Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout103166 ZAK DIRT INC - CONTRACT - BID - 7336 SHIELDS STREET & LAPORTE AVE BRIDGE REPLACEMECity of
Fort CoWns
Purchasing
Financial Services
Purchasing Division
215 N. Mason St. 2"' Floor
PO Box 580
Fort Collins, CO 80522
970.221.6775
970.221.6707
fcgov.com/Purchasing
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
SHIELDS STREET BRIDGE &
LAPORTE AVENUE BRIDGE
REPLACEMENT
BID NO. 7336
PURCHASING DIVISION
215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS
Exhibit 2 — Descriptions of Revisions to the Bid Tab & Plans
Revisions to the Plans/Bid Tab:
The following line items have been adjusted on the bid tab per attached planset
revisions:
• Removal of Tree
5 EA
• Muck Excavation
200 CY
• Structure Excavation
2,328 CY
• Structure Backfill (Class 1)
1712 CY
• Filter Material (Class B)
308 CY
• Hot Mix Asphalt (Grading S)(100)(PG 64-28)
60 TON
• Concrete Class D (Bridge)
381 CY
• Structural Concrete Coating
280 SY
• Reinforcing Steel (Epoxy Coated)
77,938 LB
• Curb and Gutter Type 2 (Section II-B)
150 LF
• Flagging
1,720 HOURS
The following line items have been added as new line items in the bid tab per attached
planset revisions:
• Removal of Asphalt Mat Planing (1 "-4" Depth)
288 SY .
• Filter Material (Class A)
108 CY
• Hot Mix Asphalt (Grading S)(100)(PG 58-28)
125 TON
• Concrete Class D (Miscellaneous)(Colored) Type 1
69 CY
• Concrete Class D (Miscellaneous)(Colored) Type 2
65 CY
• Concrete Barrier Curb
177 LF
• Curb and Gutter Type 2 (Section II-B)(Special)
• (6"-12" Curb Face)
421LF
The following line item has been increased to accommodate future expansion of an
existing utility at the Laporte/Whitcomb Bridge:
• 3 Inch Electrical Conduit 1050 LF
D. Replace plan sheets with attached plan sheets (total 21 sheets).
E. Replace bid tabs with attached bid tabs.
IF 9
I
HYDROMETER ANALYSIS
SIEVE ANALYSIS
25 HR.
7 HR. TIME READINGS
U.S, STANDARD SERIES
CLEAR SQUARE OPENINGS
45 MIN.
15 MIN. 60 MIN. 19 MIN. 4 WN. I MIN.
'50 '40 '30 Ila
-4 3/8'
3/4' 1W
3. 5*6' 8'
100
90
10
80
(3 70
30
z
z
51
!f240
60
z
z
so
50
40
60
30
%
.70
20
to
I 0D
0
.001
0.002 .005 .009 .019 .037
297 1.19
2.0 2,38 436 9.S2
19.1 38A
762 127152 200
0.42590
DIAMETER OF PARTICLE INMILLIMETERS
SANDS
I
GRAVEL
I
CLAY (PLASTIC) TO SILT (NON -PLASTIC)
FINE I MEDIUM
COARSE
I FINE
COARSE
COBBLES
Sample of SAND, SLIGHTLY SILTY (SW-SM) GRAVEL 32 % SAND 60%
From 3 AT 19 FEET SILT & CLAY 8 % LIQUID LIMIT -%
PLASTICITY INDEX %
I
HYDROMETER ANALYSIS
f
SIEVE ANALYSIS
25HA, 7HR.
TIME READINGS
U.S STANDARD SERIES
CLEAR SQUARE OPENINGS
45MIN, ISMIN.
60MIN. 19MIN, 4MIN, IMIN. .200 1100
'50 '40 '30 '16
'10 'S -4 Will
3/4' 1 W 3.
SW
0
too
in
20
80
70
3a
0
i—I
40
60
4f
F-
Z
50
U
U
60 a
40
70
30
20
60
90
10
.001 0'002
.005 .009 .019 .037 .074 .149
.297 .590 1.19
2.0 2.38 4.76 952
19,1 36.1 762
127 200
0.42
152
DIAMETER
OF PARTICLE IN MILLIMETERS
SANDS
GRAVEL
CLAY
I
(Pt-ASTIC) TO SILT (NON -PLASTIC)
FINE
T—MEDIUM
COARSEp
FINE
COARSE I COBBLES
I
Sample of CLAY, SANDY (CL)
From TH - 3 AT 1-4 FEET
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
ARTHUR DITCH CULVERT REPLACEMENT
CTILITPROJECT NO.FC05114-125
GRAVEL 9 % SAND 37 %
SILT& CLAY % LIQUID LIMIT 28 %
PLASTICITY INDEX 12
Gradation
Test Results
0
•
FIGURE A-6
0
0
O
Q
mW
Q
r
N
3
z
o
r
a
J
Q
J
J
J
J
J
J
J
J
J
J
J
J
J J
J
J
Uw
p
}
O
Z
}
O
Z
}
p�
Z
Z
}
00
z
}
z
}
0
z
}
0
z
}
a
z
}
0
Z
}
00600000
Z
}
z-
z
z Z
z
z
aaa-
N
N
N
J
N
oaaaa¢a¢aaaaa
r
'A
N
N
(AN
N
'A�J
N
N
N N
N
N
Y
Y
Y
O
T
Y
Y}
Y}
>Y
>>
O
Y
Y Y
SSSa5555-5
555a55555
0
0
o
N
U
0
F
Or U
o
o
q
W
aNLL(or
O Z
Q
Q
6
W
5
U
w N
C' J W
r
f j LL u
i
O
O
a J J
3 O
c
V
O
O
=j7
N
N
O
o
n
N
n
S
QNQ
N
O
m
N
Q Z
a
z
Lu
zwzco
Oaa°
c
z0N
�U
Ul
W
CC
7
w N N
N
8
S8
88pp
N
S
8
�
a
O
O
O
O
O
O
acc
y
a
w
r
J
w
W e
O
N
O
O
7-
96
N
O
N
O
fB
N
~
X
ui
F O
N
N
O
a z
¢a
w
cc
a
k
JOl
Ni
(h
N
N
Q
J J
aC
O W a
pp
tpp
O
W ~
2 W
l�
N
Q
h
M
UI
O
n
C)
UD
7
O
N
O
Cf
N
w
m Z
s°
S
a.W
N
Q
Q
N
N
N
V
a
P
N
R
Of
Q
O
p
a N
p
Q
pLL
Z*
7
717.71N
N
N
N
t? t7
M
C) t�f
C)
C) O
TIT
2
2
2
2
2
2
S=
2
m==
2
2
2
r
z
m i
i
i
m
i
0
a
APPENDIX B
SAMPLE SITE GRADING SPECIFICATIONS
•
•
o
SAMPLE SITE GRADING SPECIFICATIONS
DESCRIPTION
This item shall consist of the excavation, transportation, placement and compaction of
materials from locations indicated on the plans, or staked by the Engineer, as necessary
to achieve building site elevations.
2. GENERAL
The Soils Engineer shall be the Owner's representative. The Soils Engineer shall
approve fill materials, method of placement, moisture contents and percent compaction,
and shall give written approval of the completed fill.
3. CLEARING JOB SITE
The Contractor shall remove all trees, brush and rubbish before excavation or fill
placement is begun. The Contractor shall dispose of the cleared material to provide the
Owner with a clean, neat appearing job site. Cleared material shall not be placed in
areas to receive fill or where the material will support structures of any kind.
O4. SCARIFYING AREA TO BE FILLED
All topsoil and vegetable matter shall be removed from the ground surface upon which
fill is to be placed. The surface shall then be plowed or scarified to a depth of 8 inches
until the surface is free from ruts, hummocks or other uneven features, which would
prevent uniform compaction by the equipment to be used.
5. COMPACTING AREA TO BE FILLED
After the foundation for the fill has been cleared and scarified, it shall be disked or
bladed until it is free from large clods, brought to the proper moisture content and
compacted to not less than 95 percent of maximum dry density as determined in
accordance with ASTM D 698 or AASHTO T 99.
6. FILL MATERIALS
On -site materials classifying as CL, SC, SM, SW, SP, GP, GC, and GM are acceptable.
Fill soils shall be free from organic matter, debris, or other deleterious substances, and
shall not contain rocks or lumps having a diameter greater than three (3) inches. Fill
materials shall be obtained from the existing fill and other approved sources.
7. MOISTURE CONTENT
Fill materials shall be moisture treated. Clay soils should be moisture treated between
optimum and 3 percent above optimum moisture content.. Sand soils can be. moistened
to within 2 percent of optimum moisture content. Sufficient laboratory compaction tests
O shall be performed to determine the optimum moisture content for the various soils
encountered in borrow areas.
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
ARTHUR DITCH CULVERT REPLACEMENT B 1
. CTL I T PROJECT NO. FC05114.125
The Contractor may be required to add moisture to the excavation materials in the
borrow area if, in the opinion of the Soils Engineer, it is not possible to obtain uniform
moisture content by adding water on the fill surface. The Contractor may be required to
rake or disk the fill soils to provide uniform moisture content through the soils.
The application of water to embankment materials shall be made with any type of
watering equipment approved by the Soils Engineer, which will give the desired results.
Water jets from the spreader shall not be directed at the embankment with such force
that fill materials are washed out.
Should too much water be added to any part of the fill, such that the material is too wet
to permit the desired compaction from being obtained, rolling and all work on that section
of the fill shall be delayed until the material has been allowed to dry to the required
moisture content. The Contractor will be permitted to rework wet material in an
approved manner to hasten its drying.
8. COMPACTION OF FILL AREAS
Selected fill material shall be placed and mixed in evenly spread layers. After each fill
layer has been placed, it shall be uniformly compacted to not less than the specified
percentage of maximum dry density. Fill materials shall be placed such that the
thickness of loose material does not exceed 8 inches and the compacted lift thickness
does not exceed 6 inches.
Compaction, as specified above, shall be obtained by the use of sheepsfoot rollers,
multiple -wheel pneumatic -tired rollers, or other equipment approved by the Engineer.
Compaction shall be accomplished while the fill material is at the specified moisture
content. Compaction of each layer shall be continuous over the entire area.
Compaction equipment shall make sufficient trips to insure that the required dry density
is obtained.
9. COMPACTION OF SLOPES
Fill slopes shall be compacted by means of sheepsfoot rollers or other suitable
equipment. Compaction operations shall be continued until slopes are stable, but not
too dense for planting, and there is no appreciable amount of loose soil on the slopes.
Compaction of slopes may be done progressively in increments of three to five feet (3' to
5') in height or after the fill is brought to its total height. Permanent fill slopes shall not
exceed 3:1 (horizontal to vertical).
10. DENSITY TESTS
Field density tests shall be made by the Soils Engineer at locations and depths of his
choosing. Where sheepsfoot rollers are used, the soil may be disturbed to a depth of
several inches. Density tests shall be taken in compacted material below the disturbed
surface. When density tests indicate that the dry density or moisture content of any
layer of fill or portion thereof is below that required, the particular layer or portion shall be
reworked until the required dry density or moisture content has been achieved..
CITY OF FORT COLLINS - ENGINEERING OEPARTMENT
ARTHUR DITCH CULVERT REPLACEMENT - B-2
CTL I T PROJECT NO. FC05114.125 -
0 IF
11. COMPLETED PRELIMINARY GRADES
All areas, both cut and fill, shall be finished to a level surface and shall meet the
following limits of construction:
A. Overlot cut or fill areas shall be within plus or minus 2/10 of one foot.
B. Street grading shall be within plus or minus 1/10 of one foot.
The civil engineer, or duly authorized representative, shall check all cut and fill areas to
observe that the work is in accordance with the above limits.
12. SUPERVISION AND CONSTRUCTION STAKING
Observation by the Soils Engineer shall be continuous during the placement of fill and
compaction operations so that he can declare that the fill was placed in general
conformance with specifications. All site visits necessary to test the placement of fill and
observe compaction operations will be at the expense of the Owner. All construction
staking will be provided by the Civil Engineer or his duly authorized representative.
Initial and final grading staking shall be at the expense of the owner. The replacement of
. grade stakes through construction shall be at the expense of the contractor.
13. SEASONAL LIMITS
No fill material shall be placed, spread or rolled while it is frozen, thawing, or during
unfavorable weather conditions. When work is interrupted by heavy precipitation, fill
operations shall not be resumed until the Soils Engineer indicates that the moisture
content and dry density of previously placed materials are as specified.
14. NOTICE REGARDING START OF GRADING
The contractor shall submit notification to the Soils Engineer and Owner advising them
of the start of grading operations at least three (3) days in advance of the starting date.
Notification shall also be submitted at least 3 days in advance of any resumption dates
when grading operations have been stopped for any reason other than adverse weather
conditions.
15. REPORTING OF FIELD DENSITY TESTS
Density tests made by the Soils Engineer, as specified under "Density Tests" above,
shall be submitted progressively to the Owner. Dry density, moisture content and
percent compaction shall be reported for each test taken.
16. DECLARATION REGARDING COMPLETED FILL
The Soils Engineer shall provide a written declaration stating that the site was filled with
acceptable materials, or was placed in general accordance with the specifications.
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
ARTHUR DITCH CULVERT REPLACEMENT
CTL I T PROJECT NO. FC0511 4-125 - B•3
APPENDIX C
PAVEMENT DESIGN CALCULATIONS
•
•
10 1993 AASHTO Pavement Design
DARWin Pavement Design and Analysis System
A Proprietary AASHTOWare
Computer Software Product
Flexible Structural Design Module
City of Fort Collins - Engineering Department
Arthur Ditch Culvert Replacement
CTLIT Project No. FC05114-125
Flexible Structural Design
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
10
Laver Material Description
I HMA
2 ABC
Total
•
834,868
4.5
2.5
90 %
0.44
9,120 psi
1
3.04 in
Specified Layer Design
Struct
Drain
Coef.
Coef.
Thickness
(Ai)
(Mi)
(Di)(in)
0.44
1
6
0.11
1.05
6
-
-
12.00
Width
u
24
24
Calculated
SN in
2.64
0.69
3.33
Favr 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
Results
Project FC05114-125
Description: Subgrade Investigation and Pavement Recommendations
Location: Laporte Ave. and Whitcomb St.
Slab Thickness Design
Pavement Type
JPCP
18-kip ESALs Over Initial Performance Period (million)
1.10
Initial Serviceability
4.5
Terminal Serviceability
2.5
28-day Mean PCC Modulus of Rupture
450
Elastic Modulus of Slab
3,400,000
Elastic Modulus of Base
20,000
Base Thickness
Mean Effective k-Value
100
Reliability Level
90
Overall Standard Deviation
0.34
Calculated Design Thickness 9.15
Temperature Differential
Mean Annual Wind Speed 8.6
Mean Annual Air Temperature 48.1
Mean Annual Precipitation 14.9
Maximum Positive Temperature Differential 6.92
D s ription
3
Spring
3
Summer
3
Fall
3
Winter
Subgrad k-Value. psi
45
45
45
45
million
psi
psi
psi
in.
psi/in
0/0
in
mph
OF
in
OF
•
APPENDIX D
PAVEMENT CONSTRUCTION RECOMMENDATIONS
E
C
IF
• Exhibit 3 — Revisions to the Specifications
The following specifications have been updated or added to the project:
• Summary of Work
• Revision of Section 108 — Specialty Items
• Revision of Section 412 — Portland Cement Concrete Pavement Finishing
• Revision of Section 630 — Construction Zone Traffic Control
• Revision of Section 703 — Concrete Aggregates
• Revision of Section 712 — Geotextiles
• Revision of Section - Partnering
The "Summary of Work" section shall include the following:
It is the City's intent the Contractor perform the construction at the
Laporte/Whitcomb Bridge in spring of 2012. The construction activities can not
impede the ditch company's ability to convey decreed flows of water. The City
has verified with the Arthur Ditch Company that water will not be flowing in the
ditch until May 1, 2012.
The City of Fort Collins will be serving as the finishing point for the 2012 Ride the
Rockies cycling event. This event will be using Laporte Avenue as part of their
10 ride route. Riders are scheduled to be using Laporte Avenue on Friday June
15th. All construction activities on Laporte Avenue must be completed by this
date, and full use of the entire roadway must be available to the riders.
The City anticipates construction activities to begin on the Shields Street Bridge
in late summer 2012. Several utilities will need to be relocated during the
construction of this structure. The existing City of Fort Collins Light & Power
electrical line can only be relocated during the fall months when power useage is
traditionally lower. In order to accommodate this request, the City is requiring the
east side of the Shields Street Bridge structure to be constructed first, followed
by the west side. This is outlined in the planset on sheets 51 and 52.
The Geotechnical Report and Floodplain Use Permit are included with this addendum
and are to be considered as part of the project's specifications.
0
SUBGRADE PREPARATION
Moisture Treated Subgrade (MTS)
The subgrade should be stripped of organic matter, scarified, moisture
treated and compacted to the specifications stated below in Item 2. The
compacted subgrade should extend at least 3 feet beyond the edge of the
pavement where no edge support, such as curb and gutter, are to be
constructed.
2. Sandy and gravelly soils (A-1-a, A-1-b, A-3, A-2-4, A-2-5, A-2-6, A-2-7)
should be moisture conditioned near optimum moisture content and
compacted to at least 95 percent of standard Proctor maximum dry
density (ASTM D 698, AASHTO T 99). Clayey soils (A-6, A-7-5, A-7-6)
should be moisture conditioned between optimum and 3 percent above
optimum moisture content and compacted to at least 95 percent of
standard Proctor maximum dry density (ASTM D 698, AASHTO T 99).
3. Utility trenches and all subsequently placed fill should be properly
compacted and tested prior to paving. As a minimum, fill should be
compacted to 95 percent of standard Proctor maximum dry density.
4. Final grading of the subgrade should be carefully controlled so the design •
cross -slope is maintained and low spots in the subgrade that could trap
water are eliminated.
5. Once final subgrade elevation has been compacted and tested to
compliance and shaped to the required cross-section, the area should be
proof -rolled using a minimum axle load of 18 kips per axle. The proof -roll
should be performed while moisture contents of the subgrade are still
within the recommended limits. Drying of the subgrade prior to proof -roll
or paving should be avoided.
6. Areas that are observed by the Engineer that have soft spots in the
subgrade, or where deflection is not uniform of soft or wet subgrade shall
be ripped, scarified, dried or wetted as necessary and recompacted to the
requirements for the density and moisture. As an alternative, those areas
may be sub -excavated and replaced with properly compacted structural
backfill. Where extensively soft, yielding subgrade is encountered; we
recommend a representative of our office observe the excavation.
•
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
ARTHUR DITCH CULVERT REPLACEMENT . D-1
CTL I T PROJECT NO. FC05114-125 "- _
PAVEMENT MATERIALS AND CONSTRUCTION
Aggregate Base Course (ABC)
1. A Class 5 or 6 Colorado Department of Transportation (CDOT) specified
ABC should be used. A reclaimed asphalt pavement (RAP) or reclaimed
concrete pavement (RCP) alternative which meets the Class 5 or 6
designation and design R-value/strength coefficient is also acceptable.
Blending of either recycled product with ABC may be considered.
2. Bases should have a minimum Hveem stabilometer value of 72, or
greater. ABC, RAP, RCP or blended materials must be moisture stable.
The change in R-value from 300-psi to 100-psi exudation pressure should
be 12 points or less.
3. ABC, RAP or RCP bases should be placed in thin lifts not to exceed 6
inches and moisture treated to near optimum moisture content. Bases
should be moisture treated to near optimum moisture content, and
compacted to at least 95 percent of standard Proctor maximum dry
density (ASTM D 698, AASHTO T 99).
40 4. Placement and compaction of ABC, RAP, or RCP should be observed
and tested by a representative of our firm. Placement should not
commence until the underlying subgrade is properly prepared and tested.
Hot Mix Asphalt (HMA)
HMA should be composed of a mixture of aggregate, filler, hydrated lime
and asphalt cement. Some mixes may require polymer modified asphalt
cement, or make use of up to 20 percent reclaimed asphalt pavement
(RAP). A iob mix design is recommended and periodic checks on the iob
site should be made to verify compliance with specifications.-
2. HMA should be relatively impermeable to moisture and should be
designed with crushed aggregates that have a minimum of 80 percent of
the aggregate retained on the No. 4 sieve with two mechanically fractured
faces.
3. Gradations that approach the maximum density line (within 5 percent
between the No. 4 and 50 sieves) should be avoided. A gradation with a
nominal maximum size of 1 or 2 inches developed on the fine side of the
maximum density line should be used.
4. Total void content, voids in the mineral aggregate (VMA) and voids filled
• should be considered in the selection" of the optimum asphalt cement
content. The' optimum asphalt content" should be selected at a total air
void content of approximately 4 percent. The mixture should have a
CITY OF FORT COLLINS -ENGINEERING OEPARTMENT _
ARTHUR DITCH CULVERT REPLACEMENT - ' " D-1 "
CTL I T PROJECT NO. FC05114- 125 -
IF *
minimum VMA of 14 percent and between 65 percent and 80 percent of
voids filled.
5. Asphalt cement should meet the requirements of the Superpave
Performance Graded (PG) Binders. The minimum performing asphalt
cement should conform to the requirements of the governing agency.
6. Hydrated lime should be added at the rate of 1 percent by dry weight of
the aggregate and should be included in the amount passing the No. 200
sieve. Hydrated lime for aggregate pretreatment should conform to the
requirements of ASTM C 207, Type N.
7. Paving should be performed on properly prepared, unfrozen surfaces that
are free of water, snow and ice. Paving should only be performed when
both air and surface temperatures equal, or exceed, the temperatures
specified in Table 401.3 of the 2006 Colorado Department of
Transportation Standard Specifications for Road and Bridge Construction.
8. HMA should not be placed at a temperature lower than 245OF for mixes
containing PG 64-22 asphalt, and 290OF for mixes containing polymer -
modified asphalt. The breakdown compaction should be completed
before the HMA temperature drops 20°F. •
9. Wearing surface course shall be Grading S or SX for residential roadway
classifications and Grading S for collector, arterial, industrial, and
commercial roadway classifications.
10. The minimum/maximum lift thicknesses for Grade SX shall be 1 %2
inches/2'/2 inches. The minimum/maximum lift thicknesses for Grade S
shall be 2 inches/3%2 inches. The minimum/maximum lift thicknesses for
Grade SG shall be 3 inches/5 inches.
11. Joints should be staggered. No joints should be placed within wheel
paths.
12. HMA should be compacted to between 92 and 96 percent of Maximum
Theoretical Density. The surface shall be sealed with a finish roller prior
to the mix cooling to 185°F.
13. Placement and compaction of HMA should be observed and tested by a
representative of our firm. Placement should not commence until .
approval of the proof rolling as discussed in the Subgrade Preparation
section of this report. Sub base, base course or initial pavement course
shall be placed within 48 hours of approval of the proof rolling. If the
Contractor fails to place the sub base, base course or initial pavement
.course within 48 hours or the condition of the subgrade changes due to
weather or other conditions, proof rolling and correction shall be
performed again.
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
ARTHUR DITCH CULVERT REPLACEMENT - D-2
CTL I T PROJECT NO. FC05114.125
Portland Cement Concrete (PCC)
Portland cement concrete should consist of Class P of the 2005 CDOT -
Standard Specifications for Road and Bridge Construction specifications
for normal placement or Class E for fast -track projects. PCC should have
a minimum compressive strength of 4,200 psi at 28 days and a minimum
modulus of rupture (flexural strength) of 600 psi. Job mix designs are
recommended and Periodic checks on the iob site should be made to
verify compliance with specifications.
2. Portland cement should be Type II 'low alkali" and should conform to
ASTM C 150.
3. Portland cement concrete should not be placed when the subgrade or air
temperature is below 40°F.
4. Concrete should not be placed during warm weather if the mixed concrete
has a temperature of 90°F, or higher.
5. Mixed concrete temperature placed during cold weather should have a
temperature between 50OF and 90°F.
6. Free water should not be finished into the concrete surface. Atomizing
nozzle pressure sprayers for applying finishing compounds are
recommended whenever the concrete surface becomes difficult to finish.
7. Curing of the portland cement concrete should be accomplished by the
use of a curing compound. The curing compound should be applied in
accordance with manufacturer recommendations.
8. Curing procedures should be implemented, as necessary, to protect the
pavement against moisture loss, rapid temperature change, freezing, and
mechanical injury.
9. Construction joints, including longitudinal joints and transverse joints,
should be formed during construction or sawed after the concrete has
begun to set, but prior to uncontrolled cracking.
10. All joints should be properly sealed using a rod back-up and approved
epoxy sealant.
11. Traffic should not be allowed on the pavement until it has properly cured
and achieved at least 80 percent of the design strength, with saw joints
already cut.
12. Placement of portland cement concrete should be observed and tested by
• a representative of our firm. Placement should not commence until the
subgrade is properly prepared and tested.
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT _
ARTHUR DITCH CULVERT REPLACEMENT D-3
CTL i T PROJECT NO- FC05114.125
APPENDIX E
MAINTENANCE PROGRAM
0
•
MAINTENANCE RECOMMENDATIONS FOR FLEXIBLE PAVEMENTS
A primary cause for deterioration of pavements is oxidative aging resulting in
brittle pavements. Tire loads from traffic are necessary to "work" or knead the asphalt
concrete to keep it flexible and rejuvenated. Preventive maintenance treatments will
typically preserve the original or existing pavement by providing a protective seal or
rejuvenating the asphalt binder to extend pavement life.
1. Annual Preventive Maintenance
a. Visual pavement evaluations should be performed each spring or fall.
b. Reports documenting the progress of distress should be kept current
to provide information on effective times to apply preventive
maintenance treatments.
c. Crack sealing should be performed annually as new cracks appear.
2. 3 to 5 Year Preventive Maintenance
a. The owner should budget for a preventive treatment at approximate
intervals of 3 to 5 years to reduce oxidative embrittlement problems.
b. Typical preventive maintenance treatments include chip seals, fog
seals, slurry seals and crack sealing.
3. 5 to 10 Year Corrective Maintenance
a. Corrective maintenance may be necessary, as dictated by the
pavement condition, to correct rutting, cracking and structurally failed
areas.
b. Corrective maintenance may include full depth patching, milling and
overlays.
c. In order for the pavement to provide a 20-year service life, at least
one major corrective overlay should be expected.
CITY OF FORT COLLINS --ENGINEERING DEPARTMENT
ARTHUR DITCH CULVERT REPLACEMENT E-1
CTL 1-T PROJECT NO. FC051 to-125
MAINTENANCE RECOMMENDATIONS FOR RIGID PAVEMENTS
High traffic volumes create pavement rutting and smooth, polished surfaces.
Preventive maintenance treatments will typically preserve the original or existing
pavement by providing a protective seal and improving skid resistance through a new
wearing course.
Annual Preventive Maintenance
a. Visual pavement evaluations should be performed each spring or fall.
b. Reports documenting the progress of distress should be kept current
to provide information of effective times to apply preventive
maintenance.
c. Crack sealing should be performed annually as new cracks appear.
2. 4 to 8 Year Preventive Maintenance
a. The owner should budget for a preventive treatment at approximate
intervals of 4 to 8 years to reduce joint deterioration.
b. Typical preventive maintenance for rigid pavements includes
patching, crack sealing and joint cleaning and sealing.
c. Where joint sealants are missing or distressed, resealing is
mandatory. •
3. 15 to 20 Year Corrective Maintenance
a. Corrective maintenance for rigid pavements includes patching and
slab replacement to correct subgrade failures, edge damage and
material failure.
b. Asphalt concrete overlays may be required at 15 to 20 year intervals
to improve the structural capacity of the pavement.
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
ARTHUR DITCH CULVERT REPLACEMENT - -- _ E-2
CTL I T PROJECT NO. FC05114-1125
•
a
N
a
g
^
o
- n
- _
Nz
�
v
=
o
E
_
e
W Nmo
0 6
a
I
1 1
I\
11
I
ISni
UmP V N C
_ � r 05
Om
N h i e
n 20
aozU
vi
-Z-
v o
Oa`
uua
x o' o' z a�ry
p
o
-
IW
I
3p
a
a
O
= 1
0
1
I
N
V
O
I I
I
I
I
l l
I
I
C
O
I u
I c
I
I
O
LO
a
O E— W Z
N
LOLO
c
0
Z
< Cf)
¢E"QOO z
N
Z
z
2
_1
00QE-
abu
Cn Co DO --
aO
VULL
o
wmy zo
mZ
�oo
z _�
LU)
a00
0aaoe
�
c�a
v L
�-
U Q Q t-lr w
= U
u
o z- J N
•,;,ry"q =
d Oo==ooeR
v
v5,2.
LL
00
N a..tl a6.11.3 S " ry o
E
o � �3?
W O
a
15 9woPl!VM
a
no
v
D C C
O O
II O
O
5la
o I nb m
U
U
nzW¢
_g
c� U
�w¢ow
Oa
¢
v a Z
Hj
6 H O
ryl
C
V w
W W
J Q
wU
>
v
a
EP
n
Ir
o m
n
�1
Inv N
M
W
O N N O
�O,Pi vOiR2
O Na rvIv33
2Op 222a
O 3
A m
ry
O O
N
C
0000
a 1 I m
O
rasa
V1 N �C�3
Y
Y
N n 1
aka,
o
o
o
F < E o o o i
Qo
ci
's3a
z
z
Q
o
•
•
s
On
L N
P
W
N
Q o nl
v n n n
i:Q
7 0.
j:Q- 3U
7 Z6
�_
'a
0- o 0 0
z o
0 :ow
awg9R
v
I
3
vni o n
s
_ ?oNcoo
_ odam0
y
mod;
nN
W
¢
i
i ry f
<. -�
CVNNNN
jjj2z0
a SSSSV�
UNNNN
»»z0
3333Uti
' E
0 z
v
In
Z
L
Z
z N N VI
O Q zzzzN,
3445oa
j zzzzP-
SZiFoa
4
i
a
o
U
O
o
2
0
v
i
E
v
0
o
Q
0
N
ww
N
rz
�a
v
a�
'E
�z
�w
mmpo
'tea
U X
�O
O �
�a
aQ
O N
V
U
N
C
a
�
c
V
-
N
a
K
-
Z
>
L
o ue
U s
«O
uLL
Z
as x
E`o "g$F
o'
no
V '
C
n
0 1
¢
O p p
II
O H
P
U O
N
.11 �
a
N C
K E
v�p
v
L
N
O
0
n
ry
0 0 a 0
N
= S
-85R
a
N
&o
Y
y
z
u
a
0
N
W
r
W O
Z
0 U
a
s<
m
�
o
Wa
-
N
X
2
�3
O
n '^
a
a
\J
•
I
•
•
0
<i S
Q N
-L N p �
_ f _ E
u p z
O
a
N
W W
O z N
� Q
� W z
NH ¢ W o
Q m a oa
� E
U X
� O
0- o Q
oo�
v
u
N N
C c
O
V -
N ¢ _
Q
o Z K >
C ,�
O flies"
U e3 a
LLJ
cc
C Z
n J
aci e;xd
E o RJ
o '-
6 O
i Q
a
00 0 �I a
Q_ a
U O
c
Q
N
K E
v`
a
L V
m
o ry
0000
i
`" g og6x
$2sa
N
E� Z
mz re
N
0
U
N
O
r
--�
W
r
W
Q
2
Q
Z
a
u
Q
m
m
a
W
N
N
m
N
o
O
gH
2
�/
/�
z
U
O
F
QN
¢
a
a
Q a
o
LL
O
�
a¢
W¢¢
W
N
H
W
U
y
U
LL
r
W
m
w
O
a
0 0
W
TF w
r
O O
Um
O
^
m
0 0
>
W
o F
d
�
4 4
9
w z `z
Q
W
N
U N N
N
2 2 W
O Z
O
U U
m
^
a O O
Z
yQ
u u
p J2
w a
a L
N N
O a w
p¢
3 a a
p p
z z
o
zm¢
S Q
a
a z
w H¢
r F�
w
- J
U C<
Y F
O
U
Q
U'w.
VI ¢
Z
W F
S U
N
O$¢
2 Q
T
2 2 a
LL
C J y¢j
U
1L W W
Z J]
a K
Q 6
1L Z
F p��
W
2 O (Z�
4
p
h O E
i
W O
S 2F
E F-
z
N
zF
p O
¢
a
N z
a�
V
5 y
u o 0
n
4 z�
u
3�
p p u
u N o
u z z¢
LL
4
z z�
�
u¢
N
o¢
w�j;
Q 4
O O O
N O¢
z Z VLLI
a
w w W
F?
S< 2
tl tl�
W J J
s F
Z u LL
¢ p�
m
¢ w a
a O
Q
O
N�
z z
�y
� a f
a LL os
a O W
O�0
� r d0
w 0
0 0 0
0 C
a w
w O O
j>
O�
6 OU OU
QJ (Q[ s
p a¢
a a
a a¢
U
U U U
U U N
S C C?
S O
O D U
a
FLL�!
Exhibit 4 — Clarifications, Questions & Answers 0
Pre -Bid Clarifications Resulting in Changes to the Bid Documents:
1. Per the plans, Hot Mix Asphalt (Grading S)(100)(PG 64-28) is specified for the
riding surface on Whitcomb Street. Since this is not an arterial roadway, can a
non -modified asphalt binder be used instead?
The hot mix asphalt to be used for the riding surface on Whitcomb Street
has been changed to non -modified asphalt. This results in the following
change to the bid tab:
The following line item has been reduced in the bid tab:
• Hot Mix Asphalt (Grading S)(100)(PG 64-28) 60 TON
The following line item has been added to the bid tab:
• Hot Mix Asphalt (Grading S)(100)(PG 58-28) 125 TON
Please see the updated bid tab reflecting this change.
2. Will any flagging be necessary during the full closure to construct the
Laporte/Whitcomb Bridge?
Although a full closure will be allowed to complete the planned
improvements, some flagging will be necessary. The following line item
has been adjusted to include flagging hours during this phase of the
project:
Flagging
1720 HRS
This item has also been adjusted to reduce the number of flagging hours
at the Shields Street Bridge replacement phase. The City anticipates
using 1600 flagging hours at Shields Street and 120 flagging hours at
Laporte/Whitcomb.
Flagging certifications will need to be submitted to the City prior to a
flagger working on the project.
3. Will a full time Traffic Control Supervisor (TCS) be needed during all phases of
the project? Will a full time TCS be needed during the Laporte/Whitcomb Bridge
replacement since the construction will be performed under a full closure?
Yes, a full time TCS will be needed throughout the duration of the project,
including during the full closure of the Laporte/Whitcomb Bridge
replacement phase. Since this phase of the project is within a residential
neighborhood, it is imperative that a safe work zone be provided. During
working days, the TCS will need to check and adjust the site accordingly
prior to construction crews leaving the site. The TCS will also need to
check the site on non -working days to verify the work zone traffic control is
still safe. The TCS management and inspection of the sites for both
phases of the project will be paid under the following:
z
LJ
I
@
\2
\\
.
r))R| y
m \
\
\ \
/
.
2
�~
\
Kƒ
e
;_\
-_ ,«
..
/ƒ
\°\
2
/u
\\\°
�\
\
>-
y<
j
:
}
,
\)(
--
mod
——
¥
-
® ©
F5��
-
i»
§ !
-
:§
/
��-
\
�{s
\ q!
) q;
V)
\�\\
\
\\\
0
0
•
0
O
O
U
o
o
Z
N
O
u
s
o
E
i
u
0
¢.
a`
N
w
Z
N
w
a
u
�E
ro
f
V)
0
o
X
N O
a
a
N
p O
N
m
U
m
C
N
c
U
-
4
d
j
2
U1
C
on9
LL _^:s
J
c b nR
y ao
E c
. o
o '
7I
ao
0
0 o
ti
a
_ i v
-
0 0
it D D
L
u
c
g
N
X E
K
N
L
O
y
N
p°
H
0000
3
¢
N
gE�
Y
i
D
a
0
_
VI
W
1-
L
(�
Z
L
r
Z
W
oQ
u
N
a
m�
W
o
a
3
a
X
0
Qo�
a
a
LCL L
j
Q
Q Q
Z Z Z
W Q
ul ✓) J
� W J
J O �
S
O
O
}
¢
w
o
LL
fn
m
m
a
r
W
V
U
U
o
o
W
�
_
5
O
U
_
u
N>O
U
o
W
¢
Q
>
J QLL
a
r Z
S
m
m _
(Z�
J
i
pZ
Lo
O C
z>
V
O pZ
Q m
U N N
�
i
iE
ow 3mmc¢i
i� Q�
z>LLyc�N
o
u
z
QLL`q�D
Z(t
V1
0
vLLi O�
r Q Q
U
=
2 Q O w
F U
m N
O>
z
Q
Q
w
�y Z
W
Z Q
O
p�
o 0
U U V
0 0 0
Q
0 0
W
z
W
Q
o w 3�
S 2>>
d cgi
S5 g¢
m ��
� LL��
�
pZ2F
O
D�>¢
2 6 0
0 0 6
Q Q
2
W ZU
U'
O r [�
¢¢ Q���
O
W W W
U w��
6 6
p
W W Z
�> a�
Q
(� U
2
S>>>>>>>
f����
V
J
7
4 w¢
m>
Q N
N F z
V W 2
K�
m��
6 S 6
0 Vl O¢¢
W¢
LL
J0
w w
w w w
E
z
j
0]����
2 z
O
x o
w¢ a
m
D w w
0¢=
o r
u o p
z z z
o o O
3 w?
a
z z¢
o o]=-.Q
`� z m
o
z D"�
o g<
•'00 O
O O
O H O-
`o JO
o 0
00
0
00 0
CI
O n'
Q P O
0
0 0
Q
0
0
w
o
�-1
a
o
.
Z
u
N
i
o
E
w
0
a`
N
w
w Z
N
O
O
- E
N
0
<w
N2
m
Q
Q
m K
O
0X
00
d
Q
O
N
N
U
N
C
q
C
V
-
N
Q
i
a
-
i
U
a$§
v`Q M1`-
111
CL
Z
2
' J
LL
YU �A
v
Ec au"
j
occ
v o
0 o ti
O N i
O
N
so �.
V �
cg
a
cc
N
Z
E
n
� o
m
� u
m
L
_
o
Uf
O
m
\
ry
0000
o
a
s
spa€
he
a
i
U
N
a
a _
o O
O
0
r i
J
a
w
F
SO
w U
Z
U <
0
Q
rc
�
m s
a
n
w
QC
�
G
3 a
m
X
oz
m
a
�
a
Q
�¢
LL a
LL LL¢
a
O
r
C�
L
U
w
O
a
U
w W
•
V
lu
•
rc�m
Unf it
a _ OVN
rv3� Nvw V
2
$�WZL
aN
jj
a"N _ !
W2a
Zm� oI2 _
<
I
Vm
I V 3 Q'wu
`a`�
o
ZOe phi
pP
s0
P mom\
rvg V�Qa
Wp gmxo ':W Q
ZNm'
Cc
murvozW ,rv,<�
nSnNL RO'x1� m m: o._
/ �nw.$.o,^ C i i
21+00 22+,OO,r' Ea23'+ 0 24+r--sr-00
V Ea
LAPORTE AVE � ¢��- ..F ( °.•' a`.`a
�. �LL�,
eo_r
�l`P,
ry I
Ow
___._.
1�v T LMI$iIN
e
JEn51wL Rv' _ m, ¢.e.._.G m m ROW - J
I7Iia
uu � R n a W e m ry rn�oi :° � xn o vai
a
KEN vowW O 6-.F in �'<� O
mu 9,Wz - o mn� ru xg�o - yN '^moo W"w$ je'mO oz o< o�
;rvuyoHo W�road
mz: o'u^ O -'g_wo Na o Uo i. CL
V3" N Kv�
Wa vrvi�W _ Ory O m ...'w =mn
-
" V 0
'0 ..
_ � N 0 IV
KN NV
.q v O
o _
V V om oa - y d331111 ._, 0000
<- mm o
IzQ
a= .�
x a ^� _
OO NV N0 U om IOrviw w
I2NOOr� �rvW ah Vry mV� O
>
N �
uy wo - ONILNb Vrlbn -0 3a jF
Z Y
a`i: i
/
\
IS
\\
-
\
\\\,
\\
!
}-
!§\\
)
44
4
!!ƒ\}:-
3
;
,(-
.'/
)
}§\
\
\,
0z
°.
!
)/ -
A£2/\„(\G!_`
/
#_-/;/-.l\,l§»@.!/)/};;/.£&6\).;�Eze\!.i,�\,�w•§\!\\.
[q[
0000
0§(
,
\&.-!§:§\.�_
)/
>!`
\!{(){/R�\/
,
,
§/(z-
#\
k
!!_,
!%\
g\}!
§;
-
;6
\
I
/aM
!;
,!\
\\
\
\
�-
!§
\\//!
z
;
:
.i
.
:!,,:
§
rl,z
0
0
�
0
�
I m
0
Z�
1F OQ
[y O 00
0
i
•
OZ
uO
O
_
¢ O
Zulwup
p
O
a
O
"O
Zu
'f
awpm=
wOOOK
Ozzp
3OZ
F¢
Z
o
_
-
�E
pi
OOQ �b
-gip
d
pp
v
N
�]
WpNF
-IQ
n
N
0
g
01
g
V VF
cO
m-NOO._.
^wp
pO-:SJtt
OFZ
O
F
5 n
0
w
Q
m
p O
UW
m=
w
V
W
T¢
W r
w
.n Ou
JJ
j
TAO,-B
.a2WB
w`°m
Zy3
Om=
V)
u
N
j
F E
F
V OZ�
OO
UO
m�Sr um
> z
J
a
w
wN
N w
ZU<
Ez
O
O O
O
wp�u
Op
¢wV
p=Z
VI
E
F A
J
N
zjr_
y
prO
(C
�
° Wrco
nm
n
ZwJ uZ
p
m�n�uvWl�
U
I
I
m
O O Vti
a
v
u
N
I
\�
ZN
OW
.✓"
JI`-
N
V Q z`o
LL
r
jO Y¢
o
a,
¢ 1I
--
»a J
ow
a'
d:
�-
t.
Vw 1��„��f�l� Rrlu Nng p f/1
u i 1 "IIII
v
ou ow
00 Oc .-[KZ OO
nm n'J I WVw > N u�
0000
I
N O 2 O� B i
m Z 0 p e
o E m Z
� Y
v
om
Z
i E
u O
cl L v
Z I111 I I I amOee �sZ:Eea�0000®9 {�� �a} sm
a`
W
J -
N
J
O s
0] ¢o' $
6 u I Y w o o O a
0 o m C n w w o' F o
N Z.
4 z
w3 n z w
3 ti w w ¢ o- w w w w'gu a3 3
jww `
m x$ko--=
o
a=s-a g m
o W i oyo W£o s$W w.>7ko¢ ==o rr �ryo>i yy o c
O
sain�u¢ moaomp3mao�o¢ _` o wix�=`s �
�a s- !NO-w" sYW z'^ w_ ooz o�w Du o z° a
z z:s
oa� `z8 Wo
oa olZ- eO¢aNmW^zI¢ Ngqao'r�"i�000 �wN ¢moo �eaYo¢ .z��m�o aio�i$ o m _N
zzz ¢0 Swoo.--5wo ?2C
m¢ 5��`o'oa W O
wW$ r0000' Esw¢w ooJxN�O�Wm�a o
i mwaoWY"0m,moo
QLL z
"voo aom
0 _ -o,8zo `
qi TtwaNs Z
sC
nma nu no n�mn.Oii n'soom Yi`nu <^naOiw� -aw¢ nyw nag dtmi� h� no --_ J
E�
ou'a o� .. o -��u a w z"mom i wu a"' - o
?o o� o a W o08 3-z owaQ o�p ¢ of
- "¢'u zoz z¢ 'w 'a "oomm :o;'o yea S¢w �ooJ o-0
j
w¢-n,°om`-ii.',sW`�msnH'¢ou=ss°i9rc�$ski"^�oQ"3x, ;.woydi-x. im$oz?2wwai_noz oa3oN wmo¢�z$�".�yzo-Ho -o`oa3w_-,oco�,.',,,, `�"omriozk$,iby$'i oWoi°oi•, e�o oWmS¢j_�o3�azm�o�'�'-w-+WsSo"m`o �= "i°�t'o""u3� `wioa w.o�pi _oozp Nz-
O
Z. ¢d
$pii b`o" wo
6ou,ojoap-�u°a¢-o¢maCOyJioozwzS/�maONo ¢ 'owzzzomio0 0¢oEz soo¢�
- 0OO�>_^
V
l� o
_s' 8oz zz zwC 68."0o
omgio"°sm
oooipz o a z
No¢w . 8=im000z opwOz" w, o,i¢o oo"}
am ,-o. r oc-_o s
i- lZag W-bzl aF�w1 aw `
o i'u;=S m0
o0b'o-
O�v
�_ Ns �zz,vn$z owto'w"4�' "qqua� .•Na^','i`w0a aiY y22Vi_pn=o"=u d�wo�io�"mogioooo' z_ "�_ y2o?^Qoui'' "=m'o=3,no`'amoJb oo u"i�°¢s=3o`ow�_ 'm^g"xo^�im o_'ooi
sn
d�ao Nw o.x we o i
aziT<Q -ww
r
u
6ioiz ow3 c4�"oo
gzad-ia w o
i`
i �:o¢z NVa
$o p .00
0 Woog4 oimowwN-W �zm i
woow.oN'o-Y'za 8iro"ouw'.wwo^oNJsmHt�� 0-
$.' �uYoWm�^0
=w�Jahoowy.';3z•,";m'__ n-¢c'_¢-zW-qq ^$wco`,='i�w
ga�.. 'W'oi.4XWiro�i`n
0`o^
000
osWa zW5 isC-i-.i - zo'"_j1¢-d°W.wI ?$�i �owiY e a .;etcA
.r ooN� oomo
o = VYo�.. 90
5. a wo
zzD
Z--i�o u
i :amoJo Do
y=go
o os? o ; 'Gw'w .wiw"J z ni 'am wms >
o S��; �S �: o ozes a��SCoY" �o� .msm ooQmmo -WzWao wo3W "^'m= T-, - >ogo .
-
E $�$$kw—o oar lzize
� ^ ozs�N.o+om$
uN zmo Cao .'`-WmoN` $w i`��.m "oWo
bW woi Goo am Wi <�`No 'ew o8.4'O o,,, so fir. �woa� of-oN
emu' w _ ¢ VOWo" `oY
moo y - xsi O o�¢i¢ Ng x'^m ¢ o0
`y'Faio^o - Qo'-' - a� mn¢-oac d`='� C_-.-.z io-u7 `s¢oH.oWrcj 's Wo o°w N3
_ o 5NVoo, `Z caBoo °ooa oowom o-N�Ya o woos o3N� sib 'z _Dry oQ
6zo=�Z, odou -w rc a}'� -''"'30' _ za _o?wo iow o'o E'n Z
a °e .`-,a`a=�o `oo oo¢�w z^com� a`w�$ `3` zaw
.»>aoui _ �54 �i.oi is n3Ym4 T�z�os _Nos =9i -3-D _HU
11
i
•
•
P
0
0
m m m
U
\O
v V V
a a
U
v
>
O
E
Z
a
v V U
N
U V V
QQ_Z pQZ_ Z
K K K V
J
0
_
U U U
Q
W
s s s a
W
W
iv
Q rv�
J
2'
U
z
W
r
-
F—
a °
W
Q
vv°pOv°°va
W
N
3
p0o°pOv°°o°
d
O
�
o
m
Y
vo Q°voo°a v°
Q
ov o"
d O a
u
�
a
rv3
N
o
_
C
�=
a
LL -
4
V'
W
p p
3? ou
.,
I
J
s
ac
° o
++
ry
5
U
F
3o
G
Y
�g
a
G
a m
W
r
W
W
x5
C
'`-
2'
Y
p_' o'a
NN
+
W
M
o
V¢
ae o
V)
a
of
r
U U
m
ry
W
m o
0000
2 -
rv�
E
o
-
..
