accordance with subsections 105.05 and 106.05. If the Contractor elects to
use RAP, the following additional conditions shall apply:
The Contractor shall have an approved Quality Control'(QC) Plan that details how the RAP will be processed
and controlled. The QC plan shall address the following:
A. RAP Processing Techniques. This requires a schematic diagram and narrative that explains the
processing (crushing, screening, and rejecting) and stockpile operation for this specific project.
B. Control of RAP Asphalt Binder Content (AASHTO T-164, Method A or B). RAP Asphalt Binder Content
may also be determined in accordance with CP-L 5120, provided an RAP AC content correction factor is
determined through correlation testing with AASHTO T-164, Method A or B. The correction factor shall
be determined by performing correlation testing on the first five samples of the RAP AC content, then at a
frequency of one for every five AC content tests thereafter. The correction factor shall be determined by
calculating the average difference in AC content between CP-L 5120 and AASHTO T-164, Method A or
B, and applying the correction to the AC content determined in accordance with CP-L 5120:
Frequency: 1/1000 tons of processed RAP material (minimum five tests)
C. (Alternate) The Contractor may propose a RAP asphalt content correction factor to be used in conjunction
with CP-L 5120. The proposed CP-L 5120 RAP asphalt content correction factor shall be used with all
RAP asphalt contents tested for the mixture design and quality control sampling and testing. The
methodology of the proposed CP-L 5120 RAP asphalt content correction factor shall be outlined in detail
in the approved RAP QC Plan. At a minimum, the proposed CP-L 5120 correction factor shall identify the
principal source locations of the RAP aggregate, gradation of the material tested, and specific ignition
oven serial number used in al(the RAP asphalt content testing. The RAP source locations, material
gradation, and specific equipment used shall substantiate the CP-L 5120 asphalt content correction factor
used for the testing. The substantiation must be from data gathered from historical information or specific
asphalt content correction data obtained from tests performed on similar virgin aggregate sources, virgin
material gradations, and the specific equipment used.
February 3, 2011
2
REVISION OF SECTION 401
RECLAIMED ASPHALT PAVEMENT
D. Control of RAP Gradation (CP31 or AASHTO T-30):
Frequency: 1/1000 tons of processed RAP material (minimum three tests)
E. Process Control Charts shall be maintained for binder content and each screen listed in subsection
401.02(b), during addition of any RAP material to the stockpile. The Contractor shall maintain separate
control charts for each RAP stockpile. The control charts shall be displayed and shall be made available
to the Engineer upon request
2. The processed RAP must be 100 percent passing the 31.5 mm (1'/4 inch) sieve. The aggregate obtained from
the processed RAP shall be 100 percent passing the 25.0 mm (1 inch) sieve. The aggregate and binder
obtained from the processed RAP shall be uniform in all the measured parameters in accordance with the
following:
UNIFORMITY"
Parameter
Standard Deviation
Binder Content
0.5
Percent Passing 19 mm (W)
4.0
Percent:Passing 12.5 mm (Y2")
: 4.0
Percent Passing 9.5 mm (W)
4.0
.Percent Passing 4..75 mm (#4)
Percent Passing 2.36 mm (#8)
4.0
Percent Passing 600 µm-(#30)
3.0
Percent Passing 75 pm #200
1.5
"Uniformity is the Maximum allowable Standard Deviation
of test results of processed RAP.
3. The Contractor shall supply a Performance Graded Binder which meets the AASHTO MP-1 specifications
for one temperature grade lower for both the high and low end than that specified in the Contract if RAP
content is greater than 20 percent. For example, if the Contract originally specified a PG 76-28, the
Contractor shall supply a binder meeting the AASHTO MP-1 specifications for a PG 70-34.
4. If RAP millings generated are incorporated in the same project, in accordance with CPL 5145 the
Contractor shall pave with a virgin mix design until sufficient amount of processed RAP has been stockpiled
and tested to allow full production of a RAP HMA mix.
I
February 3, 2011
REVISION OF SECTION 401
TEMPERATURE SEGREGATION
Section 401 of the Standard Specifications is hereby revised for this project as follows:
In subsection 401.16 delete the twelfth (last) paragraph and replace it with the following:
The Engineer may evaluate the HMA for low density due to temperature segregation any time industry best
practices, as detailed on Form 1346, are not being followed or the Engineer suspects temperature segregation is
occurring. The Engineer will first meet with the Contractor to discuss the paving practices that are triggering the
temperature investigation. Areas across the mat, excluding the outside 1 foot of both edges of the mat, that are '
more than 25 °F cooler than other material across the width may be marked for density testing. Material for
temperature comparison will be evaluated in 3-foot intervals behind the paver across the width of the mat. The
material shall be marked and tested in accordance with CP 58. If four or more areas within a lot of 500 tons have
densities of less than 93 percent of the material's maximum specific gravity for SMA mixes or less than 92 percent
of the material's maximum specific gravity for all other HMA mixes, a 5 percent price disincentive will be applied to
the 500 ton lot. The 500 ton count begins when the Engineer starts looking for cold areas, not when the first cold
area is detected. This price disincentive will be in addition to those described in Sections 105 and 106. Only one
area per delivered truck will be counted toward the number of low density areas. Temperature segregation
checks will be performed only in areas where continuous paving is possible.
[1
1
1
1
I
I
I
I
L Fill
0
J
'
REVISION OF SECTION 401 February 3, 2011
TOLERANCES FOR HOT MIX ASPHALT (VOIDS ACCEPTANCE)
Section 401 of the Standard Specifications is hereby revised for this project as follows:
In subsection 401.02(a) delete Table 401-1, including the footnotes, and replace with the following:
Table 401-1
Tolerances for Hot Bituminous Pavement
I
1
n
I
1
1
1
Element
Tolcrance
Asphalt Cement Contcnt
+ 0.3 %
Voids in the Mineral Aggregate (VMA)
+ 1.2 %
Air Voids
+ 1.2 %
I
May 5, 2011 1
REVISION OF SECTIONS 412,601 AND 711
LIQUID MEMBRANE -FORMING COMPOUNDS
FOR CURING CONCRETE
Sections 412, 601 and 711 of the Standard Specifications are hereby revised for this project as follows:
In subsection 412.14, first paragraph, delete the second sentence and replace with the following:
The impervious membrane curing compound shall meet the requirements of ASTM C 309, Type 2 and shall be
volatile organic content (VOC) compliant.
In subsection 601.13 (b), first paragraph, delete the second sentence and replace with the following:
A volatile organic content (VOC) compliant curing compound conforming to ASTM C 309, Type 2 shall be used on
surfaces where curing compound is allowed, except that Type 1 curing compound shall be used on exposed
aggregate or colored concrete, or when directed by the Engineer.
In subsection 601.16 (a)1., delete the first sentence and replace with the following:
1. Membrane Forming Curing Compound Method. A volatile organic content (VOC) compliant curing compound
conforming to ASTM C 309, Type 2 shall be uniformly applied to the surface of the deck, curbs and sidewalks
at the rate of 1 gallon per 100 square feet.
Delete subsection 711.01 and replace with the following:
711.01 Curing Materials. Curing materials shall conform to the following requirements:
BurlapCloth made from.JuteoriKenaf .�.::'z,t I'#',AASFiTOM 182 i
Liquid Membrane -Forming Compounds for
Curing Concrete ASTM C 309
SheetMaterral5for�Cuting GonErefe a..s:;AASHTO"M,1,T1"=.'
*Only the performance requirements of AASHTO M171 shall apply.
Straw used for curing shall consist of threshed straw of oats, barley, wheat, or rye. Clean field or marsh hay may
be substituted for straw when approved by the Engineer. Old dry straw or hay which breaks readily in the
spreading process will not be accepted.
I
February 3, 2011
REVISION OF SECTION 601
CONCRETE BATCHING
Section 601 of the Standard Specifications is hereby revised for this project as follows:
In subsection 601.06, delete (13) and (17) and replace with the following:
(13) Gallons of water added by truck operator, the time the water was added and the quantity of concrete in the
truck each time water is added.
(17) Water to oementitious material ratio.
I
February 3, 2011
REVISION OF SECTIONS 601
CONCRETE FINISHING
Section 601of the Standard Specifications are hereby revised for this project as follows:
In subsection 601.12 (a) delete the fifth paragraph and replace it with the following:
Water shall not be added to the surface of the concrete to assist in finishing operations.
Hand finishing should be minimized wherever possible. The hand finishing methods shall be addressed in the
Quality Control Plan for concrete finishing. Hand finished concrete shall be struck off and screeded with a portable
screed that is at least 2 feet longer than the maximum width of the surface to be struck off. It shall be sufficiently
rigid to retain its shape. Concrete shall be thoroughly consolidated by hand vibrators. Hand finishing shall not be
allowed after concrete has been in -place for more than 30 minutes or when initial set has begun. Finishing tools
made of aluminum shall not be used.
The Contractor shall provide a Quality Control Plan (QCP) to ensure that proper hand finishing is accomplished in
accordance with current Industry standards. It shall identify the Contractor's method for ensuring that the
provisions of the QCP are met The QCP shall be submitted to the Engineer at the Preconstruction Conference.
Concrete placement shall not begin until the Engineer has approved the QCP. The QCP shall identify and
address issues affecting the quality finished concrete including but not limited to:
(1) Timing of hand finishing operations
(2) Methodology to place and transport concrete
(3) Equipment and tools to be utilized
(4) Qualifications and training of finishers and supervisors
When the Engineer determines that any element of the approved QCP is not being implemented or that hand
finished concrete is unacceptable, work shall be suspended. The Contractor shall supply a written plan to address
improperly placed material and how to remedy future hand finishing failures and bring the work into compliance
with'the QCP. The Engineer will review the plan for acceptability prior to authorizing the resumption of operations.
In subsection 601.14(a) delete the fourth paragraph.
[1
1
I
1
1
I
I
I
fl1
I
0
I
u
9. PRICES
The foregoing prices shall include all labor, materials, transportation, shoring, removal,
dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the
several kinds called for.
Bidder acknowledges that the OWNER has the right to delete items in the Bid or change
quantities at his sole discretion without affecting the Agreement or prices of any item so
long as the deletion or change does not exceed twenty-five percent (25%) of the total
Agreement Price.
RESPECTFULLY SUBMITTED:
Title
License Number (If Applicable)
(Sea] ; if Bid is by corporation)
Attest:
Address zao';� NIDA r% ire e-i-
�1a �v< <i Ga SQG51
Telephone 9.1 o - ns— to l L
Email non eAon l 15).2ay4_k1tA' a
Rev10/20107 Section 00300 Page 3
February 3, 2011-
1
REVISION OF SECTIONS 627 AND 708
PAVEMENT MARKING WITH WATERBORNE PAINT
AND LOW VOC SOLVENT BASE PAINT
Sections 627 and 708 of the Standard Specifications are hereby revised for this project as follows:
In subsection 627.04 delete the table and replace it with the following
DESCRIPTION
Paint
-
1� f_
.:.x.,_...
_
3 !7�` -. ��,.
�, - :, �� <�, <
�:
yry ¢2t
_1Nater Based n
.wawa �
x-.4owiU,O.0
P"' t �n '4
FHI hBuilds t,.
Ali nment.;;#�Lateral;;Deviatioi.
<`�.,20inchi': er,20Qfoot;Max;,£.g
Coverage Rate
S . Ft. per Gallon
100-110
100-110
70-85
«,x
iThic{cness�.����r,"
F I
15 1;7
15'1`7A
a1i �20=25`f ,
Width
Inches
Per Plans +/- 0.25
D Time 'I=
r ""Min tesf
Beads
Application Rate, Ibs/ al
6-8
8-10
Subsection 708.05 shall include the following:
(c) High Build Acrylic Waterborne Paint. High build acrylic waterborne paint binder (nonvolatile portion of
vehicle) shall be 100 percent acrylic cross linking polymer, by weight, as determined by infrared analysis or
other chemical analysis available to the Department.
1
I
February 3, 2011
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
Section 630 of the Standard Specifications is hereby revised for this project as follows: 1
Subsection 630.10 shall include the following after the first paragraph:
The Contractors 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.
11
I
I
I
III
I
I
I
u
I
t
1
1
1
1
February 3, 2011
REVISION OF SECTION 630
RETROREFLECTIVE SIGN SHEETING
(WITH TYPE VI SHEETING)
Section 630 of the Standard Specifications is hereby revised for this project as follows:
In subsection 630.02, delete the sixth and seventh paragraphs, including Table 630-1, and replace them with the
following:
Retroreflective sheeting for all signs requiring an orange background shall be Type VI or Type Fluorescent.
Retroreflective sheeting for all signs requiring a yellow background shall Type Fluorescent.
Table 630-1
RFTRr1RGG1 GCTI\rG CNGGTlMr- TVRFC
Type VI
Sheeting
Type IV*
.(Roll -up sin material)
Type Fluorescent,
Application
Work Zone
Work Zone
Work Zone
QlliOran$@:Gon'stivctiont t
.47
44T
Orange Construction Signs that
are used only during daytime
hours for short term or mobile
X4
X
operations
,i isl-r
Vertical Panels
X
to ersSt'o §t'ow;P ddle
r.z _ ."a3t�5=t. ..ems
MEN;..�
Drums
X
Non o6bJ Fi cd'Supp °ri signs
I Y h t3 k�'F
9f tc k) x s 911
refix "W t?�
with
hF.a, a
;a§ , r_-
a_.
Special Warning Signs
X
y ..'.�
Slgn (R I).9=:clt_Y4t
I
MM
y
V.i'NIi'h.
g
u4i .F',„�
sIli]iy"P"i�a3
r� _
DETOUR sign (M4-9) or
4-10)
X
2Ail'other fined su o�ittsi � s . ,
t
_-?�1'�-:..a X'SauA Sr ,:", ,31
b y �
6p�7° " � � � � t
}.;°.viz.��.,c.'. # 9 :?. cib::.:�,5
° t�'" ��'
.'ice. �i�X' R�'-'. 7:.�:&`.i
All other signs used only during
working hours
X
X
IO/i�h'2Leyt j�3tigni$sZ�YdElFare� ,us d
?only durmg daytime haurs�oL
Xl
i
X{ 14k�Xt
I
g ,�
i sf
a r i �rxt
°shotttermso&mpbile,o erahons�_•
;�d�€),� Ip
,�,.,�;;� t���f�&
;; � ri °=s tf'��,Fq
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-I.
4 RS 24 only.
5 White only.
♦ New signs and devices shall be manufactured with Type IV sheeting. Existing signs and devices manufactured with Type III sbeeting
may he used on projects advertised prior to January I, 2014. Sighs and devices used on projects advertised on or after January I, 2014
shall be manufactured with Type IV sheeting.
I
February 3, 2011 1
REVISION OF SECTION 630
RETROREFLECTIVE SIGN SHEETING
Section 630 of the Standard Specifications is hereby revised for this project as follows:
In subsection 630.06, first paragraph, delete the fifth sentence and replace with the following:
Retroreflective sheeting on new devices shall be Type IV. Existing devices manufactured with Type III sheeting
may be used on projects advertised prior to January 1, 2014. Devices used on projects advertised on or after '
January 1, 2014 shall be manufactured with Type IV sheeting.
1
I
I
I.
I
0
0
I
D
I
February 3, 2011
' REVISION OF SECTION 712
WATER FOR MIXING OR CURING CONCRETE
Section 712 of the Standard Specifications is hereby revised for this project as follows:
Delete subsection 712.01 and replace it with the following:
712.01 Water. Water used in mixing or curing concrete shall be reasonably clean and free of oil, salt, acid, alkali,
sugar, vegetation, or other substance injurious to the finished product. Concrete mixing water shall meet the
requirements of ASTM C1602. The Contractor shall perform and submit tests to the Engineer at the frequencies
' listed in ASTM C1602. Potable water may be used without testing. Where the source of water is relatively
shallow, the intake shall be so enclosed as to exclude silt, mud, grass, and other foreign materials.
1
[_I
I
1
I
I
I I
I
I
I
1
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
February 3, 2011 1
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:
(malt anri Timp}ahla Mr Minnrity 114 H72finn
Timetable - Until Further Notice
Economic
Standard Metropolitan
Counties
Goal
Area
Statistical Area SMSA
Involved
157
2080 Denver -Boulder
Adams, Arapahoe, Boulder, Denver,
(Denver)
Douglas, Gilpin, Jefferson ...................
13.8%
2670 Fort Collins
Larimer................................................
6.9%
3060 Greeley
Weld ....................................................
13.1
Non SMSA Counties
Cheyenne, Clear Creek, Elbert,
Grand, Kit Carson, Logan, Morgan,
Park, Phillips, Sedgwick, Summit,
Washington & Yuma ............................
12.8%
158
1720 Colorado Springs
El Paso, Teller .....................................
10.9%
(Colo. Spgs. -
6560 Pueblo
Pueblo .................................................
27.5%
Pueblo)
Non SMSA Counties
Alamosa, Baca, Bent, Chaffee,
Conejos, Costilla, Crowley, Custer,
Fremont, Huerfano, Kiowa, Lake,
Las Animas, Lincoln, Mineral, Otero,
Prowers, Rio Grande, Sa uache........
19.0%
159
Non SMSA
Archuleta, Delta, Dolores, Eagle,
(Grand Junction)
Garfield, Gunnison, Hinsdale,
La Plata, Mesa, Moffat, Montezuma,
Montrose, Ouray, Pitkin, Rio Blanco,
Routt, San Juan, San Miguel
1 10.2%
156 (Cheyenne -
Non SMSA
Jackson County, Colorado ..................
7.5%
Casper WY)
GOALS AND TIMETABLES FOR FEMALE UTILIZATION
Until Further Notice ......... ............................................................................................................. 6.9% -- Statewide
February 3, 2011
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.
I
I
I
0
1
I
3
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
February 3, 2011 1
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 Employers
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 workis 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.
1
H
1
I
I
I
I
I
0
0
I
February 3, 2011
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.
0 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
aimplement 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
a 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
Q 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
B 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.
1
1
I
5
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
February 3, 2011 1
g. Review, at least annually, the Contractor's EEO policy and affirmative action obligations under these
specifications with all employees having any responsibility for hiring, assignment, layoff, termination
or other employment decisions including specific review of these items with onsite supervisory
personnel such as Superintendents, General Foreman, etc., prior to the initiation of construction work
at any job site. A written record shall be made and maintained identifying the time and place of these
meetings, persons attending, subject matter discussed, and disposition of the subject matter.
h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media,
specifically including minority and female news media, and providing written notification to and
discussing the Contractors and Subcontractors with whom the Contractor does or anticipates doing
business.
i. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to
schools with minority and female students and to minority and female recruitment and training
organizations serving the Contractor's recruitment area and employment needs. Not later than one
month prior to the date for the acceptance of applications for apprenticeship or other training by any
recruitment source, the Contractor shall send written notification to organizations such as the above,
describing the openings, screening procedures, and tests to be used in the selection process.
j. Encourage present minority and female employees to recruit other minority persons and women and,
where reasonable, provide after school, summer and vacation employment to minority and female
youth both on the site and in other areas of a Contractor's workforce.
k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR
Part 60-3.
I. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for
promotional opportunities and encourage these employees to seek or to prepare for, through
appropriate training, etc. such opportunities.
m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do
not have a discriminatory effect by continually monitoring all personnel and employment related
activities to ensure that the EEO policy and the Contractor's obligations under these specifications
are being carried out.
n. Ensure that all facilities and Contractor's activities are nonsegregated except that separate or single -user
toilet and necessary changing facilities shall be provided to assure privacy between the sexes.
o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female
construction contractors and suppliers, including circulation of solicitations to minority and female
contractor associations and other business associations.
p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the
Contractor's EEO policies and affirmative action obligation.
COLORADO DEPARTMENT OF TRANSPORTATION Project #:
BIDDERS LIST DATA and UNDERUTILIZED �- "o
Location:
DBE (UDBE) BID CONDITIONS ASSURANCE �� 1�Dn5 - 1kwrnar)
Prime Contractor Instructions: This form has two sections, both must be completed and submitted with your bid. Complete
Section l to list aff subcontract quotes received (non -DBE and DBE). Complete Section II to report only Underutilized DBE
(UDBE) participation percentages which qualify under the contract goal specification for this project. Please review CDOT Form
#715 instructions before completing Section II. Attach additional sheets as necessary.
POLICY _ It is the policy of the Colorado Department of Transportation that underutilized disadvantaged business enterprises have equal
opportunity to participate on projects financed with federal, state or local entity funds. Consistent with 49 Code of Federal
Regulations (CFR) Part 26.1.1, the Bidders List data provided by the Contractors will provide CDOT as accurate data as
possible about the universe of DBE and non -DBE firms actively seeking work on its highway construction contracts, for use in
setting overall DBE goals.
SECTION I: CDOT BIDDERS LIST INFORMATION (Non -DBEs and DBEs)
1) Are all subcontract bids (quotes) received by your firm for this project listed below? ❑ Yes -W No
2) ff No, make certain any additional subcontract bidding information is submitted to the CDOT Business Programs Office
before 4:00 pm on the day after bids are opened to ensure CDOT has the best data possible for setting future DBE goals
(use the same table format as below):
CDOT Business Programs Office
4201 E. Arkansas Ave., Room 200
Denver, Colorado 80222 FAX: 303-757-9019 EMAIL: eo@dot.state.co.us
3) The most recent CDOT Bidders List will be posted online at: www.dot:state.co.us/EEO/DBE Program Page.htm
Name of firm submitting Bid/Quote
Certified
DBE firm?
Yes I No
Work item(s) description
Firm being,
used?
Yes No
1. tnAJ Cr U
V
��FA c,L4
2.
3.
4.
5.
6: '
7.
'8.
9.
10.
11.
12.
13.
14.
,age I or 2
Previous editions are obsolete and may not be used
CDOT Form #714 4/08
I
February 3, 2011
6
AFFIRMATIVE ACTION REQUIREMENTS
8 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
0 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
anot 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
8 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.
8 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
a 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
a 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).
i�
I�
1
I
7
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
C. SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES.
February 3, 2011 1
e
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. m
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 Contractors staff who are authorized to hire, supervise, promote, and discharge
employees, or who recommend such action, or who are substantially involved in such action, will be
made fully cognizant of, and will implement, the 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.
I
I
February 3, 2011
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: _
O
(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.
1
February 3, 2011 1
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
b. The Contractor will periodically evaluate the spread of wages paid within each classification to
determine any evidence of discriminatory wage practices.
c. The Contractor will periodically review selected personnel actions in depth to determine whether there
is evidence of discrimination. Where evidence is found, the Contractor will promptly take
corrective action. If the review indicates that the discrimination may extend beyond the actions
reviewed, such corrective action shall include all affected persons.
d. The Contract will promptly investigate all complaints of alleged discrimination made to the Contractor
in connection with his obligations under this contract, will attempt to resolve such complaints, and
will take appropriate corrective action within a reasonable time. If the investigation indicates that
the discrimination may affect persons other than the complainant, such corrective action shall
include such other persons. Upon completion of each investigation, the Contractor will inform
every complainant of all of his avenues of appeal.
7. Training and Promotion.
a. The Contractor will assist in locating, qualifying, and increasing the skills of minority group and
women employees, and applicants for employment.
b. Consistent with the Contractor's work force requirements and as permissible under Federal and State
regulations, the Contractor shall make full use of training programs, i.e., apprenticeship, and on-
the-job training programs for the geographical area of contract performance. Where feasible, 25
percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship
or training.
c. The Contractor will advise employees and applicants for employment of available training programs
and entrance requirements for each.
d. The Contractor will periodically review the training and promotion potential of minority group and
women employees and will encourage eligible employees to apply for such training and
promotion.
8. Unions. If the Contractor relies in whole or in part upon unions as a source of employees, the Contractor
will use his/her best efforts to obtain the cooperation of such unions to increase opportunities for
minority groups and women with the unions, and to effect referrals by such unions of minority and
female employees. Actions by the Contractor either directly or thorough a contractor's association
acting as agent will include the procedures set forth below:
a. The Contractor will use best efforts to develop, in cooperation with the unions, joint training programs
aimed toward qualifying more minority group members and women for membership in the unions
and increasing the skills of minority group employees and women so that they may qualify for
higher paying employment.
b. The Contractor will use best efforts to incorporate an equal employment opportunity clause into each
union agreement to the end that such union will be contractually bound to refer applicants without
regard to their race, color, religion, sex, or national origin.
c. The Contractor is to obtain information as to the referral practices and policies of the labor union
except that to the extent such information is within the exclusive possession of the labor union
and such labor union refuses to furnish such information to the Contractor, the Contractor shall so
certify to the State highway department and shall set forth what efforts have been made to obtain
such information.
February 3, 2011
10
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
d. In the event the union is unable to provide the Contractor with a reasonable flow of minority and women
referrals within he time limit set forth in the collective bargaining agreement, the Contractor will,
through independent recruitment efforts, fill the employment vacancies without regard to race, color,
religion , sex or national origin; making full efforts to obtain qualified and/or qualifiable minority group
persons and women. (The U.S. Department of Labor has held that it shall be no excuse that the
union with which the Contractor has a collective bargaining agreement providing for exclusive referral
failed to refer minority employees.) In the event the union referral practice prevents the Contractor
from meeting the obligations pursuant to Executive Order 11246, as amended, and these special
provisions, such Contractor shall immediately notify the State highway agency.
9. Subcontracting.
a. The Contractor will use his best efforts to solicit bids from and to utilize minority group subcontractors or
subcontractors with meaningful minority group and female representation among their employees.
Contractors shall obtain lists of minority -owned construction firms from State highway agency
personnel.
b. The Contractor will use -his best efforts to ensure subcontractor compliance with their equal employment
opportunity obligations.
10. Records and Reports.
a. The Contractor will keep such records as are necessary to determine compliance with the Contractor's
equal employment opportunity obligations. The records kept by the Contractor will be designed to
indicate:
(1) The number of minority and nonminority group members and women employed in. each work
classification on the project.
(2) The Progress and efforts being made in cooperation with unions to increase employment
.opportunities for minorities and women (applicable only to contractors who rely In whole or in part
on unions as a source of their work force).
(3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minority
and female employees, and
(4) The progress and efforts being made in securing the services of minority group subcontractors or
subcontractors with meaningful minority and female representation among their employees.
b. All such records must be retained for a period of three years following completion of the contract work
and shall be available at reasonable times and places for inspection by authorized representatives of
the State highway agency and the Federal Highway Administration.
c. The Contractors will submit an annual report to the State highway agency each July for the duration of the
project, indicating the number of minority, women, and non -minority group employees currently
engaged in each work classification required by the contract work. This information is to be reported
on Form PR 1391.
I
1
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
(a) Definitions and Procedures
For this project, the following terms are defined:
February 3, 2011 1
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, Kiribati, 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."
1
1]
I
I
1
I
I
I
I
I
I
0
0
'
February 3, 2011
2
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
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.
'
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 bidder 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 bidder from fulfilling the Good Faith Efforts
requirements. The apparently successful 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.
I
I
The bidder may submit information on its UDBE successes in the preparation of this bid and its
successes on CDOT projects during the three preceding calendar years. These successes shall be
documented in Section IV of the Form 718. Other factors the bidder considers relevant to its past
performance in meeting CDOT UDBE contract goals shall also be documented in Section IV of the Form
718.
In determining whether a bidder has made good faith efforts, CDOT will consider the performance of the
apparently successful bidder in meeting UDBE contract goals over the preceding three calendar years.
This will include performance at the time of Contract bid and at the time of Contract close. CDOT will use
this information to help assess the bidder's ongoing level of commitment in performing good faith efforts
to meet project goals. CDOT will also take into account the performance of other bidders in meeting the
contract goal. For example, when the apparently successful bidder fails to meet the contract goal, but
others meet it, CDOT will reasonably raise the question of whether, with additional reasonable efforts, the
apparently successful bidder could have met the goal. The greater the difference between the contract
goal and the apparently successful bidder's DBE commitments on the Form 714, the greater the level of
Good Faith Efforts expected by CDOT. If the apparently successful bidder fails to meet the goal, but
meets or exceeds the average UDBE participation obtained by other bidders, CDOT will view this, in
conjunction with other factors, as evidence that the apparently successful bidder may have made
adequate good faith efforts.
0
February 3, 2011
3
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
CDOT will accept verifiable comments from persons that have specific information pertaining directly to
the efforts made by the bidder to reach the contract goal on this project. CDOT will consider these
comments as part of its good faith effort analysis prior to issuing its decision regarding whether good faith
efforts were employed by the apparently successful bidder. To be considered during CDOT's good faith
'
effort analysis for the project, such comments must be submitted by letter, fax, or email. Comments must
be sufficiently detailed, and must be received by CDOT within seven calendar days after the bid opening.
Written comments should be submitted to CDOT based on the contact information listed at
http://www.dot.state.co.us/EEO/ContactUs.htm .
'
The Business Programs Office, with the DBE Liaison's Approval, will notify the apparently successful
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 CDOTs 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.
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. The Chief Engineer may pursue award of the
Contract to the next lowest responsible bidder based upon this 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
a
work as to non UDBE subcontractors.
(5) Award subcontracts to UDBEs where their quotations are reasonably competitive with other
quotations received.
I
February 3, 2011
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
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:/Iwww.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.
' (c) Bidding Requirements
1. 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 apparently successful 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 maybe submitted by FAX, at Fax number (303)757-9019, with
an original copy to follow. If the contract goal is not met, the apparently successful 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.
[J
5
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
February 3, 2011 1
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.
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.
1
t
1
l_ J
0
I
I
di
I
I
0
0
CONTRACT DOCUMENTS TABLE OF CONTENTS
Section
BID INFORMATION
00020 Notice Inviting Bids
00100 Instruction to Bidders
00300 Bid Form
00400 Supplements to Bid Forms
00410 Bid Bond
00420 Statements of Bidders Qualifications
00430 Schedule of Major Subcontractors
CONTRACT DOCUMENTS
00500 Agreement Forms
00510 Notice of Award
00520 Agreement
00530 Notice to Proceed
00600 Bonds and Certificates
00610 Performance Bond
00615 Payment Bond
00630 Certificate of Insurance
00635 Certificate of Substantial Completion
00640 Certificate of Final Acceptance
00650 Lien Waiver Release (Contractor)
00660 Consent of Surety
00670 Application for Exemption Certificate
CONDITIONS OF THE CONTRACT
00700 General Conditions
Exhibit GC -A
00800 Supplementary Conditions
00900 Addenda, Modifications, and Payment
00950 Contract Change Order
00960 Application for Payment
SPECIFICATIONS
SOILS REPORT
Pages
00020-1 - 00020-2
00100-1 - 00100-9
00300-1 - 00300-3
00400-1
00410-1 - 00410-2
00420-1 - 00420-3
00430-1
00500-1
00510-0
00520-1 - 00520-6
00530-1
00600-1
00610-1 - 00610-2
00615-1 - 00615-2
00630-1
00635-1
00640-1
00650-1 - 00650-2
00660-1
00670-1 - 00670-2
00700-1 - 00700-34
GC -Al - GC-A2
00800-1 - 00800-2
00900-1
00950-1 - 00950-2
00960-1 - 00960-4
'
COLORADO DEPARTMENT OF TRANSPORTATION
r'R EOT NO
i/ _
ANTI.C.OLLUSIO:N AFFIDAVIT'
LOCATION:l��y o� fit. Cottons
V\ortno" ak Le.rvAGy
f-hereby.attest.that I•am,the person responsible:Within my firm for the final decision.as to the prlce(s) and.amount of this
bid or, if not, that i haveiwritten authorization;, enclosed herewith, from that'perscii to,make the'statements;set out.beiow on
his' or: her behalf andon behalf of n y firm.
I fuittier attest that:
1. The price(s) and amount of'thls•bid have been arrived at independently; Without. Consultation, communication or
agreementfoi the purpbse or with the, effect of'restricting compet(tlon with any otherfirm or person Who.'is a bidder
or potential prime _bidder,
2A. •Nelther'the prices) northe amountot'tfils bid"Have been disclosed -to any other firm•or person who is a bidder or
potential prime 6dder on this project; and. will not Abe so,disciosed prior to: bid opemrn ,.
28: 'Neither the prices: nor the amount of the bid•of7any'otherfirm 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.abidder,'or potentia),prfine bidder to
refrain from bidding on:this project, or, to submit a bid higher.thari•the bid ofthis firm, or any inte'ntionaily;h(gh penon- r
competitive; bid, or other form of complementary bid:
36. No agreement has'Been promised or solicitedrfor.anyotheetirm or person who isabidder orpotential prime bidder
on this project to su6md an: interilionally high, noncompetitive "orother.form;of complementary tiI, on this project.,
4. 'The bid.ot`my firm is!made;ln good:faith-and notpursuant to any consultation, communication,.agreement or
discussion with, or•irid`ucementor solicitation by or from an'y'`firm or"person do submit any intentionajiy hig`` ,, rioncom•-
petltive'or.othert.ormof complementary bid:
5. My firm has not offered or entered•into a:•suboontract or agreement regarding the purohase'or sale of materials or
servfc'es_from 'anyfirm or.person, or offered', ,promised �or paid cash or•anything of.valile: to anyfirm or -person;.
whether in connection:with.this or any other project; in:conslderation for an agreement•or promise by anyfirm.or
person to refrain fiom;bidding or to "submfi•any intentionaliy higli,'noncompetitive or other torm'o_ f:complementary:bfd'
oragreeingtor promising to;do so on this:project.
6. My firni has,not accepfed,or been promised any'suticontract or agreerh6ntregarding the,:sale,of materials or
sewices to'any.firm or person, and has not been promised or paid cash oranything ;of value'by any firm orperson„
whether iri'connection with this or'any other project; Vxchsideration for my,Iirin'$sutimitting.any'intehtionalfy high,
noncompetitive orother form of complementary bid; or agreeing orrpromising to do so, on'this project
7. -.t have made a:diiigent inquiry of all memb6is officers, employees,. and'agehts of my firm with responsibilities
relating to:tnepieparation, approval or submission of my firm`s.bid'on this'projectand:have been advised by'each of
therethat:fieorshe has not participatetl•in,anycommunication,:consultation discussfori,•agreement;;collusion, or
•other conduct Incof siisiei M'Wlth.-any of the' ;etatements'and representatroris'made iii this affidavit..
a. .fuDdersiand and'.myfirm understands,that•any,,misstatement.in,thisiaifidavit is and sliall be ti,eated'as a„fraudulent
conceatment from the Colorado Department of Transportation„oi the'true,facts relating,fd submissforcof',blds:forthis.
:contract.
I DECLARE UNDEI PENALTY OF'PERJURY .IN THE SECOND DEGREE; AND ANY -OTHER APPLICABLE'; STATE OR'
FEDERAL. LAWS: THAT.THE STATEMENTS ,MADE ON. THIS DOCUMENT ARE'TRUE AND COMPLETE TO'THE BEST'
OF MY KNOWLEDGE:
Co(SlreoiOfs'Lsp:Or company name
By
•Dula
n
l
rua
�
'2n_dwnlracbrs Ian Prcompany !>bm6, (Itlanl. �+nufa:l �
Qy, -
'Cat I
:Tale
I
I
Sworn to":before, me this 09 day 6f; 'K l
No Pu610
my com%rsi - '' CC
C� V
O E: This"document rriust:be signed in'ink.
COOT,Fon 0606 1102
n
February 3, 2011
6
DISADVANTAGED BUSINESS ENTERPRISE
' DEFINITIONS AND REQUIREMENTS
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.
B. 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.
' (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.
' 7. 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. COOT 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.
I
7
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
February 3, 2011 1
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 Contractors 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.
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.
[1
' February 3, 2011
8
DISADVANTAGED BUSINESS ENTERPRISE
' DEFINITIONS AND REQUIREMENTS
(f) 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 iri 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
'
COLORADO DEPARTMENT OF TRANSPORTATION Project #:
BIDDERS LIST DATA and UNDERUTILIZED
Location:
DBE (UDBE) BID CONDITIONS ASSURANCE
Prime Contractor Instructions: This form has two sections, both must be completed and submitted with your bid. Complete
Section I to list all subcontract quotes received (non -DBE and DBE). Complete Section II to report only Underutilized DBE
(UDBE) participation percentages which qualify under the contract goal specification for this project. Please review CDOT Form
#715 instructions before completing Section II. Attach additional sheets as necessary.
POLICY
It is the policy of the Colorado Department of Transportation that underutilized disadvantaged business enterprises have equal
opportunity to participate on projects financed with federal, state or local entity funds. Consistent with 49 Code of Federal
Regulations (CFR) Part 26.11, the Bidders List data provided by the Contractors will provide CDOT as accurate data as
possible about the universe of DBE and non -DBE firms actively seeking work on its highway construction contracts, for use in
setting overall DBE goals.
SECTION I: CDOT BIDDERS LIST INFORMATION (Non -DBEs and DBEs)
1) Are all subcontract bids (quotes) received by your firm for this project listed below? ❑ Yes ❑ No
2) ff No, make certain any additional subcontract bidding information is submitted to the CDOT Business Programs Office
before 4:00 pm on the day after bids are opened to ensure CDOT has the best data possible for setting future DBE goals
(use the same table format as below):
CDOT Business Programs Office
4201 E. Arkansas Ave., Room 200
Denver, Colorado 80222 FAX: 303-757-9019 EMAIL: eo@dot. state. co. us
3) The most recent CDOT Bidders List will be posted online at: www.dot.state.co.us/EEO/DBEProgramPage.htm
Name of firm submitting Bid/Quote
Certified
DBE firm?
Yes No
Work item(s) description
Firm being
used?
Yes No
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
Page 1 of 2 Previous editions are obsolete and may not be used CDOT Form #714 4/08
I
1
1
I
t
1
Name of firm submitting Bid/Quote
Certified
DBE firm?
Yes No
Work item(s) description
Firm being
used?
Yes No
15.
16.
17.
18.
19.
20.
SECTION II: UNDERUTILIZED DBE (UDBE) PARTICIPATION COMMITMENT
1) Total eligible Underutilized DBE (UDBE) percentage amount from Box A below: %
2) Will your company's Underutilized DBE (UDBE) participation commitment meet the contract goal? ❑ Yes ❑ No
3) List the UDBE firms, committed work items, and eligible UDBE percentage of your bid committed to each.
UDBE Firm name
Certification #
Committed work item(s)
% Commitment
toward DBE Goal"
1.
%
2.
%
3.
%
4.
%
5.
%
BOX A: TOTAL ELIGIBLE UDBE PERCENTAGE AMOUNT (Round to nearest hundredth) — %
' Detailed instructions on how to calculate DBE commitment amounts are available on CDOT Form #715 and in the "Counting DBE Participation
Toward Contract Goals and CDOT's annual DBE goal" section of the "DBE — Definitions and Requirements" in the Standard Special Provisions.
I understand that, if my company is determined to be the low bidder for the contract on this project, I must submit a completed
CDOT Form #715 CERTIFICATION OF UNDERUTILIZED DBE PARTICIPATION for each firm listed in Section II of this form
to the Transportation Department by 4:00 pm on the third work day after the day bids are opened. The actual amounts
submitted on each CDOT Form #715 must equal or exceed the DBE percentage commitments documented on this
form. In addition, if my company does not meet the DBE/UDBE goal for this project, I must submit a completed
CDOT Form #718 DBE GOOD FAITH EFFORT DOCUMENTATION before 4:00 pm on the day after bids are opened.
CDOT Form #715s submitted for firms not included on this form, OR for amounts exceeding those listed on this
form, will be accepted but NOT counted as Good Faith Efforts. Only the efforts the contractor made priorto the bid
opening will count as Good Faith Efforts.
I understand my obligation to abide by the Policy stated above Section 1. 1 shall not discriminate on the basis of race, color,
age, sex, national origin, or handicap in the bidding process or the performance of contracts.
I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR
FEDERAL LAWS, THAT THE STATEMENTS MADE IN THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST
OF MY KNOWLEDGE.
Company Name:
Date:
Company Officer Signature:
Title:
a,c wvavo,v aua uiay nm ue uses t uv 1 rorm R/ IY wua
COLORADO DEPARTMENT OF TRANSPORTATION
CERTIFICATE OF PROPOSED
Project No.:
UNDERUTILIZED DBE (UDBE)
Project Code (SA#):
Location:
Form#: of
PARTICIPATION
Prime Contractor- Send completed/signed form to the Business Programs Office (instructions 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 hftp:/twww.dot.state.co.us/ap uc /
NOTE: See 49 CFR part 26.55, and the "DBE - Definitions and Requirements" in the Standard Special Provisions, for further information concerning
counting DBE participation of truckers, subcontractors, suppliers and service providers toward the project's UDBE goal.
PART 1 a —TRUCKING CONTRACT
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 transportation services provided by the UDBE firm and any UDBE lessees.
ELIGIBLE UDBE TRUCKING AMOUNT= I (ACTUAL UDBE AMOUNT) - (Any non-UDBE lessee amounts in this contract)"
" 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 #
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://www. dot. state. co. us/app_ucp/
PART 1 h — SUBCONTRACT _Alf Wa
�1 Un
• ELIGIBLE UDBE SUBCONTRACT AMOUNT = I (Actual UDBE contract amount) (Any>Kon UDBE '10 , tier amounts in this contract)*
t_e {%
Work that a UDBE subcontracts to a lower tier non-UDBE firm does not count towar'14 e pro t UDBE goaLV%
NAME OF UDBE FIRM
CERTIFICATION #
EXP.1 A ION 4ATEELIGIBLE UDBE SUBCONTRACT AMOUNT
/ $
0C
DBE WORK CODE NUMBER(S) THIS UDBE IS BEING U$EO F R '_-§
Complete list of work codes is at http://www dot stateG o �s/app uc}I/
PART 1c — SUPPLY CONTICA6T1N V
a «F
If the is UDBE a T.ype'�fieki�f "Mari facturer" for the item(s):
supplier a with
". �-
• ELIGIBLE UDBE SUPPLYAMOUN Is(ActuafUDBE contract amount) X 100%
ALT
"Regular
If the supplier is a UDBE with a- Type field of Dealer" for the item(s):
t1
• ELIGIBLE UDBE S PPt. A T= I (Actual UDBE contract amount) X 60%
7
\> q�
NOTE: If the supplier is`a,`DBE with a "Type" field of "Broker' 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. usapp ucp/
PART 1rf — BROKER / SERVICE CONTRACT
If purchasing materials or'supplies through a UDBE with a "Type" field of "Broker", 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 are bonding, brokering,
consulting, security guards, and insurance etc.
• ELIGIBLE UDBE SERVICE FEE AMOUNT = Actual compensation retained by the UDBE brokerlagent 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 #
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://wwwdot. state. co.us/app_ucp/
Original - Business Programs Office 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> $
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
contract goals?
C> $
C=[A + B]
D) What is the original contract bid total?
D> $
E) What is the accumulative percent of contract bid total subcontracted to all underutilized DBEs?
E=[(C _ D) X 1001
E>
PART 3 — UDBE CONFIRMATION,.
I confirm that my company is participating in this contract as documented in the Prime Clontractor�s commltrient(s) in PART 1
of this form. Only the value of the work that my company is actually performing is yeIng counted:;r#y�form.
UDBE Firm Name:
UDBE Representative Signature and Title:
PART 4 — PRIME
I certify that:
• my company has met the contra2�ed 0DBEjgoals�grhas submitted a completed CDOT Form #718.
• my company has accep�t6ealpro Posal�fnR' a UDBE named above.
• my company has no t I oseid:�1DBE of the contracted UDBE commitment.
• my compa :fias es�red�tF t th�proposed UDBE has signed PART 3 of this form.
• my company s se of the prd41osed UDBE for the items of work listed above is a condition of the contract award.
a. v-:i
• my company will linvite:t gK> posed UDBE to attend the preconstruction conference.
• my company,wrli nit 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.
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 complete to the best of my knowledae.
Prime Contractor Name:
Officer Signature and Title:
FORM INSTRUCTIONS
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 relevant section(s) for PART 1.
4. Ensure that the proposed UDBE has signed PART 3 of this form.
5. Complete ALL sections of PART 2 and PART 4.
6. Submit a separate CDOT Form #715 for EACH proposed UDBE.
- Business Programs
editions may not be
Date:
7. Retain a photocopy for your records.
8. Send original to:
Colorado Department of Transportation
Business Programs Office
4201 E. Arkansas Ave.
Denver, Colorado 80222
FAX: (303) 757-9019
5—Page2of2
COLORADO DEPARTMENT OF TRANSPORTATION
Project No.:
Project Code (SA#):
UNDERUTILIZED DBE (UDBE) GOOD FAITH
Location:
EFFORT DOCUMENTATION
Date:
No. Of Sheets Attached To Form:
The Contractor who is the apparent low bidder on a COOT construction project, and has failed to meet the Underutilized DBE (UDBE) contract goal, shall use this form to document all good faith efforts that
were made prior to bid opening by said Contractor to meet the goal. FAILURE TO FULLY / CLEARLY 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 that follow the same tabular structure and format outlined below. Attach supporting documentation as required
by CDOT. 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. Only the efforts the Contractor made prior to bid opening
will count as Good Faith Efforts consistent with the instructions on CDOT Form #714.
I. Complete the following table to document sufficient bid items identified as subcontract work to be performed by UDBEs to achieve the contract goal. This includes, where appropriate, breaking out
contract work items into economically feasibly units to facilitate DBE participation, even when the Contractor might otherwise prefer to perform these work items with its own forces. The total percentage of
subcontract items identified for UDBE participation must equal or exceed the percentage UDBE goal set by COOT.
_ _
DBE Work Code,, ,, , „; DBE Work Code , Closest Matching Actual % Amount _ DIRECTORY K CODES
rFn6m DBE'Directory Description' CDOT Bid Item # C Of Final Contract
The DBE Directory can be found online at:
http:l/www.dot.state.co.us/app_ucp/
• DBE work codes are 5 digit numbers where the 1st digit
corresponds to the overall section the code belongs to
• The 1 st 3 digits of a DBE work code identify its category
• DBE work codes ending in "00" represent certification for the
entire work code category
DBE work codes NOT ending in "00" represent certification in a
specific sub -category only
UDBE CONTRACT GOAL %: TOTAL CONTRACT %:
IL Complete the following table to summarize all outreach efforts made to UDBE firms. For each subcontract item identified, contact by mail, fax, phone and/or email 100% of the Colorado certified
UDBEs whose DBE work codes match the type of work being solicited and who are marked as "CDOT GFE Eligible" on the DBE Directory. The Contractor shall ensure that initial solicitations allow
UDBEs at least 10 calendar days to participate effectively in the bidding process. In order to determine with certainty which UDBEs are interested, the Contractor is also required to take appropriate steps
to follow-up initial solicitations (e.g., regional follow-up phone calls etc.). If soliciting by telephone, attach a summary telephone log of calls, including topic of discussion, date, time, name of person
contacted, and the response received. If soliciting by mail, fax, and/or email, attach one example copy of the letter, fax, and/or email sent to UDBEs along with a summary log that documents all dates and
responses received. Letters, faxes and/or emails must specifically identify the project, the items to be subcontracted, and the bid date. Letters, faxes and/or emails must also provide an address and
phone number where specific quantities or details will be available to bidders.
DBE Work Code, DBE Work Code # Of UDBEs # Of UDBEs % Of UDBEsDBE DIRECTORY
+From DBE Directory/_ Description Contacted "Eligible" Contacted
Go to http://www.dot.state.co.us/app_ucp/ and use the
"Directory Updates" button on the DBE Directory to submit any of
the following documented updates on UDBE firms:
• Contact information changes (e.g., phone and address etc.)
• "CDOT GFE Eligibility" status changes (e.g., UDBE firm says they
don't want to be contacted via GFE solicitations etc.)
Note: In order to verify all updates submitted, CDOT may request
additional information from contractors and/or UDBE firms before
posting requested changes to the Directory.
IiWrigir"sineslftams ift S iWHIS IMIS C1W_NTI1W&vior . ons FWt be m iWT F(11W - PaMf 2 ift -
M M M M M M M r M M M M M M M M M= M
III. Complete the following table to show all subcontract bids received (non-UDBE and UDBE), bid dollar amounts for each bid item, and the name of the successful bidder. Where bundled subcontract
bids were received, break out quotes per bid item number. If the UDBE bids were rejected, give reasons for each case. 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. Cost alone may not be adequate justification for failure to use a UDBE bid. When a non-UDBE bid
is significantly tower than a UDBE bid, the Contractor may choose to perform the item itself. COOT will determine whether a subcontractor's bid is "competitive" based on factors such as the percentage
and dollar difference between quote(s), and/or the percentage the quote(s) represents of the overall contract.
CDOT Bid Item #
(Break Out Bundled Quotes)
OloaesY .
DBE Work
Bid Item„Descrlptlon
Subcontractor Name
(Place an' next to firm being used)
Actual Bid Item
Quote Price
UDBE
Firm?
o
�o Difference On
Items That
UDBE Firms Bid
Ll
Ll
Ll
Li
Li
Ll
Ll
Li
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 quality of the efforts made as well as kinds of efforts made may be considered. List any additional efforts to increase UDBE contract participation, such as assisting UDBEs in obtaining
bonding/insurance/lines of credit, effectively using the services of community organizations/publications, and/or requesting subcontractors to assist with providing UDBE participation. Report the results of
such efforts. Note: Advertising in a publication with low UDBE subscription rates will not be considered as quality efforts by COOT
THE CONTRACTOR UNDERSTANDS THAT DEMONSTRATION OF GOOD FAITH EFFORTS IN ACHIEVING THE UDBE GOALS ESTABLISHED BY COOT IS REQUIRED THROUGHOUT THE
PERFORMANCE OF THE CONTRACT.
Company Name:
Phone:
Fax:
Title: JPrinted
Name:
Signature:
Original - Business Programs Office THIS FORM IS CONFIDENTIAL - Previous editions may not be used CDOT Form 718 - Page 2 of 2 1/06
1_ 'U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 08-12-11
GFNF.RAL DFCISION NUMBERS CO20100014 AND CO20100015. HIGHWAY CONSTRUCTION
Decision Nos. CO20100014 and CO20100015 dated March 12,
Modifications
ID
2010 supersedes Decision Nos. C0020080014 and C0020080015
MOD Number Date Paee Number(s)
dated February 08, 2008.
1 05-07-10 1,2
2 06-04-10 1,5
1
2
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
3 08-06-10 1,5
3
job classifications, the higher minimum wages and fringe benefits
4 10-08.10 1
4
shall apply throughout the project.
5 10-29-10 5
5
6 07-15-11 1, 5
6
7 07-29-11 1,5
7
8 08-12-11 1,5
8
General Decision No. CO20100014 applies to the following counties: Adams, Arapahoe, Boulder, Broomfield,
Denver, Douglas, El Paso, Jefferson, Larimer, Mesa, Pueblo, and Weld counties.
General Decision No. CO20100014
The wage and fringe benefits listed below reflect collectively bargained rates.
Code
Classification
Basic Hourly
Fringe Benefits
Last
Rate
Mod
ELECTRICIANS:
1200
Electrical work $150,000 or less (Pueblo county)
22.85
10.79
1201
Electrical work over $150,000 (Pueblo county)
27.00
10.91
1202
Electricians (Adams, Arapahoe, Boulder, Bloomfield, Denver,
31.60
12.52
6
Douglas, Jefferson, Latimer, and Weld counties)
1203
Electricians (El Paso county)
28.55
14.46
8
1204
Electricians (Mesa county)
20.31
8.92
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 l — 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
23.67
9.22
1301
Bituminous or Asphalt Spreader/Laydown Machine
23.67
9.22
1302
Bulldozer
23.67
9.22
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410 Bid Bond
00420 Statement of Bidder's Qualifications
00430 Schedule of Subcontractors
Page 1
Section 00510
1
11
[1
II
LI
11
11
I
1
[1
i
-2-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 08-12-11
GENERAL DECISION NUMBERS CO20100014 AND CO20100015. HIGHWAY CONSTRUCTION
General Decision No. CO20100014
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
50tons and under
23.82
9.22
1306
51 to 90 tons
23.97
9.22
1307
91 to 140 tons
24.12
9.22
1308
141 tons and over
24.88
9.22
Drill Operator:
1309
William MF/Watson 2500 only
23.97
9.22
Grader/Blade:
1310
Rough
23.67
9.22
1311
Finish
23.97
9.22
Loader:
1312
Barber Green, etc., 6 cubic yards and under
23.67
9.22
1313
Over 6 cubic yards
23.82
9.22
Mechanic and/or Welder (Includes heavy duty and combination
mechanic and welder):
1314
Mechanic and/or Welder
26.12
9.22
1
1315
Mechanic/Welder (Heavy duty)
23.97
9.22
1316
Oiler
22.97
9.22
Power Broom:
1317
Under 70 IIP
22.97
9.22
1318
70 HP and over
23.67
9.22
Roller (excluding dirt and soil compaction):
1319
Self-propelled, rubber tires under 5 tons
23.32
9.22
1320
Self-propelled, all types over 5 tons
23.67
9.22
Scraper:
1321
Single bowl under 40 cubic yards
23.82
9.22
Single bowl including pups 40 cubic yards and tandem bowls
1322
and over
23.97
9.22
1323
Trackhoe
23.82
9.22
I
3-
U.S. DEPT. OF LABOR, DAMS BACON MINIMUM WAGES, COLORADO DATE 08-12-1l
GENERAL DECISION NUMBERS CO20100014 AND CO20100015, HIGHWAY CONSTRUCTION
General Decision No. CO20100014
The wage andfringe benefits listed below reflect collectively bargained rates.
Code
Classification
Basic Hourly
FringeBenefrts
Last
Rate
Mod
Laborers:
Asphalt Laborer/Raker, Common Laborer,
1400
and Concrete Laborer/Mason Tender
18.68
6.78
General Decision No. CO20100014
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
j 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
-4-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 08-12-11
GENERAL DECISION NUMBERS CO20100014 AND CO20100015_ HIGHWAY CONSTRi1CTION
General Decision No. CO20100014
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Fringe Benefits
Last
Rate
Mod
POWER EQUIPMENT OPERATORS (coat.):
Drill Operator:
2203
All except William MF/Watson 2500
16.74
2.66
2204
Forklift
15.91
4.09
2205
Rotomill Operator
16.22
4.41
2206
Post Driver/Punch Machine
16.07
4.41
2207
Tractor
13.13
2.95
2208
Compactor (Dirt and soil only)
16.70
3.30
Groundman (Traffic signalization)
2301
Class C
11.44
3.25
Truck Drivers:
2400
Floats -Semi Truck
14.86
3.08
2401
Multipurpose Truck- Specialty & Hoisting
14.35
3.49
2402
Truck Mechanic
16.91
3.01
2403
Pickup Truck (Includes Pilot and Sign/Barricade Truck)
13.93
3.68
2405
Single Axle Truck
14.24
3.77
2406
Distributor Truck
15.80
5.27
2407
Dump Truck:
2408
14 cubic yards and under
14.93
5.27
2409
15 to 29 cubic yards
15.27
5.27
2410
30 to 79 cubic yards
15.90
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 maybe added after award
only as provided in the labor standards contract clauses [29 CFR 5.5(a)(1)(ii)].
END OF GENERAL DECISION NUMBER CO20100014.
-s-
U.S. DEPT. OF LABOR, DAMS BACON MINIMUM WAGES, COLORADO DATE 08-12-I1
GENERAL DECISION NUMBERS CO20100014 AND CO20100015, HIGHWAY CONSTRUCTION
General Decision No. CO20100015 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, Quray, 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. CO201000f 5
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,
22.85
10.79
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,
27.00
10.91
Huerfano, Kiowa, Las Animas, Mineral, Otero, Prowers, Rio
Grande, and Saguache counties)
Electricians (Clear Creek, Eagle, Gilpin, Grand, Jackson, Lake,
3202
Logan, Morgan, Phillips, Sedgwick, Summit, Washington,
31.60
12.52
6
and Yuma counties)
3203
Electricians (Cheyenne, Elbert, Kit Carson, Lincoln, Park,
28.55
14.46
8
and Teller counties)
Electricians (Dolores, Garfield, Gunnison, Hinsdale, La Plata,
3204
Moffat, Montezuma, Ouray, Pitkin, Rio Blanco, Routt, San Juan,
28.00
9.24
and San Miguel counties)
3205
Electricians (Delta and Montrose counties)
21.31
8.92
3206
Traffic Signal Installer (Zone 1)
23.83
4.75 1-13.75%
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.