E
Z
oN°
zN
Y
_
-
C
m
o
0
°
O
Z
N
°
V
f
O
E
Z
L
a
z
o
y V
_
N
W
-
y
< a
�
o
�
_
K
O
zE
a F
o
o
<
J J
� X
NO
D:
a
-
P
O
0 N
W
U
y
C
u
C
F
i
O
U
_
-
O
y
_
W
°
a
Z
{338
�y
V
3 a
LPL ^
W
°a
Q
¢
6
O/
i
y w>
w r r
n J>>
m r>>>
y
a a
y¢¢
Q'Q
y¢ a
J a
z z z
z> r
a w r>
d r
r r r>
N m
Sp
L N va
.a
a
CL
a
ec
s r3
t:.13
a
a°
W
0
C
O
W
I C
>
00 0
22 �I
¢
Qc
°-
C
G
p
d
w w
d
c]
O
m
(i
W
N•
O
J
U J
x
y
Z C
y J_ O_
O
y
U
w
O O
Z
'1 U'
U
Q
lj
u m
w u
z
'o
U
3
v
Z
S w Q
6 d
X
(j Q
Y Y
O cl
US
y Y
U w Zu
> 2
2 w W
w J<
6 Q
Q
Q S W
1 2
S
O Q
N N y
y y
y Z W
y O Fy
m\
ry
0000
a o 0
0 0 0
0 o LL¢
w w r
a a a¢
3
z 4
z= y
H N N
N j
z 3
m
w z
¢
u o u
u w
O<<<<<<<
"GI
z
O O z
m w w
Z O Z
w Z O
U
QO O
O O O
O O Q
Y j
j j w
S S �y
> U
4 0 O
W
E f
U S S
2 2 F
w w
F�
w V
U r S
O O ti
S¢ y
tix¢¢
O O O
a z x
O w¢
O w J
w o¢
w .0
w
r r
(7 O
F 0 0
O w
d
O p z
w w 0
z Z Z
0 0
Z¢ 3
0 r w
0 d
Q z
i
8
4 4
'e
9 4
u'+ 0 8
4 4
S c o
4 4 '?
8 S n
4 9
o
4 4 4
0 0
9 4 4
0
4 9 4
8 8'
4
a
= f^3
_
'rv'.' 4 4
0 �v
a
4~?
o N
4 4
o 0 8..
4 4 4
g
RR
4 Y 7
-
�go
r o
H6
Z
_ -
a 4
i
•
•
0
0
E
\8)\
77
\�!
� �-
!� 3
;ƒ
!
)
0`q2
|`
\;4
§[]/
10
/
B
;\
S
§
J
A
!
/
|
�
§
E
�
a
0
\
�
2
`
_
!
\}
)
()
§
\
()
\
_;]):
:)
2®;(Z!j§§<;
(/
\\\(\
!B§!§
!a
\)))/�����!
;§!))!§#:§_
»«:0:44;l:ems\§
,!(!§,;§§f}(§>!)§i;2«j§!!]
\})}//|)))\))//}§[!/}}}})}
§a;l;;;§]44;://`
§!§§§§§§§i)/))§!!)
•
• Traffic Control Management
• Traffic Control Inspection
Please reference CDOT's Standard Specifications for Road and Bridge
Construction for additional information and responsibilities of the TCS. As
required on federal funded projects, the TCS will be required to submit to
the City daily traffic control logs for the project.
4. There is existing "high -back" curb and gutter at the Laporte/Whitcomb Bridge, yet
no line item for this. How will this item be paid?
A new line item has been added to the project under section 609:
• Curb and Gutter Type 2 (Section I I-B)(Special)(6%1 2" Curb Face)
421 LF
This curb and gutter represents a standard Curb and Gutter Type 2
(Section II-B) with a curb face greater than 6". The following line item has
been reduced:
• Curb and Gutter Section 2 (Type II-B) 150 LF
• Clarifications Not Resulting in Changes to the Bid Documents:
1. It is anticipated that concrete "Jersey" barriers will be needed for the construction
traffic control. All "Jersey" barriers are to be Type 7 as defined by the CDOT
M&S Standards.
2. Several trees are to be removed prior to beginning construction on the Shields
Bridge. These trees will need to be removed in the spring of 2012. Construction
on the Shields Bridge is anticipated to begin in late summer of 2012. To avoid
erosion control problems, the Contractor will be allowed to cut down the trees at
the Shields Bridge in April 2012 but will not be required to remove the tree
stumps until the fall of 2012, after water has stopped running in the ditch. All
construction activities must not impact the ditch company's ability to convey
decreed flows through the work zone. All traffic control necessary to perform the
April 2012 tree removal will be included under the following bid item:
• Construction Zone Traffic Control (Shields Bridge) 1 LS
9
� I 1
1 I
1
1 I I Ow
1
i a
syy� &I
n G ! n
Y i 4 `
N 1 o / qw ze
V\ / .Oz 1
1 I I IyIZ 1 Ix
OzOV
I C W I IN
o I
¢� O
INp mW w Ow
n l i s a
i my 0 OI �O
M1. w Uw Q .NjU 1 O^O I Iri Z� hj
J. Q mw O I 1 +a V r] I
x-2 00 0� 1 ; nA 1�ssa wo wa Nrc I
Zm +3 a,--:
e ^_�
Vr FOVI
air N nOw w �Q Z
�y2
OQ
io aw I I I 'awn
��� FO II I /�pp
Q20
I �
I I
1 1
1
1
J
N
?V _Z O ZF 1
Z I
U0O-%U¢� 1I CI
na
a 1 {I
sa
¢m
�O� FE4
J
VWJ OQW JV
Zw2
I
Waj
,o
a
�`
V
no
z`
I
o�
zF
Jla-n
ryoF¢
I
oa
w`a
\ FC
d0 1
00J
0D
I
O�Z
mi
¢
NF
rc
?
O
Ji�
mKN
z
rV
m
Z O
r
K
N
n 3
nN
w
N
0
O
w
N
O
O o O OFa
i
y z o
1a0J �J 0H15N3A7 !O
e ¢o�
I
I I �_. �g
linil j
F8.0 b56B1-3
OZI=N on
i ilrv0 5539w j
N mz
I
10'-3
b b'S@OIZG0ztOZI=N�"'ONW ow I 1IN11 553]3v
�o
0
rvp /Ns /
a z
Lin vw z rc
�C
O z Ww
¢
ma au wi
opW"v`Im x; n
_zI oz
FGV xo
m pW
O?
/I
V Z
Or E�pY� N a
ww ¢
a cai x o �ii�� Jw o
VO ;Foy 7�V V2 2 0
p ¢ woo
o00¢3o iiJV QO
OON m�V �Q r VVZQ V0 2
Z J UmQ�FV _^ JZ V" p
N �
ZnZ UJJz�m ejO� 60 O
OV�J�O JVCn OV a
OnU n'C OV wI `]O� OJ �
V K 0 Z K K
Q¢¢ ovlu `z wn zv`�`o� o¢ o
aaa woz�wo a�-'J"5 ww
Qr mgpo W VUO 0J
wtc ON m rOFa OV OU
Z~ 6r '�n0 ate. J �Z
U NN V
:O i nVo w¢w6Wa? N3^� > ¢o
,uzci3 '^zo V��,IJ ooizQ v_lu E
jow .m Qum 4
�Ow jn0 z -z —Z3 zOo� I pm¢ p
NI J p O¢ZpY�i VaV¢'- Opw _
lw¢2 V32¢2U� V �n VOm
JJ.F OOH a
z_o zd n muNaVO n sn� vms v
lHI
•
•
9
•
E
Qo
o
1
no
¢ i w_
o
N
Milli,
I)
:
IIII
!
f F on
i I U I 3 Z
= I
!
Url
=
II
I
I
I
II
i
I'Ih
I
:III
Z
F
m
E
z
'ul
!�w"I
!=lliriil
pn zw
OI ( Oiw
Oo
'J2IOp
Il Q�
ap
2I
00=1•!
N
_ z Vi
O�
aWOw i�
I� W)
WO
n I tir E I
Ws
0�!.,K
mZIa»
� I
I � p.pOi
IZ I Oi
w
!
V
. N
oQ
OOZ OO
yi
V��I-.IO
��KO
Va
Fpwi
O
O
i3
U
I
I
I
w U
0WV
Ia�K
�Kp�2W
O11V¢,.I
I ZNOLL
tO 10
I ^
�¢
III
l•. 0_
q N
oJl�o�o�
_-
}OWaOI
vl
N2
N z
I
ice-
-F N ='nq—
wwa=aw
�s
tv-
V';I
O o f_t_`2
m.�_ti
I
O O
+ Z Z
N QV
J V
m n
PI= 14+,86. 9 x
w
uu,Jl
v'I �N^
�pQ>-I,>i
ooa
i Iil
nJ
OQ2
!zl Q
,;D'UI
Nz
U'2S
ooiz
V, ON
�V�
1
I!
Zz
2 V 3'
a C'wN
N1/1
2J
, mnQJ6
WI¢ OOZp;f
Kz: �n
O20
INNW
z
I
(
gU
Z
FOZz>_;
T601I
�U. patL
•.
N
W m �NW m
m V} I R Z ~nV
�OVK�j�3
.I-�V n"O
Q20
2 OpOW
0
vw I OI N 3 a`an �OQ`F n V
` Nwi n
,.,�¢Znp�u
zpm� (�}
USN
10 IQ
rw
n .O� O •
p W _m
s1U2
O .JZ
z._pQ
IOw8=l
:70VN
n2S0
V Fn
,��+
0 NV
,OVUI
! I
!
j
O O VI
r ^
O� N ON UNm V O�J m
Boa N o �o >-1i
!
III
IIII
i
1 'o
wa n G1 m „su
J
j
a
'no ^omw
nQo nYI 'e
i!
II
! z
O
o n0V I -zz
quz R`o I mmn
o - ;5 n
Nw -
I
1
I
i
mom n(`JYoa ,`nmd wm F 4n =
'�...
z
!
Oi
Ni
VI
It
O mN FO
n=z ;•OIN + QzIN3 avw_:rr
W
U
O
N_n'
� rw
N �s
(I I
(I
U
Q
P1= 13+7.3 g
I I 1
I
I
I
I
I
91411S1"I
I
H911
! I I
W ;n31
,
N z
z
a
i
1
OOOC+tI,
7 1 tl1S In ;
I
N
I'
III
I
I0N3 !
I
C
ONlntld 11VHdStl
w,
I
!
! ! (
I ! Ie J
I`I
I
O
1
b( 6fOSI
n313
OSNNVd
Itl1SIInd.
I
uL0
'J
N1938 I I
!,,
i
LLI
V\vd'1l`H
lilHdStll
r
!
N /
z
p N¢z 11
I
1
I
1
-� So..
li
J
"pIt,' 'I, o, L^
l
I
I ^I
!
I o ao7
III
In nNNu=i
IIII
!,
i)
, I,II
n33oz
Allnstb6s
o
I m 1 x
�I/
13dn19pd
SI N1938'g
I
y'
I
9NNNd 11VH
Stl ON3i
j
!V
I!nwI
,I x i z
!IIII�!il�llilo
9NI1SIN3IHOIVW
n333
IIIII
!
m 0
,•.�. 44444 y / jfi a x uli w
OOIOI+ZII
�1S.
Ind{
j
I m�I
oF�: o.
I
17NN7d
I1j1vHd$tl
I
NI939
I I! 1
I
I!
�'o'el
� c
m e � I'ioF o
, Qoa�=
I
I I
II
! I
IIII
I! I'�I
�!,,,
_
IIII
1Zl
aml
II!
- 4
N
o
-
i
ay,N
n N j9� a,a w w'
I
wil�;
z
n1
o
!
v
K
E_
E
!;i
IIII
IIII
ZI
0wv
�2
O
!III
mi
�Vtr
n
a
w
I!1
! I
L
-"o -
it,
„mpg bl 11+38lo8 m 8
Szw_o�..
v m-mN muo Hw aili
I
1
1 1
Iii
I
Iw
I
n
0000
_z ozF
.75
m w oax �m�I;!,'I
Na+,
I
i
III
I I
'<a xW
IIII
I
IIII
III
IIII
i!I!
III
I
I
IIII
i!i'i
o
F an¢
+
iI!I
II
IIII
iI
,I,IIII
Ilrl
o
I-
m¢ J IP J I I
jII
IIII
II !
z
N N I
p N U1
a o I=D
IIII
Ijll
II,i
Iit
IIII
li
Ili
it �I
'i
III;IIIII
I
!IIII
"
IIII'
!.I'
I
m
19noD av1SN3n3
hill
11
o (�=rlm
Va -
I':I
�i
IjIII!I
I.'I
Na
s�
O I
.'I
I!
III
iljiill
III,
I
Na
'x�
il!'
it
li!
IIII
I!i
l
�li
'6EN
a I o I j
i
Z
•
5
Z
2 O �O
G{
Z
z
3 r�LrUUi O Q
a a OY Zp�
� ^jOOV j3UOGmG. �
OrU Za
O OVJ�
W U3uiw Na
ti z-gN�pV...-tNn?So
JasaJN w¢I�w 0¢0Q
CVU0Nr�NO Cu
x
ZJ
WWCUUJwV¢
V UZNWVaN¢COaW
F
O
¢
V
�I-I ��� Irvl ��� ��� INI ��� ��� 1� ��� �lal I.- - �0� -1 -1 IsI ��� I�I INI
o
o u p
¢ C R yCj w ry
O g
p O > O V
N O � .i tj O p0 YR
O i O v Z vl O a O 2
w
4 U O
W Uoo O 1 I Q
�O a Om[ NO O
O Zu ZO>O
¢O OZ N VV r N II II II U mw,U z~
oW. c
C..o O ¢ a vl ¢x z6
o� o o> p oo y ¢ '< "� pw N
p "ou �ouo o a mp you x s o
U _ N Q P F V z s wN v p w
Za �C Oa O ~� �.Oi p OMV ,w.I 4 ¢J oN aNJ No p_ O
00 OZ jN W ZO Q a F O Qa W NNO N O CV Wh OUC O_ C
Oo jo Nw py, Y� w Z O
�O d —ci V C O U zW _ w �Z 2
¢K OV¢ JOu J < N a z N �0 V16 W
a QO ¢VI 6 O J O K
¢
� op
OZR
O¢ W w U P C> ¢ MVOO JU w0 O w W Z
O zm0 O j �N� 00 U a o W t1/I VI JI VIn>~OVO
O O¢O x a O
VZI N^ O b w0 6016/1 ry r 11'1111i UQ 6j�aZ
i I_ _ N¢N N 0 rt I Fp IWN J �y¢OCd t¢JaR Oci���Z r
FQC a¢Z Z �'Q m P Vy OZmm g t� N N NNNNNC wW CJ O�� Vu O
CpN CO i. ¢ 3 w N 'J 00 �JI¢ O WO U R01 a¢ONOO Ru
O Z
O
pO QN - i ¢rC L 0 O�NN a QO o�uP•i x v� C O wig©Ww� Z C�< wwzJ�C `p2
OOap w_o N Lz-i p'a _ QJ �Vry a _ Saz_S5H-g2 tA>i rttomJaO V�
toiN yam m pi ory m 11 3,zs-,A,d :Q�i ocJizrw�Y ?'u
_OV V i00� U V CNIa v r 00 + Y jNll y 11 .CL II z2C �QO Fr �� Nz
P V V Q - O_ N`
N NtC/1 6 N-`30'OJ a ¢ N`N I OJ NOW O F i2iZ1 dCCC av- •u9naQ0= -N
U i r.lr r
u00 'rl ONF V my J COQ x` T LIN 6Zz x Wu K Z V ¢VO O�<W�r.O pC
O_ OCZ O w
-a <za4,ao2
a�'�W'a sa�Jp o i�o�z�az W'z
W 'JIW J 20 N Q Z r =C'� NF '• ^� 9'aV N JCt�VZY OWO 4_J 6 O•-
'OS 'y S w000 W C O i0 u OZ FCN v O IIWW NOaJ N w �I V•I OOPQ 3J
Q Kp' C N Cl V.j s �i N x .N -J[ 1 1 0 W^ F %
06.E ¢�N¢ S< N Sm ZC II _ 9 ZO
Q_ U.
w j2 W rZN [v W_ N 4l0 R w�N JII II OVO l�'�Cryy
OOO O N pN�w Iv C N w �Z `t W �wWVO¢m O�O�ZPZ
�Oc O F. WVww c m a Z,- _ aO R
.�O ¢ C ¢JO_ W� U O U1L .v 0m6 UOW� i w.VY 62 O NOW OUCOwOr a0
F_ wm7a O F �V-Cju VU p 'f/t y' © fW Cu UV 1➢wNU C w NO NCO
_ JW Ow O UO C5 Ii Cz rC
Z Jz u z ¢-z^ 4 z z a c�m� Sc¢i �a �;r No xu a^ :� `- F-
nod' o G a oo _ t� Ngwuo'so_.
pWYYC WUVO wUN cj,J z Z_
z ON04 . J U 'JV W O<N WV - OOt-Z w6 Kp _QVQOV II O`OrC� N'
J O <Oo 6w P O C'n J'y V i0 O41 IIQ7'aJ
Z ONNn ,n OyUV C u3 2 OWO w ,n `j Z1 Ow0'I. I.I UG O_Z
�yzs a op='W �o p i• wz ¢ `" watt/ of s '^ wz z J . . pezzz <5W-
�oz �5 `-'S a a� xJ iJ N�'-.YosJ000 _ - o
R-U� 6LmU1 aV U RO O CJ'J ^RJ NV 3v`] rUU_ © NU �tZ 0
RROmCUVUVu N�� ��OZ -
0
9
0
v
j
Ip
a
O
a
Z
oa
aON
d p
O�W
m41 Z
wm
`Q
O
V
IN
KrZ
U�N
ayw
pN
dI
Z
N
�OZ
p
Jpo vl
x
�w
uW�
Iwo
4i�o
W i
•`n z�
O
aao
W
zY
.rp¢
moo
000w
?�
a
�
oo
a
moo
�
V
;pu
z
wNOW
of
a
Ncz
NN
V
V
dud.CO.
�p
-.
KK
V
w�
O>
JOVJ
U NUO
oo
UN
�
yOw
Noz
pill
I~W
O�U�
Ntir=
>`-'da
K7Cw
N
p
UU
Wul
Gio
m�uo
o
o���
O
OwZ
u0
WOUz
O
NU
N
U=
an >z
wG�O¢
N
yNjKO
_
V o
Z
H
OU
Jo
KCV
N60
pC�
fwp¢
W,I/lw
UV¢
r
ONUV
In
U.7
iV
zC
JN
``y
`ou
Z
sNNo
iNw�
E
oN-g
�pUp
<O
W
O
Oat
dp
�F.a
FF7
i6V
Fo.
YO
O
O
OO
U
1-
u O
ow
V V
u w
w
^---'--
r
�
o :-
w o
_ a
N OW U
OZ
OUF
d
Ow
u d d P
I ouZ i L
_
off\I
®a
�x an
1
u
i
N
Y
?
'
O
U
\
m z
u
0
N UN
Z V a
-
Z Zo
CO
¢ Cw w
Z O
O VN
Z Z O
-
ry
co
o�
noN.o-
5
J- o p
m mu a`
L1`: a pm a
=
i
vi
Q
-p
u
O JZ
C u_
w QV N Q
VV
� p
OW QLI
� r w O
C
6V uU
O QYl iN
p a =�w O
n
i V O
L
ZOOOF
OO
H
O
lD .9-1 3 F va-vf
U
E
z
rc
>
D
�L
ILL
p�
o
b A
I III ¢N
Z
m
I III <�
ggAR
E c s5P
I
Ij'
I I z
'ell v
U o ��
I I
�
`
o
0
L J)
r—
I
t
NTH
w
"
I
0000 I, -It
ZZ
0
\d N C
>"
a
-
.9-.l a Z
•nx'a301S _� o i M m
t 337Pa - p
N C
•
0
�
0
{ \V) \ \ \ROLLAND MOORE m v 0-
{ !_£
: 2H 6 . (; § -
|
}LLJ
-
7�0VIW
I ; _
00 \ �/
Zx
\�§
(§
\
0 \j_
11.00 FT
2.00 FT
zl
si
• \ w [
I
§'
�
!
in'~
\/! �
FT
EVENSTAR COuRT
! j\� /
d E
-
\§\ [
§ zir
!&
RAINTREE
]\)
.
��\\
- §
2{Z;\i)
\ y y
§(;!;\!
= w Q
/
\\/\\§§
..
,6.1:, :
\_\\\\.,Z
;
692«
CENTRE AVE..
! \\\\}\}\
No HIM
B
<
LA
�
0
•
•
m
w
V
OZ
a�
U
\
o
o
a
j3
U �
�
oV
Z
z
>
0✓1
g
Wo
a
¢LL
0w
z
K
z Z
u
4U
u
v
o
¢
m
Zo
°
/
=au
C
'
om
a
JL
OOo
Upw
6
m o
Z
¢m
1r
of
¢WN
w
Wuo
j
w0
-
P
way
W
'=zw
m a
3-�
J
�w
Zoo
a 3m
w w
SIWj z
pUp
JL
-IF
i
-
O
m
Uw0
aK V
W
Ox
u
N
Z0U
N
^ 7
3 a
N j />
p7
N�
0_
u
JLLd'
¢ O O
O JO
Z
�.r
1�
aOm
1
m a o O
am0
t<Z
N
NE
v'I
I
O U U
2
rc ¢
fad
Q
J
o w
0
U
u
Z
'
a 3 a a
a
LLO
a
a
Ia:yr
a n
O O ¢ c
0
U N d
H
Z)
Q
m
j
3 0
O u m n
V a
z z W
W K K
Z N
}
Oa¢
'm9v
Z
O
a a
�OU
o o
W u u n a
w x Z
4 N w
-
I
o
J m w w
P 'a
u
`
=
vl u
�
3 3:
LU z z 3
W
I
H
J
d
Z Y Y Y Y
{
c
O
}
I
W
U) W W W W
I
m¢
O 0 U O
t
I \
a
o
Z¢>
I
W-
O V U U U
I
J
C
B w
Z
O O O O
aZi
WO
' U
Q SiuB
U
ry
P
O O O
Z
O
Z V O O O O
W rn
t L
..n`?a
�00000
r 1
�� _
LL m
m
�W 0000
u
Z
u
m�A
K
1'.
o
Z
mo IZ--
0
W
�U
_
}
O a O W
w J0 Q w
Q
O - g
m
O
O
na Z
ow O '^ F O
1
1
mO UI VI U
TM
o° c c
1 Il
0
W
W Z
_
a'
OFO T
a
a w� o a wm
mz
Q_
�� flow
a
N
In a0 UU
w
W
za Ja u "- W
,16=6
`o
O
c
I
w Q
o
Z o
��wz
f W
W
z
u o O 3o
i
o
¢
cmi
o
Z
-0 aw
J
-u
Z
#
>
�_o
I
'
W
uz
W3wa 3 O
/
�I.
W
umLL¢ fn I-
aln�o�j z
E
vl
z
r W WO w
€
Z
Wz2WOW 0
Q
��
Zti 2
3J0
O NOp(r
J
o°
N
7
Iuc
=wlnuwa a
mew Z�w 2
't,',
nwU
>>
w�
ZVw000 o
_
U
OOOO
N
f pzz nZD�Qm a
y
3
WIiY )
aK
W
m �o�J J
OW
R 111
W
4Op
3 u
xJ0
T
Q J¢
�.
N
OUw
�---
ao�IW-t-vxi
(
f.\
a
O
<wwo
,
Fmo
U)
ooi ,wVo Z V
uOiLLa
N
^�
U]
NO
HNC
U
Wtim
p0�
W
Q
Y}UOW� 0
.�
OOU
LLI
/
�l
_
0
�3
ama
W�R
QQpmwa z
O
awo
U
OZ
,
b
NaQ
W�LLO�Ow
OVII-UW0W0
wl-w
W
wOw
Z W U
W
n
?�
0 J
�O¢
V
e }
Z O
_
B
o
�w
S�
OUQ
NZwON�
Ulm
Oam
^
i
N
a
.J
II Ww0 NO
a�
Zw:i
p2J
LLO
/j
]aN
co
OZ 00 �p JJI-
WWw
b />
M
W
�g
Z
�Zw
I-w IJowau
�W�
z0
U0w
z0 z
Wou o"wW 3
a3
a
o`xnz
r
wummWOZZIr
p3
z0
(v
.._a
fn
pw
¢
DW
w
a¢
o f
m
Z
w
a_� n a
u�
O
LL
6
i
<
CONTRACT DOCUMENTS TABLE OF CONTENTS
Section Pages
BID INFORMATION
00020 Notice Inviting Bids
00020-1 - 00020-2
00100 Instruction to Bidders
00100-1 - 00100-9
00300 Bid Form
00300-1 - 00300-3
00400 Supplements to Bid Forms
00400-1
00410 Bid Bond
00410-1 - 00410-2
00420 Statements of Bidders Qualifications
00420-1 - 00420-3
00430 Schedule of Major Subcontractors
00430-1
CONTRACT DOCUMENTS
00500 Agreement Forms
00500-1
00510 Notice of Award
00510-0
00520 Agreement
00520-1 - 00520-6
00530 Notice to Proceed
00530-1
00600 Bonds and Certificates
00600-1
00610 Performance Bond
00610-1 - 00610-2
00615 Payment Bond
00615-1 - 00615-2
00630 Certificate of Insurance
00630-1
00635 Certificate of Substantial Completion
00635-1
00640 Certificate of Final Acceptance
00640-1
00650 Lien Waiver Release (Contractor)
00650-1 - 00650-2
00660 Consent of Surety
00660-1
00670 Application for Exemption Certificate
00670-1 - 00670-2
CONDITIONS OF THE CONTRACT
00700 General Conditions
00700-1 - 00700-34
Exhibit GC -A
GC -Al - GC-A2
00800 Supplementary Conditions
00800-1 - 00800-2
00900 Addenda, Modifications, and Payment
00900-1
00950 Contract Change Order
00950-1 - 00950-2
00960 Application for Payment
00960-1 - 00960-4
SPECIFICATIONS
0
•
9
•
Rev 10/20/07
SECTION 00020
rkWN%G11dLOW, aCOX:3U.
Section 00020 Page 2
•
3. Sheet 32 calls for removal of tree (1) greater than 35 inches. This is actually a
grouping of trees. Limits of removal to be defined in the field by the City
representative. See attached photos for clarification.
4. Per City Traffic, Variable Message Boards (VMBs) will be needed for advanced
warning devices prior to the construction of both structures. The City anticipates
two VMBs will be needed at each structure, five days in advance of the
construction start date. The VMBs needed for the advanced warning are
considered construction zone traffic control and are to be included in the lump •
sum line items:
• Construction Zone Traffic Control (Arthur's Ditch)
• Construction Zone Traffic Control (Shield Bridge)
The City may request the Contractor place VMB's around the work zone to
notify the public of upcoming events. This is not considered part of the
necessary traffic control to provide a safe work zone. If the City requests
VMB's be placed for events, the use of the VMB's will be paid for under
the following line item:
Portable Message Sign Panel
5. Are there any color requirements for the riprap?
Yes. No pink or other shades of red can be used for the rip rap.
6. What type of material is suitable for the bond breaker for the box culvert? Note 4
on plan sheet 18 calls for a liquid applied membrane.
Bond breaker shall be bituminous based, liquid waterproofing. The
Contractor shall submit material specifications and receive product
approval on the liquid applied membrane prior to use.
7. How will the sub -grade reconditioning under the concrete paving be paid?
The sub -grade reconditioning under the concrete paving at the
0
SECTION 00020
INVITATION TO BID
Date: January 30, 2012
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 February 22, 2012, for the
Shields Street Bridge & Laporte Avenue Bridge Replacement; BID NO. 7336. 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 Shields Street Bridge & Laporte Avenue
Bridge Replacement. The Work includes the following:
1. Shields Street Bridge: The works on this bridge includes removal of existing bridge,
construction of new bridge, excavation, hot mix asphalt, and traffic control and pavement
marking. The project also included installation of urban design element on the bridge,
curb & gutter, riprap and removal of trees and new trees.
2. Laporte Bridge: The works on this bridge includes removal of portion of existing bridge
(CBC), construction of new bridge, excavation, hot mix asphalt, concrete pavement,
traffic control and pavement marking. The project also included installation of storm
water inlet, and curb & gutter.
This is a Federally funded project and the UDBE goal is 13%
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 10:00 AM, on February 8, 2012, in the Training Room (Conference Room 2E)
located at 215 N Mason Street, 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://www.fcqov.com/eprocurement
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.
Rev10/20/07 Section 00020 Page 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
0
a
James B. O'Neill, II, CPPO, FNIGP
Purchasing & Risk Management Director
Rev10/20/07 Section 00020 Page 2
SECTION 00100
INSTRUCTIONS TO BIDDERS
0
0
Q
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
O 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
10 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
the sufficiency of the financial resources and ability of the bidder to perform the contract
or provide the service, (7) the quality, availability and adaptability of the materials and
services to the particular use required, (8) the ability of the bidder to provide future
maintenance and service for the use of the subject of the contract, and (9) any other
circumstances which will affect the bidder's performance of the contract.
3.3. Each Bidder may be required to show that he has handled former Work so that no
just claims are pending against such Work. No Bid will be accepted from a Bidder who
is engaged on any other Work which would impair his ability to perform or finance this
Work.
3.4 No Bidder shall be in default on the performance of any other contract with the City
or in the payment of any taxes, licenses or other monies due to the City.
4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE
4.1. It is the responsibility of each Bidder, before submitting a Bid, to (a) examine the
Contract Documents thoroughly, (b) visit the site to familiarize himself with local
conditions that may in any manner affect cost, progress or performance of the Work, (c)
familiarize himself with federal, state and local laws, ordinances, rules and regulations
that may in any manner affect cost, progress or performance of the Work, (d) study and
carefully correlate Bidder's observations with the Contract Documents, and (e) notify
Engineer of all conflicts, errors or discrepancies in the Contract Documents.
4.2. Reference is made to the Supplementary Conditions for identification of:
Subsurface and Physical Conditions SC-4.2.
4.3. The submission of a Bid will constitute an incontrovertible representation by Bidder
that Bidder has complied with every requirement of this Article 4, that without exception
the Bid is premised upon performing and furnishing the Work required by the Contract
Documents and such means, methods, techniques, sequences or procedures of
construction as may be indicated in or required by the Contract Documents, and that the
Contract Documents are sufficient in scope and detail to indicate and convey
understanding of all terms and conditions for performance and furnishing of the Work.
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 0advisable by OWNER or Engineer.
Rev10/20/07 Section 00100 Page 2
i L4
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
O subcontractors he proposes to use in the Work. Refer to Section 00430 contained within
these Documents.
Rev10/20/07 Section 00100 Page 3
11.0
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.
5MOYMMM
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
0
0
r
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.
O 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
Rev10/20/07 Section 00100 Page 5
E
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 18
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
a
O
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.
Rev 10/20/07
END OF SECTION
Section 00100 Page 7
0
Laporte/Whitcomb Bridge is included in the cost of the Portland Cement
Concrete Pavement. See Sheet 7, Note 3.
8. Will the temporary asphalt have to be milled out and if so what bid item will this
be paid under?
Yes, the temporary asphalt will need to be removed. This removal will be
paid under the following new line item in Section 202:
• Removal of Asphalt Mat (Planning)(1 "- 4" Depth) 288 SY
9. Will the h-piling have to be evaluated by a PDA?
Yes. Evaluation will be performed per CDOT specifications.
10. Will the City allow the box culvert at Whitcomb and Laporte to be Precast?
No. The structure replacement at Laporte and Whitcomb shall be cast in
place as specified in the planset.
11. What type of material is required to replace the Muck Ex and is the material
incidental to the Muck Ex item?
. If much excavation is necessary, the material to backfill with muck ex will
be determined in the field by the City Representative and the Contractor.
The City does reserve the right to include a geotechnical engineer in the
determination of the backfill. The Contractor will be compensated for the
backfill material at a negotiated price.
12. Will the City supply the bid schedule in Excel format?
Yes, the City will supply the bid schedule in Excel.
SECTION 00300
10
0
0
SECTION 00300
BID FORM
PROJECT: 7336 SHIELDS STREET BRIDGE & IAPORTE AVENUE BRIDGE REPLACEMENT
Placed �`ll,n=s`. (teloaado
Date
In compliance with your Invitation to Bid da ed da 20� and subject to all
conditions thereof, the undersigned ZQk.)ih yic� • a (Corporation,
)(jFiCte�,l)fa�ill� ci�tl�G�p�c�c�t4) authorized to
do business in the State of Colorado hereby proposes to furnish and do everything
required by the Contract Documents to which this refers for the construction of all items
listed on the following Bid Schedule or Bid Schedules.
2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in
good faith, without collusion or connection with any other person or persons Bidding for
the same Work, and that it is made in pursuance of and subject to all the terms and
conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the
detailed Specifications, and the Drawings pertaining to the Work to be done, all of which
have been examined by the undersigned.
0 3. Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum
of 5'/. o9+n+oQ 1c1 pittc,a
($ ) in accorcancb 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 Bid r proposes to furnish the specified performance and payment bonds are as
follows:,] IeVP!n1j',&,ARe-, -CgLv�.
ttQ.01 UoLte Ab A ram. LLr e., Z A�v3aa
5. All the various phases of Work enumerated in the Contract Documents with their
individual jobs and overhead, whether specifically mentioned, included by implication or
appurtenant thereto, are to be performed by the CONTRACTOR under one of the items
listed in the Bid Schedule, irrespective of whether it is named in said list.
6. Payment for Work performed will be in accordance with the Bid Schedule or Bid
Schedules subject to changes as provided in the Contract Documents.
7. The undersigned Bidder hereby acknowledges receipt of Addenda No.
.I through a .
Revlo)2o/07 Section 00300 Page 1
7336 ADDENDUM 2 - REVISED BID TAB 2.17.2012
ITEM NO.
DESCRIPTION
UNIT
QUANTITY i
UNIT COST
TOTAL
201.00000
CLEARING AND GRUBBING (ARTHURS DITCH)
L S
1 I
S 1,500.00
S1,500.00
201-00000
CLEARING AND GRUBBING (SHIELDS BRIDGE)
LS
1 I
S 3.000.00
$3,000.00
202-00010
REMOVAL OF TREE
EACH
51
$ 1.000.00
$5,000.00
202-00019
REMOVAL OF INLET
EACH
51
S 650.00
S3,250.00
202-00200
REMOVAL OF SIDEWALK
SY
2671
S 5.75
$1.535.25
202-00203
REMOVAL OF CURB AND GUTTER
LF
768I
S 2.50
$1.920.00
202-00206
REMOVAL OF CONCRETE CURB RAMP
SY
131
S 28.00
$364.00
202-00210
REMOVAL OF CONCRETE PAVEMENT
SY
1,0451
S 6,00
$8.360.00
202 00220
REMOVAL OF ASPHALT MAT
SY
2.2961
S 3.50
$8,036.00
202-00240
REMOVAL OF ASPHALT MAT (PLA,UING)(1"A"DEPTH)
SY
2881
S 6.50
$1,872.00
202-00250
REMOVAL OF PAVEMENT MARKING
LS
1
S 4,400.00
$4.400.00
202.00400
REMOVAL OF BRIDGE
LS
1I
S 40,000.00
S40,000.00
202-00495
REMOVAL OF PORTIONS OF PRESENT STRUCTURE (CONCRETE BOX CULVERT)
L S
1I
S 20 600.00
$20,800.00
203-00010
UNCLASSIFIED EXCAVATION (COMPLETE IN PLACE)
CY
589I
S 15.00
$8.835.00
203-00100
MUCK EXCAVATION
CY
2001
S 69.00
$13.800.00
203-01597
POTHOLING (ARTHURS DITCH)
LS
1
i S 2,200.00
$2,200.00
203-01597
POTHOLING (SHIELDS BRIDGE)
LS
I
S 4,500.00
$4.500.00
206-00000
STRUCTURE EXCAVATION
CY
2.3281
S 14.25
$33,174.00
206-00100
STRUCTURE BACKFILL(CLASS 1)
CY
1.7121
S 30.00
$51,360.00
206-00200
STRUCTURE BACKFILL (CLASS 2)
CY
581
S 13.50
S783.00
206.00510
FILTER MATERIAL (CLASS A)
CY
1061
$ 56.00
$6,048.00
206-00520
FILTER MATERIAL (CLASS 8)
CY
306I
S 50.00
$15,400.00
206-01750
SHORING (AREA 1)
L S
I
S 14,000.00
$14.000.00
206-01750
SHORING (AREA 2)
L S
1l
$ 9.700.00
$9,700.00
208.00002
EROSION LOG (12 INCH)
LF
717
S 3.30
$2,366.10
208-00034
GRAVEL BAG
LF
621
S 6.60
$409.20
208-00045
CONCRETE WASHOUT STRUCTURE
EACH
3
S 560.00I
$1.680.00
208-00070
VEHICLE TRACKING PAD
EACH
5
$ 1,460.00
I $7,400.00
208-00205
EROSION CONTROL SUPERVISOR (ARTHURS DITCH)
LS
i
S 7.300.00
$7,300.00
206-00205
EROSION CONTROL SUPERVISOR (SHIELDS BRIDGE)
LS
i
S 16,500.00
I S16.500.00
210-04010
ADJUST MANHOLE
EACH
2
$ 500.00
I $1.000.00
210-04050
ADJUST VALVE BOX
EACH
2
S 350-00
I $700.00
210-00610
RESET GROUND SIGN
EACH
2
S 250.00
I 5500.00
212-00006
SEEDING (NATIVE)
ACRE
0.7
S 600,00
S420.00
212-00032
SOIL CONDITIONING
ACRE
0.71
S 1.750.00
1 $1.225.00
0
0
0
0
0
212-00100
TREE RETENTION AND PROTECTION(ARTHURS DITCH)
LS
1
$ 1,000.00
$1.000.00
212-00100
TREE RETENTION AND PROTECTION (SHIELDS BRIDGE)
LS
1
S 4,500.00
$4,500.00
213-00002
MULCHING (WEED FREE HAY)
ACRE
0.7
S 900.00
$630.00
214-00230
DECIDUOUS TREE (3 INCH CALIPER)
EACH
9
$ 500.00
$4.500.00
304-05000
AGGREGATE BASE COURSE (CLASS 5)
TON
783
$ 28.00
$21,924.00
403-32821
HOT MIX ASPHALT (GRADING SG) (100) (PG 58-28) (TEMPORARY PAVEMENT)
TON
95
$ 87.50
S8,312.50
403-32821
HOT MIX ASPHALT (GRADING SG) (100) (PG 58-28)
TON
369
$ 87.50
$32.287.50
403-33821
HOT MIX ASPHALT(GRADING S)(100)(PG 58-28)
TON
125
$ 88.65
$11,081.25
403.33851
HOT MIX ASPHALT (GRADING S) (100) (PG 64-28)
TON
60
S 149.00
$8,940.00
412-00600
CONCRETE PAVEMENT(6-INCH)
SY
23
S 47,50
$1 092.50
412-00950
CONCRETE PAVEMENT (9-1/2INCH)
SY
1.098
$ 52.50
$57,645.00
420-00112
GEOTEXTILE (DRAINAGE) (CLASS I)
SY
264
S 5.25
$1,386.00
420-00133
GEOTEXTILE (SEPARATOR) (CLASS 2)
SY
150
S 8.25
$1.237.50
502.00460
PILE TIP
EACH
22
S 105.00
33,410.00
502-11274
STEELL PILING (HP 12X74)
LF
803
S 51.50
$41,354.50
506.00218
RIPRAP(18NCH)
CY
240
$ 73.00
$17,520.00
506-01020
GEOGRID REINFORCEMENT
SY
550
$ 9,00
$4,950.00
514.00200
PEDESTRIAN RAILING (STEEL) (SPECIAL)
LF
139
$ 86.00
$11,954.00
515.00400
CONCRETE SEALER
SY
301
S 9.00
S2,709.00
601-03020
CONCRETE CLASS 0 (MISCELLANEOUS) (COLORED) TYPE 1
CY
69
S 415.00
S28,635.00
601-03020
CONCRETE CLASS D (MISCELLANEOUS) (COLORED) TYPE 2
CY
65
S 675.00
S43,875.00
601-03030
CONCRETE CLASS D (BOX CULVERT)
CY
444
S 255.00
$113,220.00
601-03040
CONCRETE CLASS O (BRIDGE)
CY
378
S 335
S126,630.00
601.05540
CONCRETE CLASS HT (DECK TOPPING)
CY
36
$ 800.00
$28,800.00
601.40300
STRUCTURAL CONCRETE COATING
SY
280
S 11.70
$3.276.00
602-00000
REINFORCING STEEL -
LB
65.546
S 0.90
$58,991.40
602-00020
REINFORCING STEEL (EPDXY COATED)
LB
77,938
$ 1.10
$85.731.80
602-00060
REINFORCING STEEL SPLICE
EACH
138
$ 24.00
S3,312.00
604-19000
INLET (SPECIAL)
EACH
4
S 2,500.00
$10,000.00
604-50200
MANHOLE RING AND COVER
EACH
2
$ 750.00
S1,500.00
606-30010
DECORATIVE COLUMN TYPE 1
EACH
6
$ 2.800.00
$16,800.00
606-30020
DECORATIVE COLUMN TYPE 2
EACH
4
$ 4.100.00
$16,400.00
608-00006
CONCRETE SIDEWALK(6 INCH)
SY
221
S 45.00
S9,945.00
608-00010
CONCRETE CURB RAMP
SY
32
S 155.00
S4,960.00
609-21020
CURB AND GUTTER TYPE 2 (SECTION II-8)
LF
150
$ 1450
$2.175.00
609-21023
CURB AND GUTTER TYPE 2 (SECTION II-8) (SPECIAL) (6"-12" CURB FACE)
LF
421
3 18.00
$7.578.00
0
609-71000
CURB (SPECIAL)
LF
177
$ 25.00
$4.425.00
613-00300
31NCH ELECTRICAL CONDUIT
LF
1,793
$ 6.75
$12.102.75
618-00000
PRESTRESSING STEEL BAR
LB
2,397
$9.40
$22.531.80
618-06036
PRESTRESSED CONCRETE SLAB (DEPTH GREATER THAN 13 INCHES)
SF
4,254
$50,00
$2121,700.00
620-00020
SANITARY FACILITY
EACH
2
$2,100.00
$4,200-00
626-00000
MOBILIZATION (ARTHURS DITCH)
L S
1
$37.000.00
$37,000.00
626-00000
MOBILIZATION (SHIELDS BRIDGE)
LS
1
$50,000.00
S50,000.00
627-00011
PAVEMENT MARKING PAINT (WATERBORNE)
GAL
8
$155.00
51,240.00
630.00000
CONSTRUCTION ZONE TRAFFIC CONTROL (ARTHURS DITCH)
LS
1
$14.000.00
$14,000.00
630-00000
CONSTRUCTION ZONE TRAFFIC CONTROL (SHIELDS BRIDGE)
LS
1
$34,000.00
$34,000.00
630-00000
FLAGGING
HOUR
1,720
$20.50
$35.260.00
630-00007
TRAFFIC CONTROL INSPECTION
DAY
105
$75.00
$7,875.00
630-00012
TRAFFIC CONTROL MANAGEMENT
DAY
290
$380.00
$110,200.00
630-80359
PORTABLE MESSAGE SIGN PANEL
DAY
10
$100.00
$1,000.00
630-85006
IMPACT ATTENUATOR (SAND FILLED PLASTIC BARREL) (TEMPORARY)
EACH
15
$400.00
$6,000.00
TOTAL BID (FOR PERFORMANCE AND PAYMENT BONDS, AND LOBE GOALS)
$1,650,135.05
ADDITIONAL COSTS
700-70010
F/A MINOR CONTRACT REVISIONS
FA
1
$375.000.00
$375,000.00
700-70011
F/A PARTNERING
FA
1
56,000.00
56,000.00
700-70016
F/A FUEL COST ADJUSTMENT
FA
1
$5,000.00
$5.000.00
700-70018
F/A ROADWAY SMOOTHNESS INCENTIVE
FA
1
$3,000.00
$3,000.00
700-70019
F/A ASPHALT CEMENT COST ADJUSTMENT
FA
1
$15,000.00
$15.000.00
700-70023
F/A ON-THE-JOB TRAINEE
FA
1
51,920DO
$1,920.00
700-70380
F/A EROSION CONTROL
FA
1
$7.000.00
$7.000.00
TOTAL ADDITIONAL COSTS
$412 920.00
TOTAL BASE BID
$2,063,055.05
TOTAL BASE BID IN WORD (CONTRACT VALUE):
10
0
626 00000
MOBILIZATION (SHIELDS BRIDGE)
LS
1
627-00011
PAVEMENT MARKING PAINT(WATERBORNE)
GAL
8
630000
CONSTRUCTION ZONE TRAFFIC CONTROL(ARTHURS DITCH)
LS
i
630-00000,
CONSTRUCTION ZONE TRAFFIC CONTROL (SHIELDS BRIDGE)
LS
63000000
FLAGGING
HOUR
3,200
630-00007
TRAF C CONTROL INSPECTION
DAY
!
105
630-00012
TRAFFIC CONTROL MANAGEMENT
DAY
290
630$0359
PORTABLE h1E5SAGEllSIGN PANEL
OAY
10
630-85006
1 IMPACT ATTENUATOit(`AND FILLED PLASTIC BARREL) (TEMPORARY)
EACH
/5
TOTAL BID COST
TOTAL BID COST IN WORDS: +-� DOLLARS
(FOR PERFORMANCE AND PAYMENT BONDS, AND-UOBE S OJT GOALS
700-70010
F/A MINOR CONTRACT REVISIONS \ ,/�
FA
$375,000.00
1
$375,000
700.70011
FIA PARTNERING
FA
$6,000.00
1
$6,000
700-70016
FIA FUEL COST ADJUSTMENT \�
FA
$5.000.00
1
$5.000
100-70018
F/A ROADWAY SMOOTHNESSINCENTIVE 4
FA
$3.000-00
1
$3.000
700.70019
F/A ASPHALT CEMENLCOST ADJUSTMENT
i
FA
$15.000.00
1
$15.000
700.70023
F/AON-THE-JI�&TRAINEE
FA
$1,920.00
1
$/.920
70040300
F/A ER9510N CONTROL
FA
$7,000.00
1
$7,000
TOTAL BASE BID
IN WORDS:DOLLARS
The COOT Form 347, Certification of EEO Compliance, is no longer required to be submitted in
the bid package. This form certified that the contractor/proposed subcontractors were in
compliance with the Joint Reporting Committee EEO-1 form requirements. The EEO-1 Report
must still be submitted to the Joint Reporting Committee if the contractors and subcontractors
meet the eligibility requirements (29CFR 1602.7); we will, however, no longer require
certification. For additional information regarding these federal requirements, please refer to:
httr)://�vww.eeoc.gov/stats/lobr)aUelinstruct.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 "X" 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"):
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
Rev10120107 Section 00300 Page 4
marked, the default is "NO", I choose NOT to accept Fuel Cost Adjustments for this project
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:
CONTRACTOR
BY: ajme_S S • .SGwGza�k
Signatur:Date
r
Title
License Number (If Applicable)
(Seal - if Rid is hv•cnrnorntinnl
Attest:
Karr
1. ©►�a�O ti.-f-. C.b SOS v'�
Telephone q 1Q- 5 'l ''-AL M
Email �L�JG SSQZ4 �C �`► �.•CD�.
I
t
j
j
Revforza07 Section 00300 Page 5
i
0
Page 1
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410 Bid Bond
00420 Statement of Bidder's Qualifications
00430 Schedule of Subcontractors
Section 00510
SECTION 00410
BID BOND
KNOW ALL M EN BY TH ESE PRESENTS: that we, the undersigned _zak Dirt, Inc., _ as Principal,
and —as Surety, are hereby held and firmly bound unto the City of Fort Collins, Colorado as
OWNER. in the sum of"'S (5%) 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, 7336 Shields Street Bridge
& Laporte Avenue Bridge Replacement.
NOW THEREFORE,
(a) If said Bid shall be rejected, or
(b) If said Bid shall be accepted and the Principal shall execute and deliver a Contract in the
form of Contract attached hereto (properly completed in accordance with said 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.
*14290 Hilltop Road, Longmont, CO 80504
"Berkley Regional Insurance Company, 11201 Douglas Avenue, Urbandale, IA 50322
—Five Percent of Amount Bid
Rev10120/07 Section 00410 Page 2
0
0
0
0
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals
this 22nd day of February , 2012, and such of them as are corporations have caused their
corporate seals to be hereto affixed and these presents to be signed by their proper officers, the
day and year first set forth above.
PRINCIPAL
SURETY
Name: Zak Dirt. Inc. Berkley Regional Insurance Company
Address: 14290 Hilltop Road 11201 Douglas Avenue
Longmont. CO 80504
By: ' --
-f /1 V
Tit i
ATTEST:
By: r
kp-l^ Sc lC
CoV'P. Scc Ti^eQS
Rev 10/20/07
(SEAL)
Urbandale, IA 50322
Title: Nicole L. McCollam, Attorney -in -Fact
(SEAL)
Section 00410 Page 3
ll
9
Exhibit 5 - Revised Special Provisions & Specifications
i
PROJECT SPECIAL PROVISIONS
Arthur Ditch Replacement
(Laporte Avenue to Whitcomb Street)
Replacement of Bridge No. FCSHLD-0.4-DRK
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
January 26, 2012
Addendum 1 — February 15, 2012
Prepared for:
City of Fort Collins
Engineering Department
281 North College Avenue
Fort Collins, CO 80522-0580
(970)221-6605
Prepared by:
A7 K
4601 DTC Boulevard
Suite 700
Denver, CO 80237
(303)221-7275
No. 7724 c
POWER OF ATTORNEY
BERKLEY REGIONAL INSURANCE COMPANY
WILMINGTON, DELA`.VARE
NOTICE: The earning found etsewlicrc in this Power of Attorney affects the validity thereof. Please review carefully.
KNOW ALL MEN BY THESE PRESENTS, that BERKLEY REGIONAL INSURANCE COMPANY (tile "Company"), a
corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Urbandale, Iowa,
- has made, constituted and appointed, and does by these presents make, constitute and appoint Slteryll Shaw, Nicole L. blcCollant,
Site Wood, Bradley J Jejfress, Kristen L. McCorntick, Sara/t Finn, Robert L. Cohen, Robert J. Reiter, Jennifer Bub, Michael
Lischer, Jr., Philip J. Monasch or Jessica Talbot of 1j1fA, Inc. of Denver, CO its true and lawful Attomey-in-Pact, to sign its
name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with
the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S.
7
f Dollars (U.S.S50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly
r elected officers of the Company at its principal office in their own proper persons.
J ry
This Power of Attorney shall be construed and enforced in accordance with, and gover ied by, the laws of the State of Delaware,
Without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following
resolutions which Were duly and validly adopted at a meeting of the Board of Directors of the Company held on August 21, 2000:
"RESOLVED, that the proper officers of the Company are hereby authorized to execute powers of attorney authorizing and
qualifying the attorney - in - fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations
on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto;
;u = and further
RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances,
r or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the
a- manner and to the extent therein stated; and further
RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attomey-in-fact named; and
further
RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
^,r power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or
a =
other suretyship obligation of the Company; and such signature and seal when so used shalt have the same force and effect as
though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any
person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have
k ceased to be such at the time when such instruments shall be issued."
IN r.VITN -SS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its
—_ corporate seal hereunto affixed this 1 day of 2012.
Berkley Regional hrsuiance Company
Attest: //��� Y b�-7,���/ P Y
(Seal) By_ By��
e� f✓ fU
Ira S. ederman Jfy`M. Hatter
Senior Vice President & Secretary Senior Vice President
WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE "BERKLEY" SECURITY PAPER.
STATE OF CONNECTICUT )
c COUNTY OF FAIRFIELD )
Sworn to before me, a Notary Public in the State of Connecticut, this J day of 2012, by Ieffiey M. Hatter and
Ira S. Lederman who are sworn to me to be the Senior Vice President, and the Senior Vice President and Secretary, respectively, of
_ Berkley RegionallnsmanceCompany. ECLEEH KILLEEN
NIOTAR5 pl.IALIC—
lb1Y COMMISSION EXPtHES.IUNz30,2U19 Notary Public, State ofCotmecticut
CERTIFICATE
'= I, the undersigned, Assistant Secretary of BERKLEY REGIONAL INSURANCE COMPANY, DO HERL'BY CERTIFY that the
foregoing is a true, core.ct zmd comulctc copy of the original Power of Attorney; that said Power of Attorney has not been revoked
r or rescinded and that thc, atuhority of thr Attomey-in-Pact set forth therein, who executed the bond or undertaking to which this
Power of Attorney is ant; ched, is in ful: fore and effect as of this date. •
Given under my nand and s"I of One Company, this 22nd_ day of February 2012 _
(Scat)
Ardrew M. Tuma
0
SECTION 00420
STATEMENT OF BIDDER'S QUALIFICATIONS
All questions must be answered and the data given must be clear and comprehensive. This
statement must be notarized. If necessary, questions may be answered on separate attached
sheets. The Bidder may submit any additional information he desires.
1. Name of Bidder: 7--o_K Locl -7 V\G
2. Permanent main office address: fy &) is AHb p p-A
3.. When organized: Iq ILD 4. If a corporation, where incorporated: Ll-ao `r--An
5. How many years have you been engaged in the contracting business under your present
firm or trade name? 3
6. Contracts on hand: (Schedule these, showing the amount of each contract and the
appropriate anticipated dates of completion.)
��13d �&L"aoucl- Aerrj(' rc&, 4i 14.oQ,$'1a. Aon ka
7. General Iharacte; of Work performed by your company:
8. Have you ever failed to complete any Work awarded to you? rx
If so, where and why?
9. Have your ever defaulted on a contract? 6
If so, where and why?
10. Are you debarred by any government agency? ` -1O
If yes list agency name.
Rev10/20/07 Section 00420 Page 1
0
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..
_ `1``� 1
&-e Q 00,C !\\
12
13
List your major equipment available for this contract.
S &,P A k-�aAe-d
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: $ 5000M= —
16. Bank Reference: e C 14&
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?
If yes, in what city, county and state? (�,J AAdoi Kasas i��Tn _ I
What class, license and numbers? U6 A `t4i5`F55
19. Do you anticipate subcontracting Work under this Contract? N� j
f
If yes, what percent of total contract? h/3 % !
i
and to whom? gea._sr-c Aoh '410- SJtA lc o4 S�6cw4,4"q-> !
1
Rev 10/20/07 Section 00420 Page 2
i
I
U
20. Are any lawsuits pending against you or your firm at this time?CL�_
IF yes, DETAIL
21. What are the limits of your public liability? DETAIL_, F—'e, Q+4&, A.e-Ci_
What Company?
22. What are your company's bonding limitations? QC) C�00, c� o
23. The undersigned hereby authorizes and requests an' person, firm or corporation to
furnish any information requested by the OWNER in verification of the recital comprising
this Statement of Bidder's Qualifications.
Dated atlAkgw .;� CO this � I day of 20AS
Name of Bidder n
B :
awc�.,a.iL.
• Title: FS 1
State of �j�p•
County of�el� )
S• ecJG�IC being duly sworn deposes and says that he is
r,e�5'1 of and that (name of
organization) the answers to the foregoing questions and all statements therein contained are
true and correct.
Su scn ed and sworn to before me this oQQ--4 day 2014,
t ry Public
My commission expires MY Commision Expires 03/25/2014
Rev 10r20/07 Section 00420 Page 3
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
1 01111111 �.. [.
Section 00430 Page 1
E
•
•
•
COLORADO DEPARTMENT OF TRANSPORTATION
Faartornu (� �]
JJ
ANTI -COLLUSION AFFIDAVIT
LOCATION
I hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of this
bid or. if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on
his or her behalf and on behalf of my firm.
I further attest that:
t. The price(s) and amount of this bid have been arrived at independently, without consultation. communication or
agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidder
or potential prime bidder.
2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or
potential prime bidder on this project, and will not be so disclosed prior to bid opening.
28. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on
this project have been disclosed to me or my firm.
3A. No attempt has been made to solicit, cause of induce any firm or person who is a bidder or potential prime bidder to
refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-
competitive bid or other form of complementary bid.
3B. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder
on this project to submit an intentionally high, noncompetitive or other form of complementary bid on this project.
4. The bid of my firm is made in good faith and not pursuant to any consultation, communication, agreement or
discussion with, or inducement or solicitation by or from any firm or person to submit any intentionally high, noncom
petitive or other form of complementary bid.
5. My firm has not offered or entered into a subcontract or agreement regarding the purchase or sale of materials or
services from any firm or person, or offered, promised or paid cash or anything of value to any firm or person,
whether in connection with this or any other project, in consideration for an agreement or promise by any firm or
person to refrain from bidding or to submit any intentionally high, noncompetitive or other form of complementary bid
or agreeing or promising to do so on this project.
6. My firm has not accepted or been promised any subcontract or agreement regarding the sale of materials or
services to any firm or person; and has not been promised or paid cash or anything of value by any firm or person,
whether in connection with this or any other project, in consideration for my firm's submitting any intentionally high,
noncompetitive or other form of complementary bid, or agreeing or promising to do so, on this project.
7. 1 have made a diligent Inquiry of all members, officers, employees, and agents of my firm with responsibilities
relating to the preparation, approval or submission of my firm's bid on this project and have been advised by each of
them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, or
other conduct inconsistent with any of the statements and representations made in this affidavit.
8. 1 understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent
concealment from the Colorado Department of Transportation, of the true facts relating to submission of bids for this
contract.
I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR
FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST
OF MY KNOWLEDGE.
CGpr3Q0! < 5rtJ Ucafppeny ntin;9
-�
pyo
aea-,
nua 1
�f-
'orsN"orrocmopnyn", Uliomivenaua.)
o
Dn"
rill.,
I
I
Sworn to before me this �, day of, 20 VaA
Now F a
ray CcTn amuoa My Commision Expires 03/25/2014
NOTE: This document must be signed in ink.
COOT Farm A606 1102
COLORADO DEPARTMENT OF TRANSPORTATION Project 9:
BIDDERS LIST DATA and UNDERUTILIZED 733tP
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.
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? x Yes fJ No
2) If 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?
Work item(s) description
Firm being
used?
Yes No
Yes No ter'
2. /t f . `S
11
✓�(4��JOeg-
c1' AJ,
3.
l,j�f_ Fr/j
a. 1,. cgLt,
5. l'riUtes Ser%Jli G)
✓
�qs�+r tE� /
X
11rr
I. RXk7 (%4, V&o+t
7.
8. &Vtt"rl�w LIP 7IS615
,
10. Gk,la Ax>�,���,
test., C,Fa➢t qsu�,. P�d.64,zA R."l
X
11. I�owzll (�<s},aal,'._
✓
Zr¢csfa.l
12. S �e W Se
EtoSrs Caniae.i 4—
k
13. T �.rs`s i�- �s�r r�
✓
dos ���c.f S.rr�,
k
14. (_� BE�„� C�„s��.�,�
✓
��ncxuk Shr
x
Page i of 2 Previous edltlons are obsolete and may not be used COOT Form 9714 41UU
0
•
•
COLORADO DEPARTMENT OF TRANSPORTATION Project #:
BIDDERS LIST DATA and UNDERUTILIZED '133t�
Location:
DBE (UDBE) BID CONDITIONS ASSURANCE F,114
D�I I�S,Co
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 It. 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 COOT 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? x Yes Cl No
2) If No, make certain any additional subcontract bidding information is submitted to the COOT Business Programs Office
before 4:00 pm on the day after bids are opened to ensure COOT has the best data possible for setting future DBE goals
(use the same table format as below):
COOT 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 COOT Bidders List will be posted online at: www,dot.state.co.us/EEO/DBEProgramPage.htm
Name of firm submitting Bid/Quote
Certified
DBE firm?
Work item(s) description
Firm being
used? o�
Yes No
Yes No
11 // II
1. //A �o po5< lone a�tc
V'
V^uu Fc F�7o¢ac �� f �
Y.
2. Ti. /,
/F�1t
V
3
(CQouRL11GE
ln�^LAJ (/�/LT tftv,n
%CJ
4•
3? A z lP CA -Yam
/Wo¢.K
l.f+nf1/I(,yi /llLl h/�+C1G
n
((
S. rWC C2E l 1Y Ge
Short L
X
6. LGs Mwiae
✓
Sko¢f'�5 N•�f.�� eda Ac Lo0e.k-
7.
8. Q Nt cti,
tit u en rL
x
C. UL1Lvu_
✓
CrZu.n t t.Jo gAe-
X
10.
✓
�5f- Tirtsf�f.,
x
�nt�s�.
11. l001��' S PCr t4 'S.
Sirtvwfwv Q Cawi ) S3on� Baca ryl
X
t 2. Ro cti r�lk `i a94 to k
t�i , (off fly"
x
13.tSoX da�lc
�o n
X
i.o�rti
t�o� 7
l
14,
0.1,�n
✓
I r
-.5 i ll_ �{iNn -FTT1
Page 1 of 2 Previous edltlons are obsolete and mgnot be used COOT Form #714 4/00
COLORADO DEPARTMENT OF TRANSPORTATION Project #:
BIDDERS LIST DATA and UNDERUTILIZED '1331�
Location:
DBE (UDBE) BID CONDITIONS ASSURANCE a a(l'�v1S,CD
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 26.1 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? A Yes Cl No
2) If 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 e
used?
Yes No
1. Jwr ` (�. �iee
✓
Trtec. Kc vvta/aQ
x
2. Ko/0� � ,-
x
3. / //c fS1GtS
�1At/TL `s+��rtu�
X
4. If
5. G/L� (1�tS t1�LzjS
✓
l�n!/[1 it S7>S ��f uetc
x
6.
J7 Twc.
✓
(✓prtcru�C Cw�✓�.
X
11
7. Qut�` (,�, imp t,
✓
S�ruu�ws.2 �,i
X
✓
9. ql AA let //�
10. I' Loh �ax5f
/,l•/�K
X
11.
12.
13.
14.
Page t of 2 Previous editions are obsolete and may not be used GOUT Corm 4114 410
•
•
•
•
L J
Name of firm submitting Bid/Quote
Certified
DBE firm?
Yes No
-
Work item(s) description
Firm being
used? �Z
Yes No ter'
15.
16.
17.
18.
19.
20.
SECTION If: UNDERUTILIZED DOE (UDBE) PARTICIPATION COMMITMENT
1) Total eligible Underutilized DBE (UDBE) percentage amount from Box A below: 13 , oo %
2) Will your company's Underutilized DBE (UDBE) participation commitment meet the contract goal? Yes 0 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.-IuA><. 1VASk 51 x,�.
5g3Z
Q4F�� C°�+�.I w 1 ►a9 r1
,2 .39 %
2. Cjtu �d c% ASSoc y��s
$3o'j
KZosr<� Cm �¢. (`i L H+t�scmpr.
L i
3.
%
4.
%
5.
%
BOX A: TOTAL ELIGIBLE UDBE PERCENTAGE AMOUNT (Round to nearest hundredth) %
Detailed instructions an haw to calculate DBE commitment amounts are available on COOT Form #715 and in the "Counting DBE Participation
Toward Contract Goals and COOT'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 COOT Form #715 must equal or exceed the DBE percentage commitments documented an this
form. In addition, if my company does not meet the DBE/UDBE goal for this project, I must submit a completed
COOT Form #718 DBE GOOD FAITH EFFORT DOCUMENTATION before 4:00 pm on the day after bids are opened.
COOT 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 prior to the bid
opening will count as Good Faith Efforts.
I understand my obligation to abide by the Policy stated above Section I. 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:
Compan ficer Sig ur
S.5
T'N
Gle.vx>t-
Page 2 of 2 lour editions are obsolete and may not be used
COOT Form #714 4f08
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street)
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
January 26, 2012
Addendum 1 - February 15, 2012
COLORADO DEPARTMENT OF TRANSPORTATION
PROJECT SPECIAL PROVISIONS
ARTHUR DITCH REPLACEMENT
(LAPORTE AVENUE TO WHITCOMB STREET)
SOUTH SHIELDS STREET OVER LARIMER CANAL NO. 2
REPLACEMENT OF BRIDGE NO. FCSHLD-0.4-DRK
FORT COLLINS, COLORADO
The Colorado Department of Transportation, 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
(January 26, 2012)
1-2
Notice to Bidders
(January 26, 2012)
3
Commencement and Completion of Work - Arthur Ditch
(January 26, 2012)
4
Commencement and Completion of Work - Shields Street
(January 26, 2012)
5
Contract Goal (Combined)
(January 26, 2012)
6
On the Job Training Contract Goal
(January 26, 2012)
7
Summary of Work
(February 15, 2012)
8-9
Revision of Section 105 - Claims for contract Adjustments
(January 26, 2012)
10
. Revision of Section 106 - Conformity to the Contract of Hot Mix Asphalt
(January 26, 2012)
11
Revision of Section 107 - Insurance
(January 26, 2012)
12
Revision of Section 107 - Performance of Safety Critical Work
(January 26, 2012)
13-14
Revision of Section 108 - Specialty Items
(February 15, 2012)
15
Revision of Section 201 - Clearing and Grubbing
(January 26, 2012)
16
Revision of Section 202 - Removal of Bridge
(January 26, 2012)
17-20
Revision of Sections 202 and 412 - Removal and Replacement of Concrete Pavement
(January 26, 2012)
21-22
Revision of Section 203 - Excavation and Embankment
(January 26, 2012)
23
Revision of Section 208 - Erosion Control
(January 26, 2012)
24
Revision of Section 212 - Tree Retention and Protection
(January 26, 2012)
25-30
Revision of Section 214 - Planting
(January 26, 2012)
31-37
Revision of Section 304 - Aggregate Base Course
(January 26, 2012)
38
Revision of Section 403 - Hot Mix Asphalt
(January 26, 2012)
39-41
Revision of Section 403 - Warranted Hot Mix Asphalt
(January 26, 2012)
42-49
Revision of Section 411 -Bituminous Materials
(January 26, 2012)
50
Revision of Section 412 - Portland Cement Concrete Pavement
(January 26, 2012)
51-52
Revision of Section 514 - Pedestrian Railing (Steel)(Special)
(January 26, 2012)
53-55
Revision of Section 601 - Structural Concrete
(January 26, 2012)
56-57
Revision of Section 606 - Decorative Column - Type I and 2
(January 26, 2012)
58-61
Revision of Section 608 - Detectable Warnings
(January 26, 2012)
62-64
Revision of Section 608 - Sidewalks and Bikeways
(January 26, 2012)
65
Revision of Section 618 - Prestressed Concrete Slab
(January 26, 2012)
66
Revision of Section 630 - Construction Zone Traffic Control
(February 15, 2012)
67
Revision of Section 630 - Impact Attenuator (Sand Filled Plastic Barrel) (Temporary)
(January 26, 2012)
68-69
Revision of Section 630 - Portable Message Sign Panel
(January 26, 2012)
70
Revision of Section 702 - Superpave PG Binders
(January 26, 2012)
71
Force Account Items
(January 26, 2012)
72
Special Construction Requirements
(January 26, 2012)
73
Traffic Control Plan - General - Arthur Ditch
(January 26, 2012)
74
Traffic Control Plan - General - Shields Street
(January 26, 2012)
75-76
Utilities
(January 26, 2012)
77-79
-------------
0
�N
ry
N
N
N
a
O
N
Z
O
O
3
D
w
m
o�
o
U
w
m
m
-
o
m
U
m
o
3
L
m
O
O
C
n
v
Q
Q)
0
3
a
U
CO
rn
c
v
c
`D
E
m
ai
m
.�
N
o+
_a
co
oC
CJ
N
=
_
O.
U
"C
�
O
U
o
f
m
N
o'
S
m
3
-
ai
E
m
3
N
D
U
.E
?
N
m
U
V
C
ca
CJ
D
L
N
N
Q)
C
U
m
L
3
a
o
L
d
m
cr
-------------------
0
0
m
�w
m
n
n
0
U
0
o�
C
9
d
T
m
=
F
00
a,
U
D
m
N
N
N
d
CO
OJ
n
M
T
O
m
rn=
m
3
rn
3=
S
S
=
S
=
S
w
t�
fJ
VJ
N
N
N
N
N
0
CD
CD
O
O
O
O
O
U'
N
CO
M
7
to
I
7
O
`M
O
O
o
O
O
co
t
r
N
of
O
r-
01
N
EA
E»
e»
e»
0
•
•
u
11
O
C
o
0
N
CD
N
N
N
�
N
7
Q
Cl.N
¢
o
U
O
c
c
m
3
-_
w'c
Camo
o
a)
a)
3
Q
o
N
o
U
Y
C
L
O
U
C
C
�
C
g
S
C
41
O
coN
U
x
OU
U
U
`-
No
m'
E
O
O
cu
7
O
al
N
U
O_
N
'�
w
in
C
N
7
`J
Uv
c
O
o
`CL
O
3
a)
N
o
a
cc�nz
U'
EcmEE
3
U
n
v=_
a
as�cc
N
n
U
O
aJ
O
a)
>
41
a}
O
n1
O
a7
61
O
D:
—
N
—
—
—
—
—
U
—
U
—
—
•`
—
—
—
—
D
—
U
rn
3
0
3
d'
O
U
a
'm
a`)
(D
c
—
—
—
—
—
—
a
—
—
—
—
—
—
—
—
—
—
a
O
c
E
m
m
E
:3
LLCE
_
U-
U
O
O>
N
o
NN
U
(D
U
N
a
O
>
N
a
N
O
L
ai
U
O
d
S
�'-
N
Y
O
U7
O
O�
co
co-
a)
as
N
U
a
Lo
00
m
m
U
c
O
C
N
N
o
N
J
}
>
U
a
C
.-
L
U7
(`
O
N
.O
�
0
U
o
S
S
—
—
—
—
—
O>
LL
S
—
—
—
—
—
Cn
—
—
—
—
O
S
O
S
2
Cn
0]
O
O
O
O
O
—
—
Q
O
—
—
O
—
—
—
d
01
Qi
QL
V
Ln
O
00
r
.—
m
('7
h
Ln
V
Ln
co
O
V
N
N
^
N
<h
V
Ln
A
CO
69
R
r
E4
N
e»
Ln
( fl
r
^,
CID
o
r
o
0
c
a
O
N
N
N
N
N
r. CL
>
Q
CO)
O
Z
LL
Y
N
O
N
r
ro
3
2
a
ro
N
_
Ucu
`
?
N
O
n
C
O
7
30
�..
N
O
c
O_
Y
O
U
-a
�
O
m
o
N
c
O
3
m
'
l
o
ro
N
Q)
C
N
L
C
3
9
Y
m
Ocr,
CO
N
._
to
C
>
a)
N
3
U
U
Cl))
C
p
C
o
(D
N
d'
E
O
O
O
a
0
CL
O
U
O
o
N
c
m
a
N
E
N
,0
N
d
3
o
a
v
3
co
`o
O@
Z
j
�]
(6
O)
a
(0
N
c
O
U
O
U
t
o
N
C_
wo
N
U
0
0
Y
`m
N
�U
o
m
�
o
o
LL
a
v
a
o
u
>
c
p
m
ro
Q
o
m
v
c
ro
O
cL
c
C�
ro
m
U
LU
c
>
c
O
v
c
J
3
N
N
E
O
O
E
c
N
O
-
O
Y
0
c
0
o
co
f
a=
m
`m
m
p
U�
JU
a=
cnLL
>
----0—
ALL.
0
0
0
--0—
O
O
O
O
N
0
O
00
00
V
00
N
N
O
O
N
I
V
Ch
0
co
c0
c`0
to
M
O
N
N
r
r-
LO
N
O1
M
o0
(V
EA
N
64
Ln
EA
fA
EA
•
•
•
p
O
O
O
O
O
N
to
O
O
N
O
N
O
N
O
N
N
CD
>
U
>
>
Z
Z
7
Q
(!S
G
_
E
ci
O
m
m
°
3
m
—
C
..
v
-m
w
C
a
@
c'D
o
m
m
o.
_
G
G
O1
p
`"
U
C
Y
.a
�'
G
>
m
O
E
(U
—
7
0
C
O
C
m
U
m
cu
m
=
>
O
N
N
c
-
s
`9
.0
ci
>
°
E
L
Y
E
'z
Y
Y
m
E
7
C
(UY
a
a)
a
-
o
E
u>
O
L
U
o
a
�
L
m
L
m
a
m
3
a
po
m
N
3
0
3
a
E�
c
m
a)`p
3
(D
am)
am
um
c
°
N
m
c
v
=
E
0
cx3
0
CD
cl
Q
a
m
E
o:
m
_C
a
a
m
U
Y
O`
N
O
C
N
G
Vl
C
Ul
=
CO
O
O
(D
J
C
d'
O
6
a
U
E
Y
E
`o
E
yo°',
o
m
w
---
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
6
O
co
p
M
O
O
O
O
co
O
CD
O
cn
O
LO
O
co
cr
A
69
04
�_
O
cH
A
I;
0
0
N
'ITa
00
Ir
O
O
N
O
ON
0
N
0
N
Q
o
Q.
_
c
O
Z
O
O
al
Cl)
Q
O
N
N
ca
o
O
�
.c
U
c
4
Z3
O
O
L
O
co
N
c
a
U
>
v
N
0
0
O
c
>
O
.o
U
>
c
>
O
�
U
o
O
a
m
Q1
-
t
c
C
'
(0
—
Q
n
mC
'CO
Oo
rn
-o°
@
.0
a;
v
m
3
3
0
3
v
3
0>
3
2
O
a
3
m
co O
L
�—
v
a
s
m O
N
c
CO
-6
a
C
O`
O
d'
u
O
m
v
0
CIO
J
N
0
2'
OU
U
�
N
>
2
C
�
CL
O
U
�
0
3
°
CT
c_
m
t
(n
(D
c
'IT
=
v
c
a
0
0
m
U
-
O
-
c
o
c
m
N
c
a
c
m
0
>
0
E
O
L
U
O
.4
0
-
U
—t
a
Q
c
U
m
C)>
0,J
0
o
O
O
o
0
O
0
0
0
0
0
0
0
0
o
ci
ri
0
0
o
0
O
O
O
O
0
O
I
0
C
0
0
0
Lri
OIq
O
co
N
t0
EA
EA
EA
V)
(V
fA
P
0
E
•
Fr
•
Zak Dirt Equipment
Available as of February, 2012
HEAVYBUTY TR.II:CKS ' t
~
1999 KENWORTH T-800
1986 FORD 1600 GAL WATER TRUCK
1997 INTERNATIONAL WATER TRUCK
EX-TRA,HEAv--YY TY TRUCKS
2008 KENWORTH TRACTOR
EQU'tPMENT =
�V
1973 GRADING TRACTOR MF-40
1987 CAT 14-G MOTOR GRADER
1979 VERSATILE 875
1999 CAT D6M DOZER
1996 CAT D-8R DOZER
1988 CAT 966E WHEEL LOADER & FORKS
3CY
MARK ML60-30 FORKLIFT
1992 CAT 980-F WHEEL LOADER
4CY
1980 CAT 950-A WHEEL LOADER
2 CY
2001 JOHN DEERE 210-LE TRACTOR
.75 CY
2004 246E SKID STEER LOADER
2001 CAT 325-BL EXCAVATOR
2000 CATERPILLAR 3456L EXCAVATOR
1995 RT500 GROVE CRANE
30 TON
2000 VOLVO A35-C HAUL TRUCK
20 CY
1999 CAT TELEHANDLER TH83
2005 BIDWELL PAVER 36' & ACCESSORIES
2007 KOMATSU PC400 EXCAVATOR
PORT -A -POUR CONCRETE BATCH PLANT
2005 140H MOTOR GRADER
2005 IR SD 77DX COMPACTOR WHEEL
2007 966H CAT LOADER
4 CY
2005 325CL CAT EXCAVATOR
1999 CAT 615C
16 CY
2008 GROVE CRANE
50 TON
•
II!
•
ZAK BURT, 0M C - Projects similar in importance
to this project (item # 13)
STATE HIGHWAY 9 ROADWAY WIDENING
Widen Highway from Malley Brook lid to Coyne Valley Road
• • Owner: Colorado Department of Transportation
• Engineer: Bob Smith CDOT
• Location: Breckenridge, CO
• Awarded: 06-04-09
• Scheduled Completion Date: July, 2010
• Contract Amount: $6,105,597.00
• Scope of Work: Widening to four lanes, new approaches, drainage
improvements, bike path relocation, new pedestrian bridge, retaining
wall, sediment basins, and wetland mitigation
State Highway 9 Roadway Widening
Roadway Widening/Curb & Gutter/Noise Wall
• Owner: State of Colorado Department of Transportation
• Engineer:
• Location: Summit County, Colorado
• Awarded: 11-27-08
• Completed: October 27,2008
• Contract Amount: $5,247,400.00
• Scope of Work: Roadway widening, 5" HMA, curb & gutter, storm
drain, noise wall, embankment, landscaping, signalization, luminaries,
conduit, erosion control, striping, signing, seeding, mulching
• • Contract Amount: $5,247,400.00
State Highway 7 Bridge Replacement
Replace Bridge on State Highway 7 over Platte River
• Owner: Colorado Department of Transportation
• Engineer: Jason Lucerna CDOT
• Location: Brighton, CO
• Awarded: 05-19-09
• Scheduled Completion Date: September, 2010
• Contract Amount:$3,597,791.00
• Scope of Work: Bridge replacement and CBC, which also includes
shoulder widening and striping
• Contract Amount: $4,772,315
91h Avenue Road Widening
Road Widening
• Owner: City of Longmont
• Engineer: Sear Brown
o J. Temple (970) 482 — 5922
• Location: Longmont, Colorado
• Awarded: July 2003
• Completed: April 2004
• Contract Amount: $2,545,013
LARIMER COUNTY BRIDGES
BUILD 2 BRIDGES, RECONSTRUCT ROADWAY
• Owner: Larimer County
i
• Engineer:
• Location: Fort Collins, CO i
• Awarded
• Completed: October 1, 2007
• Contract Amount: $2,116.118
i
11
Wildcat Bridge Replacement
Replace Bridge on CO Highway 52 — Morgan County
• Owner: State of Colorado Department of Transportation
• Engineer:
• Location: Colorado Highway 52, 6 Miles North of Fort Morgan
• Awarded: 08-28-08
• Scheduled Completion Date: April, 2009
• Scope of Work: Demo existing bridge, construct new bridge, traffic
control, bridge rail, guard rail, seed, mulch, erosion control, remove
pavement, place new asphalt, box culvert, pavement marking
• Contract Amount: $1,727,816.28
•
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 •
South Shields Street over Larimer Canal No. 2 Addendum 1 - February 15, 2012
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
COLORADO DEPARTMENT OF TRANSPORTATION
STANDARD SPECIAL PROVISIONS
ARTHUR DITCH REPLACEMENT
(LAPORTE AVENUE TO WHITCOMB STREET)
SOUTH SHIELDS STREET OVER LARIMER CANAL NO. 2
REPLACEMENT OF BRIDGE NO. FCSHLD-0.4-DRK
FORT COLLINS, COLORADO
STANDARD SPECIAL PROVISIONS
Date No. of Pages
Revision of Section 105 - Disputes and Claims for Contract Adjustments
(Oct. 27, 2011)
22
Revision of Section 105 - Violation of Working Time Limitation
(February 3, 2011)
1
Revision of Sections 105 and 106 - Conformity to the Contract of Hot Mix Asphalt
(February 3, 2011)
7
(Less than 5000 Tons)
Revision of Section 106 - Certificates of Compliance and Certified Test Reports
(February 3, 2011)
1
Revision of Section 107 - Responsibility for Damage Claims,
(February 3, 201 1)
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
(August 19, 2011)
1
Revision of Section 108 - Liquidated Damages
(Dec. 29, 2011)
1
Revision of Section 109 - Asphalt Cement Cost Adjustment
(Sept. 29, 2011)
2
(Asphalt Cement Included in the Work)
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 109 - Measurement of Water
(January 06, 2012)
1
Revision of Sections 206 and 601 - Backfilling Structures that Support
(July 29, 2011)
1
Lateral Earth Pressures
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
Revision of Section 401 - Temperature Segregation
(February 3, 201 1)
1
Revision of Section 412 - Portland Cement Concrete Pavement Finishing
(February 3, 2011)
1 added
Revision of Sections 412, 601, and 711 - Liquid Membrane -Forming
(May 5, 2011)
1
Compounds for Curing Concrete
Revision of Section 601 - Class H and HT Bridge Deck Concrete
(Dec. 29, 2011)
5
Revision of Section 601 - Concrete Batching
(February 3, 2011)
1
Revision of Section 601 - Concrete Finishing
(February 3, 2011)
1
Revision of Section 601 - Concrete Form and Falsework Removal
(July 28, 2011)
2
Revision of Section 601 - Concrete Slump Acceptance
(July 29, 2011)
1
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 703 - Concrete Aggregates
(July 28, 2011)
1 added
Revision of Section 712 - Geotextiles
(January 20, 2012)
1 revised
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,
(January 6, 2012)
56
U.S. Department of Labor General Decision Numbers CO 100016 thru CO100024,
MOD 2, Highway Construction, Statewide
On the Job Training
(July 29, 2011)
3
Partnering
(February 3, 2011)
1 added
Required Contract Provisions - Federal -Aid Construction Contracts
(February 3, 2011)
l0
2
Current Position: Chief Estimator
Project '97 —'98 Twin Lakes Dam Fort Collins, CO
Management Dam rehabilitation and spillway enlargement
Experience Civil Engineering Intern: Structure layout, material testing, survey
Jun'99 — Aug '99 Carl Smith Dam Hotchkiss, CO
Dam rehabilitation
• Civil Engineering Intern: Material testing, quality assurance
1999 Elder Reservoir Dam Larimer County, CO
Outlet Works Replacement
• Project coordination, resource scheduling, materials, production logic, form design
Dec'01—Apr'02 Union Ditch Diversion Dam Milliken, CO •
Dewatering, earthwork, structural concrete, air bladder gates
• Project coordination, resource scheduling, materials, production logic, form design
Nov '03 — Apr'04 WCR 13 Bridge Longmont, CO
Three span bridge structure, dewatering, riprap
• Project coordination, resource scheduling, materials, production logic, survey
Apr '04 — Jul '04 Arrowhead Dam Evans, CO
Dam rehabilitation
• Project coordination, resource scheduling, materials, production logic, scheduling
Sep '04 — Nov'04 CDOT Region 4 Concrete Box Culverts CO
Bridge replacements in Red Lion & Holyoke, CO
• Project coordination, resource scheduling, materials, production logic, scheduling
Dec '04 — Jun '05 McKay Lake Dam Westminster, CO
Dam rehabilitation
• Project coordination, resource scheduling, materials, production logic, survey
Jul'05 — Nov'05 Wiggins Bridge Replacement Wiggins, CO
Four span bridge 450' long: structures, riprap, earthwork, roadbase
Project coordination, structure layout, materials, production logic, scheduling
Mar '06 — Aug '06 Saint Vrain State Park Boulder County, GO
•
Park improvements
• Project coordination, resource scheduling, materials, production logic, survey
Dec'06 — Mar'07 Fulton Ditch Brighton, CO
Bridge replacement
• Project coordination, resource scheduling, materials, production logic, survey
Dec'06 — Mar'07 Weld County Road 38E Masonville, CO
Remove & replace 2 bridges, 3 boulder drop structures, earthwork &
paving
• Structures project manager
Oct'07 — Spring 2008 Crow Lane Reservoir Pinewood Springs, CO
New dam construction: 2,500 cubic yards of structural concrete & 500'
outlet pipe
• Project coordination, resource scheduling, materials, production logic, survey
August' 10 — February, 2011 State Highway 287 Slab Replacement Broomfield, CO
Remove/replace concrete slabs
Project coordination, supervise night crew, resource scheduling, materials,
production logic
February, 2011 —Current 84`h Avenue over 1-25
Project coordination, resource scheduling, materials coordination, coordinate &
control night time highway closures/work/openings.
Education Colorado State University Fort Collins, CO
• B.S. Civil Engineering
Angel® Mancina
Position Operations Manager
Project '97 —'98 Twin Lakes Dam Fort Collins, CO
Management Dam rehabilitation and spillway enlargement
Experience • Civil Engineering Intern: Structure layout, material testing, survey
Jun '99 — Aug '99 Carl Smith Dam Hotchkiss, CO
Dam rehabilitation
• Civil Engineering Intern: Material testing, quality assurance
Aug '01 — Jan '03 South Taft Hill Road Widening Fort Collins, CO
Road widening of 1.5 miles: box culverts, earthwork, structural
concrete, bituminous pavement, aggregates, concrete trails
• Master schedule, subcontractor management, crew management
Dec'02 — March'03 Mariano Reservoir Loveland, CO .
Box culvert extension, sand blanket, toe drain, embankment,
tunnel lining, pressure grouting
• Master schedule, subcontractor management, survey, material testing
Jul '03—Apr'04 91" Avenue Road Widening Longmont, CO
Road widening
• Master schedule, subcontractor management, crew management
Sep '04 — Sep '05 Airport Road Improvements Longmont, CO
Road widening
• Master schedule, subcontractor management, crew management
Mar'05 — Jul'05 Ryan Gulch Spillway Loveland, CO
Construct new riprap spillway
• Master schedule, subcontractor management, crew management
Sep'05 - Dec'05 Foothills Dam Rehabilitation Hygene, CO
Dam rehabilitation: excavate the core of the dam and replace
with moisture conditioned fill
Master schedule, subcontractor management, crew management
9
Jan '06 — Feb '06 Jackson Reservoir Wiggins, CO
Shoreline rehabilitation
• Master schedule, subcontractor management, crew management
Feb'06 — Jan '07 Poudre Rest Area Fort Collins, CO
Relocation of rest area, demolition of old rest area, concrete
pavement, building, earthwork
• Master schedule, subcontractor management, crew management
2007 Larimer County Bridges Masonville, CO
Build 2 bridges, reconstruct roadway
Master schedule, subcontractor management, crew management
2008 State Highway 9 Breckenridge, CO
Road Widening, Curb & Gutter, Noise Wall
Master schedule, subcontractor management, crew management
2009 — Current Various Projects in Denver & along the Front Range
Visit all jobsites, assist Superintendents and Project Mangers, trouble
shoot on site, safety reviews, keep lines of communication open with
owner, subcontractors, suppliers & public
Education South Dakota School of Mines Rapid City, SD
• B.S. Civil Engineering
9
Pete Sewczak
Position Project Manager
Current Work Oct'07—April'09 Wildcat Bridge Replacement Fort Morgan, CO
Experience with Bridge Replacement
Zak Dirt, Inc. Crew management, short term scheduling, quality control
May '09 — August'10 State Hwy 7 Bridge Replacement Brighton, CO
Bridge Replacement
• Crew management, scheduling, quality control
August'10 — February, 2011 State Hwy 287 Slab Replacement
Remove/Replace concrete slabs
• Crew & subcontractor management, scheduling, quality control, .
Public relations
February, 2011 —Current 80' Avenue over 1-25
Remove & replace 841" avenue overt-25
• Quality control, risk management, public relations, crew management,
scheduling
2004 — 2008 Colorado State University Fort Collins, CO
Education B.S. Construction Management
0
0
•
F—
LJ
Position Superintendent
Experience Aug '01 — Jan '03 South Taft Hill Road Widening Fort Collins, CO
Road widening of 1.5 miles: box culverts, earthwork, structural
concrete, bituminous pavement, aggregates, concrete trails
• Task schedules, material ordering, crew management
Oct'02 — Dec'02 Giffin Reservoir Carr, CO
Muck excavation, riprap
• Task schedules, material ordering, budget management
Dec'02 — March '03 Mariano Reservoir Loveland, CO
Box culvert extension, sand blanket, toe drain, embankment,
tunnel lining, pressure grouting
• Task schedules, material ordering, budget management
Jul '03 — Apr'04 9'" Avenue Road Widening Longmont, CO
Road widening
• Task schedules, material ordering, budget management
Sep '04 — Sep '05 Airport Road Improvements Longmont, CO
Road widening
• Task schedules, material ordering, budget management
Dec'04 — Jun '05 McKay Lake Dam Westminster, CO
Dam rehabilitation
• Crew management, project scheduling, material & subcontractor
coordination
Sep'05 - Dec'05 Foothills Dam Rehabilitation Hygene, CO
Dam rehabilitation: excavate the core of the dam and replace
with moisture conditioned fill
• Task schedules, material ordering, budget management
Jan '06 — Feb '06 Jackson Reservoir Rehabilitation Wiggins, CO
Shoreline rehabilitation
• Task schedules, material ordering, budget management
L]
Feb '06 — Jan '07 Poudre Rest Area Fort Collins, CO
Relocation of rest area, concrete pavement, building, earthwork
• Task schedules, material ordering, budget management
2007 State Highway 60 Larimer County, CO
Constructed concrete intersection, realigned the highway &
installed a traffic signal
• Task schedules, material ordering, budget management
Sep '06 — Sep '08 Crow Lane Reservoir Pinewood Springs, CO
New Dam Construction
• Crew management, project scheduling, material & subcontractor
coordination
2008 State Highway 9 Breckenridge, CO
Road Widening, Curb & Gutter, Noise Wall
• Task schedules, material ordering, budget management
2009 Fort Lupton Pedestrian Bridge Fort Lupton, CO
• Task schedules, subcontractor management, public relations,
Owner communications, •
2009-2010 State Highway 7 Bridge Replacement — Brighton, CO
• Budget management, project scheduling, material & subcontractor
coordination, public relations.
2010 State Highway 9 Phase II
• Public relations, project scheduling, material & subcontractor
coordination, crew management
2010 State Highway 287 Broomfield, CO
• Subcontractor/supplier management, scheduling, public relations,
owner communication
2011 Havana over Cherry Creek Denver, CO
• Owner communications, material/supply coordination, crew
management, public safety, public relations, crew management
Education Garden City Community College Garden City, KS
• Criminal Justice
0
0
James S. Sewczak, President
• 39 years experience in earthmoving, drainage and construction
• Ownership of business 30 years
Larry D. Crouch, Vice President
• 36 years experience in earthmoving, pipeline and drainage construction
• Ownership of business 9 years
Kerry Sewczak, Secretary/ Treasurer
• 30 years experience in accounts payable/receivable, payroll and insurance
•
L
i
i
ANNE&
'%-WZAK I
i
CORPORATE INFORMATION
i
DATE OF INCORPORATION: October, 1976
STATE OF INCORPORATION: Colorado
CORPORATE OFFICERS: James S. Sewczak President
Larry D. Crouch Vice President
Kerry K. Sewczak Secretary/Treasurer
INSURANCE AGENT: Ewing Insurance Agency — Steve Ewing
4025 St. Cloud Drive, Suite 100
Loveland, CO 80538
(970) 679-7333 •
Bonding Company: Berkley Regional Insurance Company i
Bonding Agent: IMA — Sheryll Shaw
1550 17th Street, Suite 600
Denver, CO 80202
(303)615-7418
ACCOUNTANT: Bauerle & Co - Ken Kresl
1720 S. Bellaire St., Suite 1110
Denver, CO 80222
BANK: Guaranty Bank & Trust Company
401 Main St.
Longmont, CO 80501
Greg Ludlow — (303) 675-1146
FEIN : 84-0713877
DUNS NUMBER: 08-0395619
COMPANY SIZE: Currently 35 employees
I
•
STATE OF COLORADO
DEPARTMENT OF TRANSPORTATION i
_..............._r.�E..v.,i
Contracts and Market Analysis Branch ECEH CY
4201 East Arkansas Avenue, 4°i Floor - ---'
Denver, Colorado 80222 DEC 1 4 2011
Telephone: (303) 757-9736 I 1
Facsimile: (303) 757-9568
BY:___ i December 13. 211l
NOTIFICATION OF PREOUALIPICATION
ZAK DIRT INCORPORATED
14290 I-IILLT013 RD.
LONGMONT, CO 81504
Limit: 21,108,610
Vendor ID: 811 A
Reference is made to your application for registration as a qualified bidder on Colorado Highway work,
dated December 2, 2011. Your file has been reviewed and determined to be complete. Your films Vendor
ID is indicated above and must be shown on your bid proposal.
Bids fi'om a general contractor will be received subject to any limitation stated above, and with due
consideration to the amount of work presently under contract, past performance on highway contracts, and
the contractor's financial status at the time of bidding. It is further understood that the b idder has available
the organization and equipment adequate for any project on which a bid is submitted; that the contractor's
organization and equipment will be available to undertake the work on which bids are currently made,
promptly aRer award of contract; and that the work will be carried on expeditiously and under proper
supervision.
This notice supersedes all previous notices. This prequalification will expire on December 31, 2012. You
must file a new application 10 days prior that time to remain current. It is the contractor's sole
responsibility to obtain and file the necessary forms each year prior to expiration. Forms are available on
the Internet at lrlfivww.dolstate.co.us/6iddioJf3idPorms.htm. Ifyou need forms sent to you, they
may be requested at 363-757-9354.
REO;ro
FILE COPY: (K. Gonzales)
9
Sincerely,
CD T Award Officer
(3 3)757-9006
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2 Addendum l — February 15, 2012
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
SUMMARY OF WORK
PART l GENERAL
1.25 Modifications to Thrie 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.
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
10 similar data for the geographic location of the project.
Monthly Anticipated Calendar Days Lost to Adverse Weather Conditions
JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC
(7) (4) (4) (4) (6) (3) (4) (2) (3) (3) (2) (5)
The above schedule of anticipated adverse weather will constitute the base line for monthly (or
portion thereof) weather time evaluations. Upon acknowledgment of the Notice to Proceed and
continuing throughout the contract on a monthly basis, actual adverse weather days and the impact of
adverse weather days that delay the work will be recorded on a day-to-day basis. It is assumed that
the work will be carried out Mondays through Fridays (holidays excepted) unless an approved
construction schedule or written authorization from the Owner indicates otherwise. The number of
days of delayed work due to adverse weather or the impact thereof will then be compared to the
monthly adverse weather schedule above.
An actual adverse weather day must prevent work for 50 percent or more of the Contractor's
workday, delay work critical to the timely completion of the project, and be documented by the
Contractor. The City Representative observing the construction shall determine on a daily basis
whether or not work can proceed or if work is delayed due to adverse weather or the effects thereof.
The Contractor shall notify the Engineer in writing of any disagreement as to whether or not work can
proceed on a given date, within 2 calendar days of that date. The Owner will use the above written
notification in determining the number of working days for which work was delayed during each
month.
At the end of each month, if the number of working days for which work was delayed due to adverse
• weather exceeds that shown in the above schedule, a Change Order will be executed which increases
the Contract Time. The number of work days delayed due to adverse weather or the impact thereof
•
Dwight D. Eisenhower State Otfice Building
700 S.W. Harrison Street
Topeka, KS 66603-3745
Barbara W. Rankin, Acting Secretary
Catherine M. Patrick, P.E., Director
.Mark A. Morrison, Assistant Director
ZAK DIRT INC
14290 HILLTOP RD
LONGMONT. CO 80504
ns'a V
Department of Transportation
January 4, 2012
Phone: 785-296-2235
Fax: 785-296-2799
Hearing Impaired - 711
publicinfo@ksdot.org
Sam
EGERVF=
JAN a ] 2012
BY: -
A review of your financial statement has been made and you are now qualified with the Secretary of
Transportation, Kansas Department of Transportation, to bid on the class, or classes, of work indicated
below thus (X).
The aggregate amount of your contracts with the Secretary of Transportation, plus the unearned amount
of all your other contracts in this state and/or any other states, shall, not exceed $11,500,000
A. (X) Grading.
B. (X) All Structures.
C. (X) RC Box Structures, Culverts and Other Miscellaneous Concrete
D.
(X)
Light Surfacing, including Subgrade Modification, Bituminous Sealing, Bituminous
Surface Treatments, Aggregate Surfaces.
E.
(X)
Base Courses - Pugmill Type Bases, including Aggregate Base Concrete and Road Mix;
except Plant Mix Bituminous and Portland Cement Concrete Base Courses.
F.
Plant Mix Bituminous Mixtures.
G.
(X)
Portland Cement Concrete Pavement. Lc : t- G ro,000 5V
H.
Seeding and Roadside Improvement, excluding Rest Area Structures and Buildings.
1.
(X)
Rest Area Structures and Buildings.
J.
Electric Lighting and Traffic Signals.
K.
All Signing and Delineation.
L.
Minor Signing (Post Mounted).
M.
Pavement Marking.