' -6
-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 08-12-11
GENERAL DECISION NUMBERS CO20100014 AND CO20100015, HIGHWAY CONSTRUCTION
1
1
1
1
1]
I
I
0
I
General Decision No. CO20100015
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
23.67
9.22
3301
Bulldozer
23.67
9.22
Crane:
3302
50 tons and under
23.82
9.22
3303
51 to 90 tons
23.97
9.22
3304
91 to 140 tons
24.12
9.22
3305
141 tons and over
24.88
9.22
3306
Grade Checker
23.82
9.22
Loader:
3307
Barber Green, etc., 6 cubic yards and under
23.67
9.22
3308
Over 6 cubic yards
23.82
9.22
Roller (excluding dirt and soil compaction):
3309
Self-propelled, rubber tires under 5 tons
23.32
9.22
3310
Self-propelled, all types over 5 tons
23.67
9.22
3311
Trackhoe
23.82
9.22
3312
Oiler
22.97
9.22
3313
Water Wagon
23.82
9.22
General Decision No. CO20100015
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
I
I
U.S. DEPT. OF LABOR, DAMS BACON MINIMUM WAGES, COLORADO DATE 08-12-11
0
r:RNRRAi.T1RCTST(1NMTMRRRS CO2n100n14 AND CO20100015 HTC;HWAY CONSTRUCTION
General Decision No. CO20100015
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Fringe Benefits
Last
Rate
Mod
Laborers:
4000
Asphalt Laborer/Raker
12.40
2.92
4001
Common
12.44
3.53
4002
Concrete Laborer/Mason Tender
12.44
3.10
4003
Striping -Paint Laborer (Pre -form layout and removal of
12.90
3.07
pavement markings)
4004
Traffic Director/Flagger
9.42
3.21
4005
Traffic/Sign Laborer (Sets up barricades and cones,
12.39
3.20
and installs permanent signs)
4007
Guardrail (Excludes bridgerail)
12.78
3.31
4008
Formwork (Curbs and gutters only)
12.92
4.54
4009
Landscape Laborer (Including irrigation work)
12.21
3.16
Painters:
4100
Spray
17.54
3.52
POWER EQUIPMENT OPERATORS:
4200
Asphalt Plant
17.23
1.20
4201
Asphalt Screed
16.21
3.76
4202
Backhoe
16.42
4.42
4203
Compactor (Dirt and soil only)
16.52
3.13
4204
Grader/Blade
16.39
4.20
4205
Mechanic and or Welder (Includes heavy duty and combination
16.74
4.20
mechanic welder)
4206
Post Driver/Punch Machine
16.07
4.41
4207
Rotomill Operator
16.28
4.41
4209
Scraper
17.62
3.16
-8-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 08-12-11
GENERAL DF.CTSTON NT TMR F.R S CC12n 1 non 14 AND CCl2o l nnn 15 _ HT(;HW AY CCINSTR 11C"rTnw
General Decision No. CO20100015
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 1
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 maybe added after award
only as provided in the labor standards contract clauses [29 CFR 5.5(a)(1)(ii)].
END OF GENERAL DECISION NUMBER CO20100015.
I
If
11
11
11
1
1
I
9-
U.S. DEPT. OF LABOR, DAMS BACON MINIMUM WAGES, COLORADO llA1'E 08-12-11
GENERAL DECISION NUMBERS CO20100014 AND CO20100015, HIGHWAY CONSTRUCTION
WAGE DETERMINATION APPEALS PROCESS
a
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.
h
I
1
July 29, 2011
ON THE JOB TRAINING
This training special provision is an implementation of 23 U.S.C. 140 (a). The Contractor shall meet the
requirements of the FHWA 1273 for all apprentices and trainees.
As part of the Contractor's Equal Employment Opportunity Affirmative Action Program, training shall be provided
on projects as follows:
1. The Contractor shall provide on the job training aimed at developing full journey workers in the skilled
craft identified in the approved training plan. The Contractor shall provide at a minimum, required training
hours listed in the Project Special Provisions for each project.
2. The primary objective of this specification is to train and upgrade women and minority candidates to full
journey worker status. The Contractor shall make every reasonable effort to enroll and train minority and
women workers. This training commitment shall not be used to discriminate against any applicant for
training whether or not the applicant is a woman or minority.
3. The Contractor may employ temporary workers from CDOT supportive services providers to meet OJT
requirements. Information pertaining to supportive services providers may be obtained by calling the
CDOT OJT Coordinator at the number shown on the link 1=://Nvww.coloridodol.info/business/eoual-
opporhm itv/trai n i ne. html
4. An employee shall not be employed or utilized as a trainee in a skilled craft in which the employee has
achieved journey status.
5. 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 (FH WA), or the U. S Department of Labor (DOL), Office of
Apprenticeship or recognized state apprenticeship agency. To obtain assistance or program approval
contact:
CDOT Center for Equal Opportunity
4201 East Arkansas Avenue
Denver, CO 80222
eoCa)dot.stete. co.us
1-800-925-3427
6. The Contractor shall pay the training program wage rates and the correct fringe benefits to each
approved trainee employed on the project and enrolled in an approved program. The minimum trainee
wage shall be no less than the wage for the Guardrail Laborer classification as indicated in the wage
decision for the project.
7. The CDOT Regional Civil Rights Manager must approve all proposed apprentices and trainees for the
participation to be counted toward the project goal and reimbursement. Approval must occur before
training begins. Approval for the apprentice or trainee to begin work on a CDOT project will be based on:
A. Evidence of the registration of the trainee or apprentice into the approved training program.
B. The completed Form 838 for each trainee or apprentice as submitted to the Engineer.
8. Before training begins, the Contractor shall provide each trainee with a copy of the approved training
program, pay scale, pension and retirement benefits, health and disability benefits, promotional
opportunities, and company policies and complaint procedures.
9. Before training begins, the Contractor shall submit a copy of the approved training program and CDOT
Form 1337 to the Engineer. Progress payments may be withheld until this is submitted and approved and
may be withheld if the approved program is not followed.
July 29, 2011
ON THE JOB TRAINING
10. 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. The Contractor will be
reimbursed for no more than the OJT Force Account budget. At the discretion of the Engineer and if
funds are available, the Engineer may increase the force account budget and the number of reimbursable
training hours through a Change Order. The request to increase the force account must be approved by
the Engineer prior to the training.
11. 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.
12. All forms are available from the CDOT Center for Equal Opportunity, through the CDOT Regional Civil
Rights Manager, or on CDOT's website at
http://www.coloradodot.info/business/b idd i no/Biddinq`/u20 Forms/Bid%20Wi nner%2OForms
13. Forms 838 and 832 shall be completed in full by the Contractor. Reimbursement for training is based on
the number of hours of on the job training documented on the Form 832 and approved by the Engineer.
The Contractor shall explain discrepancies between the hours documented on Form 832 and the
corresponding certified payrolls.
14. The OJT goal (# of training hours required) for the project will be included in the Project Special
Provisions and will be determined by the Regional Civil Rights Manager after considering:
A. Availability of minorities, women, and disadvantaged for training;
B. The potential for effective training;
C. Duration of the Contract;
D. Dollar value of the Contract;
E. Total normal work force that the average bidder could be expected to use;
F. Geographic location;
G. Type of work; and
H. The need for additional journey workers in the area
I. The general guidelines for minimum total training hours are as follows:
3i°4
Contract=dollar=value-F
€
Up to 1 million
hMmimu_mtotal trirong
3�hou.`s_to ber,rovid'
.one projeci
0
§>1 2 milli n
>2 - 4 million
640
-r.
t .5,
>4 film n ';
rx 12 s
>6 - 8 million
1600
�.>8 12mtllion
ffi
§:
>12- 16million
2240
16 =20 million
a2560gTt
For each increment of
$5 million, over $20
1280
million
SECTION 004'10
BID BOND
KNOW ALL MEN BY THESE PRESEN rs: that we, the undersigned_ Mountain' _ _ as Principal,
and as Surety, are hereby held and firmly bound unto the Ci�oF 1=ort_Collins, Cotorado as
OWNER, in the sum of $ five` _ for the payment of which, well and truly to be made, we
hereby jointly and severally bind ourselves, successors, and assigns.
THE CONDITION of this obligation is such that whereas the Principal has submitted to the City
of Fort Collins. Colorado the accompanying Bid and hereby made a part hereof to enter into a
Construction Agreement for the construction of Fort Collins Project, 7277 Intersection
Improvements at Harmony & Lemay and Drake & Lemay.
NOW THEREFORE,
(a) If said Bid shall be rejected, or
(b) If said Bid shall be accented and the Principal shall execute and deliver a Contract in the
form of Contract attached hereto (properly completed in accordance with said Bid) and
shall furnish a BOND for his faithful performance of said Contract, and for payment of all
persons performing labor or furnishing materials in connection therewith, and shall in all
other respects perform the Agreement created by the acceptance of said Bid, then this
obligation shall be void; otherwise the same shall remain in force and effect, it being
expressly understood and agreed that the liability of the Surety for any and all claims
hereunder shall, in no event, exceed the penal amount of this obligation as herein
stated.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety
and its BOND shall be in no way impaired or affected by any extension of the time within which
the OWNER may accept such Bid; and said Surety does hereby waive notice of any such
extension.
Surety Companies executing bonds must be authorized to transact business in the State of
Colorado and be accepted by the OWNER.
`Constructors, Inc.
"Granite Re, Inc.
` Percent of Amount ©id (5%)
Rev 10120ro7 Section 00410 Page 2 ,
I
July 29, 2011
3
ON THE JOB TRAINING
15. 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, and must be approved by the Regional Civil Rights Manager before
training begins for the participation to be counted toward the OJT project goal. The goal will be met
by an approved trainee or apprentice working on that project; or, if a Contractor's apprentice is
D
enrolled in a DOL approved apprenticeship program and registered with CDOT using Form 838 and
working for the Contractor on an on-C DOT project. The hours worked on the non-CDOT project may
be counted toward the project goal with approved documentation on Form 832. Training hours will be
counted toward one project goal.
16. Subcontractor trainees who are enrolled in an approved Program may be used by the Contractor to
satisfy the requirements of this specification.
17. The Contractor will be reimbursed $2.00per hour worked for each apprentice or trainee working on a
D
CDOT project and whose participation toward the OJT project goal has been approved
18. 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.
19. Failure to provide the required training will result in the following disincentives: 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)] = Disincentives Assessed. Wage rate will
be determined by averaging the wages for the crafts listed on Form 1337. 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 disincentives to be
assessed.
I
I
I
February 3, 2011 '
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
February 3, 2011
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 with the following modification:
The weekly payrolls submitted by contractors and subcontractors in accordance with Part V., paragraph 2c shall
not include full social security numbers and home addresses. Instead, the payrolls shall only need to include an
individually identifying number for each employee (e.g. the last four digits of the employee's social security
number). Contractors and subcontractors shall maintain the full social security number and current address of
each covered worker, and shall provide them to the SHA upon request.
I '
I
1
I
I
1
I
L
C
I
February 3, 2011 1
2
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
FHWAA 2733 Eleclmnie version —Ma 10, 1994
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
6. Selection of Labor: During the performance of this contract,
Page the contractor shall not: .
I.
General.........................................................1
It.
Nondiscrimination............................................1
III.
Nonsegrated Facilities......................................3
IV.
Payment of Predetermined Minimum Wage .......... 3
V.
Statements and Payrolls...................................6
VI.
Record of Materials, Supplies, and Labor.............6
VII.
GeneralSubletting or Assigning the Contract ......... 7
VIII.
Safety: Accident Prevention...............................7
IX.
False Statements Conceming Highway Projects. ..7
X.
Implementation of Clean Air Act and Federal
Water Pollution Control Act................................8
XI.
Certification Regarding Debarment, Suspension......
Ineligibility, and Voluntary Exclusion ..................8
XII.
Certification Regarding Use of Contract Funds for...
Lobbying......................................................9
ATTACHMENTS
A. Employment Preference for Appalachian Contracts
(included in Appalachian contracts only)
I. GENERAL
-1. These contract provisions shall apply to all work performed on
the contract by the contractor's own organization and with the
assistance of workers under the contractor's immediate superin-
tendence and to all work performed on the contract by piecework,
station work, or by subcontract.
2. Except as otherwise provided for in each section, the contractor
shall insert in each subcontract all of the stipulations contained in
these Required Contract Provisions, and further require their
inclusion in any lower tier subcontract or purchase order that may
In turn be made. The Required Contract Provisions shall not be
incorporated by reference in any case. The prime contractor shall
be responsible for compliance by any subcontractor or lower tier
subcontractor with these Required Contract Provisions.
3. A breach of any of the stipulations contained in these Required
Contract Provisions shall be sufficient grounds for termination of
the contract.
4. A breach of the following clauses of the Required Contract
Provisions may also be grounds for debarment as provided in 29
CFR 5.12:
Section I, paragraph 2;
Section IV, paragraphs 1, 2, 3, 4, and 7;
Section V, paragraphs 1 and 2a through 2g.
5. Disputes arising out of the labor standards provisions of Section
IV (except paragraph 5) and Section V of these Required Contract
Provisions shall not be subject to the general disputes clause of
this contract. Such disputes shall be resolved in accordance 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.
a. discriminate against labor from any other State, possession,
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.
(Applicable to all Federal -aid construction contracts and to all
related subcontracts of $10,000 or more.)
1. Equal Employment Opportunity: Equal employment opportu-
nity (EEO) requirements not to discriminate and to take affirmative
action to assure equal opportunity as set forth under laws, execu-
tive orders, rules, regulations (28 CFR 35, 29 CFR 1630 and 41
CFR 60) and orders of the Secretary of Labor as modified by the
provisions prescribed herein, and imposed pursuant to 23 U.S.C.
140 shall constitute the EEO and specific affirmative action
standards for the contractor's project activities under this contract.
The Equal Opportunity Construction Contract Specifications set
forth under 41 CFR 60-4.3 and the provisions of the American
Disabilities Act of 1990 (42 U.S.C. 12101 at sec.) set forth under
28 CFR 35 and 29 CFR 1630 are incorporated by reference in this
contract. In the execution of this contract, the contractor agrees to
comply with the following minimum specific requirement activities
of EEO:
a. The contractor will work with the State highway agency (SHA)
and the Federal Government in carrying out EEO obligations and
in their review of his/her activities under the contract.
b. The contractor will accept as his operating policy the
following statement:
"It Is the policy of this Company to assure that applicants
are employed, and that employees are treated during
employment, without regard to their race, religion, sex,
color, national origin, age or disability. Such action shall
include: employment, upgrading, demotion, or transfer;
recruitment or recruitment advertising; layoff or
termination; rates of pay or other fortes of compensation;
and selection for training, including apprenticeship,
preapprenliceship, 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
C�
1
I
I
1
1
r
1
I
1
3
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
less often than once every six months, at which time the contract-
or's EEO policy and its implementation will be reviewed and
explained. The meetings will be conducted by the EEO Officer.
b. All new supervisory or personnel office employees will be
given. a thorough indoctrination by the EEO Officer, covering all
major aspects of the contractor's EEO obligations within thirty days
following their reporting for duty with the contractor.
c. All personnel who are engaged in direct recruitment for the
project will be Instructed by the EEO Officer in the contractor's
procedures for locating and hiring minority group employees.
d. Notices and posters setting forth the contractor's EEO policy
will be placed in areas readily accessible to employees, applicants
for employment and potential employees.
e. The contractor's EEO policy and the procedures to implement
such policy will be brought to the attention of employees by means
of meetings, employee handbooks, or other appropriate means.
4. Recruitment: When advertising for employees, the contractor
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 agreement
providing for exclusive hiring hall referrals, he is expelled 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 employ-
ee 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
r actions in depth to determine whether there is evidence of discrimi-
nation. Where evidence is found, the contractor will promptly lake
corrective action. If the review indicates that the discrimination
February 3, 2011
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 lime. 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., 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 appren-
ticeship 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 hislher best
efforts to obtain the cooperation 'of such unions to increase
opportunities for minority groups and women within the unions, and
to effect referrals by such unions of minority and female
employees. Actions by the contractor either directly or through a
contractors association acting as agent will include the procedures
set forth below:
a. The contractor will use best efforts to develop, in cooperation
with the unions, joint training programs aimed toward qualifying
more minority group members and women for 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
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
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 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 SHA.
8. Selection of Subcontractors, Procurement of Materials and
Leasing of Equipment: The contractor shall not discriminate on
the grounds of race, color, religion, sex, national origin, age or
disability in the selection and retention of subcontractors, including
procurement of materials and leases of equipment.
a. The contractor shall notify all potential subcontractors and
suppliers of his/her EEO obligations under this contract.
b. Disadvantaged business enterprises (DBE), as defined in 49
CFR 23, shall have equal opportunity to compete for and perform
subcontracts which the contractor enters into pursuant to this
contract. The contractor will use his best efforts to solicit bids from
and to utilize DBE subcontractors or subcontractors with
meaningful minority group and female representation among their
employees. Contractors shall obtain lists of DBE construction firms
from SHA personnel.
c. The contractor will use his best efforts to ensure subcon-
tractor compliance with their EEO obligations.
9. Records and Reports: The contractor shall keep such records
as necessary to document compliance with the EEO requirements.
Such records shall be retained for a period of three years following
completion of the contract work and shall be available at reason-
able times and places for inspection by authorized 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 opportunities for
minorities and women;
(3) The progress and efforts being made in locating, hiring,
training, qualifying, and upgrading minority and female employees;
and
(4) The progress and efforts being made in securing the
services of DBE subcontractors or subcontractors with meaningful
minority and female representation among their employees.
b. The contractors will submit an annual report to the SHA each
July for the duration of the project, indicating the number of
minority, women, and non -minority group employees currently
engaged in each work classification required by the contract work.
This information is to be reported on Form FHWA-1391. If on -the -
job training is being required by special provision, the contractor
will be required to collect and report training data.
Ill. NONSEGREGATED FACILITIES
(Applicable to all Federal -aid construction contracts and to all
related subcontracts of $10,000 or more.)
February 3, 2011 ,
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, timeclacks, locker rooms, and
other storage or dressing areas, parking lots, drinking fountains,
recreation or entertainment areas, transportation, and housing
facilities provided for employees which are segregated by explicit
directive, or are, in fact, segregated on the basis of race, color,
religion, national origin, age or disability, because of habit, local
custom, or otherwise. The only exception will be for the disabled
when the demands for accessibility override (e.g. disabled
parking).
c. The contractor agrees that it has obtained or will obtain identical
certification from proposed subcontractors or material suppliers
prior to award of subcontracts or consummation of material supply
agreements of $10,000 or more and that it will retain such
certifications in Its files.
IV. PAYMENT OF PREDETERMINED MINIMUM WAGE
(Applicable to all Federal -aid construction contracts exceeding
$2,000 and to all related subcontracts, except for projects located
on roadways classified as local roads or rural minor collectors,
which are exempt.)
1. General:
a. All mechanics and laborers employed or working upon the
site of the work will be paid unconditionally and not less often than
once a week and without subsequent deduction or rebate on any
account [except such payroll deductions as are permitted by
regulations (29 CFR 3) issued by the Secretary of Labor under the
Copeland Act (40 U.S.C. 276c)] the full amounts of wages and
bona fide fringe benefits (or cash equivalents thereof) due at time
of payment. The payment shall be computed at wage rates not
less than those contained in the wage determination of the
Secretary of Labor (hereinafter "the wage determination") which is
attached hereto and made a part hereof, regardless of any
contractual relationship which may be alleged to exist between the
contractor or its subcontractors and such laborers and mechanics.
The wage determination (including any additional classifications
and wage rates conformed under paragraph 2 of this Section IV
and the DOL poster (WH-1321) or Form FHWA-1495) shall be
posted at all times by the contractor and its subcontractors at the
site of the work in a prominent and accessible place where it can
be easily seen by the workers. For the purpose of this Section,
contributions made or costs reasonably anticipated for bona fide
fringe benefits under Section 1(b)(2) of the Davis -Bacon Act (40
U.S.C. 276a) on behalf of laborers or mechanics are considered
wages paid to such laborers or mechanics, subject to the provi-
sions of Section IV, paragraph 3b, hereof. Also, for the purpose of
this Section, regular contributions made or costs incurred for more
than a weekly period (but not less often than quarterly) under
plans, funds, or programs, which cover the particular weekly
period, are deemed to be constructively made or incurred during
such weekly period. Such laborers and mechanics shall be paid
the appropriate wage rate and fringe benefits on the wage
I
I
1
1
I
t
1
1
I
Q
i
I
1
I
5
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
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.
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 classification
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 appropriate,
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 appropriate)
determined pursuant to paragraph 2c or 2d of this Section IV shall
be paid to all workers performing work in the additional
February 3, 2011
classification from the first day on which work is performed in the
classification.
3. Payment of Fringe Benefits:
a. Whenever the minimum wage rate prescribed in the contract
for a class of laborers or mechanics includes a fringe benefit which
is not expressed as an hourly rate, the contractor or
subcontractors, as appropriate, shall either pay the benefit as
stated in the wage determination or shall pay another bona fide
fringe benefit or an hourly case equivalent thereof.
b. If the contractor or subcontractor, as appropriate, does not
make payments to a trustee or other third person, he/she may
consider as a part of the wages of any laborer or mechanic the
amount of any costs reasonably anticipated in providing bona fide
fringe benefits under a plan or program, provided, that the Secre-
tary of Labor has found, upon the written request of the contractor,
that the applicable standards of the Davis -Bacon Act have been
met. The Secretary of Labor may require the contractor to set
aside In a separate account assets for the meeting of obligations
under the plan or program.
4. Apprentices and Trainees (Programs of the U.S. DOL) and
Helpers:
a. Apprentices:
(1) Apprentices will be permitted to work at less than the
predetermined rate for the work they performed when they are
employed pursuant to and individually registered in a bona fide
apprenticeship program registered with the DOL, Employment and
Training Administration, Bureau of Apprenticeship and Training, or
with a State apprenticeship agency recognized by the Bureau, or if
a person is employed in his/her first 90 days of probationary
employment as an apprentice in such an apprenticeship program,
who is not individually registered in the program, but who has been
certified by the Bureau of Apprenticeship and Training or a State
apprenticeship agency (where appropriate) to be eligible for
probationary employment as an apprentice.
(2) The allowable ratio of apprentices to journeyman -level
employees on the job site in any craft classification shall not be
greater than the ratio permitted to the contractor as to the entire
work force under the registered program. Any employee listed on
a payroll at an apprentice wage rate, who is not registered or
otherwise employed as slated 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 contractors 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
1
I
REQUIRED CONTRACT PROVISIONS .
FEDERAL -AID CONSTRUCTION CONTRACTS
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 acceptable program
is approved.
to. Trainees:
(1) Except as provided in 29 CFR 5.16, trainees will not be
permitted to work at less than the predetermined rate for the work
performed unless they are employed pursuant to and individually
registered in a program which has received prior approval, evi-
denced by formal certification by the DOL, Employment and
Training Administration.
(2) The ratio of trainees to journeyman -level employees on
the job site shall not be greater than permitted under the plan
approved by the Employment and Training Administration. Any
employee listed on the payroll at a trainee rate who is not regis-
tered and participating in a training plan approved by the Employ-
ment and Training Administration shall be paid not less than the
applicable wage rate on the wage determination for the classifica-
tion of work actually performed. In addition, any trainee performing
work on the job site in excess of the ratio permitted under the
registered program shall be paid not less than the applicable wage
rate on the wage determination for the work actually performed.
(3) Every trainee must be paid at not less than the rate
specified in the approved program for his/her level of progress,
expressed as a percentage of the journeyman -level hourly rate
specified in the applicable wage determination. Trainees shall be
paid fringe benefits in accordance with the provisions of the trainee
program. If the trainee program does not mention fringe benefits,
trainees shall be paid the full amount of fringe benefits listed on the
wage determination unless the Administrator of the Wage and
Hour Division determines that there is an apprenticeship program
associated with the corresponding journeyman -level wage rate on
the wage determination which provides for less than full fringe
benefits for apprentices, In which case such trainees shall receive
the same fringe benefits as apprentices.
(4) In the event the Employment and Training Administration
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 proce-
dure 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 definition,
shall be paid not less than the applicable wage rate on the wage
determination for the classification of work actually performed.
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
February 3, 2011 ,
be established by the particular programs. The ratio of apprentices
and trainees to journeymen shall not be greater than permitted by
the terms of the particular program.
6. Withholding:
The SHA shall upon its own action or upon written request of
an authorized representative of the DOL withhold, or cause to be
withheld, from the contractor or subcontractor under this contract
or any other Federal contract with the same prime contractor, or
'any other Federally -assisted contract subject to Davis -Bacon
prevailing wage requirements which is held by the same prime
contractor, as much of the accrued payments or advances as may
be considered necessary to pay laborers and mechanics, including
apprentices, trainees, and helpers, employed by the contractor or
any subcontractor the full amount of wages required by the
contract. In the event of failure to pay any laborer or mechanic,
including any apprentice, trainee, or helper, 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 tirmes 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 shag 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 para-
graph 8 above.
V. STATEMENTS AND PAYROLLS
I
P
I
I
I
I
�l
I
I
I
1L
I
I
I
a
I
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
(Applicable to all Federal -aid construction contracts exceeding
$2,000 and to all related subcontracts, except for projects located
on roadways classified as local roads or rural collectors, which are
exempt.)
1. Compliance with Copeland Regulations (29 CFR 3):
The contractor shall comply with the Copeland Regulations of the
Secretary of Labor which are herein incorporated by reference.
2. Payrolls and Payroll Records:
a. Payrolls and basic records relating thereto shall be
maintained by the contractor and each subcontractor during the
course of the work and preserved for a period of 3 years from the
date of completion of the contract for all laborers, mechanics,
apprentices, trainees, watchmen, helpers, and guards working at
the site of the work.
b. The payroll records shall contain the name, social security
number, and address of each such employee; his or her correct
classification; hourly rates of wages paid (including rates of
contributions or costs anticipated for bona fide fringe benefits or
cash equivalent thereof the types described in Section 1(b)(2)(B) of
the Davis Bacon Act); daily and weekly number of hours worked;
deductions made; and actual wages paid. In addition, for Appala-
chian contracts, the payroll records shall contain a notation indicat-
ing whether the employee does, or does not, normally reside in the
labor area as defined in Attachment A, paragraph 1. Whenever the
Secretary of Labor, pursuant to Section IV, paragraph 3b, has
found that the wages of any laborer or mechanic Include the
amount of any costs reasonably anticipated in providing benefits
under a plan or program described in Section 1(b)(2)(B) of the
Davis Bacon Ad, 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 forth 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;
February 3, 2011
(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 certification
set forth on the reverse side of Optional Form WH-347 shall satisfy
the requirement for submission of the "Statement of Compliance"
required by paragraph 2d of this Section V.
f. The falsification of any of the above certifications may subject
the contractor to civil or criminal prosecution under 18 U.S.C. 1001
and 31 U.S.C. 231.
g. The contractor or subcontractor shall make the records
required under paragraph 2b of this Section V available for inspec-
tion, copying, or transcription by authorized representatives of the
SHA, the FHWA, or the DOL, and shall permit such repre-
sentatives to interview employees during working hours on the job.
If the contractor or subcontractor fails to submit the required
records or to make them available, the SHA, the FHWA, the DOL,
or all may, after written notice to the contractor, sponsor, applicant,
or owner, take such actions as may be necessary to cause the
suspension of any further payment, advance, or guarantee of
funds. Furthermore, failure to submit the required records upon
request or to make such records available may be grounds for
debarment action pursuant to 29 CFR 5A2.
VL. 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
Forth FHWA-47, and in the units shown on Form FHWA-47.
c. Furnish, upon the completion of the contract, to the SHA
resident engineer on Form FHWA47 together with the data
required in paragraph lb relative to materials and supplies, a final
labor summary of all contract work indicating the total hours
worked and the total amount earned.
2. Al the prime contractor's option, either a single report covering
all contract work or separate reports for the contractor and for each
subcontract shall be submitted.
VIL SUBLETTING OR ASSIGNING THE CONTRACT
8
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
1. The contractor shall perform with its own organization contract
work amounting to not less than 30 percent (or a greater percent-
age if specified elsewhere in the contract) of the total original
contract price, excluding any specially Items designated by the
Stale. Specialty items may be performed by subcontract and the
amount of any such specially 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 organiza-
tion (23 CFR 635).
a. "Its own organization" shall be construed to include only
workers employed and paid directly by the prime contractor and
equipment owned or rented by the prime contractor, with or without
operators. Such term does not include employees or equipment of
a subcontractor, assignee, or agent of the prime contractor. -
b. "Specialty Items" shall be construed to be limited to work that
requires highly specialized knowledge, abilities, or equipment not
ordinarily available in the type of contracting organizations qualified
and expected to bid on the contract as a whole and in general are
to be limited to minor components of the overall contract.
2. The contract amount upon which the requirements set forth in
paragraph 1 of Section VII is computed includes the cost of
material and manufactured products which are to be purchased or
produced by the contractor under the contract provisions.
3. The contractor shall furnish (a) a competent superintendent or
supervisor who is employed by the firm, has full authority to direct
performance of the work in accordance with the contract require-
ments, 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.
Vlll. SAFETY: ACCIDENT PREVENTION
1. In the performance of this contract the contractor shall comply
with all applicable Federal, State, and local laws governing safety,
health, and sanitation (23 CFR 635). The contractor shall provide
all safeguards, safety devices and protective equipment and take
any other needed actions as it determines, or as the SHA contract-
ing 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
February 3, 2011
have right of entry to any site of contract performance to inspect or
Investigate the matter of compliance with the construction safely
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 ads, 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,
specificalions, 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 or the federal -aid Roads Act
approved July 21, 1916, (39 Stat. 355), as amended and supple-
mented;
Shall be fined not more that $10, 000 or imprisoned not more than 5
years or both."
X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL
WATER POLLUTION CONTROL ACT
(Applicable to all Federal -aid construction contracts and to all
related subcontracts of $100,000 or more.)
By submission of this bid or the execution of this contract, or
subcontract, as appropriate, the bidder, Federal -aid construction
contractor, or subcontractor, as appropriate, will be deemed to
have stipulated as follows:
1. That any facility that is or will be utilized in the performance of
this contract, unless such contract is exempt under the Clean Air
Act, as amended (42 U.S.C. 1857 at seq., as amended by Pub.L.
91-604), and under the Federal Water Pollution Control Act, as
1
I
I
r
1
H
I
I
a
I
No Text
I
i
1
1
LI
1
1
F111
9
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
amended (33 U.S.C. 1251 et gg ., as amended by Pub-L. 92-500),
Executive Order 11738, and regulations in implementation thereof
(40 CFR 15) is not listed, on the dale 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,
INELIGIBIUTY AND VOLUNTARY EXCLUSION
1. Instructions for Certification - Primary Covered Transac-
tions:
(Applicable to all Federal -aid contracts - 49 CFR 29)
a. By signing and submitting this proposal, the prospective
primary participant is providing the certification set out below.
b. The inability of a person to provide the certification set out
below will not necessarily result in denial of participation in this
covered transaction. The prospective participant shall submit an
explanation of why it cannot provide the certification set out below.
The certification or explanation will be considered in connection
with the department or 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 immediate
written notice to the department or agency to whom this proposal is
submitted U any Ume the prospective primary participant learns that
its certification was erroneous when submitted or has become
erroneous by reason of changed circumstances.
e. The terns "covered transaction; "debarred" "suspended,"
"ineligible," "lower tier covered transaction," "participant," "person,"
"primary covered transaction; "principal,' "proposal; and "volun-
tarily excluded," as used in this clause, have the meanings set out
in the Definitions and Coverage sections of rules Implementing
Executive Order 12549. You may contact the department or
agency to which this proposal is submitted for assistance in
obtaining a copy of those regulations.
f. The prospective primary participant agrees by submitting this
proposal that, should the proposed covered transaction be entered
into, it shall not knowingly enter into any lower tier covered
transaction with a person who is debarred, suspended, declared
February 3, 2011
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 tilled "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 fier covered transactions.
h. A participant in a covered transaction may rely upon a
certification of a prospective participant in a lower tier covered
transaction that is not debarred, suspended, ineligible, or volun-
tarily excluded from the covered transaction, unless it knows that
the certification is erroneous. A participant may decide the method
and frequency by which it determines the eligibility of Its principals.
Each participant may, but is not required to, check the nonprocure-
ment portion of the "Lists of Parties Excluded From Federal
Procurement or Nonpmcurement 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 knowingly
enters into a lower Uer covered tmnsactIon 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 Stale 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, Stale 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.
L'
I
10
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
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 Transac-
tions:
(Applicable to all subcontracts, purchase orders and other lower
tier transactions of $25,000 or more - 49 CFR 29)
a. By signing and submitting this proposal, the prospective
lower tier is providing the certification set out below.
b. The certification in this clause is a material representation of
fact upon which reliance was placed when this transaction was
entered into. If it is later determined that the prospective lower tier
participant knowingly rendered an erroneous certification, in
addition to other remedies available to the Federal Government,
the department, or agency with which this transaction originated
may pursue available remedies, including suspension. and/or
debarrnenL
c. The prospective lower tier participant shall provide immediate
written notice to the person to which this proposal is submitted if at
any time the prospective lower tier participant learns that its
certification was erroneous by reason of changed circumstances.
d. The terms "covered transaction; 'debarred," "suspended,"
"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 assis-
tance in obtaining a copy of those regulations.
e. The prospective lower tier 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 with
which this transaction originated.
f. The prospective lower tier participant further agrees by
submitting this proposal that It will include this clause tilled
"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.
In. 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.
February 3, 2011 1
L Except for transactions authorized under paragraph a of these
instructions, if a participant in a covered transaction knowingly
enters into a lower tier covered transaction with a person who is
suspended, debarred, ineligible, or voluntarily excluded from
participation in this transaction, in addition to other remedies
available to the Federal Government, the department or agency
with which this transaction originated may pursue available
remedies, Including suspension and/or debarment.
Certification Regarding Debarment, Suspension, Ineligibility
and Voluntary Exclusion --Lower Tier Covered Transactions:
1. The prospective lower tier participant certifies, by submission of
this proposal, that neither it nor its principals is presently debarred,
suspended, proposed for debarment, declared Ineligible, or
voluntarily excluded from participation in this transaction by any
Federal department or agency.
2. Where the prospective lower tier participant is unable to certify
to any of the statements in this certification, such prospective
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 submitting
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.
1
i
i
r]
1
D
D
PROJECT SPECIAL PROVISIONS
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
August, 2011
Prepared for:
City of Fort Collins
Engineering Department
281 North College Avenue
Fort Collins, CO 80522-0580
(970)221-6605
Prepared by:
ATKINS
4601 DTC Boulevard
Suite 700
Denver, CO 80237
(303)221-7275
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
COLORADO
DEPARTMENT OF TRANSPORTATION
SPECIAL PROVISIONS
EAST HARMONY ROAD AT SOUTH LEMAY AVENUE
EAST DRAKE ROAD AT SOUTH LEMAY AVENUE
The 2011 Standard Specifications for Road and Bridge Construction controls construction of this
project. The following special provisions supplement or modify the Standard Specifications and take
precedence over the Standard Specifications and plans.
PROJECT SPECIAL PROVISIONS
Page
Index Pages
1-2
Notice to Bidders
3
Commencement and Completion of Work
4
Contract Goal (Combined)
5
Summary of Work
6-7
Revision of Section 106 — Conformity to the Contract of Hot Mix Asphalt
8
Revision of Section 202 — Removal of Asphalt Mat
9
Revision of Section 202 — Removal of Pavement Markings
10
Revision of Section 203 — Proof Rolling
11
Revision of Section 203 — Excavation and Embankment
12
Revision of Section 207 — Topsoil
13
Revision of Section 212 — Soil Conditioner
14-20
Revision of Section 213 — Mulching
21-22
Revision of Section 214 — Planting
23-29
Revision of Section 304 — Aggregate Base Course
30
Revision of Section 403 — Hot Mix Asphalt
31-33
Revision of Section 403 — Warranted Hot Mix Asphalt
34-41
Revision of Section 411 — Bituminous Material
42
Revision of Section 601 — Miscellaneous Concrete
43
Revision of Section 605 — Subsurface Drains
44
Revision of Section 608 — Detectable Warnings
45-47
Revision of Section 623 — Irrigation System
48-49
Revision of Section 625 — Construction Surveying
50-51
Traffic Control Plan — General
52-53
Revision of Section 630 — Construction Zone Traffic Control
54
Revision of Section 702 — Superpave PG Binders
55
Force Account Items
56
Utilities
57-58
1
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
COLORADO
DEPARTMENT OF TRANSPORTATION
'
SPECIAL PROVISIONS
EAST HARMONY ROAD AT SOUTH LEMAY AVENUE
EAST DRAKE ROAD AT SOUTH LEMAY AVENUE
STANDARD SPECIAL PROVISIONS
Date No. of Pages
Revision of Section 105 - Disputes and Claims for Contract Adjustments
(May 5, 2011)
21
Revision of Section 105 - Violation of Working Time Limitation
(February 3, 2011)
1
Revision of Section 105 and 106 - Conformity to the Contract of Hot Mix Asphalt (February 3, 2011)
7
Revision of Section 106 - Certificates of Compliance and Certified Test Reports
(February 3, 2011)
1
Revision of Sections 106, 627 and 713 - Glass Beads for Pavement Marking
(May 5, 2011)
2
Revision of Section 107 - Responsibility for Damage Claims,
(February 3, 2011)
1
Insurance Types, and Coverage Limits
Revision of Sections 107 and 208 - Water Quality Control, Under One
(February 3, 2011)
3
Acre of Disturbance
'
Revision of Section 108 - Critical Path Method
Revision of Section 109 - Asphalt Cement Cost Adjustment
(August 19, 2011)
(February 3, 2011)
1
2
Revision of Section 109 - Compensation for Compensable Delays
(May 5, 2011)
1
Revision of Section 109 - Fuel Cost Adjustment
(February 3, 2011)
2
'
Revision of Section 109 - Measurement of Quantities
(February 3, 2011)
1
Revision of Section 401 - Compaction of Hot Mix Asphalt
(February 3, 2011)
1
Revision of Section 401 - Compaction Pavement Test Section (CTS)
(February 3, 2011)
1
a
Revision of Section 401 - Composition of Mixtures - Voids Acceptance
Revision of Section 401 - Reclaimed Asphalt Pavement
(February 3, 2011)
(February 3, 2011)
1
2
Revision of Section 401 - Temperature Segregation
(February 3, 2011)
1
Revision of Section 401 - Tolerances for Hot Mix Asphalt (Voids Acceptance)
(February 3, 2011)
1
Revision of Sections 412, 601, and 711 - Liquid Membrane -Forming
(May 5, 2011)
1
Compounds for Curing Concrete
Revision of Section 601 - Concrete Batching
(February 3, 2011)
1
Revision of Section 601 - Concrete Finishing
Revision of Section 627 and 708 - Pavement Marking with Waterborne Paint
(February 3, 2011)
(February 3, 2011)
1
1
and Low VOC Solvent Base Paint
Revision of Section 630 - Construction Zone Traffic Control
(February 3, 2011)
1
Revision Of Section 630 - Retroreflective Sheeting (With Type VI Sheeting)
(February 3, 2011
1
Revision of Section 630 - Retroreflective Sign Sheeting
(February 3, 2011)
1
Revision of Section 712 - Water for Mixing or Curing Concrete
(February 3, 2011)
1
Affirmative Action Requirements - Equal Employment Opportunity
(February 3, 2011)
10
Disadvantaged Business Enterprise - Definitions and Requirements
(February 3, 2011)
14
Minimum Wages Colorado,
(August 12, 2011)
9
U.S. Department of Labor General Decision Numbers CO20100014 and CO20100015,
MOD 8, Highway Construction, Statewide
On the Job Training
(July 29, 2011)
3
Partnering Program
(February 3, 2011)
1
Required Contract Provisions - Federal -Aid Construction Contracts
(February 3, 2011)
10
1
I
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
NOTICE TO BIDDERS
The proposal guaranty shall be a certified check, cashier's check, or bid bond in the amount of 5
percent of the Contractor's total bid.
Pursuant to subsections 102.04 and 102.05, it is recommended that bidders on this project
review the work site and plan details with an authorized Department representative.
Prospective bidders shall contact one of the following listed authorized Department
representatives at least 12 hours in advance of the time they wish to go over the project.
Program Manager —
Senior Buyer —
Tim Kemp, P.E. Phone: (970) 416-2719
Engineering Department Fax: (970) 221-6378
City of Fort Collins email: tkemp(a)fcgov.com
281 North College Avenue
Fort Collins. CO 80522-0580
John Stephen Phone: (970) 221-6777
Purchasing Department Fax: (970) 221-6707
City of Fort Collins email: jstephenCa�fcgov.com
The above referenced individuals are the only representatives of the City with authority to
provide any information, clarification, or interpretation regarding the plans, specifications, and
any other contract documents or requirements.
Where reference is made in the plans and specifications to Owner, Department, Chief Engineer,
Resident Engineer, Project Engineer, Engineer, and Inspection and Testing Agency it is
understood to mean the City of Fort Collins, Colorado, representative.
3
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
COMMENCEMENT AND COMPLETION OF WORK
The Contractor shall commence work under the Contract by the City in the "Notice to Proceed".
The Contractor shall complete all work in accordance with the Contract.
Section 108 of the Standard Specifications is hereby revised for this project as follows:
Subsection 108.03 shall include the following:
The Contractor's progress schedule shall consist of a Critical Path Method (CPM) schedule
prepared using the Microsoft Project Software and submitted in hand and electronic formats..
ISalient features to be shown on the Contractor's Bar Chart Progress Schedule are:
(1)
Mobilization
(2)
Construction Surveying
(3)
Construction Traffic Control
(4)
Removals
(5)
Roadway Earthwork
a
(6)
Erosion Control
(7)
Curb, Gutter and Sidewalk
(8)
(9)
Asphalt Pavement
Irrigation
(10)
Seeding and Landscaping
(11)
Utility coordination and relocations
a
u
a
FIJ
I
I
4
I
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
CONTRACT GOAL (COMBINED)
The Department has determined that Underutilized Disadvantaged Business Enterprises
(UDBEs) 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:
UDBE 6.0 Percent
The percentage will be calculated from proposals received for this project according to the
following formula:
**Dollar amount of work to be contracted to underutilized DBEs (UDBEs)
Percentage = 100 X
Total dollar amount of the original Contract
* All DBEs will be considered to be UDBEs.
** Based on DBE contract unit prices rather than prime contract unit prices.
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 percent annual goal for the participation of all DBEs.
A
I
Intersection Improvements
' East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
SUMMARY OF WORK
' PART 1 GENERAL
1.25 Modifications to Time of Completion in the Approved Schedule
' A. 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 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.
t
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.
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.
1
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
-2-
SUMMARY OF WORK
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
beset.
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.
1. 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.
I.
1
SECTION 00420 1
STATEMENT OF BIDDER'S QUALIFICATIONS
All questions must be answered and the data given must be clear and comprehensive. This ,
statement must be notarized. If necessary, questions may be answered on separate attached
sheets. The Bidder may submit any additional information he 1desires.
nV I 1. Name of Bidder: / O IAnAn t r� ru<To trs , �r1 C .
2. Permanent main office address: 4 0 a Ab i Ile, 9aL J�
3. When organized: moyl? ry L. r I qsa, ,
4. If a corporation, where incorporated: Col nrcLd o
i
5. How many years have you been engaged in the contracting business under your present
firm or trade name?—rg,� '
6. Contracts on hand: (Schedule these, showing the amount of each contract and the
appropriate anticipated dates of completion.) l
i
1
i
7. General character of Work performed by your company:
■
8. Have you ever failed to complete any Work awarded to you? No
If so, where and why?
9. Have your ever defaulted on a contract?.
If so, where and why?
10. Are you debarred by any government agency? IVO
If yes list agency name.
Rev 10n0107 Section 00420 Page 1
1
Intersection Improvements
East Harmony Road at South Lemay Avenue
'
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
1
REVISION OF SECTION 106
' CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT
Section 106 of the Standard Special Provisions is hereby revised for this project as follows:
' Subsection 106.05 shall include the following:
For this project, Contractor process control testing of hot mix asphalt is voluntary.
1
.1
I
1
I
r
L
11
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
REVISION OF SECTION 202
REMOVAL OF ASPHALT MAT
Section 202 of the Standard Specifications is hereby revised for this project as follows:
Subsection 202.01 shall include the following:
This work includes removal and disposal of existing asphalt mat within the project limits as
shown on the plans or at locations directed by the Engineer.
In subsection 202.02 delete the seventh paragraph and replace with the following:
The existing asphalt mat which is anticipated to vary in thickness from 5.0 inches to 12 inches
shall be removed in a manner that minimizes contamination of the removed mat with underlying
material. The removed mat shall become the property of the Contractor and shall be disposed
of outside the project site.
Subsection 202.11 shall include the following:
The removal of the existing asphalt mat will be measured by the square yard of mat removed to
the required depth and accepted.
Sawcutting will not be paid separately and shall be included in the cost for removal of asphalt
mat.
Subsection 202.12 shall include the following:
Payment will be made under:
Pay Item
Removal of Asphalt Mat
E
Pay Unit
Square Yard
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
REVISION OF SECTION 202
REMOVAL OF PAVEMENT MARKINGS
Section 202 of the Standard Specifications is hereby revised for this project as follows:
Subsection 202.01 shall include the following:
This work includes removal of existing and temporary pavement markings to the satisfaction of
the Engineer.
In subsection 202.05 shall include the following:
Grinding is not allowed. The method of pavement removal shall be hydrovac using water to
minimize the damage to existing pavement surfaces.
Subsection 202.12 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Removal of Pavement Markings Lump Sum
10
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
REVISION OF SECTION 203
PROOF ROLLING
Section 203 of the Standard Specifications is hereby revised for this project as follows:
Subsection 203.13 shall include the following:
Proof rolling will not be measured but shall be incidental to the work.
Subsection 203.14 shall include the following:
Proof rolling will not be paid for separately, but shall be included in the work.
Pneumatic tire equipment and load required to achieve the desired weight will not be measured
and paid for separately, but shall be included in the work.
11
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
REVISION OF SECTION 203
EXCAVATION AND EMBANKMENT
Section 203 of the Standard Specifications is hereby revised for this project as follows:
Subsection 203.05 shall include the following:
(h) Waste. Dispose of excess excavated material off the project site. Obtain disposal site and
' obtain all required permitting and environmental clearances necessary for disposal of
excess excavated material.
' Subsection 203.13 shall include the following:
(g) Waste. Waste will be measured in its original position by cross -sectioning the area
excavated. When the excavation conforms to the staked lines and grades, use the original
cross -sections and staked sections for the determination of quantities placed on -site and
disposed of off -site as waste. Volumes will be computed from cross -sections by the average
end area or other acceptable method. There will be no adjustment for swell of material to be
' hauled off the project as waste.
Subsection 203.14 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Unclassified Excavation (Complete in Place) Cubic Yard
Subsection 203.14 delete the sixth paragraph and replace with the following:
' Payment for Unclassified Excavation (Complete in Place) shall be full compensation for all work
necessary to complete the item including construction of unclassified excavation, compaction,
compaction of bases of cuts and fills, all work in available material pits, and disposal of excess
excavated material as waste.
The quantity of excavation and embankment will not be measured but will be the quantity
' designated in the Contract Documents unless field changes are ordered. If field changes are
ordered, the.quantity will be adjusted using the revised dimensions. The Engineer, prior to
Contractor beginning the work, shall approve the additional or reduced volume of material in
' writing.
12
L
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
REVISION OF SECTION 207
TOPSOIL
Section 207 of the Standard Specifications is hereby revised for this project as follows:
DESCRIPTION
Subsection 207.01 is hereby revised to include the following:
This work consists of removing existing on -site topsoil material, stockpiling the existing topsoil
material and redistributing the existing topsoil material onto the re -graded slopes at a depth of 4
inches (minimum). The topsoil material shall be generally evenly distributed throughout the
project limits. Any excess topsoil generated from this project shall be disposed of off -site and
shall not be measured and paid for separately, but should be included in the cost of work.
CONSTRUCTION REQUIREMENTS
Subsection 207.03; paragraph 13 shall include:
Per City Code, soil shall be loosened to a depth of not less than eight (8) inches. The Engineer
shall be notified if this cannot occur due to existing conditions.
METHOD OF MEASUREMENT
Subsection 207.04 is hereby revised to include the following:
Topsoil will not be remeasured, but payment shall be based on the quantity identified in the bid
tabulation, unless the quantity of Topsoil is significantly changed during construction by an
approved Change Order. Bid tabulation quantity is based on final in -place topsoil required to
complete the construction.
Haul required to redistribute stockpiled topsoil uniformly throughout the project limits shall not be
measured and paid for separately, but shall be included in the work.
BASIS OF PAYMENT
Subsection 207.05 is hereby revised to include the following:
The contract unit price for topsoil shall be full compensation for all work necessary to complete
the item including removing existing on -site topsoil material, stockpiling the existing topsoil
material, haul, redistributing the existing topsoil material onto the re -graded slopes.
Payment will be made under:
Pay Item
Topsoil
Stockpile Topsoil
13
Pay Unit
Cubic Yard
Cubic Yard
Intersection Improvements
' East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
SECTION 212
SOIL CONDITIONER
DESCRIPTION
' Section 212 of the Standard Specifications is hereby revised for this project as follows:
212.01 This work consists of providing soil conditioners as outlined below. See Section 214 for
soil conditioner application. The work shall be in accordance with the Contract and accepted
horticultural practices.
MATERIALS
' 212.02 Seed, Soil Conditioners, Fertilizers, and Sod.
(b) Soil Conditioners and Fertilizer.
2. Soil Conditioner: Soil conditioner shall consist of compost, biological nutrient, biological
culture, or humic acid based material.
Humic acid based material (Humate) shall include the following:
(1) pH3to5
(2) Maximum 20 percent inert ingredient
(3) Minimum 80 percent organic matter with 40 percent minimum humic acid.
Compost shall be weed -free, organic compost derived from a variety of feed stocks
including agricultural, biosolids, forestry, food, leaf and yard trimmings, manure, tree
wood with no substances toxic to plants. Material shall be aerobically composted in a
facility permitted by the Colorado Department of Public Health and Environment
(CDPHE) to produce or sell compost in accordance with House Bill (HB) 1181. The
Contractor shall submit a copy of this permit to the Engineer for approval and the project
records. The compost shall be tested in accordance with the U.S. Composting Council's
Test Methods for Examining of Composting and Compost (TMECC) manual.
' The compost manufacturer shall be a participating member of in the U.S. Composting
Council's Seal of Testing Assurance Program (STA). The Contractor shall provide a
participation certificate and test data on a Compost Technical Data Sheet.
Compost shall have the following physical properties:
1 14
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
-2-
SECTION 212
SOIL CONDITIONER
Compost Parameters Reported as Requirements
pH pH units 6.0 - 8.5
(Electrical
Moisture Content
Particle Size (Sieve
Sizes)
dS m-1 or mmhos cm-1
wet weight basis
dry weight basis
%, dry weight basis for each
sieve fraction
Test Method
TMECC 04.11-A
Maximum I TMECC 04.10-A
10dS/m
30 - 60%
30 - 65%
Passing 1 inch -
100%'/z inch -
95%
TMECC 03.09-A
TMECC 05.07-A
TMECC 02.02-B
Man-made Inert
%, dry weight basis < 1 %
TMECC 03.08-A
Contamination
Stability
mg 602-C per g TS per day 8 or below
TMECC 05.08-B
(Respirometry)
mg CO2_C per g
(PASS/FAIL) Limits:
TMECC 07.01-B Fecal
Select Pathogens
Salmonella <3 MPN/4grams of Pass
Coliforms, or 07.02
TS, or Coliform Bacteria <1000
Salmonella
- - — - -- -- —
MPN/gram - -- - - -- ---- -
- - - - -
Trace Metals Maturity (PASS/FAIL)
Limits (mg kg-1, Pass > 80% > TMECC
04.06 TMECC
(Bioassay) Percent dw
basis): As 41 Cd 39 Cu 80% 05.05-A
Emergence Relative 1500, Pb 300, Hg 17, Ni 420,
Seedling Vigor Se 100, Zn 2800 %, (average)
%, (average)
The Contractor shall provide a CTR in accordance with subsection 106.13 confirming that the
material has been tested in accordance with TMECC.
Subsection 212.02 shall include the following: .
(d) Protection -Zone Fencing: Fencing fixed in position and meeting the following
requirements. Previously used materials may be used when approved by Engineer.
Protection -Zone fencing will be considered incidental to the project and will not be paid for
separately.
Plastic Protection -Zone Fencing: Plastic construction fencing constructed of high -
density extruded and stretched polyethylene fabric with 2-inch maximum opening in
pattern and weighing a minimum of 0.4 lb/ft.; remaining flexible from minus 60 to plus
200 deg F; inert to most chemicals and acids; minimum tensile yield strength of 2000 psi
and ultimate tensile strength of 2680 psi; secured with plastic bands or galvanized -steel
or stainless -steel wire ties; and supported by tubular or T-shape galvanized -steel posts
spaced not more than 8 feet apart.
a. Height: 5 feet
b. Color: High -visibility orange, nonfading.
15
Intersection Improvements
East Harmony Road at South Lemay Avenue
'
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
1
I
[1
I
I
1
I
1
-3-
SECTION 212
SOIL CONDITIONER
Add Subsection 212.061 immediately following Subsection 212.06
212.061 Tree Retention and Protection.
A. SUBMITTALS
1) Samples for Verification: For each type of the following:
a. Protection -Zone Fencing: Assembled Samples of manufacturer's standard size
made from full-size components.
2) Existing Conditions: Documentation of existing trees and plantings indicated to remain,
which establishes preconstruction conditions that might be misconstrued as damage
caused by construction activities. '
a. Use sufficiently detailed photographs or videotape.
b. Include plans and notations to indicate specific wounds and damage conditions of
each tree or other plants designated to remain.
B. QUALITY ASSURANCE
1) Preinstallation Conference: Conduct conference at Project site.
a. Review methods and procedures related to temporary tree and plant protection
including, but not limited to, the following:
1. Construction schedule. Verify availability of materials, personnel, and equipment
needed to make progress and avoid delays.
2. Enforcing requirements for protection zones.
3. Field quality control.
C. PROJECT CONDITIONS
1) The following practices are prohibited within protection zones:
a. Storage of construction materials, debris, or excavated material.
b. Parking vehicles or equipment.
c. Foot traffic.
d. Erection of sheds or structures.
e. Impoundment of water.
f. Excavation or other digging unless otherwise indicated.
g. Attachment of signs to or wrapping materials around trees or plants unless otherwise
indicated.
2) Do not direct vehicle or equipment exhaust toward protection zones.
3) Prohibit heat sources, flames, ignition sources, and smoking within or near protection
zones and organic mulch.
M
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
-4- .
SECTION 212
SOIL CONDITIONER
D. PREPARATION
Locate and clearly identify trees, shrubs, and other vegetation to remain or to be relocated.
Tie a 1-inch blue -vinyl tape around each tree trunk at 54 inches above the ground.
Protect tree root systems from damage caused by runoff or spillage of noxious materials
while mixing, placing, or storing construction materials. Protect root systems from ponding,
eroding, or excessive wetting caused by dewatering operations.
Within the drip line of any protected existing tree, there shall be no cut or fill over a four -inch
depth unless a qualified arborist or forester has evaluated and approved the disturbance.
Prior and during construction, barriers shall be erected around all protected existing trees
with such barriers to be of orange fencing a minimum of (5) feet in height, secured with
metal T-Posts, no closer than six (6) feet from the trunk or at the drip line, whichever is
greater. There shall be no storage or movement of equipment, material, debris or fill within
the fenced tree protection zone. Modification of protective fence locations to accommodate
construction shall be approved by the City Forester prior to moving or erecting a protective
fence. Where the drip line of trees touch or overlap, place fence around groups of trees.
During construction there shall be no cleaning of equipment or materials or the storage and
disposal of waste material such as paints, oils, solvents, asphalt, concrete, motor oil or any
other material harmful to the life of a tree within the drip line of any protected tree or group of
trees.
No damaging attachments, wires, signs or permits may be fastened to any protected tree.
The installation of utilities, irrigation lines or any underground fixture requiring excavation
deeper than six (6) inches shall be accomplished by boring under the root system of
protected existing trees at a minimum depth of twenty-four (24) inches. The auger distance
is established from the face of the tree (outer bark) and is scaled from the tree diameter at
breast height as described in the tree protection chart of the Fort Collins Land use Code
Section 3.2.1.
Construction shall be performed in a manner to not damage any existing tree. Clearance
pruning of any tree on site shall only be by a Fort Collins Licensed Arborist under the
direction of the City Forester.
Equipment access/drives shall be positioned to minimize travel over the root system of any
existing tree. Equipment drive locations over the root system of any significant tree shall be
approved by the City Forester with requirements to protect the compaction of exposed soil.
Prior to construction the contractor shall meet the City Forester on site to verify protected
existing trees and the application of tree protection specifications.
17
1
1
1
1
1
1
1
1
1
1
I
I
1
1
11. List the more important projects recently completed by your company, stating the
approximate cost of each, and the month and year completed, location and type of
construction.