N. Guard Rail and Fencing.
0. Bridge or Structure Painting.
P. Miscellaneous (Light Construction not otherwise classified):
1 %i ce � `� uk
C
Catherine M. Patrick, P.E. Director,
Division of Operations
D, epartment of Ti
Prequalifications Office
3310 Bishop Blvd.Matthew IJ. Mead Cheyenne, WY 82009-3340 John F. Cox
Governor Director
December 8, 2111
Zak flirt, Inc.
14290 hilltop Road
Longrrtont, CO 80504
CON-1 RAC." fOR PREQUALIFICATION
Dear Ivtr, Smuzalc
Your firm has h cn ".iven a'STANDARD' evaluation for firms that have not completed a Wyoming Department
of Transportation (\ IMM) project in the past three (3) years. The Standard rating foctnr of 9 is multiplied b,,
your net worth, if you have an audited financial statement or by your net worth up to a maximum of 5500.000.00
ifyou have an unaudited financial statement, to determine your Maximum Prequalification. YOU)' cooperation and
quality performance on WNTOT projects .vill help insure that your firm stays in "Good Standing" with the
Wyoming Department of Transportation.
You have heel) given a maximum Prcqualification Rating of $13,300,000.00 to bid on Minor Grading, Pipe,
Concrete Surfacing (Streets), Rumble Strips, Minor Concrete Structures, Minor Bridge Worlc,
Underground utilities, Sidewalks, Curb & Cutter & Wingwalls through December 31, 2012, as determined
by your Prcqualification Questionnaire and the Financial StAtement dated September 30, 2011.
Your frmi s Bidder 10 Number (Contractor Number) for the purpose of bidding on WYDOT projects is 00960.
Nothing contained herein shall be construed to deprive the Transportation Commission of Wyoming of tho right
to reject anv bid, or refuse to award a contract to the low bidder where circumstances or developments have, in the
opinion of the Commission, changed the qualif ications nr responsibility of the bililder.
For information concerning the WYDOT bidding system and for other pertinent information, please visit our kaeh
site at http://Clatsfate.�ry.us//
If YOU have Cµicstions or comments about your Prequalif ication Rating or your Contractor Performance F,valuation
Rating Forms for your current WN'DOT projects, please contact Andy Long, P.F., State Construction L•;ngineer at
(307)777-4-125 or myselfat (307)777-4156.
Your attention is called to the necessity of placing your Mdder Ill Number on the bill proposal EXACTLY
as it appears above on this prequalification letter.
If you are planning on bidding on W)'I)OT projects, do not forget that you need to send the E-103 (Work
Affidavit each month, The I,-103 can be found un our web page or on fire second to last page of the PQ-2.
Sincerely,
James A. Messer
Pre -qualification Officer
JAM/jam
0
OFFICE OF THE SECRETARY OF STATE
OF THE STATE OF COLORADO
CERTIFICATE
1, Scott Gessler, as the Secretary of State of the State of Colorado, hereby certify that, according to the
records of this office,
ZAK DIRT, INC.
is a Corporation formed or registered on 06/29/1976 under the law of Colorado, has complied with all
applicable requirements of this office, and is in good standing with this office. This entity has been
assigned entity identification number 198 7130698 1.
This certificate reflects facts established or disclosed by documents delivered to this office on paper
through 02/17/2012 that have been posted, and by documents delivered to this office electronically
through 02/22/2012 @ 08:12:48.
1 have affixed hereto the Great Seal of the State of Colorado and duly generated, executed, authenticated,
issued, delivered and communicated this official certificate at Denver, Colorado on 02/22/2012 @
08:12:48 pursuant to and in accordance with applicable law. This certificate is assigned Confirmation
Number 8173339.
Secretary of State of the State of Colorado
*«*+****+«++*++* r+++*«+« «+««+++***++*+++++++End of CertilicaEc""+*++****++*+*+*+«++++++*+r*r*++++++*+*++
N ti e: 4 certiricate ivsaed elecironicalh• from the Colmnd t Secretary of Starer Web site is fully anti immediately valid and effective. llowever, {
•s an option, the issuance and validity- of certyicate obtained electronically may be established by visiting the Certificate Confirmation Page of I
the Secretary of Stare's Web site, Gun:Lrimru•..rorstate.cn.adbiJCer/ificateSearclrCri(eria.dn entering the certificate's confrrmanion number
displayed on the certllicate, and following the inslruclions displayed. Y'odirminzdre ci ua nce of a car(ilicate is nrei•eh• national and is not '
necessary to the valid and effective issuance of certificate, for inore ofiornmrion, visit our Web site, h11p:Mrwu.sos.smte. cc. us/click Business
Center and select "Frequently Asked Questions. " •
COW G.S 11 Revised 03•'0,'70d
0
SECTION 00500
AGREEMENTFORMS
00510 Notice of Award
00520 Agreement
00530 Notice to Proceed
E
E
•
SECTION 00510
NOTICE OF AWARD
Date: March 2, 2012
TO: Zak Dirt Inc.
PROJECT: 7336 SHIELDS STREET BRIDGE
REPLACEMENT
OWNER: CITY OF FORT COLLINS
(hereinafter referred to as "the OWNER")
& LAPORTE AVENUE BRIDGE
You are hereby notified that your Bid dated February 22, 2012 for the above project has been
considered. You are the apparent successful Bidder and have been awarded an Agreement for
7336 Shields Street Bridge & Laporte Avenue Bridge Replacement.
The Price of your Agreement is Two Million Sixty -Three Thousand Fifty -Five Dollars and Five
Cents ($2.063,055.05).
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 March 19, 2012.
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
O'rER
By. o `
Jda es B. O'Neill, II, CPPO, FNIGP
ector of Purchasing & Risk Management
0
SECTION 00520
AGREEMENT
THIS AGREEMENT is dated as of the 2nd day of March in the year of 2012 and shall be
effective on the date this AGREEMENT is signed by the City.
The City of Fort Collins (hereinafter called OWNER) and
Zak Dirt Inc. (hereinafter called CONTRACTOR)
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth,
agree as follows:
ARTICLE 1. WORK
CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents.
The Project for which the Work under the Contract Documents may be the whole or only a part
is defined as the construction of the 7336 Shields Street Bridge & Laporte Avenue Bridge
Replacement.
ARTICLE 2. ENGINEER
The Project has been designed by Atkins North America, Inc. The City 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, which are administered by the City of Fort Collins Engineering Department.
ARTICLE 3. CONTRACT TIMES
3.1 The Work on the Shields Street Bridge shall be Substantially Complete within two
hundred seventy-five (275) 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 fourteen (14) calendar days after
the date when the Contract Times commence to run.
The Work on the Laporte Avenue Bridge shall be Substantially Complete within one
hundred twenty (120) 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 fourteen (14) 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
Section 00520
Page 1
•
amounts set forth hereafter.
1) Substantial Completion — Shields Street Bridge:
Three Thousand Dollars ($3,000) for each calendar day or fraction thereof that
expires after the Two Hundred Seventy -Five (275) calendar day period for
Substantial Completion of the Work until the Work is Substantially Complete.
Substantial Completion — Laporte Avenue Bridge:
Three Thousand Dollars ($3.000) for each calendar day or fraction thereof that
expires after the One Hundred Twenty (120) calendar day period for Substantial
Completion of the Work until the Work is Substantially Complete.
2) Final Acceptance — Shields Street Bridge:
After Substantial Completion, Three Thousand Dollars ($3,000) for each calendar
day or fraction thereof that expires after the fourteen (14) calendar day period for
Final Payment and Acceptance until the Work is ready for Final Payment and
Acceptance.
Final Acceptance — Laporte Avenue Bridge:
After Substantial Completion, Three Thousand Dollars ($3,000) for each calendar
day or fraction thereof that expires after the fourteen (14) 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: Two Million Sixty -Three Thousand
Fifty -Five Dollars and Five Cents ($2,063,055.05), 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
Section 00520
Page 2
0
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.
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
Section 00520
Page 3
r-1
LJ
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
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:
SHEET NO. DESCRIPTION
PROJECT TITLE SHEET
2-3 PROJECT SUMMARY OF QUANTITIES
4 - 24 ARTHURS DITCH REPLACEMENT PLANS
25 - 62 REPLACEMENT OF SHIELDS STREET BRIDGE
OVER LARIMER COUNTY CANAL NO. 2 PLANS
The Contract Drawings shall be stamped "Final for Construction" and dated. Any revisions
made shall be clearly identified and dated.
7.4. Addenda Numbers 1 to 2, inclusive.
7.5. The Contract Documents also include all written amendments and other documents
amending, modifying, or supplementing the Contract Documents pursuant to paragraphs 3.5
and 3.6 of the General Conditions.
Section 00520
Page 4
0
•
•
7.6. There are no Contract Documents other than those listed or incorporated by
reference in this Article 7. The Contract Documents may only be amended, modified or
supplemented as provided in paragraphs 3.5 and 3.6 of the General Conditions.
ARTICLE 8. MISCELLANEOUS
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.
Page 5
Section 00520
City of
F6rt Cuo%ifi
Purchasing
ADDENDUM No. 2
SPECIFICATIONS AND CONTRACT DOCUMENTS
Financial Services
Purchasing Division
215 N. Mason St. 2ntl Floor
PO Box 580
Fort Collins, CO 80522
970.221.6775
970.221.6707
fcgov. corn/purchasing
Description of BID 7336: Shields Street Bridge & Laporte Avenue Bridge Replacement
OPENING DATE: 3:00 PM (Our Clock) February 22, 2012
To all prospective bidders under the specifications and contract documents described
above, the following changes/additions are hereby made and detailed in the following
sections of this addendum:
• The line items added in addendum 1 as Concrete Barrier Curb 177LF should be
Curb (special) 177 LF.
• Exhibit 1 — Revised Bid Tab 2-17-12 (Please note that the Revised Bid Tab has
also been uploaded as a separate Microsoft Excel file)
Please contact John Stephen, CPPO, LEED AP, Senior Buyer, at (970) 221-6777 with
any questions regarding this addendum.
RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN
STATEMENT ENCLOSED WITH THE BID/QUOTE STATING THAT THIS
ADDENDUM HAS BEEN RECEIVED.
Addendum 2
Shields Street Bridge & Laporte Avenue Bridge Replacement Design Page 1 of 4
0+
0
�J
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2 Addendum 1 — February 15, 2012 /•
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-2-
SUMMARY OF WORK
will then be converted to Calendar Days based on the contract completion day and date. This
conversion assumes a 5-day work week, Mondays through Fridays, holidays excepted; should the
Contractor have authorization to work weekends and/or holidays, then the method of conversion of
workdays to calendar days would take this into consideration. The contract time period will then be
increased by the number of calendar days calculated above and a new contract completion day and
date will be set.
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 snake 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.
It is the City's intent the Contractor perform the construction at the Laporte/Whitcomb Bridge in
spring of 2012. The construction activities can not impede the ditch company's ability to convey
decreed flows of water. The City has verified with the Arthur Ditch Company that water will not be
flowing in the ditch until May 1, 2012.
The City of Fort Collins will be serving as the finishing point for the 2012 Ride the Rockies cycling
event. This event will be using Laporte Avenue as part of their ride route. Riders are scheduled to be
using Laporte Avenue on Friday June 15th. All construction activities on Laporte Avenue must be
completed by this date, and full use of the entire roadway must be available to the riders.
The City anticipates construction activities to begin on the Shields Street Bridge in late summer 2012.
Several utilities will need to be relocated during the construction of this structure. The existing City
of Fort Collins Light & Power electrical line can only be relocated during the fall months when power
useage is traditionally lower. In order to accommodate this request, the City is requiring the east side
Of the Shields Street Bridge structure to be constructed first, followed by the west side. This is •
outlined in the planset on sheets 51 and 52.
0
•
OWNER: CITY OF FORT LLINS
I,
By:
DART ATTEBERR ,C YAGER
By:
JAVPS B. O ILL II, CPPO, FNIG
DIRECTOR OF PURCHASING
AND RISK MANAGEMENT
Date: 3' 8` 12
Attest: 14 A�
/r7 k✓f/h City rk
Address for giving no eE
P. 0. Box 580
Fort Collins, CO 80522
Page 6
OF F O.
•. O
3EAL .v.
CONTRACTOR: Zak Dirt Inc.
Date:
(CORPORATE SEAL)
Attest:
�ress for giv' g i�oticee�ss
LICENSE NO.:
Section 00520
SECTION 00530
NOTICE TO PROCEED
Description of Work: 7336 Shields Street Bridge & Laporte Avenue Bridge Replacement
To: Zak Dirt 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
0
Title:
ACKNOWLEDGMENT OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged this day of
20
CONTRACTOR: Zak Dirt Inc.
Title:
Section OOS30 Page 1
L
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, 0164011
KNOW ALL MEN BY THESE PRESENTS: that
Zak Dirt Inc.
14290 Hilltop Road, Longmont, CO 80504
(a Corporation), hereinafter referred to as the "Principal' and
(Firm) Berkley Regional Insurance Company
(Address) 11201 Douglas Avenue, Urbandale, IA 50322
hereinafter referred to as "the Surety", are held and firmly bound unto City of Fort Collins 300
Laporte Ave Fort Collins. Colorado 80522 a (Municipal Corporation) hereinafter referred to as
the "OWNER", in the penal sum of Two Million Sixty -Three Thousand Fifty -Five Dollars and Five
Cents ($2 063.055.05) 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 2nd day of March, 2012, a copy of which is
hereto attached and made a part hereof for the performance of The City of Fort Collins project,
7336 Shields Street Bridge & Laporte Avenue Bridge Replacement.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the
undertakings, covenants, terms, conditions and agreements of said Agreement during the
original term thereof, and any extensions thereof which may be granted by the OWNER, with or
without Notice to the Surety and during the life of the guaranty period, and if the Principal shall
satisfy all claims and demands incurred under such Agreement, and shall fully indemnify and
save harmless the OWNER from all cost and damages which it may suffer by reason of failure
to do so, and shall reimburse and repay the OWNER all outlay and expense which the OWNER
may incur in making good any default then this obligation shall be void; otherwise to remain in
full force and effect.
• Rev10/20107 Section 00610 Page
1
•
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees
that no change, extension of time, alteration or addition to the terms of the Agreement or to the
Work to be performed thereunder or the Specifications accompanying the same shall in any way
affect its obligation on this bond; and it does hereby waive notice of any such change, extension
of time, alteration or addition to the terms of the Agreement or to the Work or to the
Specifications.
PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR
shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied.
PROVIDED, FURTHER, that the Surety Company must be authorized to transact business in
the State of Colorado and be acceptable to the OWNER.
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of
which shall be deemed an original, this 5thday of March , 2012.
APESENCE OF: Princip Zak Di c.B. --
e-4 M ..��1�y�� t't "C'
(Title)
• 14290 Hilltop Road, Longmont, CO 80504
(Address)
(Corporate Seal)
IN PRESENCE OF: Other Partners
N/A By: N/A
By:
•
IN P%ESENCE.OF: Surety Berkley Regional Insurance Company
B : �� By:
Nicole' . McCollam, Attorney -in -Fact
Jes Talbot By: 11201 Douglas Avenue Urbandale IA 50322
(Address)
(Surety Seal)
NOTE: Date of Bond must not be prior to date of Agreement.
If CONTRACTOR is Partnership, all partners should execute Bond.
Rev 70120/07 IMSection 00610 Page 2
A
1550 I7th Street, State 600
Denver, CO 80202-1657
Phone 303.534.4567
•
SECTION 00615
PAYMENT BOND
Bond No. 0164011
KNOW ALL MEN BY THESE PRESENTS: that
Zak Dirt Inc.
14290 Hilltop Road, Longmont, CO 80504
(a Corporation), hereinafter referred to as the 'Principal' and
(Firm) Berkley Regional Insurance Company
(Address) 11201 Douglas Avenue, Urbandale, IA 50322
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 Two Million Sixty -Three Thousand Fifty -Five Dollars and
Five Cents ($2,063,055.05) 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 2nd day of March, 2012, a copy of which is
hereto attached and made a part hereof for the performance of The City of Fort Collins project,
• 7336 Shields Street Bridge & Laporte Avenue Bridge Replacement.
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.
Rev10t2oro7 Section 00615 Page 1
•
•
•
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees
that no change, extension of time, alteration or addition to the terms of the Agreement or to the
Work to be performed thereunder or the Specifications accompanying the same shall in any way
affect its obligation on this bond; and it does hereby waive notice of any such change, extension
of time, alteration or 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
M7* shall be deemed an original, this 5th day of March, 2012. n
IN PRESENCE OF:
(Corporate Sea[)
IN PRESENCE OF:
N/A
PriQcipa//Zak Dirt,
By:
14290 Hilltop Road, Longmont, CO 80504
(Address)
Other Partners
IN PRESENCE OF: Surety Berkley Regional Insur��anceeC�Company
B : (1 _ o By:
Nicole L. McCollam, Attorney -in -Fact
Jess a albot By:11201 Douglas Avenue Urbandale IA 50322
(Address)
(Surety Sea[)
NOTE: Date of Bond must not be prior to date of Agreement.
If CONTRACTOR is Partnership, all partners should execute Bond.
Rev 10120/07
IMA
11550 17th Street, Suite 600
Denver, CO 80202-1657
Phone 303.534.4567
Section 00615 Page 2
No. 7724c
POWER OF ATTORNEY
BERKLEY REGIONAL INSURANCE COMPANY
WILMINGTON, DELAWARE
• NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully.
Z; KNOW ALL MEN BY THESE PRESENTS, that BERKLEY REGIONAL INSURANCE COMPANY (the "Company'), a
corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Urbandale, Iowa,
F, has made, constituted and appointed, and does by these presents make, constitute and appoint: Sheryll Shaw, Nicole L. McCollam,
Sue Wood, Bradley J. Jeffress, Kristen L. McCormick, Sarah Finn, Robert L. Cohen, Robert J. Reiter, Jennifer Bub, Michael
y Lischer, Jr., Philip J. Monasch or Jessica Talbot of IMA, Inc. of Denver, CO its true and lawful Attorney -in -Fact, to sign its
name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with
v the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 U.S.
Dollars (U.S.$50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly
elected officers of the Company at its principal office in their own proper persons.
vL
This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware,
—o L without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following
resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on August 21, 2000:
� J
c "RESOLVED, that the proper officers of the Company are hereby authorized to execute powers of attorney authorizing and
qualifying the attomey-in-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations
o c on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto;
° and further
o RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances,
or other suretyship obligations specifically named therein and they have no authority to bind the Company except in the
manner and to the extent therein stated; and further
D c RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attomey-in-fact named; and
further
RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any
c power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or
r' other suretyship obligation of the Company; and such signature and sea] when so used shall have the same force and effect as
~ though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any
person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have
ceased to be such at the time when such instruments shall be issued."
IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its
corporate seal hereunto affixed this 2- day of 2012.
' Attest: Berkley Regional Insurance Company
3 (Seal) By By/ IN .
F Ira S. tederman ( Jef y . Hafter
Senior Vice President & Secretary senior ice President
z WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE `BERKLEY" SECURITY PAPER.
o STATE OF CONNECTICUT )
?.r ) ss:
COUNTY OF FAIRFIELD )
Sworn to before me, a Notary Public in the State of Connecticut, this .1 day of 2012, by Jeffrey M. Hafter and
Ira S. Lederman who are swam to me to be the Senior Vice President, and the Senior Vice President and Secretary, respectively, of
c = Berkley Regional Insurance Company. EILEEN KILLEEN
n NOTAIF" P><TTT UC <f " �
= MYCOMMISSIONeXPliiE6JUNE30,A"g Notary Public, State of Connecticut
0
CERTIFICATE
z I, the undersigned, Assistant Secretary of BERKLEY REGIONAL INSURANCE COMPANY, DO HEREBY CERTIFY that the
foregoing is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked
3 r rescinded and that the authority of the Attomey-in-Fact set forth therein, who executed the bond or undertaking to which this
�ower of Attorney is attached, is in full force and effect as of this date.
Given under my hand and seal of the Company, this 5th day o f March 2012
(Seal)
Andrew M. Tuma
•
SECTION 00630
CERTIFICATE OF INSURANCE
CONTRACTOR shall insert his own standard form for Certificate of Insurance.
Rev 10/20/07
Page 1
Section 00630
ACORD CERTIFICATE OF
LIABILITY INSURANCE
DATE22/2012
o3/zz/zalz
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 endomemenl(s).
PRODUCER
CONTNAME ACT Renee McReynolds
Ewing -Leavitt Insurance Agency
p"$"o,E,l, 970.679.7344 `A"(CNe:866.425.6180
4025 St. Cloud Dr.
AIL
ADDRESS: renee-mcreynolds@leavitt.com
PRODUCER
T MER
Suite 100
INSURER(S) AFFORDING COVERAGE
NAM
Loveland, CO 80538
INSURED
INSURER A: Cincinnati Insurance Co
Zak Dirt, Inc.
INSURER B: Pinnacol Assurance
41190
14290 Hilltop Road
INSURER C:
Longmont, CO 80504
INSURER D:
INSURER E
INSURER F
COVERAGES CERTIFICATE NUMBER: 2011-12 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 CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
NS
INSR
rypE OF INSURANCE
ADD L
INSR
SUER
MD
POLICY NUMBER
POLICY EFF
MNoDIYYYY
POLICY EXP
MMIDD/YYYY
LIMITS
GENERAL LIABILITY
CPP108410E
10101/2011
10/01/2012
EACH OCCURRENCE
$ 1,000,00
X COMMERCIAL GENERAL DABIUTY
OAMAT RENTEDPREMISES (Ea occumenceJ_
$ 500,00
CLAIMS-MADE OCCUR
MED EXP (my one person)
$ 10,00
A
X Blkt Addl Insureds
PERSONAL &ADV INJURY
$ 1,000,00
X
181kt Waiver Subrog
GENERAL AGGREGATE
$ 2,000,00
GENL AGGREGATE LIMIT APPLIES PER:
PRODUCTS AGO
8 2,000,00
POLICY X PRO-T JECLOC
$
AUTOMOBILE
X
LIABILITY
ANY AUTO
CPP108410
10/0112011
10/01/2012
COMBINED
t SINGLE LIMIT
$ 1,000,00C
BDDILY INJURY (Per person)
$
ALL OWNED AUTOS
BODILY INJURY (Per accident)
$
A
SCHEDULED AUTOS
HIRED AUTO'
PROPERTY DAMAGE
(Per accident)
$
X
X
NONdWNEDAUTO'
Comp
$ 1,000 de
X
Blkt WOS/Addl Insd
Coll
$ 1,000 de
,X
UMBRELLALIA9
X
OCCUR
CPP108410
10/0112011
10/01/2012
EACH OCCURRENCE
$ 5,000,00
AGGREGATE
$ 5 , 000, oO
A
EXCESS Lt.B
CLAIMS MADE
DEDUCTIBLE
$
HX
Is
RETENTION $
B
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETORIPARTNEWEXECUTIVEYIN
OFFICER/MEMBER EXCLUDED?
(Mantlatory lm NH)
NIA
84662C
BLKT WAIVER O
SUBROGATION
10/01/2011
1010112012
X TORY OMITS GER
EL. EACH ACCICENT
$ SDD,UD
E. L. DISEASE - EA EMPLOYE
$ 500,00
If yes, describe under
DESCRIPTION OF OPERATIONS be.
E. L. DISEASE -POLICY LIMIT
$ 500,00
A
Contractors Equipment
CPP108410
10/0112011
1010112012
Leased/Rented Equipment
$500,000 limit
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space Is repuired)
e: Shields & Laporte, Fort Collins, CO #314.12
he City of Fort Collins and Colorado Department of Transportation are named as additional
'nsureds as respects work performed.
CERTIFICATE HOLDER CANCELLATION
City of Fort Collins
215 N Mason St
Fort Collins. CO 80522
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
©1
ACORD 25 (2009109) The ACORD name and logo are registered marks of ACORD
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2 Addendum l — February 15, 2012
Colorado Project No. BRO iM455-100
Construction Subaccount No. 17905
REVISION OF SECTION 108
SPECIALTY ITEMS
Section 108 of the Standard Specifications is hereby revised for this project as follows:
•
Subsection 108.01 shall include the following:
The following items are designated as "Specialty Items" for this project
Specialty Items
(1) Pedestrian Railing (Steel) (Special)
(2) Inlet (Special)
(3) Curb (Special)
(4) Curb and Gutter Type 2 (Section II-B) (Special) (6"-12" Curb Face)
15
0
i
SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: CITY OF FORT COLLINS
(OWNER)
DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: 7336 Shields Street Bridge &
Laporte Avenue Bridge Replacement
PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado
INCLUDE:
OWNER: City of Fort Collins
CONTRACTOR: Zak Dirt Inc.
CONTRACT DATE: March 2, 2012
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
REMARKS:
DATE
Rev10/20/07 Section 00635 Page 1
SECTION 00640
CERTIFICATE OF FINAL ACCEPTANCE
TO: Zak Dirt Inc.
Gentlemen
20
You are hereby notified that on the _ day of , 20_, the City of Fort Collins, Colorado,
has accepted the Work completed by for the City of Fort Collins
project, 7336 Shields Street Bridge & Laporte Avenue Bridge Replacement.
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:
Rev 10/20/07 Section 00640 Page 1
0
0
0
SECTION 00650
LIEN WAIVER RELEASE
(CONTRACTOR)
TO: City of Fort Collins, Colorado (OWNER)
FROM: Zak Dirt Inc. (CONTRACTOR)
PROJECT: 7336 Shields Street Bridge & Laporte Avenue Bridge Replacement
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.
Rev10/20107 Section 00650 Page 1-
Signed this
ATTEST:
Secretary
STATE OF COLORADO
COUNTY OF LARIMER
day of 20_
CONTRACTOR
By:
Title:
)ss.
Subscribed and sworn to before me this
20_, by
Witness my hand and official seal.
My Commission Expire
Notary Public
day of
Rev10/20/07 Section 00650 Page 2
•
0
E
s
SECTION 00660
CONSENT OF SURETY
TO: City of Fort Collins, Colorado (hereinafter referred to as the "OWNER")
CONTRACTOR: Zak Dirt Inc.
PROJECT: 7336 Shields Street Bridge & Laporte Avenue Bridge Replacement
CONTRACT DATE:
In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR
as indicated above,
(Surety)
on bond
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
El
(Surety Company)
0
ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact.
Rev10/20/07 Section 00660 Page 1
SECTION 00670
Section 00670 Page 1
0
181
0
0
0
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
DO NOT WRITE IN THIS SPACE
The exemption certificate for which you are applying must be used only for the purpose of purchasing construction and building materials
for the exempt project described below. This exemption does not include or apply to the purchase or rental of equipment, supplies, and
materials which are purchased, rented, or consumed by the contractor and which do not become part of the structure, highway, road,
street, or other public works owned and used by the exempt organization.
Any unauthorized use of the exemption certificate will result in revocation of your exemption certificate and other penalties provided by
law.
A separate certificate is required for each contract.
Subcontractors will not be issued Certificates of Exemption by the Department of Revenue. It is the responsibility of the prime contractor
to issue certificates to each of the subcontractors. (See reverse side).
FAILURE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED.
Registration/Account No. (to be assigned by DOR)
Period
0170-750 (999) $0.00
89 -
ia l . J '� v' J3 Y £' i ..t!i +pJ : 11.L Th j 5!}P� 6 j.•• fi!} Ml� �.. C $"f 4 . LYK hFY "YJT � f k. �i f � Yi J i3 a� R'iyryY.i41N� O �4 � Yt
,(M1 ~��
- -� � �"��3 � +. y+,4 Y '{t* imml1f k A;`J^ R I VV; S f d R y Ye 4 .w'. ✓� G.,rl •f f �i �% � - � rr. f' �-T'-.t. tt i y. t
e
'OR JNFORMA� IION��b�� r� �(�✓ ~��� _,, � ��� ?'�+` �` °° 9y �
.CONTRA�C� �,
�
Trade name/DBA:
Owner, partner, or corporate name:
Mailing address (City, State, Zip):
Contact Person
E-Mail address:
Federal Employer's Identification Number:
Bid amount for your contract:
$
Fax Number.
Business telephone number:
Colorado withholding tax account number:
ft'FG. 4
Co tes df contract or'a reement a es! 1 ;tdentt m the contractm artles,'
§ P 9 P 9 () fY 9 9P
EXEM PTLON;INFaORMAT� "� Nk� aridr(2) contammglstgnaturessof contracting partte`s must be attached ` £f "'
-, s,.ev.,
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:
~ � � j- � i-3 E� 4• F i ��' `t /F 3.. f1�' �'f1+,,, .J4 i�,
�P
F � ] (I %MY yak 43fv
L, i
� �
R`•.i_,FF�
�..3.'E.F � � kn°+
x.— .. i_ �. ✓ s.e v� S.LGG� n F -� ;}.'.Hd) i N 4. 'I�..C..�l.� �f h f., u,. S.....a'�U. .tC �.: .u���F 5��, u3. �t�.-:: tie )���-�.
1 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.
0
Section 00670 Page 1
i
SECTION 00700
GENERAL CONDITIONS
0
0
E
GENERAL CON'DITION.S
miali
CONSIAU(TION• t6KTR.ACt
These GENERAL CONDITIONS have been,davelopei by,,, using. the
ST,V',qDAM-GF—N7Ek-L COXIDITIOINS,CIF To col'iSTRUCTION
CONTRACT prepirW by the FAgincers TmAr-Contract DocttmcrO.
Conim'itice; NCvISkIU-3 (199V Hcfiti6n); as 6ase. Changes to.
'that,do , cumerit are shown by widerliningitext that has been added and.
Striking fluQueji text that has'been deleted:
0
F'JCDC GENFRAI, CONNTIONIS 19 1 0-, 11990 ED[TION)
1"H-Clft'Y OF'FFOff FCOLIINS IvIODtl-*ICA-1 IONS'(LZEV 9/99)
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2 Addendum 1 — February t5, 2012
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
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.
CONSTRUCTION REQUIREMENTS
Subsection 630.09 shall include the following
Minimal temporary striping shall be used as part of the project. Removal of temporary striping by grinding will
not be allowed.
A full time Traffic Control Supervisor (TCS) will be required for the duration of the project, including during the
full closure of the Laporte/Whitcomb Bridge Replacement phase. During working days the TCS is required to
check and adjust the site accordingly prior to construction crews leaving the site. The TCS is required to check
and adjust the site on non -working days.
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 excluding
Flagging, Traffic Control Inspection and Traffic Control Management.
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 South Shields Street
described previously. Provide message boards a minimum of seven days prior to initiating any work.
Pay Item Pay Unit
Construction Zone Traffic Control (Arthurs Ditch) Lump Sum
Construction Zone Traffic Control (Shields Bridge) 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.
All items (including but not limited to construction signs, cones, barrels, barriers, barricades, etc.) required for
project traffic control for all activities of work is included in the item bid for Construction Zone Traffic Control
(LS).
Traffic Control Supervisor will not be paid for separately but shall be included in Traffic Control Management
and Traffic Control Inspection.
Traffic Control Management shall cover project working days.
Traffic Control Inspection shall cover project non -working days
67
0
0
Article or Paragraph!
Nurn 6:r. S., Title
DEFLNTEMINS
TABLE OF CONTENTS.OF bFNERAI.. CONDITIONS
Page Article or-Poragraph
Number Number &Title
I. I
Addenda
I.,
.......................................
I
1.3
Application for. payment........_...
1.
1.4
Asbestos ......... ..........................
J
1.5
Bid ...............
LG
Bidding Documents,% ............................
I
13
Bidding Recluirements:., ..................
!!.:I
1: 3,
Bonds .......... ....... ............... ...........
... I '
19
:
Change.0ider ...................... ...............
:
I•
1.10
Contract Docu'ments-., ............
t.11
Contract
1. 1.2
Contract Tbnes,-_:,r
1-13
CONTRACTOR:................................:I
I-t4
defeetive
1.13
Drawings..........: ......... ...... ........
_-1
1.16
Effective Date of the Agreement ...........
:1
1: 1. 7
ENTGUEER.. .............:..:.......................A
.1.18
ENIGMERs Corl[sLlftafit}.....................
I
119
Fi6ld Order,...,, ........ ..........
-1
1.20
Gencral-Requirements,
1-21
Ha7ardous Waste.. ........... I ..........
2*
1,22.a
:Lxws and Regulations','Kaws or
Regulitltions% ...... _.............I..,_......:.,...2
1 '".b
Legal [fobdivs ............ 1-1 ......... .......
123
LiPTIS ...........................:...........I..........?.
..........................z...........I..........
.1. 24
Milestone
1.25
Noticz.*of Award
1 _6.
N16tice to proceed
1.177
O%kNhR.... ................ ........................
1.28
Partial Utilization
2
1.29
PCBs ..........................
2
130
Petroleum
131
Project ..................................................2
L32.a
Radioactive Matuial .........................
1.32:b,
Regular Working. Hours
133
Resident Projedt Representative
1,34
Samples..............................................
1.35
Shop Drawings ... ..................... _ ..........
2
Specifica ; -S
.1
1:37'
Subcontractor
2.
1-39
Subs.tantial.Completion.,.....................
... 7
139
Supplementary Conditions ...............
1.40
Supplier,,,:,,,,,, 1; .... .....
.2
141
Underground Facilities_
J
1.42
*.�110d)1.
Unit Price Worn.....,_,:.,.„
,
J.
1.43
W rk .................... ..................
1.44
Work. Change
1.45
Written Amendment, ....... ......
Page
Number
PP±111'MMARY
:,,3
24
Delivery of Bonds .............................
3
22
Copies of Documents .:... ............
13
Corn - mencement,of Contract
Times, NT cticc to Proc&d_
�3'
2.4
Starting the Work ..................... . .......
3'
-1.5-2.7
Before Starting CbnstNcti=
CONTRACTOR's Responsibility
to Report; Preliminary SOculAcs:
Delivery of CLaiftbates of
Insurance.-. ................ ..............
3-4
1.g
Preconstruction Conference:_,,,,,,,_,,
i
29
Initially Acceptable'Schedules
A
3,- CONTRACT DOCUNEEINTS! INTENT
A. %NIENDENG, REUSE__ ..... ........... ..........
_4
3:1-3,2
Intent ....................... ....... ...............
V
3, 3
Rcrernce to Standards and S pe ci-
I'tcationSrof Techruall Societies;
Reporting and'Resolving DiS-
crepaneics, .................. .......
Intent ol'C'ertain Terms or
A ectives
A
S
X 5,
.Amending Contract Docun
16
Supplementing Contract
Documents, ..................................
5
17
Reuse of Docum en6
5
1. AVAH.ABILITY OF f.ANTDS,
SUBSURFACE
AND PHYSICAL CONDITIONS;
REFERENCE POINTS .........................................
5
4.1
Availability of Lands;,,,;,,,,,,;,,;,,,,;,5-6'
4;2
Subsurface and Physical
.Conditions ................
4-2:t
Reports and Diawings ........... % ..........
0,
L iffifted Rcliqncc by CONTRAC-
TOR Authorized; Technical
Data
-4,13,
Notice of Differing 50*kirlacb
or Physical: Conditions
4;2:4
F"NCITNEFTs Review
6
4:13
Possible Contract Doctmients
Changk;........................................6,
4.2.6
Possible Price and Times
Adjustments
4,3
Physical Conditions', Underground
Facilities
7
43A
Shown or Indicated ......
-7
43.2
Not,Shuwn or Indicated..,
7
4,4
Reference Points
ETCDC GENLR, COND] I IONS t910!3 (1990 EDITIOM
wi dTY OF FORT COLUMSMODIFICATION'S IAEV)/"I
Ariicle,or f-'aragraph'
-Number &Title
Pace Arricic:or paragraph
Number Number &--Titic
4.3 Asbestos, PCBs, Ptitroleina.,
Hazardous Waste or
Radioactivrc Matoriql ..................... 7-8
...........................
-5.1-5-1,
'Performance! Payment and'Other
'Bends.., ...............I............................8
53.
Licensed Sureties find Insurers:
Certittcat& of Insurance,:,-:.::-,--...:;,:
.4
Co-'ITP-ACTORs Liability
Insurance ..........................................9
5.5
OWNERs Liability Insurance- .............
9
516
'Property Insurance".-Z ......
9-10
5.7
Boiler and Machinery or Addi-
iional Property.Insurancd .................
III
.Notice of Cancellation Pro%ision
10
ig
CONTRACT(ks Responsibility'
for Deductible Amounts ........ ..........
10
S.lil,
Other*Special Insmance ___
... 10
5.11
Waiver of Ri.ght%t..:_,.:! ...........
1
Receiptand AppliLatibn of
Insurance Proceeds ......................
W-I I
5.14
Acceptance drBands .and Insu-
ancc; Option.to
3. I.i
Partial Utilization -Property
.Insurance . ........ .......... .................
11
6. C(NNTRACTUCS RESPONNSMILITIES ...............11
(,. 1
CIA. m
Supervision and Superintendency„....,
It
&3-63
Labor, Materials and Equipment..,
11-12
-6:6
Pro less Schedule: .................... ; .......a2
6:7
:Substitutes and "Or -Equal" Items;
('0NftRA('-'T0R!s Expense:
Substitute Construction
Methods or Proeedurest
F-NGf,TF'EICs Fvaluat;on
12-13,
6:S-6. If
Concerning Subcontractors.
supplicrs.and Others:.
Waiver of Rigfits .........................
13-'14
6 12
Patent Fees and Royalt[e.'k ...................14
6.11
Permits z .... ------- -1 -------
14
6j4
La*s and Regulations., .................
14
6.15
Taxes .................................... . .....
14-15
6.16
Use of Premises: ................. -- .......
- 15
6.17
Site Cleinlinev ........ , .......... 1.17-1.1-.1
15
(J.-Is
Snfc Structural Emcling ......................
15
.6.19
Reeord Documents ..... ........ .........
-.1i 5
6. -213
Safety and Protection... ....... 4 .... __
-15- 16
6.11
*Safety Representative......................I...16,
.
6 2-1
RaZa.......16-
idcornmunicntion Program-�
6.23
EmcrLencies .....................................16
6-14
Shop Drawings and Samples,,, ,,___-._
16
Page
Number
6,123
Submittal Proceedures, CON-
11LACTOR!s Review Prior
toShop. Drawing or Sample
Submittal
16,
6.26
Shop Drawing k, Sample Submit-
tals Review by ENGIINEEK ...
_ 16-17
6.27,Responsibility
for Vari.itions
From Contract Documents .......
-117
628
Related Work Performed Prior
to HNIG INIFER's Pevicfv'and
Approval of Required
Submittals
17
6,291
Continuing the Wo k
17
6.30
CONTRACTORs General
Wirran and Guarantee.,
Warranty . ..........
�.l 7
6.31-6.33r
Indemnification, ...... ......... z .... ...
17. LS
6.34
Survival or Obligations ... ......
Js
T, OTIEERW __ ' ORK.,............ _ .......... ......
_1
7. 1 =7.3
Related Work at Site::_ ..........
. 13
T4
Coordination . .......
.
is
8: OWNER'S
RESPONSIBILITIES .........................
JS
S.l
Communications to CON*
TRACTOR
S
8.2
R.Eplacemcnt of ID�GINIEEK_ ....
is
3.3
Furnish Data and Pay Promptly
When Due...................................
IS
8.4
LandsandEasements; Reports
I n'd 'rest%
13-19
8.5
Insurance .......................................19
,8.6
Change Orders., ....... i;:t ---
-:1-19
3.7
Inspections, Tests and
Approvals ...................................19
s.8
Stop or Stispchd Work;
Tcrffiinite co,,,rrRAM'0fZ's
Services
...... 19
8-9
LimitationsenOWNER'S
ResporusibilKes ......... I ..................19
.
3.III
Asbestos, PC Ps, Nuolcuni,.
Flazardbus Waste or
Ridioa&i ve Material .............
...... 39
S. I I
Evidence or Financal,
Axtran.;ements ..-, .... ...............
9. ENGNEER'S STATUS DURING
19
9.1
0WNFWs Representative,,, ,,, ,, ,
,,, .19
9:2
Visits to Site�;,..,
9.3
Pr6ject Representative......,„....,.
19-21
9.4
Clarifications and InLerpre-
lit tons
31
9.5
Authorized Variations in V,66 ---------
11
0
0
L:J(-I)C GLi4 M-ALCONDI I ION'S 1910-S i1990 ED-1 DOM
OF. FORT CQUJ." MODMC;%TIONS (IRFV9:991 40
0
Article or Paragraph Page Article or Paragraph
Number k-Title Number Nurnbicr &- Titic
9.6
Rejectin6btfrcave WorL
1,
9-7-`1.9
Shop Drawings. Change Orders
and Payments, .... ....... I ................
;I
9.101
D&crminations for Unit
9; 11-9.12-
Decisions on Disputes; W101-
NLER as Initial InLerprcter
;12
9.13
.............
Lim iiations on ENGNEERs
Authority and Respcinsibititiqi_
22-23
CHANGES IN
THE WORK .............
"3
hJ.I
OWNEWs Ordefed Change ...........
14.
lu..4;
Claim for AdjustructiL.,..
1-3
103
Work Not Required by Contract.
Documents, .......................... 4.1.11
..... ,3
10.4
Change Orders ................ ..........
23.
10.5
Notirleation of SUrety-L-1 .... .............
�23-
dl. NGE-OF CONITRACT-PRICIE . ................
.. ..... 23
1,1. 1-.11.3
Contract EYim Claim for
Adjustment ' : Value of
the Work � .............. --- !-!�231'24
11'.4
Cost of the,Work ...........................1
4- 2:1
11.5
Exclwimis to Cost of the tliork
-'5
11.6
COINTRActO.WS
11.7
Ccst Records...._ ...... ....................
2526
it's
Cash AJIdwances ................ _: .........
_26
11.9
Unit Price Work_ ............................
26
CHANGE OF CONTRACT TWES ............ ........
I
...... '6
111 .
Claim,for Adjustment -.....................'a
12.2
Timcu(Lhe Esscncq ...........................
26
-.3
Delays Beyond CONTRACTORS
Control.._-, ............. ...... :-: ....
!26-27
14.41
Delays Beyond OWNLERs and
CONTRACTOR'S Control
7
TESTS AND INSPECTIONS; CORRECTION
PCENIOVAL OR ACCEPTA,4CE OF
DEFECTIVE WORK
'-7
13.1
Notice. or Defects,:..:,,.,.-
13'-'
Access to the Work.._
I J-3
Tests and Inspections;,
CO NTFLACTORs Cuoperation;
27
13.4,
Okvl`TER's Responsibilities;
.Indepencien.LT,!sting-Lii.boratorv-,.,..-,.'-7
13-51
CON7R-,kCTORs,
!U-sponsibilidesl ................ z .............
27
1'3.6-131.7
Covering Wbrk Prior to. In.qpcc-
tion- Testing or Approval.,_ .... _z .....
2 7
13-9=13:9 Uncbveririg Work -lit CNG I-
'Nac
Muml;-T
NEERs Request .....................
27-28
13.10
OWNER.May Stop the "fork: ..........
28,
13:11
Corrcai6ft orRcnioval of
Defective Work .............................
28.
13.12
Correction Period,,,,,,,,,,,,,,,,,,,,,,,,,,
1 2S
..
I 113,
Accepinnue of Defective M1Work ........
2 S'
13 14
CAYWER \May Correct Qefectivi -
Work. ..... .......... : ......
28.29
iJAY,mENTs,To ("OoKItACTOP. AND
ComPLE-f-IO.N.- ..... I -.. ........
141
Schedule of Values
29,
t4.2
Application [a Progress
Payment..... ...................... ; ........
29,
143
C I QNI',RAC`fQ[,Vs Warranty or,
Title
29
14.4-14t7
kcvie<y of Applicati8ns for
Progress Payments ...... ............
29-3Q
14.2-14.9
Substantial Completion,,,,,,,,,,,,,,,,,,
30
114- 10
Partial Utilization,,,,,,,,,,
1
.
14:11
Filial Inspection ..............................
�l
14, 1'2
Final AppIi6ation,fbr'Paymcnl,-.-
31
14:13-14.14 Final Payment and Acceptance
...... 31
14A5
Waiver of Claims,.,.
1 -32
ix AispENmioN OF %v(DRK.\ND
TERIM M-MON ... '*is'
"! *n'*':k"o7''rk
32
15;1 OliiiJER ['a5
p Suspend' V
Work„_......_
32
15 2 - 15 i 4 OWNER May'rarminatc .............
... 32
15.5 CONTRACTOR ,May Slop
Work or
16. DISPUTE RESOLUTION . 33
17, �%IISCELLANEOUS ....
17.1 .... ............33
:
17.2 Computation of'rimics ....................33
IIJ Notice of Claim ...............................
33
17.4 C uniulitive Remedics...:
13
17,5 Professional Fees and'Cliurt
Costs Included .................... ................33
3
17.0 applicable State Laws,,,,,,,,,,,,,,,
33-34
fritcrttionally. left blank ........................ ..............
35
EXHIBIT G(--A- (Optional),
Dispute RdSOILItion Agreement .....................
QC -AI
16. 1', 16.6 Arbitration
--.GC-A'I
16.7 N redia I. ion..
C-AI
ro LJUXrENL"ItALCo; 'DJTIONSLlglo.s(191)(I &)JJJC),4)
wiCTTY OF FORT MLIJNSM0DTF1CATTo"4s MEV 91.99)
0
FNIDEX TO GENERAL CONDITIONS.
City (?fF.oil Collins modifications torbe General' Conditions of the Construction Contract rue not shovvn in this in&_x
Article or Paragraph
N, 6 in bcr
1(oceptance of -
Bonds and Insurance ..............................
_.: ...... 5.14
defective Work......_._..................
10.4.1. 13.5, 13-13
final payment .........................................
!;12, 14.15
insurance '.........
' * ........ *'**'* ...........
.......... J14
oLhe.r Workby CONTRACTOR ..................
........ 7.3
'Substitutes and 'Or-L':4u'[" Items
.. ..... .... . .. 6-7.1
Work by OWNT.R .............................
.1.5. 6.30, 0134
Access to the--
L.mads;. OIVNER and ccwT R,%(-,-roR:
responsibilities---:. .......
J. I
site. related Work. -,._
, 2
Work . .......... ..........................
13:2. 13,14, 14-9
Acts or Omissions--, Acts and Omissions'-
CON'fRAGCOR:
6.9:1, 9.133
ENGINEFIZ ... ..................
........ (), 9- 1 J3
bkVINER ....................................................
6:M 3.9
Addenda --definition of (also e .sc
delmition of-Specificinions) ........(L6,
1.10, 649), 11
Additional.Propcity Lnsuranceq,, ...................
;.; ...... w.. 5.7
Adjustments -
Contract ftice or Contract
Times '"1.5:J.3.
4J, 4.3.2, 4.�.2.
............................. �4 3:3,
9-4. 9-5, 10.2-10-4.
......... ; ........ I .................. I
... I 1, 11-1 14.5, 15.1
progress schedule ..............................................
G. 6
Agreement --
definition oC
.................... 1_l
"All -Risk" Insurance, policy [cxrn ............................
=.6.2
Allowances. Cash ............... '..... ** .... **
.......... ** .......... 11.9
Xmcriding Coniract'Documents.,...........
...... ];.5
Amendment. Written—
in general .............. _-1, 10_1,45. 13,
5;10, SA2? 66.2
............. ... ......... 6.8.1 6.19,
10. 1, -10.4, 11.2
12.1:
13.12.2, 14.7.2
Appt�al, OWNER or CONTR-ACTOR
9;10, 9.11:
10-4, 1.6.2, 16.5
Applici tion for Nyment
-definition of ........................... : ......
: ................ I... 1.3
.FNGINEER's Rcsponsibiliry ........................._....
9.9
final payment,,,,,,,,,,,,,,,, :?J3.449:13.5;
in general 18, 2.9.
......................... .
- 6.4. 9. 101 15:
progrcs's paym5nt, ...
. ..... z ;.14.1-14.7
revicw.of,,__,
.14.4- 14.7
Arbitration ......................... I ...... ...............
16:1-16.6
Asbv.stos-
claims pursuant thereto......__ ..........
:_... -4.5. 4.5.3
CONTRACTOR authorized to stop
Work ....
definition of ... ...........................
...... ............ 1.4
Article or Nripriph
Number.
OWNER responsibility Ibr .... ........................
4.5. 1. S. 10-
p9s.sible price and times change.,.,_...-_,._.._...,-_;
-
Authorized Variations in Wu'rk ..........
3.6, 6,25. 6,27, 9.5
Availability of Lands, .........................................
4. 1. ' 8. 4
Award, Notice.of-defined;..
.... !.... L_25
Be.fore'Starting Construiction, .......................
1
...... '15- 18
Bid -definition of,,,.,,,,,._,,,,,,,, ,,,,,1,5
(11, 1.10. 2.1 13�1
.:._:._..._._I......... ;L26A, 6.13, 11.4.31 11.9: 1)
,bidding Ductiments--definition
of ......... .................
__J,6 (6: Xn)
Bidding
of ..................................
1. 7 (1.1, 4,2. 61 .1)
Bonds -
.acceptance or,, .... ............................
...... !5114
additiorini bun&
J0.5. 11.4.5.9
Cost a f the Work, ............................................11.5.4
deRnition of .... ...... I ...... ! ............
-8
Jcliwry of ............... ........... :.
............ 5; 1
:
final Application for Payment...-
14.12- 14'14-
general _ .....................................
1. 10, 5.15.3. 5:13i
9.131; 10.5. 14.7.6
Performance. Payment and Other ..................
7.5.1-522-
Bonds and Insurance-2in general., ................
..............
Builder's risk policy foram.--„
....................3J6. Z
Cancellation Provisions, Insurance;,,_.__,
5.4.1 I, 5.8. 5.15
Cash Allowances....................................................
il-8
Certificate of Substantial Completion
........ 1.38, 6.30.1.3:
..................................................14.8.
14.10
Certificates of Inspection..... _. t ........
J.13.4, 13.5. 14.12
Certificates of Insurance ........ 2,7.
5,3; i: 4 It. 5.4, 1),,
......... 5.6.5, 5.8,
5, 14, 9.114, 14.12
Change in Contract Price --
Cash Allowances:..:..:...:::::.:.:.:.:_:.._:_:..:..:...:....::..I1.8
claim for price
adjustment ............. 4J, 4.2.6,
4:5, 5.1.5,,6.8.2..9:4
...................9.5.9.11,. 1o.1 10.5; 1 1.2i 13:9.
........................ 13:13.,13:14,
14.7, 1.5.1. 15.5
CON[TRAUOR's fee .............. ..........................
11.6
Cost of the Work
general ............................... ................
11.14-11.7
Exclusions to'_- ...... ;'' 1 li: I :
1:1:1 1-.; 1 Li
Cost Records : ..... 1 ...... T .........
in general .... 1.19; 1.44, 9.11,
It * 1.4.21 10.4.3,.I1
Lump Sum Pricing....,..... .................
.............. 11.3.2
Matifi N cation of S'urctv .........
::
... .:' . ..........
�-7 :.
Scope of .......
........... "'10.3-10.4
Testing- and Inspection.
Uncovering the Wort. ..................................
13-9
L:JCW_C;L,1!MU,L CONDMON'S 19108 (1999 EDRION1 •
WCITTY OF FORT COU.INTSMODIFICAT1ENS iRFV 9199)
0
0
0
unit Price Work;„.„ ................ ................ I ... 11-9
.Article or Panagruph
NIUM IXT
Value of Work
Change in Contracttimcs-'
Claim for times adjustmcnt, .......
4.1, 4.1:6, 4. 5, j. 1 5t
6.8;2. 9.4. 9.5. 9_11: 10.1- 10.5; 12.1.
..............113.9, 13.13:13-14;
14-7. 15z I,, 15.5
Contractual tim c4im its
.................
Delays beyond 60NUR, kC�OR!s
control
123
[plays beyond OWNE R's. .-ind
eomrRACTORs control,
.....114
Notification orsurety ... T..........................
........ 10.5
Scope o1chandc .................. ....................
:10.3710.4
.Change Orders -
Acceptance of Defective Work.. -_-.,__
......:
Amending Contract Documenu;
.............. I
Cash Allowances
-
Change of.ContrRct Price,__,-._
........................... I I
Change of Contract Times;,,,,,,,,,
12'
Changes in,Lhe Work ....... ..........
J01
CO, 4TRACTOR!s fee ........................................1.L6
Cost of the Work
11.4-11.7
Cost Records,,,,,,,,,,;,, ......
....... ' H'.7
definition of ............... :'.; .......
..
............. Z .......
emergencies ....................................................
6.23
E_-\q,GlNNEER!s responsibility .......
9.8. 10.4, 11.1 12.1
execut.ton o( .....................................................
10.4
In - derniiifietiorl ....................... .fi:12, 6.16, 6,31-6.33
1 nsurince, Ban& find ............ ...
...... 5.10. 5.13. 10J.
OWNER mav Wrmi . mate .................
15.2-15.4.
OWNERS Responsibility.; ...... .............
; ...... $4 10.4
Physical- Conditions -
Subsurface and, .......... ...................................
4,2
underground Facilities .............................
4.3.2'
Record Documents
Scope of Change.. .............. ; .......................
103-10A
Substitutes .................................
....... 6. 7.3 : 6.9.2:
Unit Price. Work :
I t.9
value of'Work, covered bY! ................
- ............. ; 1.1.3
Changes in the Work_ . ...............................
:_ 10
Notitication of surety _'
10.5
CVNTRs and CO?`fk�H6E
responsibilities.... _..................................
..... 10.4
Right to an ' adjustment ."..
Scope of change ... I., ......
........... 103-10.4
Claims --
against CONMRACI'1011 ...........................
z;.__6.16
against MNG MER. ........ 1 ........ 1
._ .......
against OWNER ........................ I
....... ....... 63'
,Change oCContract Price
............................
Q,4 . . t -
.
Change of Contract Times ...
............ ....9:4, [-),I
CONTR_ACTnR!s__;_:; ...... :h T 1
9.4. 9.5, 9. 11. 10.
...........................1 I.-'-Y 11.9;
t2. 1. 13.9, 14:,;,
.........
I i: 1., 15.5. 17.3
COZWRACTOWs Fee . ............ F6
Article or Pariigrafih
Number
CONTRACTOR!s liabiliry ........... 5.J, GJ _J 6.16, 631
Cost or the Work..........."....- .................
11.4, IL3%
Decisions on Disputes,_ . ..........................
9.1 Ij 9.11.
D isoutc Resolution;,,,,,,_ .......... .........................
J6.1
,Dispute Resolution Agreemenv ...................
16:1-16.6
ENGINCER.as initial intcrprctoe_,.,_.,_
.... 9.11
Lump Sum Pricing,,.., .... ...... : ...............
1. 3._'
Notice of
1 7.3'
OWNER. .9 .................... 9A, 9.5; 9. 11.
1 11.2, 11.9
...... ....... 12.1. 13.9. 13:13.
I3t14. 17.3
OWNNERs liability,,:�
OWNER may refuse to make payment„
...............14.7
Protessionil Fees and Court Costs
Included
17.3
request [br formal decision on ..........
......... 2. 11
'Substitute Items .................................................
6-7.1.2
'rime:Extension .............
............. 12:1,
Titne requirements,., ..............................
:,.9.11, 12.1
Unit Price
11.95
Value of
1.1.3
Waivcr ofmi on Final Patyment..,; .... ......
14.14, 14,15
Work Change'Directive ... :'..:
......... .... 0.2-
written.notice required_-., ....
11,2, 12.1
Clarifications and Inter .............
3:6.1'9A. 9. H
.pretations
CleanSite __ ....................... ..............................
6,17'
l Codes or'rechni&a'imicty, Organization
orAssociatin ' a..................................................3.3.3
Commencement of C6raraci-Tirnes ............................23
Communications --
-general .... ...... .......
8:1
Flaiard Communication Progams_,_._,_.,,
6.22'
corarlcfion
Final Applicationfior Payment ........ .........
....... 14. 1 -
Final Inspection..._.....
If
Final Payment and Acceptance: ...............
14.13-14.14
Partial Utili,zatioR ...................... :; ...................
j4. 10
Substantial Completion ......................
i-.33. 14-8-14.91
WaiVer of Claims,,,,,;,,,,,,,,,, .....................
..... J4. 15,
Computation of ........
17:2 .1-17.2.2
CC)nceming Subcontractors, Suliplicrs
and Others
6.3-6,11
Conferences -
initially nccepUib le. schedules„ ,,., „-„
_ ,,,-2.9
preconstructioq ................................
......... 2.8
Conflict, Error, Ambiguity, Discrepancy--
cb,N'rRACroiz to Report---.---
2'5, 3,12
Construction, before.starting by
cwrtz,,urofz
Construction Machinery, Equipment, etc,,,,,,,,,,,,,,,,,,
:6.4
Continuing the Work ...... ..........
..6.29,10.4
Contract Dxuments
Am cndfrig
3.i
.Poll&, ........................... ........................
........ IiA
EXOC (.,E'4U(AL comxrioms into-s Eiq,�o Eui noNr)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9891
Cash Allowances,,,,,,,,,,,,,,,,,,, ...... 111,
Article or Paragraph
N,urnber
,Change of Contract price .....................................
*11
Change of Contract limes,,,._....1_1:1:':.:.:
...... .-i
C hanger in the Work ...................... .........
10.4-10.5
check and verify .................................................
2.5
Clarifications=d
Interpretations ......... 3.6,
9.4. 9. 11
:definition of
ENGINPFRasinitial interpreter of ................
_2.1 i
ENGINFER is OWI*.Ws,r0resentativ� .......
.-citcraD
Insuranct% ... ........ ......
......
Intent ; ...........................
_1 1-3A
minor variations in the Work ....... .......................
16
OWNEles responsibility to furnish data ...............
3.3
OWN T,R's responsibility to make
prom pt payrri ent .......................... $_3. 14:4,
14.13
precedence ........... ' ................
1:1, 3.3.3
Record-DccumcnLs ...
...... 6.19
Referenye to Standards and Specifications
of Technical Societies .............................
3,3
Related Work ............................. .......................
Y:2
Reporting and Resolving Disciepancies,_.,,_15,
3'.3
Reuseof. ................... ; ....... ... ............... __
.... ... 3.7
Supplementing ....................................................6
Term ina fort of ELNGDsTEER!s Employment..,.......
Unit Price Work ...................................I...........)1.9
variations ....................................... _16,
6:23, 6!27
VisiLs.to Site, [i\11GUNEER's ............................
... 9,2
Contract Price --
adjustment 4%L 9.4,.10.3;
11.2-113
Changeof.....:._:::... . .. .. .... ........
....*..................**..........9.11
Decision on Disputes ........................................9.11
definition of ................................... ............
V, I I
Contract
adjustment <, ... 4. 1_9.4� 10.3. 12
Change or.: ..............................................
12. 1-12:4
Commencemenl.u(
213
definition o(:: ........ .....................
CONTRACTOR -
Acceptance of Insurance..................._.............--.5.14
Communications......................................6.3.
6.9:2
Continue' Work. .......................................
6.29. 10.4
coordination and scheduling'............
definition of ............. .......................................
1.13
,Limited Reliance on Technical
Data Authorized
May Stop Work or. Term inate ....... ......
pro6de site access to Others .........................
7 2. 1312
'Safety.'and Protection ................... 4.3. 1, 2, 6.16. 6. IS;
........... C.21-623,
Shop.Drawing and Sample Rcyiww
prior to Submittal ................. I ......................
oliS
Stop Work requirements.............. I ............
CONTR.ACJ'OR's
ikiticleor Paragraph
Number
Compensation,,,.;,_.,,_„ 7: ---------
1.2
Continuing Ohl i_gatibn... .... I .......... ...............
14-15
Ve(eclive Work ................................. 9.6. B.10-1114
Duty io correct deject&e Work ...........................
13,11
Duty to Report -_-
Changes -in the Work catmed by
Emergency .......... ___ ..... ....... .......
_6.23
Defects in Worl, of Others. .............................
:1.3
Differing conditions ............ ......
4. 2:3
Discrepancy in'Document% ' ___15, 3:3.2.
6.14.2
Underground Facilities not indicated..,
....... :4.12
Emergencies .... ............................. j__4 ..........
5. 23
Equipment and Rental. Cost
Of the Work.....:................:....::.............:I
IA5_3
Fee --Cost Plus ........................... 11 4,5,6, 1
LSA, 11.6
General Warrahty and Guarantee ........
...... 6.301
FlHzard Communication Programs ...............
.... 5.22
Indemnification.,__ ---- ... ;--6.12: 6.16..
6-31-6.33
Inspection of the Work ................................
7.3, I3:'4
Labor. Materials and Equipment,,,;,,,,,_ _; .......
:6.3-6-.5
Laws and Regulations: Compliance hy ...........
,6.14.1.
Liability Insurance .... z .............................
;:,5,4
N"otice of Intenuo Appeal .........................
10.10, W'A
Obligation to perform and complete
theWork ...................................................
6.30
Patent Fees and Royalties, paid for by .................
6J2
Performance and Other Bonds_........,,,_.............5.1
Permits, obtained' and paid for by-, .....................
0.13
Progress Schedule......:_2.6. 2:8.
2.9, 6.6.
RequZst for formal decisionon disputes;,,,,,,,,,,,,,
P:1 I
Responsibilities --
Changes in the Work.: ...
VXI
Concernin.,,.Subconvnctors, Suppliers
and Others .............................. ......
16. S-6. U
Continuing the Work ...........................
6.29, 10.4
CONTRACTOR's,expense ....... ...............
(i.7,1
CONTRACTORS General Warranty
and Guarifit o
6.30
CONTRACTOR'S review prior to Shop
Drilwingor-SimplesubmiLtal .....
....... 6:23
Coordination of Work_., .......... :1 ......
69.2
Emergencies., .... ............. ........
ENdrINIEERs evaluation, Substitutes
or'Or-Fquai" Iterns ... ........... .........
For Acts and Omissions
of Others .......... .................. 6,9_1-6972,
213
for deductible am coats. insurance ...............
__5.9
general ......... ........................... _�, 7,21.'J,3;
8.9�
ff,-iz,irdotis.(-etiinitin:i"itiot'i Pioaranis, ......
.... rj, 22
niclemnification ..........................
. 6.31-6.33
E
iii ERM)C GE NERAL CONDITIONS MO .8 i t990 EDITION) •
w/ CITY OF FORT COLUNS MODIFICATION.; (RFV9,991
0
CJ
0
Libor..'I'viaterials and Hquipmcnp_._., ... :, 6 3-6: i,
Laws And Regulations__ ....... 6.14
L' bilitvInst . !a - - trance. _5.4
Article or Paragraph
Ntiinlxr
Notice of variation from Contract
Documents., ................ ...................
27,
Patent Fees -and Royalties ..............
12
Permits.:
...... 6.13
Progrzss'Schedulc__
Rccord D6cumcnLs; ..... ...... ..............
6.1,9
related Work- performed prior t6
ENIGHNrEERs approval of required
submittals._.
--28
safe structural loading ....... ......... .........
Safety and Protection -0 7:2 13.2,
---------------
.Safety Representati-ve . . .......
......... 6.2 1.
cheduling the �Vdrk_
Scheduling ..............
6. 9�2
Shop Drawings and Samples ......................
6.24
Shop,Drmvings.afid Saniples fkeview
by
6.26.
Site Cleanhness_
'¢.'17 '
Submittal Prorcedu,iL�s .... .. .............
.... 6,25
Substitute Construction wfafiod:9,
and Procedures-,-, ... ............
- ATT
SubStiLUte3amd"Or-EqusI* lt�ms .......
Superintendency .................. ........... ............
6.21
Supervision .......................... ...........
(:I
Survival of Obligations ................................634
Taxes
Tcs�ts and Insp"ecrions ...................... : .........
...13. 5
To Report ..........:....................
....... 5
Use of?rem isCs_ 16-6 IN: 6.30.14
Review Prior to Shop Drawing or
Sample'Subm ...........
W..Z16.23
,Right to adjusimcmt for changcs in the Work ..... 102
right to.claim., 4, 7. 1, �.4, 9.5. 9:11,
1 O.'� I 1. 2,
�..11:9, 12.1..13.9, 14.8, 15A.
15.5. 1 T3
Safety and Protection .............. _..,j6.20-6.22. T2. 13.2
Safety Representative ........... I., ......
Shop Drdwingsand Samples
Special Consultants-,-- , --- ----- ------- ,;, - -------
t IJ4
Substitute Construction imethods. and Pmcdurcs.6,7
I .
�Subrstitutcsand 'Or -Equal it ems.
Expense.-- .............. .............
Sub_contractors, Suppliers'and Others .......
,.6:8-6-11
'Supervision and Superintendence ..... 6,1,
6_1 6,21
Taxes, Payment by.......-..-... ......... ...
6.15
Use of Prem ises .....
....................
6,16-6, IN
warra - rities and guarantees,,,,;,,,,,,,,,,,,,,..::
A 0.530
l�rarranty_.of`ruld .......................... ...........
Written N."otice Required--
CONTIUAC.TOR.swp Work or terminate
.. ...... 1.5:5
Reports of Differing Subsurfhee
.,and Physical Conditions ......................
4�13
Substantial ccrupletion_
14.3
Yiii
COiN'rR.ACT0RS--othcr.-, .......... ................. ............ 7
Contractual 1.iabilit} lnsurzmc�q__ .... ............... _ ?A 1 o:
Contractual Time Li1mit3.,.,,.,,... .. I . ...... . ;I''
.:article .Article or paragraph
Numbier
Coordination--
COINTRACTORs responsibility,,,,,,,,,
................ 09.2
Cdpies of IXcdments
Correction Period.,..-, ..........
Correction. Removal or Acceptance
of Defective.Work--
in genEr.M .......... ....................... . 164.1,
13. 10- 13. f 4
A"epiancc of D,?fecfivv,Work2 ..........
, ....... _ j 3,13.
�Correction or Removal of
Defe,c,tira Work� ................. ...........
:J5.30.,13.11
Correction Period
.... ... 13.12
OW'NERK,tny Correct Defictive Work_____________
13.14
OWNER IMay Stop Work'....1; r
4 13; 10
Cost_
orrests and 1-fispections.,......
13.
:Rrcords, 11;7
Cost of the Work-
Honds and insurance, additional,,;,,,,,,,,,,,,,,,,
j 1:4,5;9
cash :Discounts ...;
IAZ
CO-NTkx.'LoR!s Ere ....... :.I ....
.Einpluyc,_: Experiscs_.,,_-, ... ............ .........
Exclusionsdo ....................... .........................
General 1 IA -I Li
Elaine office and overhead cxpufisys_ ....
............ 1,5'
Losses and'damig,3 ....................................a
1.4 5.6
Materials.and.cquipmen I t.
,%,finor expenses ..............................
......... 11.4.5.8
_Payroll custs an changes;,:,,,,. ___:_
I-L4.1
performed by Subu6,ntmcrorq:,.,
j 14 3
Records 11, i
Rentil s of,,cons"cuori equipment
and hiachinoryl ............. ......
....... _1 1:4.5.3
Royalty. payment%, permits and
license
1:4.5: i
Site office and temp6rary!arilid.%, ... ..........
1.1.4.5!3
Special Consultants, CONITRAC TOP's
... ...... 11, 44 4'
SUpplemontal-...
145,
faxes related to the
11:4:5.4
Tests and[. ns pection., ........ I ........ I ............
.......... 134,
Trade Dismounts..---' : __
_1 1.4.2
utilities �, Fuel'and sanitary Lacifities_
I IA:iJ
Workaftei regular hours,,,,,,,,, , ,,,
,,,,,„..,.IIAA
Covering Work.," ..........
........
-13:7
Cumulative Rcmcdi*es,.... ... ....... .......
17.4-17.5.
Cutting, fitting and pachin�, ----------
7.2
Data, to be ftirnisfied by OWICR ......................
Day"dcftnition of,,,,,,,,,,,,,,,
17.12
...... .......
DeQisions-on,Disputc� ............. .............
....
9.11, 9.12
d� ecrive-definition of
1.14
AcccpwnQe, of :.110.4.1.
13:13
LJCDC GLNEtAL CONDI-1 [ONS
LDJ nbL,,4
0 CITY OF FORT C6[.I.IN.sSfLir)rriCATTONS
(REV'IM)
Correciiomor Removal of;,,,,,,,,,, ,,,,16;4:1, 13111
Correction Period.-. ,, ,,,;,,; , ;,,;,,,13.11
in general..... .........
Article or Paragaph
NumbeT
nbservadon'by F•NG[NF.ER...............................:.9;'
WNERMayStop Work ......... .........................
13aU
'Prom pi Notice oLDe.feels........ ..::.......................
i 1 I
Uncovering,iheWork:,:
--:.: 13,5
Definitions, ........ ................... .-........... .------......-.-....-
1
Delays . ........................... ,......... 4:1, 6.Z9, .1?:3=.13.-{
Dellvep'of'Bonds
Delivery orcertlLcttes of•InsUCftRCC,
:Determinations.for Unit Pricy§, .,,
...,.,,.-.:9.10
-Differing. Subsurface.or Phy'Srcal COnditlons—
ENGINEER's R&icw............ :....:.:....:....:.::......
.> 4
Possible Contract Docurnents Change, ,,,,.„..
... ,4.2_5
Possible.Pricc,and Times Adjustments .............
#-2:6
Discrepancies-Reparti ng
and. Resolving- .. . _253.12,-6.14,2'
Dispute Resoludon—
Agreemenk:.::...:.:..:.....:..:....:.....:.:...........:I
Arbitration_
,_16:1-16.5
genera116
Medialion.........................................................16.6
Dispute Resolution Agreement ............ _-„-.......
f6.1-1C:6•
Disputes, Decisions byE NGINE t R.............. ....
9.11-9:12
Docutn cots --
Copiesof
........... ...................._...........................[2
Record 6..19
.
Reuse of ..... . . .......:.
Drawings-=defuuuonof:
Easements....... ....:.............:..:.......................::'Ia
Effcctivb date of Agrteinent — detinifoit of ..............
J',16
Emcrgcngcs-....---------------- ..............,..._,..,...:.,_---=-
.�
LNGR'EER--
as initial, interpreter on disputes ................
9,11-9.12
definerion.aC........................................:....:.......1:
t7
Limitations on authority andresponsibilitil..; _.4.13'
Replacement of.--_:_'--,--------- :...............
'2
Resident Project Represcntative,„.,....,.,_--.___._"9;3
ENGNURs Consultant_ -- definition g1;
...... 1,18
ENGL,IE6R's--
authority and. responsibility, limitations on,,,-"., 9: 13.
,
Authorized Variations in the Worf ...................
9.i
Change Orders, responsibility for..... 9.7,
16. 11. 12
•Clarificat ions, and.Intcrprctations",,. _,..
,3:6.3; 9.4
Decisions on Disputes;,-,.....
defective Work, notice of- ...............................a3t1
Ebaluatibn or Substitute Items. ..................
......0 7.3
Liability.._.:..,. .:...............:............:.........
�`:?', 9;12:
`Notice Work is Acceptable, .-. _",_
14.13
Observations.. .................. .....................
G-30:2, 9.'-
OW FER's.Representative.......1...........................91
Payments.t6.the CON.1 RAC'foR..
Respansibdity ror 9 9-'l3
RecommcndationofPavment ;,.. „�14.41 14_I3
Article or Paragraph
Nunibcr
Responsibilities--Limita[ions. on ...............
Li
Reviewof Reports on Differing Suusarfacc
and Physical Conditions
Shop Drawings and Samples. review
responsibi I itS.,..._..:.;-.................._.............6;=¢
status During mstruction--
authorized variations_in the Work
Clarifications and lnterpretatmnp
,-
-9.4
DecisionsonDisputes ..........................
i 1,9;12
Determinations on Unit Price,,,,,,,,,,,,,,,
9.10
ENGINh''ER.as'.Initial Interpreter ..........
ENGINEER'S• Rcspon'sihilities...:........:..:
9,1-9,12
Limitations on ENG[1\TEER's Authority
and Responsibilitics;, .... .,.-.,.,,.............
..9:13
OWNER'sRepresenlative,•„ - ,.
_ J.1
Project Representative _
_ 9.3
Rejecting/) fecrive Work„...........................y.6
Shop Drawings, Change Orders'
and Payments,,,..,
'-- 0 7 9.9
visits to 5tte.,,, .:, ... .:.-..
.,. .9?-
-
.Unit Price,determinations ...................
..:....„9:lei
Visits to Site ...........:....................... ............
_.._..9.2
Written consent required ......................
7:2. 0.1
Equipment, Labor; Materials and,,,,,,,,,,,,,,,,,,,,,,,
6.3-6.5
Egiupment rental, Cost of the Work,_-_.......
11.453
Equivalem' viaterials and Equipment ........................
6.7
error or um fissions,_,
Evidence of Financial Arrangements
Explorations of physical conditions,,
Fee, CONTRACTOR'S --Casts Plies :..........................11;6
....
Field Ordcr—
.. .
deGniiion 9t...:...-.._,::..... _._:_,.__.:_...:.:.:.
...:...1.19
issued by ENGINEER ................................
3:6.1. 9:5
Final Application for Payment ...............................14.12
Final' Inspection.:..::.:.:.......::...............:.............1
Einar Pavitii enr--
,and Acceptance ....................................
• t a.13,14,1 g.
Prior to, forcash allowances,,,,;,,,,,,,,,,,,,,,,,,,,,,,,,,Ills
-General L-7ovisions...... ....... ....._--.__.:.....:._-..17.3=17:4
General Requirements —
definition of .................... .........-........................
.I,^0
principal references to .. ........ -' 6 6 4a
6.6-6 7, 6?4
(,iving Notice, -
_, -- 17-I.
-Guarantee of Work by CUV?RACTOR
. 6:30. 14.12_
Hazard Communication Programs
611
Hazardous Waste—
definition ot� ...:.................................................
general
- 4.5
,
OWNER's responsibility for ... I ........... I ...............
F-IO
GCIX' GtiNEfi:1L CONDITIONS 1910S,i199a CDMON)
tvl.(7Ty. OF. FORT COLC[Ns %(ODrF1C:1T10N31RF.V 9i99(.
0
0
•
0
0
Indemnification......_ ......................
606.16,-.6.31t633
:Initially Acceptable
.............. .......... 19
Inspectioh--
certificates OC _1:_:9A3_4.
i.15, 14.12
Final.............. ..................
........................... 14: 1
Arti6la or Paragraph
Numhdr
'Special, required byDqGINEER.... .............. ::.Q.6
Tcsts and Approval.,.-., ... 13.3713,4
Insurance..
A66cotaince of, by OWNER'.. _ ................
__.1.._._5. 14
Additional, required by.cfiangc§
III'the Work
1.4.5.9
Before starting the Work .... ..
.... 2.7
Bonds and--ingewal
1 ...........................................
5
Cancellation Provisions._,,._ .....................
i. 8:
Certificates of ............ ....... 23. i, 5:3, SA. V 1. ' 5.4.13t
................. :1 5. ti. 5, 5: 8; 5, 14. 9.13.4;
14,12
completed operations.................................:....
5-4:13
.CONTRACTOR:s Liability ... .................
........... t5-4
CONTIR-ACTORs objection to uuveragc,_,__..J.l4
Contrictun ['Liability_....---_..... _.___ .........
7. 5A. 10
deductible amounts, CONTP-ACTOR's
responsibility ................ .... ; ..... I .... ...:
............ 5:9
Final Application for Payment-___„_..;;;;,,
........ �14.1 2
Licensed Insurers
Notice requirements. material chanues: .......
5.9, 16.5
Option to Replace .......................................
..... 5.14
other spacial insurance*.,.. ... ..............................
5.10
OWNER as fiduciary, for insurais ..............
5. 12-5.13
OVVNFIZ!i Liability .......... ......... * . ........
...... ... 5.5
ONER's Respcnsibili(N� .............. I .... 1... 1.
1. 1 .... :10.8:5
ri Partial'Utilizatic, Property Insurance;,,,,,,;,,,;;,;
.. j. 15
'Receipt and Application of Insurance
Proceeds : ............................ ....... ........
2.5.13,
Special Insurance,_ ....................
3A0
Waiver of Rights .......... . ......
....... 5AI
Intent of Contract Documents
Interpretations and'Clitrificanon.s., ....................
3,6.3; 9.41
Investigations of phySicaLcondit ............
...............
41
Labor. Miitedals and Equipment ............ : ..........
:.;-6.3-6:5,
Lands—
and Easements........_....... ........... . ..........
8.4
Ava i labil ity of
SA
Reports: and
...... 8A
Laws and Regulations--L-aws or Regulations--
Bonds
1-5a2 .
Changes in the Work ................... .... ... ............
1 1 0.4
Contract'Documents... ........... ...............
CONTRACTOR's Responsibilities .....................
6-14
Correction Period, ckfective Work .....................
I 3. 12
Cost of the Work. taxes ................................
11.45.4
definition
gencral&
Inderanificuticri .........
6.31-6.33
Insurance.................... ......... ................ J;3
1, 3.3.3 ,
Referen66 to ......... :"_;11 1- 3.3.1
Sa-fay and Protection ...........,,,...630, .132
Subcontractors, Suppliers and Others_, ....... ,6.MJI
Article or Paragraph
IN16mber
Tests and Inspections ...................................
13:5
Use 6 f P r e M Ii S e '%'0.16
Visits to Site ........................ ------------
Liability Insurinc&_
CON'rRAcroRs...............................................
. 5.4
OWNER's .........
Licensed Sureties and Insurers-,...._,.
5:1
Liens --
.Application for Progress Payment.._,:, ............
14.2
c0NrtzXur0R's Warranty ---- -----------
14. 3
.Filial Application for payment .......
t_[4.1 2
4efinition.of
Waiver of Claims:_
14.15
LimitationsonENG MMER's authority and
responsibilities,,---,
Limited Reliance by CONTRACTOR
.Muth .Autiloriked ....... ......... ; .......... ...............
4-22
Maintenance -and Operating Manuals --
Final Application fur Payment.__... .........
_.:.J 4. 1 -1.
Manuals (of others) --
Precedence... ......................................... ........
3-3);l
Refer6necto in Contract Ducurre ntj ... ...............
13.1
.Materials and equipment.-
rumishcd by'cd,,4-m_,1c.-roR
6.3
not incorporated in Work ........... .......................
14.2'.
,Materials or
Nfe(fiation Z:1
6:7
Milestones --definition o( ............ ....... ;:� ...........
J.24'
Miscellaneous—
Computation of Tinics....-, ---- ........
7�;
Cumulative
1.71. 4
Giving Notice
17..l
Nutice,ol"Clitirri
173'
professional Fees and Court Cosis; Included .........
17.5
Multi -prime contracts,._:._ ...:. ...... ...............
Not Showri or Indicated
43.2.
Acceptability,of Project, ............ ....... ...... ___Y4:I3
Award,
25
Claim, . .........................
7:3
Mects.13,1
Differing $ubsurfhct orThysibal . Condi ti6ns_.-
_4.2:3
............. ......
Tests and Inspecti6s .............. I ...... 1 ............. 13:3
Variation, Shop Drawing and.Sample ........... ..... 6_27
Notice to Proceed -
definition Or
. ....... * ......... ...................................
givingof ...... I ....................... Is ............... ....... 2.3
GJCDC OUNERI1,1. CONDH IONS 1910-3t 19`10 EDITION)
w/ 0TYOF FOR r COO. N.SMONFICA 11ONS MEV viV))
Notification idSurcg
16 5
Observation:3. by-EiNGLNEEW
Occupancy ofthe Work ...... I...—J.15.6.30.2.4.
V4A0
Omissions or acts by C9-NTgACTOR-_,.,_ 5-9. 9.13
Open Peril policy form, Insurance ..........................5.6-2
Opti6n to Replace....._..._,..._ ............. ................................J.14
Article or Paragraph
Nurnber-
"(DrIqual" Items ............................... ..............
I....... 5.7
Oilier %v6rk 7
Overtimc Work --prohibition o(,., ....... ....... lw:-:—:
6,3
OWNER-r
Ac-Fupwrice of dLifqctive Work ............ ...............
13:,] S
appoint an ENGINEER'... ---- ............
.......
as fiduciary"t.. ......
Availability of Lands; responsibilit.....................4.1
definition of._ ... .................................
127
data,.Fornish ----------- --- :: ... 1 .....................
'May Correct befec'five Work ..... : ...............
13.14'�
Mayrefuse,to make payment .............................
j.43
,May Stop the Work ........ ................................
DAU,
May Suspend Work,
13.1U. 15AA5,4
liayment, make prompt.. ................... 4k3,
14.4, 14:13
performance of other wark..; .... ..........................
70
permits and licenses,
... __6; 13
purchased insurance,requirements, ............
115.6-5'10
OWNERs4-
- -
Acceptance of the -Work ..............................
-
b:30.15
Change Ordeis, obligation to c.xccutg ...........
1.6, 10A
Communications., .............. ...................
Coordination of the -Work,,,,,,,,,,,,,,,,,,,,,,,,,,,
. 7.4
.......
- .,.:
Qisputes; request farclemst.on..: .... ....................
2.11
'Inspections, tests and approvals...,, .............
8J. 13.4
Li,hbility ......
Notice of Defects ...................... .......................
j3.1
Representativc—During Construction,
ENGINFEWs Status
9.1
Responsibilities-- -
Asbestos, PCBs, Petroleum; Hazardous
Waite or Radioactive Material ...............
:S. 10
Change Orders,....,
Changes in theAVor ....... .......
communications:....._._....... _ . a— ...................3.1
CONTR.-k( TORs responsibi liticj ..................
3,9
evidence of Imanuiul arrangements, ...........
insp5ctions, tests andapprovals, .. .. ..
insurance.....................................................
lands and etisementi....; .........................
.... 8:4
prompt payment hA . '.... ...........................
* - 83
replacement of ENGLNEER, ....
........ 8.2
reports and tests ............................................8.4
stop or suspend Work * ................. �'X
1111), 15.1
terminate CONMACTORs
wvieos --------- -
separate representative at site ..............................
9-3
'rusting, independent:..........._..._ ..................... 113.4
use -or occupancy
of the Work .............. . 6.30.2.4. 14.10
written consent or apprtwal
reN aired ........................... ; ............. 9: 1 : 6.3. 1 IA
L'icE)c Gi:z,,,LRALcONDi i io,,is iqio.s'([vqu mltlox)
WtITY OF FORT COLLMS NIODIFICATIOM (RFV 9091.
0
0
• February 3, 2011
REVISION OF SECTION 412
PORTLAND CEMENT CONCRETE PAVEMENT FINISHING
.'
Section 412 of the Standard Specifications is hereby revised for this project as follows:
Delete subsection 412.12(a) and replace it with the following:
(a) Hand Finishing. Hand finishing should be minimized wherever possible. The Engineer shall be notified prior
to hand finishing work and the proposed hand finished work shall be addressed in the Quality Control Plan for
concrete finishing. Unless otherwise specified, hand finishing methods will be permitted only under the
following conditions. 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 slab 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 unless otherwise approved
by the Engineer. 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 in the concrete pavement placement. It shall also
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. Paving operations shall not begin until the
Engineer has approved the QCP. The QCP shall identify and address issues affecting the quality of finished
concrete pavement 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.
68
LJ
0
Artielc or Paragraph
INUM ber
4ritteri notiu requirect:., ...
7-1. 9.4, 911.
......... ................ 1;2:
11.9. 14.7: t5_4
PCBs --
definition of ......
general ..............................................................5
.. .... ..... * ........ ............
OW !Ekes responsibility (6f ....... I .......
........
Partial Utilization -
definition
...... J.28
general6.30-2.4, 14.10
Property Insuraince ....... ......................
...... 5,13
Patent,Fecs and Royalties .....................
_ ................ 6.11
Payment Bonds...:_...: ....... - .......
........... 5.1-5,2
Payments, Recommendation
14.4m14,77 14.13
Payments tO.M4TP_ACTbR and Completion -
Application for ProgessPayments, .........
....... .... 14.2
warranty, orritic ....
:___ 14.3
Final Applicariun for Payment .............
::: ......... 14.12
Final Inspection ...............................................14.11
Final Nj"enuind :Acceptance:,.,,,,,,.,.
_ J.4. 1-3-14.1-4
general ... .... _ .................... .........
...... �: 3.114
Parflal Utilization_,-,
Retainage ........... ........................................_,...I
4.2
Review of Applications for
Progress Payna ents,�.
1.14.4214.7
pMMPL ...........
' 8.3
Schedule of Values
.Substantial Completion............_._..............
t4:844.9,
Waiver of Claims
when payments duz ................................
14,4j� 14.13
withholding payment..
payment-„.,-,,,,-,-„,,,,,,,,,,,,,„-.-,,,,- ......... . .....
...... 143'
Performance Bonds ....... I .................. .........
:
I .........
Permits - -; ' -- . . . . . . .
. . . . 613
; 7
Petroleum --
definition of
..................................
1,30
geticral
4.5
*0WENMR's responsibility tor,,,,,,,,,,,,, _,,:............
$.10'
�+ygical,Conditions-
Drawings of, in -or relating tQ ........................4.1l1
2
FNGrNFY.R.s review .... : ; M
; 4.2.4
c.xisting structures_:-_. _.._........
gencraI4,11-2 . ........................ ...
...................
Notice of DiM g. Sulysurfiicc or, ......................
4.2.3
Possible Contract Documents Change_ ..............
4.2.5
Possible Price and Times Adjustments;,.
4,22. 6.
Reports and Drawings ......................
... 4.111
Subsurface and ..........
: .......... 4
Subsurface (,briclition.i ........ . .....
..eliance
LI
Technical Data, Limitld'iby
capmzAcroiz A-Lithori7ed ........................
4.2.2
Undaground Facilities. -
general.... ...................................................
J.3
Not Shown or Indicrted
4 3, 1
protection of
_4. 1, 6.20
Ankle or Piragmph
1,Iumbcr
Shown or Lridiiiated
...... 4.11
Technical Data ...... **"* ................
.�4.2 2
Preconsoucribri 611[crence ................... ...................
23
Pircliminary Nlitter's.,,
2
---
Preliminary.Schedules ..........................
....... ... 12.6
Premises' Use Of ........... 1. ........... I ........
.... ;A. ". I S
Price, Change of Contract -"'***.................
I ............ :11
Price- Contract_ -definition of',;,;,,,,,;,,,,,,,,,,,,,,,,,,,,,,,,
Progress Payment. Applications for.-, ......
Progiess PaymentT:ccutinage! ....... ....
. ........... 14:12
Progressschedule, CONTRAC.Tow3 ............
�16; IS, 2.9.
............... 6.6, 6;29,
10.4. 15111
Project -definition of.., _.............
......
project Representative- -
E,N(3[NUER!s Status During Constructiorl
... ;_,�__.93
Project Representative, Resident--dcl'inition of_...___ 1.33*
prompt payment by -OWNER ..... ..............
.... 8:3
Property lnsurance--
Additional
'.7
ggeneral5;6-5. 10,
Partial Utilization
5. 15' 14 10.2'
recciptand application or proceeds .............
5; 12-5J3
Protection: Siifotyand1_." ...........
. 13:2
Punch list
14-11
Radioactive X4at6rial
defirribn o......................................................1.32
geqer,04.5
OWNIER's responsibility for .............................
4. I (I
Pecommendii6on of Payment ....... :,.: ....... 14.4p
4.5; 14.13
Record Documents..,.,.... ......... ......................
6:19, 14.11'
Records, Procedures for. maintaining; .........................
2.-8'
Reference Points.....::..::_ ....... ......
..... 4--4
Refeten6a to Standards and Specifications
of chniml Societic ......... I .... ;.; ................
.
3 3�
.......... .
Regulations, Laws and .........................
. ........ 6,14
Rej.ectingDefective Work
..........
Related Work --
at site ............................
7.1-7.3
Performd prior to Shop Drawing's
,and Samples submittals review
6:28
Remedies, cumulative .., .... .........
Removal.or Correction ofDqP ctive Work ......
....... JJ; 11
rental agrecm cats. OWNER approval required....)
1.4,5.3
replacement o(ENGNEER, byOWNER .......
... . 8:2
Reporting and Resolving
Discrepancies .................................2.3, 33.2_6,14: 2
Reports -
and Drawings.--..., .... ........
.......... 4.11
and Tests,* OWWER's resoorisibility .................
Resident and Project Representative --
definition Of .....................................................
1.33
provision for,.,, _ .......... ............. ......... .... 93,
Au EXDC GENLR. coxurr io,,4s 19 1 o,%, (i 990 EDmorii
I* Wi CITY OF FORT COLLINS MODIFICA n oNs
Article or Paragraph
Number
Resident Superintendent, CONTRACTOWs ...... 0_.6_2
Responsibilities—
COINTRACTMs-in general._ ............................... 6
ENIGLNIEERs-in general ................................
9
on, ............................................
Q, 13
,Limitations
OWNFRS-in general .................
__..8
Retainage
..........6:2
�cuse of Documents ...................................................
3,7
Rcview,bygON,rRAc,roR; Shop Drawings
and Samples Prior to-Sub-mittaF..'...
................. _-6.25
Review. of Applications for
ProLiess Payments ... *"'* ............ * ........
........ 14.4-14.7
,Right to in adjustment...........................
................10.2.
Rightsof Way-__ ............. _ ---------------
....................4.1
Rcyilties, Patent Fees and:.; ..... :: ..... ....
..... ;_ ......... fi. 1,2
Safe ,'Swctural Loading ...........................................
6, IN
Safety.--
and Protection
4.3.2, 6.16. 6AS.
....... 6_20-6.21.
7.2. 112
general ..................... .... : ..... r ... ...
6.70-6.23.
I..... P.
..:
Represcmitive; CONTRACTORs, ....................
k.21
Samples-
definition of ....
....... 6_1 ....... 1.34
.general ............................... I....................
6.24-6.?S
7
Review by CONTRACTOR ..... .....................
.... 6.25
Review by ENCH NTREK .............................
().26. 6.27
related Work .....................................................U.28
submittal of
- 21 �t5. 14_
submittal procedures ........ ........
............. a ..... 6.2-5
Schedule of prcvgress
....... ......
629. 10.4, 15-2. 1
Schedule of Shop Drawing and Sample
Submittals:..............................I
�A
18=2,9; 6,24-0:23
Schedule of Vniucs,., .... .............. . .........
2.6 2-8-2.9, 14:1
Schedules-'
Adherence to........................:.........................I
i. 1. 1
Adjus;ting ........................... : .........................
..... 6.6
Change of Contract TimesT .............
I .................. 10-4
Initially Acceptable ...............
. .. ... 2.8, 2.9
Preliminary ....................... . ....... ......................
2.6
Scol3c of -Changes.
10.3- 1
$ubsurfacc:Conditiuns ................... .............
....... 4.21:1
Shop Drawings--
and"Simiptes, gcncraj� .................................
6.24-6.-_18
Change Orders & Applications for
Payments, and -...,,. ........ ..
... ; ------- 9.7_9.9
definition ......
L:1.1.35
ENGENFER's approval of'--
:...........
* ...... * ..... .. _33-6.2
CN'G NEffes responsibility
for review ............................ .........
6:24-6. 2S
related kkork .............
------ ........ 6.25
review procedures ...............................
:2.8, 6.24-6:28
0
Article -of paragraph
Number -
submittal required, ...... ........................................
6:2411
Submittal. PrccMurcs ...............................
6.25
use to,ippro've substitutiona ....... .......... . .......
Shown or Indicated ...............................................
Site Access ......................................................7.2.
13.2
Site Cleanliness, ......................................................
0.17'
Site, Visits to -
by MiGNEER ... ...... �.::.__9.2.
I
132
�y others-_ ..............................................
13,2
.special causes of loss'. policy form,
insurance ... ___ _ - __ ........................
definition of ............. 7 .......... T_ ..........
L-36
Specifications-
defination of:
..... 1. 36
..................................
orrcchnical.Socictics. rcfcrencc to
precedence ............ .......... ...............3,
3.3
Standards nnd'Speci Fications
of T chnical Societies
. c ........................................
30
� j
Starting CQnstructim Pefore., ... ...........
7'. 15-2.3
Starting the Work. .__.. ;_7 ......
;T -7-2.4
Stop or Suspend Work-r
by CONTRACTOR .......... ........... - .........
5.5
by OWNEIZ....... ...............4 3
13:10, 15.1
Storaue of materials and equipment ......... - ......
.. 4.1,7.2
Structural Lording. Safety .......................................6.
IS
Subcontractor -
Concerning ..................................... I ..........
6.8411
definition of .....................................................1.37
deliys_ ... .......................................... 11
...... I .... 12;3'
waiver of rights ................................................
6. I I
SLibcunLrdCt0rS--in.11cncral ..........
6, 5-6.11
Subcontracts --required provisioFts ... 6.11, 11.4.3
Subm htals-
Applications for Nymeni ... ....... ...........
14.2
Miunkoninec and 0lieration Manuals .........
14: 12
Procedures ..........................
Progress Schedules .......................................
. -.6.2.9
Samples........ _ ...... : ..................................
5:24-6:28
Schedule of Values ........... : ................
:..2.6_141'
Schedule of Shop Drawings and Samples
Submissions— ....................................
Shop Drawings,,,,
_2U46,28
Substantial ,Ccrupletion--
certification,o(__ .... ... . ....... 7 ...... 5,30:2.3, 14.8-14.9
definition of, ...................................................
J, 35
Substitute Construction Methods or Procedures__,_.. . A 7.2
Substitutes and "Or Equal" Items, .........
--- 6.7
CONTK,WTQR!s Expense - ......
ENGINIFER's Evaluation_ ..............................
6-7-3
Or-Lyus I'...................................................6.7.1.1
SUbstitute Construction NIcthods
UCCC GrNLYnLCOZNOI I IONS 1910:3 (1990 EDMON)
%Yt (ITY OF FORTC OLUNS &(0D1FiCAT1ON1.;;,REVM/f) •
0
Articleor Parduraph
Number
6r Procedures ................... ...... ...............
V.7.2.
Substitute Items
-Cot-t
Subsurface and� PiIysica-I
' dltio�ns-=
Drawings of, in or relatfig to .......... .............
:4i2.1.2
ENGWEER!s Review ........................ ......
....... 4-2.4
general ... ........
4; 2
Limited Reliance by CONTRACTOR
Authorized-, .............. . ......... .......
.... 4. 2. 2
Notice of Differing Subsurface or
Physical Conditions...
Physical Conditions.... ........ .. .........
7:,.14.2.1.2
Pus . sible Contract Documents ChanV;,, ................
4.1i
-
Possible Price andTimes Adjustments; ................
4.2.6-
Reports and Drawin&s .... .......
:4.' I I
'Subsurface and
.Subsurface Conditions at the Sim
4-2,1,1
Technical Data ............... I .............. .................
4;2.2
'Supervision--
C.CNITRACTORsresPe, risibility
I
I
0WINKR shall not supervise ............... ................
1�.9'
FNGINFEP shall not.sup&visq ....... 1 .... :.9:2,
9A3:2
Superinfendence ...
......
....
Superintendcnt, &6NTR Hbi�**
a resident .............
:,0,2
Supplemental costs ..................... ......
I ..... HAS
Supplementary Canditions--
de8nition
principal references to ....... ......... j , 1pv 1.
18, 2.2, 2.7;1.
5A, 5.6
................. 5. 11 . 6.8, 6.13; T 4. 8.11,
9.1.9. 10
Supplementing Contract Documents..,,,,,........,
...... -3.6
Supplier—
definition of..,
principal references IQ ........... �..7, 6.5, 6.8-6.
11. 6,20,
........ ---- 7-:; 7. 7, :. - 1 6 _4,
9:13, 14.12
Waiver of Rights ......................................
6.I I
Surety—
consent to final payment ........................
J4.1-2, W.14
F.NGr\TFF.R his no duty to ................. b ...........
0.13
,j6ti6cation of
lu, 15j2
qualification of --- ---- ......................... ...........
i, 1 .3. 3
Survival of Obligations., ................... .......
........ 6.34
Suspend %%L- OWNER Ntay ' .. ...... J .3.
10" 15.1
Suspension of Work and Termination ........
C0.NITRJ\CT6R,vtay.Stop Work
,it Tern i im;ite
13.5
OWNER,Ntav Suspend Work-,,--.,
J 5. 1
0WNTTERMay Terminatc. ... ........... j;
5.2-15A
by C01,1TRACI-0R, .............
....... -A 13
Technical Data-
Uu ited Reliance by CONTRACTOR ................
4.2.2
Possible Price and Times Adjustments., -.,-
Reports of Differing Subsurface and
Physical Conditions .............................