'�= po
12. List your major equipment available for this contract.
I2Q.riL-
13. Experience in construction Work similar in importance to this project:
14. Background and experience of the principal members of your organization, including
officers:
15. Credit available: $��.15_. cpnc01 II \
16. Bank Reference: �an crt. l_N�i et �470 1 .CCY - I ry-in
17. Will you, upon request, fill out a detailed financial statement and furnish any other
information that may be required by the OWNER? ,
18. Are you licensed as a General CONTRACTOR? 'CGS
If yes, in what city, county and state? C
What class, license and numbers? Yes
19. Do you anticipate subcontracting Work under this �C�Contract? es
If yes, what percent of total contract? (,a
and to whom? � 5'C �L14,,t;C
Rev 10/20/07
Section 00420 Page 2
I
Intersection Improvements
' East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
-5-
SECTION 212
' SOIL CONDITIONER
The Contractor shall wrap protected trees with concrete blankets or equivalent treatment
whenever directed by the owner's representative.
E. TREE- AND PLANT -PROTECTION ZONES
Protection -Zone Fencing: Install protection -zone fencing along edges of protection zones
before materials or equipment are brought on the site and construction operations begin in a
manner that will prevent people from easily entering protected. Construct fencing so as not
to obstruct safe passage or visibility at vehicle intersections where fencing is located
adjacent to pedestrian walkways or in close proximity to street intersections, drives, or other
vehicular circulation.
Maintain protection zones free of weeds and trash.
' Repair or replace trees, shrubs, and other vegetation indicated to remain or be relocated
that are damaged by construction operations, in a manner approved by Architect.
Maintain protection -zone fencing and signage in good condition as acceptable to Architect
' and remove when construction operations are complete and equipment has been removed
from the site.
1) Do not remove protection -zone fencing, even temporarily, to allow deliveries or
equipment access through the protection zone.
F. EXCAVATION
' General: Excavate at edge of protection zones and for trenches indicated within protection
zones according to requirements in Section 200 Earth Work.
' Trenching near Trees: Where utility trenches are required within protection zones, hand
excavate under or around tree roots or tunnel under the roots by drilling, auger boring, or
pipe jacking. Do not cut main lateral tree roots or taproots; cut only smaller roots that
' interfere with installation of utilities. Cut roots as required for root pruning.
Redirect roots in backfill areas where possible. If encountering large, main lateral roots,
' expose roots beyond excavation limits as required to bend and redirect them without
breaking. If encountered immediately adjacent to location of new construction and
redirection is not practical, cut roots approximately 3 inches back from new construction and
as required for root pruning.
Do not allow exposed roots to dry out before placing permanent backfill. Provide temporary
earth cover or pack with peat moss and wrap with burlap. Water and maintain in a moist
' condition. Temporarily support and protect roots from damage until they are permanently
relocated and covered with soil.
18
r,
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. ACC M455-091
Construction Subaccount No. 16603
-6-
SECTION 212
SOIL CONDITIONER
G. ROOT PRUNING
Prune roots that are affected by temporary and permanent construction. Pruning roots 2" in
diameter or greater must be reviewed by City Forester prior to pruning. Prune roots as
shown on Drawings and as follows:
1) Cut roots manually by digging a trench and cutting exposed roots with sharp pruning
instruments; do not break, tear, chop, or slant the cuts. Do not use a backhoe or other
equipment that rips, tears, or pulls roots.
2) Temporarily support and protect roots from damage until they are permanently
redirected and covered with soil.
3) Cover exposed roots with burlap and water regularly.
4) Backfill as soon as possible according to requirements in Section 200 Earth Work.
Root Pruning at Edge of Protection Zone: Prune roots 12 inches outside of the protection
zone, by cleanly cutting all roots impacted to the depth of the required excavation.
H. CROWN PRUNING
Prune all existing trees retained on City property by cleaning and thinning the canopy.
Prune branches that are affected by temporary and permanent construction. Prune
branches as shown on the Drawings and as follows:
1) Pruning Standards: Prune trees according to the City of Fort Collins Tree Management
Standards
I. REGRADING
Lowering Grade: Where new finish grade is indicated below existing grade around trees,
slope grade beyond the protection zone. Maintain existing grades within the protection
zone.
Raising Grade: Where new finish grade is indicated above existing grade around trees,
slope grade beyond the protection zone. Maintain existing grades within the protection
zone.
J. REPAIR AND REPLACEMENT
General: Repair or replace trees, shrubs, and other vegetation indicated to remain or be
relocated that are damaged by construction operations, in a manner approved by
Architect/Owner's Rep.
1) Submit details of proposed root cutting and tree and shrub repairs.
19
Intersection Improvements
East Harmony Road at South Lemay Avenue
'
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
1
L
-7-
SECTION 212
SOIL CONDITIONER
2) Treat damaged trunks, limbs, and roots according to an ISA certified arborist's written
instructions.
3) Perform repairs within 24 hours.
4) Replace vegetation that cannot be repaired and restored to full -growth status, as
determined by Landscape Architect/Owner's Rep.
Protected trees that are damaged during construction will be appraised by a qualified
arborist, and the amount of damage appraised will be billed to the Contractor.
Trees: Remove and replace trees indicated to remain that are more than 25 percent dead
' or in an unhealthy condition before the end of the corrections period or are damaged during
construction operations that Landscape Architect/Owner's Rep determines are incapable of
restoring to normal growth pattern.
' 1. Provide new trees of same size and species as those being replaced for each tree that
measures 6 inches or smaller in caliper size.
' K. DISPOSAL OF SURPLUS AND WASTE MATERIALS
Disposal: Remove excess excavated material, displaced trees, trash and debris, and legally
I� dispose of them off Owner's property.
Subsection 212.07 shall include the following:
I' Tree retention and protection (including installation and maintenance of protection -zone fencing)
will not be measured, but will be considered incidental to the work.
I' BASIS OF PAYMENT
Subsection 212.08 is hereby revised to include the following:
ItThe contract unit price for soil conditioning shall be full compensation for all work necessary to
complete the item including mixing of the material at a rate of 3 CY/1000 SF.
Payment will be made under:
Pay Item
' Soil Conditioning
,'
20
Pay Unit
Cubic Yard
I
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
SECTION 213
MULCHING
Delete Standard Specification 213 and replace with the following:
DESCRIPTION
213.01 This work consists of furnishing and placing organic (wood chip) mulch in the planting
beds and plant saucers, and furnishing and placing in -organic (rock) mulch over weed barrier, in
accordance with the Contract or as directed.
MATERIALS
213.02
(a) Organic Mulch.
Free from deleterious materials and suitable as a top dressing of trees and shrubs,
consisting of the following: Ground or shredded — no weed barrier required. Organic mulch
material to be provided by the City of Fort Collins Forestry Division, located at Parks
Maintenance Shop, 413 S. Bryan Avenue (near the City Park Golf Course), Fort Collins,
80521. Contact the City Forester (Tim Buchanan) at 970.221.6361, to schedule material
pickup. City will load the material into the Contractors vehicle for transport to the site.
Contractor's itemized pricing to include Contractor pickup at the above address, hauling
material to the site and installation only.
(b) In -organic Mulch (Rock).
Hard, durable stone, washed free of loam, sand, clay, and other foreign substances, of
following type, size range, and color (weed barrier required):
Rounded river rock I cobble,
Size Range: 100% - 3" (minimum) to 6",
Color: Tan -beige color range. (No pinks, blacks, reds or whites).
(c) Weed Control Barriers.
Mirafi 140, Typar 3341, or Polyspun 300 or approved equivalent.
The Contractor shall submit a sample to the Engineer for approval at least 30 days prior to
placing on the project.
CONSTRUCTION REQUIREMENTS
213.03
(a) General. Areas not properly mulched, or areas damaged due to the Contractor's negligence,
shall be repaired and remulched as described above, at the Contractor's expense.
21
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
_2_
SECTION 213
MULCHING
Mulch removed by circumstances beyond the Contractor's control shall be repaired and
' remulched as ordered. Payment for this ordered corrective work shall be at the contract
prices.
The Engineer may order test sections be established for adjusting the mulching equipment
to assure conformance with the specified application rate. The Engineer may order
equipment readjustment at any time.
' (b) Organic (Wood Chip) Mulch. A 4-inch layer, unless otherwise shown in the plans, of wood
chip mulch shall be uniformly applied to all planting beds as shown on the plans or as
directed. Wood chip mulch shall be placed in all tree and shrub saucers in seeded areas.
' Wood chip mulch shall be capable of matting together to resist scattering by the wind.
(c) In -Organic (Rock) Mulch. A minimum 3-inch layer of rock mulch placed as shown on plans
over weed control barrier.
' BASIS OF PAYMENT
' 213.05
The accepted quantities will be paid for at the contract unit price for each of the pay items listed
below that appear in the bid schedule.
Payment will be made under:
' Pay Item Pay Unit
Mulching (Wood Chip) Square Foot
Inorganic Mulch (Rock) Square Foot
Landscape Weed Barrier Fabric Square Yard
I
1
1
1 22
L�
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. ACC M455-091
Construction Subaccount No. 16603
SECTION 214
PLANTING
Delete Standard Specification 214 and replace with the following:
DESCRIPTION
214.01 Work Included. This work consists of furnishing and planting trees, shrubs, perennials,
and other plant material, hereinafter referred to as "plants" and planting them in areas as shown
on the plans or as directed.
MATERIALS
214.02 General. Plants shall be of the species or variety designated in the Contract, in
healthy condition with normal well developed branch and root systems, and shall conform to the
requirements of the current American Standard for Nursery Stock. The Contractor shall obtain
certificates of inspection of plant materials that are required by Federal, State, or local laws, and
submit the certificates to the Engineer.
All plants shall be free from plant diseases and insect pests. All shipments of plants shall
comply with all nursery inspection and plant quarantine regulations of the State of origin and
destination, and the Federal regulations governing Interstate movement of nursery stock.
The minimum acceptable sizes of all plants, with branches in normal position, shall conform to
the measurements specified in the Contract.
Plants hardy in hardiness zones 2, 3, 4, and 5 only will be accepted. Hardiness zones are
defined in U.S. Department of Agriculture publications.
All container grown plants shall be those plants that have been growing in a nursery for at least
one growing season, or plants that have established themselves in accordance with definitions
set forth in the Colorado Nursery Act, Title 35, Article 26, CRS.
Trees and shrubs shall have been root -pruned during their growing period in the nursery in
accordance with standard nursery practice.
If plants of acceptable quality and specified variety or size are not available locally, the
Contractor may:
Substitute acceptable plants that are larger than specified at no change in contract price.
On written approval, substitute smaller plants than those specified in the Contract at the
adjusted price stated in the written approval.
On written approval, substitute plants of a different genus, species, or variety at the adjusted
price stated in the written approval.
23
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
-2-
SECTION 214
PLANTING
' Before any substitution of plants will be considered, the Contractor shall furnish to the Engineer
written statements from three sources verifying that the plants designated on the plans are not
available.
At the landscape pre -construction conference, the Contractor shall name the nursery stock
supplier for all items. The Contractor shall tag all nursery stock for inspection by the Engineer.
The Engineer will reject any nursery stock not meeting the Contract at any of the three following
times and locations:
' (1) At the named supplier's location. The Engineer will notify the Contractor when nursery stock
will be inspected at the supplier's location.
(2) On the project site at the time of delivery, prior to planting.
(3) At the time of installation. Final acceptance of all plant material will be made at the time of
' installation on the project site.
Deciduous plants, broadleaf evergreens, and conifers shall be balled and burlapped, or in
containers used in standard nursery practice. Balling and burlapping shall conform to the
1 recommended specifications in the American Standard for Nursery Stock. The ball of the plant
shall be natural, not made, and the plant shall be handled by the ball at all times. No balled and
burlapped plant shall be accepted if the ball is broken or the trunk is loose in the ball. Each
' species shall be identified by means of grower's label affixed to the plant. The grower's label
shall include the data necessary to indicate conformance to specifications.
' Plants for fall planting shall be furnished balled and burlapped or container -grown unless
otherwise designated in the Contract or approved.
(a) Stakes. Wood stakes shall be 2 inches x 2 inches square, or 2'/z inch diameter and 6 feet
long free from bends. Metal stakes shall be 6 feet long standard T-bar steel fence post or #4
or larger rebar. Wood stakes shall be made of untreated wood guaranteed to last in the
ground at least two growing seasons. The bottom of wood stakes shall be pointed.
' (b) Soil Conditioners and Fertilizer. Soil conditioner shall consist of composted plant material,
90 percent '/< inch or less with a carbon to nitrogen ratio of 15:1 to 25:1. A sample of the soil
conditioner and certificate of compliance shall be provided to the Engineer to verify the
organic matter content, and carbon matter to nitrogen ratio shall be submitted one month
prior to planting for approval.
' Fertilizer for planting shall be used as specified in the Contract.
1 24
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
-3-
SECTION 214
PLANTING
CONSTRUCTION REQUIREMENTS
214.03 General. All plants shall be protected from drying out or other injury. Broken and
damaged roots shall be pruned before planting.
(a) Planting Seasons. Plants shall be planted in accordance with the Contract. Areas to be
planted shall be brought to the lines and grades designated or approved. The location of
plants shown in the Contract is approximate to the degree that unsuitable planting locations
shall be avoided. Trees shall be planted at least 30 feet from the edge of the traveled way,
except when guardrail or vertical curb exists, this distance may be reduced to 7 feet.
Locations and layouts shall be approved before preparatory work for planting is started. -
Shrubs shall not be planted closer than 4 feet from the edge of pavement.
All layout staking for planting shall be done by the Contractor and shall be approved by the
Engineer before planting holes are prepared.
The Contractor shall place all plant material according to the approved planting plans, or as
directed.
(b) Excavation. Planting pits shall be circular in outline with vertical or sloped sides. Pits for
trees and shrubs shall be at least two times greater in diameter than the earth ball.
(c) Planting. Planting shall be done in accordance with good horticultural practices. Plants of
upright growth shall be set plumb and plants of prostrate type shall be set normal to the
ground surface. Plants with dry, broken, or crumbling roots will not be accepted for planting.
Planting pits shall be dug 2 to 4 inches shallower than the height of the rootball for trees,
and 2 inches shallower for shrubs. In non -irrigated areas, planting pits shall be dug so that
the top of the rootball is level with the final grade. The tree rootball shall be set in the center
of the planting pit on undisturbed soil. Trees shall be stabilized and then the wire basket,
any twine or wire, and burlap shall be removed before the pit is backfilled. Shrubs shall be
planted in the center of the pit. Plastic, metal, fabric, or peat containers shall be removed.
Shallow scores'/4 to'/z inch deep shall be made along the edges of the rootball.
Areas to be planted with ground cover shall be prepared by placing topsoil and a'/2 inch
layer of soil conditioner on the ground surface, and roto-tilling to a depth of 6 inches. Ground
cover shall be planted by excavating to a depth sufficient to accommodate the root structure
of plant materials without crimping or bending roots. After planting, backfill shall be placed
around the ground cover and compacted firmly around the roots. The planted areas shall be
brought to a smooth and uniform grade, and then top dressed with a 2 inch mulch cover of
the type specified on the plans.
25
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
' -4-
SECTION 214
PLANTING
(d) Backfilling. When soil conditioner is specified, composted plant material shall be added and
' thoroughly mixed into the backfill material at the rate of 0.5 cubic foot per tree and 0.1 cubic
foot per shrub.
Backfill shall be thoroughly worked and watered -in to eliminate air pockets. Watering shall
be done immediately after the plant is placed. Backfilling of the planting pit shall be resumed
after this water is absorbed. Roots and crown shall be covered with soil at this time. After the
soil has settled, plants must be in the proper position and at the proper depth. Saucers shall
be prepared around each plant to the dimensions shown on the planting details. When
saucers are required they shall be covered with a 4 inch thick layer of fresh moist wood chip
mulch conforming to Section 213. After completion of all planting and before acceptance of
the work, the Contractor shall water plants installed under this Contract, as needed to
maintain a moist root zone optimum for plant growth. Plants damaged by the Contractor's
operations shall be replaced at the Contractor's expense.
' Surplus soil remaining after backfilling is completed shall be used for constructing water
retention berms, or, if not needed for berms, shall be thinly distributed (wasted) in the
vicinity, subject to approval of the Engineer.
(e) Pruning. All deciduous trees and shrubs shall be pruned in accordance with standard
horticultural practice, preserving the natural character of the plant. Guidelines for pruning
are indicated in the planting details. Pruning cuts shall be made with sharp clean tools.
All clippings shall become the property of the Contractor and be removed from the site.
' (f) Staking. All deciduous trees 2 inch caliper and greater shall be staked with two stakes.
Stakes shall conform to subsection 214.02(c). Stakes shall be driven 2 feet into the ground
with one stake on the side of the prevailing wind (generally the west side) and the other
' stake on the opposite side. Stakes shall be driven at least 1 foot outside each edge of the
planting pit. Trees shall be guyed with 1 to 2 inch wide strips of nylon webbing with metal
grommets.
Coniferous trees 4 feet or taller shall be staked as designated in the Contract or directed.
Stakes shall be spaced equally around the tree.
Trees specified to be guyed with wire shall be secured with No. 12 gage annealed
galvanized steel wire free of bends and kinks.
' (g) Wrapping Materials. Wrapping material shall be horticulturally approved waterproof
wrapping paper. Wrapping shall be applied from the base of the tree upward to the second
scaffold branch and secured with arbor tape. Populus sp. are exempt from tree wrap. The
O Contractor shall submit the manufacturer's certification for the wrapping material
requirements. Wrapping shall be done in the fall months prior to freeze, and removed in the
I
26
I
Intersection Improvements
East Harmony Road at South Lemay Avenue '
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
.5- 1
SECTION 214
PLANTING '
spring. Wrapping shall not remain on any trees throughout the summer months. Wrapping
shall be removed by the Contractor.
All plant tags shall be removed from plants and all packing or other material used by the ,
Contractor shall be removed from the site.
(h) Irrigation. Plantings that are to be irrigated shall be planted so that the irrigation system is '
operating and supplying the designated amount of water as planting is occurring. Plants
shall be watered within 15 minutes of planting. '
214.04 Landscape Establishment. The Contractor shall be responsible for the following:
The Landscape Establishment Period begins upon receipt of the written "Notice of Substantial '
Landscape Completion" from the Engineer. Substantial Landscape Completion occurs when all
plant materials in the Contract have been planted and all work under Sections 212, 213, 214
and 623 has been performed, except for the Section 214 pay item, Landscape Maintenance. If '
the Notice of Substantial Landscape Completion is issued during the spring planting season, the
Landscape Establishment Period begins immediately and lasts for a period of 24 months. If the
Notice of Substantial Landscape Completion is issued at any other time, the Landscape
Establishment Period begins at the start of the next spring planting season and lasts for a period
of 24 months.
After all planting on the project is complete, a plant inspection shall be held including the
Contractor, Engineer and Landscape Architect to determine acceptability of plant material.
,
During inspection, an inventory of rejected material will be made, and corrective and necessary
cleanup measures will be determined.
,
From the time of installation, during construction, and throughout the Landscape Establishment
Period, the Contractor shall maintain all plant material, sodded and seeded areas in a healthy
and vigorous growing condition, and ensure the successful establishment of vegetation. During
,
the Landscape Establishment Period, the Contractor shall water, cultivate, and prune the plants,
and repair, replace or readjust guy material. The Contractor shall also remove weeds from plant
beds and saucers, maintain specified depths of mulching material and fertilize via a root feeder
during the spring of each growing season.
,
Dead, dying or rejected material shall be removed each month during the Landscape
Establishment Period as directed. Plant replacement shall be performed during the spring
planting seasons at the beginning and end of the Landscape Establishment Period. Plant
replacement stock shall be planted in accordance with the Contract and is subject to all
requirements specified for the original material. Plant replacement shall be at the Contractor's ,
expense.
An inspection will be conducted by the Contractor, Engineer and Landscape Architect, 12 ,
months after the beginning of the Landscape Establishment Period in order to determine
27 1
1
I
20. Are any lawsuits pending against you or your firm at this time? No ,
IF yes, DETAIL
21. What are the limits of your public liability? DETAIL
What Company?,
22. What are your company's bonding limitations?
23. The undersigned hereby authorizes and requests any person, f rm Gdr corl6oration to 00
furnish any information requested by the OWNER in verification of the recital comprising
this Statement of Bidder's Qualifications.
Dated at this day of
Al..• 1. .�/ o•-.: UWMKIW
00'r
State of � IC-�. r a4 n
County of W9--(A
being duly sworn deposes and says thatshe is
of IN air. �.ns+t,\),t Lars_T,rK and that (name of
organization) the answers to the foregoing questions and al statements therein contained are
true and correct.
Subscribed and sworn to before me this 444' day ofy Pn t�cl' 20�
Notary Publi
My commission expires 5
Rev 10/20/07
Section 00420 Page 3 1
I
II
Intersection Improvements
' East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. ACC M455-091
Construction Subaccount No. 16603
i -6-
SECTION 214
' PLANTING
acceptability. Plant replacements determined to be necessary at this inspection will be planted
' within 30 days following the inspection. A second inspection to determine acceptability will be
conducted no later than 23 months following the beginning of the Landscape Establishment
Period. Plant replacements determined to be necessary at this second inspection will be
planted within 30 days following the inspection. Following any necessary plant replacements,
the Contractor, Engineer and Landscape Architect will conduct a final inspection in order to
close the Landscape Establishment Period. The Contractor shall remove all guying wires,
straps and stakes from the plant material prior to this final inspection.
Prior to the beginning of the Landscape Establishment Period, a watering schedule listing the
calendar days chosen to complete the required watering shall be submitted to facilitate
inspections by the City/Engineer.
(a) Watering in Irrigated Areas. The trees planted by the Contractor shall be watered twice per
month at the rate of 30 gallons per tree per watering for the months May through October
during the 24-month Landscape Establishment Period, or as needed, and the trees shall
also be watered once per month at the rate of 30 gallons per tree for the months November
through April during the 24-month Landscape Establishment Period, or as needed.
' The shrubs planted by the Contractor shall be watered twice per month at the rate of 10
gallons per shrub per watering event for the months May through October during the 24-
month Landscape Establishment Period, or as needed, and the shrubs shall also be
watered once per month at the rate of 10 gallons per shrub for the months November
through April during the 24-month Landscape Establishment Period, or as needed.
' The contract performance bond, required by subsection 103.03, shall guarantee
replacement work during the plant establishment period.
If all other work is completed on a project, no contract time will be charged during the plant
establishment period.
' METHOD OF MEASUREMENT
214.05 The quantity of planting to be measured will be the number of plants, of the types and
' sizes designated in the Contract that are actually planted and accepted.
Landscape Maintenance will not be measured, but will be paid for on a lump sum basis.
214.06 The accepted quantities of planting will be paid for at the contract unit price for each of
the various items listed below that appear in the bid schedule.
Payment for the total cost of the item will be made at the completion of planting.
' 28
I
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
Cost of the performance bond shall be included in the cost of the plant items.
-7-
SECTION 214
PLANTING
Payment will be made under:
Pay Item
Pay Unit
Landscape Maintenance (24 Month)
LS
Deciduous Tree (2.5 Inch Caliper)
Each
Deciduous Tree (3 Inch Caliper)
Each
Deciduous Shrub (5 Gallon Container)
Each
Perennials (1 Gallon Container)
Each
Water required for all items of work will not be measured and paid for separately,
but shall be included in the work.
Payment shall be full compensation for all work necessary to complete the item.
For each month that landscape maintenance is performed and accepted during the Landscape
Maintenance period as specified in subsection 214.04, payment for Landscape maintenance will
be made in installments as follows:
(1) 5 percent of the lump sum amount will be paid for each of the eight growing season months,
March through October for each year.
(2) 2.5 percent of the lump sum amount will be paid for each of the winter months, November
through February for each year.
Landscape maintenance performed during construction will not be measured and paid for
separately, but shall be included in the work.
Landscape Establishment, except for landscape maintenance, will not be paid for separately,
but shall be included in the work.
29
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
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
resistance value of at least 32,883 p.s.i. (R>78 when tested by the Hveem Stabilometer method.
11
I
I
30
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
REVISION OF SECTION 403
HOT MIX ASPHALT
Section 403 of the Standard Specifications is hereby revised for this project as follows:
Subsection 403.02 shall include the following:
The design mix for hot mix asphalt shall conform to the following:
Table 403-1
Property
Test
Value For Grading
Method
SG(100) S (100)
Air Voids, percent at:
CPL
3.5 — 4.5
3.5 — 4.5
N (design)
5115
Lab Compaction
CPL
8
8
(Revolutions):
5115
100
100
N (design)
Stability, minimum
CPL
5106
Aggregate Retained on the
CP 45
90
70
4.75 mm (No. 4) Sieve with at
least 2 Mechanically Induced
fractured faces, % minimum
Accelerated Moisture Sus-
CPL
ceptibility Tensile Strength
5109
80
80'
Ratio Lottman , minimum
Method B
Minimum Dry Split Tensile
CPL
205 (30)
205 (30)
Strength, kPa (psi)
5109
Method B
Grade of Asphalt Cement,
PG64-28
Top Layer
Grade of Asphalt Cement,
PG64-22
Layers below To
Voids in the Mineral
CP 48
See Table
See Table
Aggregate VMA) % minimum
403-2
403-2
Voids Filled with Asphalt
Al MS-2
65-75
65-75
VFA,%
Dust to Asphalt Ratio
CP 50
0.6 — 1.2
0.6 — 1.2
Fine Gradation
0.8 —
0.8 —1.6
Coarse Gradation
1.6
Note:Al MS-2 = Asphalt Institute Manual Series 2
Note:The current version of CPL 5115 is available from the Region Materials Engineer.
Note:Mixes with gradations having less than 40% passing the 4.75 mm (No. 4) sieve shall be approached
with caution because of constructability problems.
Note:Gradations for mixes with a nominal maximum aggregate size of one -inch or larger are considered a
coarse gradation if they pass below the maximum density line at the #4 screen.
Gradations for mixes with a nominal maximum aggregate size of % inch or smaller are considered a
31
Intersection Improvements
' East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
coarse gradation if they pass below the maximum density line at the #8 screen.
-2-
REVISION OF SECTION 403
HOT MIX ASPHALT
All mix designs shall be run with a gyratory compaction angle of 1.25 degrees and properties
must satisfy Table 403-1. Form 43 will establish construction targets for Asphalt Cement and all
mix properties at Air Voids up to 1.0 percent below the mix design optimum.
Table 403-2
.1
1
I
1
I
1
1.
C
1
1
I
1
Minimum Voids in the Mineral Aggregate (VMA)
Nominal "*Design Air Voids "
Maximum Size', 3.5% 4.0% 4.5%
mm (inches)
37.5 (1'/:)
11.6
11.7
11.8
25.0(1)
12.6
12.7
12.8
19.0 (%)
13.6
13.7
13.8
12.5 (YZ)
14.6
14.7
14.8
9.5 (%)
15.6
15.7
15.8
The Nominal Maximum Size is defined as one sieve larger than the first
sieve to retain more than 10%.
Interpolate specified VMA values for design air voids between those listed.
Extrapolate specified VMA values for production air voids beyond those
listed.
The Contractor shall prepare a quality control plan outlining the steps taken to minimize
segregation of HMA. This plan shall be submitted to the Engineer and approved prior to
beginning the paving operations. When the Engineer determines that segregation is
unacceptable, the paving shall stop and the cause of segregation shall be corrected before
paving operations will be allowed to resume.
Hot mix asphalt for patching shall conform to the gradation requirements for Hot Mix Asphalt
(Grading SG).
A minimum of 1 percent hydrated lime by weight of the combined aggregate shall be added to
the aggregate for all hot mix asphalt.
Acceptance samples shall be taken.
Subsection 403.03 shall include the following:
32
1
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
-3-
REVISION OF SECTION 403
HOT MIX ASPHALT
The Contractor shall use an approved anti -stripping additive. The amount of additive used shall
be a minimum of 0.5 percent by weight of the asphalt cement. The additive shall be added at
the refinery or at the hot plant. If liquid anti -stripping additive is added at the plant, an approved
in -line blender must be used. The blender shall be in the line from the storage tank to the drier
drum or pugmill. The blender shall apply sufficient mixing action to thoroughly mix the asphalt
cement and anti -stripping additive.
Delete subsection 403.05 and replace with the following:
403.05 The accepted quantities of hot mix asphalt will be paid for in accordance with
subsection 401.22, at the contract unit price per ton for the bituminous mixture.
Payment will be made under:
Pay Item Pay Unit
Hot Mix Asphalt (Grading S)(100)(PG 64-28) (Modified Binder) Ton
Hot Mix Asphalt (Grading SG)(100) (PG 58-28) Ton
Hot Mix Asphalt (Patching) (Asphalt) Ton
Aggregate, asphalt recycling agent, additives, hydrated lime, and all other work necessary to
complete each hot mix asphalt item will not be paid for separately, but shall be included in the
unit price bid. When the pay item includes the PG binder grade, the asphalt cement will not be
measured and paid for separately, but shall be included in the work. When the pay item does
not include the PG binder grade, asphalt cement will be measured and paid for in accordance
with Section 411. Asphalt cement used in Hot Mix Asphalt (Patching) will not be measured and
paid for separately, but shall be included in the work.
Excavation, preparation, and tack coat of areas to be patched will not be measured and
paid for separately, but shall be included in the work.
33
Intersection Improvements
East Harmony Road at South Lemay Avenue
'
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
REVISION OF SECTION 403
WARRANTED HOT MIX ASPHALT
Section 403 of the Standard Specifications is hereby revised for this project to include the
following:
DESCRIPTION
This work consists of the construction of warranted hot mix asphalt in accordance with these
specifications, and in conformity with the lines and grades shown on the plans or established.
MATERIALS AND CONSTRUCTION REQUIREMENTS
The provisions of Section 401 do not apply to warranted hot mix asphalt except for the following:
Longitudinal joints shall conform to the requirements of subsection 401.16. Roadway
' smoothness shall conform to the requirements of subsection 401.20. Paving limitations shall
conform to the requirements of subsection 401.07.
The Contractor shall be responsible for the hot mix asphalt mix design, production, placement,
performance, process and thickness control testing, and warranty work for a period of 2 years
from the date of pavement acceptance.
' The warranted hot mix asphalt shall be a mixture of aggregate, filler or additives if used,
bituminous material, hydrated lime, and reclaimed material if used. A minimum of one percent
hydrated lime by weight of the combined aggregate shall be added to the aggregate for all
warranted hot mix asphalt.
The Contractor shall establish the materials mix design (MMD) for the hot mix asphalt. The
' MMD consists of an aggregate gradation based on percentages of the material passing various
sieve sizes, a percentage by weight of bituminous material to be added to the aggregate, and a
temperature for the mixture at discharge from the mixing plant. The Contractor shall select all
materials to be used in the mixture including the asphalt cement. Transverse cracking shall not
' be included in the performance warranty if the asphalt cement meets or exceeds the low
temperature required for Superpave performance grade PG(64-28) and PG(58-28) conforming
to subsection 702.01.
The minimum thickness placed shall be as shown on the plans.
Two weeks before starting paving, the Contractor shall provide the Engineer the MMD, the
method of developing the MMD, all MMD testing, a list of materials, and all thickness testing
methods.
' The hot mix asphalt shall be warranted for 2 years against the types of distress listed in (d)
below.
(a) Warranty and Warranty Bond. By submission of its bid in response to this specification, the
Contractor warrants that all of the hot mix asphalt placed on the project shall be free of
34
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
-2-
REVISION OF SECTION 403
WARRANTED HOT MIX ASPHALT
defective materials and workmanship for a period of 2 years from the date of pavement
acceptance as defined in the Revision of Section Acceptance.
The Contractor further warrants that it will ensure proper and prompt performance and
completion of warranty work in accordance with this specification. Warranty work shall be
performed when any defect occurs in the hot mix asphalt materials or workmanship within
that 2 year period and warranty work is required or needed on that pavement. Prompt
performance and completion of warranty work includes payment for all labor performed and
for all equipment and materials used.
The Contractor understands and agrees that if so required by the Engineer, the Contractor
shall perform and complete warranty work after the 2 year period has ended. Delays for
warranty work can and may occur due to factors such as weather delays, project reasons
which do not reasonably allow that work to be performed, public interest reasons or for any
other reason. Performance due to delays will not be required to start later than nine months
after the 2 year period has ended.
All such warranty work shall be solely at the Contractor's expense up to $25,000.00. The
Engineer may elect to have additional work performed and will be responsible for payment
of actual expenses incurred by the Contractor. Additional work shall be authorized in writing
by the Engineer. All documentation of actual costs incurred in the performance of warranty
work shall be made available for audit by the Engineer.
The Contractor shall provide a warranty performance bond ("warranty bond") to guarantee
the full performance of the warranty work described in this specification. The warranty bond
shall be in the amount of $25,000.00.
The warranty bond shall be a single term 2 year (plus an additional nine months in certain
circumstances) warranty bond that will be in effect for the entire warranty period. The
warranty bond shall be in effect upon pavement acceptance, and it shall remain in effect for
the total of 2 years from that date. The Contractor shall provide a 2 year warranty bond, thal
fully complies with this specification, to the Engineer at the time of execution of the Contract.
The need for warranty work, and the performance of that warranty work, shall be determined
in accordance with (d) below. The Contractor will be released from further warranty work at
the end of the warranty period or upon completion of any delay warranty work, as described
above, whichever is later, provided all required warranty work has been satisfactorily
completed.
(b) Pavement Evaluation Team (PET). The PET shall have the final decision authority for all
warranty work. The PET shall consist of three subject matter experts not affiliated with the
project. One member will be a CDOT staff person, the second member will represent the
35
I
Intersection Improvements
' East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
' asphalt paving industry, and the third will be mutually agreed upon by the other two
members. Each member of the PET shall have a minimum 15 years experience in one or a
-3-
REVISION OF SECTION 403
WARRANTED HOT MIX ASPHALT
' combination of the following disciplines: pavement management, asphalt pavement design,
asphalt pavement construction, maintenance management or asphalt pavement
maintenance. The City will cover expenses associated with performing the duties of the PET
for the CDOT member and the mutually agreed upon third party. The Contractor shall cover
expenses associated with performing the duties of the PET for the asphalt paving industry
member
rMembers will be replaced as necessary based upon the criteria above.
' The City representative on the PET shall be responsible for scheduling distress surveys,
preparing the reports, and notifying the Engineer when warranty work is required.
(c) Warranty Work. During the warranty period the warranty work shall be performed at no cost
' to the City and shall be based on the results of the pavement distress survey. Warranty
work to be performed and materials to be used shall be in accordance with the remedial
actions and other requirements in (d). The Contractor may propose alternative actions for
' warranty work to the Engineer who will submit the proposal to the PET. All warranty work to
repair distresses shall be done in accordance with current CDOT standards and coordinated
with the Engineer. Innovative materials and techniques may be considered. The PET will
render a final decision by majority vote.
1 During the warranty period, the Contractor may monitor the pavement in question using
nondestructive procedures. All proposed remedial actions shall be coordinated with the
Engineer.
Coring, milling or other destructive procedures shall not be performed by the Contractor
without prior written consent of the Engineer. The Contractor is not responsible for
damages that are a result of coring, milling or other destructive procedures conducted by the
' City, utility companies or other entities not under the control of the Contractor.
When notified by the PET that warranty work is required, the Engineer will notify the
' Contractor and Surety, in writing. If the Contractor or Surety fails to respond in writing within
fifteen days after receiving written notice from the Engineer, the City may make repairs or
contract to have the repairs made and the Contractor and Surety shall be responsible for the
total cost of these repairs including lane rental fees.
At least 30 days before the expiration of the warranty, and at any other time during the
warranty period as deemed necessary by the Engineer, the PET shall conduct a pavement
distress survey. If the Engineer is notified by the PET that warranty work is required in
accordance with the distress indicators, the Engineer will notify the Contractor and Surety in
writing. If the Contractor or the Surety fails to respond in writing within 15 days after
' receiving written notice from the Engineer, the City will complete the repairs or contract to
have the repairs completed and the Contractor and Surety shall be responsible for the total
' 36
I
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
cost of these repairs including the lane rental fees. If it is necessary to delay performance of
the final warranty work due to weather limitations or other reasons in the public interest, the
-4-
REVISION OF SECTION 403
WARRANTED HOT MIX ASPHALT
Contractor and City shall agree to the extent of work to be performed. Any additional
distress resulting from the delay will be the responsibility of the City.
Warranty work that requires a resurfacing of the pavement shall be performed only when
weather conditions are in accordance with subsection 401.07.
The Contractor shall maintain traffic at all times as detailed in the Traffic Control Plan.
Warranty work shall be performed during the times of day and days of week specified for the
original contract work.
(d) Pavement Distress Indicators, Thresholds and Remedial Action. Pavement distress
indicators shown below shall be used as the basis for determining the distress types to be
considered for repair under the warranty and as the basis for determining the methods for
measuring distresses.
The pavement distress surveys are conducted by dividing the roadway into nominal one -
mile sections. A one -tenth mile segment in each mile will be evaluated for pavement
distress. The segment evaluated shall be from 0.3 to 0.4 miles from the start of the section
In addition, in each section, a random one -tenth mile segment will be surveyed. The
random one -tenth mile segments will be determined by the PET each time a survey is
conducted.
The PET will conduct intermediate surveys if requested in writing by the Engineer. The PET
will notify the Engineer in writing of the survey results within 15 days. The Engineer will
immediately notify the Contractor in writing. Traffic control for conducting the surveys will be
the responsibility of the City.
If any survey requires remedial action and the Contractor does not dispute the survey
results, the Contractor shall remedy the distress. If the survey requires remedial action and
the Contractor disputes the survey results, the Contractor shall notify the Engineer in writing
within 15 days of receiving notice. The notification shall describe the contractual and legal
basis for the disagreement with the survey results. The Engineer will transmit the
Contractor's notification to the PET which will render a final decision and notify the Engineer
in writing within 30 days of the Contractor's notification.
The PET shall determine the remedial action to be performed in all segments in the project
where the threshold level is met or exceeded. If areas outside the survey segments are
suspected of meeting or exceeding a threshold level, the PET will divide the entire project
into 0.1 mile segments and conduct the distress survey in any, or all, segments to see if a
threshold level has been met or exceeded. Unless otherwise directed by the Engineer
remedial action shall be performed in the same calendar year as the survey that indicated
37
m r m m m m= m m= m = w m m m m
ITEM #6
4-0�45T�ut
WORK ON HAND AS OF SEPTEMBER 2011
PROJECT NAME
OWNER / ARCHITECT
CONTRACT
PRICE
ESTIMATED
START DATE
ESTIMATED DATE
OF COMPLETION
PERCENT
COMPLETE
WCR 17 / WCR 34
Weld County Public Works
Dept.
$ 123,043.50
9/26/2011
10/21/2011
0%
160th / Bull Canal Bridge Replacement
City of Thornton / Felsburg
Holt & Ullevig
$ 196,984.30
10/15/2011
1 12/15/2011
1 0%
IUS 287 Replace Dry Creek Bridge
CDOT
$ 1,735,850.75
7/25/2011
4l15/2012
100/.
TOTALS $ 2,055,878.55
Intersection Improvements
' East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
the threshold level is met or exceeded. Remedial action shall be applied to each entire
segment in which the threshold level is met or exceeded unless otherwise noted under
REVISION OF SECTION 403
WARRANTED HOT MIX ASPHALT
' remedial action. When the remedial action required includes an overlay, the action shall also
be performed on the hot mix asphalt shoulders and adjacent lanes.
If remedial action necessitates a corrective action to the pavement markings, adjacent lanes
or roadway shoulders, then such corrective action to the pavement markings, adjacent lanes
and shoulders shall be performed at the expense of the Contractor.
When remedial action requires the removal of pavement, the pavement shall be replaced
with a mix approved by the PET. The mix shall be placed according to the Contractor's
' QCP. Pavement shall be removed by cutting neat lines vertically for the full depth of the
affected layer unless otherwise specified. Removal areas shall be rectangular, and the
sides and bottoms shall be thoroughly coated with an approved tack coat prior to pavement
replacement.
If, anytime during the warranty period, 30 percent or more of the project segments require or
have received remedial action, then the entire project shall receive a remedial action as
determined by the PET.
The Contractor will not be held responsible for distresses which are caused by factors
beyond the control of the Contractor. A finding that the distress is due to factors outside the
control of the Contractor shall be based on evidence submitted by the Contractor to the
Engineer. The PET will make the final determination.
' Distress types to be warranted, the threshold levels requiring remedial action, and the
remedial action to be performed by the Contractor shall be according to the following
pavement distress indicators:
' 1. Permanent Deformation - Rutting and Shoving. Rutting is longitudinal surface
depression in the wheel path. Shoving is longitudinal displacement of a localized area of
the pavement surface caused by traffic pushing against the pavement. Rutting shall be
measured at 50 foot intervals using a 6 foot straight edge, and taking several
measurements transversely across the pavement to determine the maximum rut depth.
Rut depths shall be rounded to the nearest 0.10 inch.
I
1
I
Quantity
Low > 0.3 to 0.5 inch
Moderate > 0.5 to 1 inch
High > 1 inch
(Actual action to be approved by PET)
Micromill or diamond grind to remove ruts, chip seal,
microsurface or remove and replace.
Micromill or diamond grind to remove ruts then
microsurface or remove and replace.
Evaluate the cause and then remove and replace.
38
I
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
-6-
REVISION OF SECTION 403
WARRANTED HOT MIX ASPHALT
The Permanent Deformation - Correction of rutting and shoving will not be required when the
accumulated design lane Equivalent Single Axle Loads (ESAL's) exceed "w" at time intervals
shown below:
1 ame A: L year vvarranzy muixin2 Kate oT Loauing 1 ame
Time after Pavement Acceptance Maximum Accumulated ESAL's
(sampling intervals) (where D = 3 year projection design lane
ESAL's) "w"
6 months
0.25 x D
12 months
0.50 x D
18 months
0.75 x D
24 months
D
If the rutting is suspected to be caused by the base or subgrade, coring (or cross
sectional sampling) will be conducted by the Department to determine the cause of the
rutting. The Contractor shall have the option to obtain cores and cross-section samples
at his own expense, including repair of the sampled areas, traffic control, and all lane
rental fees.
2. Pot Holes. Pot holes are bowl shaped depressions of various sizes in the pavement
surface caused by loss of pavement mix.
Severity Quantity
Low < 1 inch deep and > 0.2 feee
Moderate 1 inch to 2 in. deep and > 0.2 feetz
High > 2 inch deep and > 0.2 feet2
Preferred Actions
(Actual action to be approved by
PET)
Seal coat or crack / joint seal
Patch
Remove and replace to 2 feet beyond
apparent distress.
3. Longitudinal Joint Separation. Longitudinal joint separation is loss of the pavement
surface or depressions within 18 inches of a longitudinal joint.
0
Intersection Improvements
East Harmony Road at South Lemay Avenue
'
East Drake Road at South Lemay Avenue
Federal Aid Project No. ACC M455-091
Construction Subaccount No. 16603
I
I
1
I
1
I
1
-7-
REVISION OF SECTION 403
WARRANTED HOT MIX ASPHALT
Severity
Quantity
Preferred Actions
Mean Width
Actual action to be approved by PET
Seal cracks with hot poured joint and crack
Low
<_ 0.25 inch
sealant materials that meet the requirements
of ASTM D 3405.
Seal cracks with hot poured joint and crack
Moderate
> 0.25 inch and <_ 0.75 inch
sealant materials which meet the
requirements of ASTM D 3405, ASTM D 5078
or ASTM D 5078 with 22% scrap rubber
Remove and replace a minimum of 6 inches
High
> 0.75 in.
beyond distress laterally and 2 feet beyond
distress longitudinally. In no instance. shall
resulting joints be placed in the wheelpath.
4. Raveling and Weathering. Raveling and weathering are the wearing away of the
pavement surface caused by the dislodging of aggregate particles (raveling) and the loss
of asphalt binder (weathering). Affected area shall be repaired to 24" beyond apparent
distress. Preferred actions include slurry seal, chip seal, Novachip, ultra -thin overlay or
remove and replace. The actual action shall be approved by the PET.
5. Bleeding. Bleeding is a film of bituminous material on the pavement surface which
creates a shiny, glass -like, reflective surface.
Severity
Quantity
Preferred Actions
Actual action to be approved by PET
Low
Coloring of surface visible
Observe more frequently
Moderate
Asphalt free on surface
Microsurface or SMA overlay
Asphalt free on surface Remove and replace full width of lane or
High and tire tracks shoulder to two feet longitudinally beyond'
affected area.
8
6. Delamination of Pavement Layers. Delamination of pavement is the separation of one
layer from the layer below it.
Remedial action for delamination: affected area shall be removed and replaced to one
foot beyond the apparent distress.
1 40
1
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
7. Transverse Cracking. Transverse cracks are cracks relatively perpendicular to the
pavement centerline. The highest severity level present for at least 10% of the
total length of the crack shall be assigned. Random cracks with transverse cracks
are cracks
that occur randomly and are within two feet of the transverse crack.. Spalling with
transverse cracks is the cracking, breaking or chipping of the pavement surface within
two feet of the transverse crack.
-8-
REVISION OF SECTION 403
WARRANTED HOT MIX ASPHALT
Severity
Quantity
Preferred Action
(actual action to be approved by PET)
Low
< 0.25 inch wide
Seal cracks with hot poured joint and
crack sealant materials that meet the
requirements of ASTM D 3405.
Moderate
< 0.75 inch wide
Seal cracks with hot poured joint and
< 0.25 inch wide with
crack sealant materials which meet the
spalling or random cracking
requirements of ASTM D 3405, ASTM D
5078 or ASTM D 5078 with 22% scrap
rubber.
High
>_ 0.75 in. wide
Remove and replace full width of lane or
< 0.75 in. wide with spalling
shoulder to one foot longitudinally
and random cracking
beyond the apparent distress.
(e) Elective or Preventive Action. Elective or Preventive action shall be a Contractor or Surety
option, at the Contractor or Surety expense, subject to the approval of the Engineer. The
Contractor or Surety shall notify the Engineer in writing if it proposes to perform elective or
preventive work. Elective or Preventive work shall be done during times set forth in the
Contract for original contract work. Lane rental fees will be assessed.
(f) Emergency Work. For warranted distresses, the Engineer may request, in writing,
immediate action of the Contractor and Surety for the safety of the traveling public. The
Contractor or Surety shall have the first option to perform the emergency work. If the
Contractor or.Surety cannot perform the emergency work within 24 hours, the Engineer may
have the emergency work done by other forces and seek reimbursement from the
Contractor or Surety accordingly. Emergency work performed by other forces shall not alter
the requirements, responsibilities, or obligations of the warranty.
(g) Traffic Control. Construction Traffic control for warranty work shall be performed in
accordance with Section 630 at the Contractor's expense.
(h) Process Control Testing: The Contractor shall perform process control testing in
accordance with the Revision of Section 106, Quality Control for Warranted Hot mix asphalt.
Cost of the two year warranty will be incidental to the placement of all hot mix asphalt
pavement.
41
Intersection Improvements
' East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
REVISION OF SECTION 411
BITUMINOUS MATERIALS
Section 411 of the Standard Specifications is hereby revised for this project as follows:
Subsection 411.01 shall include the following:
This work consists of preparation and tack coat of existing asphalt pavement surfaces to be
overlayed after completion of milling and prior to overlaying with hot asphalt paving. Also, the
work consists of fog sealing the final pavement surface where temporary striping is to be
removed.
' Subsection 411.03 shall include the following:
Diluted emulsified asphalt for tack coat shall consist of 1. part emulsified asphalt and 1 part
water. Actual rates of application shall be determined by the engineer at the time of application.
For plan quantities of bituminous materials, the following rate of application was used:
Diluted emulsified asphalt (slow -setting) at 0.10 gallons per square yard (diluted)
A tack coat is required prior to the placement of subsequent lifts of HMA. Before placement of
' the tack coat, the contractor shall clean the roadway to the satisfaction of the engineer.
Subsection 411.05 shall include the following:
1
I
I
1
Emulsified Asphalt (tack coat) will not be measured and paid for separately, but shall be
included in the work.
42
I
1
Intersection Improvements
East Harmony Road at South Lemay Avenue '
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
REVISION OF SECTION 601
MISCELLANEOUS CONCRETE '
Section 601 of the Standard Specifications is hereby revised for this project as follows:
Subsection 601.02 shall include the following: ,
Concrete Class D shall be used for curb, gutter, sidewalk, curb ramps, median cover material
and miscellaneous paving.
I
I
1
1
I
I
11
43 1
1
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
REVISION OF SECTION 605
' SUBSURFACE DRAINS
Section 605 of the Standard Specifications is hereby revised for this project as follows:
Subsection 605.01 shall include the following:
This work consists of furnishing all materials and workmanship necessary to construct the
underdrain cleanouts, wrapping the underdrain with weed barrier, CDOT Class A filter material,
10 mil plastic visquine and connection to the existing 15-Inch RCP storm sewer line. The
underdrain cleanouts consist of a 4-Inch riser pipe, tee and screw -on cap as specified with the
' lines and grades shown on the plans. The underdrain connection to the existing storm line shall
be grouted or concrete collared around the full circumference of both pipes or as directed by the
Engineer.
Pay Item Pay Unit
4 Inch Perforated Pipe Underdrain Linear Foot
I
I
I
I
44
11
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
REVISION OF SECTION 608
DETECTABLE WARNINGS
Section 608 of the Standard Specifications is hereby revised for this project as follows:
Subsection 608.01 shall include the following:
This work includes the installation of detectable warnings on concrete curb ramps at the
locations shown on the plans and in accordance with the plans.
Subsection 608.02 shall include the following:
Detectable warnings on curb ramps shall be truncated domes of the dimensions shown on the
standard plans. Domes shall be prefabricated by the manufacturer as a pattern on concrete or
masonry pavers.
Pavers shall meet all Americans with Disabilities Act (ADA) requirements for truncated domes,
and when installed, shall be capable of producing the pattern of domes as shown on the
standard plans.
Pavers shall meet the requirements of ASTM C 902 or ASTM C 936.
Alternate materials may be used, if pre -approved by the Engineer. The Contractor shall submit a
sample of the product, the name of the selected supplier, and documentation that the product
meets all contrast requirements and will be fully compatible with the curb ramp surface to the
Engineer for approval prior to start of work. Known vendors of alternate products include but
are not limited to the following:
VENDOR NAME PRODUCT PHONE NUMBERS
TMA Construction Supply CAST in TACT Warning 303-295-6050
Panels
East Jordan Iron Works, Inc. Truncated Dome Plates 800-626-4653
Neenah Foundry Company R-4984 Detectable 800-558-5075
Warning Plate
The domes and the underlying surface shall have a minimum of 70% contrast with the light
reflectivity of the adjoining surface. The contrast shall be verified using the following equation:
Contrast = Bi —B2 x 100
Bi
Where B, = Light Reflectance Value (LRV) of the lighter area
B, = LRV of the darker area
Absolute black and white will not be permitted.
45
Intersection Improvements
t East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
1 -2-
REVISION OF SECTION 608
DETECTABLE WARNINGS
The contrast shall be achieved by adding pigment during the fabrication of the paver. Prior to
' start of work, the Contractor shall submit appropriate documentation from the manufacturer
verifying that the contrast has been met, along with a sample paver, to the Engineer for
approval.
Bedding and joint sand shall be free of deleterious or foreign matter. The sand shall be natural
or manufactured from crushed rock. Limestone screenings or stone dust shall not be used.
Sand for bedding material shall conform to ASTM C 33. Sand that is to be placed between
' joints shall conform to ASTM C 144.
Subsection 608.03 shall include the following:
(g) Detectable Warnings. Pre -fabricated pavers for detectable warnings shall be brought to the
site in steel banded, plastic banded or plastic wrapped cubes capable of being transported
by a fork lift or clamp lift. Pavers shall be carefully removed and stacked in a manner which
results in the least amount of damage. All pavers that are damaged during transport or
delivery will be rejected and shall be replaced at the Contractor's expense. Minor cracks or
chipping due to transport and handling that do not interfere with the structural integrity of the
paver or the overall pattern of truncated domes will not be deemed as grounds for rejection.
The Contractor shall spread the bedding sand evenly in the area defined and shall screed
the sand to an appropriate embedment depth as shown on the plans or as directed by the
' Engineer. Sufficient sand should be placed to stay ahead of laid pavers
Pavers shall be placed in a running bond pattern. Domes shall be aligned to create a
square grid in the predominant direction of travel as shown in the plans. Pavers shall be
installed such that the base of the truncated dome is at the same elevation as the adjoining
surface, allowing for a smooth transition between the curb ramp and the detectable warning.
' When cut pavers are required to fill gaps between the pavers and the edge of concrete, the
Contractor shall bevel portions of the truncated domes at a 45-degree angle to create a
smooth transition between the partial dome and the curb ramp surface. Unless otherwise
' directed by the Engineer, pavers shall be cut and installed in such a manner that the domes
on the cut sections will not significantly impact the overall pattern of the truncated domes.
' The Contractor shall use a plate vibrator to embed the pavers into the sand. The size and
type of plate vibrator shall be in accordance with manufacturer's recommendations, or as
directed by the Engineer. All pavers that are damaged during embedment shall be replaced
at the Contractor's expense.
' Joint spacing between paver units shall be in accordance with the manufacturer's
recommendations, or as approved by the Engineer. Joints shall be filled completely with
' joint sand. Excess sand shall be removed by sweeping.
' 46
1
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
-3-
REVISION OF SECTION 608
DETECTABLE WARNINGS
(h) Alternate products. Alternate materials shall be installed in accordance with manufacturer's
recommendations.
The concrete surface to which alternate materials are to be applied shall be prepared in
accordance with manufacturer's recommendations. Material requirements, color and
application shall be in accordance with manufacturer's recommendations and as approved
by the Engineer.
Subsection 608.05 shall include the following:
Detectable warnings on curb ramps, including sand, pavers, alternate materials, and all other
work and materials necessary for fabrication, transport, and installation will not be measured
and paid for separately, but shall be included in work for concrete curb ramp.
47
MOUNTAIN CONSTRUCTORS, INC.
COMPLETED PROJECTS WITHIN FIVE YEARS
GENERAL CONTRACTOR
ITEM #11, #13
OWNER
PROJECT NAME
FINAL CONTRACT
AMOUNT
DATE
COMPLETE
CONTACT
NAME
PHONE
NUMBER
Weld Co. School District
West "C" Street Improvements
$360,865.00
3/1/2005
Steven Butherus KBN
Engineers
970) 395-9880
City of Loveland
E. Eisenhower Blvd & Boise
$515,838.23
4/30/2005
Tom Knotsman
(970) 962-2627
Larimer County
CR 46E & CR 21
$1,389,214.12
5/13/2005
Todd Juer ens
970 498-5711
Larimer County
LC PN 17.4 Bridge Replacement
$899,918.55
5/23/2005
Todd Juer ens
(970) 498-5711
Boulder County
Mud Lake
$102,124.50
6/17/2005
Barry Shook
(303) 516-9351
Colo Dept. of Transportation
Safety Project R400-180
$778,804.00
11/18/2005
Chris Boespflu
303 442-5640
Town of Wellington
Schedule 1 & 3
$672,213.00
12/6/2005
Tony Willkomm
Stantec Consulting
(970)482-5922
Larimer County
Blue Sky Trail Underpass
$340,548.96
2/3/2006
Todd Juergens
970) 498-5711
City of Greeley
Island Grove Parking Lot
$189,871.39
4/19/2006
Tom Welch
(970) 350-9522
City of Evans
Playground Improvements
$124,000.00
6/30/2006
Andy McRoberts
(970) 475-1129
City of Fort Collins
Spring Creek Bike/Pedestrain Trail
$1,477,780.62
8/11/2006
Mark Laken
970 221-6605
Colo Dept. of Transportation
SHE 2873-143 US 287 & CR 54G
$209,207.88
9/20/2006
Long Nguyen
970) 667-4670
Weld County Public Works
STA 2571-009 - SH 257 & WCR 74
$1,330,990.29
10/5/2006
Robert Patrick
970) 304-6496
Boulder County
Caribou Trailhead Parkin Lot
$97,842.00
10/6/2004
Barry Shook
(303) 516-9351
City of Loveland
2006 Capital Stormwater Projects
$132,986.52
10/31/2006
Chris Carlson
(970) 962-2774
Town of Wellington
Schedule 2
$332,407.62
11/20/2006
Don Silar
Stantec Consulting
(970) 482-5922
City of Fort Collins
Fossil Creek Bike/Pedestrain Trail
$907,357.04
1/8/2007
Mark Laken
970) 221-6605
University of Northern Colo. I
Parking Lot T Improvements
$575,086.26
3/1/2007
Scott McLean
(970) 351-1982
Beebe Draw Farms
Lake Christina Maintenance Project
$232,693.53
F 5/15/2007
J.L. Walter Consulting
(970) 613-2037
Intersection Improvements
' East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
REVISION OF SECTION 623
' IRRIGATION SYSTEM
Section 623 of the Standard Specifications is hereby revised for this project as follows:
' Subsection 623.10 (b) is hereby revised to include the following:
Lateral pipe shall be Class 200 PVC.