4;2.3
Av
Temporary construction facilities........_ . ............... :..4 I
or Paragraph
Nu-m ber
Term mat ion --
by cot It-AcroR ....... .... ........
...... 132s
I%v QW,�ER ...... I ....... I ......................... S: 8,
13. 1- 1 5A
of LINGINEERs crapi6yruent ..............................
:�.2
Suspension of Work-in general .............................
15
Terms, and
4,
Tests and Inspections--
Access to the Work, by others ........... I .................
3
1.2
. .
CONTRAmC)R's responsibilities ........ ......
........ 13.5
cost of 13A
covering -Work prior ........... 13-6-131-7
Laws and Regulations (or) ................................
13.5
Notice.of Defects...............................................13.1
OWNER N-tay Stop, Work_
'. IU
OW1W.Ws,independent testing ..... ;..: ...........
special, required by 6•Nwu'4pep ..................
... 9-6
:timely notice re-q'uirccl ................ .........
Uncovering theAVork. at ENGINEERS:
request ..,-,,
Times-
: dj ustin& .................... ; ........ ......... ; ...............
Change of Contraci......,. ......
Computation ot� ........... .... 11 .... !_! .... 1-
.: .. 17:2
contract Times -definition ot�
12
day, ............................ ....... .................
7.2
,Milestones., .............. ......................
Requirements—
ipcllsl.................................................9.10,
. 16
clarifications,
claims and disputes,,,,,,,;,,;;,,,,, 11'.11.2.
12'
Conimencement of Contract. Times.--:,.,
...... L3
Reconstruction Conferenec..., .... I ...............
schcdule3 ),6, 2.9, 6,6
.5tarti.ng'.tho work1w1 ........... ...........
2.4
Title. Warranty ....... ..........
�
Uncovering Work ......... ........ ;.;: .............
13,3419,
Underground Faefli ities, Physical Conditions -
.definition of ................ ........................
ji 41
Not Shoum cr Indicated--- ,,,,,,I......::::---`----.
4.3.2
.protection of, .............
.4,31 6;20
Shown or Indicated
Unit,Pficc Work -
claims
I t 9 3
definition of....... .......................
.J,42'
generill 0. 14.1. "14.5
Unit Prices—
general 11.3.1
Determination for
9- if)
Esc of Premiscq ................................ 6. 16, 6.'1'8.6."33'0'.
2.4
Utility owners ...................... ......¢.13; 6,20, 7.1-7-3.
13.2
Utilization, Partial_ �7 ------- :1-23, 5.15. 6.30.2.4. 14.10
Value of the Work:.........,.
1-3
Values. Schedulc OC ...... ....................... 16; 2. . 8-2.9.
14.1,
LJCDC OENEUUL.CON011 IONN 1910.3 if 940 EDITION)
wi CTFY OF FORT COLLINSMOMFICATION'S (REV 9(911
Variations in Work —Minor
Authorized-. J 6.,21 9:3*'
Article or Paragraph
Number
Visits,Eo Site —by ENIGNEER ...................................
9-,'
WaiVcr offCliims--on Final Payni cnt,� ....
:: ....... -714:15
Waiver of Rights by insured parties,_,...,,.,
z-
......... 5.11,6.11
Warranty and:Guarmtee. Gcncrul
CONMACTOR .................................................
0-30
Warranty of Title.
Work —
Access
byOthers ........................... % ..................................
7
Changes in the ....... ................................
10
Continuing the; ........................ .....
.......... §:29
CONTRACTOR N(sy Stop Work
or Terrainate
........... 15.5
Coordination of
Cost of the..
I1-4-11.5
definition of
.... I .......................... ...........
1:43
............
neglected by CONTRACTOR ............................
13.14
other Work .......... 7
...... 7;':
OWMER %lay Stop Work,..,-,...:...-,..,,-,.
7113-10
QWINERNlay Suspend Work ...................13.10,
1i - :1
Related,. Work at Sitt;
7.1-7.3
Starting the-..... ..........
a 14
v-- --- -
Stopping by, C0N1TR.AC.T0R.,,,
.......
Stopping by 0%VNER. .................................
15.1-15.4
Variation and deviation authorized. In inor. ........... 1. 6
Work Chargd Directive—
c1iinis pursuant to ..............................................
JQ2
definition Of ........................ I .......... I
............. .... 144.
principal references to ......... .......
10:1-10'.-2
Written Am endrnent_-
defiratio n
A 45
principal references to ............... I a10,
3J, 5. 10. 15. )',^_,
..6 2, 6.S. i.
.......... : .............q
0. 19, 10.1, 10,4,
............... J 1.2, 1-2. 1,
13.12.2, 14,T2
Written Clarifications and
lntcrpretatimi� .............................
3.6-3. 9.4, 9.11
Written Notice -Required-
by C0N7RX&0lZ: .....................
1, 9. 1 (Y-9. 11,
---------- ..........
11.7 1271
by OWNER .................... y, 10-9J 1, 10,4,
11,2 1114
ry
0
0
EJCE)C OENIYuL CONDri-wnNs igio-3 imu Em no,\) •
vy'CITY. OF FORT COLLINS MODIRCATIONS IREV 9:99)
9
cnis oige icti hiwi.k intenlionai-t)-
• EIVOC (;UNf.-RALco;4L)rrt . om 1910 411 On wi nom
W; CM dF - FORT COLLINs ::io&TCA n CINN (REV-Yil:)
GENERAL CONDTTIOM
ARTICLE" t-DEFLNIT'IONS
Wtierever'used.in these:General Conditions.or ih the other
Coritratt- Documents thL- followings fares have- the
ntcanins indicited which- azcuppLicable ,to bode the
singular and plural. thereof --
].I.. .adderidd-Written or graphic instruments issued
prior to the opening of Bids which claril}•,, correct or
change the Bidding Requirements bi the Contract
Documenm
d.3.d9revirrent-Thewritten contractSctw•eenOWNER.
axl.QONTRACTOR'wvering•the Work to tie pia -formed;.
other' Contract 'Documents are attached to the .Agmeme it
and made part thereof as provided' therein.
1.3. Application fr�r Patnteni-The forms accepted by
EtNuIN6'E'R urhich is to be used by CONTRACTOR in
requesting progress or final payments and which is in he
accoiipanied by, such supporting documentation .as is.
required by the Contract DeepmcnLc
,1.4_ Aabestos=-Any maicrial that contains more thinone
lwreentasb,sioanrid is friable or is relcising•ashestos.filx:rs
.into the air above current`actibn levels esmblished bv'the.
Center! States Occupational, Safety and. Hcaldt
Administration
I.., Rid-Thc offer or. proixisal of the bidder submitted
on the. prescribed formsettingforth the pricesfor the Work
tri, be performed.
1,5: Ridding Dociawnls-The advertisement or
invitation to Bed initructioris,to bidder. the Bid tbrni, and
tha.proposed Contract Documents (inctudiig all,.Adderida.
issued prior to receipt cf Bids):
Sidi -ling Requirements -The aciccrtiscmcnt or
mvitatiomto Did:instructions.to bidders, mid the Bid forma.
1.3.. Ronda -Performance and' Payment bonds and other
instruments of security..'
1%9, C7tange• osier=A document recommender! by
11t"GL\=-R, which; is signed by CONFTR?CTOR and
OWNER oral auttwrirxs an uuililton delrtivn ar revision in
the Work, or an, adjustment in the COarma Price oc the
Contract Times: issued bn or alter the Etlectiv2 Nate of the
A3reemenL
1.10. Contact Docur ents-The Agidemenl:..-\ddrnda
(which pertain to the; Contract. Documents);.
COVTRACIOR's Bid, (including_ dwunlcnwtton
accompanving• the Bid and tiny post Did rla.7tnientatton
submitted prior rto .the Notice of :!ward) when attached a
an exhibit to the Agrcemem the' Notice to .Procccd; the
Bonds, these Genera •Carulitiorm the Supplementary
Conditions he Specitiaatiens.andthe .Draivirgs.as'the
r:tc•UCaEStY..LL,CODUrn t 9tos (IT)II UkiU6
w7CCYOF FOR COLLtnS :\IOUIIgCdilO]'S I E%'a,Ono!
same are more specifically identified in the Agrcenicnt.
together \vith all Written-Amendments,'Change .Orders
Work.C"'htn¢c Directives.:Field Orders and DIGINEER's
written interpretations and clarifications issued pursuant to
pnrag<nphs3.?; 3.6..1 andd:o.3 carer alter the EtTecuvc
Date of the .agreement, :Shop Uratu•ing submittals'
approved pursuant. to paragraplis'S2o and' 027.and. the
reports and drawutgs.referred to in paraesophs 4.2.1,'and
2.2are not CintractDccumMts.
1I1_ Contrnct Pnc2-Tkc monevs. payable. by
OWNER to CONTRACTOR for completion ofthe \Vurk
in accordance with -the Continct Documents as started in
the Agreement (subject. to the provisions of
paragraph 11.9..l in the case of Unit !rice Work).
1.12. Cgnhuct Tinres=fhe numbers of days or the
dates.stated in theAgrccmaw (i) to achieve Substnritial
Completion, and (ii) to complete thin, Work so Ihit rl, is
ready for final paytucnt.as evidericed'lby ENGINEER's
dtitfen recommendation of final payment in accor once
with paragraph 14,13.
L13. COMIR ACTUR-The person, Fmr or corporation
with'whorti OVVNFk has entered into the_.Agrccmmt
1.14, rkfective-An adjective which. vrhen m6difying
dtc word Work refers to Wtxk that Li umitislitctory; faulty
Cn' .deficient in. that ,it does not cordon to the t.ontrict
I)ocuments, or does normeet tan :requirenients.of any
inspection, reference snndard, test or, approval referred to
in the Contract Documents. orhas.been damaged prior to
ENG(NEER's reconimcndation!of final payment (unless
respgnsibility for do protection thacof has bcena_ssumed
h}• OWNTR it Substantial Completion in eycordsnce %vith
paragraph 14.8 or t 4A 1)),
l:f?. Drawings -The drmvingsythich show thescope,
aetent�and chamcrer of the Work to be.CUmished:And
performed by CONTRACTOR and which have been
preparcdor approved by ENGNEER and are referred in
in the Contract, Documents- Shop drawim s are not
Dmwin-scis so detincd.
1.16, Effective Dore. of ete dgreemmist-The &te
indicated in the AgreemenLon which it &comes effective,
but if no,such it tie is.indicated•it means -the date on Which
the e\gn;:cment� is signed and dehvcrtd by the List of the,
two Parties [o lien and deliver;
¢,17 ENMVEER-The paste; firm 'fir corporation
wmedas such in the Agreement.
1.13, E\'G ,NEER's Constiliont-d perwn, boric or
corporation having a contract tc•ith 2NGINTEER to furnal
serviizs as EiIGINTER's independent. professiaiml
associate or consultant with respect to the I rajeet anti who
is identified as such in the; Supplementary: Conditions..
119. Field Orxier-A wrium •order issued by
ONG tMER which orders minor chinges in the Work in
accordance with lxtragmph 9.3 but %Vhichrdoes notinvolve
u change in the Contact Price or the Ccntract Times.
0
•
E
P
•
C
I; 0. Gone vl Rerlriiremei,ts=Sectioris of Divuion l of
the Specifi'tions:
I21. Hasurcfatis.f6'rote-TfielertiF[i[drduus-\Va�1�sF>alL
have -the mcunng.providcd in Section ltu)4 of the Solid
Waste Dispaati Act'(42 CJSC Section 69 ) as amended
rrom lime toltime:
1.22.a: Lairs and Regidations, Laws'or Regufahoru•-Anv,
and all applicable 'lsws,"rulcs.,.rcgulnlions.. ordua,nccs,.
codes ;and: orders. rnm of any and all 'goveental bodies,
agencies:,auihorities and courts hsvingjurtsd fiction•
1 21b. Leeaf f%oGdrvrshall 6c those holidays observed
tic the Citv.'of FcvtCollinc -
1.23: ,Liens-Lic= charges. xtvrity- interests or
cncumbranc`cc ornh real property or persor at proN ty.
124_ ddilesnone-,-A -principal event specificd in the
Contract Documents relating to an intermedinte'completion
dune. or time pnoc'to Substantial Compfetibn of all the
Work. -
1,2�. iVanii if:lwmtt_-.d.wnttsn notice by OIVVER Iq.
the. n*rcnt.suceesef ul bidder stau.ng flint uptiaCOMpliance
by the 'apparent successful bidder with the conditions
frcccdcm enumerated ihereirt.. within ,the times specified,'
OWNER wiltsigrt and deliver ttii.l\grec� tent
1,26: ,Vance to Prweed—A written, notice given. by
bw,\m.R to CCINTRACI'OR (with a copy to HNGINF.ER),
fodng the data on which "tha Contract ,Times will'
commence to run and on which CONTRACTOR shill start
to r,�errorm. CONTRACCOR:S obligations under the
Contract Documents.
1,27. OIG:VER—The liublic body Lk authority;
corporation. assoctauon, firm or portion with -whom
CONTRACTOR has entered into the Agreement and for
ithom'the Work is to be provided.
1.23, .P¢rdat" Utilcariog-Use by OWNER of a
substantially completed rian of the Work .For the .purf use:
tir which it is intended (or it related purpose) prior to
Suhittiritial Completion, of all the Work
1:29, PGBs-Polychlorinated.biphenyls.
1:30. Pelroleitm-=Petroleum: including -crude .oil or any
fraction .thereof wftich is ltifiiid at surridard cgndittions of
temperature and pressure (60 dcw_Stt`es Fahrenheit and
143 pounds per square inch absolute), such .ads oil,
petrolcum:rueloil.'oil sludge, caFre(use, gasoline: kerosene
and oil mixed with other nor--IbIZardous,Wades"and crude
oils. - _. ... .. .
1.31. Project -The. total construction of which'the %Voik
to be provided. finder the. Contract. Doctunents may be the
whole; or ii .par: as iniliciued clsewherc 'in .the Contract.
.Documents.
1.32:a. `RaiFouerive i�(¢teriuf—Source: special nuclear, or
hyprpducr,material.as'defned 6y the Atomic, Energy diet of
t:i,:•oc cure u, awlx'nots i,t ilt3.(tary e�enn
Wl CITY OF FORT CU[l! Sti \IGUlf•1C4'tiU�S tfu3v,tr?UUtn
19i3 (42, USC'Section 2011 erseq.).as amerided from,
time to time.
132.b.. Reeidiir Wor kirre'.Hours-Reeular working ho
are detinrd as 7:00ann to 61A)pm unless .otherwise
slecifed in the General•Reguitemcnts:
1.33. Resident.PPvjecrRepresenrafi'a-Tlia"tiuthorized
representative ofL-,NGf,IKEER-who inay be,ass4sted4o the
site or any part thcrcal
1,34, samples=physical evmples of mateiiiils,
equipment;;"or'_workmaruhip that. are represemative of
some portion of the Work aril which establish the
standards by Which such', portion7 of t6a Work -will be
judged
1.3.i SLo l)rmviirgc-All drawings: diagrams..
illusc atrons schedules and' -other chin or inCurmation
-which are specifically prepared dr':asscmhicd by or Cur'
CONTRACTOR and submitted by CONTRACTOR to
illustrate soffit portion. of the Work.-
1,30_ JyeciRcariau—'I`lu�se: portions of die Contract
Documents cnnsiding Of written technical dcwriptinns"of
materials, equipment, construction systems; sta-ndardt and
workmanship as. .applied, to. the Work andcertain
admmisir,rrive. dcwils,atiplivablc thereto:
1.37. ,Subcontractor -'-An individual, firm"orcorrxtmtion
having a direct contract with 00WRACrOP or with any
5ther'Subcantmetor rot the: performimae.ofla part of the
Work at the site.
1.33. .Substantial G?niplenon--The Work (or a
specified'pan thereot),has progressed to the point -where-
in - the opinion of 'ENGINEFK. :is evidcnwd by
LNGLNE— s definitive certificate of Substantial
Completion. it is sufficiently complete, in accordance with
the Coniraet Documents: so'tivnt. the Work (or -specified
putt) cvi -be u6liZtd foi th e 1purpo—Fdr' which it ' is
intended- or -if no such- certificate is issued when the
Work-,, is complete- and ready for .futal,poyment as
evidenced by F,NGrNFF,R'.s ivritten recommendation' of"
Final payment in aecordnnee with paragraph 14,13: The
terms "substantially complete" 'and ,"subaanijally
completed"its applied. to all or part of tli Work,refu to
SubstantialComplctidn thereof'
LA ,Supplenrentat3i Caidltrprrs-The part. OF. due
CdntrtctDocuments which amends or supplements these
Clrneral Conditions:
1.413. supplier —:a manufacturer, Ca6ri ator.. suppliei,
distributor: materialm:m or vendor having a direct contract
with. CO,rfRACTOR or with any Subcuntmdor to
Furnish matcrials'or equipment to be. incorporate�d . the
Work by CUVf RACTOR or anv'Subwntmctor.
1.41: '(47dergraimch PaciliBes-All `pipelines. conduiis,
ducts.,cables. Mrcs, manholes,., vaults, .tanks,, tunnels or
athcrsuchfuiilitics or. attnchmcnts:-and any cncnsementr
containing :such fttciliiies.. "which have -Ken n rolled
underground to Furnish any of the following services or
materihk: electricity, ensx. sxemii, liquid petroleum
produu�. telephone- or other communications,. cahle
television, sewage and drainageremoval traffic or other.
corarol systcros.oe water.
1,41- Unit Ptico. War{ -Work to be paid for onthe: basis,
of unit prices.
1.41 n'bA--The entirc'•ccmpleicd construction or the
various separately identifiable Parts thereof required to be
furnished under the Contract Documents. Work' includes
and is theresult of performing arCumishin laliornnd
furnishing and incorporating materials and. equipment into
the corutruction and pafomtirg or furnishing services and
furnishing document, all. asrequired by 'the Contract
Ncurricnts.
1.44. f('nr- Change Olrvctire- written dirccuv'c to
CON'PRAcTOR issued on or alto the Effective Date of
the Agreement and signed by OWNER and recommended
by EI fGMM ordering anaddraon.-deletionor revision
in the Work, or rear ondmiz to diftering" or unforeseen
physical conditions vurder which the .Work is. to be
perforrnai ss provided in pamEpph.4:2or 43 or to
emergencies under paragraph e.'<3. A Work Change
Directive will noechange the Contract Price or the Contract
"rimer. but is evidence that. the that the
change ,directed or documcntm by a. \}'odd. Change.
:Dirtctivt'Will ;be, incorporated in a sulscquently. issued'
Chang..Or& following negotiations by the particsas to its
effect, if any. iodic Contract Price or C:ontract'rinies as
provided. inpamgraph IU?.
1,45. Written Anrencbnant••A vv-ritten amendment.of the
Contract Doeumcnta, signed by OWN -ER and
CONTRACTOR on or after dia Effective "Date of the•
Qgrcetnent and normally dealing with the nonenginecring'
or "nontechnical. rather. than strictly construction -related
�speus'of the Corinct. Documents,
ARTICLE ?=PRE M.MNARY :MATTERS
Diliveyy of Beirids.
_:L. When. CONTRACTOR delivers. the executed
,\grccments. to OW.7LR COVTRAC.TOR. shall also
deliver to OVVtiCR such Boixts ai CONTACTOR, may
lie required to. Gtmish' in accoribuince with liVa&apk 5: I -
Copies bfDocuntentx;
OV V XMR shall furnish to COUP LLACTOR up to ten
copies (unless adtawise specified in thc- Supplementary'
Corxfitions); of doe. Contrlc:t Documents:as.are reasonably
necessary for•the- executiunoftht. Work: Additional copies
will be furnished. upon request-.ul lhceost. of reproduction:
Contntencement ofContiact Tindev,- Notice to ProceerL
2:3. The Contract 'fines will commence to run on the
thirtieth day aGer.tha Efective Date--.oB'tho Agreement, or,
EICDCOE\FY LL Cr?NDCq O?5 t9i" (t99o2 5tiuo
W1 a n' OF FOR 'CCOLLI. COLLINSMODIFICATIONS S tit- V-112_Nuli
if n Notice to Procced is givert on the clay indicated in the
'N-666c'to'Proceed. A Notice to Proceed mny.bcgiven at
any time within thirty rla-vsalter the Effective Dateof the
.•Agreement. —in ��aveaF-WilTimes
eo{nnietteo-tarun-later=ther�thc si.><-i�:th:cliry-atteF-the-da}
.o€Bld•atienipgo{ the: tli+nieth ckv n(ter--the Ff&t3tivt[-)Foot
'of tho :agreement;-whichever-'date-iseer ieV
StartingtheWork.
2.4, COt`1TRACfO1Z shall start ty perCgnn- he Work
dxt the date. when the Contract Times commence to nm,.
bur rho Work shall be doneat the site prior to the date on,
which the ConlractTiaics commence to nun
•13ifore-1artvtg Con srru..lion:
_.5., .Before undertakine c-ach. part. of',the 1Vork,
CON,CRACTOR' shall ..awfully study and compare the
Csnttract "Documerim .and cheek and verity pertinent
66ures -shown thereon and all applicable Geld
measurements: COYrRAGMIZ shall promptly report in
writing to EMOLNEER any conflict, odor, ambiguity or
discrepancy which CONTRACTOR; may discover and
.shall nhrniry a vvrittcn inferprctatinn fir •dardicatinn from
E\'GMER hcforeprocceding, with' any Mirk affected
.th"elay. howeva, CONf.RACI'OR.shan not be liable to
(D6bNERor ENICrfNEF.R. fonGtituieto:report adry'conllict,
error- ambiguity ,or discrepancy iro the Contract
Documents,'unless CONI'R:4C:M)R knew•: or reminaGly'
should have known thereof.
'; 6. Within ten days- after the Effective' Date of,the
Agrcemeni (unless o&rwim spceiNd- in the Genchl
R'equirements), CONTRACTOR. shall -suhntit to.
LNG LVEL• R.Por review:
'2.6.t. a prelaninary• prc-gr= schedule indicating
t}ic times (numbers of days or dales) for,startptg'and
complctirg the vonous.smgcs of the Work, uicludbig
any Milestones specified in the. Contract. Documents:..
t 6:2. a prelim fnary scltedttla of Shop Dinwing and
Sample submittals which will' list each required
submittal and the times for subm itring, revicw'ing and
procesgingsuch submittal:
16.=.1. In no.mse will a-Zhc&le=.be
gccegtablc which allows less than -21 cidendar
days for each review bv.Eneineer-
2,6'.3: A. preliminurv_ schedule of, values for all of
the Work which will include "quantities itrxl pricdsof
items aggregating the Contract. Prix' and will
subdivide the Work into corriponem parts�in sufficient
detail to serve as the -basisfor prcon:Ss paymens
during cofis"ctioa Such ptices will include- an
appropriate amourtt of overhead and profit applicable
to each item of Work.
2.7.. Before :any Work at the site Lq suii-14
CU 1'RAC'IOR a" 4?VV:4% shalt eazh deliver to the
utheF OWNT& with copies; to ease .,t�.,o.,a�^--t 41s-trred
I;kruit+ed-itrtht�applanvanta.- r endizioac. F MEREER,
•
•
•
attifi �[zs;of nu ranee (anti other evidence of instirrince•
hem ir-.:ay<=edctiFieinal�'uictl—may+
eet+sonebiv--r uest requested by OWNER), 'which
CONI'R--\CTOR-.w t$Q'r ldsf�ectively,a d is required
to, purchase and .maintain. in, :acc:orilance with
remgraplig :t46•604-7:
.PrrcurtsYruelion Confererrce:-
?IS,WidainI%ventyd:rys6fu:rthe Comma'limcsstaitlo
nut ;but before any Work at the'site is siartul a whierence
attended by CONfRACTOR.'ENG[INFFR.and oihers as:
appmpriete, will beheld to establish a working
undcrs anding among the parties as to the Work and to,
discuss the schedules .referred .to' in. paragmphi 2.6,'
.procedures for handling Shop 'l7mwings. and other
submittals processing Applications for Payment and
maintaining rccluked'recards
Inihaf(pAecgrabl.� Sdredule ..
2.9, Unless otherwise providedin the Contract
Dcx: u m eras, at-least-te rrrkys-4xE�tre-seshnri>eion-rat}'tal"trst
Apot;at en tom( }ptgnt before any work -at the site beiiins'
.a conference attended. dry' -CONTRACTOR, ENGINEER_
and otfiirs'as'ttppti'iprate disignntul b}- OWdvTR, will lien
held rc review for acaptabrlity{to ENGfNFFR as provided
below the schi-r es. suhniival in accordance with
pltagraph2F:.and Divjsion f -- General ReSWwi itg-rus.
CONTRAC17,0P shalfh3vve an adcfrtiottral ten days to rage e
correction and 'adLLstnients and to complete and resubmit
the schedules 'No progress payment shall. bd made to
CONTRACTOR until the schedules we. submittcd to and
acceptable to tU%1C NRF.R as provided bclo%v,, The
progress schedule 'will'hc acceptable to F.NGR3EERas'
providing- an orderly .pra*uession of the Work to
compictiOn widiih atiy specitied \lilestdnes and they
ContcactTimes, but such acceptance will neither impose on
ENG.UE:Rresponsibility for the sequencing scheduling
-or progress of thi Work nor iny:rfcrc with or relive
CONTRACTOR frm CONTRACTOR's full:
responsibility therefor: CO.TRACTOR's schedule or
ShopDrawrn5 and :Sarnple submissions will be accepiibla:
to EvG1NF.ER ;is providing'a workable arningcmcnt,for.
reviewing and processing the requacd'. 'submittals
CONTRACTOR; schedule or.values will be acceptable to
I:NGLVEER'as'to f6m and'stibstanice.
ARTICLE'3-CO&TR.kC.'T-DOCLi,\TLV7S: LNrENr
:iMENDU`jG; REUSE'
Intent
3, I. The Contract Documents comprise the entire-
aLacemenf 'between OW;dER" and' CONTRACTOR
conecnaiig the Wbrk. The Cuntmct Ducuntenes are:
compdemeniary;. what is called for Wore, is as,binding,ns if
called:,for. by all.The Comma Dotmnens• will bd.
construed in accordance with. -the law of iha place: of, the
Project.
3,1 It -id the intent .of the Contract Documents' to
racuc yt3tatR, L cONurnoh5 u t O;i ti 9§o EaGalcto
wi CITY OF FORT COLM1:3-MO[rFICAAONS ILEX'4,20001
0
describe a furictiomilly complete Project (or part thereot)
6 be -constructed in accordance with the Contract
DCCLments. Any Work_mataials or. equipment that ttia_v
reasonably be .inferred' iom.tke Contract Documents or
from prevaifink- custom or uade usage as. beime required to
produce the yMucrided' result will be famished anil
per8nmed whether or not _specifically called roi.. When
words' or,plimses.which .hava a well. -known technical or
construction industry or trade meaning we used to
describe' Wor-L matmals or equipment such worlds er
phrases shall be interpreted in accordance with that
meaniira, Glari fications.and imerpretalionsof the Contract
Documents shall be issued by E NC,INEER4s; providnl'in
,Paragraph clA,
3.Y., Reference: to Stanilardc and Specifrcatloii.c. of
-Technical Societies: Repbr6ag. and - Resbb'tng
'IN.vcrepainc'ies:
3..ia: Rcfercncc to standards, spccitictfions,
manuals or codcs'of•any technical -society, organization
nr Association. or to the, Laws or Regulwidns;of any
gownimcrn.'il, auhhority; whether .suck, iretercncc be
.specific or by implication,, shall mean the latest
standard, spccifcation;., manual; code or Laos or'
Regulhtions inetleetati}ie trrneb0opening of I3id.i(dr,
on the E[Tcctivc [Pate of the Agrecrtient'if therewere
no .Bids), except as may' hc; otherwise: siveilkaRy
stated in the Contract Documents.
3:3.' If during the performance of the Work,
CONTRACTOR' discovers any• conflict, cftr,
ambiguity or discrepancy witlam the Contract
Documcnts'.or'htwecri thc; C,'ommct Documrnts'and
,any provision of any such Law or Regulation
applicable -to -the rerformance of the'.Work or at' any
such standanl,.spe:itication, manual 6veWc sir orany
instructionot am' Supplier ieferred to fn pamgraph 6.5,
CONCIL\CTOR. shill report ;it to. ENGINEER in
writing at once, and CONTRACTOR shall not
proceed with the Work At led therehn (excep in in
emergency as authorimd by; pwagaph61.3) until an
amendment or supplement to the Contract Dtv:umerts
has Irvin issuLA by one of the methods indicated in'
ptmernlih 3S or 3.6: jvcwided, however; that
CONTRACTOR shall not be liable to OWNER or
LNG[N&ER for tadtife to, report any such conflict:
error, wnbd guity cr discrepancy unless
CONTRACTOR knew or reasonably' ,should have
krowri'thereof.
3.3:3: Except as otherwise, specifically stated in the
Contract DdraannenLs or as may, ;be •,provided by
amendment or supplemeht thereto issued by one of tlu
methods indicated. in-parnpiph.3.5 - or 3.6, the
provisions of the ;Contract Documents shall'.take
proxdeaee invesolt'Irre conlLor, any ct: error,-
or..discrcpancy between the provisions of the Contract
Documents and:
3.3.3.1. the provisions of any such: standard,
specification, mamtta( coi6:.;6r instruction (whether
Of riot specifcally.incorporated by wfcrence in the.
Contma Documents); or.
3,3:32_ -the previsions of any such Laws or
Regulations.applit-able to the performance of the
Work (unless- such an fnte-puctation of the
provisionsof the Contract Ducunients w6UI&MsUIL
in violation o€such Law Or Regulation).
\o provision of any -such standard- specification. manual_
code or instrudibn shall'bc.effective to change the duties
and;. responsihilities. of OWVN.R, CONTRtaG'rbP or
HNGINEEP� or .any of.their subcommactars, consulnilts.
.agents or employees from those. set forth in the Contract
rkacummm, nor shall ivbc effective to assign to OkvtvSR,
FjNG[NEF.R.oranvoFF..NOMER'sCoritultaiim agents or
cmaployces any duty, or authority to supervise or Sicct the
:famishing. or performance of the Work or :my duty, or
iludioiity to undertake responsibility inconsistent with the
provisions of paragraph 9,13 of any other provision of the
Contract Documents.
3-.4,. Whenever in the Contract Documents the terms'"as
6-_dcicd% "as. dinictcd"; "as_ required", "as allowed", "as
approved" fir ienms of like effector import are mwd; or the
adjectives 'retimnable", "suitable`', "acceptable "proper"
or "satisfactory" or, adjectives ot-Iikeeffect or import secs
used to describe a iegtlireinent direction. review. or
judgment oCM. �GL\,rEER as to Cie Work'
it is intended that
such requirement. d rection,, review- or judgment will' be
solely to, evin gencrnl,. the completed. Work. for
.compliance with the re-quirements of and:infortnationinthe
Contract .Documents and. conformance, with., the..design
concept.6€ the completed Projgtas a.functioning.whole'as-
shown or indicmed ur.ihe Contract Doe timentc (ur&ss there -
is a specific statement:,indicatiri f otlienvise). The use of
any such term or adjective shall not be effrciive to assigrtto
:DiGLN'EER any duty ur authority.'to supervix or direct the
furnishing or F�rfutmahce of the Work or any duty or
auttwrity to undertake r6ponSibili N' contrary' to the
pmvisiotG of p lragraph 9,13 or tiny other provisionof the
-ImenrHng and SrippIvi enti ng.Caniract Documents:
3.5. The Contract Document& may be amended to
provide for additiiais; deletions, and mVisions inlhe Work.
or to mWv*.he terms and. Conditions 'lher6€In one or
more of the 63110 wing ways:
3.SJ. itfotnixPWrittrnarornchnenC
3:. 1 .a Chsiue Order 'pursuant to paragraph I(I.3).
or
F7CDC6ENhY V:.CONUI'g0,5'.t9tm-.3 (199a ifiStiml
W1Q'lY OFFORi.COLLI,S-N4ODI171CATIOYS1REy ir(raili
35;3; n NYork Chiinge Directive (pursuant to
pxms_mtPFi 10,11, -
lit addition the reiluiiements: of the Contract
Documents. maybe supplementa and minor variations
and davimions. in the Work, may be and crrjr x in one, or
more of the.rollowinu ways:
3.6.1. A Field Orde.O( ursuant to patagmpn 9.51
3.02:[,)GLti_LL'Rpar'sapprovirlofitShopOrnwirig'or
Samsu Sample (purantto agraphs 6.'M and 637): or
3;6.3:. LNGTNEERs written itteipretadon or
clarification (pursuant to prfmirnph 9.4)
Reusr,ojDncpmenn;
3.7. C'OVCRkCTOR, and any' Subcontractor or
Supplier or other pcm'A.or organization pcforming_or
furnishing any, oL.the. Work under a. direct or indirect
contract with OWNER (i),shall not have or acquire any
title to or, ownership.right4 in any of, the Dmwings,
Slxcifications. or other documents ,(or copies of any
thcreof)�prcpnrcd by or bearing the :seal. of ENGINFERor
FNGML ER'i Consultant;_anc4(ii) shall not reuseiany.of
such,Draiwings. Spcciticntio's, otherdocuments or topics
coil extcitsimts of'the Project or may other projcct without
writtm cortscnt of OWNER and LNGLNUR and specific
written verification oradaptntion by EN(,lNEFR.
ARTICLE 1-AVAILABILITY OFrL.VNDS; ,
SLUSURFACR. rVND `PHNNWAL' CONDITION_ S;
RFFF..RF,tYCE POINTS.
bnifability of bindv:
4,1. OWNERshill1'uniish. as indicated ntheContrite[
Documents, the IM&,Up.on which the Work is to, be
pertonnc(L riJ ts-of %s ty antent d ;Mens. For access
thereto, and, such other lands which are. ace ignmcd for the
use orCOViRAC.TOR -Upon reasonabla-wrirten-requeu:
OWNER shall identify any encumbrances or restrictions
not of general application but specifically related tb aiye of
lands so lunmiihud with which CONTRACTOR will have
to comply 'in performing the `Work. Lasements for.
permanentstructures or permanent changes m existing
facilities will be obla ined and paid too by O W1713R, full=
otherwise, provided in m the -Contract- Ddcuenu: If
CUVTR:\LTOt:' and, ()IN'ER' arc tunable to agree on
entitlement to or the amounl. or extent of any adjustments
in the Contract Price or Lhe,Contract Times as a result of
any delav in OWN6R's furnishingthese. and;. rights -of -
way or easrmcrits. CONTRACTOR may makea claim
therefor is provided in pltticles 11 and I
E
i
0
July 28, 2011 •
REVISION OF SECTION 703
CONCRETE AGGREGATES
Section 703 of the Standard Specifications is hereby revised for this project as follows
Delete the second paragraph of subsection 703.00 and Table 703-1.
Delete subsections 703.01 and 703.02 and replace with the following
703.01 Fine Aggregate for Concrete. Fine aggregate for concrete shall conform to the requirements of AASHTO
M 6, Class A. The minimum sand equivalent, as tested in accordance with Colorado Procedure 37 shall be 80
unless otherwise specified. The fineness modulus, as determined by AASHTO T 27, shall not be less than 2.50 or
greater than 3.50 unless otherwise approved.
703.02 Coarse Aggregate for Concrete. Coarse aggregate for concrete shall conform to the requirements of
AASHTO M 80, Class A aggregates, except that the percentage of wear shall not exceed 45 when tested in
accordance with AASHTO T 96.
C
rest
•
•
0
CON,TRACTOR.slta l providzfor au.additibiial limis and
acccss thereto that' may he required', for :temourary•-
oonstntction facilities roc stdfige bf • rmaterials. and
equipment:
J _'.• *bsudbee and j'hjilical (prir6( mipr
4.2. L IRaports herd Drawbigs:. • Reference'is madr�io
the .Suppl mentar.gvnditions'foridentification ot:
1^:I 'Subsuifilee Comhnorts:. Thou repose of
explorationsand tests of substirC:tce�coriditions at or
cantigtiotrs•to. the.site that. have been, utilized•by
E. GNEER'ur.picpuring the Contract Documents:.
Gild'
4.2.1 ^S Ph}aical Conrlilions:. •Chose drawings of
physical'conditiohs in or:relming to existing surface
or subawthoc structures.at or ccntiguouu to, the site
(except- t'lndcrgm6d Facilities). that hsvis *been
dtili'rxd'. by ENOMER"in preparing -the Contract.
Documents.
.4,2 2: Lunited .Rebmrcd by C0107 - 009 aiullod:cd,'
T:cluncdC pata: CONTRACTOR may rel) upon the
gcnemFacc uracy of the %t dinicrd,dma" construed inn sucFi
reports ant draivings- but such mporm and drawings arc not -
Contract Documents. Such'"tcchnicaldara" is i&adicd in
thio:Supplementtuy Conditions. Except for.stuch reliance on
such %echnical'datt",.CONTRAC:TOR may not rcly upon
or maN4 P.*ke"any claim against OlVMM E� IGINEER or any of
•EN'sConw1hritsuvith.icspeato:
412,1_. the completeness of such reports- and
t6atving3 for C0N,7RA.CT0R's purposes,.
including, but not lunited.'to. .any aspects of the-
imearts, rnethoils, Cechniquc:s, "sequences and
procedures of construction to -.be employed -by
CO`�`1TL\LTOR and &tfety precautionsand
programs incident thereto. cr
421other .data. 'interpretations, opinions
and intormationconta ined.in such reports or shown
or indicated -in such drawings,.or
1�2.i3. any COY- TRACTOR interpretati6n of
4 conclusion drawn fra :6ny"technical data" or
any such data, interpretations, opinions or
infomiation.
4.23. N-olice of .D�paratg Srrbii"fiace or Flnsical
�'nrirfirimr�, IF C•QYrh.ACfOK believes that- tiny
subsurfaca or physical cbriditiim at or contiguous:lo the site
thiatis uncovercd or revealed eitha:
12:3.r. is of.suc_h a nature as w esabl sh that
any 'teetinictl data" on',Which CONl'I2i\CTOR-is-
znlitled'.tu my as provided at paramphs4:22A and
4:_.= is materially inaccurate. or
4,131 is of such a mattirc• as to require a.
cbam;a in the Contrnct.bAuments: or
423_7, differs materially frorn. that shown or
E1Cor cH,Irat:u-CoNmrlom Dins It94v 666a11.
tW+CITY Ot� f ORT COWNS _M00 ICMiONS IItL• V t20191)
indicated'ih the Contract Dtttuuzrits, or
4:3.14. is of an unusual nature and differs
inatnrially from conditions ordinarily encountred
•anil,gcrierally rccogmzcd.as inherent in.tvork of
the ammeter provided- for in the Contract
Documenti_ then,
CONTRACTOR shalt, promptly unmediater, :after
becoming aware -thereof aria bcforc further disturbing
;conditions tifTected:thereby or performirt� any Wgrl:'.ip
t:omeation therewith (except in an -emergency as
permitted by, parat;raph,6.231), notify OWNER ohd
INE•. ENGER in writing. about such condition.
CON'fR\C:fOR+shall not Rather disturb such condiiions
or perfoamt any Work, in connection thercwith (czccp[ :ns
aforesaid) until reccipt.orwritten oiler to do so.
4.2.4. ENG6VEER's Rniew. L GLNrEER hill
promptly, review the pertinent.ciandi6am'determinc the
necessity of OWNER's obtainGiI;, additional c..tptbrationor
tests with respect -thereto and advise'0WN•ER. in w inn'g
(with a. copy to Cunt t.AC•I.OR) of ENaiNF.Ehs
tindingsand conclusions,
PossiM - Comma 'Dwumzn6 "Change: IF
UNGINF'ER conciudcs. that a change in the Contract
Dmumarts is atluimd as a rusvlt of a condition that.niects
one or more of the categdries in. p;lragra0h 4,3; 3, it Work
'Change Directive of a. Cf mge Corder twill ht icsped as
Provided in Article lh to, retlect and document the.
consequences of such ctiangc,
4.16, Poc}ih(t Mee and 'limas Az urm tints; An
equitable adjustment in the Contract. Price or' in, the
CortunetTimer, or bod-ovill be.aflotved to the extent that
the existence of such uncovered tar ievealcd.condition
causes an marcttso or decrease4n.CONTRACTOR's cart
art; or time required for perturmnnec ol; the'Work; subject,
however, to theCollowing:
4:16.1- such condition must meet any one or
more. of ,'the categoriesdescribed in
primgmpYn 4;2.3_• 1 ttirou-Rh 4 2:3 4. inclusrv%;
4-16.2 a chanec in thz Contract Documents
pursueni to paragraph 42:5 will. met bo .are
.automatic authorizatibn of nor a .comitiim
precedent toentidement to anp such adjust'nimu,
43.6.3. with•rt;peq to Work that is paid for
on uAinit prim Basis, any aajuslmen,in Contract
Price. will .be- subject to the: provisions 'of'
paragraphs 9.'10 and 11'.9: and
4:3.6:4. CONTRACTOR shall' not be,enuded
to any Austmmt in the Contract Price or"rinies
if: "
4.2.6-4.1. "CONTRACTOR knew of
the .existence of such conditiois atthe.
tiaic COkrfRAcfOR .made a. final
commitment to Old^1ER iu respect of
Caintmct Price and (:ontrnct Times by the
suboiission of a bid' or, becomhg'bound
under a negotinted'eontrnct: or,
4:2,6.4:E, the .existence' .at such
condition could reasonably have been
discovered or revesled":.as.A result of -any:
examination, investigation. .e.xploration;,
test or study of the site and contiguous
areas eequiied by the' Biddirig-
Requirements or C:entmct Documents'to bo
conducted bv'or far CUNTRb'1.OIZ prior
to CO\Ffi`ACTORs'makgtg such frnal�
commitment oh
4.2'0:4,3. CONfRACCOR failed to
give. the'writtennotice within the time and
.asmquircd by paragraph 4.2.3.
If OWNER.tnJ CONTRACTOR are unable to agree on
entitlement to jr as to the amount or. ILngth of any such
equitable adjitstment in ,the' Contract 'Price' or: forage.
Titres, .a claimmay he made therefor,asprovided in
Articles 1 t and I3.,',However,.OWNEN, F.'NGLyEHR and
E OINEhRs Concultnnts. shall not be liable to
CONTRACTOF for any daiirnc'costs, tosscs.orchmagcv
siurained\RR\CT ,hy.CO'OR-on or"in.connection w th any
other, protect. or.antieiptted'projeeC
J.3. PhysicaFConr6ti n C%n (ergrourtrl Faci(iriev:
4.3,1. Shrnin or lnefrcated_: The iriformmion and data,
sbrAvn'or mdicitcid in,"die Conunct' Do"cumcnm with
respect to custing Underground' .Facitiucs at or.
connynrous to the sue is hascd on information:and data,
iumishcsl to OklhF or F.'NGINFTR by the ownemof
.,svchCrndtroground:Facditiesor.by others. Unlem it,is.
otherwise cxuessly provided in .the ,Supplernienatry
Conditions: '
4.3.LL OWi tER and ENGIINEER slatli not be
responsible for the nccuh6v of c6mpletenecs of nny
suck iidormatiunor data; aiul
4.3.L, Thecostofall, ofthe, rallowingwill be
included in the Contract Price nnd,CONTRACTOR
stiall have fill respbruibility for: (i) reviewing and
esnhuoaas ionnan(aiirtzJ ant.ingucilaadFteowor o
the
Contract Documcn!s,(iiai) ctiordi,iatich of the Work.
with. the otvners.of such ilndeirgrourri Facilities
during conswction and (tv) dic safety. and
protection of all such. Underground Facdiues as
providdd' in paragraph o.?0. and repairing any
damage thereto resulting from thc;Work.
4.3.1. Not Shuwrorfiuficwld&...If'an Undemerodnd
.Facility is uncovered or`revealcdaat or contiguous .to
the site which w'as not shown or indicated in the
Contract Documents. C0\rTR.ACT0k shall, promptly
immediatelv'after. becom ng aware thereof and before
further disturbing, cond_nuons '.affected thereby or.
ptirftirmingany-Work,in connection therewith (esu:pb
in. -art amen envy -as- required by parp6aph F?3)..
iderttih•'thz owner of such Underground Facthry• and
EtC9CGE?;k"2 tLfiGNUI'f1O,.1.19l" (1991JELitiail.
'w't QTY OF FORT COLLI IS ,MODIFICATIONS tHL-V .I/:000)
give writteri notice to that owner and to OWNER and
ENGCeT:ER LNG1,7EHR %till promptly review the
Gndereround.'Facility and determine Joe' emem, of
any, tq'which a. change is required in the Contract
D'ocu iiis 6 reflect and document the cansequcnces
of the existence of the Underground Facilin�. Jr
"D4GI]MMER.c'uneludes that a -change in the'Cuntract'
.Documents is rtquirtd. a Work Change Directive,or a
Change Order will be issued as provided in Article 10
to.retect and document such conscquencv& During
such time. CO,NTR?tC'COR hutl'be responsible-'foc
the safety and protection of such Undergound
facility as. provided in. ptragceph621".
CONTR-\C OR shalla» av be allowed an increase in
the Contract Price or an'arte ion 6f the'Conrrnet
'.I'imes, or both, to thecxtcnt that they, are attribumblc
to the cni4woe of any Undergru' nd Ficitity that was
not shown: or indicated ih the Contract .Documents
and that CUN7LTRACTOR dicl not know of and:could
not reasonably have been v:pccted to be.awsrc of or
to have anticipated. If OWNER'and.CONTRACTOR
are tinahle to ngree.on entitlement to or theamounCor.
lt:ngh of"any.such ad'usunent in Cuntmcl'Price or
C ontmet Tinier, CUNT R_A(,:.TOR may make a claim
thereforns provided in Articles I I. and 12. However,
QkVNTR, Eh+GINEF:R and FNIGINEE.R
Ccnsultantsshall not be liable to-00NTRAC-TOR rot
arty claims, costs,. lossc's. or damages iricuri"cd or
sustained by CON AQTMtin or in corviectiori
w i th any tither projector anticipated project.
Reference Points.,
AA OWNER •shall provide enginccringkwcys to
estnblish, reterence points. ror construction which, in
LNGINEER's" judgment are nocessary to enable
CONTRACTOR to, proceed with' the Work.
CONTRACTOR shall be responsible (br tayrng.out, the,
\York;, shall protect and preserve the established reference
pointy and shall make no changes or relocrttions without
the prior written approval of OWNER CONTRACTOR'
shall report to'ENGLNMER. whenever any reference point
is last or. •destroyed' or requires relocation because of
necessary changes: at grades or locations, and shall be
responsible.' for the accurate replacement or relocation,of
such referencc prints by professionally quitlifted
per=nel.
4.5. :Glbeatox. PCBs. Petrotnun, fla;r N)us White or
Radioactive ,l fateria(:
4.5.1. •OWNIM shall be responsible Cor any
tlsbestas,. PCBs,. Petroltum.11avarJous. Waste tic
Radioactive m6,xul uncovered or revealed at the site
which .was .not shown ar.indicated in Drawings.or,
Specilications or identified in the Contract
Documents to be within the scope of the Work ilnd
which may prcneru a subsaantial dander to persons or.
proppe�rty posed thereto n connection with the Work
ar,the site: OWNIUt shall not -be responsible for any,
such materials brought to the site by
CONTRACTOR, 'Subcontmctors Suppliers or.
anyone, else for whom CONTRACTOR is.
res;Nnciblz
•
•
4. C .
-bHar- Sft-R ustmem—i . . . . . . . .-I
QH�w-I
AZX �—
E
1. --i. 6 The pfuvis: phi; 4.2 H,j ..rare
n�d" terided fg, Apply iLA
EICE)CUENuLAL COAX,rlo"�,S I l I g-3,(199U cdidw.
WI MY Oli FORT WLIAM MODIVICNHO'N";
9
,,MICLE 4; INDS
-�130 'A -ND LNSURANCE
Performance, Payment and biker, 13,qM&-
.5.1. . CONITPLACTO R,shall Curnish, Performance •anil
,Payment Donds,-rich' to the
Contract Price,a3 security,tcr the taithful performance And
pa'nr'em.of ull, CQNURAUl'0R's oblig3ri-o-gs uridcr the
mraLt Documcms. These &fids shall remain in e(Tect
af tc-ss,t until -on-'e' v,car after the final�-t
Fwomes due, a.*'ept as providdI.othenvise , : by Laws or
Regulations or by ,the Contr1ict, 15ocumem&
CONURAU OR shall also furnisK such other Hon&i as
are
' ired by theSuppitcaienw�,3� Conditions ,All Ponds
shall
the lur�,
Zin prescribed by die Contract bo'cumcriLs
"Nccptas provided otherwise by Laws 6r Reguladdirm .ind
shalt be a-xcuted by such sureties -as am named in the
current list of "Compani6s 'H oldirw-- Certif-tcatLq of
Authority as Acceptable Sureties ori'Fei" Bbrids and.as
AcceptnIble RLfftsiiring: Companies" As. published in
Circular 370 (amcndLd) by the Audit. Stdff, Bureau %of.
Government Financial, operations, U.,I;:,*l,rm,isury
Dcpartmenr. All Bonds signal byan.
a1zent niwi b,
accompanied by a certified copy orsuch agent's authority
on, any. Bond ftmilshW by
C:.0N1,'RAG'rM is declared a bankrupt or Ncom s'
,insolvent or :its. right to do busir'ez-v; terminated 'tri Any
AW kvhcrc any parLo(thc.N9jcct lslmatcdor'itceases 6
meet the-requiremmls.of paragraph 5. 1, COIN71ZACTOR.
shall .within ten days thereafter substiftye another Bond
and su'rety,both orwhich mu_it be acceptible.ra OWNER.
,.J., Licensed SurMew and Inyurerw; �Gerrifhwiq af
.1 , AsuRrnce.-.
.i', CoL All Bonds and irsurancc• requii�ed by the
O strict 6 et Do�unwnts be purckised ml maintained
v,',i M., by 0�or Co'\,TR,��Tolz shrill-bel-obtained:
67dar surety or insurinoc ccimpanids,that are duly
licensed or aWIK)67id in the jurisdiction in which tic
. wjecr is Ioca ed 0 , t 'Coi&sUCBOn3soriniuraiicep.ollcies;
for the, limits and coverages so, required36chiunuv
and'-iriswranc
- -' d companies Shall, .4150 meet such
additional requirements and qualifications as may be
pr6yided in the Supplementary CYndiddns,
531 CONTqrVCTok Wl dcliiter.to okVNLMR-
S lementary'Cunditions, certificates of insurance
(2pip other iwidence of insuimm'requested. by.
,OWNER or Amt. otha-.adcfi-Lioruil-insueed)"wWch
CONTRACTOR is q r�� wed to pur�:h-�sc'ond,m3imairx
required
COAMICT6W.i.Liabifiry ln.wrance:
5:4. CONTRACTOR shall pumhase'And maintain such
liahiLity and other insurance as u appro riate for the, work
being performed and' finlished an�,as- will provide
protection from claims set faith belotv.tvhich may arise out
of or result _from CONTRACtOWs performance and
turnishing of the Work and CO,�TRACTOft's, -other
obligations under the Contract DbcUMemi: whethzr. it is.to
tie performed or furnished by CONTRr\CTOR� atry
Subcontractor or Supplier. or,'by anyone directly or
indirectly employed by any,of them,to perform .or furnish
any of &- Work.. or by anyone forty = acts any of them
may helinbh:
SAL claims under workers compensation, duabilily
benefits and other similar employee benefit nev,
5.-f.^; claims trio damages l�ecausc of tietlil} injury::
Occupational. sickness or •discuseor death of
C.•ONT RACrOR's employees;
5-4-3 claims for damages Because of bodily injury,
sicknecg.or diwmsc,xxtdeath of any person other than
Co\*rRACTC)R's egtp(gycagy
--5:4:-! -Maim s-far-flee agog-iitsurad-frj-cuutirn ary-
€<r�ettst'eiJrn�-ltttti>}ifp-n'vetage'r+'hielreirr-siistaineJ
indireetl4-eelsled-.ter-tha-ampl,yment-dFsucFtpzrstm-hy.
rn}iro n bv- i-th.Fsen'fE•FRny
5,4.5. claims for damages, other than in die,Work
itself because of. injury to or dasauction of tangible
pniperty wherever, loxntcd_'-including loss. of":uuc
resultatg therefrom, and
SAG. claims tut damages because Of Bodily vijury or
death or;any. person or property damage Hors n out of
the ownersfup,-maintenancz or use oC itny motor
vehicle.
The -policies of insurancerso required by this pamgrapi5:4
to be purchased and maintained shall,
5:4.7. ,with respect to insurance required, by
pivagraphs.5.4,3 through 5.46 inclusive and S.4.21
include -as- "i"tional i s reds (subject to any
txustnmary exclusionin' respoLt of•.,prolessibrwl.
liability): OWNER'- EtlG[itEER Ghl( L�lEER's'
Consultens and any other persons or entities identified
in.thc Supplementary Condiiioie:,all o(whom shall be
listed:ns additional msureds,.and include coverage for
therespective_-officers and employees of all such
addidaititl tnsurd&
5AX L6[ude, the s*ifio• coveragcs-and be l4Tnttc-n
for not lei�.thsn lhe limits of liability provided in the
Supplementary. Corxlitiors OF required by Laws or
Regulations; whichever is mtcr,
5_4,9, include completed operations ihsumnc,;
�,tc'OcuE�tEx,V::roVurnn, b' tutus ow)(i eiStim
wr are of FORT COLLINS mttwtrtt:tno$s rREy,rrnului
5.4:10. mcliuk contractual. liability, insurance
covering CONTRACTOR'S indemnity obligations
urklcr pBraErapbs 6.13, 6.16 and 6;31 througFi 6.33:
5-4.11, contain'q-provisnc.-or endorsement that the
coverage, a(Terded will not'be.carmcelied %materially.
chn J or renewal refused until at lensE,thirty days.
pr orwritten notice has ban eivai to Ot1�tER AiQ
CO 4TRACCORand to eaich athcr additional irw rcd
identified in die'Supplementary Condiiiim to whom
a. certificate of asumnrx has been'issued(and the
cotiticates of .imumnce furnished by the
CCUNTRACTOR.pursuant.to pmrzga0h5,3:2will so
p�ovide)1 -
5.4.12. remain instrwt at least until fowl payment
aiid at all times thacafta when COiNT• RAC'COR ma}}
fie cuacctins, rcmaing or replacing defeyivv Wbrk
in accordanbe with paragraph l 3' 17. and'
5.q,13: Mth respect to, completedoperatioric
'insumnce,,and aiy lrsursnce eovaUV written an -a
clsims,made-basis, remain in effect for at least two
years after tinal,patmenf( nd CONTRACTOR shill
furinish WINER and: each other additional insured
identified in the Supplementary Conditions to whom
a certificate of insurance has been issued evidence
satisGictory to CAVIAR acid +any such, additional
insured of eantinuation of such insurance at filial
payment and one year therestler).
OIKVERCc Liab'ifiry Insurance:
55. In addition to insurance requinxl to: he provided
by CONM\CTOR. under varasra�0.4. 4 MM— at.
IV ONFR's option, nrry purchase. :rid maintain at
OWINMR's expense OIVNERg otvn Ilabihn insurance as
will protect OVINTR avina claims Which may arise ion
operatic s unu r the Contract L?ocumenm
f'ropertj' Luvrani•e:
i:6.----�C:�nless-etharwia-prtiv ided=in-the-Suppleni2ntxry
€orldition�-nlV iv-GC<-shall--ptrahnst-and-rat nintxin
piopeety-utsura-ratritpirN'erk-tit�hr:sitz=iirdie-axieunt•
ci�ttta-tit I1-teplaceilient-eost~tFieraoE (eubleet-tE+-stwh
daductibla-mllcU rats=as-may-Cy--proviilad--in-�-tha
Supplementany-6ortdit}crris-on-reyuirirl-bw• Ea ws-aniJ
R��ukrtiol>5�--f ttiyumtranea-shnl4:
6: ]--mvludC—the—mlCcests--vk—U W NhR;
-t�°:�-` r_-fO[�—�,•;.0 :'rift tlwF?;55(
:fi'BL_.�'F,6�itld-cony'-�.rrre-patiert�et
ertt mtias-idantif ed- in-ihu-Supplem rniary-6oratitions;
taeh-o f-+r}ninr i s � deemed • Eo- lie yr x fir vlsuFabl r i ma lest
andslallCbrrlistadasam-irtti.uad oraJdition;ll•amsured
�^=:-be-writtete-drrrrl3uiidet's--[tis.�nll-risk'-or•
Cpigi-pCFtl-bf—�.�.r-6N1452S-i3�iJ5ti-pFlil6'f-�-fNm-tilrlt
sl,till :.eul less R
i1.4,irav" '-c-cr.vrt=r':cFt-h'fn - `.
twJ-V.':•.'�s-�:rv...�=iE-a::1 ..i�.n,aau
-ih"ollewing -park=fire;—::9;a g e_\tmd�(
9
E
0
L I
covefaee,-.t ha k—v iuicW isin--and rnftli,;iou�- in i;cliie f-
eiat -C I
Rl
+Y--bo
uchitca-1).
in -in -by
. . . . . . . . . . . . k-,
5-.b.5.
OAIAaR
Nky=&y4 Re
R
E
"g—V(-ii?z-pPEtct�4cit-ut5u-a•:,lmacv. -h
- Id 5.4 11:1 1
rJtaj yW_ ys�-prtor
terially
- o—(AWER-and
,C-G�.!:�W:FGPC .... d Itel. adle. la&kje�fetvto
•ot=iietimnealwg•lt2en•+issuef!•Hnd�wil I'
carte —"provisiom—m—aceordance with
>.9_ ovvNiER §fma nOL be: respo
nsible, forp=Nming
and maintaining anypsbpzt); ihsursncc to prut"I the
'interests of CONTTRACTM Subcontinctois of officis im
10
0
....... .....
r
d�40 p . WPF I j I aw
(40"'M vt+td
ER Md. R4GP;6SR C-6FIFdRaKIS th
L,_N to rs,
-S-W_�., We ta q 7-13_4
. direv"phvsiHo
whelp r.br-nof:imaireil -:0 1 -'and
--po'kw-mitintaiffe I by PAV\
sae - - - - - - - - - - - - -
I EtKI;eClW1nt1B✓-1fS,�rE'?c�in:d3f2f-�tFlii
rYEoverv-a�iirist anwv�G�t?.`TP�CGT-U1�-SubuixtF1'aetdra
�rEv'E� "EN�?iE6R§-�onsulaints-anct-the-eRieirs:.
dEFtEik)Prl`f9�16VeC'iBRd-e�NntS-Pt$flti-HEti1CRF
'Receipt and Ipplicatiun ajlnsurance Proceeth:
i.12. Anv insured •lossunder the policies of insurance
required by paragraphs 5.6 and 53 will L.,F adjusted with
OWNER and made_ payable to CAV' R as fiduciary fur the
insureds: as hex interests may appear, -•subject 'to the
requiruments. of any applicable-, clauseand of
pars- ruph5.f3. �OWNE[t � shallr•depceit��in. a separate
account any money,so receiyed;.and•shall distribute it. in
accordance with such-ugi-mment as the. parties in interest
ntay retch IF no other sj esial agreement is reached tfie
'damaged Work shall h iercpntred or replaced; the moneys so
received applicd.on account hereof and the Work and the
cost,thercof covered by an. appropriatc•Changc Order or
Writtcn .Amendrnun..
5.ix OWNER -as fiduciary. shill.have power to adjust
and scale,any loss with the. rnsurars unless one of the,
parties in interest shall.ohjoct in writing within fi@ceirdays
"after the occurrence of loss. to OWNER's exercise of this
power„ It such ohjcctron be mad5 OWNFR.as fiduciary
shall mitke :,ealerentwith the insurers in accordance with
such agreement as.the panics in interest may reach It'no
such agrcerncnt among he•parties in,interest is rcached,.
OWNINZ as fiduc wry shall adjust and settle the,loss with
he irisurers afid,- f--wgtt e4s in w4tt14ttby R y=-ptutp-in
interes�E}\V�v H;frns-Ftduetary—shall-ova-hood=fear—lha
€iradxsrfiatteirntnne� t>kuNlidulirs.
-I cceptanct njRandsand:fiv seance,- Opaye In Replace.`
5,14, NIRA -TGF-j
QVINEhas any ohjcctior to the cavcfagc•affradcd byor
other provcsioni•of'tha ©ends -sue insurance required to be.
purchased, and maintained by the •ether --early
CONTRACTOR irvaeco[dance with Articles cif the Msis
of.non.rntformnnce with the Contract Documents; the
Airtial. Uelimdon-Property Insurance:
5:15. 'If ORN ER Gridsit necessary to occupy or use a
poison, or pnrtio-m of the Wart: prior to Substantial
Ex-ucgEtiFY W.coVgfn O,'.S u9ii4 w)9nEStikcil
wf Q'IY O! ;FGR'F.COLLI � :yIOUIPIC.IIlOYS t[tEV •I!_'arN)j
Completion of all ht Work.:such use oroccupancy may
be accomplished in accordance with pangaph l4J6:
provitkd hat no such use or occupancy shall' commence
betore the instaers• pray iding theproperty insurance have
acknowledged notice thcreof and in writing effecied any
chances tj coverage'necessitated thereby. The •inkirers
providing. the pmperty insurance• shall consent by
endorsement on the poliiy or policies,- but, the. property
insurance shall not,be cancelled or permitted to lapse on
uccoum of anysua:h partia l use or occupuny..
,,,Kri61.E 6L_CONTIL\CTOR's'
MPONSt$ILITIES'
.Superineion and Su[ erinlewdence:.
-6.1. COyl'PiACPOR shall supcn•ise, �iivspect and
direct the. Work competently and efficiently. devoting
such attention thereto and applying, such' skills Wand
c�peru.w as may be accessory to perform the Work.in
accordance with the fiononct Documents.
COW RAC TOR-shal1. he :solely responsible for the means,
methc,i, techniques, ,quemLN and prouditres 'of
oonstruction,'hut (CONTR;\CTOil shall not be responsible
for the negligence uf.others in the &A Lg for specification
of it specific meting: nieth&L technique. se4gien:e or
procedure ofconstrucrionwhich is shown or.indicated in
and expressly required �by the Contract Dcourrents.
CONFTRACTOP shall,'bc resportsihle, to, see that the
completed Work complies "accurately with. mho Contract
Documents.
6.2. CONM\CTOR shall keep on the Work at all
.tunes •dining: iLc _ prughcs a .competent rtstdcnr
superintentIML who shall not be replaced without written
notice to OIV-,NER and ENGIrxIEER except under
e;:traordumary cacunmstancesr'Th'e superintendent will be
CONTRACTOT:s.represerrtative at the sitt and shall have
.authority to act on bhalf of CONTRACTOR: All
co mantra cations to the superintendent shall be as binding
as if given to C'ONTPw,'OR_
Labor Jlgterials and£quipntint.:
63.-(-O\'TR:\C'.TORshrill provide compclua.
suitably 'gUaliti su d personnel to rvcy., lay "cut and
wristruet he Work as requact ired by the Contr
Pocirrnems. CON TRACTC. R .,diall at all time maintavi
gwd discipline and order atthe site. Except as otherwise
reguGcd tor-Ithe-safety or protection of persons or the
Work or property at the site or adjacent theieto. aril
except asothervise *indicated in the Contract Douments,
all LVgrk tit he site shall.be, perfomreii, during. re_vlar
working hours and CONTR-ACTOR will not permit
overtime work orthc perfomtance of Work on Saturday:
Sunday or any legal holiday without OWNER's ivritich
consent givenafter prior. written notice la DIGRNMER
CONTRACTORshiall submit requests to the. ENG NEER
no Icss than 48 ihours..in advance of anv Work .to be
performed•cn Saturday: Sunday. Holidaysoroutside .the
eRciplar Working Hours.
1]
11
6A Unless otherwise • specified in the GeneraL
comaius'ck is fullowzcl by words reading: that no &e.
Requvm eents;,CONTRACTOR-shall furnish and assume
.equivalent ('It "cur -equal" :i1em or no sulstitutuis rn
full responsibility for all materials. equipment, labor;
prmitted uthcr items of .material ur egtdonwnt or
wrivporuation, construction .equipment and machinery,
•material 6r tquipment Of other Suppliers may be
tools, appfiance., fuel. power, Iidit: heat: telephone, water:
accepted by E�IGCNEER� under •the following
sanitary facilities, temporary facilities and •all 'other
circumstances:
facilities and' incidentals necessary fir the furnishing,
.performanee,trsting,sism-upand completion ofthe.Work
6:7.1.1. Vr-Equaf'.. If in ENGINEERs.sole
discretion an rtent oCmatcrial or equipmmis
6:4.1. Purchasins; R;:strictiLw. coNTRACTbR
proptiseil by CQNrR (:fOR.. is funcdonally
must comply withahe 0tds'ourchasime restrictions: A
equal to that namedand'sufficiently.simili r so that
copy of the resolutions are available for review in the
no chartge.in related Worl�vdi:be recta eda'it may
offices of the Purehasme and Risk 0.Lnna"es,ment
be considered by ENG.I:NEER�.is an "or<qual"
Division or the City Clerk's office_
,item, in which case reviety andapproval of dtc
- _ -
propmked item. may;. in-WtQGINEER's` sole
6.42 Cement 'Restrictions Fort Collins
discretion. be accomplished without coniplinncc
Mat`
-kesolution 91-121 rcuuvcs thatsuoohers anal orotltixrs
with some or ,all of the raquiremrnts for
of cement or products contamine cement to ecrtih, that
acceptance of proposed substitute ituati
the «ment'tvas. rat made- in cement•kilns that bur
6:7;1.2..J`irbsttmta l(ents_ If in FiNGLNEEfYssale .
hrztrdous wssrc as a fuel.
discretion in item •of matey al or cqurttmutt
by CON'rk c-TOR does not qualify as
-. -.
o.u. All niewrinls and equipment shall be of gtxd-,
.proposed
an "unequal" item undersutipazagraph 6:7. I-.1. it
quality and new, csapt as othcnvisc• provided in the
will be considered a proposed substitute item:
Contract Docu&nts ll'4irrAmfes and guarantees
CONTR M'QR shall Orin sufficient.
specifically called farby thc-Speuhcattons shall expressly
information as provided he ow- to allow'
runto die ljenefitofQWNTR: Ifraquiredby'ENGrVT-,M
,ENGINEERtddetermirsethattha,item'ofttmterial
CONTRACTOR. shall 'furnish Mtisfaetory evidence
.or equipment proposed +s,essamtially equivalentto
(uicluding• reports cif_rcgtiutd tests) as too the kind and
thn[.rimn U and.an aea.ptablesuhsntuta therelor.
quaky of material's and equipment. rUP materials and
TId: proceddre for review'by die ENGWEER will
1merit slnll he applied,• instnllcd connected erected,.
Include the {allowing as supplemental 'in the
clenned and condmoned in. accordance with
General Requirements and as. ENOINEEP may
instructions of the applicable Supplier, erccpt as otherwise
decide is appropriate under .the circumstancei
provided in the Contract Documents.
Requosts.tor. review of proposed substitute items
OI material or cquipmcmt wall not, he accepted by
PmgressSvhedule:
F.NCrPNFF.R From :arnvne- oilier than
CONTRACTOR LfCO%tRSUSfOR wishes to
66: .CODFf,RAC`I'OR 'shall adwrq to the progress
Consists all use a substtuni item of material or,
schedule established in accbr6nee with paragraph mph 19 as
equipment, CONTRACTOR shall first stake
may be adjusted Crum tune to timeas prov, ided below;
- -
writicn.appliw[ion'to LNUFNEEk foe acceptance
thcreot•, ce4ifyiiig.ihar doe prcposecbsubstitatcwill
6.6.1, CONTRACTOR r.hall submit to ENG WEER
jieribrai tdequntoK' the functions and achieve the
,for acceptance (to, the extent' mditalttd - in
results called for by the general.desim h; similar
paragraph 2.9) proposed adjustments in the progress
in substance to that specitied and be suited to die
-
:scheduledtat will not change the Contract Times Or
suite urn: as that specified The application' will
%,filestones). Such adjustments will conform generally'
state the extent, if any, .to which the
W.the progress schedule then in effect arid additionally
-evaluation
and acceptance or the proposal substitute will
wiW cogiply with any provisions of the General
prejudice CONUR:\CTOPis achle'vemcnt of
RcquirememsappGcablethereto,
.Substantial Completion on time; whether or not
.aaeptan& of the substitute for use in Ow Work
6.6.2. proposed adjustments in -the progress schedule
will require a charge .in any of the Contract
thiic'wilt charge the Contract Times (or Nfilestoncs)
Documents. (or .its the provisions of any other
shall be submittal -in . acctvtkincewith the requirements
direct contract with OWNED for work on die
of paragraph 11k Such adjuslmvrtsmay only be.
Project) .16 adapt the. design to she: proposed
.
made by. it Change Order or Written A"mentLnerilin
substitute and whether or no(' incospurtitionor use
accortlance.withArticle 12.
-ofithe substitute in•carsnectionavilh-the Work is
;ubjecC_to'payment, ofany license fee or, royalty.
6,7 ': Subsriralesnnd,'"Ur-Equal."ltenr5r
_VI'viriations of the prypcned substitute Gom Chia
'
.specified will be� identified in the application and
6.7.1.. Whenever an itirli Wmatenal Or equipment is
available mairadmcc. repair sad,replaccment
.specified or drsiaibed in the -Coritraci-.Dgcuments by
servicc will be intlieatctf' The, sppliwtion will
using the name.of a proprietary+ item or the nameof a.
also contain sin itemized estimate of all coats or
particular Supplier, the specilication'or destr ption,is
.credits that will result.directly or indirectly from
intended to establish tht• tyti. function .and'.gtmlity
acceptance of such substitute, including.,costs of
required Unless' the spectficarioo or description
redesign and claims of other con".etors•affected
ercvc eutRu corax'not utosiw+Jusmemm
12 n9CTCYOP PORT COLLIh5 M(A).HgC.AA.0NSrRCVni20p01'
liy tht r-ailtim" change all' of, wNch will be
considered: by-NGINT-,ER'..in evaluating the
proposed subsukutc.. EiG12NMER may require
CONTRACTOR to furisk additional data about
the propowd;substitute. - - -
6.7.1 3. C0N7R4CTOR's Erpense: All data -to be
provided by CONTRACTOR tit. support ,of any
proposed 'or -equal" of substitute: item will. be al
CONTR cTowse-
6:7.R. Siiblfinde Curishvction Adelhody or
Procediozs IN4 sPeciticmeans,.methocL technique.
'sequence Or procedure of cons'tracuon. is shown or
indicated' in .and eeprmly required' by- the Conract
Documents, CONIC ACTOR may'Rimish or uglim a
.substitute means: methocl techniyuc. sequence or
procedure of constriction -acceptable to -ENGINEFR..
COAR:\C7'OR'shalt.submit suRrcii nt information to
allow ttiGINEF,R in F.NoNFVR's stile discrerion_ to.
deter* z -,that 'the substitute proposed is equivalcnt to
[hat.e,%pressly crllcd,for tiy'.thc Contract Dedumems.
The procedure for ruvicw by FNGINUR. will he
'similar to that provided ih:subparagraph'6:741,2:
6,7.3,'Engineer's F.ivIrixitm: -FTIGLVEER wil)Av
-allowed] a,raisonabjc time withfn which to -evaluate
cacti proposal or submittal .made. pursuant to
prah&mplts6:7.1,2tend:6.7,2: ENGINEERwillbethe
sole judge of acecp�ability, \'n "or -equal"' or
substitute will be ordered,-installed'or utilized without
KNIGINFLR's prior written acccptancc.which will t%
evidenced by dither a Change Order or an approved
Shop Dn1w•ing.. 0%%NER may require
CONTRACTOR to filmish at CONfRACTOR's
erpertu a special peitortantce guarantee or otter
surety •with n:sPcet to any "or -equal" or substitute.
GNG tNEER will record time required by
L1,GIINEER -and 0t1('I Efft's �Consufaatts in
evaluating substitutes propcned or submitted by
CONCRAC'TOR pur-6nt to FnrnPmphs.6.7, l 2 and
6.7.2 .and in making changes in the Contract
Documents (or in the provisiotvs;of any other direct
contract with OWNTFR. for Avon, on the project)
occasioned' thereby, Whether or m4 LNG WEER
accepu;-a substitute item so-proposecfor submitted by
CO,z,rmwTOR CONTRACTOR shut reunbtuse
OWTIIIL for the charges of 'E\GNEER Lind
EVC M's Consultants for evaluating each such
proposed substitute iteni:
. 6.8. Concerning Subcontractors. Supplierw and
Others:
6.8-1. CONTRACTOR shall not employ uny
.Subi:tintractor, Supplier or odder person or urganiztuipn
(mdudim, those acceptable to OWNER and
E\GLNEER.asindicated in parauraph ci:8:2).�whet} er
:initially or as a-subistitute, agairfst whom OWNER. or
L'NGfNL•6R- may have. reitsuntble objection-•
CONTRACTOR shall not Ix.rcquiro.l.to cnnplby any
Subcoriractor, Supplier & other person or,organtration
to.lurish or performi. any of the -Work against whom
CO'CRACfOR has reasonable ahjcuiop:
E.ICUCGE'Jty V,.Cq\U["nU4`i 191 t34 (IMl(l E66UO
wi arf of FORT O)LUNS.MODIFiCAnwis (REV,uno ul
6.9.
CONTR4C'rOR shall perform. not less diail 20
perccm of the Work with its --.own. forces (that is.
:without subcontracting): "The''_'0 percent requirement
shall be understood to refer to the Work the value of
which totals not -less than 10 percent' of thc:Contract
Price:
6.8.'_. (ft-the-Supplamantary-6onihiions Bidding
Documents require' 'the idengw'. of certain
Subcontractors.. Suppliers or _other persons cr
0rganiuni6ns,(inetudmg thosewho are,to furnish the
principal items of materials or. -equipment) to .�
submine& tn,OWNER iri eadYrm e-of-the-specified
Jaw prior to the Elfectivc Date of the As emcnt for
OW-NER's. or 'FNCHNEER's acceptance (either. in
writing or by failing to make written objec-lion thereto
bv'the datd indicated for acceptance or objection in
thedocuments
bidding duments or the Contract Doc-umentsl of
ENUIi 1b8 K: IVO-:acceptance by VIV IVt•.K__ pr
FNCdNEF,R of any sud:h Subcontractor. Supplicr or
other person or ors: niz Lion sFatll'wnstitute a waiver
of any nglit of OWNF-R, or FNGINEER. to reject
r&fecrive Work.
69.1. CONTRACTOR shall be fully responsible to
OR-it'E12 and E.\'GINEER for all acts and cmtlssions
of .the Subcontractors, Suppliers. and other persolts
anti organinttiotts perform ing-or tunushing any of the
Work under a direct or indirect euntrict with
COYfR:\CrOR just as COs3TRACl•OR is
responsible for CONTRACTOWs own acts and
omissions: :luthing in the Cefivact Documents shall
create for the benefit of' anJ such Subcontractor.
Supplia or .other person or argam'zation any
contractual relationship . bdween .OWNER or
LNG WEER and any such Subcontractor, Supplier or
other person or organization. nor. shall tit create any
obligation on the part of OWNER or U-NGD.T-ER to.
pay yr to see to the pavmem of any, moneys dilz any
such Su6conuractor• Supplier or other :person or
or antizaiion except as may othanvisc be required. by
Laws and Regulations. OIVNER or ENGI\BER'mav
furnish to ariv still cirarktor, supplier or other trtson
or. oruanization evidence' -Of. imaoUnts -Paid to
cgrrR4CI.OR. in accordance with
CON TRACTOR'S "Apolicatidns foe Pavmcni":
IN
s
0.
•
6,9.2, CONTRACTOR -shall b6 sole .I? responsible
for scheduling ,and coordinatirtg, -the 'Work of
Sitbcums ractoi. Suppliers and other persotrs and
o gamt mionsperformiruz or fumishirig am —of the
Wort: under a direct. or inlireet amlruct with
CONTRA(`1.OR 'CE)NTRACTOt£ shall requtie all;
Suboontr-acttss,.Suppliers'and such other persons, aril
organtaitioris performing or lutinishiig any of the.
Work -to cernmuiucate With.the,ENuNMER throug}i
CONTRACTOR
6a0, The. divisions er d. section of the Specifics tions and,
the identifications of. 'any Drawings :shall' not - control
CONTRACTOR in. dividing. the ' Work' among
Subcontractorsor Suppliers ;gcdelipcttting,.theAWork� to be:
performed by any 'n-pccitic.trade: -
6.11. All %York performed .for •(:ONTRAC;I10R by a
Sufcontracior or 'Supplier will. be ..pursuant'to an
appropriate agrccmenr between".CON'rliACl'OR.:and the
Subcontractor or Supplia-which Specifically. bim6 the.
Suhcontractor-or Supplier to the. applicable terms and
conditions of -the Contract Documents for the: twnefit of
0
Prderrr F-ecstu!d.#u.vaWis.
6,12_ CONTRACTOR shall pity all Rinse fees .and
royalties and assume all costs incident. to, the use. in the.
perfomtance of the Work -or the, incorporation 41 the Work.
of Tiny inzntion,.LIe ign process,'produet or ilcvtcu which
Is tl bsubject ofpateni rights or copyrightrheld by others
If a *icular invention, desitptrprocess,. product ordevice
is .specahGd• in the ,Cor4aa Doodments for use in the
pgrfonnancc of the. Work and'if io the.actual knowle'dge of.
OWNIM i,r LKG�'BER itsuse s; st bject W, patem. rights
oDNpVri5hts wllittg fpr the pay'iaent of any hem se tee or
royalty' to otfius; ihc existence .of such rights -shall be
. discloscdbv,OVNER in'the Contract Documents. To the
(idlest ement permitted by Laws and+ -Regulations,.
CONTRACTOR •shall iidemnifv and hold harmless
O%VEEREINGINEERiEN6LNMER'sConsultants: and ifie,
of each and any of _them from grid against a1Dclaims,.costs,.
Bass j.arid damaees.aruin!,.out of or resulting Gorn,ary
in rim—mr:ent of patent nsJtts-or co yrigitts incident to the:.
use'in the perfprmancc of the Wort. or resulting From. the
incorIxption- in.,theWoik- of any invention;.,desigru
prycess, .product or. device- not Tc6ficd in, the Contract
Documents:
la •&JC'.DC(;EN1i1uL Cokw "sow-S1199c, Editim)l
wiiiTY OP rottT co fit,Z MODWICATIONS I ItEV•1,M90)
0
Permits:.
iiowpermiw and lice&s. 'QWNER:shall assist
ACTOR, Wien' neee_ssary. in ,obtaining. such
and' licetist:,: COMI`RACTOR` shall ,pay all
iental eharges-anil.irtspectibn fees necessary ,tor
�cuiion of the Work, which are applicable-at,the',
opcnirgof.Bids,'or. ifthere �arGno,Bids. .pn the
pay.nll �chatr;os" of utility o}vners.Cor connet:uons to the
Work, and OWNER shelf py,all chargesof such utility
owners, for,capital costs related thereto such as Oant
invesm4rit, fees.
•-6.14. Laws andRegidaiivns:
6.14:1, ,CONTRACTOR shall ;give all` petices. and
.comply with all`I,aw.rand licgulatiuns applicable -to•
(urmsh r '-mid `--,pGrfOrlt1a11Ce Of dlG York. E,ecepi
nhere other'Wise •w7ressly required by applicable
haws .and 'Rcgul, lion,' ricidtur. OWNER nor,
ENGINE'rR shall he responsible .for innriitoririg
(,OwizXc;TdiRs_compliance with any 1:4ivs or
RcgiJLtti�xisi
•6.14:2'.117 ('014TRAF'T P pertgrrris.any Work
kriovring orhaving reason to'kriotv,thaf ie is contraiv
to Paws or Regulations 4;ONfKAC'fOR'shall'bear
all claims, costs, loses and damages .caused by.
arisingoutof or resulting dtcrefiom;` Qweve% a stealI'
not N CONTRACTOR primary--.reslonsibilitv,to
make certain that tip_SpLcilicauons.and Dram roes arc' -
in. nccordnnce with:' LAWS and Regulauonf but thla'
shall "riot relieve CONTRACTOR . of
CONt•RACTOR'soblip- hors'untfexpara0ph'_ 3?.
Taxes:'
6,I , CONTR.,ICCOR'shall NY all ales, eonsumer,
,arse' and other similar taxes, squired to be ,pvad by
CONTRACTORLift' accordance with the Laws and
.Regulations of the jilace of the Project. Which' -are
applicableduri gthzperfrmanee_oFdte.Wor
6.0.1. OW'\TR is exempt Bern Colorado State and
,local. sales and^.usa ttiees � on materials to -be
peMar nt1y_irx:0rp_0_M ted into the PLO Said takes
-,shall not be included in the: Contract Price.
CONTRAC'fOK must a I, for. and receive. a
Certificate of Gcem nion".from-'the. Colorado.
Deourtment of Revenue for construction materials to
be- physically incorp
Certifi^orated into the,:M eel •t: Thu
motion' of 'Gztmption' orovides.that. the
CONTRACTOR shall neither Vz y nor include in his'
Bid Salta and' Use Taxes. on Ihose buildin•a sad
eonstucliun materials Phvsicallv -imvrwrated into
theprciect: -
Address:
Colorado Department of Revenue
'State .0 .1piLet _Annuk,
1J175Sli awSlrea
Denver_ Colonsdo SQ'261
;Sale find Use Talcs for the-. State of Colorado—,
Regiorml.Tfao§wrtauon DistricC(RTDl and certain
Colorado ,counties are collected, by 'the. State of
Colorado and: are,'ineluded:.im the Certifiratici& of
Exem ption..,
rVl`arroheublales and Ll- Taxes-(inclucGmt State
colteeted mxasl: on any items other than construe
tion
and buildim materials physically 'incorporated into the
prnjecraie to be- paid by-COWRACTOR and are.to
be included in approoriste bill items,
Use of Prendses"
ti.I& C:0NTRAC'f0R, shall -confine construed
eyiiipment. the storage of matenalran&Cquipment artd the
operations of workers- to:the site and, -land' and -arca:9-
idcntified in and permitted by the Contract: Documents ;atd
other land and areas. permitted,by Laws and Regulations,.
rights-of-wirv. 'permits ,and easements, :andshall .not
unreasonabty encumber the premises with construction
cquipmcnt. or- .other materials or .equipment.
COtITRAC7OR shall; asswne full responsibility for, any
damage 0any such land or 'area, or to the owner or
me.upant dteieof.or of any adjacent land or area; resulting
iron the pertommmr of the Wort: "Should any claitii'be
madeeby any such Iottmer or occupant bemuse of the:
perf6rinance'nf;the Work, CONTRACTOR shall promptly
seltdc with such oth r party by rer;ottation or otherwise
resolve -the claim by arbitration or other dispute, resolulion.
proccyding or at taw. CONTR.A(n'OR ;shall, to the fullest
exu:ntparmittcd by Laws and Regulationsi; indemnity and
It d' Ittrntless: OWNIR CNGUN.ER- ENGCVEERs
Cotsultant and aitvonc directly or indircIlyemployed by
any of ihent from and against all clamts, costs fosses and
damages arising out of or resulting from tiny claim or
action_ legal or equitable, brotWit by any such givncr or
tt:cup"-im against'OtVNEC, ENGI3 7EE12 ot'any other party
indemnified hereunder to the extent' mtsed by or, (rased
upon CONpRACTOR's performance of die Work
6.17. During the.proyte_ss of the Work, i-QNTTR:kCTOR
shall!k&p the premises free.Gom a e m lotions of waste
tnat;riils: rubbish and other" debris resulting •from. the
Work. Ai the c6mpletion of the Work CONTRACTOR.
shall remove,all NOsW,raaterials; rubbish and debris from
and about .the .premiset. as well as all' tools,. appfinnces.
constructiott eqilipmcnt. and machinery. :tore' surplus
m"
aterials: comrRAC-1'ORshall leave'lhe site cleanhnd
ready -for. oampancy by, OWNER. .at" Substan6ali
Completion"of the Work. CONTRACTOR shall "restore to
urn real contittion-alR'properlv'notdesignated Coralteration.
by the: Contract Documenw:
b.1s: 'cbNfRAc'TOR shall not load nor permitany,part
PC any stricture to be loadr& in any ma iner, that will
endariger:the strucuure,. nor :shll M.1-TRACTC)R subjmt
any' part of the Work or adjacent property to stresses or
liressures,that hill endariger,it.
Record Dekumente-'
escucc;E�rx..u;.CoSurno, s.i vice-s f i ��ii E+.;Ncm
,v/a[Y0FF0K1 COLLCa MOU1MA11t7V5(tUIV4P6an)
CON£RAC£OR.shall maintain in isale, place at
the site one recent copy-of'all Dntwings. Specifications,
:Addenda; . Written ..Aments, mendChia ge' Orders. Work
Chamtd Directives;; Field. Orders- :and' wTitten
mterpretati'=' :and: clarifications. (issued pursuant to.
para*rmph 9,4) in gocd order. and an6otated%to showAl
changes made during cons(ruclion. Thew •record
doaimanLs. tblgaher-Wdh,all. approved Samples acid ,a
counterpart of all approved 'Shop Drawings will be
available to ENGWEER" for refcrenee. Upon completion
of the: (York: 'andprior to release" of fiord o amen- these'
record'documcnts'Samples,and Shop Drawings will be
delivered to.ENGINILLP For OWNER.
'sajeiy aird.Prorecrion:
6.21). CONTRACTOR shill: be responsible l'or,
initintirg;, maintaming and -'supervising , ally .safety
precautions anti programs in eonnectton With, tile. W&L
CON'tiRAI:TOR shall-tike.all neixscary precautions fix
the saCetj^'of .ar lshalf provide the ne xssa_ry protection to
pmvent. damage, mjuN or lose to:
6_26 L all persons on the.\Vork site o[ echo may, be
affectcd`by the Work;
.,511, the Work and matermis'and,equipitient to
be Incorporated therein, whether: in storage on or ot£�
the site' and
6.20.3, other property at the site or adjacent thereto,.
including trees, shruhs la,wrM walks„ pavements,
roadways; strumires. utilitim end' Uptlerground
.Facilities not delimited for removal, relocation or
replacementin thecourse of ctinstrucaon:
Co\vi-RACTOR shall cdinpry with all tpplicahle'Laws
and Regulations -ofany"public"bodv,having jurisdiction Cor•
safety of persons or property Or to. protect them• from
damage, injury or los_s_mid "It erecr and maintain all:
necessary sttegtnrds For such ,dty and protection.
CoigmL-AGTOR shall notify owners of adjacent property
and of Undergrnutd Facdiiues and utility owners when
prosc;e6gtion of the Work may at%ct. them, and shall
oaoperate.with them in the protection removal:"relocation
and replalxment of their: property- M damage. injury cr
lass to, -any piopaty referred: to in porngtaptso:_0,2"or
6303 aiused. directly or indirLtly, in whole.orin part, by
co\27ILAGTOT2, any Subcontractor, Supplier or any
other person or .organization directly or 'indirectly
anploved by any or them,to perform or furnish any of the
Work or anyone for whose acts any of Lhem may be liable,
shall be remedied bvGCI,NTRLACTOR (e.rcepl -damal c or
toss attributable to the- Cault of Dmtt-ings or Specifcatiors
or to the acts or omissions of OWNNZR or ENG rNEC•R or
LNGRNEER's Consultant or anyone employed by any 9f
them oragvone for whose acts any of them may beliable,
and not attributable., directly or indirectly, in whole or in
part, to the fault or negligence of CONTR.AC OR or any
Subcontractor -,Supplier or other person or organirtttion
directly or indirectly .cmploved by any of them).
Ct})ed'CRAG9'ORs3uiiess,nd resporuibilinesaitr the safety
and protection of the Work shall continue until such time
as all thelyork is aompl'ete3'and`Ei4GINEER has issued a
i
0
•
is
0
REVISION OF SECTION 712
GEOTEXTILES
Section 712 of the Standard Specifications is hereby revised for this project as follows:
In subsection 712.08, third paragraph, delete the last sentence and replace with the following:
The current list of products that meet these requirements is located at: https://www.dot.ny.gov.
In subsection 712.08, delete Table 712-2 and replace with the following
Table 712-2
TYPICAL VALUES OF PERMEABILITY COEFFICIENTS'
Particle
Effectiv
Size Range
a
Permeability
Turbulent Flow
Millimeters (inches)
Size
Coefficient k
cm/s
D max
D min
mm
(inches)
Derrick STONE
_
3000 (120)
° 900 (36}
`1200
_�48)
100
� .._
300 (12)
100 (4)
10 ('/).
150 (6)
13l(%)'
30
One-man STONE
Clean, fine to
80.(3)
10
coarse GRAVEL
Fine, uniform
8 ('/)
1.5 ('/ s)
3 ('/)
5
GRAVEL
Very coarse, -clean
3 ('/)
0.8 ('/32)
1.5 ('/,$)
3
uniform SAND
Laminar Flow
Uniform, coarse
2 (%)
0.5 ('/s4)
0.6
0.4
SAND
Uniform, medium
0.5
`'
' 0.3
0.1
SAND
.0:25
�0.1
Clean, well -graded
u 10
0.05
0.01
SAND & GRAVEL
Uniform, fine SAND
T 0.25
0.05
0.06
Well -graded, silty
5
0.01
0.02
4 x 10-4
& GRAVEL
_SAND
Silty SAND
.2
0.005
_
0.01
1.0 x 10�^_
Uniform SILT
_
0.05
0.005
0.006
0.5 x 10-0
CLAY -
_ _
1.0
- 0:001
Q002
.0.05 x 10-'
_Sandy _
Silty CLAY
_
0.05
0.'001�
0.0015
x 10'
CLAY (30% to 50%
0.05
0.0005 '
0.0008
_0.01
0.001 x 10-4
clay_sizes)
Colloidal CLAY (-2
0.01
10
40
^ 10-9 `
um 50%)
Basic Soils Engineering, R.K. Hough; 2nd Edition; Ronald Pess Co.;
1969, Page 76.
Note: Since the permeability coefficient of the soil will be unknown in most
non -critical; non -severe applications for erosioncontrol and.
drainage, -the soil -permeability coefficients listed in Table-712-2 may.,
be used'as a guide for comparing the permeabilitycoefficient of the.
fabric with that of the in -place soil
70
January 20, 2012
0
Ll
0
notice to OWNER and, CON7lU\CT0R :in. .acairdance
with parttgraph 14.11 that the Work is koeptable (except as
mh6rwise e2ressly provided' in connection with
Substantial Completitm).,
6221. Sapiry•Represinrarrvg:
.CO\T.RAC-EbR .shall desigtiata a qualified'" and
e.Verienced.safety.representative"at the site whose duties.
: rid respcaisibiliiics shift be the•prtventionof accidents and
the maintaining find supzry istn6 of srtfeiv precaulyoro"arid•
•pru6mms.
Ha:nrdCommunicaiion Piogram .
6:22. CO\frRA(,-rt7R :shall he rasponsihlc' for
.tuordinsting any,enharige of'matertal'sitety,data Sheetsbr
other hazard communication mlormatinn`rcquged'to- .6e
made,available,
available, to or excha*d between or among
entployst- the• site in :accoda rnce 'with I aws, 9r
-Csegulatians: .
Fitrergencre..:.
In entereencies-atlecting thcsnfcty�or proieciiun nP
-persons.or the 1\'orkadjacRmt
thereto, CONfR.A.(:fQR: withaut spccial'.instmctidn or
authdriaittion from CAVNL .FR of ENGINMR;:is ybligatcdin
act to prevent thiteatened ,damage, injury or .loss:
CONTRAC FOK shall' give EN)IiVEH R. prompt wriacn
notice if CON•l'RA(:rQR b'alieves that any siiinificant
chingei ,in 'the Work or variations frmn the Contract
.Documents have been caused thereby:.If "EMMIEER.
determinesthat a change -in tlic Contract' Documents ;is
requiredbecause afthe actiomtakcn by�,CONTRACTOR.in
response to such an emergency, a Work Change Directive,
or Change Order will be .Issued. to -document the
conxxlu &esofsuchaction
6.24. .Shop pmwingsandSamples•.
6"24.1.. CONTRACTOR shall submit -Shop Drawings
to ENGENdZER""for review and approval in accordance
viith: the 'acccpted..schedule at' Shop Drawings and:
SaniPle stibiitittals (see ps mgraph29). All submittals
will, beidentified' as ENGL\lEER may. require andin
the number of copies' specified tit the Genei:d,
.Requirements: The data -shown on the Shop'Dmwirtgs
will. be complete with respect to guantitics;,
:dintensiQns; specified. performance aitcl design cnferia,.
mweriiik and similar data- to'showINGINEER the.
materials teid eguipinenl CONPR UNk proposes'lo
provide".arid to. enable "ENGINEER to review the
'information ,dor the •limited` pu[pases 4e4. iced by.
,pari�aph 6 _6
6. +J cc-N"CRV7. o i sh aii ilso,stiliniit Samples'to
:AGM-LR for review 'and approt•aP'in accordance
,with said.accepted 3dhcd'ulc•of Shvp Drawings and
Sampt'e submittals Each Sample will be identified
clearly as to material. Supplier pertinent•data. such as
catalog,. numbers and the use for which intended and
otherwise as 'ENGINEER may require to enable,
F NGIN61aR to reyietc the submittal far the- limited
L1CDCUENLR.At. CONUCrtONS I' W t t159V Ltlititsil
16 vraryOFVORT(:6M[ MODIMCMIONS (kn3t2aum*
purpxses regdired by parlclnph6,26 The numbers
of each -Sample to.bc submittedwilllx':as specifial in
the Spcirications;
'&25., SubmiaaF Procedures.
1; Before subtnittim ,each •Shop Di -awing or
Sample: C 0NT[LM.T0R shalt lV rwe determined and
.verified:
0 —5. L P till field measure znty_, qua it es
dimensions, specitied performance antciaa,
.mstallatinh requirement:, materials, cata,fgg
numbers and smt far inforniation wi h_ rcapect
thereto;
6:25.1.2ulPmulenals with respect to intended
use, fahririuon, -shipping, liandh'o-, storage,
.assembly and installation• ,perta g to dte
txrformancc'of the lVerk: and
62iA.3. all- information relative to
CO NTRACTOR's sole respansibilitics in respect,
ot:means, methods, techniques; -sequences and
procedures of cnnstruction and safety precautions
and lirogrvrms,incidenttheretti.
CONfR,\CTOR •shnll',i lso have" .rcvicwcd .art8
coordinated each Shop Drawing of Sample with other
Shop Drawings :and Samples and with the -
requirements, rot. the Wad;• and. ;the- Contract
Documents.
625.3 Each submittalwillhcai a atamp or'spcpihc-
written utchcatiomthat CO NIT-RACTOR: fins mtis6ed
C,OVSCL\CTOR's-•obligations under the Contract
Dacunicrttswrth`respect to review
an3'approvalof.that submittal.
-6,2.1 At, -die. time -.of• each submission,
CONTRACTOR shall give ENGNNEER specific
written; notice of Stuhvanaimro :if'any- diva ihzShop
Dntving or'Sample subinitied.may haV:`'r iotn die
requiremems 6f the Contract, Dayuments,'suck notice
to be'm a wraten..communication- sepamte.�from the
submittal: and .in addition,. shall- Eause 'a specific
.notation to be made on. each :Shop Drawing, and
Sample sulmtided to ,E4GD4TCR for .re_view• and
upproval of.each suchi variation.
i. 'CNGI MM will review and approve Shop
wings. and Samples ,in accordance with die schedule of
p-'.Drawings and Sample submittals- accepted by
iL\TFR Us requi"rcxl by pamei ph -2.9: ENGNEER'i
env andapproval•ivdl be niy.tu'determ ne if the items
m this W&W._ contorm,.to the intormation
'ontract Documents anti be compatible with
-
cunocpt of, thc� curiplet
whole
extend' to nn=s; . mctho_ds; teehntgt
procedures .of construction (except v
means," methixi, tMinique, saltiefcc
ed Project as:. a
y the' Contract
approval will not
:c sequences or
here a particular
or procedure of
construction is Wifically and expie:zlv called for by the.