' A warranty period of two years from final acceptance or two full growing seasons (growing
season defined as May through October), whichever is greater, will be apparent for all the
' components associated with the irrigation system installed as part of the construction
project. All improvements which do not meet the project's contract specifications be it
through substandard materials or workmanship, shall be removed and replaced at the
Contractor's expense.
The project will be inspected by City representatives on a monthly basis while the system is
in operation throughout the duration of the warranty period. The City will develop a list of
' components which will need to be addressed and deliver this to the Contractor. The City
and Contractor will meet to finalize the list of items to be addressed along with determining
the timing of the work to be completed. The following will result in removal and replacement
' of failed irrigation equipment or parts with new components which meet the project's
contract specifications:
• Any failure due to product substitution not previously approved by the City
' • Any failure due to improper installation, not including failures due to acts of nature
• Any failures of the irrigation controller and attached sensors due to defective electronics
• Any failures due to broken valve wires, wires nicked during construction, improper
' connections, improper wire gauge, improper grounding, and any other failures due to
improper wiring installation
• Any failures of the zone valves and decoders due to defective equipment
' • Any failures of the mainline and lateral pipes due to factory defects, poor workmanship,
improper pipe welds or weld material, or poor backfilling techniques
• Any defective valve boxes, or any failures of valve boxes due to improper installation
' (must fall with -1/8" to -5/8" of adjacent improvements)
It is the responsibility of the Contractor to correct the irrigation system immediately unless
directed by the City. All warranty repairs will remove the improperly installed or failed
' irrigation equipment and replace with the new components to meet the intent of the contract
specifications and plans. The installation shall be performed in accordance with the
specifications for irrigation improvements as is defined in the contract and the plans.
' The Contractor will be responsible for scheduling all traffic control necessary for addressing
the items to be repaired. All traffic control plans shall be submitted to the City's Traffic
Operations Department for approval prior to commencing the warranty work. The
Contractor will also be responsible for notifying the City's project manager at least 48 hours
prior to the beginning of any work.
1 48
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
-2-
REVISION OF SECTION 623
IRRIGATION SYSTEM
Subsection 623.16 is hereby revised to include the following:
The Contractor will be responsible for preparing the area for the proposed irrigation connection
to the City's existing 20-Inch waterline in Lemay Avenue. The Contractor will provide an
excavation area of approximately 6' wide by 12' long by 8' deep or as directed by the Engineer.
The excavation and backfill will be paid for as "Irrigation Tie -In (Preparation and Backfill)". All
other items associated with this work, including but not limited to; Traffic Control, Removal of
Asphalt Mat, Aggregate Base Course (Class 6) and Hot Mix Asphalt (Patching) (Asphalt) will be
paid for at the Contract unit price. The proposed paving section over the irrigation tie-in
excavation will be the same as the "East Harmony Road Asphalt Pavement Detail", specified in
the plans.
The City will make the physical 3/d' connection to the existing 20" waterline and provide the
installation of the corporation stop. The City will pay for the irrigation tap permit and associated
fees for the connection to the existing waterline. The Contractor will take over the construction
of the remaining irrigation system after the corporation stop, paid for as "Irrigation System". The
Contractor will bore the remaining 3/4' mainline from the corporation stop to the backflow
preventer location (at the southeast corner of the intersection) and continue boring from the
backflow preventer, under Harmony Road, to the proposed median.
Pay Item Pay Unit
Irrigation System Lump Sum
Irrigation Tie -In (Preparation and Backfill) Lump Sum
49
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
REVISION OF SECTION 625
' CONSTRUCTION SURVEYING
Section 625 of the standard Specifications is hereby revised for this project as follows:
' Subsection 625.01 is hereby revised to include the following:
All existing survey monuments and property corner located outside of the project grading limits
' as defined on the plans that are damaged or destroyed by the Contractor will be replaced at the
Contractor's expense.
' All existing survey monuments and property corners located within the project grading limits
which are intended to remain in place and intact as defined on the plans shall be protected by
the Contractor. Where necessary monuments, property corners, and section corners will be
' adjusted or replaced by the City for this project.
City of Fort Collins will provide the surveying and staking anticipated to include the following:
' 1. Control
Location of horizontal and vertical control points will be provided at approximately 1000-
foot intervals. Monuments will be set outside the limits of construction.
' 2. Easements and Right of Way
Temporary construction easements (TCE) and those portions of right of way between
TCE's will be staked at 100 foot intervals on tangents, PCs, 50 foot intervals on curves,
angle points and corner points.
3. Excavation and Embankment
a. One set of slope stakes at 25-foot intervals (stations) on each side of the proposed
road including intersections. Staking information to include cut/fill for
• "limit of cut" or "limit of fill" location
' decision point (ditch flowline or grade break)
• edge of pavement
• roadway centerline
b. One set of shoulder and/or curb stakes at 25-foot stations on each side of the
road including intersections.
C. One set of slope or shoulder stakes for the grading of each driveway and field
access.
' d. Ditch grades shall be defined by the slope staking described above.
4. Storm Drainage
' One set of offset stakes for each storm drain pipe and inlets.
5. Utility Crossing
One set of offset stakes for the utility conduit crossings.
1
1 50
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
-2-
REVISION OF SECTION 625
CONSTRUCTION SURVEYING
6. Subgrade and Paving
a. One set of blue top subgrade stakes at 25-foot stations on tangents, PCs and PT's
after completion of the subgrade preparation. Stakes to be set at 25-foot stations for
horizontal curves with a radius less than 1,000 feet and at all vertical curves. Blue
tops will be set on centerline and the edge of pavement on both sides of the
roadway. These blue tops will remain in place to be used for the aggregate base
course or paving operations.
7. Signs
One set of stakes to locate each sign.
8. Delineators
No survey will be provided. The Contractor shall install delineators as specified in the
plans.
9. Striping
City of Fort Collins will provide layout of all temporary pavement striping for the
Contractor.
10. Mailboxes, Newspaper Boxes and Address Posts
No survey will be provided. The Contractor shall reset all mailboxes, newspaper boxes
and address posts per agreement with the property owner and approval by the Engineer.
11. Property Corners and Section Corners
Reset property corners located along the right of way and section corners within the
project grading limits.
51
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
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 Highway Construction, Case and
Standard Plan S-630-2
• Signing and Striping Plans
' Special Traffic Control Plan requirements for this project are as follows:
' A. The Recommended Phasing Plan provided in the Contract Documents is to be used as a
guideline for the CONTRACTOR. The CONTRACTOR shall submit his own detailed Traffic
Control Plan 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. Short -duration closures of City streets are allowed as shown in the Recommended Phasing
' Plans.
C. During all phases of construction a minimum of one eleven -foot lane in each direction shall
' remain open on Harmony Road, Drake Road and S. Lemay Avenue, except as approved by
the City.
D.. The CONTRACTOR shall maintain pedestrian and bicycle movements through the project
' site. The Traffic Control plan shall address the method of handling these movements.
E. During all phases of construction, a minimum of one lane in each direction plus existing
auxiliary turn lanes shall remain open through all intersections, except as approved by the
City.
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.
1 52
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
-2-
TRAFFIC CONTROL PLAN - GENERAL
I. 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 allowed by the Engineer.
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 CONTRACTORS activities. At the least 48 hours
notice is required. Staging of Construction Signing/Striping with Permanent Signing/Striping
shall be established with the City's Traffic Department and reflected in the Traffic Control
Plan and Schedule.
N. Night construction activities are not allowed.
O. Construction activities cannot begin prior to 8 am.
P. The CONTRACTOR shall maintain 11' (minimum), 12' (desirable) lanes throughout the
project unless otherwise noted in the Construction Phasing plans.
Q. The CONTRACTOR shall maintain the condition of all pavements including temporary
widening and driveways, as directed by the Engineer. Any improvements necessary will be
the responsibility of the CONTRACTOR and included in the price bid for Traffic Control.
R. The CONTRACTOR shall be responsible for any temporary striping. The work shall be to
the satisfaction of the Engineer and included in the price bid for Traffic Control.
53
Intersection Improvements
' East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
' Section 630 of the Standard Specifications is hereby revised for this project as follows:
DESCRIPTION
Subsection 630.01 shall include the following:
The Contractor shall submit detailed traffic control plans (TCP) with the proposed method for
handling traffic (MHT). A traffic control phasing overview is provided in the plans for guidelines
in the preparation of the MHT's. Upon approval, a copy of the approved MHT shall be available
' at the project site at all times.
METHOD OF MEASUREMENT
' Subsection 630.14 shall include the following:
Payment for traffic control shall be lump sum including all items necessary to complete the work.
BASIS OF PAYMENT
' Subsection 630.15 shall include the following:
Two portable message signs will be required for the project for the proposed closure of
Harmony Road described previously. Provide message boards a minimum of two weeks prior to
initiating any work.
Pay Item Pay Unit
' Construction Zone Traffic Control (Harmony Road) Lump Sum
Construction Zone Traffic Control (Drake Road) Lump Sum
Temporary pavement markings and removal of temporary pavement markings is not paid for
separately and is included in the items for construction zone traffic control and removal of
pavement markings.
' Two Variable Message Boards are required at each intersection (4 total) for a minimum of 5
days prior to the start of construction. Once the Work Zone is setup, the Message Boards can
be removed. Payment for the Variable Message Boards shall be included in the Lump Sum
payments for Construction Zone Traffic Control.
All work required for project traffic control for all activities of work is included in the item bid for
construction zone traffic control.
1
1 54
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
REVISION OF SECTION 702
SUPERPAVE PG BINDERS
Section 702 of the Standard Specifications is hereby revised for this project as follows:
Subsection 702.01(a) shall include the following:
Asphalt cement shall not be acid modified or alkaline modified.
Asphalt cement shall not contain any used oils that have not been re -refined for resale. In
addition, no modifiers shall be added that do not comply with environmental rules and
regulations including 40 CFR Part 261.6(a) (3) (v), and part 266/Subpart C. Modifiers shall
not be carcinogenic.
The supplier of the PG binder shall be certified in accordance with CP 11.
99
Intersection Improvements
' East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
FORCE ACCOUNT ITEMS
' DESCRIPTION
This special provision contains the Division's estimate for force account items included in the
Contract. The estimated amounts marked with an asterisk will be added to the total bid to
determine the amount of the performance and payment bonds. Force Account work shall be
performed as directed by the Engineer.
BASIS OF PAYMENT
Payment will be made in accordance with Subsection 109.04. Payment will constitute full
' compensation for all work necessary to complete the item.
Force account work valued at $5,000 or less, that must be performed by a licensed journeyman
in order to comply with federal, state, or local codes, may be paid for after receipt of an itemized
statement endorsed by the Contractor.
Estimated
Force Account Item Unit Amount
F/A Minor Contract Revision F.A. $ 50,000
F/A Fuel Cost Adjustment F.A. $2,000
F/A Utilities (Traffic) F.A. $ 40,000
' F/A Erosion Control F.A. $ 3,000
F/A Water Taps F.A. $ 15,000
F/A Signing and Striping F.A. $ 5,000
' Force Account Descriptions
' F/A Minor Contract Revisions — This work consists of minor work authorized and approved by
the Engineer, which is not included in the contract drawings or specifications, and is,
necessary to accomplish the scope of work of this contract.
' F/A Fuel Cost Adiustment — In accordance with Standard Special Provision Section 109.
F/A Utilities (Traffic) — This work consists of minor traffic signal work at the intersections. This
' work will be performed by City staff. No payment will be made to the contractor for the
work.
F/A Erosion Control — This work consists of minor erosion control work authorized and
approved by the Engineer which is not included in the contract drawings or specifications,
and is necessary to accomplish the scope of work for this Contract.
F/A Water Taps — This work consists of connecting the irrigation system to the City water
' supply authorized and approved by the Engineer which is not included in the contract
drawings or specifications, and is necessary to accomplish the scope of work for this
Contract.
' F/A Signing and Striping — This work consists of placing the final signing and striping for the
project by City staff. No payment will be made to the contractor for the work.
56
1
Intersection Improvements
East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
UTILITIES
The following Utilities are known to be within the project limits:
Utility/Agency Contact Phone
Fiber Optic — Comcast Dennis Greenwalt (970) 484-7166
Traffic — City of Fort Collins
Syl Mireles
(970) 221-6815
Water — City of Fort Collins
Roger Buffington
(970) 221-6854
Electric — City of Fort Collins
Doug Martine
(970) 224-6153
Utilities Department
P.O. Box 580
Fort Collins, CO 80522
Telephone — Qwest Bill Johnson (970) 377-6401
3702 Automation Way
Suite 106
Fort Collins, CO 80525
The work described in these plans and specifications will require coordination between the
Contractor and the utility companies in accordance with subsection 105.10 in conducting their
respective operations, so the utility work can be completed with minimum delay to all parties
concerned.
The Contractor will be required to provide traffic control for any utility work expected to be
coordinated with construction, as directed by the Project Engineer.
The Contractor shall coordinate expected relocation completion schedules with each utility after
notice to proceed. The Contractor shall complete a project schedule and updates to that
schedule so that the project will be completed in the time frame allowed in this contract
considering utility relocations and utility coordination at the time of construction.
The work listed below shall be performed by the Contractor in accordance with the plans
and specifications, and as directed by the Engineer. The Contractor shall keep the utility
companies advised of any work being done to their facilities, so that the utility companies can
coordinate their inspections for final acceptance of the work 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.
For the City of Fort Collins Utilities — The Contractor shall coordinate the irrigation tap with
the City Water Department.
For the City of Fort Collins Traffic Facilities — The Contractor shall coordinate the Drake and
Lemay facilities with the City Traffic Department. Specifically, the manhole adjustment and
verifying that the pull box has been abandoned by the City Traffic Department.
57
r= M M M M M M M M M M
W M M = M -w
MOUNTAIN CONSTRUCTORS, INC.
COMPLETED PROJECTS WITHIN FIVE YEARS
GENERAL CONTRACTOR
ITEM #11, #13
OWNER
PROJECT NAME
FINAL CONTRACT
AMOUNT
DATE
COMPLETE
CONTACT
NAME
PHONE
NUMBER,
Larimer County
CR 80C from CR 8E to Calloway Hill
$1,991,432.82
7/13/2007
Todd Juer ens
(970) 498-5711
City of Longmont
3rd Avenue Entryway
$1,424,148.35
9/7/2007
Curtis Ansel
(303) 651-8349
CDOT
SHE R400-213 FY 07 HES Intersections
$743,656.50
11/9/2007
Craig Kuehneman
970 622-1283'
City of Greeley
US 34 Bypass/1 1 th Ave Intersection
$214,585.50
12/20/2007
Rafael Samanie o
970 3364122
City of Loveland
2007 Capital Stormwater Projects
$184;363.99
12/20/2007
Chris Carlson
970) 962-2774
University,of Northern Colo.
A -Lot South /Jackson Field Parkin Lots
$1,565,244.00
7/7/2008
Jimmy Mock
970 351-1892
City of Greeley
North 11th Avenue Streetsca a
$358,600:65
11/18/2008
Steve Bagley
970) 350-9792
City offort Collins
US 287/S. College Bike Lanes
$385;928.68
11/21/2008
Kyle Lambrecht
970) 221-6605
Weld County Public Works
WCR 13; From WCR 8 to,SH 52
$2.510,111.15
12/31/2008
Robert Patrick
970 304-6496
City of Loveland
2008 Capital Stormwater. Projects
$166,509.00.
11/7/2008
Chris Carlson
970 962-2774
Weld County Public Works.
SH 52 & WCR 13 Traffic Signal Improvements
$1,246,443.60
2/28/2009
Robert Patrick
970) 304-6496
Town of Superior
S. Original Town Roadway and Drainage
Improvements
$493,123.83
5/18/2009
Kurt Kowar
(303) 961-0456
City of Greeley
Bellvue Raw Ponds Toe Drain
$485,270.13
5/28/2009
Duane Smith
(970) 490-2620
Weld County Public Works
WCR 29 Cement Modified Soil
$71,838.50
6/19/2009
Wayne Howard
970 304-6496
Greeley Urban Renewal Auth
6th St. Paving - New Hope Subdivision
$77,847.31
10/16/2009
Rick George
(970) 350-9382
Colo Dept. of Transportation
SHE 1191-028 - SH 119 @ Hover Rd.
$71,465.46
7/16/2009
BillAldorfer
303 818-1714
Town of Platteville
Platteville Baseball Fields Parking Lot
$29,529.72
7/17/2009
Troy Renken
970 785-2245
CDOT
_... ,>.
SH 402 & CR 11 Intersection
$558,464.60
11/30/2009
Louis Keen
(970) 667-4670
City;of:Lovelandt _
S
US 34 &Wilson Median , ARRA Project•
_... _ _ _ _ _..... r
. _ . '$3Z9,487, ;15:i
_ '11/24/2009 ,Dave
DeBaere _
_ (970) 962-2 '
Intersection Improvements
' East Harmony Road at South Lemay Avenue
East Drake Road at South Lemay Avenue
Federal Aid Project No. AQC M455-091
Construction Subaccount No. 16603
' -2-
UTILITIES
' 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 the contacting the respective company. Utility service laterals shall also be located
prior to beginning excavation or grading.
' All costs incidental to the foregoing requirements will not be paid for separately, but shall be
included in the work.
I
I
I�
1
58
I
STANDARD SPECIAL PROVISIONS
I
I
1
11
[1
I
I
I
I
I
F
I
F
1
I
[1
Final
Pavement Design
'
And Geotechnical Engineering Report
Intersection Improvements in Ft. Collins
I
Project No. 28-244
'July
i
14, 2009
f
Prepared for.
PBSU
'
4701 DTC Boulevard
Denver, Colorado 80237
Att: Lee Kunselman, P.E
i
Prepared by.
Yeh and Associates, Inc.
5700 East Evans Avenue
Denver, Colorado 80222
Phone: 303-781-9590
Fax:303-781-9583
Table of Contents
Page
1.0 Project Information.............................................................................................1
1.1 Purpose and Scope of Study.............................................................................1
2.0 Proposed Construction......................................................................................1
3.0 Geologic Conditions...........................................................................................3
4.0 Subsurface Exploration......................................................................................3
5.0 Laboratory Testing..............................................................................................5
5.1 Soil Classification.............................................................................................. 6
5.2 Dry Density and Moisture Content Tests........................................................... 6
5.3 Soil Corrosion and Sulfate Attack...................................................................... 6
5.4 Swell/Settlement Tests...................................................................................... 7
6.0 Traffic Loading
7.0 Pavement Recommendations............................................................................7
8.0 Asphalt Mix Recommendations.......................................................................10
9.0 Subgrade Preparation.......................................................................................11
10.0 Drainage...............................................................................:.............................11
11.0 Limitations.........................................................................................................11
Figures........................................................................................................................ No.
LocationMap....................................................................................................................1
BoringLocations..............................................................................................................2
I
I
Tables
iTraffic Loading.................................................................................................................1
R-value and Resilient Modulus Values............................................................................2
HMA Pavement Design Parameters................................................................................3
PCC Pavement Design Parameters................................................................................4
' Minimum Recommended HMA Pavement Thickness......................................................5
Minimum Recommended PCC Pavement Thickness......................................................6
' Soil Compaction Requirements.......................................................................................7
Appendix
' Boring Logs..................................................................................................................... A
LaboratoryTest Results.................................................................................................. B
PavementDesigns.......................................................................................................... C
I
i i;
t
Fort Collins Intersection Improvements Project No. 28-244
1.0 Project Information
1.1 Purpose and Scope of Study
This report documents the results of the geotechnical investigation and
pavement design for improvements at four intersections in the City of Fort
Collins, Colorado. The improvements are to construct turn lanes at the following
i intersections:
1. The northeast and southeast corners of Mulberry Street and
Shields Street, to improve traffic flow from westbound Mulberry to northbound
Shields and from northbound Shields to eastbound Mulberry, right turn lanes.
2. The southeast corner of Laurel Street and Shields Street to improve
traffic flow from northbound Shields to eastbound Laurel, right turn lane.
3. The median of Harmony Road to improve traffic flow from
westbound Harmony to southbound Lemay, left turn lane.
4. The northeast corner of Drake Road and Lemay Avenue to improve
traffic flow from westbound Drake to northbound Lemay, right turn lane.
Figure 1 is a site location map showing the intersections in relation to the
entire Fort Collins Area.
The scope of work for this study included exploring the subsurface
conditions by advancing one exploratory boring for each turn lane, conducting
laboratory testing on representative samples obtained from the subsurface explorations
and for each location calculating minimum required pavement thickness for both Hot
Mix Asphalt (HMA) pavement and Portland Cement Concrete (PCC) pavement.
2.0 Proposed Construction
It is our understanding that the intersection improvements will be constructed in
the future as funds become available. ,
I
Figure 1
Ft, Collins intersection Improvements
FOR
Z
O
N
00
N
A
41
Fort Collins Intersection Improvements
Project No. 28-244
3.0 Geologic Conditions
The geology of the sites was studied by reviewing relevant geologic maps. The
general geology is based upon our review and our experience in the general area.
In general, the sites are located east of the Front Range piedmont of the
Southern Rocky Mountain Region. The area is generally overlain by windblown alluvial
sand containing various amounts of silt and clay. The overburden is lower Holocene to
upper Pleistocene in age. The bedrock in the project area is generally considered to be
the Dawson and Denver blue formation of lower Paleocene to upper Cretaceous age,
arkosic sandstone, claystone, siltstone, and conglomerates. The Dawson Formation is
intertongued with the Denver Formation of the same age and similar makeup.
4.0 Subsurface Exploration
The subsurface explorations of the proposed project sites for this study were
conducted during the first week of October, 2008. One exploratory boring was
advanced to a depth of 10 feet at each turn lane location. The borings are located as
follows:
1. Boring P-1 is located approximately sixty (60) feet south of Mulberry Street on
the east side of Shields Street.
2. Boring P-2 is located approximately thirty (30) feet east of Shields Street on
the north side of Mulberry Street.
3. Boring P-3 is located approximately sixty (60) feet south of Laurel Street on
the east side of Shields Street.
4. Boring P4 is located approximately one hundred (100) feet east of Lemay
Avenue in the median of Harmony Road.
5. Boring P-5 is located approximately sixty (60) feet east of Lemay Avenue on
the north side of Drake Road.
The approximate locations of the exploratory borings are presented on Figure 2,
Boring Location Map. The exploratory borings were drilled by using a truck -mounted
CME-55 drill rig. All test holes were advanced using 4-inch outside diameter, solid stem
3
Figure 2
Ft. Collins Intersection Boring Locations
O
Fort Collins Intersection Improvements
Proiect No. 28-244
1
continuous -flight augers to a depth often (10) feet. Bulk soil samples were taken from
below the pavement section to a depth of five (5) feet and penetration tests (PT) were
obtained at depths of four (4) and nine (9) feet and no ground water was encountered
during our investigation.
To perform the. PT, a 2-inch inside diameter California spoon sampler was seated
at the bottom of the bore hole, then driven up to 12 inches with blows of an automatic
standard hammer weighing 140 pounds and falling a distance of 30 inches. The
number of blows (blow count) required to drive the sampler 12 inches or a fraction
thereof, constitutes the PT. The PT is similar to the standard penetration test described
in ASTM Designation D1586. The PT, when properly evaluated, is an index to the
consistency or relative density of the material tested. The results are shown on the
Boring Logs in Appendix A.
Existing pavement, fill material, and natural soils were encountered during
drilling. Asphalt, base course, and sandy clay, either natural or fill material was
encountered in all of the borings.
5.0 Laboratory Testing
Samples retrieved during the field exploration were returned to the laboratory for
observation by the project geotechnical engineer and were classified in accordance with
AASHTO and the Unified Soil Classification System. A program of laboratory testing
was developed to determine engineering properties of the subsurface materials.
Following the completion of the laboratory. testing, the field descriptions of the samples
were confirmed or modified as necessary and Boring Logs were prepared and
presented in Appendix A.
Laboratory test results are presented in Appendix B. These results were used for
the geotechnical engineering analyses and the determination of minimum pavement
thickness for each location. Laboratory tests were performed in general accordance
with the applicable local or other accepted standards, and the results are summarized
below.
5
I
SECTION 00020
INVITATION TO BID
1
1
1
1
1
1
1
1
A
1
1
1
i
1
MOUNTAIN CONSTRUCTORS, INC.
COMPLETED PROJECTS WITHIN FIVE YEARS
GENERAL CONTRACTOR
ITEM #.11, #13
OWNER
PROJECT NAME
FINAL CONTRACT
AMOUNT
DATE
COMPLETE
CONTACT
NAME
PHONE
NUMBER
City of Loveland
2009 Stormwater Maintenance Projects
$242,744.00
12131/2009
Eric Lessard
970 962-2773
Town of Erie
Erie Municipal Airport
$316,965.30
4/30/2010
Russell Pennington
303 926-2700
Boulder County
SH 7 & E. County Line Road
$627,786.13
8/24/2010
Andy Reed
303) 441-3900
Ci .of.'F61i,Mor an_
Rainb'ow;Bridgg.-
$37,0,458:1:4,
. .5/2812016, '
Beadle ;Curtis:
970 ,542-3901
Larimer County
Replace Structure
$175,927.56
6/23/2016
Darrell Morrell
970 498-5728
Town of Berthoud
Roundabout at 1 st Street & SH 56
$973;060:84
9/30/2010
Stephanie Brothers
(970) 532-2643
City of Greeley
2010 Northside.Infrastructure,lmprovements
$58,858.66
10/1.112010
Joe Marcisofsk
970 336-4124
City of Fort Morgan
Fort Morgan Municipal Airport
$188,958.25
10/31/2010
Jared Moren
(970) 242-0101
COOT
SH 287 At LCR 21C
$409,313.82
11/18/2010
Robert Moen
(970)350-2283
City of Greeley
SH 257 and 37th Street Intersection
$223,372.00
11/23/2010
Rafael Samanie o
970 336-4122
City of Loveland
2010 Stormwater Maintenance Projects
$292,813.19
12/31/2010
Eric Lessard(970)
962-2773
COOT, ,-.
SH 7 @;Y,ork Street _
_ .
$549,,145:68
,1/13%20111 ':
Ra mond,$tranber
303 .39"770:...
City of Greeley
Poudre Ponds Recreational Fishery
$153,229.31
1/31/2011
Sarah Boyd
970 336-4180
Larimer County
Replacement of Bridge No. 7-0.8-68
$535,809.93
6/15/2011
Todd Juergens
(970) 498-5711
Total
: IMILAR•'PROJECTS
$28,746,243.26
1
II
Fort Collins Intersection Improvements
5.1 Soil Classification
Project No. 28-244
Soil classification tests consisted of Atterberg Limits determination and
sieve analysis tests. Atterberg Limits tests were performed in general
accordance with ASTM D4318 to determine the water contents which define the
various stages of soil consistency. Sieve analyses on samples from the sites
were performed in accordance with ASTM D1140. The results of both tests were
then used in classifying the soil according to the AASHTO and USCS
Classification Standards.
The AASHTO soil classification for bulk samples from borings P-1, P-4,
and P-5 was A-6, clay or sandy clay and the R-value was measured at 10.
Bulk soils samples from boring P-2 was a clay with an R-value less than 5,
and Boring P-3 was classified as A-2-4 with an R-value of 6. Using these R-
values and equations 2.1 and 2.2 from the Colorado Department of
Transportation (CDOT) 2009 Pavement Design Manual, resilient modulus (MR)
values were calculated for use in the design of the HMA pavement thickness
options. The resilient modulus values were as follows, R = 10 yielded MR =
3,562 psi, R = 5 yielded MR = 3,025 psi, and R = 6 yielded MR = 3,126 psi.
These resilient modulus values were used as input values to the DARWin
Pavement Design Program. Laboratory soil test results are in Appendix B.
5.2 Dry Density and Moisture Content Tests
Dry density and moisture content tests were performed by methods similar
to those described in ASTM D2937 and D2216 to determine the in -situ density
and moisture content of materials encountered.
5.3 Soil Corrosion and Sulfate Attack
Water-soluble sulfate and pH tests were performed to evaluate the
potential attack on concrete at each site. As presented in Appendix B, Summary
of Laboratory Test Results, the general characteristics of the soils at the sites
indicate a pH of between 8.1 to 8.4, considered slightly basic, and soluble sulfate
concentrations ranging from 0.007 to 0.045 percent, which represent a negligible
degree of sulfate attack on concrete exposed to these materials. The degree of
s
0
Fort Collins Intersection Improvements
Project No. 28-244
attack is presented in the "Design and Control of Concrete Mixtures" by the
Portland Cement Association (2002). Based on the laboratory test results,
concrete exposed to on -site soils could contain Type I Portland cement.
5.4 Swell/Settlement Tests
Swell/settlement tests were conducted in general accordance with ASTM
D4546 with a loading of 200 PSF to determine the swell or settlement potential of
selected samples of the subsurface materials upon addition of water. The test
results ranged from -0.4 to 1.1 percent settlement (See Appendix B), and indicate
that the natural soils possess a low swell potential, so no special measures will
be required to address swelling soils.
6.0 Traffic Loading
The City of Fort Collins provided present and future 20-year and 30-year
Equivalent Single Axle Loads (ESALs) for pavement design calculations. The 20 and
30-year ESAL's used for pavement design appear in Table 1:
Table 1 - Traffic Loading - Equivalent Single Axle Loads
*..r„
kcr., 3 ,+ t rt".
�f tlept Ingl�le
wC'v.
IOa�W �CtlO�1 x n i
r x a <z�s
J �, t� s
•�
Je a .einenx
+�jj A
Igld Pave ent
.
'}^ .. a .T
"ti P.....iYY..�4F.
,..Yr
,+�`e. L�. Q `7.�.
M.
Mulberry and Shields
2,190,000
3,285,000
Lemay and Harmony
2,555,000
3,832,500
Lemay and Drake
1,095,000
1,642,500
Laurel and Shields"
2,190,000
3,285,000
* No traffic loading values were provided for Laurel and Shields, so the loadings from Mulberry and Shields were
used for the pavement design.
7.0 Pavement Recommendations
Individual R-values were used for each HMA turn lane design. Using Equations
2.1 and 2.2 from the Colorado Department of Transportation's (CDOT) Pavement
I
a�
D
U
0
I
Fort Collins Intersection Improvements
Project No. 28-244
Design Manual the resilient modulus values in Table 2 were calculated for each turn
lane design.
Table 2 - R-value and Resilient Modulus Values
NB Shields to EB Mulberry
<5
3,025
WB Mulberry to NB Shields
10
3,562
Lemay and Harmony
6
3,126
Lemay and Drake
10
3,562
Laurel and Shields*
10
3,562
For the PCC pavement designs, and a subgrade reaction modulus (k) of 70
psi/inch was determined using the project soil classifications and sensitivity analysis.
The pavement design program, DARWin (Version 3.1) was used to calculate the HMA
pavement thickness. The DARWin Program uses the 1993 AASHTO Pavement Design
Guide Criteria.
The 1998 Supplement to the AASHTO Pavement Design Guide was used for the
PCC pavement thickness designs.
Pavement section thicknesses were calculated following the Colorado
Department of Transportation 2009 Pavement Design Manual. The design parameters
for the pavement designs in are shown below:
Table 3 and 4 contain the design parameters used to obtain the above
recommended thicknesses.
a
0
0
Fort Collins Intersection Improvements
Table 3 - HMA Pavement Design Parameters
Project No. 28-244
Hot Mix Asphalt
Initial Serviceability
4.5
Reliability Level, %
90
Terminal Serviceability
2.5
HMA Structural Layer Coefficient
0.44
ABC Minimum R-value
69
ABC Structural Layer Coefficient
0.11
Table 4 - PCC Pavement Design Parameters
Portland Cement Concrete
Initial Serviceability
4.5
Reliability Level, %
90
Terminal Serviceability
2.5
Effective k-value, pci
70
Modulus of Rupture, psi
650
Elastic Modulus of Slab, psi
3.4x106
The DARWin HMA pavement thickness design calculations and 1998 Supplement
Pavement Design printouts for PCC pavement are shown in Appendix C and summarized in
Table 5.
Table 5 - Minimum Recommended HMA Pavement Thickness
'S'v6t
lion ,s
I'y hYJyr�t`14J.£1
•�'��cqs l ii" 't yl Ti
f:ii i+��":.. •r&!l oA ��3
..sCy:S
A (th�sj
I.vl + jJ.'i1W fV1'}UL
+yrt3f.`S
-
t� Yv2 i' yT
WB Mulberry to NB Shields
8.0
15.0
NB Shields to EB Mulberry
8.0
12.0
Lemay and Harmony
8.0
14.0
Lemay and Drake
8.0
• 9.0
Laurel and Shields*
8.0
12.0
For rigid pavement design thickness recommendations,'/< inch has been added
to the calculated design thickness to address diamond grinding the surface as part of
future rehabilitation work. The design also assumes that No. 5 tie bars and 1.25 inch
diameter dowel bars will be included in the pavement. All PCC designs passed the
faulting and curling checks included in the AASHTO 1998 Supplemental PCC Design
Program.
9
II
II
I I
I
11
Fort Collins Intersection Improvements
Table 6 - Minimum Recommended PCC Pavement Thickness
Project No. 28-244
Roa�Iway Secftori 1MA=(mehes�
s
,BC-(tnches)
WB Mulberry to NB Shields
8.5
6.0
NB Shields to EB Mulberry
8.5
6.0
Lemay and Harmony
9.0
6.0
Lemay and Drake
8.0
6.0
Laurel and Shields*
9.0
0
Since the soil at the intersection of Laurel and Shields is a sandy soil, (A-2-4)
subgrade, no ABC will be required prior to placement of the concrete pavement. Once
the proper grade has been reached, the six inches of subgrade should be scarified and
recompacted prior to placement of the new concrete pavement.
8.0 Asphalt Mix Recommendations
Using CDOT asphalt mix specifications to specify asphalt mixes, we recommend
that an asphalt mix meeting Grading S (100) be used on lower lifts and that the top lift
be made with Grading SX (100). We also recommend that unmodified performance
grade asphalt binder consisting of PG 58-28 be placed in the lower layers of the lanes,
any temporary widening shoulders, and any guardrail areas. A 2-inch layer of HMA mix
meeting the SX (100) requirements and containing the polymer -modified binder PG 76-
28 should be placed on the top lift of the lanes. The lift thicknesses in the lower layers
should be between 2.0 and 3.0 inches.
Aggregates for_hot mix asphalt should be of uniform quality, composed of clean,
hard, durable particles of crushed stone, gravel, or slag. Excess of fine material should
be wasted before crushing.
10
0
Fort Collins Intersection Improvements
Project No. 28-244
9.0 Subgrade Preparation
We believe stripping of all vegetation or soft, organic topsoil is also required for
new alignment areas such as these turn lanes. The entire subgrade area should then
be scarified to a depth of 6 inches, brought to near optimum moisture, and
recompacted. The required percent of relative compaction and moisture content is
shown in the following guidelines for the various subgrade soils and base.course
materials:
Table 7 - Soil Compaction Requirements
` a� -s cr �f•,. iY�
_��f•Ys ill'','$} -ac,r .ry_gr
.Yr� •�,. ,�^a. �` ic�
2'SLA.{�0../�4/��L`...
t �^ d �!(�r�1�
Ye• ` a ,¢,yam'"` .r EST'
tb'�i r2t(-•�2Y ia_
fJ1r?V�; �i9�IstUre�Ot�
s - ,c.
'v � t' l �4 yY`�Frrfn
�'
`"/e
a ta`
blfip a lori%r
Gym a tnrj o_
r of Otmi�m r
5 ,s 1
-=..- viS�'{t.fv. 1.. _±Y�? r,..�a
r .F?i+`•:�. _$°��' �.t'S�^
_ oa. .4 .f
�.. .>- .tv� Za-4'�. 3tr
A-1 thru. A-5
95
N/A
-2 to +2
A-6, A-7
N/A
95
0 to +2
The pavement subgrade should be proof rolled with a heavily loaded pneumatic -
tire vehicle. Areas which deform more than 0.5 inch under heavy wheel loads should be
removed, replaced if necessary and reworked to achieve a stable subgrade prior to
paving. We recommend that proof rolling and compaction tests be performed by the
representative of a Registered Professional Engineer.
10.0 Drainage
The collection and diversion of surface drainage away from paved areas is
extremely important to the satisfactory performance of pavement. Proper design of
drainage should include prevention of ponding of water on or immediately adjacent to
pavement areas. All landscape sprinkler heads adjacent to pavement areas should be
frequently checked for leaks and maintained in good working order. Over -spray from
sprinklers should be minimized.
11.0 Limitations
jThis report has been prepared in accordance with generally accepted
engineering geologic and geotechnical engineering practices in this area for use by the
11
Fort Collins Intersection Improvements
Project No. 28-244
client for design purposes. The conclusions and recommendations submitted in this
report are based upon the data obtained from our exploratory borings drilled at the
locations indicated on the Boring Location Maps.
The nature and extent of subsurface variations across the site may not become
evident until excavation is performed. If during construction, fill, soil, bedrock or water
conditions appear to be different from.those described herein, this office should be
advised immediately so re-evaluation of the recommendations can be made. We
recommend on -site observation of excavations and foundation bearing strata by a
representative of the geotechnical engineer.
Respectfully Submitted:
YEH AND ASSOCIATES, INC.
Prepared by:
Sung-Hsing Yu, E.I.T.
Project Engineer
I
I!
12
Reviewed by:
Robert F. La Force, P.E.
Senior M! w agel
Qp0 RcG/5+��
/ oepNCIS �,qo
,
viro 'ik3 �9
.O m: �
Fort Collins Intersection Improvements
Appendix A- Boring Logs
Project No. 28-244
I
I
I
II
U
I
i
Project: Intersections in Fort Collins
Boring: P _ 1
1�YEH AND ASSOCIATES, INC.
GEOTECHNICAL ENGINEERING CONSULTANTS
Project Number: 28 - 244 Date:
Sheet 1 of 1
Boring Began: 10/3/2008 Completed: 10/3/2008 Total Depth: 10.0 ft
Drilling Method: Solid -Stem Auger Drill Bit: Ground Elevation:
Casing: Location:
Drill: CME 55 Weather: Coordinates: N: E:
Driller: custom Auger
Logged By: T. Hansen Ground Water Notes:
Final By: M.Aichiouene Depth Y Dry
Date 10/3/08
Inclination: Vertical Time
w
Rock
Soil Samples
a
T
o
�
C
f
>.
Field Notes
.4
E
Q)
0
Blows
o
Material Description
and
a,
o
co'o
C1
per
N
5
Lab Tests
LU
6 in
of
-
0.0 - 0.7 ft. Asphalt.
0.7.1.1 fL Base Course.
MC= 1.6 %
1.1 -10.0 ft. sand CLAY, brown, moist, stiff.
y
1f200= 59 %
LL= 40
PL= 15
PI= 25
R-Value= 10
6/8
14
AASHTO: A-6 (11)
5
USCS: CL
MC= 16.2 %
DD= 106.1 pcf
SIC= 0.4 %
MC= 13 %
4/4
8
10
DD= 112.0 pcf
Bottom of Hole at 10.0 ft.
pH= 8.1
S= 0.008 %
15
20
25
Project: Intersections in Fort Collins
Boring: P _ 2
YEH AND ASSOCIATES, INC.
GEOTECHNICAL ENGINEERING CONSULTANTS
Project Number: 28 - 244 Date:
Sheet 1. of 1
Boring Began: 10/312008 Completed: 10/3/2008 Total Depth: 10.0 fl.
Drilling Method: Solid -Stem Auger Drill Bit: Ground Elevation:
Casing: Location:
Drill: CME 55 Weather: Coordinates: N: E:
Driller: custom Auger
Logged By: T. Hansen Ground Water Notes:
Final By: M.Aichiouene Depth 4 Dry
Date 10/3108
Inclination: Vertical Time
n
Rock
Soil Samples
>.
0)
Blows
o
Field Notes
v
E
a)
p
o
Material Description
and
a�
p
n
o
"
d
Y
per
N
Lab Tests
w
6 in
J
Of
elf
0.0 - 0.6 ft. Asphalt.
0.5 -1.0 ft. Base Course.
MC= 3.1 %
1.0. 8.0 fL sandy CLAY, brown, moist, stiff.
#200= 72 %
LL= 44
PL= 15
PI= 29
R-Value= 5
716
13
AASHTO: A-7-6 (19)
5
USCS: CL
MC= 13.4 %
DD=116.3 pcf
S/C= 1.1 %
8.0 -10.0 IL silty SAND with clay, calcareous,
brown, moist, medium dense.
8/8
16 ::
MC-- 9.5 %
pH= 8.4
10
Bottom of Hole at 10.0 ft.
S= 0,045 %
i
c
i
15
-
i
i
i
i
20
i
i
i
i
i
i
25
i
,
r
i '
r i� ii• r r r s Ir tll•1 r r ri r Ir ■r r r� r
MOUNTAIN CONSTRUCTORS, INC.
CONSTRUCTION EQUIPMENT AVAILABLE
QUANTITY
DESCRIPTION
12
Pick ups, 3/4 ton
4
Service Fuel Trucks / Mechanic Truck
4
Dump Trucks
1
Water Wagon 5,000 Gal.
3
Water Trucks 2,500 Gal., 3,500 Gal. (2)
4
Truck Tractors - 85,000 GVW
13
Trailers - End Dump (2), Bottom Dump (3), Low Bed (2), Floats (4), Side Dump (2)
1
Crawler Dozer - CAT D7H
3
Motor Graders - CAT 130G, 140G, 140H
6
Rollers - CAT 815, Dynapac 2511, CAT 463B, Bomag, CAT 563C, CAT 563DP
2
Motor Scrapers - CAT 623B, CAT 623E
4
Rubber Tire Backhoes - JD 310D (2), JD 410D, JD 410E
5
Track Backhoes - JD 892D, JD 892E, JD 450, Komatsu PC228US-3, JD 330 CLC
3
Skid Steer - Bobcat (2) JD (1)
1
Air Compressor - 185CFM
2
Welders 200Amp (3), 300 Amp (1)
4
Water Pump - 6 inch, 3 inch, 4 inch (2)
4
Wheel Loaders - CAT 950, CAT 966E, CAT 980F, 966F
2
Demo Hammer
2
Generator - 50KW, 15KW
l
ITEM #12
II
II
DI
I
I I
'A YEH AND ASSOCIATES, INC.
Project: Intersections in Fort Collins
Boring: P _ 3
GEOTECHNICAL ENGINEERING CONSULTANTS
Project Number. 28 - 244 Date:
Sheet 1 of 1
Boring Began: 10/3/2008 Completed: 10/312008 Total Depth: 10.0 ft
Drilling Method: Solid -Stem Auger Drill Bit: Ground Elevation:
Casing: Location:
Drill: CME 55 Weather. Coordinates: N: E:
Driller: custom Auger
Logged By: T. Hansen Ground Water Notes:
Final By: M.Aichiouene Depth Dry
Inclination: Vertical Date 10/3/08Time
-
v
Rock
Soil Samples
o.
o
m m
a (1)E
Q,
Blows
o
Field Notes
aD
8
o
o
Material Description
p8
and
a2.—'
p w
(n
per
N
y
Lab Tests
w
m
6 in
0.0 -1.0 ft Asphalt.
MC= 1 %
1.0 -1.7 ft. Base Course.
#200= 32 %
1.7 - 3.5 ft. fill sandy CLAY, moist, stiff.
LL= 27
PL= 17
PI= 10
3.6 -10.0 ft. sandy CLAY calcareous,
R-Value= 6
617
13
red -brown, moist, very stiff.
AASHTO: A-2-4 (0)
5
11SCS: SC
MC= 20.1 %
D D= 99.3 pcf
S/C= -0.2 %
MC= 17.2 %
8/12
20
10
DD= 108.9 pcf
Bottom of Hole at 10.0 ft.
pH= 8.2
S= 0.007 %
15
20
25
7
I
Project: Intersections in Fort Collins
Boring: P - 4
VAYEH AND ASSOCIATES, INC.
GEOTECHNICAL ENGINEERING CONSULTANTS
Project Number: 28 - 244 Date:
Sheet 1 of 1
Boring Began: 10/3/2008 Completed: 10/3/2008 Total Depth: 10.011
Drilling Method: Solid -Stem Auger Drill Bit: Ground Elevation:
Casing: Location:
Drill: CME 55 Weather: Coordinates: N: E:
Driller: custom Auger
Logged By: T. Hansen Ground Water Notes:
Final By: M.Aichiouene Depth g Dry
Date 10/3/08
Inclination: Vertical Time -
a
Rock
Soil Samples
w
rn
Field Notes
ru m
E
(1)0
Blows
o
Material Description
and
a�
aa)
p "
(n
o
Ci
per
N
w
Lab Tests
u3
"
6 in
-�
0.0-0.5ft. Aspahlt.
0.5 -1.5 ft. Base Course.
1.5 -10.0 ft. sandy CLAY, red -brawn, moist,
medium stiff to stiff.
MC= 18.6 %
2/2
4
DO= 109.7 pcf
5
SIC= -0.4 %
MC= 1.2 %
#200= 46 %
LL= 33
PL= 12
PI= 21
AASHTO: A-6 (5)
4/5
9
USCS: SC
MC= 16.4 %
10
Bottom of Hole at 10.0 ft.
Do= 116.2 pcf
pH= 8.3
S= 0.007 %
t
15
i
1
i
i
-
i
i
C
i
3
20
i
i
25
u
5
V
b
V
7
J
7
C
O
Di
I
I
I
Project: Intersections in Fort Collins
Boring: p _ 5
YYEH AND ASSOCIATES, INC.
GEOTECHNICAL ENGINEERING CONSULTANTS
Project Number: 28 - 244 Date:
Sheet 1 of 1
Boring Began: 10/3/2008 Completed: 10/3/2008 Total Depth: 10.0 ft
Drilling Method: Solid -Stem Auger Drill Bit: Ground Elevation:
Casing: Location:
Drill: CME 55 Weather: Coordinates: N: E:
Driller: custom Auger
Logged By: T. Hansen Ground Water Notes:
Final By: M.Aichiouene Depth Dry
Date r 1 013108
Inclination: Vertical Time
d
Rock
Soil Samples
a
o
g
y -
Field Notes
ai
w 4)
E
Blows
o
Material Description
and
'o
Cy
per
N
E
Lab Tests
w
6 in
rr
�
-
0.0.0.5 fL Asphalt.
0.5 -1.5 fl. Base Course.
- 6.0 ft. fill silty SAND, red -brown and gray,
F1.5
moist, loose.
MC= 1
#200= 44 %
.
LL= 39
PL= 17
414
8
PI= 22
5
AASHTO: A-6 (5)
LISCS: Sc
MC= 13.1 %
6.0 -10.0 ft. sandy CLAY calcareous, brown,
DD= 102.7 pcf
moist, stiff to very stiff.
S/C= -0.3 %
MC= 13.5 %
7/8
15
DD= 117.3 pcf
10
Bottom of Hole at 10.0 ft.
pH= 8.2
S= 0.028 %
15
I
20
25
'J
Fort Collins Intersection Improvements
. Appendix B- Laboratory Test Results
Project No. 28-244
I1
1�1
0
I
Project No: 28 - 244
f Nn
YEH & ASSOCIATES, INC
Summary of Laboratory Test Results
Project Name: Intersection in Fort Collins
Date: 11 /11 /2008
Sample Location
Natural
Moisture
Content
(%)
Natural Dry
Density
(pc0
Gradation
Atterberg
pH
Water
Soluble
Sulfate
%
%Swell (+) /
Consoli-
dation (-)s
Unconf.
Comp.
Strength
R-VALUE
CLASSIFICATION
Boring
NO.
Depth (ft)
Sample
Type
Gravel
� #4
N
Sand
(�0)
Fines <
#200
(%)
LL
PL
PI
AASHTO
USCS
1
0-5
Bulk
1.6
-
-
-
59
40
15
25
-
-
-
-
10
A - 6 ( 11 )
CL
1
4
CA
16.2
106.1
-
-
-
-
-
-
-
-
0.4
-
-
-
-
1
9
CA
13.0
112.0
-
-
-
-
-
-
8.1
0.008
-
-
-
-
-
2
0-5
Bulk
3.1
-
-
-
72
44
15
29
-
-
-
-
< 5
A-7-6 ( 19 )
CL
2
4
CA
13.4
116.3
2
9
CA
9.5
-
-
-
-
-
-
8.4
0.045
-
-
-
-
-
3
0-5
Bulk
1.0
-
19
49
32
27
17
10
-
-
-
-
6
A-2-4 ( 0 )
SC
3
4
CA
20.1
99.3
-
-
-
-
-
-
-
-
0.2
-
-
-
-
3
9
CA
17.2
108.9
-
-
-
-
-
-
8.2
0.007
-
-
-
-
-
4
4
CA
18.6
109.7
-
-
-
-
-
-
-
-
-0.4
-
-
-
-
4
5-10
Bulk
1.2
-
1•
53
46
33
12
21
-
-
-
-
-
A - 6 ( 5 )
SC
4
9
CA
16.4
116.2
-
-
-
-
-
-
8.3
0.007
5
2-5
Bulk
1.0
-
7
49
44
39
17
22
-
-
-
-
-
A - 6 ( 5 )
SC
5
4
CA
13.1
102.7
-
-
-
-
-
-
-
-
0.3
5
9
CA
13.5
117.3
-
-
-
-
-
-
8.2
0.028
Rev 2 - 8/02 Pnna 1 of 1
No Text
No Text
No Text
0
2
2
Consolidation(
-)/Swell(+),
%
N
O
.+
O
O
~
d
�
A
�
?
>
y
fD
K
~
b
Z
m
�
v
lyJ
O
J" m
rfl
CD
ty�
v
by
�O�yy
--
—
O
C
tv
H
A
O
7
(V
(I
x
CD
n
O
twCA
z
-
y �
o
CO
O
-�
y
z
vp
�9
U)
91
1
c
to
o
d
ora
z
Consolidation(
-)/Swell(+),
%
N
00
N
C
C
ALN
O
N
A
A
'+
A
�
C
v
p
m
s
0
( y
d m
Z
to
y c
� �
V
nq `G
—
o
CDa
H
m c
a
—
7
�
m
p
v
m
C
N
A
n{
�Q
\J
CD
A
CD
O
n
tb
Z
cn
O
1.<
y
z
® gy m m. d e e 0 O C O= C= O= 0 MO
ITEM #14
MOUNTAIN CONSTRUCTORS, INC.
OFFICERS AND PRINCIPALS
622 MAIN STREET
PLATTEVILLE, CO 80651
NAME
TITLE
YEARS OF
INDUSTRY
EXPERIENCE
Sandy Arends
Corporate Secretary / Accountant
13
Steve Bisig
Foreman
45
Pamela Duncan
Vice President / General Manager
25
David Gross
Superintendent
13
Joe Kuntz
President / Owner/ Safety Officer
45
Bill Tjardes
General Superintendent
23
None of the above employees or company officers have ever been
convicted of bid related crimes or violations in any jurisdiction. Nor are
any of the above employees or company officers under notice of intent
to disbar or has ever been debarred in any jurisdiction.
u
iE
o
•f
7
y
o
CD
0
0•
IJ
v y
0
A
Z
7
0CD
�
x
8.
n
O
td
':5
GO cn
O cn
r
y
co
O
�
y
z
0
i
Consolidation( -)/Swell(+),
N O N
O O O
A
O
4.0
0
2.0
��
-4.0 1
0.1
WATER ADDED
1 10
Applied Normal Pressure, ksf
100
Natural Dry
Moisture
Consolidation(-)
SWELL /
Boring Number
Depth, ft
Content,
Soil Description
p
CONSOLIDATION
Density, pcf
%
/Swell(+), %
GRAPH
P - 4
4
109.7
18.6
-0.4
Drawn By: M.A
Job No:
28 - 244
Project Name:
Intersection in Fort Collins
Checked By: S.Y
YEH & ASSOCIATES, INC
_1
4.0
WATER ADDED
2.0
1
d
a 0.0
O
O
ti
°o -2.0
-4.0 -L-
0.1
1 10
Applied Normal Pressure, ksf
100
Boring Number
Depth, ft
Natural Dry
Density, pcf
Moisture
Content
%
Consolidation(-)
/Swell(+) %
Soil Description
SWELL /
CONSOLIDATION
GRAPH
P - 5
4
102.7
13.1
-0.3
Drawn By: M.A
Job No:
28 - 244
Project Name:
Intersection in Fort Collins
Checked By: S.Y
YEH & ASSOCIATES, INC
Fort Collins Intersection Improvements
Appendix C- Pavement Designs
Project No. 28-244
11
1993 AASHTO Pavement Design
DARWin Pavement Design and Analysis System
A Proprietary AASHTOWare
Computer Software Product
Flexible Structural Design Module
1 I
Ft Collins Intersections
WB Mulberry to NB Shields
Composite
1 I
R=5
Flexible Structural Design
1 I
18-kip FSALs Over Initial Performance Period
2,190,000
Initial Serviceability
4.5
Terminal Serviceability
2.5
1 I
Reliability Level
90 %
Overall Standard Deviation
0.44
Roadbed Soil Resilient Modulus
3,025 psi
1 i
Stage Construction
I
Calculated Design Structural Number
5.12 in
1 I
Specified Layer Design
Struct Drain
1 I
Coef. Coef. Thickness
Width
Calculated
Laver Material Description
(Ai) (NE) (Di)(in)
Lut
SN in
1 AC Class 6
0.11 1 15
12
1.65
1
2 IIMA
Total
0.44 1 8
23.00
12
3.52
5.17
1
I
1
i
1,
1
1
1 Pace 1
i
1993 AASHTO Pavement Design
DARWin Pavement Design and Analysis System
I A Proprietary AASHTOWare
Computer Software Product
l Flexible Structural Design Module
Fort Collins Intersections
NB Shields to EB Mulberry
Composite
R=10
Flexible Structural Design
I18-kip ESALs Over Initial Performance Period
2,190,000
Initial Serviceability
4.5
Terminal Serviceability
2.5
Reliability Level
90 %
Overall Standard Deviation
0.44
Roadbed Soil Resilient Modulus
3,562 psi
IStage Construction
1
Calculated Design Structural Number
4.86 in
Specified Layer Design
Struct
Drain
Coef.
Coef.
Thickness
Width
Calculated
Laver Material Description
(Ai)
(Mi)
(Di)(in)
fLt
SN in
1 ABC Class 6
0.11
1
12
12
1.32
2 HMA
0.44
1
8
12
3.52
Total
l
1
20.00
4.84
page 1
II
II
II
I
1993 AASHTO Pavement Design
DARWin Pavement Design and Analysis System
A Proprietary AASHTOWare
Computer Software Product
Flexible Structural Design Module
Fort Collins Intersections
WB Harmony of SB Lemay
Composite Design
R= 10
18-kip ESALs Over Initial Performance Period
Initial Serviceability
Terminal Serviceability
Reliability Level
Overall Standard Deviation
Roadbed Soil Resilient Modulus
Stage Construction
Calculated Design Structural Number
Flexible Structural Design
2,555,000
4.5
2.5
90 %
0.44
3,562 psi
1
4.97 in
Specified Layer Design
Struct
Drain
Coef.
Coef.
Thickness
Width
Laver Material Description
Ai
u
(Di)(in)
fLt
1 ABC Class 6
0.11
1
14
12
2 MIA
0.44
1
8
12
Total
-
-
22.00
-
Calculated
SN in
1.54
3.52
. 5.06
I
Page 1
1993 AASHTO Pavement Design
DARWin
Pavement Design and Analysis System
A Proprietary AASHTOWare
Computer Software Product
Flexible Structural Design Module
Fort Collins Intersections
WB Drake to NB Lemay
Composite Design
R=10
Flexible Structural Design
l
I 18-kip ESALs Over Initial Performance
Period 1,095,000
Initial Serviceability
4.5
Terminal Serviceability
2.5
Reliability Level
i
90 %
Overall Standard Deviation
0.44
Roadbed Soil Resilient Modulus
3,562 psi
1 Stage Construction
1
Calculated Design Structural Number
4.41 in
Specified Layer Design
Struct Drain
i
Coef. Coef. Thickness Width
Calculated
Laver Material Description
(AD (Mi) (Di)(in) fM
SN in
I ABC Class 6
0.11 1 9 12
0.99
2 HMA
0.44 1 8 12
3.52
Total
17.00
4.51
Page 1
i
1 1993 AASHTO Pavement Design
` DARWin Pavement Design and Analysis System
1 I A Proprietary AASHTOWare
' Computer Software Product
Flexible Structural Design Module
1 f Ft Collins Intersections
NB Shields to EB Laurel
R=10
li
Flexible Structural Design
1 I
18-1cip ESALs Over Initial Performance Period
2,190,000
Initial Serviceability
4.5
,
Terminal Serviceability
2.5
1
Reliability Level
90 az
Overall Standard Deviation
0.44
Roadbed Soil Resilient Modulus
3,562 psi
1 i
Stage Construction
1
Calculated Design Structural Number
4.86 in
1
Specified Layer Design
Struct Drain
i
Coef. Coef. Thickness
Width
Calculated
1
Laver Material Description
(Ai) u (Di)(in)
M1
SN (in)
1 ABC Class 6
0.11 1 12
24
1.32
2 HMA
0.44 1 8
24
3.52
1
Total
- - 20.00
-
4.84
I
i'
i
l
1
l
I
1.
1.
1
1
Page 1
Rigid Pavement Design - Based on AASHTO Supplemental Guide
Reference: LTPP DATA ANALYSIS -Phase I: Validation of Guidelines for k-Value Selection and Concrete
Pavement Performance Prediction
General
Agency:Ci of Ft. Collins
Street Address:
City.
State:
Project Number. LD; 1
Descriptioa: WB Mulberry to NB Shields
Location: Shields and Laurel
Design
Serviceability
Initial Serviceability, 1?1:
4.5
Terminal Serviceability, P2:
2.5
PCC Properties
28-day Mean Modulus of Rupture, (S'J':
650
psi
Elastic Modulus of Slab, F,:1
3,400,000
psi
Poisson's Ratio for Concrete, m:
1 0.15
Base Properties
Elastic Modulus of Base, fib:
20,000
psi
Design Thickness of Base,1
1 6.0
lin
Slab -Base Friction Factor,
Reliability and Standard Deviation
Reliability Level (R):
90.0
%
Overall Standard Deviation, So:
0.34
- Pavement Type, Joint Spacing (L)
OO JPCP
Joint Spacing.
O JRCP
15.0 fr
O CRCP
JPCP
Effective Joint Spacing: 180 in
- Edge Support
O Conventional 12-ft wide traffic lane
* Conventional 12-ft wide traffic lane + lied PCC
O 2-ft widened slab w/conventional 12-ft traffic lane
Edge Support Factor. 0.94
Sensitivity Analysis
Climatic Properties
Slab Thickness used for -
Mean. Annual Wind Speed, WIND: 9.0 mpb Sensitivity Analysis: 8.10 in
Mean Annual Air Temperature, TEMP: 50.0 OF
Mean Annual Precipitation, PREC11 15.0 in O Modulus of Rupture O Elastic Modulus (Slab)
Subgrade k-Value
O Elastic Modulus (Base) O Base Thickness
70 psi/in
O k-Value O Joint Spadng
Design ESALs
3.3 million O Rellablllty O Standard Deviation
Calculated Slab Thickness for Above Inputs: 8.10 in
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors performing over
15% of the contract.
ITEM SUBCONTRACTOR
i orLt.
Section 00430 Page 1
I
UI
11
I
Rigid Pavement Design - Based on AASHTO SunnlemPritni
Reference: =P DAT14 "ALMS - Phase I.• Validation of Guidelines for k-Value Selection and Concrete
Pavement Performance Prediction
General
Agency: City of Ft Collins
Stnxt Address:
City:
State:
Project Number. ID: I
Description NB Shields to EB Mulberry
Location: Shields and Laurel
Design
Serviceability
Initial Serviceability, P1: 4.5
Terminal Serviceability, P2: 2.5
FCC Properties
28-day Mean Modulus of Rupture, (slj 650 psi
Elastic Modulus of Slab, E�: 3,400,000 psi
Poisson's Ratio for Concrete, in: 0.15
Base Propertles
Mastic Modulus of Base, Fb: 20,000 psi
Design Thickness of Base, Hb: 6.0 in
Slab -Base Friction Factor, f.1 1.4
Reliability and Standard Deviation
Reliability Level (R): 90.0
Overall Standard Deviation, So: 0.34
Climatic Properties
Mean Annual Wind Speed, WIND: 9.0 mph
Mean Annual Air Temperature, TEMP: 50.0 °F
Mean Annual Precipitation, PRBCIP: 15.0 in
Subarade k-Value
Design ESALs
50 psi/in
- Pavement Type, Joint Spacing (L)
OO JPCP
Joint Spacing:
O JRCP
15.0 ft
O CRCP
JPCP
Effective Joint Spacing: 180 in I
O Conventional 12-ft wide traffic lane
Conventional 12-ft wide traffic lane + red PCC
O 2-ft widened slab w/conventional 12-ft traffic lane
Edge Support Factor. 0.94
Sensitivity Analysis
Slab Thickness used for
Sensitivity Analysis: 8.24 in
O Modulus of Rupture O Elastic Modulus (Slab)
O Elastic Modulus (Base) * Base Thickness
O k-Value
3.3 million I O Reliability
Calculated Slab Thickness for Above Inputs:) 8.24 in
O Joint Spacing
O Standard Deviation
L Rigid Pavement Design - Based on AASHTO Sunnlemental Guide
Reference: LTPP DATA ANALYSIS - Phase I: Validation of Guidelines for k-Value Selection and Concrete
Pavement Performance Prediction
General
Agency: City of FL Collins
Street Address:
City:
State:
ProjectNumber:1 ID:. 1
Description: jWB Harmony to SB Lema
Location: Shields and Laurel
Design
Serviceability
Initial Serviceability, Pl:
4.5
Terminal Serviceability, P2:
2.5
PCC Properties
28-day Mean Modulus of Rupture, (S'J':
650
psi
Elastic Modulus of Slab, E,
1 3,400,000
psi
Poisson's Ratio for Concrete, m:
0.15
Base Properties
Elastic Modulus of Base, Eb:
20,000
psi
Design Thickness of Base, Hb:
6.0
in
Slab -Base Friction Factor, f.
1.4
Reliability and Standard Deviation
Reliability Level (R):
90.0
%
Overall Standard Deviation, So:
0.34
Climatic Properties
Mean Annual Wind Speed, WAND:
9.0
mph
Mean Annual Air Temperature, TEMP:
50.0
OF
Mean Annual Precipitation, PREC
15.0
in
Suberade k-Value
70 psi/in
Design ESALs
_ 3.8 million
Calculated Slab Thickness for Above Inputs:
Pavement Type, Joint Spacing (L)
OO 3PCP
Joint Spacing:
0 JRCP
15.0 fr
0 CRCP
JPCP
Effective Joint Spacing: 180 in
Edge Support
0 Conventional 12-ft wide bafflc lane
Conventional 12-ft wide traffic lane + bed PCC
0 2-ft widened slab w/conventional 12-ft traffic lane
Edge Support Factor: 0.94
- Sensitivity Analysis
Slab Thickness used for
_
Sensitivity Analysis: 8.29 in
0 Modulus of Rupture
0 Elastic Modulus (Slab)
0 Elastic Modulus (Base)
@ Base Thidmess
0 k-Value
0 Joint Spacing
0 Reliability
0 Standard Deviation
8.29 in
I
II
1�
II
II
1
1
I
1
I
1
I
1 I
1 I
i,
1
Rigid Pavement Design -Based on AASHTO Snnnlementnl CTn;rIP
Reference: LTPPDATAANALYSIS - Phase 1.. Validation of Guidelinesfor k-Value Selection and Concrete
Pavement Performance Prediction
General
Agency: City of Ft. Collins
Street Address:
City:
State:
Project Number. ID: I
Description: lDrakc and Lemay
Location: Shields and Laurel
Design
Serviceability
Initial Serviceability, PI: 4.5
Terminal Serviceability, P2: L 2.5
PCC Properties
28-day Mean Modulus of Rupture, (S'.)': 650 psi
Elastic Modulus of Slab, E,: 3,400,505 psi
Poisson's Ratio for Concrete, m: 0.15
Base Properties
Elastic Modulus of Base, Eb: 1 20,000 jpsi
Design Thickness of Base, Hb: 1 6.0 lin
Slab -Base Friction Factor, f: 1.4
Reliability and Standard Deviation
Reliability Level (R): 90.0 %
Overall Standard Deviation, So: 0.34
Climatic Properties
Mean Annual Wind Speed, WIND: 9.0 mph
Mean Annual Air Temperature, TEMP: 50.0 OF
Mean Annual Precipitation, PRECIP: 15.0 in
Subgrade k-Value
Design ESAIa
70 psifm
Pavement Type, Joint Spacing (L)
O� JPCP
Joint Spacing:
O JRCP
I5.0 ft
O CRCP
JPCP
Effective Joint Spacing: 180 in
Edge Support
O Conventional 12-ft wide traffic lane
* Conventional 12-ft wide traffic lane + tied PCC
O 2-ft widened slab w(nnventional 12-ft traffic lane
Edge Support Factor. 0.94
Seisltivity Analysts
Slab Thickness used for _
Sensitivity Analysis: 7.29 in
O Modulus of Rupture O Elastic Modulus (Slab)
O Elastic Modulus (Base) @ Base Thickness
O k-Value
1.6 million 10 Reliabllity
Calculated Slab Thickness for Above Inputs:1 7.29 in
O Joint Spacing
O Standard Deviation
Rigid Pavement Design - Based on AASHTO Supplemental Guide
Reference: LTPP DATA ANALYSIS - Pliase P Validation of Guidelines for k-Value Selection and Concrete
Pavement Performance Prediction
General
Agency: City of Ft Collins
Street Address:
City:
State:
Project Number. ID: I
Description: NB Shields to EB Laurel
Location: Shields and Lavrel
Design
Pavement Type, Joint Spacing (L)
Serviceability
(9) JPCP
Initial Serviceability, PI: 4.5 Joint Spacing:
Terminal Serviceability, P2: 2.5 O JRCP
15.0 ft
PCC Properties
O CRCP
28-day Mean Modulus of Rupture, (S',)': 650 psi JPCP
Elastic Modulus of Slab, E,: 3,400,000 psi
Poisson's Ratio for Concrete, m: 0.15 Effective Joint Spacing: 180 in
Base Properties Edge Support
Elastic Modulus of Base, Eb: 10,000 psi 0 Conventional 12-ft wide traffic lane
Design Thickness of Base, Hy: in
tor, f:
0 Conventional 12-ft wide traffic lane +tied PCC
Slab -Base Friction Fac0.8
Reliability and Standard Deviation 0 2-ft widened slab w/conventional 12-ft traffic lane
Reliability Level (R): 90.0 % Edge Support Factor: 0.94
Overall Standard Deviation,: 0.34
Sensitivity Analysis
Climatic Properties
Slab Thickness used for
Mean Annual Wind Speed, WIND: 9.0 mph Sensitivity Analysis: 8.60 in _
Mean Annual Air Temperature, TEMP: 50.0 OF
Mean Annual Precipitation, PRECIP: 15.0 in 0 Modulus of Rupture 0 Elastic Modulus (Slab)
Suberade k-Value
0 Elastic Modulus (Base) Base Thickness
70 psi/in
Ok-Value OJolnt Spadng
Desi¢n ESALs
3.3 million 0 Reliability 0 Standard Deviation
Calculated Slab Thickness for Above Inputs: 8.60 in
+ 0.25 inch = 8.85 inch => USE 9.0 inches
I
11
I
I
II
II
I
I
I
I
DOWELED PAVEMENT
Dowel Diameter: 1.25 in
Kd: 1,500,000 psi/in
E,: 29,OOQ000 psi
Base/Slab Frictional Restraint
O Stabilized Base
Aggregate Base or LCB w/ bond breaker
ALPHA: 0.0000 66 /°F
NONDOWELED PAVEMENT
YE: 130.0 OF Days90: 30 days
e: 0.00015 strain
D: 8.10 in D: 8.10 lin
P: 9,000 lbf
T: 0.45
Base Type
O Stabilized Base
Unstabilized Base
FI: 544 OF -days
CESAL: 3.29 million
Age: 20.0 years
Cd: 1.00
Faulting (doweled)
0.05 in
Faulting Check - PASS
Base Type
0 Stabilized Base
Unstabilized Base
FI: 600 OF -days
CESAL: 3.29 million
Age: 20.0 years
Cd: 1.00
Faultina (nondoweled)
Faulting Check -
Recommended critical mean joint faulting levels for design (Table 28)
Joint Spacing Critical Mean Joint
25 ft 0.06 in
25 ft 1 0.13 in
ou
I
Joint load position stress checks need to be performed only for nondoweled pavements
two numbers need to be entered in this sheet:
Temperature gradient
Tensile stress at top of slab
1:
Slab Thickness:
Total Negative Temperature Differential:
Enter temperature gradient: 3.0 OF/in
temperature gradient use:
8.10 in
-4.6 OF
(enter positive value from below)
Wet Climate: 0 to 2 OF/in (Annual Precipitation>= 30 in or
Thornthwaite Moisture Index > 0)
Dry Climate: 1 to 3 OF/in (Annual Precipitation < 30 in or
Thornthwaite Moisture Index < 0)
Total Effective Negative Temp. Differential: -28.9 OF
e one or more of the following charts to estimate the tensile stress at top of slab.
ate that the charts show the variation of tensile stress with negative temperature differential
slab thicknesses ranging from 7 to 13 in. These are plotted for a base course thickness
6 in. The six charts represent three k-values (100, 250 and 500 psi/in) and two values for the
stic modulus of the base (25,000 psi and 1,000,000 psi). Use judgment to
rapolate the value of the tensile stress at the top of the slab from these charts.
Enter Tensile Stress at Top of Slab: 250 psi (use charts below)
I I (Step 3:
Compare the above tensile stress with the maximum tensile stress at the bottom of the slab for
1 which the slab is designed. For the given inputs and the above thickness, this value is
l
286 psi
1 I he slab is designed for a tensile stress of 286 psi.
If the tensile stress at the top of the slab (obtained from the charts below and entered above) is
1 I less than the design stress, the design is acceptable. If the check fails, new inputs have to be provided.
Corner Break Check: PASS
11
11
11
11
11
11
1
i
1,
i
1
4
1
wo
Joint Load Position
450 ---� 18,000 W, Single axle
--• k 100 pci
4O0 Eb = 25.000 psi
?bb=6in
350
------ - -
_
250 , ...1....
....:.... ........
:.:...' 1
150 93-
. .
100. _ _..._..:...1.. .
50
0 2 4 8 8 10 12 14 18 1920 22 24 28 88 30
Negative Tanpeiame Differential (°1)
I ibf - 4.45 N. I pci - 0.271 kPm/mm, I psl - &S9 kPa, I is � 25.4 mm. "C = (V - 32)/t.8
Figure 54. Tensile atreas at tap of sIab for joint loading position, ar.&4ve temperanua
diMrential, and full friction, for aggregate base end soft subSmde.
SECTION 00500
AGREEMENTFORMS
00510 Notice of Award
00520 Agreement
00530 Notice to Proceed
I
SECTION 00510
NOTICE OF AWARD
Date: October 4, 2011
TO: Mountain Constructors Inc
PROJECT: 7277 INTERSECTION IMPROVEMENTS AT HARMONY & LEMAY AND DRAKE
& LEMAY
OWNER: CITY OF FORT COLLINS
(hereinafter referred to as "the OWNER")
You are hereby notified that your Bid dated September 26, 2011 for the above project has been
considered. You are the apparent successful Bidder and have been awarded an Agreement for
7277 Intersection Improvements at Harmony & Lemay and Drake & Lemay.
The Price of your Agreement is Four Hundred Fifty -Seven Thousand Two Hundred Seventy -
Three Dollars and Seventy Cents ($457,273.70).
Three (3) copies of each of the proposed Contract Documents (except Drawings) accompany
this Notice of Award. Three (3) sets of the Drawings will be delivered separately or otherwise
made available to you immediately.
' You must comply with the following conditions precedent within fifteen (15) days of the date of
this Notice of Award, that is by October 19, 2011.
1. You must deliver to the OWNER three (3) fully executed counterparts of the Agreement
' including all the Contract Documents. Each of the Contract Documents must bear your
signature on the cover of the page.
2. You must deliver with the executed Agreement the Contract Security (Bonds) as
' specified in the Instructions to Bidders, General Conditions (Article 5.1) and
Supplementary Conditions.
Failure to comply with these conditions within the time specified will entitle OWNER to consider
your Bid abandoned, to annul this Notice of Award and to declare your Bid Security forfeited.
Within ten (10) days after you comply with those conditions, OWNER will return to you one (1)
fully -signed counterpart of the Agreement with the Contract Documents attached.
City of Fort Collins
By.
OWNER y � ��
1
( James B. O'Neill, II, CPPO, FNIG
Director of Purchasing & Risk Management
I
SECTION 00520
AGREEMENT
THIS AGREEMENT is dated as of the 4th day of October in the year of 2011 and shall be
effective on the date this AGREEMENT is signed by the City.
The City of Fort Collins (hereinafter called OWNER) and
Mountain Constructors Inc. (hereinafter called CONTRACTOR)
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth,
agree as follows:
ARTICLE 1. WORK
CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents.
The Project for which the Work under the Contract Documents may be the whole or only a part
is defined as the construction of Bid 7277 Intersection Improvements at Harmony & Lemay and
Drake & Lemay.
ARTICLE 2. ENGINEER
The Project has been designed by Atkins. The City of Fort Collins Engineering Department,
who is hereinafter called ENGINEER and who will assume all duties and responsibilities and will
have the rights and authority assigned to ENGINEER in the Contract Documents in connection
with completion of the Work in accordance with the Contract Documents.
ARTICLE 3. CONTRACT TIMES
3.1 The Work shall be Substantially Complete within seventy-five (75) calendar days
after the date when the Contract Times commence to run as provided in the General Conditions
and completed and ready for Final Payment and Acceptance in accordance with the General
' Conditions within thirty (30) calendar days after the date when the Contract Times commence to
run.
' 3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the
essence of this Agreement and that OWNER will suffer financial loss if the Work is not
completed within the times specified in paragraph 3.1. above, plus any extensions thereof
allowed in accordance with Article 12 of the General Conditions.
They also recognize the delays, expenses and difficulties involved in proving in a legal
proceeding the actual loss suffered by OWNER if the Work is not completed on time.
' Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR agree that as
liquidated damages for delay (but not as penalty) CONTRACTOR shall pay OWNER the
amounts set forth hereafter.
' 1) Substantial Completion:
Eight Hundred Dollars ($800.00) for each calendar day or fraction thereof that
expires after the forty (40) calendar day period for Substantial Completion of the
Work until the Work is Substantially Complete.
Section 00520
Page 1
I
I
' Substantial Completion is defined as: completion of all earthwork, concrete curb
and gutter, asphalt, concrete sidewalks and irrigation stubbed into the Harmony
Road median.
2) Final Acceptance:
After Substantial Completion, Eight Hundred Dollars ($800.00) for each calendar
day or fraction thereof that expires after the twenty-five (25) calendar day period
' for Final Payment and Acceptance until the Work is ready for Final Payment and
Acceptance.
ARTICLE 4, CONTRACT PRICE
4.1. OWNER shall pay CONTRACTOR for performance of the Work in accordance
with the Contract Documents in current funds as follows: Four Hundred Fifty -Seven Thousand
' Two Hundred Seventy -Three Dollars and Seventy Cents ($457.273.70), in accordance with
Section 00300, attached and incorporated herein by this reference.
' ARTICLE 5, PAYMENT PROCEDURES
CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of
the General Conditions. Applications for Payment will be processed by ENGINEER as provided
in the General Conditions.
5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of
' the Contract Price on the basis of CONTRACTOR's Application for Payment as recommended
by ENGINEER, once each month during construction as provided below. All progress
payments will be on the basis of the progress of the Work measured by the schedule of values
' established in paragraph 2.6 of the General Conditions and in the case of Unit Price Work
based on the number of units completed, and in accordance with the General Requirements
concerning Unit Price Work.
' 5.1.1. Prior to Substantial Completion, Owner will be entitled to withhold as contract
retainage five percent (5%) of each progress payment, but, in each case, less the aggregate of
payments previously made and less such amounts as ENGINEER shall determine, or OWNER
' may withhold, in accordance with paragraph 14.7 of the General Conditions. If , in the sole
discretion of Owner, on recommendation of Engineer, Owner determines that the character and
progress of the Work have been satisfactory to OWNER and ENGINEER, OWNER may
' determine that as long as the character and progress of the Work remain satisfactory to them,
there will be no additional retainage on account of Work completed in which case the remaining
progress payments prior to Substantial Completion will be in an amount equal to 100% of the
Work completed. 95% of materials and equipment not incorporated in the Work (but delivered,
' suitably stored and accompanied by documentation satisfactory to OWNER as provided in
paragraph 14.2 of the General Conditions) may be included in the application Section 00520
Page 3 for payment.
' 5.1.2. Upon Substantial Completion payment will be made in an amount sufficient, if
necessary, to increase total payments to CONTRACTOR to 95% of the Contract Price, less
such amounts as ENGINEER shall determine or OWNER may withhold in accordance with
paragraph 14.7 of the General Conditions or as provided by law.
' Page 2 Section 00520
I
5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in
accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the remainder
of the Contract Price as recommended by ENGINEER as provided in said paragraph 14.13.
ARTICLE 6. CONTRACTOR'S REPRESENTATION
In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the
following representations:
6.1. CONTRACTOR has familiarized himself with the nature and extent of the Contract
Documents, Work, site, locality, and with all local conditions and Laws and Regulations that in
any manner may affect cost, progress, performance or furnishing of the Work.
6.2. CONTRACTOR has studied carefully all reports of explorations and tests of
subsurface conditions and drawings of physical conditions which are identified in the
Supplementary Conditions as provided in paragraph 4.2 of the General Conditions.
6.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for
obtaining and carefully studying) all such examinations, investigations, explorations, tests,
reports, and studies (in addition to or to supplement those referred to in paragraph 6.2 above)
which pertain to the subsurface or physical condition at or contiguous to the site or otherwise
may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR
considers necessary for the performance or furnishing of the Work at the Contract Price, within
the Contract Times and in accordance with the other terms and conditions of the Contract
Documents, including specifically the provisions of paragraph 4.2 of the General Conditions;
and no additional examinations, investigations, explorations, tests, reports, studies or similar
information or data are or will be required by CONTRACTOR for such purposes.
6.4. CONTRACTOR has reviewed and checked all information and data shown or
indicated on the Contract Documents with respect to existing Underground Facilities at or
contiguous to the site and assumes responsibility for the accurate location of said Underground
' Facilities. No additional examinations, investigations, explorations, tests, reports, studies or
similar information or data in respect of said Underground Facilities are or will be required by
CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the
' Contract Times and in accordance with the other terms and conditions of the Contract
Documents, including specifically the provision of paragraph 4.3. of the General Conditions.
6.5. CONTRACTOR has correlated the results of all such observations,
' examinations, investigations, tests, reports and data with the terms and conditions of the
Contract Documents.
6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or
discrepancies that he has discovered in the Contract Documents and the written resolution
thereof by ENGINEER is acceptable to CONTRACTOR.
ARTICLE 7. CONTRACT DOCUMENTS
7.1 The Contract Documents which comprise the entire Agreement between OWNER
' and CONTRACTOR concerning the Work consist of the General Conditions, Supplementary
Conditions, those items included in the definition of "Contract Documents' in Article 1.10 of the
IPage 3 Section 00520
General Conditions, and such other items as are referenced in this Article 7, all of which are
incorporated herein by this reference.
7.2 Forms for use by CONTRACTOR in performing the Work and related actions in
carrying out the terms of this Agreement are deemed Contract Documents and incorporated
herein by this reference, and include, but are not limited to, the following:
7.2.1 Certificate of Substantial Completion
7.2.2 Certificate of Final Acceptance
7.2.3 Lien Waiver Releases
7.2.4 Consent of Surety
'
7.2.5 Application for Exemption Certificate
7.2.6 Application for Payment
'
7.3 Drawings, consisting of a cover sheet and sheets numbered as follows:
1 TITLE SHEET
'
2 GENERAL NOTES AND STANDARD SYMBOLS
3 STANDARD PLANS LIST
4 ROADWAY TYPICAL SECTIONS
'
5 SUMMARY OF APPROXIMATE QUANTITIES
6 GEOMETRIC LAYOUT
7-9 REMOVAL PLANS
10-12 ROADWAY PLANS
'
13-15 GRADING, DRAINAGE AND EROSION CONTROL PLANS
16 STORM WATER MANAGEMENT PLAN
17 TREE RELOCATION PLAN
18 LANDSCAPING PLAN
19 LANDSCAPE DETAILS
20 IRRIGATION PLAN
'
21 IRRIGATION DETAILS
22-24 UTILITY RELOCATION PLANS
25-28 SIGNING AND STRIPING PLANS
'
29-40 CROSS SECTIONS
The Contract Drawings shall be stamped "Final for Construction" and dated. Any revisions
made shall be clearly identified and dated.
' 7.4. Addenda Numbers N/A to N/A, inclusive.
7.5. The Contract Documents also include all written amendments and other documents
amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3.5
' and 3.6 of the General Conditions.
7.6. There are no Contract Documents other than those listed or incorporated by
' reference in this Article 7. The Contract Documents may only be amended, modified or
supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions.
' Page 4 Section 00520
SECTION 00020
INVITATION TO BID
Date: September 1, 2011
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 September 26, 2011, for the
Intersection Improvements at Harmony & Lemay and Drake & Lemay; BID NO. 7277. If
delivered, they are to be delivered to 215 North Mason Street, 2nd 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 Intersection Improvements at Harmony
& Lemay and Drake & Lemay. The Work includes constructing a dedicated right turn lane from
westbound Drake Road to northbound Lemay Avenue; along with a second dedicated left turn
lane from westbound Harmony Road to southbound Lemay Avenue (adjacent to the existing left
turn lane). More specifically, the project includes the following: removals as defined in the
plans, utility coordination, earthwork, erosion control, concrete curb and gutter, full depth asphalt
pavement, concrete sidewalks, a raised landscaped median, an irrigation system servicing the
proposed median and construction zone traffic control. Signing, striping and construction
staking will be completed by the City of Fort Collins. The Contractor will be directed to begin
work at the Harmony and Lemay intersection to ensure that the City has ample time to relocate
trees, through a separate contract, at the Drake and Lemay intersection.
This is a Federally funded project and the UDBE goal is 6%
Contractors must turn in CDOT Bidding forms 606 and 714 with the bid. Bids will not be
accepted if these forms are not included.
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.
A prebid conference and job walk with representatives of prospective Bidders will be
held at 9:30 AM, on September 9, 2011, in Engineering Conference Room A located at 281
N. College Ave, 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:
• City of Fort Collins BuySpeed: https://secure2.fcgov.com/bso/login.*sp
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.
I
r
' ARTICLE 8. MISCELLANEOUS
8.1. Terms used in this Agreement which are defined in Article I of the General
' Conditions shall have the meanings indicated in the General Conditions.
8.2. No assignment by a party hereto of any rights under or interests in the Contract
' Documents will be binding on another party hereto without the written consent of the party
sought to be bound; and specifically but not without limitations, moneys that may become due
and moneys that are due may not be assigned without such consent (except to the extent that
the effect of this restriction may be limited by law), and unless specifically stated to the contrary
in any written consent to an assignment no assignment will release or discharge that assignor
from any duty or responsibility under the Contract Document.
' 8.3. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns
and legal representatives to the other party hereto, its partners, successors, assigns and legal
representatives in respect to all covenants, Agreement and obligations contained in the Contract
Document.
1
1
' Section 00520
Page 5
<J
' OWNEE CITY OF FORT COLLINS CONTRACTOR: Mountain Constructors Inc.
/ �,"
By: � � oBy:
JAMES . O'NEILL II, CPPO, FNIGP r—
' I IRECTOR OF PURCHASING
AND RISK MANAGEMENT `,�
Title: V t
' Date: n Date: 10 1 l 10o I l
(CORPORATE SEAL)
T
T rsry
' nAttest: r 'I•�i . Attest:
Address for gi g potices: Address for giving notices:
P. 0. Box 580 C •..,...• '.- P. O.©j[ din
�LOR
Fort Collins, CO 80522 PlQ 2Vi (e r n
LICENSE NO.:
' Approved as orm
Assis ttlity Attorney
1
' Page 6
Section 00520
' SECTION 00530
NOTICE TO PROCEED
Description of Work: 7277 Intersection Improvements at Harmony & Lemay and Drake & Lemay
To: Mountain Constructors Inc.
This notice is to advise you:
That the contract covering the above described Work has been fully executed by the
CONTRACTOR and the OWNER.
That the required CONTRACTOR's Performance Bond and Payment Bond have been received
by the OWNER.
That the OWNER has approved the said Contract Documents.
Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and
directed to proceed within �(_) calendar days from receipt of this notice as required by the
Agreement.
Dated this _day of , 20.
' The dates for Substantial Completion and Final Acceptance shall be 20_ and
20 , respectively.
' City of Fort Collins
OWNER
By:
' Title:
' ACKNOWLEDGMENT OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged this day of
20_
CONTRACTOR: Mountain Constructors Inc.
' By.
Title:
Section 00530 Page 1
SECTION 00600
BONDS AND CERTIFICATES
00610 Performance Bond
00615 Payment Bond
00630 Certificate of Insurance
00635 Certificate of Substantial Completion
00640 Certificate of Final Acceptance
00650 Lien Waiver Release (CONTRACTOR)
00660 Consent of Surety
00670 Application for Exemption Certificate
SECTION 00610
PERFORMANCE BOND
Bond No. GRC017916
' KNOW ALL MEN BY THESE PRESENTS: that
Mountain Constructors, Inc.
622 Main Street, Platteville, CO 80651
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and
' (Firm) Granite Re, Inc.
(Address) 14001 Quailbrook Drive, Oklahoma City OK 73134
hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins 300
' Laporte Ave For, Collins Colorado 80522 a (Municipal Corporation) hereinafter referred to as
the "OWNER", in the penal sum of Four Hundred Fifty -Seven Thousand Two Hundred Seventy -
Three Dollars and Seventy Cents ($457 273.70) in lawful money of the United States, for the
payment of which sum well and truly to be made, we bind ourselves, successors and assigns,
' jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a
certain Agreement with the OWNER, dated the 4th day of October, 2011, a copy of which is
' hereto attached and made a part hereof for the performance of The City of Fort Collins project,
7277 Intersection Improvements at Harmony & Lemay and Drake & Lemay.
' NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the
undertakings, covenants, terms, conditions and agreements of said Agreement during the
original term thereof, and any extensions thereof which may be granted by the OWNER, with or
without Notice to the Surety and during the life of the guaranty period, and if the Principal shall
' satisfy all claims and demands incurred under such Agreement, and shall fully indemnify and
save harmless the OWNER from all cost and damages which it may suffer by reason of failure
to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER
may incur in making good any default then this obligation shall he void; otherwise to remain in
full force and effect.
1
1 .
Rev Iorzoto7 Section 00610 Page
1 �
11
Bond Number: GRC017916
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees
that no change, extension of time, alteration or addition to the terms of the Agreement or to the
Work to be performed thereunder or the Specifications accompanying the same shall in any way
affect its obligation on this bond; and it does hereby waive notice of any such change, extension
of time, alteration or addition to the terms of the Agreement or to the Work or to the
Specifications.
■ PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR
shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.
' PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in
the State of Colorado and be acceptable to the OWNER.
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of
which shall be deemed an original, this 6thday of October _,) 2011.
' IN PRESENCE OF: Principal untam Qons fuctors, Inc.
By: ri By
(Titl ) (Title)
622 Main Street, Platteville, CO 80651
' (Corporate Seal) (Address)
IN PRESENCE OF: Other Partners
' Not Applicable By. Not Applicable
By:
' IN PRESENCE OF:
indsey Knickerbocker, Surety Witness
(Surety Seal)
Surety ranite Re, Inc.
By:
Attorn -i Tiffany M conigle
R* 1 001 ai o Drive Oklahoma City. OK 73'134;
dre s
NOTE: Date of Bond must not be prior to date of Agreement.
' If CONTRACTOR is Partnership, all partners should execute Bond.
Rev 10l20T07
Section 00610 Page 2
SECTION 00615
PAYMENT BOND
Bond No. GRC017916
KNOW ALL MEN BY THESE PRESENTS: that
Mountain Constructors, Inc.
622 Main Street, Platteville, CO 80651
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal' and
(Firm) Granite Re, Inc.
(Address) 14001 Quailbrook Drive, Oklahoma City, OK 73134
hereinafter referred to as "the Surety", are held and firmly bound unto the City of Fort Collins
300 Laporte Ave.. Fort Collins Colorado 80522 a (Municipal Corporation) hereinafter referred to
as "the OWNER", in the penal sum of Four Hundred Fifty -Seven Thousand Two Hundred
Seventy -Three Dollars and Seventy Cents ($457 273 70) in lawful money of the United States,
for the payment of which sum well and truly to be made, we bind ourselves, successors and
assigns, jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered into a
certain Agreement with the OWNER, dated the 4th day of October, 2011, a copy of which is
hereto attached and made a part hereof for the performance of The City of Fort Collins project,
7277 Intersection Improvements at Harmony & Lemay and Drake & Lemay.
NOW, THEREFORE, if the Principal shall make payment to all persons, firms, subcontractors,
and corporations furnishing materials for or performing labor in the prosecution of the Work
provided for in such Agreement and any authorized extension or modification thereof, including
all amounts due for materials, lubricants, repairs on machinery, equipment and tools,
consumed, rented or used in connection with the construction of such Work, and all insurance
premiums on said Work, and for all labor, performed in such Work whether by subcontractor or
otherwise, then this obligation shall be void; otherwise to remain in full force and effect.
Reyionoror Section 00615 Page 1
I
' Bond Number: GRCO17916
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees
that no change, extension of time, alteration or addition to the terms of the Agreement or to the
' Work to be performed thereunder or the Specifications accompanying the same shall in any way
affect its obligation on this bond; and it does hereby waive notice of any such change, extension
of time, alteration or addition to the terms of the Agreement or to the Work or to the
Specifications.
' PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR
shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.
PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in
the State of Colorado and be acceptable to the OWNER.
' IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of
which shall be deemed an original, this �h day of October20--t1.
IN PRESENCE OF: Princip f, untain k ructors, Inc.
By: By. /
' (Title) t (Title)
622 Main Street, Platteville, CO 80651
(Address)
(Corporate Seal)
IN PRESENCE OF: Other Partners
' Nit,Applicabie NQt Applicable
' IN P SENCE OF: Surety ranite Re, Inc.
r
By: �
Atto y Tiffany Gonigle
Li sey Knick cker, Surety Witness � 1 u lb o k Drive, Ok homa City, OK73134
(Addy
(Surety Seal)
NOTE: Date of Bond must not be prior to date of Agreement.
If CONTRACTOR is Partnership, all partners should execute Bond.
1
L
' Rev 1 Q/20107
Section 00615 Page 2
GRANITE RE, INC.
GENERAL POWER OF ATTORNEY
Know all Men by these Presents:
That GRANITE RE, INC., a corporation organized and existing under the laws of the State of OKLAHOMA and having its principal office
' at the City of OKLAHOMA CITY in the State of OKLAHOMA does hereby constitute and appoint:
ANNE E. HILL; J. R. RICHARDS; SUSAN J. LATTARULO; FRANK C. PENN; DILYNN GUERN; KEVIN W. MCMAHON; DONALD E. APPLEBY;
'FLORIETTA ACOSTA; TIFFANY MCGONIGLE; MARK SWEIGART; SARAH BROWN its true and lawful Attorney-in-Fact(s) for the following
purposes, to wit:
To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all
acts and things set forth in the resolution of the Board of Directors of the said GRANITE RE, INC. a certified copy of which is hereto annexed
and made a part of this Power of Attorney; and the said GRANITE RE, INC. through us, its Board of Directors, hereby ratifies and confirms all
and whatsoever the said:
ANNE E. HILL; J. R. RICHARDS; SUSAN J. LATTARULO; FRANK C. PENN; DILYNN GUERN; KEVIN W. MCMAHON; DONALD E. APPLEBY;
FLORIETTA ACOSTA; TIFFANY MCGONIGLE; MARK SWEIGART; SARAH BROWN may lawfully do in the premises by virtue of these presents.
In Witness Whereof, the said GRANITE RE, INC. has caused this instrument to be sealed with its corporate seal, duly attested by the
signatures of its President and Secretary/Treasurer, this 131" day of August, 2010.
NRE qF
.��+�'�c
Kenneth D. Whittin on, President
STATE OF OKLAHOMA ) SEA L
COUNTY OF OKLAHOMA )
Rodman A. Frates, Secretary/Treasurer
On this 13" day of August, 2010, before me personally came Kenneth D. Whittington, President of the GRANITE RE, INC. Company
and Rodman A. Frates, Secretary/Treasurer of said Company, with both of whom I am personally acquainted, who being by me severally duly
sworn, said, that they, the said Kenneth D. Whittington and Rodman A. Frates were respectively the President and the Secretary/Treasurer of
the GRANITE RE, INC., the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said
corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of
said corporation, and that they signed their name thereto by like order as President and Secretary/Treasurer, respectively, of the Company.
N A LI
hOTAq R(m
My Commission Expires:
_
May 9, 2012
Commission #: 00005708
K "
NotaryVIEW;
GRANITE RE, INC.
Certificate
THE UNDERSIGNED, being the duly elected and acting Secretary/Treasurer of Granite Re, Inc., an Oklahoma Corporation, HEREBY CERTIFIES
'that the following resolution is a true and correct excerpt from the July 15, 1987, minutes of the meeting of the Board of Directors of Granite
Re, Inc. and that said Power of Attorney has not been revoked and is now in full force and effect.
"RESOLVED, that the President, any Vice President, the Secretary, and any Assistant Vice President shall each have authority to appoint
individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety
bonds and other documents of similar character issued by the Company in the course of its business. On any instrument making or
evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring sueh'authority or on any bond
' or undertaking of the Company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced;
provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking.
IN WITNESS WHEREOF, the undersigned has subscribed this Certificate and affixed the corporate seal of the Corporation this
' 6th day of October 20 11
� \TE
Rodman A. Frates, Secretary/Treasurer
GRO800-1
I
' SECTION 00630
CERTIFICATE OF INSURANCE
CONTRACTOR shall insert his own standard form for Certificate of Insurance.
1
1
1
Rev 10/20/07 Section 00630
Page 1
1
1
The successful Bidder will be required to furnish a Performance Bond and a Payment Bond
' guaranteeing faithful performance and the payment of all bills and obligations arising from the
performance of the Contract.
' No Bid may be withdrawn within a period of forty-five (45) days after the date fixed for opening
Bids.
The OWNER reserves the right to reject any and all Bids, and to waive any informalities and
' irregularities therein.
Bid security in the amount of not less than 5% of the total Bid must accompany each Bid in the
' form specified in the Instructions to Bidders.
Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall have
a financial interest in the sale to the City of any real or personal property, equipment, material,
supplies or services where such officer or employee exercises directly or indirectly any decision -
making authority concerning such sale or any supervisory authority over the services to be
rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift,
' gratuity favor, entertainment, kickback or any items of monetary value from any person who has
or is seeking to do business with the City of Fort Collins is prohibited
City of Fort Collins
' BY
James B. O'Neill, II, CPPO, FNIGP
Purchasing & Risk Management Director
I
r.HanMe- s7122
RMOIINCON2
1
1
t
1
1
ACORD,. CERTIFICATE OF LIABILITY INSURANCE
O10106r2o110)
1 o/os
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. 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).
PRODUCER
Willis of Colorado, Inc.
720 South Colorado Boulevard
Suite 60ON
Denver, CO 80246
CONTACT
NAME:
ONE., FAX
ac, Ng, Est : 303 722-7776 303-722-8862
E-MAIL
ADDRESS:
INSURER(S) AFFORDING COVERAGE
NAIL#
Travelers Indemnih� Com an
INSURER A: t Company
25658
INSURED
INSURER B: Travelers Property Casualty Corn
36161
Mountain Constructors, Inc.
622 Main Street
INSURER C Pinnacol Assurance
41190
PO Box 405
INSURER D
Platteville, CO 80651
INSURER E :
INSURER F
COVERAGES
CERTIFICATE NUMBER:
REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
ADDLSUBR
INSft
_
WVO
POLICY NUMBER
POLICY EFF
(MMIDOIYYYY)
POLICY EXP
(MMIDOIYYYY)
LIMITS
A
GENERAL LIABILITY
DTC0391OR004IND11
7/28/2011
0712812012
EACH OCCURRENCE
$1,000000
X COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE FXIOCCUR
DAMAGE TO RENTEDPREMISES Ea occurrence
s300,000
NED EXP(Any one ersen)
s5000
PERSONAL B ADV INJURY
$1,000,000
X Ltd Pollution
X
AI# CIS D2 46 08 05
GENERAL AGGREGATE
$2,000,000
X
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG
$2,000,000
POLICY X JEC': LOC
$
B
AUTOMOBILE
LIABILITY
8103918RO04TILl1
7/28/2011
07/28/2012
COMBINED SINGLE LIMIT
Ea accident
b 1,000,000
BODILY INJURY (Per person)
$
X
ANY AUTO
ALL OWNED SCHEDULED
AUTOS AUTOS
BODILY INJURY (Per a¢itlern)
$
X
HIREDAUTOS X NON-0WNED
AUTOS
PROPERTYOAMAGE
Poracdtlem
$
8
X
ttl Pollution
B
X
UMBRELLA LIAR
X
OCCUR
DTSMCUP3918RO04TIL
7/28/2011
07/281201
EACH OCCURRENCE
$1 000000
AGGREGATE
$1008000
EXCESS LIAR
CLAIMS -MADE
DED I X RETENTION $1 D 000
$
C
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETORIPARTNEMEXECUTIVE Y r N
OFRCERIMEMBER EXCLUDED? N
NIA
3027994
7101/2011
07101/201
WC STATU- OTH-
X
E.L. EACH ACCIDENT
$1 000 000
E.L. DISEASE- EA EMPLOYEE
$1 DDD DD0
(Mandatory in NH)
If yes, descripe under
DESCRIPTION OF OPERATIONS below
EL.DISEASE-POLICY LIMIT
$1, 000,000
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
Project Description: 7277 Intersection Improvements at Harmony & Lemay
and Drake & Lemay
The following are Additional Insureds as respects General Liability only
if required by written contract and coverage applies only as respects
(See Attached Descriptions)
City of Fort Collins SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
300 Laporte Ave. ACCORDANCE WITH THE POLICY PROVISIONS.
Fort Collins, CO 80522
AUTHORIZED REPRESENTATIVE
9)1988-2010 ACORD CORPORATION. All rights reserved
ACORD 25 (201W05) 1 0f 2 The ACORD name and logo are registered marks of ACORD
#S865848IM844073 BLMAR
1
1
1
1
1
1
1
work performed by the Insured for the Additional Insureds.
All coverage terms, conditions and exclusions of the policy apply.
Additional Insureds: State of Colorado
The Additional Insured endorsement which is referenced above under "Type
of Insurance -General Liability" is attached.
)AOI I I A ZJ.J(LUIUIW) Z OtZ
#S865848IM844073
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE,R:EAD IT CAREFULLY
BLANKET ADDITIONAL INSURED
(CONTRACTORS)
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL. LIABILITY COVERAGE PART
1. WHO IS AN INSURED — (Section II) is amended
' to include any person or organization that you
agree: in a "written contract requiring insurance"
to include as an additional insured on this Cover-
age Part, but:
a) Only with respect to liability for "bodily injury",
"property damage" or "personal injury"; and
.b) If, and only to the extent that, the injury or
damage is caused by acts or omissions of
you or your subcontractor in the performance -
of "your work" to which the "written contract
requiring insurance" applies.. The person .or
organization does not qualify as an additional
insured with respect to the independent ads
or omissions of such person or organization:
Z. The insurance provided to the additional insured
by this endorsement is limited as follows:.
a) In the event that the Limits of Insurance of
this Coverage Part shown in the Declarations .
exceed the limits of liability required by the
"written contract requiring insurance", the in-
surance provided to the additional insured
shall be limited to the limits of liability re-
quired by 'that "written contract requiring in-
surance". This endorsement shall not in-
crease the limits of insurance described in
Section III — Limits Of Insurance.
b) The insurance provided to the additional in-
sured does not apply to "bodily injury", "prop-
erty damage" or "personal injury" arising out
of the rendering of, or failure to render, any
professional architectural, engineering or sur-
veying services, including:
i. The preparing, approving, or failing to
.prepare or approve, maps, shop draw-
ings, opinions, reports, surveys, field or-
ders or change orders, or the preparing,
approving, or failing to prepare or ap-
prove, drawings and specifications; and
it. Supervisory, inspection, architectural or
engineering activities.
c) The insurance provided to the additional in-
sured does not apply to "bodily injury" or
"property damage" caused by "your work"
and included in the "products -completed op-
erations hazard" unless the "written contract
requiring insurance" specifically requires you
fo provide such coverage for that additional
insured, and then the insurance provided to
the additional insured applies only to such
"bodily injury" or "property damage" that oc-
curs before the end of the period. of time for
which the "written contract requiring .insur-
ance" requires you to provide such coverage
or theendof the policy period, whichever is
earlier.
3. The insurance provided to the additional insured
by this endorsemeni is excess .over any valid and
collectible "other insurance", whether primary,
excess, contingent or on any other basis, that is
available to the additional insured for loss we
cover under this endorsement. However, if the
"written contract requiring insurance" specifically
requires that this insurance apply on a primary
basis or a primary and non-contributory basis,
this insurance is primary to "other insurance"
available to the additional insured which covers
that person or organization as a named insured
for such loss, and we will not share with that
"other insurance". But the insurance provided to
the additional insured by this endorsement still is
excess over any valid and collectible "other in-
surance", whether primary, excess, contingent or
on any other basis, that is available to the addi-
tional insured when that person or organization is
an additional insured under such "other insur-
ance".
4. As a condition of coverage .provided to the
additional insured by this endorsement:
a) The additional insured must give us written
notice as soon as practicable of an "occur-
rence" or an offense which may result in a
claim. To the extent possible, such notice
should include:
J
CG D2 46 08 05 O 2005 The St. Paul Travelers Companies, Inc.
Page 1 of 2
I
' COMMERCIAL GENERAL LIABILITY
1
I
1
1
i. How, when and where the "occurrence"
or offense took place;
It. The names and.addresses of any injured
persons and witnesses; and
iii. The nature and location of any injury or
damage arising out of the "occurrence" or
offense.
b) If a claim is made or "suit" is brought against
the additional insured, the additional insured
must:
I. Immediately record the specifics of the
claim or "suit" and the date received, and
c)
d)
ii. Notifv us as soon as practicable
The additional insured must see to it that we
receive written notice of the daim or "suf;" as
soon. as practicable.
The additionai insured must ;mn'iediately
send Its copies of all legal papers Facei've0 In
cminectlon 'N9tlT the dajm or "suit", cooperate
with us in the .investigation or settlement of
the claim. or defense against the "suit', and
otherwise comply wit, all' policy conditicns.
The additional insured must tender the de- -
fense and indemnity of any :iaim or "suit" to
any provider of "other insurance" which would
cover the additional insured for a loss we
cover under this endorsement. However, this
condition does not affect whether the insur-
ance provided to the additional insured by
this endorsement is primary to "other wsur-
once" available to the additional insured
which covers that person or organization as a
named insured as described in paragraph 3.
above.
5. The following definition is added to SECTION V.
DEFINITIONS:
"Written contract requiring insurance" means
that part of any written contract or agrecment
under which you are required to rndude a
per.;on or organization as an addiiienei in-
sured on this Coverage ?art, provided lha
the "bodily injury" and "property damage" oc-
curs and the "personal injury" is caused by an
offense committed:
a. After the signing and execution of the
contract or agreement by you;
h. vvhi!e that part of the contract cr
agreement is In effect; and
c. Before the end of the policy period.
300.`. -he St. =au! ave!as Companies. Inc. CG DZ 46 08 05
11
' SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: CITY OF FORT COLLINS
(OWNER)
DATE OF SUBSTANTIAL COMPLETION
PROJECT TITLE: 7277 Intersection Improvements
at Harmony & Lemav and Drake & Lemav
PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins. Colorado
INCLUDE:
OWNER: City of Fort Collins
CONTRACTOR: Mountain Constructors Inc.
' CONTRACT DATE: October 4. 2011
The Work performed under this contract has been inspected by authorized representatives of
the OWNER, CONTRACTOR, and the ENGINEER and the project (or specified part of the
project, as indicated above) is hereby declared to be substantially completed on the above date.
' A tentative list of items to be completed or corrected is appended hereto. This list may not be
exhaustive, and the failure to include an item on it does not alter the responsibility of the
CONTRACTOR to complete all the Work in accordance with the Contract Documents.
' ENGINEER AUTHORIZED REPRESENTATIVE DATE
The CONTRACTOR accepts the above Certificate of Substantial Completion and agrees to
complete and correct the items on the tentative list within the time indicated.
By:
' CONTRACTOR AUTHORIZED REPRESENTATIVE DATE
The OWNER accepts the project or specified area of the project as 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 AUTHORIZED REPRESENTATIVE DATE
REMARKS:
1
' 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 Mountain Constructors Inc. for the City of Fort Collins
project, 7277 Intersection Improvements at Harmony & Lemay and Drake & Lemay.
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
,20
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:
u
Rev10/20/07 Section 00640 Page 1
SECTION 00650
LIEN WAIVER RELEASE
(CONTRACTOR)
TO: City of Fort Collins, Colorado (OWNER)
FROM: Mountain Constructors Inc. (CONTRACTOR)
PROJECT: 7277 Intersection Improvements at Harmony & Lemav and Drake & Lemav
The CONTRACTOR acknowledges having received payment, except retainage from the
OWNER for all work, labor, skill and material furnished, delivered and performed by the
CONTRACTOR for the OWNER or for anyone in the construction, design, improvement,
alteration, addition or repair of the above described project.
2. In consideration of such payment and other good and valuable consideration, the receipt
and adequacy of which are hereby acknowledged, the CONTRACTOR voluntarily
waives all rights, claims and liens, including but not limited to, mechanic's liens, Miller
Act claims (40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor and
material bond rights which the CONTRACTOR may now or may afterward have, claim or
assert for all and any work, labor, skill or materials furnished, delivered or performed for
the construction, design, improvement, alteration, addition or repair of the above
described project, against the OWNER or its officers, agents, employees or assigns,
against any fund of or in the possession or control of the OWNER, against the project or
against all land and the buildings on and appurtenances to the land improved by the
project.
3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or
performed to or for the construction, design, improvement, alteration, addition or repair
of the project were furnished, delivered or performed by the CONTRACTOR or its
agents, employees, and servants, or by and through the CONTRACTOR by various
Subcontractors or materialmen or their agents, employees and servants and further
affirms the same have been paid in full and have released in full any and all existing or
possible future mechanic's liens or rights or claims against the project or any funds in the
OWNER'S possession or control concerning the project or against the OWNER or its
officers, agents, employees or assigns arising out of the project.
4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if
any, and the Surety on the project against and from any claim hereinafter made by the
CONTRACTOR'S Subcontractors, materialmen, employees, servants, agents or assigns
against the project or against the OWNER or its officers, employees, agents or assigns
arising out of the project for all loss, damage and costs, including reasonable attorneys
fees, incurred as a result of such claims.
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.
IRev 10/20/07
Section 00650 Page 1
I
Signed this
ATTEST:
Secretary
day of 20_.
CONTRACTOR
By:
Title:
STATE OF COLORADO )
)ss.
COUNTY OF LARIMER )
Subscribed and sworn to before me this
20_, by
Witness my hand and official seal.
My Commission Expires:
Notary Public
day of
Rev o/20/07 Section 00650 Page 2
SECTION 00660
CONSENT OF SURETY
TO: City of Fort Collins. Colorado (hereinafter referred to as the "OWNER")
CONTRACTOR: Mountain Constructors Inc.
PROJECT: 7277 Intersection Improvements at Harmony & Lemav and Drake & Lemay
CONTRACT DATE: October 4. 2011
In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR
as indicated above, for
(Surety)
on bond of
hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to
the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the
OWNER, as set forth in the said Surety Company's Bond.
IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of
(Surety Company)
By
ATTACH: Power of Attorney and Certificate of Authority of Attomey(s)-in-Fact.
Rev10/20/07 Section 00660 Page 1
SECTION 00670
Section 00670 Page 1 1
SECTION 00100
INSTRUCTIONS TO BIDDERS
r
r
1
r
r
r
DR 0172 (12/98)
COLORADO DEPARTMENT OF REVENUE
DENVER CO 80261
(303)232-2416
CONTRACTOR APPLICATION
FOR
EXEMPTION CERTIFICATE
Pursuant to Statute
Section 39-26.114(1)(a)(XIX)
A
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)
Period
89 -
0170-750 (999) $0.00
CONTRACTOR INFORMATION
Trade name/DBA:
Owner, partner, orcorporate name:
Mailing address (City, State, Zip):
Contact Person
E-Mail address:
Federal Employer's Identification Number:
Bid amount for your contract:
Fax Number.
( )
Business telephone number:
Colorado
lorado withholding tax account number:
Copies of contract or agreement pages (1) identifying the contracting parties
EXEMPTION INFORMATION 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 contact's telephone number:
Physical location of project site (give actual address when applicable and Cities and/or County (ies) where project is located)
Scheduled Month Day Year
Estimated Month Day Year
construction start date:
completion date:
I declare under penalty of perjury in the second degree that the statements made in this application are
true and complete to the best of my knowledge.
Signature of owner, partner or corporate officer:
Title of corporate officer:
Date:
DO NOT WRITE BELOW THIS 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 Contractor's Exemption Certificate on exempt projects.
Upon receipt of the Certificate, the prime contractor should make a copy for each subcontractor
involved in the project and complete it by filling in the subcontractor's name and address and
signing it.
The original Certificate should always be retained by the prime contractor. Copies of all
Certificates that the prime contractor issued to subcontractors should be kept at the prime
contractor's place of business for a minimum of three years and be available for inspection in
the event of an audit.
Once an 89# has been assigned to you, please use the next five numbers following it for any
applications submitted for future projects. This should be your permanent number. For
instance, if you were assigned 89-12345-0001, every application submitted thereafter should
contain 89-12345 on the application. The 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 Page 1
I
1
1 SECTION 00700
GENERAL CONDITIONS
1
1
1
1]
1
P
1
1
1
1
1
i
1
1
1
1
GENEkAJL CO-N'DMON-S
OF THE
cqNsTftVc'n4jN.CONTRACT
ThesE GENERALI CONDITIONS have beeiv develcpeq lryJ using the
s'rANDARD,GENECONDITIONS OF.TIMCONSTRUCTION
CONTRACT bicpred,by the 6ngiWe6d Joiirwf.Cmtract'Documents.
Carfiniitt&.F.JCDCN6.,191".(199UFcfiti6ii);asabile. Chang�t to
that document are shownJ6y undcrlinin&tLxt that has,bmn added and
striking tluuu6h text That deleted.
E.JCDC GL. Nr--kAi. CONDITIONS 19 10-8 (I,990- F'DfTIQN)
WITHCITY,OF FOR17 COLLINS-MODMCATIONS (P-.v 9/99)
Articleor Paragraph
Number,& Title
TABLE OF'CONTENTS OF GENERA, CONDITIONS
Page' Article or. Paragraph
Number: NumWr. TAIc
OEFJNITIONS _„: ,_:: ...... _.:,...- •..........:... .......:: .l,
1.1
Addenda;
I'
12
Agrecmcnl.:......:..... . ...:...........f
1.3
Application for Payment ....... •..............
1
1,4
Asbestos ..............................................
I
1.5
Btd ........ ............... ...........................
I
L6
BiddirigDocuments.._
..:(
1:7
Bidding Requirements ...
..,.I
Bands:...............................................1'
L9
Change Older- ......... ._..................
1.
1:10
Contract Documents-:..:..
,.
I.iI
Contrail'Price:.... ..:.......... _..::.,::.,:.,:::,;1
02
Contract Ttmes_ ,,........
1:13CONTRAC70R;,,,,,,,,,,,,,,,,:,,,,,,,,,,,,,,,;L
1.14
defective,
l
1.13
Drawings --. -
1:16
.Effective Date of the Agrccmen f._....
.,1'
1.17
E&GD14ER ............
.... t
1.18
ENGINEER's Consultant ......................
1.19
Field Order ,,
1.24
General,Regturem,ents ,::.......::
1 21
Hazardous:Waste
..2
1.22.a
:.....................
..............
Laws and Regulations; aws'or
Regulations:......__
2.
I:22.b
LegalIfolidays :..........:.....•:....
'L23
.:,,..
Liens' ........................ ...
.................:....:<
j.
1.24
;Milestone .:.....................
126
Notice to Proceed,,,,,,,,,,,,,,,,,,,,,,,,,,,,,•,_2.
1XOWNER
....:............::......:............:.....:r
l 8
Partial Utrlization
...............................2;
1:30
Petroleum
2
1:31
Project ..................................
1:32.a
.........2:
Radioactive:Material-...... -,-..•
132.b
B'd R ' ar Workin'.Hours._,;-,_,
eB
T
-
1:33
Resident,Projcet Representative„
_,'3'
1.34
samples.._ .........
1.35
4.............. .....4........2
Shop Dravhiigs...._....._4..--..
1;36
.
Specificatiois:....................
:1
1:37,
Subcontractor...,........
I
1:38
Substantial Comp.leiicq.......:............
2
1.39
Supplementary Conditions,,,,,,,,,,
....
,
1.40
Supplier: .:......:.:. .
1.41
.
Underground Facilities
1.42
Unit, Price work.:..:.: ....,
3,
1.43
Work' .....................
1.44
WorkCfiangi:Directive;.;,;,,,.,;•, ,_,_,3
1.45
Written.imenilmenl,
Page
Num. ber
PRILIMINARYMATTERS
------ I ...... -..._.
,3
2:1
Delivery of Bonds
3
2.2
Copies of Documents........., „..„.;3..
2:3
CommencomentofContract
Times' Notice to.Proceed�..............
3"
2.4
Starting the Work
3
2.5-2.T
.1366re Starting Constroctium
CONTRACTOR s Responsibility
to Report; Preliminary Schables:
Delivery of. Certificates of
Insurance...._. ......_.. . _.....3-4
2.8
Preconstruction Conference;,.;:_.;;,-_4
23
Initially Acceptable:Schedules- .........
4
3: CONTRACT DOCUMENTS: INTENT,
AMENDING. REUSE_, .. .............. I ........ ............4
3„142
:Jntent ,.,.,_,-,
4
3.3'
Rcfeiencatd Standards and Spec['
rcattons of Tech Societies:
Reportmgand Resolving Dva.
13-q,
Intent of Certain Terms or.
Adjectives.: ..................................
15
Amending Contract Documents.-•,,,„5•
3.6
Supplementing.Coritrac[
Documents, ...................................
:
5
1,7
ReuseofDocumerits........................:j
AVAJLABnJTYOF. LANDS;.
SUBSURFACE AND PHYSICAL CONDITIONS;
REFERENCE POINTS,,,;,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,•,,,•5
4.1
Availability of Lands
$ b'
42
Subsurface.and Physical'
Conditions ..... .......................
... 6
42.1.
Reports -and ..:...::...:........:
¢•
42.2
Liritited Rol iance by CONTRAC-
TOR Authorized: Technical
Data' .:.........................................:
6:
4.2.31
Noticcof Differing Subsurface
or. ...............
4:2A
F.NGiNF.ER's Rcvicw..................
..6
4.?''5
Possible Contract Documents....`.
Change:..::... .................... ...:..........
6 1
4.16
Possible Price and Tunes
Adjustments_....::.......:..::::.:::...G
7
43
Physical',Conditionsr(Jnderground
Facil hies .......................................
7
4:3: b
Shown or Indicated.,,.,. ,.
4.3.2,
Not Shown or indicated;.-.,
7
4A
Reference'points
u)cnC c;crtrRAL CotmlTlortsl§to-s,(i Oo EDtnotq
wl CITY OF FORT COI.I.tfiS MODIFICAT10k; (REV 91")
Article or Paragraph page. Articic�or Fiviragraph F�gt
-Number & title Nuin ber INLimber Number-
43 .Asbestos, RCBs, PiitroleUml
lfazardous Waste or
Rddjoactive Material .......... _Y-8
3: BONDS.AM) INSURANCE .................................
8.
Performance: Payment andbthez
,bonds ............. ..............
8'
533
Licensed Sureties and lniiurefs:
r;.ertificates of Insurance.:..:::::::..,;:,,._8
514
CONTRAGFORs Liability.
lnsurahcc..........................................9
i.5
O*VERs Gability Ins, iranco;,, ............
9
-16
Pr,operty, Insurance,,,-, ..................
940
3.7
Boiler and Machinery or Addi-
donal Property Insuranciq .................10
5.8
N�ticc of CaFncellation firovis,ion
10
t9
CONTRACTORs Re, ponsibility
for Deduciible Amounts ....................
:1(1'•
5.1u,
Other Special lnsurance....................101
5.11
Waiver of Rights,,, ,,,,
...... 11
5.12-53T
Receipt and Applicatibn of
Insurance Proceeds ......................
10-11
5.14
AccOtifice Of Bbn6.and Insa.
ance: Option
5.15
Partial Utilization -Property
-
lnsurance. ...... . ...............................
11
CONTRACTOR'S RFSPONSMILiTiEs. ...............1.1
61-42" Supervision and Superintendence;...... I I
6.3-6.5 Labor, Materials and EqWftm6t I I'l 2
6:6
Progress Schedule ............ 1. 1: ..............
12
6,7
:Substitutes and "Oi=-Equal' It;mYI
CONTRACTOR r_-*nse;
Substitute Construction
Methods or Procedures:
FiNdiNEER's Evaluation: ......
6:8-6. 11
CZincerning Subcontractors,
Suppliers and (XhersS.
Waiver.of Rights ..... ....................
13=14
6,12
Patent Fees and Royalties,,;;,,,,,,,,,,,,,,,
14
6:13
Permits...-' ................... :_.:
I:. _; i 4,
6.14
Laws and Rcguliti6ris, .......................
)4'
6.15
Ta.=s ....................................
14-15
6.16
ukofprcmiscs, -
.....................
15
6:17
Site Cleanliness .................
om
safe Structural Lo6ding .....................
J5
6.19
Record Documents: ... ...........
J5
6.20
1
. , -
Safety and ProtectIoni....... _ . ,-11.1:15'16
ii.21
Safety Rcprdent#itive .......... ; .... :_J6,
61-1
Hazard Communication programs ......
16
6.23
Emergencies .....................................16
6.24
Shop Drawings and Sam pie* ..............16
6.25
Submittril f3rbc*WureI5I, CON-
i-RACTOR!s Review. Prior
to3ficip Drawing or Sample
6.26,
Shop Drawing. Sample Siibmit-
,tals Rcyiew by ENGMFY,� .....
16-17
62T
'Rrsponsibility for V"tions
Fiont Gonarfict Documents ....
I__Y7
6.28
Related Work Perfdritied Prior
do WGINEER's Reviciv'and
Approval a ' f Reii4ircd
Submittals ..... ;
;17
6,219,
Continidng the Work .:.... ......
_j 7
6.30,
CONTRACTOR'S General
Warranty and Guardntft ..........
17
6.31-6.33.
Indemnification„__...... .___1748
6,34
Survival of Obligations,, ..........
:; .... JS
1_ .0T_lHZRWORK.:....._....................... .... .. .........
Related Wick at Site
7-4 Coordinatiori
OWNER'S RESPONSIBILITIES .................. ;
.... JS
8.1
Commuru'.'qaticns to CON-
TRACTOR .............. ...................
18
1.2
Rcplacemcnt�of ENGINEER . ........
18
8.3
Furnish D , ata aniPayPromptly
When) Ihie .......................
18
9.4
tandsand Easements:Rcriorts
and -rests. .............................
j&l.9
9.5
Insurance .......... I .............................
ig
'8.6
Change
83
'Insokiions Tests and
Approvals ..... ................
19
8.9
Stop or•S.LwpendWqrk;
Terminate CONTRACTOR's
Services.19
Responsibilities ..........................
19
9.10!
A%besias, PCBs, Pctrblo.um,
Haiardous WristF or
F&dioa6uV i matcriii: ................
_39
8; 11
'
Evidence of Financ'kl:
*
Arrangements ............. .......
:19
9. ENGINEER'S STATUS DURING
CONSTRUCTION ., ............................ : ........
__J9
9.1
6WN 9 R#s'Riprew-fitiitivi,
9.2
Visits to Sitc'.......
19
0.3
Project Ripiesentiifive ...............
39-71
9.4
Clarifications and Inter, pre;
tat iomi ..............................
9.5
-A4th6rized-Varla I ti . a . n - s in V& r k,
21
EJCDC bENERAL COMMONS 1910-9 OM EN ngM
wtdTY. ORFORT MILLIN'S MODIRCXTIONS (REV 91991.
I
Article or Paragraph
Page"
Arriele or,Parag_raph
,Page
Number & Title
Number
Number &Title
Number
9;6
RejeetingDzfectn-e Work .-:,„,
_..,: r4
13.8-13.9
Uncovering WorW-at ENGI-
9.749,
Shop Drawings, Change.Orders
NEER's, Request ,,,,,,,,,,,,,,,
27-28
and Payments ........ ..............2]
13.10•
Ma
OWNERy Stop the Work
2&
.....
9:10
Dcterminatims for UmfPrtce;_
21 72
13:11
Correction o A6ffioval of
'9.11-9.17
Decisions on Disputes, ENGI-
Defecfiiv Work ...................;,28
NEER as Initial Interpreter„•.....
,,,,,12
13.12
Correction Period,,,....: ......
.......18
9.13
Limitations on ENGINEER's
1113
Aceepianve ofDofeerive Work,;29'
Authority andRespansibililie�;,:,22--23
)3.14
OWNERMayCorreaDefective.
Work :::..:: ,.:.-—;-28-29
CHANGES IN THE WOR1l......................................23
lu.l
01VNER's Ordered Change..........:...
_3
14. PAYNI NfS.TO.CONCRACTOR,AND_
10.3
Claim for Adjustment ,-..;........
COMPLETION,
79'
10A
Work Not RequiredbyCortract
1411
SchedoleoEValpes,
Documents;.,,,,_ . ,
23
14.1
Application for Progress
10,4
Change Orders.,•„.,_, ,...,,;___ , .
.. ^3•
_
Payment ....:..:.:...
_...29
10.5
Notification of Surety.,. ............... -.-----
_23•
14.3
.................
CONfRAarows WiuTantgof
Title ...........:...........::..
29
CHANGE OF WNTRACT PRICE.•,,,,,,,,,,,,,,
144-'14.7
Review of Applications for
11.IA 1.3
Contract Price; Claim for
Progress PnymenIA.... ;.,_;,;
,n9-3Q
Adjustment Value of
14.8-14.9
Substantial Completion.,.,,,,,,•
i0
the Wort
14:10
Partial Utilizatioq
30 31
1,1.4
CostoftheWork
t4?5
14:11
Finallnspectiaq
31
11 5
Exclusions to Cost of the Wtii ;..
,;,,,, 25
14.12"
Firial Applicatiomfor Paymcn4
31
11.E
CONTRAC'CUR's Fee
_ 5
14:1344.14
Final'Paymenf and Acceptance:.
11.7.
CostRccords ......-.. ,.,,25-26
14:15
Wai'' tClaims!
I'l;8
Ca4ti Allowances:-...:...,
r6
1J 9
Unit Price Wurk....................... .........
-6
--
15: SUSPENSION OF WORK AND
T F.RI INATION........................
32,
CHANGE OF CONTRACT TIMES ............................26;
15:1
OWNER'MaySuspend Work ..........
32
12:1.
Claim forAdjustmeni,.......:•......•_.,,_36•
15.2-15:4
nWNER May Terminate,: _.............
32
112
Tune of.the Essence, .........�6
15.5
CONTRACTOR May Stop
12:3
Delays Beyond CONTRACT OR's
Work or Terminate ,•.
, 32-33;
Control ..::..:......:.........:::::"_ .,.:.26-27,
114
Delays Beyond OWNER's and
16. DISPUTE RF.SOLUCICW.,,,,,,..,•:.....................
33'
CONTRACTOR's Control .............
..)7,
17. MISCELLANEOUS"
i3
TESTS ANU:INSPECTIONS; CORRECTION.
17:1
GiJingNotice-.,
33
REMOVAL OR ACCEPTANCE OF
17.2
Computation of -Times
.. „, 33
DEFEC77VE
WORE.............:................:.................:7
173
....."
Notice of Claim .............................
33.
13;1
Notice hf Def1.cts :,.:, ....
;,_27
17.4
Cumulative.Remedies .....:............33
112
Access to the Work.:
27
1 i,5
Professional Fees and Court
133
Tcsts:and Inspections:.
Costs Included.:,,;.,_...........:........33
CONTRACTORs'Cooperation;.........
27
17.6
Applicable. State Laws;,,,,,,,,,,,,,,
33-34'
13.4.
OWNER's Responsibilities;
Intentionally;lefaWunk;-,,;,:,.-:.,.-, ....:......:.....:...35,
Inde endentTestin La_horal
135
CONTRACTOR'S
EXHIBIT GC -A:
(Optional)
Responsibilities;.
rl
Dispure Resolution Agreement,,,,,,,,,,,,,, , ;GC Al
'13.6.13.7'
Covering Wark Prior tainspee
16,1-16.6
Arbitration ,.,. GC A'1
lion Testing oc Approval
27
16:7
Mediation ,,,,.. :,,-, _ „GC -Al
I!COC t'.'C•NERnt. COtllitrIONS 191 Bit990 ED.InoI
wi CITY OF FORTCQLUWS M0DTFICA110ii,S (REV 9M)
INDEX MGENERAL CQNTDITIONS
6ty,of-Fort.C611ins mridificatiorui tothe Geniral,,Conditi6ns of the Conifruction Contra&,aie;iot shown in this index
Article or Paragraph
Number
Acceptance 617-
Bonds and lxisumncq: ............... ......... ... 5.14
defiecrive Work.... ......................... IOAA. 13.5, 13.13
final payment ..... 9.J,2 14.15
insurance ............................. ...................... $:14�
pqther. Work, by CONTRACTOR . ................. .......... 7.?
Substitutes and "Or- Equal" Item ......... Ttfi:7,1
Work Iiy OWNER� ........ ....... :."15, 6.30, . 6:34
Access to the -
Lands. OWNER andCONTRACTOR:
.site: related
Work . ............................. ........... 113:2: 13-14. 14.9
Acts or Omissions'-, Acts and Omissions-
CONTRACTOR...-....-... ...... ........... -6.9:1, 9.1-3:3
ENGINEER .................................... __.A' 20,9.13.3
OWNER.................................................... 0.20.8.9
Addenda-definitidn of (alsosee
d6nition of-*cifications), ..... kIA'I_ IQ. &19). 1:1.
Additional Oropeity. Insuranceq,, ......... 5.7
Adjustments"
Contract Pricii or Convict
Times,,,.................
_j:5; 15.. 4.1, 4.3.' 4.5,7
5:3, 9 4, 9-5, 10.2-10.4,
......................... 111, 1,) 14;.8. 15.1
.progress schedule ........................ ...... ; ................ 6.6
4reement-
...................................................... 1;2
"All -Risk' Insurance, policy f6rrq ........................... 542
Allbwances. Cash ....................................................11.8
'kniending.Con"Ll'act ......... 3.5
Amendment. Written-.
irrgcncral- .....,_,.- J, 10. 1145. 3.5, 5:10, 5,12, 6.6.2
. I 6.19, 10 A
.......... ............... 8.1 10.4, 11.2
111, 13,12.2, 14.7.2
Appeal, PWNM or CONTRACTOR.
intent ...................... �:10, 9.11, 10.4, 1&S
.5 6.1 I . I 1 1.
Application for Payment--
,d5finition o(..-..: .... : ...... ; ... .............. I ............. 1.3
17, , 'I� 'INE6R' Responsibility .................... ......... 9'9
final payment .......... . . .... 9.I3'_4j9._W5j'I4,I27I4'I5,
ingWiff2l ......................... :2.Sj 2.9. 5.6.4,2.10, 15:51
progress :J4.1-14.7
review of: 14,4- � 14.7
Arbitration ...... _ ........ ; ................... .......... 145. 1. 16:6
Alsbwos-
claims pursuant 4.5.3
CONT]kA&OR_au'thorizcd'to stop Work ........... 4A21
definition of........................................................I A
Artick or Paragraph
&umber.
OWNER responsibility for,,,,,,,,,,,,,,,_._.,.,,._,,,
4.5.1, 8.10.
possible price:and times
................ 45.2
.change:,,,:,:
Authorized Variations in Work ..........
3.6. 6,25, 6.27,9.5
Availability of Lands. ................. 1: ........
...... ..... 4.1.8.4
Award, N19iice.of-defined-711
_77, 1.25
Beforc'Starting ConstrUcLioq, ...................
: ......... Z,5-2:8
Bid-dc6itibn of„......................1.5 .'
(1.1 , 1.10. 2-3. 3.3,
____.A.2.6.4,6.I3,II.4.3: USIA)
Bidding Docurncfits--dcfinition
of ...... ........ .;:zar.';'),G
(6.8:2)
Bidding Requirements-definitiori
Of ..................................1.7
(I -A. 4,1U)
Bonds -
acceptancepC .... ...................................
t .........
additional bonds ..................................
10;5.. 11.4.5.0
Cost of the Work ............................................11.5.4
definition,6f..,,,, .... ........... :_..;
.........
deliveryof ...
5; 1
final Application for Payment..,...-_,._..,_
14,12-1'4:1a
gmeml .......................................
I : 10, 5j -5.3, 5,131
9.13JO.5. 14.7.6
Perftimance: Payment arid
...... 5.1.12
Bonds and Insurance -in general ................................
:5
Builder's risk'"all-risk! policy forat....,_
...... : ... ..... 5.6.2
Cancellation Provisions, Insurance.,
SA.11,3:8, 3.15
Cash' Allo*wan.ce.� ................. ...........
..................... JLS
CcrtiUatcof Substantial Completiori ........
1,38, 630.2.3;
...................................
14:8, 14:10
Certificates of Inspection ......,
3.4. 13.5, 14.12
Certificates of Insufanoq__..1. 2,7.'5;3.
5.4,11. 5.4,13
................ ...... 5:6.5.; 5.8,
5.14, 9113.4, 14.12
Change in Contrain Price -
Cash Allowances..,
1.8
claim for price
adjustment--,,,,...... 4:1, 4:2.6,
4.5. 5. 15j.6.132-PA.
9.5, 9.11. W.2, 110.5; 11.2, 11%
........................ 13.11,1334,14.7,
15.1. 15.5
CONZTRA('.TOR's lee ......... ...... ..............
_ ........ 11:6
Cost of the Woik
gene&I ... ...............................
1.14-1-1.7
Exclusions to,_,_: .... ........
I ' 5
Cost Records- .... ... .............
ingeneral_; ..J. 19, 1.44.9.i I,, 10A.Z'WAO',
•.
11
Lump Sum A'iciig ............. ...........................
11.31
Notific3tion'Usuret ......... .............
... 10.5
scope of,."'!_::�, ............ :30:2_10:4
Testing and,lnspccticm;
Uncovering the Work .............................
... 13.9
EKDCG� ENECWDMONS 1910-9 09GE11)[119M
wt LiTy, 6F. FORT mum mobmcATiw Xv 9P)9)
I
d
I
I
i Init Price Worl�, ......................................... 11-9
Article or-Paiag-raph
Nuiriber
value,of Work .: .......... ..........
.............
Chan .
g�JnContract 171 im-cs-
Claim for times adjustment ........
4
. 4,1,2.6, 4.5,,5.15.
..... 6.8.2;-9.4., 9..5; 9.1
1j. 10.-7i! -105; 12.1.
...... * U9, 13:13;13.14,1,14:7.115.1, 15,5
Contrictui[time
Dela)i.ixycvjd C'ONI"TRACTOX-S
.................. ...........................
12.3
Delays. beyofid OWNER's and
Notificationof surety-1117-1111-1 -.2111-1111-1111,11-1110.5
Scopeiofchange. ........................
....... ;10.3=10.4
,Change Orders -
Acceptance ofDefective Work .....
------------------ 13A3
Amending Contract Documents .....
0 ........ ;.4.14 .... :1-?,
Cash Allowances
- .................................................
i 1.8
.
Change 6fContract Price
. I .... - .. . ..........
................ 11
Change of Contract Timq,,,, ......
::::.: ............
Changes in,the Work ,-
CONTRACTORs ree ................
....................... I1',6
Castor the Work,.; .....................
ll.4-1 L-1
Cost'Reomrds"'_j ... ;.........
definiti;6'm4........... .............
.......1.9
emergan65s.....................................................
$.?3
ENUFNEERs ieiportsibility ....... 9.8. 104. 11'.2. 12.1
ekccution of .............................................
10.4
Indemitifictiorl ........................ 1 . 433
insurance, Bon.6 and .......................
j.10,5;1.3, 10j.
OWNERmay,terminat5 ., ...........
-
................ t5.2-15.4
OWNER's Responsibility----
---
3:6,- 19.4
Physical Conditions-:
Subsurface ank .......... ..........
w ..............
tlinderground Facilfties-!........................
Record Documents,
Scope of Change.....; ........
.............. 10.3-10:4
Substitutes .............. ..........................
: ...... 47.3i,6.8.2,
Unit Price Work .........................
................... 11:9
value of Work, covered by!. -...
. ....
......._
Changes in the Work_,., .... z ... -_ ... _:
.. ...........
Notification of suiety. .............. .........
......... .... 105
OWI,T]EWs and CONTRACTORs
responsibilities....... _..
10.4
Right to, an adjustM Mt .................
............ 10.2-
Scope Orchangi ................ ........
.....1-10.3-10.4
.Claims--
agair& coiNTRA- q-TO,R_ .... ...............
.16
against ENGINEER ......
............ 632
against OWNER....:... ...................
............... 032
Change of C6ntiract Price....._ ....................
9.4, 11.2,
Change of Cwtiact'Timcs .. .....................
c6NimcT6wS., 1;
§.4. 9.�:� 9.11., 1 C.2:
....... ...................
13,9, 1 4m
................................. ..........
15: 1? 15.5; 17.3
-coNTRAr-TbR!sFw: .......................... ...... :1 V.6.
Aitible - Paragraph
OF
Nystiber
CONTRACTOR!s liabil4. ........... 5-4,6,12,•6; 16; 631
Cost of the Work
IIA' 11.5
Decisions on Disputes .............. _ ...............
% 11; 9.12
Dispute Resolution,,,,,,,,,,,,, ..................
I ...... t-36.1
,Dispute Resolution Agreemeni, ..................
16:146..0
ENGINEER as'initial itermtot.,
Lump Sum Pricingl,,..,-.,-,.-,,,.,,,..,,..,,..,,-,
---
Notice of
- --------------- ...............
........ 17.3
OWNER'i .................... 9.4. 9.,5; 9. 11.
10.2, 11 11.9
......... 12.11, 13;9..1113_1314; 17:3,
OWNLRs liability . ............................
....... )�:5r
OWNER may refuse to make.psyment,
................ j 4.7
Professional Fees and'Court Costs
Included,__,_,_, ... .....................
.......... IT3
request for fcimat decision 4k..,
...... 4-901
Substitute Items ...... 11.1 ............ I ..............
.... 6.7,1.2
Time;Extchsiort. ......... . ........ ....................
Time __requirements;.... ............
'11. IM
'Unit aPrice Work
1.9.3
valucof..: ... ................. ...........................
1.1.3
Waiv'er o&-oh Final Paymenl.., ...;.;,J4.14
.14.15
'written notice re u e4 ............. ........
9,11. 11.2; 12.1
Clarifications and Triterpictitions-.., .........
3.6:3. 9.4 9.11
Clean Site ...... I ...... .......
17
Cbdc.s of Techni&M Smiqly, Organization
or Association.. ..............................................
;.•3.33
Corn menc.cm ent of C&iracti --funci, ...
....... ............ 2:3
Communications-
.gencral ........... _; ......
-6 .-Z,&9.2. 9. 11
flazaid Coinniumcap . on Program!;,.,.........
. ....... O2?'
Final Application for-Nymcni ...... ..........
I ........
Fi , fia I Inspection ..... ..................... .......
... j4111
Final Payment and Acceptance ...-.. ............
14.13-14.14
Partial. Utilination, ...................... ; ....................
J4A0
Substantial Completion ......................
i:38: 14.8-14.9'
'Waiverof,�' 71 mi--_;
34,15,
Coniputptian of Times ........ __ ....................
17!11A;);i2
Concerning Subcontractors,"Supp.11iff's
and Others ................................................
. 6:8-6, 11
Conferences -
initially
__:2.9
l5reconstructiort, .....................................I............2
Conflict, Error. Ambijuliy, Disciepanc':j ,
d6mrRA&bIZ to Report ...........
332
Constructionbefore starting by.
ICC?,TTRACTOk-..I
Construction,X1whin Equipment. etc ................
-4
Continuing the Work .....................................
6.29, 10.4
Contract Documents-
Amending .... .......................................
__ ........ 3.5,
'Bonds ..*...,..,.., .................................................
5.1
E,XI)C GENERAL COMMONS 1,910 -9 (1900 EDITION)
w/ CITY OF FORT COLUNS MODIFICATIONS (,REV 9t991
I
Cash Allowances ..............................................1.1.8.
Article or Paragra0h
Number
.Change of Contract Rice ...........................
........ 11
Change of Contract Times'..-..
12
"an es -in hcWdrk ................:10 ................4-10.5
g
k and :rify... _ "- I .
check verify........._
h� ': . ......................................
..............................
25
-Clarifications-and
lhterpretations... 3.6.
9:4. 9 11
,definiti6n of
ENGINEER of
.............
11
ENGINEER as OWNEI;Va , pres ta re en t ive .............9,
I
.9mcruL3
rnsurancc,,,,,,,1,,
Intent.................. ........ : ......... ; ..............
3,1-3.4
minor variations in &"Wor'k ..............................3.6
6%VNIi�s responsibility furnish to "ish ilata- ........
. 9.3
6VNER's responsibility to -make
prom Ot payment `?73, 1.4:4. 14.13
................
precedence._ ............. * ...... .............. ......
11 j 3:3.3 ,
Record'Documents. ..........
1111.0-19
Reference to Siondards and Specifications
of Technical S9ci&ivj...................................33
Related- Work.: ......... ........... ...................
7:2
Reporting and Resolving .......
;,23. 33,
.DiscieliaRciej
Rcuse
;.Suppicnienti"n'l; ..................................................
�1.6
Teimination of ENGLN-EER!i Employment ..........
82
Unit Price Work .... ........ ...............
11-9
vanatio ns ........................... I .............. 3.6. 6.23,627
Visits. to Site, bNONEERsi ................................
.9;2'
Ccntracfpr�ice—
adjustment of 33, 4A. 5P.4,,10.3;
!.2-1143
Change of,............ __.;
......
Decision on Disputes ...........................
Pl
definition of ... .... .... .... 1: ... ...........
....... * ....
: ! :
Contract act Times—
aojustm'ent of........5, 4.1.,9A. 10.3, 12
.....
Change of.: .................... ...................
12:1-12:4
commencement,'Of .............I..............................
2.3
definition o(:, ........ ; ............... ...........
12
CONTRACTOR
Acccptane'e'af lnsu6nc6 .....................................
5,14,
C6mmunications; .....................................
j5.2. 6:9.2
Continue'Work.--,........................... _6.29,10.4
.
coordination and duling,, ... .......
'
definitiowo( .....................................................1.
11
Limited Reliance on Technical
Data Authorized
�Wy.Stop Work or. Terminate,,,. w — 1;;Z;l ..
provide site a4cEss to others, .......................
7.2, 132
Saf:ty;and Protection .................... 4i1l.-) 6,16, 6.18,
.................... 6;21-623,
7.2,13.2'
Shop:Drawin& and Sample Re.view
.P . rior to Siibmitlal ................ ..............
....... ,P,25
�ii
Stop Work requirements 1 1 452
......................
,(,X)NTRACTOR'.—
Article oc'Paragraph
Nuiriber
Ci5mpensatim ---------- j
1.141.2
Continuing Oblillatiork .................................
!.. 14,15
Dgfeciive Work,,,,,,,,,,,,, ,,, ,,,...... 1 .9-01 13.10-13.4.4
Duty to correct defective Work .........................
j3:11
Duty to Report-t
Changesoin the Work caused'by
Hincrgency ....................... ......
3
Defects in Work- of0thers ...........................
;:1.3
Differingconditions................ I.....:.,:,._::.:,
4.1.1
Discrepancy in Documents,,, .... 2.5. 3.3.2. 6.14,2
Underground Facilities not indicated ...........
4.3.2
Gm ergencies .........................
... 0.23
Equipment and Machinery Rental. Cm
ofthe-Wor k.:...:.....:...:...:..::...::.........:::.:I
1 53
Fee --Cost Pluist ......................... j 174,5.6, 1165
1, 11.6
General Warrafity and Guarantee.,,,,,,,,,,_:,--....,
Hazard Communication Program ...........
.6.22
Indemnification:„,,,,,,,,,, 6.16.,
6-31-6.33
Inspection of the Work ...............................
7.3, 13:4
Labor. Materials and Equi §mcn' t ............. ;i
,
.... :0. 34-5
l4ws'and ftidations,Compliance by.....;,.....
614A
Lnability .............. _ ...................
......... 5A
Notice of Interitto Appeal .........................
�,:10, 10.4
obligation to perform and'complete
thE.Work .......................... ....................
§30
Patent Fees and Royalties, paid for by ...... _7
...... §,12
performance and (..)t'h.cr Bonds .... ......... ...............
5A
Permits, obtained and paid for. by;,,,,,,,,,,,,,,,,
,, ,,fi. 13
Progress Schedule,_;,. , .... 2;8: 2.9, 6.6,
........ 10:4. 15.2.1
Request f6r formal decisionon disputes;;,,,,,,,,,;,,
9,11
Reslignsibiliti6s.-
Changes in the Work_.-
.
_ 10.1
Concern in S. Subcontractors, Suppliers
and Others
Continuing the Work ................ ........
6.29.10.4
COi4tRACTOR's expense ....... ......
CONTRACTORA General Warranty
and Giiarifi.tec,., .....................................
6.30
CONTRACTOR!s review prior to Shop
Diawing or:Sarrplc'submittal.... .........
.... j5.25
Coordination or Work,_____ ................
6.9.2
Emergencics ..............................................
*
6. 23
'
ENGli\rEE-1'si4a[4itic-n,Substitutes
or "Or -Equal" Items...........................:.6;7:3
For.Aus.and Omissions
of 6thers .............................. 0,9:1-6,9t2, 9713
for deductible amountsjnsurance- ...... ....
. ..
general ........................................ 6, T-2, 7.3, 8.9,
Ilazardous Co'm munication Programs
...... fi.?2
Indemnificationk ........................... ......
6�31,633
EXTC GENMLL MItinjnoNs
- wICITY. ORFORTCOLUNS MODIFICATIONS (REVOM
SECTION 00100
INSTRUCTIONS TO BIDDERS
1.0 DEFINED TERMS
Terms used in these Instructions to Bidders which are defined in the Standard General
Conditions of the Construction Contract (No. 1910-8, 1990 ed.) have the meanings
assigned to them in the General Conditions. The term "Bidder" means one who submits
a Bid to OWNER, as distinct from a sub -bidder, who submits a Bid to Bidder. The terms
"Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to
whom OWNER (on basis of OWNER's evaluation as hereinafter provided) makes an
award. The term "Bidding Documents" includes the Advertisement or Invitation to Bid,
Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including
all Addenda issued prior to receipt of Bids).
2.0 COPIES OF BIDDING DOCUMENTS
2.1. Complete sets of Bidding Documents may be obtained as stated in the Invitation to
Bid. No partial sets will be issued. The Bidding Documents may be examined at the
locations identified in the Invitation to Bid.
2.2. Complete sets of Bidding Documents shall be used in preparing Bids; neither
OWNER nor Engineer assumes any responsibility for errors or misinterpretations
resulting from the use of incomplete sets of Bidding Documents.
2.3. The submitted Bid proposal shall include Sections 00300, 00410, 00420, and
00430 fully executed.
2.4. OWNER and Engineer, in making copies of Bidding Documents available on the
above terms, do so only for the purpose of obtaining Bids on the Work and do not confer
a license or grant for any other use.
3.0 QUALIFICATION OF BIDDERS
3.1 To demonstrate qualifications to perform the Work, each Bidder must submit at the
time of the Bid opening, a written statement of qualifications including financial data, a
summary of previous experience, previous commitments and evidence of authority to
conduct business in the jurisdiction where the Project is located. Each Bid must contain
evidence of Bidder's qualification to do business in the state where the Project is located
or covenant to obtain such qualification prior to award of the contract. The Statement of
Qualifications shall be prepared on the form provided in Section 00420.
3.2. In accordance with Section 8-160 of the Code of the City of Fort Collins in
determining whether a bidder is responsible, the following shall be considered: (1) The
ability, capacity and skill of the bidder to perform 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)
Rev10/20/07 Section 00100 Page 1
I
I
11
I
I
I
I
I
I
I
I
I
I
I
Labor,, Materials and-Equipnvent
Laws and Regulations
...... 6.14.
Liability Insurance:,,,,,-,;,_„ ........... ....... ___5A
,Article or ParagriipH
Number
Notice of variation from Contract
Documents,....... .................
............... :A27
patent Fees and Rcyaffies..... ....................
:§.12
Perm us'
1.3
Progress'Sche *
Record D6curnents .....
6.19
related Work performed prior. t6*
bNGINEERs tipproytki'd rcquLred
sub m ittals!
safe structural -loading.
-jS. 18
Safety and Protection . ............
j5.20, T I 1 3.2-
'Safety Representative .......
'Scheduling the Work: ...... ;..; ...... : .........
'Shop Drawi* and §afiap!es_ .......
I ....... &24:
Shoo Drawings and Samples Review
by ENGINE -SA .... .....
-;6.26
.Site
16. 17.
S"ittal Procedures., ................
............ 6-25
Substitute Conaurowtion Methods
and Procedures,.-,, ... _ ...
Substitutes and !Or-"Orficims ......
.... �;7.1
Su rintcndcncq .........................................
:J:2:
Su :
� . pervision .................................
___ ......
.Survival of Qbligatioini.......... : ...................
fi,
Taxes
15
Tests and,fnspeatidns � ; ............. .........
13 5
To Report ..... .............................................
_:;.5
Use of Premise;., ...... 6.30 2.4
Review Prior to'Shop, Droving or
Sample'Submittal.,..;., ........
...... ... 6015
�Mght, to adjustment for changes in the Work .....102
right to claim ............. 4;11, 9.4, 9.5. 911, 10.2 11.2,
12-1. .13:9, 14.8,
15A, 15:5.,17.3
Safety and Protection I
..... * ..... ....... �5.20-6.21 T2,13.2
Sifety kepres�"tll V-e ...........................
. 6.21
;.:., .......
Shop Drawings and Samples Submittals :..'A2".28
Special Consultants.:. -----------
;z ------- J1A4
Substitute Construction Methods and Proceduris,6j.
,Substitutes .and L"OrzEquil" Items.
Expense_...........
6.7, 1; 6.7.2
Subcotitractors, Suppliers and 0Lher468.6.lI
Supervis�io5n arid Superintefideroq .........
Taxes, Payment b�� ......... ......... ..... : .......
: ...... 0_6-15
Useof Premises
6A6-&l8
Warraitti- - d:
. - � 5san. guarantees ...
6.30
Warranty.6f"ritle, ........................................
Written Notice Required_
oJONtiACTi))Z stop: Work or term meta,,,, _,;15.5
Reports of Differing Subsurface
'.and Phyiicad Conditions .......................
A.2.3
'Substantial- Compictiork ...............................
14.8
WH
COIsYrRACTORS—otiter............ ............ ...... ..........
Contractual Liability fnsurancc.__, ..............
Contfactywl Tim6 Limits' .... ......... ...... J2.12'
Article or -Paragraph
Number
Coordination—
CONTRACTORs responsibility..........._.,....,....
. 4.9.2
Copies of Documents.. ...........................
........ ;,.-) 'Y'
Correction Period,;,,,,
Correction, Removal 6i'Adcqtance
of Defective Work7-
a
t.ri general ................................
111U-13`14
Acceptance ofDefec&c,Work...........................1313
-Correction or Removnl of
Defective Work-..... .... V. ...................
4. 6.30,11.3; 11
Correction Period, ......... .........
....... :,;J3.12
OWNER May Ccrrect Defictiva Work ........
OWNER May Step Work ...
... 13JO
Cost_
of Tests and Inspections ...... ........ ...............
Records 11 1;7
Cost of the Work —
'Bonds and insurance, additional ...........
_1 1:4.59
Cash Discounts...: .......
....... ;.J lA2
CQNTRACTOWs Fee....:................................:11:6
'Employee
.....11.4.5.1
Exclusionsto ...................... ...........
1. .......
General 11.4-11:5
Hope office and overhead exlichsc*
___11.5'
Losses and'dam ages ...............................
'
Materials and colitipment., .................
....... L4_2
,,!nor. expenses, ........................................
_1 1.4.5.8
payroll costs change;,,,,,,,,
.us........
perf4med by
Records I I , 7
Rqhzals.of,construction equipment
and machinery :_..... ------ ......
11
Royalty. paymmn(s permits. and
license fees
1:4.5.5
Site office and temporary fnlcilit 4, .......
........ I 1A5:1
Special Consultants, CONTRACTORS
....... ;_jL4.4
............
'fix6i,relatedio the Work
Tests and Inspection ........ ...............................
J3.4
Trade Discounts:... _ ....... ...... ____ .........
.... J1.4.2
Utilities; ruel and sanitary facilities ..........
j 1.4:5.7
Work —after' regular hours...' -
..
Covering Work... ... ; ....... ; ............ I ...........
J3.6417
Cumu l4tive Remediois,,1
cutting, fitting and
7 2
Oita, to be furnished 6y OWNEg ...................
......... 8_3
Pay4defixvilion of ..............
Decisions on Disputes._ ...............................
:9.11, 9.12
d�Jzcrivz—definition
...... 1.14
defective Work"
Acceptance of......................................10.4.1.
1113
E)MC CENMAL CONDMONS
1910.8 (1940 E)1110r4)
wl OTY OF FORT CQUINIS MODIFICATIONS (REV 9L'i91
'
I
Carrectibit-or Rcmovalo� ............... _:jQAJ,A3.1I
Correction Period,-,, ... .................. __; ... j3'12
in &!OA'.j ...... t ...... . ........ 14.7. 14:11
Article or Paragraph
Number
9 . �rvation b sc yEN6[NEER .................................
9;2
OWNER. N lay'Stop Work., ..............................
13"10
'
Prompt Notice offlefects...................................111
Uncovering the Work,_ ...... b.: -------
Nfinitionii ......................... ......... ........ ........
Delays ....................................... 1a, 6.29. 12.342,4
Delivery ofBands: .. .. ....... ...........
',of4iLs
2.1
Delivery ofcertificates urqngc .............. .......
_..2.7
Determinationsfor Unit Prices ............... .................
9.10
Differing Subsurface or P�hyslcal'Conditions—
Notice of .........
1_4.2.3'
ENGINEER's Review .......
Possible Contract Documents Change;,,,,,,,,,,,,,
4-2,5
-Possible Price,and Times Adjustments .............
4:2..ii
Discrepancies -Reporting
.and Resolving -- ------- 1,1:11:11.11--m 2.5: 3.3;16,142'
Dispute Resolution—
Agr5emenk:.:.,;,, .... ;.; ....... ...... ; ............
J.6;1-16.6
Arbitration _J&
1 -16.5
general 16
Mediation................................. ; ........................16.6
Dispute Resolution Agreement— .................... .
J& 1- 16:6,
Disputes, Decisions by ENGINEER,;,,,,, w.9.11-912
Docuritcrits—
Copicsof ..................................... ................
2" 2'
Record 6.19
Reuse uf.
Drawing
Easements............ j ............. ...... ..........
Effective date of Agreement— definition Qf ..............
1, 16,
Emergencies,....
ENGINEER—
as initial interpreter on disputes .................
% I I A* 12
aifinitiiin-of ..................
* *"
*u' r' *esp"o*'*''s
!�' 17
t'h*'o' r' i t'* ni b i I i t
Limitations yand*
i 6. ;;.. : 9.13
Replacement qL------.:::_:.:...I.-` ..";'
....... ..g: �
Resident Project !Zc'i&cscntativc ....... ...................93
p
, I M.
ENGfNEER!s Consultant — definition Yf ...... ...........
1.18
ENGINEEk's-,
Authority and responsibility, limitations or};,,,,,,,qA3,
Authorized Variations tri't'h'e Work„
9.5-
,Change.0rders, responsibility for... ....9.7,
10, 'll, 12,
,Ckrificatiortiand.InterpretationA ..............
3.6.3; (),4
Decisions on 1)4utcs-'_, ...
1-9.'12
defective Work,, notice of ..................................
:13:1
Evaluation of SubitiWte Itern4; .......................
'A7.3
Liability ........... ................
9 ' .12,
Notice Work is Acceptable �..... ..........
)4.13
,Observations ........................................ :...A.30.")
9,2
OWNERS Representative 9A
......................
PaYments,to the CONTRACTOR, —
Responsibility for ......... 9.9.,1.4
Redbirimendation of Payment ..... 14'13
t%rti6le or Parairaph
Number
Responsibilities-titnitationscm . ..............
:9AY-9.13
Review of Reports on Differing Subsurface
And Physical Conditioim ...
....... i ... ,,A2:4
Shop Drawings and Saniples. review
responsibility ......... ............. _;_
.............. fi.26
. . � L
status During qnjsY4C!10q--
authorized variations in the
Clarifications and Initerpictatiqm
Decisions on Disputes .....
1 -9172
Determinations on Unit
... 9-10
ENGINEER as Initial Interpreter .........
9. 11-9.u_
ENGINEERs'Responsibilities,.; .........
-'
9.1-9.12
Lim itations on ENGINEER,s Atit1iian'ty
and Responsibilities ,.... ................
...... _9.13
MYNEWS,R9presentative .........
....... 9:1
project Representative-...... �
" Z —9.3
Rejecting Defective Work., ....... : .......
............ 9.6
Shop Drawings, Change Orders
and Paymints.
Visits to,Sita
....... J.2
.......
.Unit Price determihatimA .......................
......... 9.10
Visits to Site ....................... ...............................
9.2
Writtciicofiscfit requirc4 ................... I
....... �._:72. 9.1
Equipment, Labor, Materials and ... ..........
EquiPment.rentali Cast of the W6rk ....
......... if . 1.4.53
Equivalent- wilateriiis and Equipment ................
; ....... OJ
error or omissions..:_..... -.: 'gem.':.. ........
............ 0.33
Evidence of Financial Arran
If
Explorations of physical
.......... :..4,2:1
_conditiam,,,.,_,.,
Fee, CONTRACTORs—Costs Plus:...........................1!.6
Field Older—
definition e ition o(
19
issued by ENGINEER ............. ...... :1 .........
1, 9.5
Final Application forPayment ......................
.... 14,12
Final Inspection .... ........ : .......... ..............
Final'Payincrit—
and,Acceptande I ................................
14, 13-14,14
Prior Lo� for. cash alloCan es ...............................
11:8
-General Provisions,.,..,, ......................... --
-- --- -- 17.3=171:4
General Requirem - ents—
definitic6 of ....... ... 11 ... I ......................................
10
principal references I .... ..... '16, 6
* * Afi.6:6.7, 6.24
Giving
Guarantee of Work: —by CONTRACTOR_,,_,,,j5.A0,
14.12
Hazard Communication Programs.,,
.............. 6M
Hazardous Wasi6_
definition of ......................................................
1:21
general ........ . ..................
45
OWNER'S responsibility for ................................
8-10
EK3)C GENERAL COMITIO.NS 1910,8.(1990 EDMOM
w/aw. OF FORT COLUNS MODMCATTQNS(REV WWI.
I
I
1,
I
I
I
I
i
Indemnification I Z 6.1 4;A3 1 t6,133
Initially Acoeptahic siiiivitiles'., ......
Inspection--
qn7-
Certificates
Final.................. ................................... 14:1 1�
Article of Paragraph.
Numbir
'Special, required byENGINEE—R .. . ......................
9:6
Tests and
13.3-13.4
'Insurance-.
Aciieptan6c of,� liy,OWNER .....................
__ ........ i. 14
Additire
quired ired by cha _q. MV8
in the Work
Be6re,staftij* the Work.........................
,,11.4.5.9
Bonds and --in general;' .............................
............ 5
Cancellation Orovision"A.............. ...............
5.8:
Certificates of. ........... ...... 2.7,5 5:3, 5.4; U 1, 5.4,13.
...; .... ; ... V.; .... ;..5.6,5, 5.81 5,14,
9; 13:4; 14,12
completed o*6tiohs ...................... I ..............
'5 4:13
CONTRACTORS Liability: ................ .
. . ........... 5.4
CONTRACTOR'S **ectiontocoveria ge
5.14
Contra4tual Liability ...................... 7__;_,zr5A
1 10,
deductible amounts, CONTRACTORs
responsibility.., ...................
:.5:9
Final Application for Payment - ,
Licensed Insurers-.....-,:.... ... . .........................
'c'hinjes,
;.5.3
Nati,ce, requiielocilts, material
....... 5:81 10.5.
Option to'Replace: ................ ...... ......
........... 5.14
dth cial in-suranL
FF spe ...... ............
5.10
I—-
OWNER as liduciary-for insureds ..............
I
5.12-5.13
6WMR!s Lia 6ilit'
Y. I ....................
......... _5.5.
OWNER!s Revcnsi.Sifity*�
Partial Utilizatim, Property Insurance ......
10,
Receipt and Application of Insurance
Proceedsk ..................... ......... .........
Special Insur A
Waiver of Rights..:,-_:_.-
lnt'cnt of Contract Docum ent4 ................... .......
cj.1-3:4
and
d Clarificatiiiii;,:............. .........
- .63,r9A
Investigations of phy3iciibconditiony
..... 4.2-
Labor. Materials and Eq*mefit_.__,
Lands --
and Easements
8 - 4
Availabdityof..................... _ ...............
1, 8.4
Reports.and Tests:. .
8.4
Laws and Regulafions-Laws orReguilations�_
Bonds
z.;5:I-5;2-
Changesin the.Work ....... ...... : ......
_ ...... 10.4
Contract Documents.., , ..............
CONTRALCMks Responsibilities ....................
10-14
Correction Nriod,difeclivd Work;,,,,,,,,,,,,,,,,,
,13_12
Cost of the Work, MV:es ...............................11A5.4
definition of
generaK 14
1xidemnihicatibn ............................... : ..........
6.31-6.33
Insurance._a
............ ............. ......... ...................
3.3.3
Rtifereh66 to ..............
SafqyafidPi ' i ...... : ......... 6.2Q, 13-1
Subcontradors�.Su
. 11 � - . pphirs and Otliers .......... 16. M; l'I
?knicle or Paragraph
Number
Tests and Inspections ...................................
13:5
Use of ...... ..................
6.16
Visits to Site ...,___
Liability iiy fniw-Ane.&�
CONTRACTO!ra.......... ..............................
..
..... 5.4
OWNER`s.�11 ............
Liccnsed'Suretics and Insurers,, ,,, ,: ...............
....... :1:3
Licris
Application for Progress-Paymenj .......................
14,2,
Final Application for Paymeq,,.,.:q,w.., ......
;J'4A2,
definition of ........................ ; .............................
E23
Waiver of Chiiffis
j 4.15
Limitations on ENTGR� EER!s -authority and
responsibilities 6 �' , i ......... ---- '
1-9.13
;
Liallied, Relianocbk CONTRACTOW
.Authorized
A
Maintenance andOperating Manv04s-_
Final ApplRation Foi-Nyment..._ .........
...... 14.12:
Manuals (of other's) --
Precedence ...................................... .............
!_
Reference to'in fof ntfact Dd6umcntj,,
,33.1
Materials and equipment.-
ffimished by_iHY14tRAGrOR I ..........
63
,not incorporated in Work.,,,,,,,
14;2-
Materialsor cquiorncnt---e quivalink,,, ----
Mediation (Optional) , 4 r 4 1 z L
Milestones: —definition of;;,,,,;,,,,;;..............
MisMianeous—
coffiputatibri,of Times
t__j
7 .4
...........
Givirig-Notic c....; .... : ........................... I ..............
Notice of Claim,
,,,,,,,,.„;.:, ............................ ; .................
.. j 73
Prormsional Fees and Court Ccsts 1nc1u&d
..... J7.3
Multi -prime coiaiacts ...... ... . .....
Not Showfi of Indicated ..............
43;2
Notice of
Acceptability of Projeck...n ....... ...................
...
Award, definitionLof ........
1,25,
Claim..........................................................
1,73
Defects,13.1'
DiffefingSuhsLufaaor'Physibal,Cotiditibrks,._.,A.2.-I
Giving ......
Tests and In ................................... 133
variatiork j
1 'io *
o7poraZin and Samplp............... J7
Notice to Proceed —
definition 0(
giving of ........................................................... 13
.........................................
ijmc CENERAL C01,61TIONS 1910.8 (1940 61TION)
wl aTY OF FORT CdLUNS MODMCATTONS XV.91.99.)
I
Notification -to Surety ......... ................
....... ............... 1�1.5
Ohservations,byENGINEER:......:
..::::...:........6.30,9.E
Occupancy of the Work.,_,:,,,,•,.•-,-
5.15,.6:30.2.4; 14.40
Omissions or.acts by CONTRACTO$..::.::..::.:..6.9. 9.13
Open Peril policy form. insurance ..........................3:6.2
Option to Replacee...................................................
5:14
Article orrPtragraph
Number
.,Or Equal" Items .............................. ....................
:....6.7
Other work 7
Overtime Work_, -prohibition of ..::.:...:..:......:.:.:..::....:
6;3
OWNER,-
Acceptance ofdefec&re Work ...........................
13:13
appouit an ENGINEER... ......
2.
As Ctducittry _I......•........,tS.I'2=5:1
.
.........................
Availability of Land;; responsibility ..................•„
4.1
definition of ................... :................. .............
:.:I;27'
data fiunis}i......:...:: :.:..:.:.::... .............,it.3
Vfay Corrcct'Defective Work;,,.,,, ... ......
... 13�34'.
May ref L-6 to niaki payment................::.........::.1.4:7
A4ay.Stotr tf e W4k...,
J30.
,May Suspend Work,
Terminate,,,., ,,,„„...:.:........H.8. 13.10.
I5;1=15,4
payment, make prompt ..................... $,3, 14A,
14:13
perfarmanto of ather. work .... :..:.:......... :..::::.:.......
7:1
permits and licenses, requirements,,,;,;,,;,,,;;,,,,,;6�13'
purchased intuitine requirement4_..,.........
.6-5 10
OWNER's=-
Acceptance of the -Work ..................... .........
6:30.2.5
.Change Orders, obligation to ezecutg........
,;8.6, 10.4
Comm unicationg................................................SA
Coordination of die• Work,_;,..........
7;4
Disputes; request -for derision..:........................;9:11
'Inspections, tests and
S;S
Notice of Defects ........ :......... ..:..:.:...:..........:.....13.1
ristructi6n;.
Representative --During C...
ENGINEEK's `................._.
. 9.1
Responsibilities-- -
Asbes cm pC13s; Petroleum: Hazardws
Waste or Radioactive Material...............:?;10
Change Orders, .......... .......
8.6'
Changesinthe:Wont..:.:...::::.:..:.:.:..:.:..:.
10,1
communications,-••---:_.._..._ _.:...... :........
....... $A
CONTR�Cf OR's resptmsibi I ides ........
. ..........39
evidenced firranciul arrangemenia..............8.41
.inspections; tests and ,approvals,,,,,,,,,,,,,,,,,,„
_$7
insurance .:...................... ................ ..............
$. S
lands and easementg:............:..:.:.........._.....
SA
protrrpt payment by...
B:3'
replacement of ENGINEER :.::..........:.::..::::...$;?
reportsand tests:...........................................8:4
stop or suspend Work,,;,•,,,,,,,,,,,,, E 8, 1116,
15.'1
terminate CONTRACTORs
services,.----.,.:
separate representative at site..............................9.3
zi:
-testing; indeperident:.... ....... ... ...............:.........13.4.
use,or occupancy
of thi Woi k,,...... .._,,,_...,:.JA 5; 6.30.2:4, 14.10
tvrittep consent tu•appioval
required ........................................ 9.1;, 63, 1 Ito
LJCDC GENERAL COMnONS 1910.8 i19s0 EDMOM
wr CITt: OF.FORT COLLINS MODIFICATIONS (REV WW).
I
I
I
I
I
I
I
PJ
11
I
I
I
I
I
Article or Paragraph
Numbcr`
notice required
9,4,.9_ 11,
..................... .......... 11:2; t 1.9,14,7: 15A
PCBs"
definition of .. .......
........... 11:2 9'
general.................................................4.5
OWNfICs icipc!tsibilify far ; ....................
I ...... . .. XAO
'Partial Utilization —
definition of
....... J:28
geriml 00,14, 14,10
Prop.&Ty; Insurance ............ _ ..........
........... S.B
..
,Patent,Feesand Rbyalties ........ F ...........
......... ...... 6.12
Payment Bonds
Payments,kicom� m-P'.j 14.13
Payments
S to CONTRACTOR and Completion —
Application for,ProgessNyments, .... ......
__..:J4.2
,coNTkAbT6R's Warriniy.of Title--,--,-,
......... JU
Final Application fbi,Paymcn@...... ;; ....
A.;E _1 4.12
Final Inspection ...............................................
14.11
,Final Payment and Acceptances_... ,;,-„
.-,14.13-'14.14
general...... ......... .......... . 7 ............
........ s3, 14
Rctainage: ...............................................
......... 14.2
Review of AP-p'lic-afions for. .
Progress Payments.,.,,::....;.:..:.::.:..:.:.:...14.4-l4.7
pibmpt ...... : .. . ...
.............. $3
Scheduli of Values ''*''k'''''''''*
1,4, 1
.Substantiaf CompletLor....................
....... 14.8-1.4.9,
Waiver GfClaims�............. ............ _ ..................
14AS
when payments-duz.................................
144i -I 4r.13
withholding paymcn - t
......... — ...........
Perfc , rmance Bcndq .............................. I .........
1-5,2 !
Permits
Petroleiim-
definition -of., .......... ...... .........
I .......
gefieral..................... : ...............................
4,5
OWNERS responsibility tor.,,.,, ...........
.. . ..
Thysical Conditions-- -
bimKirigs of, in,or relatingtq ........................
1.2.1,,2
FNGTI,TFFR's review,...:..,.; ..:.: ........ :...;
....... ; ...... 4.2.4
existing strtictur6s ............ __ ...............
4.2 2
general 4,2.1.2 .............
Notice of Differing Subsurfi6c oi,..................
.. 4.2.3
Po'ssilhle Contract bocuinenis�Changq�_....
4.15
Possible Price and Times Adjustments
4,16.
Reports and Drawings ......................................4.2.1.
Subsurface and...:....-. ........... ......... ..........
.................. 4.21
'Su6sdrfitce Conditibn; ....... .... 1'._" ......
Technical Data, Limitid Rcliarice by
C&TRACtORAti h-
honied.,;,;,,,,,, .....................
4.2-2
lLTrt&rgroiind Facilities—
general................................................
....... 0
Not Shown or Indicaed ........
protec ;,i f
Ono .........................................
4.3; 620
X5
A]rtiblc or Paragraph
Number
Shown or Indicated.�. _;. 10— ,1 " .!�z
Technical Data;,,,,,,,,,,,,..................................
A2,2
Preoonstructib_n Confer6cq, ........
... . .....
Preliminary Matters---
2
PrClidinary Scliedulq
............. 2: ; 6
Premises, Use of ......... ..................
.......
Price, Change of Contract., .........................................
:11
Price. ConLrdqt_*rtniti6.fi
...... 1— ...... 111
Progress Paymen% Applications for ..
Progfeis Payment-treviinage_ ............
.................. � 1412
Progress schedule, 6014TkACTOR
........ 2,2.6i 2:8,:2.9
...... .................. 6.6. 6.29:. 10.4, 15:2.1
Project"definitio.n
ENGRNUks'Status buringConstruction:._, ...... 9,3
Project Representative, Residcra—dertnition of ......... 1.33'
prompt payment by,OWNFR..:.:..:.::.:.:::::..:::.:::.:::.....83
Property Insurance-
; ... . ..... ............... ...................... . 5:7
Foriial,Utilization... ...
14.10.2
receipt and application of proceedA .............
5: 1 2-5.13
Protectiun;Safety' and;,,,;,; - ........
131
Punch list
i.
Ridio4ctive Material—
defritibnof ............................ ..........................
132
ge"6143-
OWNFRI a r6oniibility (K ..........................
?,IQ
Recommendation of Payment,.
14.13
Record Dociuments;...............................
�6:19, 14,12,
Records, procedures'lai.maintaining ..........
. 1.8
Reference Points..:.......:..:.........::...:...:......................44
Rderence to Standards and!Specificatio6s
of Technical Societies,,,,,,,,,,,,;,;
Regulations, Laws and (or) .................. ..........
. .......
Rejec"figDefikTiVe. Work .........
....... ...... 9�6
R61atod Work --
at Site
Performed prior to Shop Draw"'IP
and,Saffipl6s submittals review,-
;� ....... �5.28'
Remedies. cumulative_
... ...........
Rcm6VaI,or,Corr6etiofi OrNfiefivi; W6& ...............
.......
rental agrcemcnis, OWNER approval ic quiic4 ""' 1'1,4,5.3
replacement ofENGINEER, by OWNER.............
....... 8:2
Reporting and Resolving
Discrepancies.................................2.5,
3.3.2,.6.14'.2
Reports —
And Drawings:---........ ....... ................
4. 2: I
anTests,•QWNMsrespotisilnlity
:.! .......... 5:4
Resident and Project Repiesentafive__,
JefiniltionW ....................................................
provision for .................. ........ ...........................
FJCDC M ORAL COM'DIONS 1910 -8 (199 . 0 EDITION)
W7GTY OF FORT COUINSMODMCAT17ONS (REV 9/99)
I
Article or. PiTalgaph
Num her
Resid nt,S i5efinuffident. CONTRACrOWs.,_,_,,_._..62,
Responsibilities"
CONTRAOTORs-in genera .................. .......... ... .6
ENMEWs-in general ....... ............................
Limitations an .............................................
9! 13
OWNERs,ingenera l... ....... t1l; ..............
1-- ......
Retainage ..........
-licuse of .......................
....... J7
Review _bygdyrmCrM Shop Drawings
and Samples Prior to Submittal_�, ............
Review of 40cations; for
Progress Paymenui., ...................................
14.4-14.7
Right to an adjustment, ............... __ ......
................. 10.2
Rightsof Way-- ...............................
_ ..........
Rcyiltics, Patent Fees and:.....,.::.- .............
1-2
s8fiStrucpmA,Loading.................................
'6.18
and Protection ........
------- -- 76.2
.0-6.21. 7.2. 132
general .....................................................
0.20-6-23.
Repr6chtative; CONTRWCTORs,'; .............
1: ...... :.0:21
Samples —
definition of .... ...... ........................
1.34
general; ...................... .............................
6.24-6.28
Review by CONTRACTOR:.. .............................
6.25
Review by ENGINEEK .............................
0.*26, 6.27
related Work .....................................................6.28
submittal of.,--...-'.- ............ .....................
6,24.2
:
submittal prpcedtireg; ...........
................
'&-hedule of progress., ,_„„,, a ....
.6,
......... ...... :t..6.29,
10.4. 15.2.1
;Schedule of Shop, Orawingand Sample
Submittals
vials ................ ............
2:8-29, 6,24-6:28
.M t
Schedule of Values,
6 18-2.9, 14:1
S,hedules..
Adherence to . ....................... 4 .........................
15:2:1
Adjusting, ........................ 4....: .......................
4 ... 6.6
Change of Contract Times,,.., ....
.................. 10-4
...... 2,9
Prelim nary ..... 4 .................
...... _ .......
Scopc,of. Chsngcs... . ............ 4 .....................
10.3-10.4
$ubsurface, Conditions:...._..._ . ...........................
4_11:I
Shop Drawmigs—
and'Samptes, general! ...........................
4 .... 6.24-6:28
Change Orders Sc Applicki M-s f6i
.Payment% and-, ...
....... ;.947-9.9
ENGINEER's a0prt5val of ... 4.1 ......
.......
ENGMERii responsibility,
for review., ............... I
.... 93. 6.24-6.28
related Work-- --....
--- 0;28
rcvic%,� proccdurqs................................
-718; 6.24-6M
Article at Paragraph
Number.,
submittal'requircd ......................
....... 6.24-. 1
Submittal ProcMurcs
6.25
use to, aPpro ve
, _
Shown or Indicated .......................... ....................
:4.3.1
Site Access .......................
17.2,13.2
Site Cleantin I ess ...................6.
17
Site, Visits to—,
by ENGINEER...... .........
112
byothers.-, .... ....................... ......... 1 .................
13:2
.special causes of 16&s", policy form,
insurance .... .............. . :_ ........ ...............
j:6.2
definition of, ......... 11.1.11,1.11 ..............
1-36
'Specificatians-
definaticin of: .......................... ..............
....... :1.36
�of,Tcchnical Socictim riferenee tq-__.
................ 3.3; 1
precedence .... ...... .......
:;j3.3
Standards and Specifications
of Technical Societies ................... ......
.. . ............ 3-3
Starting Construction, Before ....
- 9 .......
_,.15-2.8
Starting the
=A
Stop or Suspcnd, Work --
by CONTRACTOR .......... ; .......... ; .........
...... 15.5:
by OWNER__ ......
8.8.13:10. 15.1
Storage of materials- and ciiluipaieq ........ q
;-4.1, 7.2
Structural Loading, Safety .......................................
6A 9,
Subcontractor—
Coii&cinin ; .................................. ............
A.8.6 I I
definition of ................,.....................................
J. 37,
delays............... .....................
waiver of.right3 ................ 4 ....................
; ........... 6- I
Sd.bcontracturs--in general;,,,:__...— ....................
6.9-6.11
Subcontracts -required proiiiio* ........ 5.11,
6 11, 11.4.3
SuI;m ittals—
Applications for Payment ....................
............ 14.21
Mitifitenanco and operation, Manuals.,
14'12
Procedures
25
Progress Schedules ...... ; ....... ; .........................
2.6.2.9
Samples .................................. .................
6:24-6.29-
S.chedule.&Vnluas. ........ ; ....... ; ...........
Schedule of Shop Dra%Fings and'Sam pjes,
Submissions . ............. 4 ............. ........
Dri .hop; awingj .......................................
624-6.28
Substiintial.Cornplction—
certifica.tion,o( .........(.3023, 14-8z14.9
definition of ....................................................
1,38
Substitute tonstruciicn'Methbds*or Piocidures'...._.6.7.2
Subititutcs and 'Or
.... Z..6.7
CONTRAC-TOR!s,E_Vcnsc, ......
ENGINEER!s Evaluation,,,,,,,,,,,,, ...............
6- 7.3
1.
'Or-Equil'... ................................................
15.7.1:1
Substitute Constructio'nMethods
EJCDC GENERAL CONDMONS 1910,8 it 00 EDITION)
wt LiTy. OF.FORT COLLINS MODIFICr TIONS (REV 9199).
I
1,
'I
I
I
I
Article'or Niagraph
Number
of Procedures ... ..........................................
6.7.2
substitute Items
6.7.1.2
Physical_6 a ---------
Drawings of in or relaffigto ...............
........ 4,11.2'
ENGMERs Review,; .............................
....... 4.2;4
general.... : ... t;_j .... z ...... : .....
.... ,,.._4:2
Limited Reliance by CONTRACTOR
Authwizcd ............. ............. I .......
........ 4:2.2
..
Notice of Diffiring subsurface or
Physical
4 .2.3
Physical Conditions:....,--,.,.-.
4112
Possible Contract DocuinerhsChangq., .............
,1.15
Possible Price andiiatesAclJustments ......
..... A.2.6,
Reports and Drawings.._-'-._,.....::.
------ __4.2.1
'SubsLirface and,,,,,,;,,,
Subsurface ,Con"ditinsi"tih'e:' " Site,,,,,,,,,,,,;,,,,,,
Technical Data ...... ; ... ........................
........... 4:12
supervision—
..
OWNERshall not supervise ...............................
:8,9-
FNGMEEk shall not s4ery
9,2,
Suiperintendenoe..... ....................
�:2
Slioerintendent, CONTRACTOR!s,resident
•J.2-
'Supplementalcostik ....................................
I ......... 11.4.5
Supplementary Conditions—
defihiti6fi of.: ........... : ... , .......
principal references to ................. ), 19, 1,18, 2.�217j,
........................ +2; 4.3, 5L 1, 5-3, 5:4, 5.6.5;9,
............. 5.111' 6;9, 6.13j. 7.4, 8.11, 9.3"9. 10
Supplementing Contraut.DoLaunents ....
Supplier-
definition of :,.;
1.1,40
principal references to ...........3.-7, 6.5; 6.8-6,11. 640;
.......... .... 0.24.9:13. 14.12
- -
Waiver of Rights,....,..,, ..................
I I
5*Cty—
consent to fuud payment: .........................
14.12,14J4
ENOTWER has no duty to... .... ...............
9.13
N161ifleati6ft of - ----- - .- , ........ ...... 16.110;5. mi
qualificatinh of ........................ ....................
5.1-53.
Survival of Obligatibns: ..........................................
j5:34
Suspend Work, OWNER May .... .............. .
_JIIO15A
Suspen!sion of Work and Termination—
CONTRA&6kMnyStop,Wcik
or Terminate
15.5
OWNER WvSuspencl Work .;;_.___-I-:_:
1:15.1
OWNERMay Tchniriatc
Taxes. -Payment by CONTRA(-_Tok ........................
15
Technical Data -
Limited Reliance by CONTRACTOR ...........
:....:4.212
Possible Price. and Times Adjustments
- '
_416-
i
Repof Ditfering.Subsurfaceand
Physical Canditionk ..............................
.... 4.23
A�
Temporary constriction facilities ............................. 4.1
Aftible. or Paragraph
Nt6n bee
Term infbtion—
by CONTRACTOR
by PWNER ...... ............ * .......
of ENG INEERS crooldy"Mienti
Suspension of Work-in general'....
...................
Terms and Adjectives,
Tests and. lhs ectiofis'�r'
Access to i hc'Work, by otlicri,... ..........
............. 13.2
CONTRACTOks res6,onsibilities ...........
_ .......... J35
cost of 13.4
'coverin9 :WqrkpTiortq,__ : ....... I
..... ...... _ 13.6 -13.7
1
Laws and RegulatiLms (or) .................................
13.5
Nofice.of Defects ........... ........ z ..................
13,1
OWNER May, Stop Work- ...... __
...... _.Iilu
OWNER!s1iridPpendem,tisting .........
04
special, required by 6T4CYINESP . .........................
q..6
turf elynotice required ""'
............... 13.4
Uncovering theWork, at
a;
Times—
Adjusting.............................
....... 04
Change of Contract ...... . .........
......
&mpuki ion of
of............__ ...............
..... 172
't
Contract Times --definition of; ........................
_. 1.12
-day .......... ......... ...... .......................
17.2.2
................................
......... 12'
Requirements_
ippeals ..............
9A01 16
clauifications,
Cammenc&naht of Contract Time*,__._
...... IT
('reconstruction Conferencq...............
;.'; ....... 7-$:
schedules .........................................
26, 2t9, 6,6
§tartlog, the Work
2.4
Title, Warranty
............ ... 14.3;
Uncovering Work, '**"**'........
........ 1.3,843-9.
Underground Facilities, PhyiicAl Physical-,-
...... ; .... 4:..M.M;..:..� ....
_ � ..... 1.41
14ot',§6wn cir fridicated,. - ................
------- 4.3. f
pi�mectidn cif,
1 . ..... I ............................
43;A2t)
...... ---
Shown or Indicated. ............. ...................
_43A
Unit Price Work
claims
definition' 6 ..................................................
JAI
.f.t
.generalll.9. 14.1, 14.5
Unit Prices —
general 11.3. ' I
Dererminntion f6r ....................................
; ........ 9--10
Uge',Of Premises,,_,,,..... ...................... 6.16,
6.18; 630,Z4
Utility owners ............ ¢.13; 6.26. M-7J;_13.'2
Utiliza"tim 5.15,
6.30:2.4.,14.10
Value of theMork ...................................................
I Ij
Values. 36hedule of'_ ............................
2,6; 18-19, 143
MW CENERAL,CO'DITIONS 1910-k(I" 0 FL)ITIO . N)
wi CITY OF FORT COU INS MODMCA17ONS (REV 91991
I
Variations in* Work —Minor
Authorized _ ........ 6.27 ',VS,
.Article or Paiagraph
Nurriber
1. -
Visits to Site —by ENGINIMIR ......
.............. __M.
Waiver of Pairns—on Final Payment—, .......
Waiver of -Rights by insured partic§... ........
...... SJ 1, 6.11
Warranty and Guarantee. Genera —
CONTRACTOR ................ ; .......... ....................
Warranty 6f-Title- CONTRACTOR_!s_ .......
1—.11--l"14.3
Work —
'Access to— .......... ...... .............
...... 42
byq*m:::. _.:. ..... .: ..............................
I .............. 7
Changes imthe ............. ............
; ........ .Ao
Continuing the .................... :
.... ".." .... ... 6.29
CONTRACTOR May Stop Work.
or Terminate........_.:.......:............_
.............. 15.5-
Coordination b(, .... ....... ....................
-------- J.4
Cxst of thc...;:;
definition of
.................. .......... .....
1 A3
. ................
ncglcZted by CONTRACTOR...........................13.14,
other Work . .7 . . . . . : . . . . . l, __
. 7 . . . . _, , :_ ; .7
OWNER May Stop Work ....
P. 10..
OWNER May Suspend W,k ...........
...... J3.10. 15.1
RCW4 Work at Sitq: ......
.......... T 1-7.3
Staiting tha ... :l: .... 1: ....
±4
Stepping by CONTRACTOR ......
Stopping W OWNER .................................
15.1-15.4
,Variation and deviation authorized.
-
ffi inor ....... _5,6
Work.Chan_g'cDirc&tiVc—'
claims pursuant to. ............................................
JOP
definition ot .................
........... .... 1:44
principal references to .......................
3.5.3. 10:1-10.2
'Written Am endmcnt-.--
definition
principal references tq,,, ........... lll_o, 15,5A0,15JI
.......a .......... !..6.62,6.82.
G.19, 10.4 10.4;
I.Z- 12.1, 13:12:1 14.7.2
Wfitten Claii11c2iUms and
interpretations .............................. ....
3.6.3.9A. 9AI
Written Notice Required—
by COIM1CTOR ...................... : .......
7.1. 9. 10-9. i 1,
....... ; --- ::. __:; .... : ........
19'4,11J. li'l
by OWNER .... ......... 9. 10-9,11,
10.4. 1 ill, 1314
XV
rs)CW aNam coNDiTibNs igio-a b4go Etirnom
wt CITY OF FORT COLLINS MODIRCATIONS (REV 91991
I
I
7
L
I
I
I
I
I
I
I
I
I
�'
I
I
I
t(TFifs �iigg lctiltilank intentidnatly).
I
I
I
I
II
iJ
l'=:=ft9==qNS(REVfM)
11
I
-GENERAL coNwnom
ARTICLE L-XiUMMONS
Wherover:used in these:(Jener-al Conditions or In the other
Contract, Doocurnents, the 'following'tevas bay-c' the
recani nsindicutod',which. sic, applicable eta both the
smgu
. !tkr*,plu.mld=L
J.L Ad&jzdd-=Written or grathfic instruments isaied
price to,the opening of,Bids which clarify,, correct or
Fh]mge the Bidding Reqwremints� 6r the Cintract
Docurrichis. -
u . Th A greenzent— ewrittencontractbetween'OWNFIZ Snd CON-TRA_CTOR_.overin& he Wcrk_
-o Se perforped-.
other'ContractDocieentsare attachedt6.the Agreement
and'madee u part heeqf as p"'id'd therek-
1.3. &tIcation�or Payment —The form 2dcrixod,hy
JWGIN Riihich ivto be'used by CONTRACTOR in
is to he
rcclucstlr� progress or gred payments and
ac�com . panted -by .such supportihg do6uffientalidn as is
k - utr&K .q y the Contract Documents.
1.4< Asbestos -Any miteritil,"t confaLns more thfinoic
percent asbestos and is'friabl - e or is rdc�,ashcstos fibers,
,into the air aboke donee action levils emblaed hy'6e.
.United States OLWpatibnal: S4fety and. Health
Admiiiistritilan,
1. 5, Bid -The offer or, pqaposal of the bidder submitted
on the prescribed C(vm setting fbrlh,therpn'CeSlfor the Work
to be performed,
1,16- Bid4ft Dorunionis—The advertisement or
invitation to Bid. inkruaions.to bidiler_% the Bid'forr;,.and
,the,propcired Qiltiiaci Documents (including AAddenda'
issued prior to receipt of Bids):
1:7, Bid&ng RequiiemnuTtic, advertisement or
invitatiortto Bid.'Mstnjctions�to bidders, Ra the Bid form.
Bohdr=Performunca'arid Payment bonds and other
instruments of security.." '
1.0, . Change. Order document recommended :by.
ENGR4 MR,which; is - l- d, by CONTRACTOR.and
OWNERand'authuri= an addition deetion
or, revision in
i1i Work, or an adjustment in the Contract. Priceor the
Contract Times. issucU on or after the EffeLtive Date -of the
-A&eemwiL
I.W. Contract Docurnefirs2he Agniern&n4 Addencla
(,which pertain to the - - 'Contract. - D.6cumen1s);.
CON'rRACTOR's . Bid- (including docutrucritatioa
acccimpanyiiyg� the Bid and m4 post Bid 66uEeritstion
su ' liniitted prior td the Notice of Award) when attached tis
an exhibit to the Agreement, tie 'Nrcficc to Proceed; the
Bonds, these .General'Conditions, the" Suoplementary
Conditions, the Spe�fiovls.artd thi Drrlwiagi as the
(199 0 Utiab,
W/ aTY OF FORT OOLLI M MODIFICA nON3 tmy AVOW)
saint are more specifically identified. in
together with ally ritteri-Arrefidments,'
ports.mil.d.rawings referred to in
??.are not Contract Documents
1.11. Cqwraq* Prjce—The !pwFvT payable b .y
OWNER to CONTRACTOR far o=p!cfion of the Work
in accoWnce with the Coritnact Documents as steed in
the Agreement (subject. to the provisions: of
pamgmpSl V9.1 in the ease of Unit Price Work).
112. Contract nnzex—rhti numbers of days or the
dates stated in the -Agrecovent: (i) to achieve Substantial
Completion;,
complete the Work sothat it. is
ready 6iidericcd� by -ENGUNBER's
final pi**=i in accordance
with paragaph 14,13.
1.13, CONMCTOk—The persom firm or,corporation
with-whon?.(jWNEk has artured into thcAgreement
1.14. &ficlive—An adjective *hirh
the word Work rofers,16 Work that is Lin
or deficleht in that it does not confbn
not meet the requirements -of any
randard, test or appiovii) reLenred to
netts,. or has Wit damaged fxi6r. to,
flemia6cm;of final paymrnt (unless
1,15. Drawings --The drawinp,wMch show the soope,
extent and character of the Week to be,kirnished,and
pciformad by CONTRACTOR .and which havi been
girejxi6d'or Approveclby ENOW UR arid are -inferred to
yin the Contract, Documents. Shop drawirgs' ire not
Drawings as so defined..
1.16, Effeefive Dare of die Aimentent—The &te
indicated in the A 'ree-
g gient.on which it a�iIbecbmesifrecfiv�
but if no:WaMisIndlicated4l in'caus ft"
M"7date ur14qi
the'Agreement: signed and, cleLiviered by the List of the
two parties to signend deliver. -
WIM, MThpersari;* 'AM :or corpmai.ort
named as such in the Agrectrent.
1.18, EVGMER's CormuUant"A pason. 'firm or
cEirponation hiving it contract with MvGINMR to fumish
services. as ENGD = 'a inclepe .p.ndent- professional
associate or cons�ltant with resp'Lv*t'tb'Lhe. Project and wh6
is identified as such in'the; Supplementary Conditions..
1.19. FleLd Order. —A- written order issued by,
e46m= micii orders in ificir changes in the 'work"M
acc ordimcewith paragraph 9.5 but which does notinvolvo
a changein the CWciotoe Contras Tim s:
I
I
I
I
I
I
I
I
I
I
I
I
I
4.0
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.
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.
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.
Rev10/20/07 Section 00100 Page 2
i20. Ganerid Regyleemeirr�!Sections of Divisioti'1 of
the Spe6fibitions:
1 -2I. Ka.,ardorir.fi•'asta-Thi lam llaauikws Waste "Ill
nave' the meeting provided in Sech® 1004 of the Sulid
Waste N#s osal An'(a2 USC •Section. 69t13)'e's amended
ircrni lima to time:
1.
'2.a:. Laws'.arid Roidakuns,: Laws arRegdlanons--Any.
and all applicable• laws Hiles., regulations, ordinances,'.
ic'c&s and, ciders. of any -and: all;go—eiitmerttal bodiis.
asmcirs..etaharities end courts hiiiing jtrrisdictioa•
1.2ili. Legal be !hose holidayi observid
W'the.City of Fdrt Collirm�-
1 3: .Liens=Liens,, charges, security, interests cr
cncumbrarti upchrealpropertyorpersotnlptmpany
1.24; ,tdikstone--A principal event specified in the
Contract•Documents'relating to m intermediate completion
date• c :tinge prior'to Substantial Completion of all the
Wdrk_:
1,25. Notrce ,ef .twmni- A. wrinen notice hy, bWNmi to
the apparent successful Bidder stating thu upxi compltanoo
by the apparatt successful' bidder With the caiditio'r
precedent crrwrtcmted themirk within the lime s*irt
OWNER twill s'renatid deliver theAgtcegtertl.
1.26: Notice to Proceed. -A written, notice given. -by
OWN, F•R to CONTRACTOR (with i copy,to ENGINFER).
atzing `tho date on which `the 'Contract Tines will'
commence to run and on which'CONTRACTOR shall start
to perrorm' CONTRACCOR'S•' nbiigatiorts. under the
Contract Documents.
1.27_ OIINER-The public- body or authority;
corporation assomatiort firm or person with Whom
CONTRACTOR has &vcred into the Agreement and f6r.
s}ttom tttg We rli is to be provided:
't 28, Patflal Utilisation -Use. by, -OWNER of a
substantially cottilqcted part of the Work .for the purpow'
for which it tend is intended (or a related purpose) pronto
SiAkaritial Coiapletign of all Wort`•
1:29.. PCBs-Polyc}dariratelbipheoyls.
1:30. P ilrolrlm=Petroleum: including crude oil or. any
fracrimt .thereof whit wis ligiiiJ'at staritlard,contiitiititg of,
lempetature nand pratsure (GO dogr'ees Faturntieil and
1�{.7paunds per srltrare irti:habsoluti), ;such .as oil,
peuuleuin; fuel dil; od slue, aufrefuse;gasoline: kerosene
and al milted with ather ram-Hazardous.a`astes arc! mule
oils.'
131. .Projaci-The toial,cbnswctitm of Aicwtbe' Work'
to oe pruvnded;untkrthe CcnttactDocttmiirt nayb:jh6
whole,, or apart as ittdicaledulsnwheie`ut,lhz Contract
.Documents.
1.32:g 'Rai6oactive Lfaterid4 Swrce .special;intclear; or
b prodwi.material as defined by the Atomic energ Act of
-etcvcOR102 MCONINTIONS19ro3t0OUsdi6m)l
w/ CrrY OF FORT• CUI:LIM MODIFICATIONS tRW,:aoDo1`
1954 (43.USC ' Section, 2011 ,et seq.) .as'amejtded fribm,
.timedo dine.
132h . Rexul6r Waif nine Hulas Regular working flours
are defined as 7:00am - to:.6.00oin..uules - otlxrwi'se
'stiecifted in the General Remiiemems.
1.33. 'Resident Proleci Rcprrset tatnro=The, authorized
representative of ENuINEER• who may, be, asigred to the,
site or any, parf tlivcoP:
1i34. Samples=physical examples of rnateiials,
equipment; or workmanshipp that, 'which
of
'WN nano portion ,of the and which w4blish the
sutndarda lij .which.sicii,�anon`of the Work -will be
NdB�
1.35,. 37iop' Umtvitigo All drawings, grams.
illustmtiw�s, schedylei and other data or inform dor
which are specificallyy', prepared anassemblixi by`or Fpr
CONTRACTC submitted by' CONTRACTOR to
illustrate..some portion of the
136 *eykanons Those portions of die-Cotttract
Documents comrsung ofsvrittcn technical descriptions of
matenals equipment; cmistr iZ:66n'systcros,ystaridtvdstaiid
workrpaitship as,:applted, to 'the Work and. certain
adrnunkriil ve dzfails epplicthle ttia etor
137. 5ubcvndueior-Aii individual, fimrorcorporation
Having a direct contrail,"with CONTRACTOR'orwith any
ather'Subdininc* for the perimmance.6 a pan of�lha
Work at did sita .
138, _ .Subsianddl _ Completion ;The Work' (or a
specified'part theteop Nis.progrgped to the point where.
in uic opirriear of F.NGINFER'. as ,evidenced by
ENGINEER's definitive certificate,• of Substantial'
Completion, it is sutiicnently complete, in aceordanca wiLh
the Contrict Documents_ swthat the Work (or:spmi6cd
pair) ctui-be uttlried for the;purposos''for.which it"is
mtcnded, or, H nn such.cerbficatc,is issued,, when die
Work'. is complete. and ready for .final,poyment as
cvidc'mvd. by ENGINEF,R's written remmmenihmroti of
firutl'payment in accordance tvtdt,pttraVaph14,13' The
,terms "subsutnbally cc®plete" and "substantially
completed' us appltid'toall or patt,bf the Work refei:to
1.39 Supplemenlaty Caufitlons The park of'.,the
Contract Documents which' amends or stipplements these
Gerietal,Caniilions:
1.40. Supplier -A manufacturer, fabricator;. supplii i
distributor: materialminor vendor havi a dine! contrri
with' CONTRACMR or with airy, SubtivMwlor to'
Iiinish materiels or equipmimt to be, .in the
Work' by CONT RACT OR or'any' Suboonn ctar.
1.41; UhdergrprmdFact7Nes-All .pipeliries, cinulwis,
ducts. cables• i44res, manholes.''vsulis;, lank;wrmels br
ether such facilities or, attachments, and any encasements
bdritammg such facdities• Arch lave beer installed
tn.&Tgi td to tarnish any of the fellow nt seijai s or
materials: electricity, gases steam, liquid petroleum
pi6ducts, telephone- or other communiciCtiom, cable
televisidn. sewage and, dminage, removal tr;iffic or ather.
(lot Firca [Fork —work to bi �id f6r on tbe:basLs
of unit price&.
1:41. Work"The entire �completed *instruction or the
va
rious idcati'liable- - thereoPrequired to '
fim'� under the. Contract ecumenu;. Work' bok!,mcludcs
and is- the result ofperforming or funishing ab6r.iuid
8irnishir4 and materials and,equipment into
cT rating or furnishingservices and
Oic construncmLa, p;=
fiirmshing clqchm�E-, 'all is requirKdby the Colitrapt
boctixticrim
1,44: Whik Clzii* Dirwctiw-A written dircetii-c to
coNTRAcToK issued an or after the Effecfive DBILLof
the Agreemem' and signed by OWNER and "recommended
.by ENGINEER, ordering an or revision
in the ENGINEER
-or, 're436idi-S Ao differing :or iirtforasevn
physical candiiioris imacr which the Woik is. to be
jr.rfamed as provided in paragniph.42 or 4,3 or to
eincrgcncibs
under paragraph 6,l. A Work Change
DirectiveI not change the Contract. Nce'6r the Contract
Timm but:ii evidences thitt,thiia tort , c s'ciqkct, that the
change Air'cc(Ld or dbetimeniJed by a. Work Clianja
Direct!" will be ated a subsequently issued
. .... Order following riegotiatiotts by1he panics as to its
et- Ti airy, oft.Can or Contract Time: as
. ..... in paragraph 102
1.45. Written A.rw?icbmnt--A written amendment,of the
Coninict, Doiamients, siined by, OWNER and.
CONTRACTOR on or after the EffeWv7e.Dati of the
Agreement and normally d6ling,with the nonenjirw&ir9-,
or'dontechnical rather than strictly construction -related
aspeets of the Contract bocumants.
ARTICLE 2-PRELLNUNARYNIATTERS
DeBveiy Of Biiddr
11- When, CONTRACTOR', delivers- the executor
Noceindnts to ,OW
OWNEX CONTRACTOR, 'shall also
deliverNI to 01VER,such Boi-ids as CONTRACTOR, may'
,bere i d 'fiirnisMnacccrdaik�withparagraph'S.1-
,quin; to
-174iex 4Documenw,
2_1 401VMMshall famish toCONTRACTOR UPt'O'ten
copies (unless otha*Lie.specified in. the- Supplemerittiry
Conditions) of the Contract Docurnehwiis,iire-milsonably
twci&vwy 6�thc,q=ikian of thi Worn: Additional copies.
-Rill tie futttisliea.upon request; at diq cost ofrepitxiiicliori:
Conwienceinent of Contract Timei,-. Mdde to Pruceed-
.. Commencement -1. .
13. . The Ceitract Times will commenbeto run-on the -
thirtieth day afier th;..EffiecrNe Dati.6f the Agiiement, or,
EJCOCQEN&1AL COW.MOM-191" (1090 E"41)
wl aly OFFORT COLLINS MODWICAMNS MEV -112 . 000) .
if 4 Notice to Pr6oftd,i$ given. 66 the day b1dicaW in the
Notiec -to Prccee& 'A Notice to Pi6cee'd maybe given at
any time within =y days after Ih�E�=jpl he
AgreemenL-4t,
Tan!!.
-
Marong the Krk-
14-'CONTRACTOR -.-hsu start to perform the - Work�
c�n thi date wvhen to rur-L
but no WdrL'shall be done itithe site prior- to the date on;
which thic,Co.6trictTinies oonmicrici; to =1
,8efare,&a?rU4 C6xsrruciio.n -
each pm• of the Wcrk;
ly study and.ccaipare the
tek and -verity pcnkct�t
or WNUANZ11M Mr-MIJUM LUIT4epOn.arri CUMUCL,
-, ribigutty. .or; discrepancy in the Cofitftia
Is, unl* (,X)NTRACrOR knew or re=nably.
11.6. Within ten,,diys after the Effective! Date of -the
Agreemad (unless
sis otherwik specified in the General
at tRequireents), CONTRACTOR shall submit. to
ENGUIEE-Mbr review_;
-2.6. 1. a preliminary-, progress schedule indicating
the times (numbers, of days or dates) fiistartmg,and
completiri die various micior the Work, ifiZhidin' g
any, Milestorles T-eciftedlin the Contract Do64ment-w
16:2. a preliminary schedidiof Sinop Dinwing and
Semple: submittals which 'will list each fequired
submittal and the times for. submitdngjreviewinA-im.d
,ffimessin , 1'. g!_iich suhminii
2:6.11_ In no Case •Will a ._%'chedfile be
accepiable iyhich,al[cws less than-21. calerxlsr
days for each review by Enaineer.
143: A preliminary schedule of values ffir-all of
the Work which will
B uklude quantities and prices'bf
iteins aggpiegiitirig the Contract. Price: and will
subdivide the Work into cmn,panentprtsliii sufficietil
detail to serve,aii the •basis for; pka'g*ress -payments
(*in& d6fis"citon. Such prices will in6ludt� an
apapnate amount of overficid arid profit applicable
to liItEin of Work..
2:7. Before any Work at the site is stirtod,
tfl Cb;RAUMR � AH, ' AWAshall e64i deliver to tWe
ethff 0 with cu-plics; to "_ Ad6ione-1 igsl�
ideiu+ ENG[NBER
oertificatis of insdrand (and' Wier evidence of ultsusunice
1161IZ---- requested OIVNW- -which
M811, Mg 1,03AINER F-s'--yLS required
purchase acid malmaiii ifte :accarilarce 'with
Pi,econstruction qonfarence
-il., -Withinilveray-ditys dftd the Contract Tit I mm start to
run. -but before any'lVari at the site is staritad. a c6rifircylEe
appropriate Will be. _ held to. establish n working
understanding among the parties as to the Work and to,
dikiiss, !he' .;nhichilis referred to in paragraiph 2,6,
=cs f6i handling Shop -
, , A ro Drawings and Q01iir.
processing prillications, for 'Payment and
malmamingre q'ired-rcoords-
. u
litiltingpAqcgpia, - . , Scheduler
2.!> linless; otherwise *
Field to review for acocptabiliiy�jo ENGINEER as priiii
-s below the iltediilic' submiticd in accordance v
CVNT KAUFOK shall. have an aikhtional ten Clays to make
;i5niTectionsaind iidjustments and to com-plete and resubmit
dw siltedules. NOLprogresspayrtient shall he made
16
CONTRACTOR 4n@ dwschedules are submitted to and
acceptable to SNOYINHER as provided. bci6iv. The
progress s&dule.vill,bc accertabie to ENGINEER: as
providing on orderly progression: of ,the Work •to
comoletion withiii any -- 'MUsturies and the
spe�o
ContritaTirres, but such aemptance will neither impale on
I
RNGINtE nn� i III the Seqliep�i sclic-dulir
pr. in mg
or proff .9 nor interfere Mn or relleve
to ENCYM.FR as providing'n woftble
reviewing and, irokewng the rcqL
ARTICLE'3-001VFMC'r DUCITAMNTS: Ufr]KNT�
Intent
3,1. The' Contract Dbaknefits; corfijim the entire
agreement between OW&M and CONTRACTOR
ocirwernihs the Wink The Cohirvict Documiiits are;
complementary: what is tall for in tMP y one is as�biind*, g,asif
called' for by aIL' Thc,;Ccnimct Documents will' be
-
rains rued in accordance with 'the law._617 fhe*placc'qfthc
,project.
32, If ii:ibe intent of -the Cofiftract Docintlemi;to
4
W1 crry Okw FORT WLU M _Mqf*�&TibNS0R911 420411)),
describe R functi6nally complete pf9ject (or part-thertoo
.to be cclru='cted in accordance" with the Contract
Documents. Any Woik-,. nikeiiala or e-ifytipmerit that may
reasonably, be irtlerred. , fr(inl,tlic Coritrict, Documents or
,(rani P . reval-iiii. g custbm ortradeusage as being rccjuiied to
produce the interided' result 'will be ilknished.*d
perfo-rTnod,w-hether ornot ;spe`cifically calUd,f&. When
words or;Pira , sels.whicha a liv *h�v allknowd i6Dhav:hI of
construction industry ,or trade meariig' are .used ' '
dcscrib�i,-Work, uiat"& or iquipificnt such words or
phrass:-shall be interpreted6th thkt
in pcc6rdaQ& %
MWni%.rCWfiCa66WS.Wdlairpreiat'w-n"s'at-ihe* (jm_6_ud
Dociimentsshidlbe-iimed'by'qNqLNIO as firo-q4edin
,pam9 rMA.
"B,
_P.
33:; . ,Referm6e., Ili •Switilardf and Speciji eadmir - qj-,
Technical'_ 3bcieliis, R4w6j wid Re;bmnli
33:1 i Reference, to standards soccifications
qr
on the'E
no Bids
stated,in
ar. ily, miplicalion,- ."[I mean the latest
or,-
.during the perform -mice of.the Work-,
rok, disedy,,.ers any' conflict; cftr,
or discrepancy within the Contract
or bctwcc'n tk Co ' ritilact Documents and
ion or any such LaNi or 'Regulatiari
o the perforinalci* of the Work or of any
iLsilecifii:mtiiik rilimial'ir (56dii or -6f any
fiany Supplier referred to in paragraph 6.5 ,
TOP. $hiiil revorlAl, to, ENGINEERin
plement to the Contract Documents
by one of4c methods' indicated in
r 34 iYovided however. that
stull not be-liableto OWNER or
6ill"to, report any such Conflic%
ija�Wor discrepancy unless
or rcasopal;ily sfold have,
11 Except as otherwise -specifically statea-in the
t Documents or as may . be vided by
amendment or supplenreilt illereto wil 97we orthe
riillhodls indicated. 'in -P'2'M-' " h 3.5. ' Or 3-6 the'
. . 1. 1. - . .1 - - paragraph
provisions. of"the Cantrict, Documents shall .take
i . ir&nice ih resoi�ing any e6iiIiia" eitur, Umbiguity,
or:discripancy.betwecn the:Pro-v4sions of tbe_Contract
bovumail:5 andL,
.33.3.1. the provisions of .iiry such standard,
by
Miction (whether;
,
or '. ifib. - at ay,incorporated refeicncin the
aritract cuments); ar
a
3 ' 31,2 the provoon' of any such' Laws or
Regu,8,10 'Icahe to L} a performance ,of' die.
Work pf sueh, an. :uJa
��C now
(unless' Zess
,p ft
L w �r
in v'olnon of such ,
No provision of any such standard, specification; manual;
code.or *instructiiin shall be. effective tq charige the, dufi6s
mfd; ; ponsibilrEor ties -of OWNER, CONTRACTOR
ENGreslNEFK W-any of thAr subcofiirickks, consultants,
agents or employees from those set fibith:tn the Contract
1kocurnc_nt% nor ;;halVivbe effective to assign tnOW96R,*
ENGINEER or an- 6PENGINEER's Cisniultilid's, agents or
empigym:any duty.or authority to superviie or,dircer the
Runishirig. or performance of the Woik or any duty or
authority to undertake respc;nslbilify inconsistent. with the
provisions of "raph 9,13 or any other Ormisimn of the
Contract Documenm
3.4. Whenever in the Contract Documents the terms"as
otdci,cd`,. '8'3 directed"; "as,requiri&, *as allowed', "as
apprcwpd" or terms of like effect or import are used; or the
remem �auecnon, revtew or
waldati, m*g'crwinL the col
with * requirements of and
)ocamefils and, confortnam
the completed Project: as a fu
is, a - SpeiifE adjective
" d*kii*_ THeLise of
Mo
any suchterm; or shall ;o;vbi effective t6 assignto,
046 MIER any duty ck'authority to supervise cr direct the
ftiniihing of perf9pmar�cc of the Work or any duty of
_ _ lJ
denake responsibi .1465rity to undertake VI "ham to the
tirovisions of pkrRMprovisionof the
ph 9.13• or any a by
Ainendng and Supplementing,Corroud Dacum emig
3.5. The Contract Docurnenti maybe untended_ to
provide fit'xr,'additlbnF� deleti6its,phd reVisions ih:thi Work�
or . to modif'Ote terms mid _canditons &iejf In one or
muteof thc'fi3UbNvM
9 ways:
3J.7 a Change Orllcr (pursuant Ld paragraph I - 0.41.
.cr-
W1 CiTY OF FORT, COLLIM AtQbWICA110f49 (REV -1/2,03U)
15 3: .a Work; C*ge Directive (purse tit to
paragraph 10,4),
3.6- th •addition; the requiierntints, of the CoAtrAct
Docurnerifs may lxminor yiriati6ns
and Work MR �e "d0i C)r=in Y, a an _ in one or
m owmg.ways:
3,6. 1 A Field 0* (Pursuanit. to Para 5.5J
grap
162 EqGlN=ia*qvp!'Rf a Sbop?Dqkwu.%or
simplc (pUrivanilo;panigzphs6.26 and 6,27). or
3,63: ENGlIC-Eks writttn iiderpr5tution or
claTitipation (pursuant tc, parairaph 9-4)
Retire ofDocrtrrrents:
3.7. CONTRACTOR_ and 'any Subc6ntractor or
Supplier or other pm -son -or organization fxifbrmirig, or
,furnishing, any �of,thc-Wdrk i]ndcir a. direct or indirect
contract -with QWATZ (i)shall net have or, ad
- I acquire any
fide to or, .ownership nilits. in any. of the Drawings,
Specificatibm qr other documents (qT, copies of any
thereoGpreparcd by 4 bearw' the wsl�4 ENGlNF13R__or.
-ENCY NLEEP,'i CpnsulEaM-.andV(ii),shall not rcuse: any, of
such,Drawings.S ciflcati&m.othiTdocum6ntscr
in ccpl!:s
tin emensions oftlie Proiect,or any other orciect,without
.wntten veriticauton oramptaUont)y hNUlNbhK.
ARTICLE 4—AVAILABILITY OFLANDS-
SUMURFACE AND 151-MICALU C&DITTONS;
REFERENCE POINTS.
Ava"tu& ofGar ep�
4. k. OWNER shall. furnish.psiftftwed,in. the Contract
Documents. the lands upon which the Work is' to, be
performed,'rights-of-wny and easements. for access
thereto, and such other lands which' are. designated for the
OWNER shall identify,any encumbrances or resinctic
not of general applicatton but specifically,telated to rise
la." so furnished viili'wha CONTRACTOR will ha
to comply. in. perfci4ing.'the Work. Ea4mentr 1
CONTRACTOR' and OWNER' are un6le to fqgcc on
entide-nitint to or the 'mount or exte-d of any adjustments'
Ln _ffir Contract Pr6E or the Contract. Times is a result or
any Oc!ay ih.OWNER's f6rnishingthese lands, fights -of -
way or eascxuent , CONTRACTOR may makea,claioi
therefor as piovidM in Articles-1.1, and t2-
5.
I
I
I
I
I
F
I
I
I
=VZior ad and
O that' may be riquired. .flor km6urary,
.wnuruciicn ficilitiei -oi storage 6f' materials and
equipmerm
4.2:1. Repbrti4hdDrawings: Merencc1smad6t&
thc.suppl.emcntaryqmd6q'ns for idcnilUation U.,
4,2 LI &6slqfacv Con&dom.-, 11 rePOM5 of,
egiloralibns end t-cs'ts-of'WSsuiface.c6xhtibns at or
corniguous.idthe,site.that have _been,iitiliiedJ:�
LWOAMR'in: picparin g thct
endCyritmc, Cko6umcnM,.
43.1.2.1' Pl9sicat C lons: Those,drawings of
physiml'cenditicns inarrelat' - to existing surface
or'su cc' cturcs at or ccnitiguouii to thc's6
c4iderkrouiid Facilidc; ,-that hiivi, been
u
by E OfNEffR'M,.pT0
--- _paruig ontrud.
Documents:
4,2.2: Ltinired Rellance by COXIM��,k Aux ?!-ad"
T"xJFai1',D-ata:, CONTRACTOR 'nnay'mly �upon the
genemilac M-='ir of the "teihniCOUdata" contained 4ri,such.
reports and drawings but such reports and draw figs airi riot
Contract Documents. Sdch'%echrilcal data" is iderdified in-
& Stlpplmciaary Condifions. Except for smh reliance on
such "technical -data% CONTRACTOR aidy -not rcly.uppn
or makelany claim against MWER,-ENGOtEll or any of
ENGINEER's Consultiints with,fc:.*ct to:
;V the completmess of �siicbrcports' and
drawings W CONTRACTOR's purposes,.
iriclu&M but not limited to, any aspects of the,
mearis, methwtechniques; 'sequences.' and
procedures, of oonstruirion tb--be employed by
CONTRACTOR awl &gety precatttibris and
.Programs m1de,ni thereto or
4.211 other data,'interpretations, opinions
and diforniatto'n 6ontaincd'Ift W61triooru or shown
ifidicatid' h dra psuc wirigs, or
42.2.3.:any CONTRACTOR: ifita—prs"tionof
or coriclitsionjkuwrFt m inytedi" data'
-or
1airy1 such data, Dpiir:ions, or
4.23. Ar-ofice 6 f. Differ6ig Subriuface or. Phj� sical
Cbikfifiatk. If, CONTRACTOR believes that any
subiurfii�c.or physical W* nilition anon ccriligti - ous 10 thi add
that'is unociiad or revealed cithei:
4:23A,.- is of such a nature as to establish that
W -ted,
inical data' on%W-fqch;CONtRACTOR:is,
entilled'f6i My as provided in pragmpbs,41:1 t and
1*, .2. x is i n a** tcri"s U y a- &cW- m� le, gi-
*23.2.I is of'sui:h a,nstorc,!aSto require a.
-
,change in tie 'Contfact.Dcicom - cni& or
4-733, difforn materially. kbnf that ghowit' -
'rDCDC GENULA4 WNU'1710M 19144 (1�)U Sdiiical� ,
indicated'in the Cbkt-&fD&-u*ntsk or
41.14. is clan unusual mime and-diff&s
materially from! conditions erdinarily TcouriEcro,
-oriel,generally rec"o i 'ad'�as - inherew., nt w(xk of
. 9111,
thecc rirmtidecl' for in the' Coif 6t
Mcumerits..'th6riP
n an emeigency as
notify OWNER, and
)ut such condition,
CONTPACTOR,,shall ne-A fivilier.disturb such conditions
or .*" any Work in conn'6ctio,n--th&-cwi(" - ,ih -- �Xcc�t as
afuiesaid) until receipt of written ordu.6 do so.
42.4. ENGINEER'S * EN Re,mz GINAER willin
rio pt�y. . review ee ,w thpertinent .-conditions, *termirw the
necessity of,OWNER's bb(ainiadditional ecploretionor
-
tests with !_esr11ecJt'6d_ etb'mid advise OWNER in writing
(with a, io 'CONTRACTOR) of
firidings=nduslons,
4,25. Pos0k - Contract Docamina, -Change: if
MOINF.ER cone-ludes that a cha*,ifi the Contract
Deccan erns isrequired a3a result of a, cur druan that.meets
one or more of the cate9drici in paragraph 4.2.3.,6 Work
change D&&-Itivc - C) - r a qfiang5 Order Will be issued,as
provided i * n Article 10 to, reflect and dommer-it the.
;consequences of such change,.
4.2-0i Pd.V01d Price and .;rtines .44'usmigrar: An
equitable adjustment, in the 6rinact, Piioc, or in, the
Contract3imm or both: will bealJoWid to the extent that
,the ocistrikii, of 'suich;unedvered of revealed c6nditibn
causes auses an tricrere;0 or de&easelln CONTRACrMs cost
of; of time required tof PerlbkrraC tha',�Vork
nce�o ; subject,
however,, 16 the "16vi* :.
4.241, such condition must' meet any one or,
more. of 'the categories described -in
limugraphe; i.23; 1 Lh:r4 Z3A inaIudvq;
4.2,6.2' a cha*- in the Cofitruct. u Do�ffimts
uri pursa to p a ragmph, 4.1 51 Will,'
rj�*- be an,
'automatic a6tficiL�atibn of nor a. condition
pratetiuit loentiOciiat,toitfiysuch adjustment;
4..2,6.3 with respect to Wick that is paid tier
on a, Unit Fria Basis, any, adj"us-trad in Contrat;t'
Price will be .surged,
to *the: provisi6n_s 'of-
hs p parigra 9t!0..Ui1dI1,.9;and
4Z6.4. CONTRACTOR shill�not bexhtidcd
to_ii� adjustment in �Lhd Contruct'Price I Of Times
4.2.6A.I. CONTRACTOR knew of
the ,existence of such cbriditioris at the
time cbWleAcTdR',msdc a final
commitment 1o*O1VNER`iif re:p of
.Cb;iwaa Price and Contract, Tirns,by"die
submission of 6 bid' or becomirg -bound .
under a' nij;"tc1contnct: or,
4:2.6AZ. the existencc of such
condition could reas6riably have beir,
di6cciyered or tiveiMed"as A m4llt of -any,
gation, explorsuiom
test or study of the site and -cdafipous
areas by Pid6*.
Requirements arC.Pntmbt Documefits ' tobecon ducted by'or 14TRACrOR prior
w CONTRACTOR'S mat irg such finali
.commitment or
4.16A.3. qaNtrR.AkcToR ' failed to,
giv�, the'urrittein notice within the tiirac and
as rNuirvi by pare grup, h '. 4.2.3-
OWNTERand CONTRACTOR we urmbli.to agree -on
tittement to or as to the amount or. ldn$th of any such
uitable-'adjustmeiat in the'Contanct -Prize'or. Contract
mes. 9 claim may he made therdbi as. pim-ided in
iiaes 11 and 12: 'However, OWNS K ENGINIMR and
qG[NI3hVi Consultams. shall notbe' liable to
DNTRACTCR'(14 any. claims, -cb.ds, IMS"Ibir damages
stained CONTFUNCTOR-otf or in coTinecti6n4rith,any
41J., F!hjaicaI'Contffdons-UqdqyMand Facififiex
4.11. ShniviorInhYcated- The information and data.
shown or.indicated, in, did ContractDoWnieniJi With
respect to qu" Underground 17�'Cifitic'$, at or
contiguous.. to the site is based on inforfmatrawapd-dats.
ftinisbea ttowm, or FNc7rNFFR by the owners or
such Underground Facilities or,by jothers. Unless:itji
'otherwise evres* P! u-vi&- d in the , Supple -, efitary,
4.3.1.1 01NNERand 64GINITER shall nut be
responsi fb� the accuiac' or o6mpleteniss dany
such ation ordain; iiiia
4j. 1j, The. cod of all of the ,follow ing will be
included in ulv,- Contruci Primand'CONTRACTOR
shall have full reTonsibilit, ylor: (i) reviewing.tifid
checking all such id6rintifiomivad data. (4) locutk4
all Uhder'rrPundFavilitir . s showmar irnhcated'm.thc
Contract, Ducumcrds.(ih) coordination ol"the Work
with the owners of such Un&rjround Facilities
during construction, and (iv) the Wety and
poldo Von'of all such.,Und6ground Facilities as
provided in paragmpla-6.20 and repairi%, any
damage thereto resd1trig liom the Wait.
4.12. 4 Vo1'S7xnm*or1h&c%dd&. If an Underground
Facifity is. un6overedi or�ie�lid- a t or,contgUcia,to
the -Site which "S Tint shown or "nticatodL 'n'the
or.
=C16M.%Y
11 tfii Mile!
FJ=GENRALCONVIT10M4 191"
wiCITY OF'FORTCOLLINS M061PICATION9(PLEV-1/2 . 000)
Underground Facility and detennihe the- c�aen� 'if
any. , o- which a change is re quired'm-the - ,Contirgict
Duents to reflect document the consequences
of the: wdstenc'e of'th'e Urder . genind Facility_ If
eiGm= LorrJudes-tha't ioduige ih the'Cort-d:r,
Documents isY54Uired. a Work Change Diredtivt,ora
Charge Order Wt be issued as provided in Article 10
t6i.reflict and,docujnerd, such cviase44cn= ' it such time. CONTRACTOR %hall :be icsPqnsi?1M1(r,
ilic-'siay iind' protection of 'stick ljr*iground
F =ided in pnm4mph 6.2Q.
C R may be allowed an increase in
the Contract , (trice br"dn -wem-ori of the Contract
4 Times, both, to.the odent that they arc attributable
to the viistihcc of any Undergaiunci Facifit* that was
not, shorn or indicated ih the Contract Documents
and that -CONTRACTOR did nofknow of and -could
not reasonably have been &tpectcd to be awiircof or
to'have ariticipated. If OWNER and COLSTrP ACTOR
are unable to Agee on entitlement In- or the a M-dunt-6r,
length of izny such i ad'ustment. n Contract'Ptice or
Contract Times,()OPRACTOR�nmyr make a claim
there-lbi nts provided in Articles 11, and 12. Howev'cr,,
OWNER, ENGINEER and ENGINEEKs
Consultants shall.nof be lizable to CONTRACTOR W
any. y claims, costs, _losses: errdamagcs . incuffed'dir
sustained by CONTRACTOR*on or inconnecuon
with any other projector anticipated proica
Reference PV&1W
4.14. OWNER shall provide c*ncising _Survcy% to
c%tabUsh refereo,,r points ror construction - which. in
ENGVEER's , judgment are necessary to enable
CONTRACTOR W, prxced with ithe Work;
CONTRACTOR shall- be rdsponsible, f6r laying.out'the
Work:'shall
shall protect and preset " es6blished reference
points,aiid.4tall make no c1iiin"g"es or relocations without
the prior written approval of OWNLF, CONTRACTOR:
to ENGMURwheriever any reference point
V1,0571rdestioyed* or ioquircs relocation because of
rteqcssary charges it gades or loqations,. and "I be:
responsible for the accurate replaceinera or ielocation,of
such reference po'nts b'y-. proldssiinill
y ttalified
personnel
4.5. Asbestos, PCBs. Pi&oleum, Jr1azffdbus.Mdde or
RadlOadh,e Afaterta
45.1. OWNER shall be responsible for arw
Asbestos, PCBs,. Pctrcileuin; JIa:!ard6us-'Wdste 6c
RadioactiveN6terial uncovered or revealed ai the site
which was not . shown or-intficated ift;Drswirgs:or-
Specifications or identifier( in the' Contract
Dddurfidftt�s to be within the'—scoix- of the .Contract
*aKd
.which may 'pirdscrit a substantiii danger to pe'ribias or.
arY eP� �therctolh 6orincaion With the Work
t-tv- site, OWNER shalF not, be responsible for airy,such materials bro- _&� - ib the' site- by
p0mclkActok, -subcontiaptors: Sug-M 114or
nnycne, else for 'whom �CONTT . OR, is
responsible,
-7
11
.WDC GENLKALCO,'a"OM]9io-S(199()Bdifio6)!
vcrry6f roR-f'couim-kiQD*I'CNn'ONS'(P.EV4/ICW)'
ARTICLF,S-DONDS-Ai VJNSIMAINCE:
Performance, Paimad and Other. Ban&
5.I. CONTRAC-TOR.sh&U famish, Performance aid
PaYmerit BotxL% cadf in an amount.m.least-equal to the
one year a
e:�cept as
or by
such other Bomis -as
=
c s Proviclod Oth=wisc by Laws ar Regulsti6yri md
,wcccuted'by such 9wc'Laws as ikm . nsm-cd to 'the;
current' list of' 'C
ompanies Holding Certificatce. of,
Authority as
Acceptable SSuretiess 6i% Federa
lRhs ,aW
Aihle Reinsuring_ Cgnpanics"asplblLshed. in'
cl�rI�r 570 (amended) y the ,Audit StiffBureau of
Govesm,ent
Ftnan8ialr Operations, U,S�T r=
Bands
De�itrnent All - Aped by am agent: r�
d i -d ogpy'.of such -agerW* authmj*ty
io Z�npmic by: cat, &
61. Iii the surety ,on. arty
Bond, furnished by-
'CONTRA(-;f(59,,i!r declared'a �ankrupt or- Noomes
�iftsolvent or its right to do busiri=-is temirfatc-d-Wany
!b where
W whear* part ofthe,'Pr9ject . is lo. cated or . it ceases to
of parag mph 5. V, CONTRACTOR
shall,:within ten days; tliaeatier'srbstiaite ftnoth6i Bc.ind
and surety; finth'of which mu.-i be acc- eptable bi OWNER.
5 5.3.- a.qd4nbRii!ii;,bwiJ!CaId
53'1 0 RA&OR idiil-1 dcRei;jobWNM
wW-jc�to ckfiadcfia" U c-d4&AAffied in the
other
other-
kC0X7'R4CT0i6 LiabiEry Insurunci:
5A. CONTRACTOR shall purchase and maikain such
liability and other iumiffinc-c-as is S-PP rate for theWork-
being .� and f4mi4vid arias twill provide
Protecti i from claiiin S_ set firth below which may arum Out
-of-cc result from CONTRACTOR's Ocrf&mance and
ftirnishing of the 'Wortand CbNTRACTOR'5'other
obligations under the C6ntrucf ' D�cuimcnts.. whetfiWit.JiAo
fiore , performed' * Furnished b' - CONTRACTOR; any,
!;u X
bcordractcr or Supplier..or 'W
' indirectl employed by any,aflhem to imiform or furnish
only,of Work, or,by anyone . for whose acts any of them
may beliable-
claims under woikcr§!-compensation disability
benefits and others-imilar emplcycc bencfit acts;
5:4:2!' claims for damagcS.because or liodil
di - ' ' y injury,
occupeticsial sickricss' or scasc,or death of.
CONTPACTOR's emliloyce ,
5A-3; claims for damages because ; . I "" or bodily injury,
sicknesalcir diwa_wixw'deathnfany person 6thir�than
CONTRACTOTseniploym%
iridired by
GONTRA-1 sihp,, &eoses, wr
oLhef I feawm ,
14.5. claims for damages other then to the Work
itselE because of �irjiiry to or &kuction'of fangibli
Property loc
ated. includinglos's'. of-iuse
resulting t.bete-fre m-,. anV
'5.44_ chines for damages because of;bodily injury or.
d&Vh of nk; pecs .m or -property iQmage aristre- out of
the imvncnaiip. miiiia ace or use of any rhotur
vehicle.
Thi policies of insuraire so required bythis,paragraph 54
w be *chased arid makitained,gliall;
I
5:4.7, withrespect to insurance. required, dry
ps . nagraphi 5.43 through 5.4.6.indliisivc qW JA,9,
include as' additional iwdicd-s (subject to, any
c6stomiuy -mlasich in' respect of Piorassionat
liability)., OWNER': ENGINEER - ENGMEERs
*Cork3ulfans ii ad anyothapcnrriz or entities identified
in.the Supplimentary. Candiiionsall of whom shall be
listed as additional mst reds and include coverage for
the respective officers and emplcyee; • of all such
5.4.8. [[26lude, the spe6fic, owerages •and Lie, Written
for irot'lcii than the limits of Liability F&ided idtfic
*Upolementary. Cdnditi ion's or required by Udr NWs,,
Reguliticns,'Whi&vcr isgr6uir.
5 ,9. include com0lttcd.0!xra I tiops i ns: . umnec;'
eJCwGENwAL,C0wITI6t9I" 0990 Etitiqi)
WI MY OFFORT COLLiNNM0611F ICAT10743 (REY 4/2b[10
.5.4.10. miclude._ contractual. Iiiibility insurarice,
d6vering MNTRACTOR'i, indemnity obfigaticirs
under pgu 3 graphs6.11 6.16 wid6 I dinitigh6.33;
5.4.11, contains provision .6i
coverage aff-ordid ivill not -be
changed or renewal refused un
crier Written notice has beeii-o
of insurance fumishecl by . the
DR pursuard,to pamgraph53.2 will so
,54.12. remain in-effcut at least untilfinal payment
aiidatell times diereafter,%vii6ffCON TRA(-�TOP,
be Correcting, rern-am-S or replacing-ckfecfive �Tca
in ac cordanbc with 'para
graph 13: 11�. iuid`
5.4.13:,,with respect 05, c6m 1�t 6d.
-Peoperations
insurance, aria any, .. u I wura I iice covcrage wriftien. an a
c1iiins,madi basis, reirtiftl in effect fix otde= Vivo
yeah flir futal,paymcnt (and CONTRACTOR %hall
tumnsli .0iVNER Yand:ca4i other.. additicital irisamd
identified in tF6 34ppicriterakry Qonditicris to -'who- m-
a cenificiite or. insurance bias been .issued 'evilmoc
satisfactory `to OWNER and, iuclii,;Wditional
insured or continuation of such irmiranci at final
payment and one year thereafter).
OWAMv Liabigty Insurance.,
55. In addition to irKi6rancwt-c-quired tobe provided
by CONTRACTOR under paragraph 5.4. OWNMI at.
OWNER's option, Ima-Y PUITU-Iliasiand maintain it
OWNER'S c.xpeW'OWNER':; own Uabibtk insurance as
,Will prpwctowNtkagainst cliiims %v rkiy'afise rrcim,
opera protect
ufidr the Contract Doctirtients. " 7 __ -
Nopero, InsiLmnee. -
C . A. f -I--
of die ell' Weh
. rwiy—ba;-pr4widod_--m--thei
8 , UPPI I eme .
5-.6.1 --- Include— titeresu -4--GWNBR;-
ENC;DA;9___
is -deemed. to
56Umat un't)
at lau
-M mai'sw&Oh o0h.1
sm 4momw,
them. fu
�S.IILAI. -leas dtle lebusinemi
O'D n-
b6y6nd—'dir6ct"
shall not. be rr*o='bla. for puruhas mi
any Propat 4suxirlcc 16' P!V.;q the
FFUXCTO& Stiboontmetors m othersin
9 'ble
a imp 8 6
ltt axTcGRyDL-XL CON=OM 1 91O.S 19(jos"m
w crry oi; roR-r,'couj.m -AdbDipi'6Aii6mi.kw 4 a wo),
—'-k and the affiG&C',
dift6t0i-S, eillpleyOeS W4 G�iFAS Pf tif!� B(IhMff-
Receipt and 4pplicadoor of Injutunce Procee(h.-
S. 12. . Any'ifisi=4 -loss. under the pbUiies of insurance.
required by-, ' Mgraphs;5.6 and 5j will be adjusted with
OWNEOWNERUrnade able, 10 ash :f&the
insureds. asi . thrirldemb
--. I-.a'
,-
subject
to the
requirkfients of' "qup I4.0I Moe dBuie avid of
Paragraph 5;; 3. OWNER .she11,a, in a separateB&MM any moneytso received: and,shitil distribute it in
acc6rdiuricewith sueli,agreeuteru as the. partac"in interest
may y rettcf? If no 6thii is reached tfie
. — damaged work "I he repiii6id , or rcpiaccilthe Mon cya so
received' appliedona' vocurit thereof vind the Work and the
orist,thereof obvercd by an appr-opriate,Change Order or
.A Writtenmindnent., ' I .
5.11 OWNER is fiduciary shall.have power to adjust
arid' .vse ahy Jos& with the, insurers unless, one, of the,
pardesiiirt est shall objcci in. wiHiting vithin fiftei-irdays
66�jrrince of lass to OWNER's.exercisi of this
pow - er, if such ohjedioi &_-_niad5 UkNSIZ.,as fiduciary
shall make settl6rucht with the insurers in accordance with
'sui:h.agreerrient as,the parties in inteiEst ritivy. renh,If 60 such qgrei:rrient among the parties ininterest is rcached,
OWNER' as fiduciary shall adiust ind ' cttle,the', losswith
Accepkwce 6fHamb and Inmrance,- Option to Replace:
Insurlince.
U OWNER, finds it riccesmity to occupy oi. use a
16ris of the Wo* portion or pom prior to' Subsinfitiali
000)
5h of& die Work; %kh use or'oc&
iplished in accordance %viih Parag
t1fit no such use or oocupancy s
hall
provittintt the MpatVL 1115tiraMt: shall, consent by
endorseciiiall on the .poh"cy.or licies, WE' diti pro
PC-ty
insurance sluill'; Icr permitted to' lapse on
account of-ainysuch partial use or occupancy..
AKFICLE."ONTRACTOR'S'
MSPODMIKUTIM
,6-1- cOM,RAcrOR shall vipervisc� i and
. pea
direct the: Work cutripetently and tfficiently, devoting
suchattention theicto, am , applying such -skilk, and
i
oqxrtise,as.-rrigy N no=mry to performthe Work in
*accordance . Zith ' the '�Coqtri& ' Docuinerim
C'
CONTPATOR -shall hcsolcly�c i9le f4t�he,vricanw'
methods,_te chiriitqws; seq . uenom and: pracedurZs "of,
construction, but CbNmAcrop, shall not bc:�rcspomible
for the negligence (Jfotheus' in the design or 31 xcilication
of i specific nicans, method technique.se4tience or
Ivoceduri U conitriacti6n- which is shown drindicated in
and, expressly reiJuired, by the Contract Docurfient&
cbarRACTOR dhall,'be responsible to- see that the
completed Work compiles iiccumfcly with the Cbritrut
Occurrients.
62 CONTRACTOR shall keep on the Work,at all
Uffies duii* its en
- progess a competent test-dt
superintendent who strall not be replacedovithout written
fidice—to OWNER a,MI* ENOWEER- except under
parkordoryoircurvistiinces.- The siuperintendcntwill'be
CONTRACTOR'srepreszntatjve at the '.W* 4'and'sliall ha'
Huthority4to act on, *hiill7,_qf C6 OR; All'
commurucations to the,,supaadendent shall be as binding
qgs if jiven to CONTRA OR.
Laboi, Miagiak and E4uEpmaI.-.
63. i:ONTPA(-,TOR sha11 provide � c
suitably -qualified pawnriell to survey, Jay
consItuct the Work as reidtired bv' the!
or plolect
v. site, or
all W&k- at the:site shall.be-perf*
workiij.-ficitift and CONTRAUG
overtime work-or;the performance of
Suriday or any legal laidily. without
11
1
' 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.
'
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. If a specific product type or brand of material or
equipment is indicated on the drawings or specified in the specifications, three types of
such product will be listed and the bidder may use anyone of the three or an approved
equal, if the equal is acceptable to the engineer. 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.
Rev10/20/07 Section 00100 Page 3
6.4: Unless . otherwise . sliecified i th�dGefiemh
Requircmenv�; CONTRACTOR shall 'elish
.. nsitime
Cull rmparaiinj for HU mataiiih, eqdijiment. labor.,
trdrtspatitiom,construction cquiip'nient-,and rpqcKirxry.-
lianccs,.fucl. pqw-er. [Tft.Au:a.t._teIcphone " war&-
fbcilitiesl temporary 1soilltres iind
" 011 othii
facilities and' ificidaila I& the furnishing.,
,perfdnnance,,testin& start UP cind completion of the Woric
6�, ictiLw. gt_ Rist CONTRACTOR
t Uty's: urc e hasing restrictions: A
copy of the resolutions are available for review in the
offices of the s Risk Miniiazement
Division or the CZM_1_k "Purchasing and
Cement RcNt6ctior& Fort Collins
Resolution 91-12 1, ires that a, LIl—Orsand mothiloas
of -cement or products cuntaining;ccerad to certify that
he oc _ t great *was not made in cadent ,kilns that, bum
hazarilaus; wage as"I Fuel,
6:5. All materials and' eq'di pment . sh' all he of goocL
quality and new, except as othawism-provided in -the
and
Documerits,
ProgresirSchabile:.
the; kind
materials
-6.6.- .CONTRACTOR
RACT I OR 's - hall adhere to' the, progress
.c�lc established iniccordwicr with paragraph 19 as it
maj.be:';ldj49W fr0!qtime tStirneasprovided,Nlow'
6A 1. CONTRAC ' TOR.-ishall submi;,to INOUE M-
11br RD'oepits m (to, alit extent indicated in
panigmph2;9)'prdpo'sediadjustinents in-the-progross
:schedule that. -will Pot charge1liwContruct Times (or
Mleszones). Such adjusimenim.%iiU-conform ,generally
to the ffivigress schedule their in effect and ailifitionelly
will, comply www aqy,,_prov'isiw'i of the-G-e-iiial-
Roquirements applicableifi&eto:
6.6.1 Propowdnaiustmentsm,tha-pwessschedult
thii6vill Lhayige the*Cbntract Tirries'(or Mf6kqrsis)
shall -W submitted Inuccordiii.with the requirements
of oragraph 12:1! Such adjustments may only be.
mide.by a Chariffe Order d'Written Amendment in
ace . ardancie with Article 12.
-6.11 'Sub*Wtabnd•ffar-kqua" hem*.-.
6.7J._,Whcnt7va air ,gait: bf'roattiiAl of Nuilaticat is
speciftied- cedaZib6d in the Contra& Di6ourrents by�
USU the name -of M TMM�10, i,prwncla !tan or. the 'neme of a.
particuW-Supplier. the,speci icationar d iption,m
ifitakkil,to esxsbi�li thr:type, function!'asnad,.quality
required VM6,Ithe specification 6i disari "I
I ption,
weacait
12' wfcriYoF.FoRT-00'WM.MQD*1 I C- An , OS .NOLEVV200 . 01)
contains'* is follo*0 by wqrds, reading that n6 h1c.p,
iqui6kinit or Oor-equ&14 4torn or no substitution is,
permilt4 efh& items. _f I - �.. _
items o metals ar equipment or
matenel ur,iquipriientod other ;Suppli , =,may be
accoie'd " by EN . GINEEP I. _ui�a 'the following
'C1rCUMSt8FXZS:
If in bNGIN�s role
discretiona . n item of I material or -equipment_
. 1�.
proposed by, CONTRe CfOR,is fimctioimlly
no ctrarge in rdateu work wtil,be req4xeUL it may
be considered by ENGMERI,iis an � I , or-equ - al"itim., in''Which
Which case review afid;A*ml- of the
priipma� "'item. - may;. in, HNG(141313R's' salediscre'tion, lbeaccdmpUshcd, without c6ripliance
twilhi some or all of the requirements. for,
acceptance of proposed suibstittacitem
6.7.1,2. Substitute hems; If in ENGINEER'isolc
clis.cretion, an item of matcnal or 'c'qumm'm:
propEis'ed by, CONTRACTOR does fiuvqusilifyu�
air "o'i-e_ 1 -1 item '-bli�'piph6:711,,it
We 0 item under su _
will be considered's 'proposed'substitute item:
CONTRACTOR shall subfiiii sufficient
infrinnation as provided below, to alfavy!
.ENGINEER Idd6tefniine that the item of matcHol
,or equipment oro used is,essentialWe-quivalent to
is .
use as
the 0a
View by tW ENGINII-ER will
no air' supplemented in The
IS. ' and as ENGINEER' may
to under the circumstancis
o'T?substitute'llcins
vent �d`fnot be'accelited try
i anyomi other .than
[CONTRAMR wishes to
hsawii.item: of m,acciial or,
:ACTOR_- shell first. make-
i ENGINEER for acoq)tance
it the proposed substitute will
he hii-ictions and achieve the
lie &oeml designbi: "similar
any, to
the On
.Acro
ti6n, on
riodcptefice of the su
will requuv * a char
Doc,tim'chts. (or in I
direct contract with
1'rojed) to adapt t
substitute and y*!h
d4he'substiMe in'l
subjcct to,paymad.c.
All Vitrialions of the
specified will be ides
avadribl; mairica an
service' 4111 be iiidil
also contain im item
achievement of
:, whether or, not
uk,n the Work
of the Contract
61% 6f:any otlx:y
for work on -the
to, the proposed
*rpuretion or'ast:
Nith - the Work is
any liceri;e I
Mqsubsti
lod'Llic of
: repair and
A.xL' The ali
.d estimate c
dirloct-tv or it
lion - will
cogs or
illy from,
'Costs of
,affected
by the' fesihing changes .4.6f. which: Will be
considered' by IN-GINEM in evaluating the
lioliased "substitute: EN`GINEER' may r turd
CON`M�kCTOR, to furnish i"tioiW' data Mi
6.7.1,.3. a-)NmAcroxi rxpenq.,:- An data,- to be
provided by CONTRACTOR in. support of any
propowd."or-equal" .of substitute -item will, be -at
CONTRACTOR's WW'tTU`&_
6:7.2." _Sitbkintle Cuialruchun A,1,Mhii& or
Pracedurec. -If a specific means, method, ,technique,
qut.
Ise . M&i or proccckrre of censiructimi. is shown. or
q 'indicated: in :and expr&Lily required' try. the (,ontmet
Docuy�_co�Aaoz may fumL%h or utili2-ra
substitute meats: midixt technique. soquenue ter
proxclare of constniction acceptable in,ENGINEER.
CONTRACTOR' "I.submitl sufficiant information to
allow'ENGINEER'in'lN CY INIBEWs sole disdrerian-la,
ic omdure for review by 'ENGINEER.. will: be
nilgtwhaf pnvide4fi subparagraph
_p,6611,2:
633. Engineces Fvaluazion., ENGINEER wilb,b�
all.ow'cd aje. tasnnable time wahin'Nvhich to evaluate
each proposal 6r submittal _ diade- pur-suanL*.tu-
Pa'iagraphs6:712.and ,63,2. ENGUEERWillbothe
sale judge of acceptability, No "or -equal.. tv
substinfle, will be ordered, inswiled'crr utilized without
evidenoed,by either a Change Order. or an approved
.5hop Drawing. (AYNISR may. -require
CONTRACTOR to . Furnish at C0NMVTrOR's
cWnse a special peilimpance gua*tee.or- other
quety I . with respect , to o arty ty or -equal' or substitute.
ENCINEER will record_ _.urne required by
ENGINEER and ENGINMEIZ's Consultants in
evaluating substitutes pr'opqwd or submated by
COINTRACTOR'pjrsaizid t - o'panVgmphC6;7,I,2 and
6.7 I,a
nd, in ,making changes in the Coronet
Dojuent,
(or in-ihe provLsionsof any other direct
contract with OWNER *f6r wA on the, Reject)
occasioned, thereby. Whither or nd FNGINBMZ
kcadpL�a substitute item so l5roposed . or s6bmWed by
CONTRACTOR MNTRACFOR shall reimburse
OWNEIt W the charges of -ENGINE-R and
GNGINEERs Consultaitts for, tiritluatiw .each such
prqposedsubstrtme'Mem.
AEL Cancem,ing 'Subcon ' ciars, SuMfiery arid
qu
6.8.1- CONTRACTOR shall not iemplcy* any
Subcuntructor,,Suppker or other person oror&ninnion
cuicll�du tb6se acceptable to 'OV6t-R7' and
I]NONEER as indicated in p&ragriph ti:8.2),, whether
iritial&! or as ra. substitute. agits Yhom OWNER. &
U not be re,qiuired to
er.or other- person or,
itof the; Work al
icasonable
BJMCGENERAL.00ND1M0kk119lVR (1994 Ethliwij
WICITYOFFORT COLLIMMODIFICATIONS (REV 4/2 . 000)
CONTRACTOR shall Perform -riot less than 20
percenn of the Work-withimown: firkam (that is,
without subcontracting): The'20percmtreauiremmt
sha
ll be understood to refer to theWurk the value of
which totals not leadthan*20 percent of 1hc,_Contr46
price.
6.9.2. Lf-llw-Supplmteiiary�. GM&Gorrs Biddj6S
P§_M_nC_n_q rcq=c the id.c.nd.ry. of certain
Subcontractors. Soma ur other persons rsons or
organmfirini; (includ these. who ire to furnish the
1 '.� - -- _mg . -1 ... . - .. . to be
princips items of materrals or. equipment), to
sUbrarifte&,tn OWNER,
date pribr,tu the Effective bate of the Agrcmeni'for,
of
'NO :MOCCPMnCC DY* V%VNt:K- or
3f any such Subw 6tr,actor, Sdp.pIibr or
)r orgiNiation shallcomititute 4 waiver,
69J. CONTRACTOR shall be fully respunsibleto
OWNE- and ENGINEER for all acts and omissions
fthe-11Subcontractors, 5upplicts and' other persons
and orianim, tions perform,mg or flartudting any of the
W6irk timler a direct or indirect- contract with
CONTRACTOR just:as COA W RACTOR is
responsible -for CONTRACT-OWs awn acts and
omissions: in the Cbhhuct Documerits shall
aeate r6r IL19=15V .of arty such Sub6ritma6i,
Supplier or other perkbn or -do-
qrgar,= n any
contractual relabonship between OWNER or
ENGINEER and.any such;Su6q.iJnuaxAbr,'Supplier or
other person or organization nor. shall it,Lrcate any
ob4tion on (he init of OWNER ar-ENGINEER M- to
pay ur.to ice to the payment of any, migneys dud arty
sueh,.Subc-imitiactor, •Supplier or other p&son Or
urgariczafion 6tcept as may otherwise be riryired, by
13
tio'l. CONT,RACrQPL3oIJr .Woble
Permits
'rschedulm �aWL�;ee kofzitct•�U pliers arid & person�, and n�iIILl
o utim[ioi'4,vfff&mig 91 Aurnshik my qf thiCon tin
Work under a ditv&or iWirict oun i with Wrigruit
"KeWHIMMMIZA
6.10. The divisions irid sections 6f the Speicito-and
the -idefitificano of p ensDmwitishall` not control,
CONTRACTOR in dividing the • Work among,
SuboWtiactors.c;r'.34p,lctrlieri,or. drJin ' mtinjj., he,Work:tQ he
by anytc trad
e;
_ ;
Patent keei and ftqfuftin�
6,12, CONTRACTOR shall Pay ay all license fees .and
royalties and assurrie all cu= incident, to die,use, in the,
perionnance of the "'off or the inuorporation in the- Work'
of any. invention, desigm proccsa, product or novas: which
is . Oksubject of pkent rights or copyrights h4Pby otherr.
if a—particy q , - , I -rocess, pioduct of devi6d' uIvcn4* c�esig% p
as specified, in the Contrect Doemments'for Use in the -
Performance of the Wb&, and if to the actual knowkdge of
OWNER is 12,70INIER its usc-is,subjc6t.to paicturigib
or, 00pynghti nlliitg,o the payment ofany flcen4 feeai
royalty to dhiK the =' tefice of such rights -shkU be
disdosW'.by,O.WNEkiii4ioC6ntraviDucumerds. Tothi,
fullest extent permitted by laws and- Rtgulatiori-,
CONTRACTOR -shall indcmnilyL and hula barmlem
OWNER. ENGIRML �ENGINEERs Consultants mid d-L-,
ofoc;rs M ,� 44*torr, employees, agents afid�atfier-_LIC- iltanti
of &dch,and any ofthern fr6m_,and "against all�claimsc6sw'
lus=.and datniges "idg,uut.of o'r:-rcsuft fr I om,E"iy
irdringe- nt Wt n'gh6.o'r_.(Xx rights imm'dant tO the:
TS N '21y
ro - or r_' Lirtrroin tfie
kncotptiafion in,ice: Woii,, imrcntion� A of'ariy. eSti an.
proem �prcduc�tqr device-iiot'sp.milied in the contrah
14 ,WDCGSNL7,%L COM"OM 1910-8 (190966m);
v crr)r of FORT cowm MODIFICATIONS OtEVVIMV
time
Wand liceri-SM7. OW
what I when necessary. in
xenon; "to the
of such utility
sudi is. oliult
6.14. LawsandReWJ"unr
614;1.
.•CONTRACrORi- -_,IAH give, all notices, itud
COMMy with all l,hws and Rcgulatlrmarplicableto Isacid ,PCrionviar6 or the Work. &xcept
Vvher6 othffrwise exPreW required by, applicable Laws vid RquLation%- rfeither. OWNER nor,
6NQYINERR -shall he responsible' W monitoring
CQNTRAc-r6k'i'-compliance with any; I.A-WS or
R*la6M!O
6.141--7f Coli£TRrV.7biz paforrits.any Mirk-
6owu% orltuvirig reason to know that JUIs tontrary,
,to Laws or RigulationN' CONTRACrOR: shall bear
all, cNims, cost%., losses and damnues caused: -hv-
make certain that the S*, i fications ind DraWings arc`in acwidano-e-wiih, [,am and Regulatienc but this
Shall ' not relieve' CONTRACTOR of
colqTkAmoR, 'obi a ' under paragraph
igghops paragraph 332;
t-mces",
6.15, CONTRA0R 4tiall ORY all ,Wm cmmmer.
uSe. and Q7
other similar ti�,requircd lo'be- paid by
'CONTRACTOR in aci;ordame with the. Laws-ard
Regulatiops of the. OW . of the Project ,Laws
-arc
a0plkab.le during the perfortnance of the Wok-
permanchtly imorponated into the, gpqmt. Said takes
- shall not be included in the Contract Price.
:Address'
Culorido Dcimment, bf Revenue
StataCapiml Aringm.
) 375 Siierman'§
Diemen Colando..80261
;Sales -aAd Use Tries, fir the- State. or Colorado..
Riaional Transportatidn-Dikim(RTM and,cennin
Colorado ootinties are" collacted.,by theState of
Colorado "I aff- included,, in, the Certilicatiod. of
Exemption-
All-amifilb,l,c�lcUse State
collected 1. 0_ Items other than constriction
and building matefials Physically'inomporated into the
be id WCONTRACTOR. and ara.tci m ,utio n be
bid items.
Use of PrentLwr
6.)& CbNTRACfOR, shall confine corstructicin
cqui.pm.. the staiiige of materials ind*cquipment and the
workers to the site and, land: and aicai
i::iu'Gcwd6 permitted by the Contract 136cumcnts;and
laid rind • areas.
permitted -by Laws, . an& Reguial tiqo,
rights-ofwzy, permits and casements, and, shall' not
unreasonably ericumber'the premises with constructiori
I -
equipment. or. -other materials' or :equipment.
CONTRACTOR shall . assume ffill,rcqmnsibility farty damage. to any such land or area, or to the owner or
OCdU . OhL thoictir or of an�y adjacentlandorarca'4 resulting
finont the pcitoiniancg of the Work. Should any claim -be
made by any s6ch �oivncr. or, ocLupa nt bccausc- of the
oerfdrinarica'af-thwiWark, CONTRACTOR: shall promfidy
settle with such other 'rly . pa. ' by negptiation or othavAse
by the claim � arbitration or other -dis 'pule ' resolution ", reso
proceeding oi at law. CONTRACTOR shalt, to the fullest
Lxtentpermitted 6y LaWN and Regulaticm5o' indemnify and
holds harmless: 'OWNER. UNGUIBER. INGINEMs
Cormuitait and arridite directly of 4ulirectl f - y employed by
any of lheirn.•�ni-and ngairm-i All cliii4'Eosts, losscs*and
in es a out of or, result it claim of
action, I or c Aable.-brou fbranry Z-oiincr or
.c )ccupant against;OWNER, 5NGU-JFMR of any other party
indernrifflid hereunder to the-extent'causied by or based
6.17. During the -progress of the We& CONTRACTOR
shall ,keep die premises 'free ,from acinimuldficifis of waste
mafc6aliZ rubbiih and Othtr *"is iesul4rig firom the
WorL At the completion of (he Work CONTRACTOR
shall remove all waste riiiatcrials, rubbish .and debris from
and about the premift5_7as well as*all 'tci6ls, appharic es;
coroft &4dipm-crit arid machinery afi& si#ltis
materials.-. CONTRACTORshall leave it site c1taii and
ready for. ocoupax . icy 'by OWNER. all Substantial)
=do,f the Work. CONTRACTOR shall restate to
t4tall'property not designateed,for alkeitition
,by dii; Contract bocLuicirk
6.18; CONTRACTbRshall not load nog permit ariy.paft
of any 4rdatire to' be kodcO '111.4ity matimi that All.
nor shall-corfrR.4molk sul>406t
any part, of the Work or aliag;nt property to strcssm or
Prrswo thit will eridariwr it.
Record 0&6uhiji"tv
waxoEm.AL,coWiTi6migio.4 o97u Eli ai)
WIC11YOFFORT C0LLIMMobtricATiom.(3wv.iqabo
,,6.19,.. CONTRACTOR shiill maintain in a safe, place at
,the site one rectid capy'of'all Dnawings. Specifications,'
Addcnda;.WriV[cfi 4mcndmcfils, Chiije drd&s. Work
Cliangd Directives;-, ' Field Orders, andi written__
interpiciati" and clafifkatkins. (issued pursumt to
paragraph' ' er aannotated 9�45, iii good oid M,ta 41oikr all
.changes,made during w construction. Therecord
OnIngetherwahAll approved Samples and a
=co r it of'.all approved Shop DniwiriV Will be
121p,a to ENGINEER for reference., Upon omp"lition-,
of the Woik, and prior to releasi, of final payment, them
iAnid'dbcumcnts, Samples.and Shop Drawings will be
&livered to,UNGINVER:fdr OWNER.
Weryrued .pro.kvdon
6.26. CONTRACTOR shell' be responsible for.
mitiatih& maintaining and- ImpEr'vising - all safcty
precautions and programs in cofinection with lKi Wbrk.
CONTRACTOR shall iaki all rmcossary' pireca-u-tio-M-fiar
the safetyoC.and shall provide the necessary protection to
prevent. daniage� - injury brIlosTt(o
6-20.1- all. perions on the Work site ex who may, be
iiiTutcd by the' Wiik
6.20.2 all the •Work and mitc-rials andequilliftient.to,
be i timiad their � whither'in siom' e mcmp con, g on or off,
the site; 2rd
6.20.3. other property at the 'site'or adjacent thereto,,
inchadims IrCCZ6 shrubs;. law-n% walks;, PaVemcrU
- - 'Lilittims nM 'UMeWound
roadways, structures, Ul
Fa.cilitics not designated For,rannoval; relocation of
repiac,:Iicrain,&coum,a,co-nsbue.ion'! "
CONTRACTOR shall' winply-mith all applicable'Laws
and Regulations 4any lijbh-cbo-dyhavirigjuris&ction*for
safety of persons or'propertty. - urn or. to� protect 'them fe
damage, injury or loss; and shall erect and m-iiintain'all
rWce.5s%n, safeguards thr such -'safety and p-iotea-loo.
-CONTRACTOR shill notify owners- of u(jaderiL property
and of Underground Facilities and utility owners when
prosecution of the Woik may affect thiiin, and %hall
cooperate with them in the protection, removal relocati(in
and replactimat of their,propeity. Al damage; irijdry or
lost to• any pio —ty riferired to in paragraphs 6.20.2 or
a
62ca 0.3 used. dlectiv or indirectli. in whole or in part; by
eiriployed by attv"of t4qn-L6'.pcffqirn wfurnish any of the
Work.or anyone lianwhose acts any -of docm may be liable.
shall, be remc&d by -CONTRACTOR (except damage or
loss attributable to Lille fault of Drawings -it SpCcifications
or to the acts or craimbnis of OWNER or ENGINEER or.
ENGINEER's Cmisidiant or anybne•emplcyqd by any of
,them brany,one for -whose acts any.of them may be liable,
Eind*not attributable,,dirwily or indirec ,*i iitwliole or in
gulut,.to *fault. or negligence of CONTRACTORpr Arartyu b6imiructor. Sup6lief or other- toemm or orgarrization
Work
15.
11
I
'notice t and
d' INTRACTOR in,accordance
,with pqp Jlt`iat tqho�Akrrk is acceptable (a&-pL as
othiirwise expressly provided ne in connection with
Sabstantiiii Compl5fiwr).,
&,21: ! Sifeiy Reprembldvi:
CONTRACTOR shall designiota a qualified'. and
e,pq=o4sarety,rcpfescmstivc at the site whose duti=
and reqxiaslilitim shall be the jpieveition of accidents and
. I '
the -
_T�MWIMIng'Mdsupervislngq_f safety Precautions Find
Programs.
Hamra Communication PiolmnF..,
6,22, CONTRACTOR shag be' f6r
material safety, dale shects &r
other hazard'communicndbri information , rcqw' ed' to. be
.
made. availableto or exchain-gid" between, yr. among,
-the"
cinjilo-yets at sittic in acccw6n6e with laws :or
Remilatibres.
6.2.3. In emergencies afrecting the mifety.or pmwfibn of
.
rr1tr" or th�-,Work or--properti-Y. at�,04.site,4'4;accnt
aCONTRACTOR,: without spcciil'instruc tion or
,aud icirinition fitim OWNER or ENGINEER is abligatedto
*
as, to prevent tlicatened damage, injuiy or losi
COshall give ENGINMR prompt written
notice WCONTRACTOR believes that any: sigrurictint
a a-,n gcs in the Waik or varia
tions om. the. ContractDocuments
-
have been caused thereby. 1f *ENGDJEER
dctcrffiinathat z,change in the Contract Documents ii
required because,orthe' action -taken by CONTRACTOR in
aMpik Change Direc,
rtsppm to'such an emergency,five
or Change Order Will' be issued - to •ddeurfiefit the
consequences of such atnion.
CLU, ShqpprawingsandSalftpler
-6.14,1, CONTRACTOR shall submivShop DruwUnp,
-to ENGINMER'in accordance.
f& review and approval
with: the accepted-,schediiii: of, Shop DraWings.and
Samplt subm"s(we paragraph 2.9,). Msubitiifials
Will, be idwdifitid'as ENGINEER may, reqUire-and in
the hum-ber of copies, specillied ih the' GeneraF
Requirements- The dam sHown on the Shop Drawings"'
tMl be comoctc With respect to .quzntiti4.
iiimewons specified ormance and desiZn crftna.
materials arid similar "'.46'show Mq,GN M. the
rnaliriiLi; and equipment CONTRACI'QR 'pro - pq,=A o
=&.wfd to enable 13NGUC-ER to re-vidiv the
ation for the-4imited' . purposes qUirYe ed by
I '.
paragraph
6.241 comixACTok shalt aiso.stttimit sampiaju
ENGINEER for 1"4- atulspjroval, in aoccidarb&.e
with said, acoi:OW schedule- of Shop Drawixigs: and
Semple submittals Each Sample tvill. he uterailied
Clearly
ca
otherwise
5kDC'09*;FLALe,0NVM0M 60-8 (199' 0 EMM.),
IC
VV? CITY 01; FORT 00111M M6DLFiCAr19N§ (FtFV 407000)'
I
piupasis ied pa The numbersof each Sit mple t6 Z= as specified in
ilia Spe ,c1f, oils.
&'Al.,Before ,submittihg c1i6_*Sfi bra " w.
batnple, CONTRACTOR. shall' have ilMetrained and
6 1' '4' araidis'-
d 2
it llau numberYspect
thiFeto,,
6:25.1.2: all`nutltaials with
-- I
einteded
Usc.fab=ton, I C, assembly and ton.pang toe'
pertbrmanctoftheWA,
MW
6.25; 1.3. all; inloiftfintion relative to
CONTRAC;l70RVs6Ie tesporsibilities in nspdt
of means, meth.ok rechm and
procedures or constructionn cty precihdiarti
arid programs inci drit.thm.to,
'CONTRACTOR iihall'.Alsa have reviewed and
each &6p,Drawifig 6i ShMplehith other
Shop Dtawir;gs :and. Samples and ' with the
-,mquirements. ',of the Work- and ,lire, Cantrbet
Doctiffierim
6252
_Rach submittal ,will hear a'starnp or;spqci c
VMtd; ind capon enAJ,T
RACTOR Vs satisfie-d
CONTRACTORS- obligatiom under, the Contract
to C&fRA�T(jR!ar
Documents with`re� review
and. approval orthat submittal.
At --the, 1,rteof' vack
or
n a writterixommunication separate Ircim the
till; a'ixL in additiort. 4611 cause -la spetalie,
n to be rutidi-on each Situp Drawing, and
i submitted,tii UNGINEEk-'ror rev", and
A I
al ofxach-such' vanaticiri.
rGINEER wM' review aft(f a*dq Shop
nd'Sarnples in accordance with the schedule of
vings and Sample submittals accepted by
ZAP required paragraph 2.9. ENGINEER'Sappr approval w-al be only. to dete . imine if the items
the submittals will, after installation or
n i t- the Nod-, dbnforT6 to the infitmati6n
in
Contract Documents and be eirripatib
concept of. the complcto, Project as• a
whole as indicated -ky the , Contract
ENGDJMWs review and approval wig rot
means. methods: techniclum so quenoes or
of cmstruc'ticii (except where a particular
111od1 ta-8hiii'que; scoerim or pi'meedtini of
1
construction is specifictilly and.oxpressig,crilled far the.
Conirtict'D6mments) or to safety prCCHU00M or programs
incident thereto. The review and approval 6f a s mte
item'as suck will not indicate aly in
which, the item ftinctidris. CONTRACTOR ilitill make
oi3rriciio I MIr 1 e. qx-r . ed by.- ENGINEER, and shall'ietirra,tKi
required number of corrected copies cf Shop Diawiiigi and
s r*ired'm&'Samples for review and approval
CONTRACTOR shiill.direa speamaitention in writing to
revisibris other than the: Ze� - called for by,
ENG.IN..-=cnp.revi.ow-su.bm.ivals. '
&.27- ONGINEFR's review and approval 0, ,_ f Sh6p
Drawings or Samples "I not relieve ON
from res - st . bility for i6y'"'ruition lidmIthei rei:luiteineiits
of the Contract ,Doe aimciits unless.(OWRACTOR has in
writing called ENGINEERi attention to each: such
variation at the time. bf subrdission as required ,by.
paragraph 6.253 .and ENGINEER has 'given written
approval of each such variation by a specific "written
notil4onth6v6fific6rporatcdiiic*Ecconi nyingtheShoo
Drawing or Sample a*ova% nor will 4irry- approkil'by-
ENGINEER relieve CONTRACTOR .from ,reil]i"ibility
fOr 6orripilyin'Swith the r'equirem" of jiapgraph 6 25-1
6,2$.., Where a Shop Dmwing'or'Snmplri is required try
the Contract Documents or. the schedule of Shop Drawing
and Similile sidimLisicirz accepted by ENGINEER'- as.
required by partigirphI9. any related Work per6med
juror to EINIGRNHEWreview and apprbval.tirthe pertinent
suhmiruil will beat the sole exommtand'respaiisibility of
cmuR.AcTm
confin"gthe'Work,
629. CONTRATOR shall carry on the Work and
iidhew` to the progress schedule. dur4 all, disputis tk
disagreemeni with,0WNER_ No Work shall be delayed or
postponed 0imiling !esdutimi of any &ipwies or
disagreements, except as permitted by paragraph 155'oras
OWNER and Q0NTR.AGTOR- !bay- 6theAvj6e i-Cree in
wTltmg:
6.3(l, CQNTJ!ICTOR's Catifid,' 1pltranty and.
Guarmtee:
6 . Al..00NTP4.CTCR warmits tuid,-guararitees,to
'OWNEP, ING64EER ant)'ENGWEERs Consultants
that all Work ivill bo'in-acobrdande,�Oith the, Contract
Documents: :and 'UP-
- W ' not -bi -defectivi.
-CONTRACrf'OR's: warranty and 64.anintee �here6ndeir
ixclurlcs defebtsior,damugemused I by.
'6.30.1%1. abuse: mod Uation 'or improper
inainterimce cyr'operation try- pir%6ni,othier.tbma
CONTRACTOR; SubiA�crs or Supplierl; or
6.30,12 normal wear a�d'tear, tmdcr.fiarmall
usage:
630.1 CONTRArTOR's obliotion,to.perf6rin 6W
complete thc'W&k in acc4dir='W'hh ilie,Conftact
.Documtits shall ,be -absolute. None tifthe mawing
will! co6stitute an.icceotarrqe of Work. that Cs -pot in
EK1)C0ENERAL,C0WI'n0k3 - 1311"(19WEA6ij
WI MYOFFOR-iCOLLIM �iODLFIGTIOT'9 (REV IM009)
-accordance with the Contract Di5cumentsjor.a release
of.CONTPACTOR's obligilicii io.pLrfarm the Work
-in accordance with tim Cokarid, Documents:
630.2. L. observa0bris-by ENIGINIIER.
6.30,12. recommendation of any.progress or.
:Final payment,li EEK, yENC ,JIN
6.30.2.3. jfr, issurmcw of .a certificate of
:Subsufntial 'C� pletibii or ary .paymentby
bWq4ffG covirizAcTOR L�the Conbratit
Documents;,
_
6:310.2.4. 'use or occupancy of the Work or any
part theicof by.OWM;,
630.2.5.. any ac6cptanct by'OWNER or any
failure to do'so;,
sq;,
630.2.6., any, rirvicw ard upproval,of a, Shop
bmWiiig Stiffil5lesubmittaLor thii I of a
riotice of acceptability by hNUINEMpursuhrit
,630,2J., 'any�!Inspcctim tqsi'or"Opproval by,
6thus.. or
6.30.18, apy wrrtet M of &ji(Oe Work by,
,OWNER:
Mdeuudfi*fiem.-.
6.31. To the fullest od6m Permitted bY Laws and
against all claims;.Zosts. losses and damages (incNiling,
gainot limited to,' Al' &ew and charges of engineers,
archiieevs iiiiameys and 'other pioles8iiinals -ahJ all', Court
or Hibitration or other dispute resolution c6sts) eauscd by,
aiiiirig out, of or resulting l from, the performance, of "the
Work; prov idod'thart any such claiffi. coit, loss or ilaniage_
(i) is k6butable to bodily injun,. sickness_,disense, or
dedflt or to injuq to of destruciiim:6f
(other than pier '1Vork_iWJq,_inchA_ i e loss of use
resulting therefrom, and (O-L% caused - in Who� , q , r in pan
by any'negliserft act or omission o ,CO OR, any
Subcontractor, any'Supplier. any,.pers,m or organtzation
directly or i-hilircaly employed by any of them w6erfornt
.or anv of am Work C for whose iets arty
mdemnliled hereunder or. whether Itabill - ty, is imposed
trpomgm2 In ;d=y by Laws _and ..;Rigula,tions
oftlie I f any Web; person cc entity-
632.'In,. ny and :all claimsagainst OWNER, or
I. -
LNGINT-BIZ or any wth q _ cir respect7ive'cibrswta,nts.-iagents
officers;directors or employees bylany employee (6r the
QMUrion,al.*ischtitveofsta_'arip1bye'e) of
70�:�ny-Subotacor. iny"SupPiCr.any
rAMM or organization directly or,inclira6tly '"niployed by
17'
any ot W ofi!telia IVthe
anyone ty W� 4
iiidemnificatich obligation under aragraph6.31 shall not
be litaitod in any way by,tiny'limitation on -the ajn6uid or
type of1damages, canpensatibii-oi beriefits-irayabk,by or
forCONTRACTOP. or, airy
su&'Sub*tmcior,$iier.6r
otherpctson. or oijani�ation'undcr.workene contpe4safiin
acts, disability benefit ads or other employee benefitticts.
-6.33. 'The indermiffimidon 111, atiuns of
CONTRACTOR tfttder:pkmgraph6JI V not extend to
thi liability 0_r_t3qdNENGINEER'S ENG6.R's' do'nisuftir it.
officers directors, employ-em- -0r,qrms 'caused by the
professiotiel negligence, exras oromtsstoas of say of them:
Sia%it;al of061igati6xv
6J+, All representations, indemnifications warranties
End Sua-nir" made at, kc-40ired bj, or ginn in ii&oidanec
with'the Contract Documents_ as, well is- alt'cdatinu'irig".
obligations indicated in the C4jnM4 Documents, ';wflll
sourvive final pa)ment,._6o*eiion,and acceotanca of the
Work and termination dicoirnpletiah -of the 4cimcnL
ARTICLE 7-OTHER WORK
Rdaied Woe* at MO.
T I. O.VOMR,may perf&ffi, othat, work related"to th6
Project at the site `by � OWNER's own forces,' ce'lef Other
ifirca contracts therefor which shall contain -Gericralf
CohilStiom straillar 6'these; 'or have 6ihcr work performed
by, utility owwrs, If the fact that sitch.other work. is to §6
lerfor qd was -hot 'noted in ihic'CoritraZt 06 umZers'(hcm
(i) written notice thereof will lx;gjven to CONTI2�\CTOR
pri6i . to starting' any Snelli other work and
(a)CONTRACTOR may, make - claim therefor' ast
p^vidid in Articles I I and I2*if CONTRACTOR 'Believes
'that such kirformance'will involve additional aspertsY to
'CONTRACTOR ok'wpires aWifibrial time.and the parties
are unable to agree as to the amount or extent thereof-
7.1 CONTRACTOR shall affatil each other contractor
whb is a p5arty'to,such a dire0i iontraci andeich titility
owner (and. OWNM?, if. OWNER 'is peirforniing, the,
additional work- with OWNM's employees),proper and
life acct;ss to the site and' a r6sonableopporttmity for thi
ihirthdilLtiory and'storage of miLlErials and.e4uipment and
and cuordin
provided in
81 Il.do all
CONTRACTOR-shaffriDt cridangcrany:work otothem
cutting, excavatting or work a
will only1cirtonalter they w6rL withthe written consarit
to the•ev cnil 'th-of them
, ErDCOENMALCON"OM
IR W1 CITY OF FORT, OOLLIM Mal?EFIC A.TIONS (RJW 412000)'
pibviisions-for the-:be6ifit of CONTRACTOR ip:said
direct contracts between OWNER and such utility:awzi=
and other contractors.
7.3: If the proper.c.xccu-tion or res.uhs-otany part.of
C0r,FRACTCR's`Wcft- de ' L work formed
pends upon , , �Per_
by othcm -under this, AkRie 7.- CONTRACTOR shall
in I vect. such other Iwark and' Zomptly report to
'ENGM-11A. in wrifing-any delays, efiects or deficiencies
in such other work drat render it u"na"vailable or unsuitable
for the jV'qPer?cx_ccuq d results of CONTRACTOR'S
Work. CONTRACTOR'S failtie so to r'e M-4 will,
mnstitiue,sn:ac«ptarxe of such' oilier .tvtrk. as fit._ end
proper for integration' With ` CONTRACTOWs Work -
except latent . or noriRppnr . entdefiegts nii.d"deficienciO
,in such Other work.
CaaMWadak-
T4. If OWNER contracts, with atiiers, for ffig
perfounkitce, of other mod: on the Pr*ct at the site the
F5 _ 116wifig will,he se t forth,in supp-leffinmr c Project
Condiha'rks--
74J. the person',,firm or cc4pctati6niwho twill haVe
authority and; mspomsibility' for c6orartiation:of the
activities F5ii6rjg�th,_- pariotis.primeFcontiacrohl will be
identified;
7A.2: the specific -matte _ N to be, covered by such
.author ity,andresponsibility v,
7.4.3; the extent of such authority and
responsibilities will he pTtrividied.
Unless otcrivise 17-0'vidid in the Supplemonti
;�Y._ ITY
Conditions, MWER shall have sole authority and
responsibility in rasp ct of such coorttiaition.
ARTICLE S-0VVWER'S RFSPOINSUMMES.
1
8; L Except as otherwise provided,in theise,(jeneral
Conditions OWNFF'ahill'issue all 6arriniciiii6atiorri to,
CONTRACTOR through MiGZMT,
8.1. In case of termination of'the empl6yincht of
IN . G9 4EER, OWNER -shall' appoint an e6ginecir against
whebbi staiiis tiaer thii•C&ifriici DocumenCs "It-bi thk
of thi fiarrri& MiGINEER-
OWMR "U. Fum&h the,.dati required: of•
bwm . unqeir the cominta Doc4nicirts, promptly, and
shall- niake jsiSinents.ilc:CONTRM_70R orbinpok when
thq,ui due as prw ided in Paragraph
s 14.4.&d 14,13.
SA., OWNERs duties in respect of providing lands
and; 6asoncrits wKI providing 5ngu-wffw'* surveys to cstablish�reference *poira;%, are set: forth :in .panqpX4.I
an&4.4.- Paragraph-4.2 refori to"ONVNER's,idernifying
arid, maka 'Wailatil N ng�' c to CONTRAC'MR! copies, of
r4d,irti•of eRplonaiiiam and tests of subs"ce conditichei
Structures at or co - raigu I ous to the site diiii Inve bech utilized
byENCITNEIRIZ in prq*nng.theCiiibmctDm-ti icTds.
015 ------
fartYj
gra ---
5;6. OWNER is obligated to cxecute Clin'rige Orders as
iaciwd in pairtgrapFi,!
8:7.-- OWNERS responsibilityCa of, certain
_.Lin
inspecti=, tests and approvals'es 1's' set' foiffi"Jim-
paragraph 114-
81..S. In connecti8n With OWNER's right 1o' step Work or
suspend'Work, see raragm hi).3...10 and 15:1.
Pii�ph I5.2:dcaIs,with-'0W. 's,nght to terminate
services br1coNrfttAcToR under cdrtame�damstihccs.
xg, 'rha.OWNUR sivill not, super`im% direct or have
oontval OV authority over, nor be iesponsible for.,
any
and
to perform - or fumish the
sillility-m_-respeet-ef_undisabsed
Wow SF
RA4,sn vA site
Set fenh iA pamgmpi�4.5_
lFaftdte*VMeM
the Gantmete G;W;E
- se - t-fert"-ihe
pRnp
I
ARTICLE .94NMrEER'S *STATUS 'DURING
CONSTRUCTION
0W.XER's!Zepre#nta!fv*
9,1- 04GLNM-R will ;be ,QVVNM's repm-_,cniuuivE
&Tmg . the, constructio'n. . pcnLxL The duties _iand'
ihe limitations of authority of
W0041MR .is OWNERS rdstivC'. 'during
q6n%6uctidn ariset,fort h in the C=Cv-Documeriti and
shall niA be -eAcrided without written consent of OWNER
W a�'ING
Visits tb gle.l.
9.2. 'ENGINEER will make.viiiti to4v ike at intervals
tf -
te to W, various stages of, constmction as
V ' h� MG, ElVdecius necessary ' "in- order to; 0 e as. -an,
'cid -d- -IifiM disi onil,th - CM
pqmnen and qualified' . - _ . pro a prolit—,
gn (
W1 CITY OF FORT COLLINS MODIFICATIONS (REV -1/1000)
that
of
Work....
�n made and the quality, of the,viriou" RACTOR's .executed Work: BasedF�
obtaiiied'duning such visits and observations.
Z kill lendiwor for the ben 6i of OA14M to
in j6eruk.'if- the Work is Prqccedirigin
guard MIN FR-against 4
visits ahlel, on -Site 6bser,'v
limitations on HNG&EEI
set fbith -in pragraph,9. I
lim itatiM, during oras.a..
visits- or observations;
ENGINEER, will not sup
authority ever, or tie rest
mcans,,rhethods;,tcchmqu
qqnstruction, or the sale
incident thereto., or. for art}
=With Laws midt
rw goiperfi6mimcc,
Project Repmentafive..
will
grecopcoTidawt that
irm genqally to the
P6f sUcii Viiiis -acid 6;t-
will Lee- OWMR
if arid will endeavor to
%V.6rk; ENGINFEWs
it iubjeft to all the
city and responsibility
irdcularly, but without
LNGI.NERRs on-siti
,,rrm-rows: work -
of COWRAMOR to.
aiiis applicabk to the
and'ONG LNEER egrm ENGINE.SR
SR
lent Project RCfresen i, kao ve * to assist
icing more conilituo-us o_bw'va_U'on,of
responsibilities. ' and :authofity and
.Or any such'Resident Project
.assistants will tx as. provided in
•9.11- afW " '.he �p- , __
General! CQitiowIT-0V,1N7HR
mpreserdative,or agent toirepieserit
the
as
9-3 Ilt Represerdative's- -dealings in� mattersvc,tainirun the ort.:me work wilL in general; bewit
the: ENGINEER and CONTRACTOR BuL the
Representative 'l; kew LhA-i2j;2LERo .property
advised -about matters. The
. dec
lines full
only be ftaujab'
,knowledw and amroval of the
CONTRACTOR
Duties and •P lities: Rcorcscritative
Review Ae. LTC_9_M13
4
I
I
I
schedule and othir-whedules prepared by the;
CONTRACTOR, -and consult. With, the
-ENGDIEER concamfia u=tsbilitv:
9.3.j:Z Conferences and Mocting Attend
meeting with ;tha':CONTRACTOP minh �As,
econspuction -Lodamces WWq4_meqmp
d- bthff 'job-.cqtferemes. -mi Igepare and,
circulate wpiesoCminu[es of ineetirt
43:23.Liaison
-4.313't'.. Serve ifs:. LNGINEER'S liaison
With C0WTIZACML,'wp&ira princ:ipallV
tWoWi CONTRACTOR'S wmintendent� to
as -rig the CONTRACTOR in undastandw
ffic Contw0murnents
additional detaiN: Or .-inform-stiori �whcn
,rm=rcd., for pro= muLiono[the.Work.,
Advise the ENCTINSEW add
CONTRACTOR of the commencement of
.any. . Work- jjgRwaw -a .:sft-I)rawjt-- or
been Nmy6d by the FNGMER:
4.2z— - nM A Wq[L 'Rcic&gn 6
lQrVinsocctiowandT&,
,9.3.2:4.1- - C66du&ortsitccftcrvatiom ofl
tine Work inwwrmto,assiglkMi
,in dctqmiHpg•,tbat &
mccordange w th the-Cmtract Dociarents
I
I
I
I
I
I
I
;9.3.2.4.3. Accommnyr viiitina. -M=tom�
reprewnting "ubk or. othcr agencies havLng
resifts'
-kf,d��idrxs wW Y=tt' to- 'the
�tation Of Contract
9�- = to, ENG=,R:..wh6i
clanfications; md - irdErpmWiuir or the •Conpract
Documcms are.needed and -transmit Lu
fibil
'pr thaMff DEftmillmCac�nItill, alls"llis'sued 'by - the
LDMIO
'93 6CVrisid'E and
evaluate
coNTRAcroics mmolmom.fs
A I ALCON=0MIAO-8 (I Ov EKI)COM 9 6di6cup
WaTY01i PORT
modifka6& in Drivines -or, Snacificlwoils and
rcport; them recoinmerritittions to -ENGINEER;
A=trusml to , CONTRACTOR
,k,sic hAGINEEP
19>3:2 Recordi.
93.2;8A. FuMWI ENGRM-R red(24ic
revort& m reoui of the "ogress. of the
Work and -of the CONTRACTORS
mmj?p,,tic—e,,Wl Ltl.;, ild
s&cduk, of shm Drawing and sample
118:1 'Consult .,*iih FSiGINj Jsiin
'advamef of- -sch hnit mayor' tests
inspeetiom or start of imporwit phma of the
Work,
93.3. 8:3. Draft proposed Chame Orders
n the CONTRACT
.and—rmommud -to-.ENGR4rFR,. Charm
!0rdLm Wo& Duec Chmmes ":fief
ordem,
9-3.2.8.4, an 'OWNER
mcurrenm o
9.3:2,9. Payment Requests. Rcyiev'sWimficifs
far havrnem with R for coftli
wish One "estab}ishetl Vic, for - �
:submission and - fbnvard: with -=omrnmdation rn
INGTNEE2 tiotina;particiilaily the relationship of
.the pa)vrient reuuested'to.•thb scheduIz Of_vetucc
work completed amid materialserl
delivered:at the siw- but nw.incapoagm Work:...
9.3216. Cornpletien.
W:10A. Before •ENGINEER issues a.
Cstilicate 617-substantial Completion, submit
to CONTRACTOR a list of observed ttems
'requiring carrection or completion
93.2:1Q2: Conduct Grml':inspection in the
cumriat ' of the F,NGINF.EK OWNER stud
CONTRACTOR .and prcparc a final list of
items to be corrected or completed:;
93?.10:3. 'Olsayc that all items on 'tfu
finial list Iktve-beencorreacd or completedand
make recommendations to' ENGINEER
concerning acceptance
933_ Limitation of Authority: '—The _Reprgwimative shall
rot: —
9.3.3:1. ..Authorize .atilt deviations lion- the
.Contract Documents: or �iicceot"airy sulstituta
,rn2teugls'or-'ipli�ernt unless authorized bvtha
4 NGINEER
93.39 ..E cccc1_ iitabnns: of'.,h'NGINiEER'S,
,nuthoriryas set forth in the Contract Docymiatk
9.333: Undertake any of •the responsibilities
of -the . CONTRACTOR_ ' Subcontractors_ or
CONT33AAOIsii elt�l:
9.3:3:4. Advise on or issue directions.rclative
to o assume control ove.-- any- as_peq of the
means methods: 'techniques sguences:. or
ddres for construction unless such, is
.s 'fncall called' for. in the ContractDocwnents,
9.3.35, Advise on or issue directions
relies cc assume control over _safety'
pbec igicris and s in i:oroiections With the,
Work:
93.36. Acfix tp'Sbgp Ihawii . 6r" same.
subrniittaIs. from anyone •'other. than .the
CONTRACTOR
93.3.T.__..Authorize•.6WNfR- to -occupy the
Wok in whole or in cart.',
93.3:5:. Participate in. sveciklized Geldor
laborap4g tests or i -ions eotducted - others,
eel -as 'Gwllv authoriaeti'- the
ENGINEER:
Cfprrf cat fins and lnterpietatiorrx
9.3. ENGL&M will issue Willi reasonable promtptness
such writteii clarificationi q: inteipretatisgts of. the
Fx'ocOENtR.V;,0007UITi0i8_t9tua (t?stt eiidair
W/ ❑TY OF FORT COLLINS MODIFICATIOM (REV a .000)
thg Contract-Ddcwnents (in the form of
,"Wise) as ENGTNEER',may determine
brmand,in-tinWetations wil] be binding on
CONTRACTOR if OWNER
Believes ,"i a written clarifcation, or
arfias an adjushinent n the Conrad Price
Penes aril the, partirs:are utmble l0 9ee.
or_e�geut t
he{tf arry-OWNIiR o
may make a written claim thupfor u;
ic,T1 oriicle f
Authorize i 6'ruiahbns in.Wurk:
PS. •ENGINEER may authorise minor variations in
& Wok Gum, the requuemcmts of the Ccir&act
Dccamerits•which,do not •involve an ad�ustment in the.
Contract Price or the ConitactTimes and are: compatible
'with thedesign coneco of ,-the cimrplctcii'Projcct;as,a
functioriug' whole as' indicated by' the "Con tact
Q6cvmeitts. These may tie-aaiornplished by-_e'Field'Order
and will be bindirg , on O,WNF.R' ,and also anCONTRACTOR who"•shall perform :the Work,involved
pnimptly. If OWNFR* r CONTIW,-r6R believes that "a
Field Ordcr iustifics an adiustnrent in the Contract Priec'or
eke a writteri,claim therefor as
'Rejecting Defec -e Work:.
9.6.. ENGINEER Will.havc;author'hy to dm.wove or.
rcject Work: which F,NGTNEFR' believes to be drfectnre,
ordua ENGINEER believes -will not moduce a completed
completed Projecl:as a. functioning whole as indicated by
the Contract Documents:. ENGINEER -sill also have
authority to require special inspection or temrig..of-the
Work es provided con paragraph 13.9,.whdher" or •not the
Shop. Drawings,; Change "Orders and Paymenty
9.11. Iri ccntiection;With EN'GINEER's authonty'as to
Shop •Iha%%m- %s and'Samples,_see parnpraphs.624l'through
,6.25'vicltisrrC.,
91 a conno tibn4iih ENGINRMM. authority. ps9 to
Change Orders, see Articles'1 Q. 14. and 12:
99. In conneclii twit}i ENGiNEFR's•authority ii tw
AA plicauons Car. Payment; see Article 14.
Ddehmnations fur Unit Pric k
9:I0. ENGINEER will, determiftc„the sebial',quantiEcs
and" clasisificat oms of flnil Price Work ' petftmned' by
CONTRACTOR: • ENGOIER will review with
Cl WNTRA'OR thc7 ENGfNF.E2s "prelimma y,
.tleierminiliois on.such matters'before rendning a written
decision thereon (by ricomni6datim of,ap• Appli8ation
3L