Contract DoCrumentAoriti, %afeiv precautibrim or program , s
incident thereto. The review and appi,6val 6f.a -separate
not,indic�tc approval of the assembly in
which the -itern turel18-ris,.CONTRACTOR shall make
.and
reyiStols- other than thc� correct
D4GINT-E-Run Previous'submivals,'
6:27. ENGLNEER's wiew and approval of - Shop
Drawiigs or.,Saunples shall not relieve CONTRACTOR
firm respgnsibility for a'n_Lariiition front ihe requiremerits
of the Contract C)ocuraeitrs uniessgot\rr[ZACTOR his in
writirm called ENGINEER" attention to each: such -
variation at the time. or mbniission as required_ by
paragraph' -6.25.3 and ENGINEER fins gi�m writic'n
approval of each such vaniadon by a* �,cii sp _. .tic written
.
ritten
notation thereof incorporatcd-iii or accompanying tee: Shop
'Drawing or Sample qpprovnk nor will arty-ipprpval,by,
-ENGINEEP- relieve coNrr[z.Acrc)R Gam -respdrisihility
for complying with the rectuirernents ofparagraph 6.?5-I.
6,2.. Where -a Shop Drawing or'Samble is required by
the Contract Documents or the, schedule of Sfi6p Drawin-
and Sarriple .submNsiofis -accepted by ENNOMM as
rNut"M ,bypameraph 2.9.any related Work, l:4rforrvied
prior to F.-NIQUNERWs review and approval.617 the peitinciat
Isfibmittril will bent the stile expenseand'reqviisthility of
COWRACTOR.
Condaw" the Work'
. . 6- - . '
6.29- CONTR+\i7TOR shall carry on the 'Work and
adhme to ille �01omss schedule duriing'all• disputes or
disagreementswith.0WINT-R. No Work shall be delayed or
postponed pending ,resolution; of any di4iutes or
OWNTCR.and; CONTRACTOR _111
% i( vr Ing,
6:30, Cen&�&' 14rrraa(v: wi.d,
Guarantee:
AI.ALCONTELACNOR wrurarits arid, guarantees •to
OWMiR:E4GDM-ER and' ENGIINT_,ER:s:ConsultanLs
OiAt A Work,will be in�iiccordan&,with the,Cointract
D,�Ainrdnts: ' and ' will' ' noC "be' '4zfccfivs.
'CONvTRACTOR!s-waktra*y and taninted hqcundcr�
occludes 6cfects or damage caused by:
6.30.kl. abusc: rucdil-walion or improper
maLmenarcc.or operation bypersons,other Llhan
-CON-MNCTOlk; SLibi;ontrActcrsor Suppliem or
6.30.1.2: normal wcarand'tcar under normal.
usuge:
6:30 f CONTRAC.TOR's obliitation,LG. pciforur and
cbmpletc.thekv6rk in accorda-rice with the Contract
.Dccumentsshall,be,abs6lute. None of iftie following
will constitute an acce -_ d nc of Work ghat i-q not in
pm -
(1990 ES60(6
uccordarice,with the•Contract Ddeuments or a release
of CONURAC-TOR's,oblidtioni to,perftmn the Wor�L
'in accordance with the Contract Documents.
6.30.2.1., 6b5crviI6bnsbvENTGI2\TER-.
630.^_ 2. reconimenvJatlon of any proggess or,
'firial payment by ENGNEER�
6:30:2.3. -Ific. issuancc, of, a clertillka(c, of
Substantial 'Cofinpletien or any payment by'
mvlhR—io cU,,,tRAcTbP ur�j&• the Contract
6:30.!j -use-oroccupFmbvofthe Work orany
ran thereof bY.OWNRR;,
A_K: 15., any a&puinoe, by OWNER or'any
iuj'urc�ta do sc;;,
6.30.16., any review and[Approvalof a, Shop
Drhwina or Sample submittal,or the issuance'ofa
notice `jf,aceqptibillty by KNIGIANIFFA pursuant
-to pRrdgr,?ph 1 4-1k
any;*-inspenion; tcsror,approval by
others: or
6.10,21A apy mrrcalb-n of cklCrivz Work by.
,0WNl,R?.
hidelimification:
6_3 1. To the :fuUst i tent. permitted by Laws and
Regulations, CONTRACTOR4mll indemnify and'hold
I
haniiltts. OWNM UN G NEF R. E\TG.UECR's
Corauliantsand die officm, director -,.employees: agents
an d'oth c r. co its utrants of each and -any of 6era froin and
aruinst all claims costs: lo,,,ses and damages (includim—,
but not lir6itcd to, ill fee,,- and.charges of engiriect7,
-, kitorindys and'oth pmf�_,-,�ionnls d all�court
6rchiiecL . er an
or arbitration or other disputc;remlutimcusts) caused by,
arising out of orsesulti]rig fivin. the p'erformance'ot"die
Work.-, provided4at.ioy such claiib..cost. loss or daviage,
(i) is attributable to bodily injury- si I cknro, disease or
death or to injury to or destruction of tamible property
(other than the: Work. itself);'including the loss of use
resulting, therefrom, and causedinwhota� or in part
any � negligent act or omission of CONTRACTOR: any
Subcontractor, any SupjAicr._m�,_p;rFon or organization
direcfly or indirectly mployed by any of thereto perform
:vr furnish. any of the Work 6r-ianvorie for whose acts any
of them, may be.tiable; re,—iiardlLz 4 whether or not caused
in part by. any neggligence or omission of a person or entity
iridemnified hereunde - C or whether liability- isirnpnsed -
upoh.such indera'niLd party by Laws andRe�_Utons
'regmdlti of thd,heglig ence o[any skh penk5rt or entity
6,32. 'In any and :all.claims auai�nst OkWER or
DNGRNMRorenv .6flhre eirs ect: J p ive consoftAntss, iwxnls,
officers: dircctof.s6r'emOloyces bylany Lmiploy5e (or the
sur - viv . or, or person of, such anoloyce) of
CON'TICACTOK,my Subcontractor. ,uriy•Supplier, any
N-mon or organizihion directly or indirectly employed by
17
LJ
0
•
any of them to perform or fumi_h. any of- the LVork or
anyone. for whose acts tiny of them may be liable; die
indemnification obligation under piratgaph6.31 shall rot
be limited in wsmy by,any limastitn urrthe amount or
type of;dama�s eempetsaiion.or benefits payablz-by or
for C0� }TRACTOP or any such. Subontraaoy Supplier ar
other person or organization under worker' ccxnpensation
acts, disability behef¢ acts or other employee benefit acts.
6:33. The indemnification oblieations of
COV7PACTOR Linder; pain6rapk631 shall riot extend to
the liabilityof EN''GNEER and ENGINEER'S CoraatltiiriL.
officers, directom, employees% or agents- caused by the
prot'esstonal ncglieence, errors or omissions ofany ofthem:
..Su ical ofObLigarirvig,
6.34: All rnpreschutionR indcrtinificalioms; warranties
andguarantees made in. i cquired by or givcnin accordance
with the Contract Doatmetim, as welC'as.all .-cominuin„
obliptibrts indicated in the Contract Document+, willi
survive final payment,, mmpiefion and' acceptance of.,the
Work anti termination or completion of the Agreement
ARTICLE 7--OTPrFR WORT:
Related llVork at Sire:.
7.1. OWNER. may perform other. work- related to the.
Projnx at the site'by.OW1v'ER's own forces, ox.'IOt other
direct contracts therefor which. shall' contain •Ucnernl!
Conditions sin Oar to these; or have other work: performed.
by utility owners, It' the tact that such other work is. to be
lvrroi mod was not noted In ih4 Contract D x:urncnts then;
(t) written notice thereof will be gjvcn to CONTRACTOR
'prior to -startincany such. other 'work, and
(ii)COYTPe\CTOR may, mnke .a claim thcretor an
providedinArtieles I and ITifCON'TRr\CTO( belWes
that such performance will involve additional' egtOnse to
CONTRACTOR or requkes additional time.and die parties
are unable to agree as Lath, amount or extent thereof-
7.1 CONTRACTOR shall .ufl d each other contractor
ivho•is a party•to such a direct coritract andeat h utility'
owner (and .O\VNER; if OWNER is performing; the.
additiwtat work with OWi`'CR's employees) ,proper and
sate accesg:to the site.ind'a reasonable oppornuiity for ilie
introduction and'storage of materials and equipment and
the execution dsuch other work and shall properly connect
and,cuurdinate the Work with theirs: Unless otherwise
provided in the C.ontrau' D c mrer'M: CO' MkCfOR
shall.do all cutting'fitting and patching of.the Work dint
may fie rcquired.io make its several ,parts- come together
properly and [ntetgate. with such .other work.
CONTRACTOR -shall. riot tndanger.anywork .of,odwis by
cutting. excavating or otherwise aheririLi their work. and
will orth cut oealter their work with the wmienconsent of
EVGLI"CER and the others whose work will br affe&ed:
The dudes and relpartaibilines of CON*FPA(:fOR under
this parap-aph are for the benefit of such utility ownerand
other contractors to the event that there ara stmranible•
'F7Ct7C tiEVF1G11. CONUMO:yY tJtq.S` 1194V Gditiao
IS Ai CITY OF FORT COL6l4S SIObtftCA'r10N51ACV,120111i)`
provisions for the• benefit of CONTRACTOR in :.said.
direct contrtcu betty• n OWNER and suchutility owmer
and other. contractor.
7A, If the- prop er execution on results of any part.of
cot` vR.,%ufORs w4k. depends upon, work. pertorined
by others under .this Article 7, Cb? iMR CTOR shall
inspect. such Lather work and promptly .repott to
•ENCIT EER• in writing anvdelayS defects.cu deficiencies
in such other work,that render it unrtvailable or utrnritabie
for the prq*Tesecutio n md'results of CQNTRACTQR's
Work. CON"I'RACTOR's failure so to report: will
constitute an neoeptinceof such •other work. astit and
proper far :integration ;with CONTRACTOR's Work
except,for latent pr'nompparent defe.ca, rtndSdefmcienetss
,in such othcr'µork.
'Cooreffnarion:
•7.4.. -if OWNER contracts. with others.- ;for the
performance of other, work on the Project at the site. the
16116wingwili,be set forth inSupplerimewnry• Conditions;
7 A 1. ;the person, titnm or corporation who kill have'
authority and: responsibility for .coordination of the
activities amang'thc yarious prime -contractors -will, be
identified;
7A.1 the specific -matters to be. covered 6ysuch
authority and responsibility will be aeimizeti. and
7:4.3,. -the extent of. such nuihoiity and
responsibilities will. be provided.
Unless otherwise pravidl ct in dic �Supplenmcntary
Conditionis, Old^[F,R. shall' have sole authority and
respomsibility in respect;of setnn;eburdination.
ARTICLE 8--OWNER'S RESPONSIBILITIES
8.1. Except as otherwise provided in these General
Conditions, OIVNF,Rshall' issue all communications to,
COIv rrQ\GTOR dinwah ENGINEER.
4n Case of terminatioim or the employment of
ENGINEER, OWNER shall appoint art engineer against
whvm-EE1i:"GR-\FTOE2-•mal;cr-no-reasramblrobjieEiurk
w" status under the•Contnma Doctments shall'bethat-
of the former ENGDMCR
53; O\\rNEtil' stall; fumish the, data required: of
OWNER, under the Contract Documents. promptly' and
shall. make tin}ments.ta CONTR-,\CTOR.promptly:when
:they'are flue as providedin paragr9phs 14-4 and 14.13.
3.4. OWNEfes duties in respect of,providing bands
and easements and providing engi icerim_ suneys to
establish reference points are set forthi in paragaphs-4.1
and A.4. Pyrttgraph43refers to'OWVER's identifying
and making available to C:ONTR4000R, copies at'
reports of c.Tlorations and tests of subsurface conditions
at die site and drawings,of physical,eca ditions in erisiirig
structures at orccptig%icus to the site that have been utilizi d.
by ENGNEER in prepaiinyahe Con lmci Doeumcnts:
. lies Ir
us{ iwt e f Pniehas t.
nt
fonli•i r} j)aregrnpha-5-} thniv�Ii-"i-1Lt.
iI.6. OWN7liR is, obligated to execute Change Orders as
. inditited in peragrapli,15.4. .
8'7, OMNERs responsibilityin respect of- certain
mspations, tests and approvals 'is S-C* forth
paragraph 13:4-
.S 8. In _connection with OW ERs right crimp Work or
suspend' 'Work, sec:farnamphs13;li1 and I5:1,
Eurazaph 15.2, dcals••tvith•'OWNER's nght.to terminate
&-mccs orCON'rRACCOR.under certain crcumstances
8,9: The (91V3,113R' shall not supcnis5 direct or have
control or authority over. nor. be responsible for:.
CONTRACTOR's,nieit methods, techniques, sequences
or procedures of construction or the safety precautionsand
proi;ams. "incident, thereto, or for any 'failure of
•CC1�,rrRAC:T.QR to comply' with laws and Rcgulations
applicable to•&l .fur"ing pr pertonriance.of the Mork.
OWNER will ,not be responsible for CONTRACTOf('s
failure to-p.sfurm.or tuinish the, Wart: iii accordance with
the. Contract Documents.
Fi (+�.OLW%1sl2's-ri��nsiEtili t}=-tit-rxp�:-tof-uttdisi;losrd
p It R:R , urtfettHnt-1•40-M ',s,NI; ;';'tlsFa---dr
d Frevraled-fa-the 546-is
°.n-I--a�;ndicrtFx-��ttent-At4s-tgrKel-ta-litretislt
i 4)F�FFR�\E f 4JR---reasurat hha--rrtclrnea--that-f i rairieie+l .
tiff angemants-imve-bee [-mode-_to , atisty- t7tV1 ER's.
resjvnsibili6-ut-respxct-tharxtt-will-F�a-as-sat-forttl-in-tha
Sup plem enmry=Conditiolas-
ARTICU 9-&GLYFFR'S STATUS 'DURING
CONS['RUCT[OLN '
(1tViV�R'> Repres'erifative:
9,1. ENGMER will e Oi4NER's tepruseritatka
during the: construction..perimi. Tbc dutiis and
respoasibiliues, .and the limitations of authgrity of
EMONEER .as MWER's, rrpreser"tive• during
consvuction.mi. set. forth in the ContracL Documrnls and
shall net be.'extepded without written consent of OWNER
endIENGE EER:
1•iaus to. Site.-
9,?. ENGNEER' will make.visits tothe site at intervals
appropriate to [tic t'ariqus stages of construction as
ENGL\'EER deers necessary in order to, observe as an
experienced and qualified de_sitm piofe_ssional. the progie_sss.
U(UCCENET W,(:n,'4D['n O,PS191trt;(Iry)ci EMiuil
W QTv OF FORT COLLIiS FlW lF[Cd r10Y51[iLl'.I .a�A1!
that 1irts been made and the gtritlity of the various aspects
.OF CONTRACTOR's..exconed WML Lased' on
information obtained,during.such visits. and observations.
ENONFER will endeavor for the benciii of OWivrERto
determine. in griffal_-if• she Work ,is proceeding in
.accordance withf thz Contract Documents. $iNjCER
will notbe,requirad to make exhaustive or continuous on-
siie-.utspectiijns to check.,thc quality or quantity "of the
'Work. EVGNEER's eGrts, will be directed toward
providingforOWrNER agrcatcr degree of confidence that
-the completed Wort: gill conform generally to the
Coniiv tcl Daments. -On the basis of such visits anti "on-
site observations, ENG4YCER. will keep OWNER
informed of the progress of the Work and will endeavor to
guard, OWNF,R ageinsr &:/ cme Work: ENC.INF.CRs
visits andon-site observations are subicct to all .the
limitations on ENGINEERS authority and, responsibility
set faith in mgr. h 4:13; acid particularly, but without
limitation ilurirgor as a result of• EiGLiE1:Rs.unrsite
visits. or observations of CC�N•rRAC:rOR's Work
RiGNEER will not supervo.'direct- control or have
auNiority over or lie responsible for COrNTRACTOR's
means; methodsi techniques, sequencesor..prpcedures of
construct ion, or the sate[}• precautions, and progams
incident thereto, or for any failure Of C:ONl-KAC'I:OR to,
comply, with Latnt and Regulations �appligablc to the
famishing or perfiinrianec of the Work.
Proieet Representative:
9.3" If OWNER and t•.NGLUEER agree. ENGINEER
will Burnish a Resident Project RoyesenLitive to assist
P�TGLNEER in providing more continuous.observatian.of
the tVorli.' The regpnsibilitics. and :authnnty..and
limitations thereon of any such Resident .Project
Represauetive•.and'.assistants will be'ps. provided it
jxuagrtphe 9.3 and 9,13 • nAt}-tn-tha-SuppknxAtaf
6onditioas of these General! Conditions.. '[F`,OtVNER
designates another rcpresentativc or agent to: rcpresc m
OWNIFR at'thc site tvha a not N-
LNGEERs Consultant,
'agent or ttiiployce: the regotuibilitie-s and authoritvand'
limitations, thereon of such other person. will be as
9.3.1. 'rhe Rulgesemativis dealings ire matters
pertairam- to.the.on-site work will_ in ecneml,,be_with
the, DiGrNFER and CONTRACTOR- But the
Reprrmmative will keepthe OWNER Mroprrly
advised alioul such matteii: The'RepreiMtaht_e's
dealinus-with subc:ontractum.will ofdv be ltvouih ur
vvith the !rill knowtsxdge and app_rov ,o.of the
CO,1"tR\C'l-OR
93,1 Duties and Resionsibilities' 'Representative
will:
9 3 2,1 Schedule_: - Review ibe Prom:
19
•
0
•
•
9
0
schedule.,ind otlier*schedules prepared by the;
CON M\CTOR .tmd cdnsult. with Iho
•ENGINEER cum&niria accvotability.
93 2.Z Conferences and. Meeting Attend
meeting with thz"CONTRAGTOk such as.
preconstruction wntercnixs�pro5ac mecti_nL
and. other" rob_.-conlzrcnces.and_przpare aril,
circulate eogie of minotes of meclinp-
•9.3` .3.Liaison
-9.3.^_.3'1. S�' a as. ENOINEER'Sliaison
with CObITRATOR working principally
through CONTRACTOR'S %yerinrundenr to,
assist the C:ONTILAC'TOR in understanding
the ContractDocutrents
•93.2,12. Assist in obLninme Gom OlV\i TER
additional deaik. or in(omtaiiort -when
;r,�uuireth forproi)er exccutionofthe. Work,
_9.33.3-1 Advise the ENCd)INIEER: and
CONTRACTOR or the commencement of
.any Work requirinct -;a Shop Dmtvinn..or
snmple submission•if the-subm Lciort has:trot
G'cmIved by the F,•NG[NEER:
9-3;2a Re _view of Work R 'eciio6 of f etz iv
\Vork Im eIrionsmd'restc-
9.3:::4.1- .Conduct on -site obsmations of
tW%Vork in prwgjess to -assist Ow ENGNEER
,in d:terminimthat the Work. is tm)cxdine in
,accordance with -the Comma D'>cumanLs:
93,?j:3. Accompany-ytst4tr>g, mi pectool
mpresentu)_ public or other anencies'havirmr
ji rixf error over'thz-Proiep record the rst tts'
of these in spc ctions and report' to, the
EINGI.i .L•R..
9_3._.: Interpretation of Contract
Doctuncnts.. Redort to- LNONEER .when-
clariLcations:and internietations of the`Contract
Documents are needed .anti :transmit to
CONTRACTOR ctarificauun and intemretation
of the Contract. DocummLs ais issued.'by. the
ENGINEER:
9.3.16: Ntedificatioos.. Consider and
ecnlume CONIRAGfOR'S suko:estiorm for
ElCDCGEI%LV.CONt1rnc)m t 9t1/S.o`J,wE(56ml,
W arY 06rORT COLUN5A(ODIMCATti]irS fait\'+I20l10)"
:nialitieatibn in brmvin2s or Soeciticafons arcs,
're _ these recommenctatirinc.-to ENGINEER;
Acctuatcly- transmit to -. CONTRACTOR
decisions issued by'du ENOINEER
93:2;7: Rewrds.
9.3.2.3.1. Eumish EtiGNTEER 1? riomic
.reports. as r uirecl, of the _proaress. of the
Work . and •of. the CO\TR:\C.TOR'S
com li�nrict•witFl•_the_prger_es_s 5hzct�ile �icl
uhWule- of shop: Drawing .and sampl,
submrtLaLs.
93'.3:'_ Consult wiitt;L'�IGINL•LIS in
'5dvanee oC scheduling major ' ttsm'
immxtuons bt start of iniportaritpktscs of the
Work:
9.3.2,3:3: Dmft oroLk6ed Charge Orders
and Work _D_vcv:tivc- Chan��_ tibtajn ng
hnckun_mutend Gum the CONTRACTOR
and recommend to rNGPNEEZ Change
Orders. Work Directive -Changes and field
orders
9.3.2:3-4. Reportifnmel wely to
ENONTSER and, Ot"-ER'.the. ecctrnenceof
uny "accident:
-9.3.2.9. Pavmehl Reau�ts Review• apPHLc ioru
ror mtmicnr with COVT.RACTOR for compliance
wiUi' the established. procedure, for their
submission and: fomward.with recommendation to
Lhe M=-ant ret Lested, 11 110 �-heduld of value:,
T work completed and- materials_ and oquipment
delivered :at the,site-but not. -incorporated in the
Work.
2.-32- 1 _6COMR15tim.
;:sues.fl
Certificate cil'Substantial Completion, submit
to CONTRACrOR a list of observed items
requiring correction. orcompletion.
2-3:2.10.2. Conduct fiml -inspection in the
compq6( of the. FiNGINFEK-CAMR -an
CONTRACTOR and Drcyarc- a Ciro] list of
items to be corrected or completed,
9.3.2.1113- �(_*Strye that all items on 'the
final list have bccn-corrcctcdorcbmpIctcdan_d
make recommendations to ENGINEER
Concemin.- acuptance,.
9.33- Lihiftation of Authority: The RLvrescruntive shall
nod
Auftri7e aw d6iatiorvs lirom the
Contract Documents: or accept- anv sulxfti[uE-
katerrilsexecailinLe unless. autLiorjtzcd by the:
FLNG RN FER.
9.3.3:2. Rceed- limitations. of'•FNGINE*FR'S
.1 -itithoritv,as set Forth in the Contract Documents.
9.3-3:3: Undertake any of.tli nsponsibilftjcs
of the CONTRACTOR. Subcommiaom- or
9.3:3:4. Advi-c.-orL- r-imueklirections.relative-
W. or assume drorttml over anv_ispeeC of Ina
means, methods. techrid u
PMM___rQgdU_r . Fo constructi n— u -less Stich
specifically called for in the Contract Documents,
93.3.3. Advise on or issue. ifirections
pLekiglions arxt ropmais in conneq&m with the•
Work.
dJ_33 �6AqRept.�hqp �Drajvir igs r sample
submittals from invone other, than the
CONTRACTOR
9.3.3-7.- Authorize OWNER. 1o..occuEk__Lhc
Work in whule or in oart.
qaq.$) Nrtici ate in soecialized field or
libomiory tests or inspections conducted liv others
incept as 5pecill7slly authorized by the
ENGINEER
qnrifiiati ons ajid lntrrpretafi inix:
9A ENG13NEERwill issue with rtnasonable promptness
.such written. clarifications. of inie#eiatirns of the,
LV7DCQFNIEKAL CONDITIOM 0103 Wl 911 &6600
,Vl dry OFFORT COLLiM MWIFICA110NS (REV
reclUrements of the Contract D&onients (in the tbrnii.of
,Draiwings,ur wherwise) as LNGIN =' may de(ermine
neccssary which shall be consistent. with the.4-iient-of Md
reasombly infaaW from tho,Cumnict Documents- Such
written clarifications and interpretations will be binding Oil
QNVZM�Z and CONTRACTOP, If OWNER or
co,vm;\i2T0P1 believes -ilmF a written, clarification, or
interpretation justifies an adjutient in the Contract Price
or the C6raract Times and t part, es are unable to. agree
to the, amount or extent ther ' ecif. if any. OWNER or
CONTRACTOR may make 1 written claim. ther,:176r as;
Provided in'Article.l I or-Aii1cle, 12.
Authorked Paliatibas in Work'
9-5. HNIGINESR inaV rauthoHi.& minor t�ariadom in
Lhe Work Eium� the v'cqturemcnls *of the Contract
Documents -whim -do not itiVOIVC an adjustmentjin the,
Contract Price or the Contract Tinics and are compatible
.with the Design concept of the c6iplet.ed' Project .as a
Furicti " whvl� as indicated b oning y' the Contract
Documetits. These may be-accomplished.by a Field hider
and will be binding on OWNFR ;and also on
(,0%%JTRA(;1'QP who shall ptirt-orm the XV6rL- involVed
promptly, ircjvviii-R,or.coi rrRA(,T6RbLiiz'vc.sth.itI
170d0rderjustifiesan adjustaient in the Contract Priccw
the Contra'cr'Timcs and the Maies arc unable to agree as
it) dto.amount Or cment. thercof, OWNFIR, or
CONMACTOR trig, make a written. claiin therefor.Is
providcd in.Article I I or 12.
Rejecdiq Defedh-e Mirk;.
9A r1qGTN.FFR will have authority to disaprxovc or
rejccs Work which FL\rcuL\rFFR hetievan to bL defective,
.or that ENGMTEER belio4cswill. not produce conapkud
Prcjcct. that conforms ' Lo the Conuact DocuiticiiLs or that
will pr ejudice.tfx into'�rity,of the de-sign-concept.of the
completed Project as a. fumuorting whole as indicated by
the Aontracr Mumeras,-. ENGfN.T-EP will also' have.
nuthonty to require s*iit in or testing: -of the
Work as Provided in paragraph U.9..whcthxr or not the
Work is Cabricated, installed or completed.
9.1. In co.mection With ENG MIEEICs mfiftori�i *,is to
Shop-Draw,im u gs and Samples, see paragraphs 6;'-4 thrP 0
23 inclusive.
9.N! [a connection with EINGNECRN authority as to
chu'rigo Orders, see '4ticicr a0', 1, 1. aod'I 2:
99 -in connection with SNGINEER's authsaiL3%'as to,
Aopficnlions'for Pftymeriv. see.Article 14.
Dderthinationsfik Unit Priceir
9:10. ENGWEER will determine the iietual quanti&s
and daSSifialbionl' of Unit NiZe Work perfbrrred by-
CONFIRACTOR- DiGLNEEP will, review with
U)NFI'T'LX(:T'Cjk the F'Ni i I NE FR's 'prelimin. 6-
determinations on such matters Ectbre rendering a written
decision Lh6rkn (by recommEridmion of an Application
21
0
•
9
tor Payment tic otherwise), RGL` EGit's vrittan decision
thereon will. be, .fnaF and binding. upon'OLVNER and
.CONTRACTOR,. urdcss; within ten days after the date of
any. Such deasion either OW ER of CONTRACTOR
delivers' the other ad -to ENGRNEER writen notice of
intention to tipi al Boni ENGWEE•Rs decision and_(i), nil
appeal from ENGINEER's decision is Laken within the tame
Baits and tri,accordantlewith dw.pruccdures'set torth:in
G^dnibit GC AA, °Dispute Resolution Aurecmcnit, entered
into between OWN Ck,and CON'fRAC•I.OR pursuant is
Article 16, or (ir) if no.such*Dispute Resolution Ag'cement
has been entered' inid; a turmal pr'=' --dirrg'is instituted by
the appealirig party in a.forum of coniNtenrjurisdiction.to'
U;Kercisc such rights or remedies as the appealing party may
haves with respect to.ENGINEF'R's decision•'unlesq
otherwise agreed in writing _ by M"L FR and
CONTRACTOk Such appeal'will not be subject to. the
procedrires of praragraph.9,1 1..
Oecisions nn DLVU tes:
?11. ENGLNF,Ek will be the'initiaF interpreter of the
iiquinments of the Contract Documentsand judgeof the
Me
pt hilin f he �Vod thereunder- Claims dtsputes•nnd
oitter matters rclaring;to the aocclxahility, of the -Work or.
the iriterprcrntion .of the rcgaircmerits or -the Contract
Documents pertaining to the performance and tarnishing of
the Work and claims tinder Artides I I rind 12'uh respect of.
changes in dir, Contract Priceor Contract Times wilr be
reterred initially to FNGINFEk' in wntihb with a request
for a fo mid decisionin accordance with this paragraph.
LVritten notice of each such claim, dispute or other matter
will W, delvered bv•the claimant to R4GENEER and the.
other party to the Aucement. promptly (hut inno cycnt
later, than thirty days) after thr starL,of the Occurrence or
event .giving rise thereto, and written sdpporiaig�daai will!
tx:'suhrnitted Ed ENGRNF.ER. and, the tither'party`within
sLrty days after _the start of suck a currence onevent unless
-D.IdL\'EER allows an additional penal of time tiff' the
submission of additional or more accurate data in support
of sick clauti, dispute orpther ninttei. Tneoppaaing' party
shall submit any respume to LNGMEER and the claimant
within thirty days after receipt of .the claimaties last
submittal (unless FNGINFER allows. additiorvnl time).
LNGLNEER will render a formal decision in writing within
thirty days idler receipeof the opposing partys submittal, if
anv; in accordance :with this pamgrapft ENGINUR's
written decision•on such claim, dispute orrother matter.w•ill'
he final and )waling upon OWNER and CONTRACTOR
unless: (i) an appeal from DIGLNLFPis decision is takers
within the time limits and in accordance with the.
proticdiuns set forth in C*I BIIT .GC=A, "Dispute;
Resolution Aereemrat".entered into between O WNGRand
CC)NTRAC'TOR.punuant to Article 16;, or (ii) if no soar
Dispute Resolution Alinementhas been ermeredinto;. m
%iritten,notu.e of intention to appeal from F'si r.,LNEER's
'written de,tsfon 'is delivered Iy 0WNER. or
CONTRACTOR to the other and to ENGINEER within
dusty days tifter the data of'such decisionn.and u formal
prou•eding'i iristituteclbylhetippt�nlire=partyina"forumof
competent jurisdiclioti to e..xercise such rights or remedies
as the appealing rnrty may, have withrespect to such claim;
dispute or other matter trtaccordance with applicable Laws
and Ragttlndons within mzty days. of the [Late of such
.��. Eli:Dr�tiENEftwL CONUCIIGA,.Y't9 in�tl y`u1 LJinipiP
-- wf C1TYOF FORT CULLtiFS NGbtt1CA'rlONS rItLI'aQtlaoi'
decision_ unless other w•i'se agreed in )writing by'UWNER
and CONTRACTOR,
9.1,2.-When'fanutioning as interpreter and judge finder
paragr:rphs9.10' and 9,11, ENGINEER will not show
pp�wvttwhg' to.Z)LVNFR or.CON CRACCOR. and will n6t'he
liable in c'OnnecttUn suitti any, mlcrpretatton,or decision
rendered tin good With in such capacity.."The rendering of
a decision by E NOLNE pursuant to paragraphs 9, l0 or
9.1 C with sespe�l ,to• any. such claim: dispute or outcr
matter(rscetit anv wliichhavO. Ir{en tvaiyed by the making
vi acceptam:c. of, final payment as provided in
paragraph 14.15) will be a condition precedent to arm^
exercisc by OtWi'ER or CONCRACTOR.ofsuch rn his or
remedies as either may'othenvise have under the Contract
,06curn ants or by Laws or'Regulations in respect of any
such claim, dispute or other mutter"purwara,4o�iete4
9,13. LinrUatians on GVGMEER's Aythority shod.'
Keipmn.rihl(liiesi
9.13.1. Neither LNGINF6R's authority or
responsibility, under this Article 9. or under any other
provision of thy Contmct Documents nor'anv decision
madc,by I3NG,I NFER. in goat Taith either to exercise
onnot exercise such. authority or tcsponnihil ity- Or the
Or responsibility by ENGINF.ER::shall create, impo:ai
e, -or givrise to any duty';owed by INGMER to
CONTRACTOR, any Subwontractor, any Supplier,
,anv other person or orgnnimtion,.orto.any surety for
or employee or agent ofnny,of them.
9,13.2: MFGHNEER will not sujx•ryisc, dircet,
control or have authorityoveror be responsible'for
CONTRACTOI:s titian, ivediod!, tecladyuas,
sequences or prtv:cdurc•i of construction, or dic.safety
precauudns,and progmais.incident thereto, or for any
fnilive of CONTRACTOR to w com'uh Laws and
Regulations applicable. to tply he famishing or
perfotmiame of the Work:. ENG13,1MR twill1 slot be
responsible for. CONTR.ACTOR's faitire to_perf6rm
or. Furnish tin 6Vad; in accordance with the Contract
Documents
9.13.3. CiGL`=— will 'not he responsible for the
aces or omissions of CONTRACTOR Or of -any
Subcontractor„ !mv Suppber,.or of any other. personor
organi2aiion performing' pr furnishing, any of the
Wor . -
E?i3.a. ENGINEER's review'of the final Application
for .Payment -and accompanving documentation and
all mainlermncc;and operating instructioiu schedules.
. guarantees," Binds and certificates of irtspet.•tart tests
and approvals and other documentation required to be
delivered by parttgriiph 14:11 will .only be to
determine genendly.that theiritintBntcomptie with
the requuaitcnts oL and in the•casc of certiticatn of
ihspeultort;, tests' and approvals that the rL-ults
certified indicate wmplamce .with. the contract
Documents,
9A35, 'she limitatjorts, upon authority and
rispo i iNny set forth in this parapnph 4,13'sliali also
apply'to ENTGNEETs Consultants., Resident Project
Rcprescmative and assistants...
.\Nvicu tl)=CH,4NcFS 1N'TFLE WORK
10.1. Without. invalidating, the Agreement and wiihout
notice to rmv-surety, OWN-M may._at:ainv time or.Qom
time is time order additions, deletions or revisions in the
Work. Such additions, deletions. or revisions will. be
authorized by a Written Amen!h enl, a Change Order.. or it
Wort: Change 1)irective. upon receipt or any+ such
document, CONTRACTOR shall promptly proceed with
the Work involved: which will be performed under die
applicable conditions of,the Contract. Documents (except as
otherwise specifically: provided)'.
10.2. If OWNER and CONTRACTOR are unable -to
agree asto aleextem, if. any. or.an-ndjusmient in the
Contract Pric:Or an adjmtmcnt.m`thc Contract'rints that
should be allowed as a result of a- Wart: Chnn_t.Uirecti've,
acclaim may he magic thcrcfx as provided iir Article I I or
Article
103. CONTR•\CTOR-shall nett be entitled to an'incratsu
ire the Cohtmet'Pricc or an extension of the Contract Times
with respect to"any Work performed that is not required'by
the Contract I:)aeumems as amended, -modified and
supplemented'as pinvided in paragraphs 3:5'and 3.6. ceccpt
ih thecasc oran unergency as provided in paragraph6:_3
or, at the case of uncovering Work.' asprovided in
Iztrtgmph P.i �): -
10A. OWNER and CONTRACTOR -shall' execute
appropriate Change -Orders recommended by EVi MrE:R.
(or Written Amendments) cdvcring,
_10A t, changes Lit the Work which are (i) ordered.
by OIVNER pursuant to paragraph .10.1', (u) required
becausc,of acceptance or oktr•:ctn•e Work under
parawnpli'l 3; 13 or correcting ckjective..- WA- under
paragraph 13, I tl,.or Cui) agreed to by the. parties•.
10.4.1 ciiartgds 'in thM Contract Price or cornet
Timeswhichare mTeed to by theparties;.and
10.4 3' .changes in the Contract. Price or C•oniract
Times which embody -the substance or am; nyriLlCn
decision rendered by ENGINEER pursuant to
paratuaph 91 r;
provided that, in lieu of execu_ Ting an),such Chi rea-Order;
an appetil may be taken from_ any .such decision .in
.accurdanc'e with the provisions of the Comract Dudatnents
and applicable Laws. and Regulations, but during any such
appeal. CO\rri ACTOR shall Way on the Work and
ci
adhere to the promi _uhedule as provided in
-paragraph o ')9_
10.5. K notice of any change -affecting the generalscape
of the Work.•or the procisioris.pf•tha Contract C)ocumznm
rJC77CtiEtiEY u: CO;IUITIUt� 191o)S 649(1 EiRiai)
tut ary OF.FOR'r coti,i;S mouuqu%TIoYS I REv,1/_ aao)
Cntcluding, but not limited to. Contract Price or'.Contract
'times); is required 'by` the provisions of'amr Bond io be
given to a: surety,. the giving of any such notice will be
CONTRACTOR•s responsibility; and the amount of each
applicable Fund will beadjusied acairdinuty:
ARTICLE ll—CHANGF..OFCd\ rR:\Cr PRICE
11.1. 'rlie contract Pace Constitutes the- total
compensation (subject 6 authorized adjustments) payable.
to CONiR C-7013, tar performing the Work All ditties,
responaiNlitics and obligntioris;assigned to or undertaken
by CONTRACTORshtill I e ncCON'rRACTOR's'e q nse
witheubchange in the Contmct'Pncc.
11.2. Tfic :Contract Price may only be changed by a
Change Order or by a Written Amendment Any claim
(or:in adjustment in the Contract Price shall be based. on
written notice dclivered'by die party, making the claim to
the. other tarty and to ENGINEER promptly,(but in no
event later thin. thirty (Ytys) after the start of the
6ccurruicc: or every gaging rise to the clainimid rating the
geneml nature of the claim, Notice of the anioont itf_the
claim with supporting data shalt be delivered within sixty
days after the start of such occurrence or event (unless
rNrO FER.allbwsadditional time for claimant:to:suhmit
additional _or more -accurate dam in support of the claim)
and shall be accompanied by claimant's written stattinent
he that t_ adjusment chumd.covers all.known amounts to
which the claimant is entitled as a .result of said
occurrence or event All claims for adjustment in the
Contract Price. shall hedeteniiined bv, C 4GLNIGER in
accordance 'with para�nph 9A L if OWNER and
CONTRACTOR cunnug uth'rry se•agree on the amount
involved. No claim .for an adjustment in'the Contract
Price will be valid if not submitted in accordance with this
,parueraph 11.2.
1.1:3. Tlic Value of tiny AVurk, covdred'by a Change
Order or of any claim for an adjustmeni in the. Contract
Price wall bedetcnnincd'as loll ws:,
11:3,1. where the.Work involved iscovered by unit
prices contained, in the, K:ontraci T)ocuments. by
application oPsuch unit prices to the, quaniiiiasof the
items, involved (subject' todie provisions; of
3
0
0
0
pAmemphs 11:9,1 through 11.93, incluSiKe);
(MiNTRAC'17OR -shal I 'obtain, competitive. bidi from.
Subcontractors. acceptable to' 0%�WM and
I L'.2, where -the Work involved is riot covcred,by
CONTRACTOR and shall delim -such, bids .to
unit prices contained in the Contiact DuLaments: by a
OWNi ER who will then detarniiie ' wish the ado ice of
mutually ageed -p'a'ynfmt ineludin� lump sum
ENG]INTER: which bids. if any, w-dil:be accepted. If
(which may include an. allowance for. overhead - and
any %bcon - tract provides that the SuL:cQr=ctor is to
pro.necessarilyt not necessarily :in accordance with
be'paid' on the basis of Cost of-the•%Vcik plus a,fee,
paragnitJ)h t 1.6.2):
die &bcontracttes,Cost ofithe Wdrk aW fee'shall be
determined in the.same manner as CONTRACTOR's
11.33. where the Work inyalvLd is noteovered by urnit
Cost of, thr-*W ' ark and fcc� us provided in
prices
prices contained .'in the Comnict Docum�nu� and
.
paracTaphs I Lei,H.6' -and 117 VI
4 ' It 3
ageem en t - to. a- . lamp, sum' is_nol rc-ach',.�d'uri'dcr"
stibcuntnus of
paraggraph 11.3.2.' on the basis of the Castor the Work.
'Pruvisi6ns
the Contract Documents insativas applicable.
(determined as provided in paragraphs 1 1A and 11.5)
plus a COM'RAGMIR's fee for overhead and pr6fir
1 L4A Costs of special consultants (including but
(determined as �.rovidc d6f I �amggm ph 11 1�)-
riot limited to c - n . gzinecr4g, irchitccts, testing
laboratories, surveyurs: nitarriqs and accountants)'
bim of Ore Work
employed' fdr services sIx6rically rchiced -to -the,
work.
11.4. The term Cost of the Work mcans.the sum of all'
costs necessiirily ificurred a_ fail paid by CONTRACTOR in
36PPICment,41 costs including the Moving:
the proprr parfcrmance-ofthe Work, Except is, otherwise
,may be agrced to in, WritiN by OWNE"K*such costs shall-
11,4.5.1. a :['he roportion of noccsi%ciry
be in amounts no higher than thos,- prevailing in the
tram" . ve.rand subsIsionce-expenses of
, nation, tra,
localirv'of the Project. shall include only the follc4ing
CONTRACTOR's employees, incurred Jn
R=5,and ifirill not. include anv of itemized in
discharge of,dud.%, connected with the Work,
pmgmph 11.5:
11.4.5.22. C&L, including truieporLition and
HA,I.Payiolt costs for enipl&ycei in -the direct.
rimiritenance, of all mlawriaK supplies.
employ of CONTRAUVOR iri'the pertounnarice of the
cquipment, machinery, appliance.-, office and
Work under schedules of job classifications agreed
temporary facilitiessat'theate and hind tools not
upon ,, by OWNER and CO�1`RACTQR. Such
•
mvruid by the workem wh;charc consumcd'in the
employees '.qhaU include without limitation
performance of the Work. and cost less-marke r
Iocncnand othci ier-)mcl.
value ofsuch items used butt not consumed which
.%uperintend,mts,
emploved' full-umc.nL the site. Payroll- costs for
remaintficpropertyofCONTRACTOR.
eniployees not emplayed full-tutic on the Work shalt'
be apportioned on the hasis- rawir tine -spent 6h the
11 _4J. 3. E RcnWs of all comtruction
Work. Payroll costs shall includeAvii ner be I imited tck
equipment and machinery and the parrsthereof
?alarics and wages plus the cast of ampe licnai(s
whether runted1jr6m CONTRACTOR or others in
which shiiH include social security contributiorts,
a&or*1rve'%vifh rental agreements approved by
tine nt loyntentse and payroll taxes: 'Work -eve
OWNERwiththe ndvide;orfNIGINEEK.and the
c omp and -retirement benefiw,-bonuses;,
Cast-. of trinisportation,' t6a&6, urdZ%ding
0 app ca e thereto.
mstiffiti6n. -dismantling ' narcinoval. thereof_aIl
The, espenses of perromimg Work afla Nbular
in accordance; with -terms. of said rental
working -hours, on Saturday, Sunday or legal holidays:.
-the
agree . inents, The rental of-anv,such equipment,
shaft be. 'included in 66ave to Ihe.dX1dnL a uthorized
machiner,
v or Paris shalt cetisd kvh,!fi tha use
by OWNER.
thereof is no longer necessary for the Work;
11.4.2 ' Cost of AU materiMs and CNuipment tarnished
11.4.5.4: Saleu, cdnsumcr, use or similar, taxes
and incorporated in the Work, including costs, of
related ' to "the Work- imd, kir wfiich
trarlsponation'aPil ,Aoragq theregf, and Suppliers field
CONTRACTOR is,tiabl�e, imposed by 14ws and
sc rviccs required in wrinection.thcrewift All cash
dicccurrts shall: accrue to CONTRACTOR unless
OWNER' deposits flur�.ls with CONTRACTOR with
114.5.5: Deposits lost Car causes other than
which to rtiake. paymeras, in which case the cash
negligence) of CONTRACTOR __ aw.
discaunts shall accrue- to. OWNER r111 trade
Subcontractor or anvane directly or.indirectly
.discounts, re6ates and refunds andreituris Crum sale. of
employed by, any, of -them or tbr whole arts any
surplus materials and equipmenr shall RC'CTUC. to
of them may be liable, and royalty payments awl
OWNER,and CONTRAM Cstml[ mikc provisions
fees for permits and license$
.so that &ymay t5e:obIaint%L
11.4.5,6. Losses and damages (and relnwd
11.4.3. Paymaim made by CONTRACTOR to the
damage -to the Work, riot
Su.13contracwirs for. Work performcd Lr f6mishJcd by
compensated. by irtwance 6i-otlierwisc. sifstained
Sbibcontmaom If requirM Iay.
by; CONITRACTOR. in connecd,)n with the
24
0
performance and furnishing of the Work (except:
I.osses and damages within the deductible amounts.,
of+property insurance established by OWNER in
accordance with paragraph :i:9): - provided they
es have rulted ,from call cs. otfier thanthe
negligence of - CON'rRmn'OR any
Subcontractor, or anyone• directly or indirectly
enipl6yca by any of dicar or for whose acts airy of
them may be liable. Such losses• slut- l''include
settlements made. t0ith they writtm consent and
approval of OWNER. No such, losses, damage%%'
-aril. expenses shall be included in the Cost of the
Work for the, . purpose of determining
CONTRACTOR's Cce if howcvcr..any such loss
or damage requires reconsiructian and
CO\rR4C'FOR'"is placed in charge thereof,
ccwrRrICTOR shall be paid'ror services a fee
proportiotntc to dia: stated in paragraph 111.6?.
11.4.5:7: the cost of utilities; fuel and sanitary
,facilities at t_htsite.
1IA:9.3. ;Minor expenses. such astelegrams,
long distance telephone calls,. telephone setviee aL
the site;.cxprcccagc and similar petty cash items in
connectionwith the Work..
11.4.5.9. Cost ofprcrctiwnsforadditionalBonds-
-and lnsurincd fequired bmt" of, changes in the
Work:
11.5; The term Cast orthc Work.shill not,include. any. of
the following:
payroll. costs and other compensation of
CO\ i'RACCOR's yRicers,. executives, principals (of -
partnership andsotc p vpriem ships): gencral'mamg s:
ertgincers• architects, estimators. attorncvs, auditor&
accountant, purchasing. and - contracting agbnts..
expediters, timckczpers• clerks and otherpenrincL
employed by CONTRACTOR whether at the site or in
CON7RACT0R's .prinerpni or a brmich oilrce for
general administration of the Work and not specifically
included in the agreed' upon schedule.- of job
classiticatioru. rererred to in paragraph 11.4.1' or
spet;Wcally covered by paragraph'! 1.4:4 au of which'
are to be considered adfimustrative costs covered by the
CODTTRACrOR's fee.
11S 2; Expenses of MURACTOR's principal and
.branch offices other Ihan'C.ON716\GTOR's office at
the site,
11.53. Any part of CONTRACTOR's aipitalt
expenses, including interest an CONTRACTORS:
capital employed Car the Work and 6ar_es against
COi`YMACTORCor delinqumL payments.
11.5 3: Cast ;Of premiums for idl Bonds and for;.all'
instuance whether_or not CQNTR4CT0R iv rer iui_v t
by the Contract Documents. to purchase and maintain
the same (except for the cost of premiums covered by
subparagraph I t.4.5:9 abirve).
r.ICCCOENER tL COVOI'noI z09lo 4 it M)ot tititknt.
n'/QT% OF FORT COLLINS N10011TICATIONS II TVa<0001
IIS,i, Cats. due to the negligence of
CONTRACTOR„ any Subcontractor, -or anyone,
directly or indirecdy:eniploycd by any of them. ar Car
whose acts any of them may be Gable, including but
not limited to, the correction of tkjeane--Wark.
dispcL*.of materials or equipment wrongly supplied
and making good•any damage to property. "
i t.5.6. .Other overhead or erneral. expo rse costs of
any kind and the costs of uny item not spccifiaillyand
expressly included in paragraph 11 i.
11't6. 'the. CONTWNCI'C)R's .for. .allowed to
65!, ACTOR t'oi overhead and profit shall be
determined asfollows'
11.6.{',.a mutually acceptable fixed rce:,or.
1,1.6.2: if a fixed tec is not aereed upon, hen a tee.
hascd on the tollotcing li cumages of the various
purtions of he Cost of the'lVork:
HAIL I L for costs • incurred under
pamgynphs 11A I find 11:4-2, the'
c O\rl'RACrOR's fcc.sktl I.6c Ftnccn potent.
I1.6."_-1 for costs incurred under
paragraph 11.4.3, the CON7tRALTrOR'3 Ice shill
be five- percent
L L,6:_.3d where one, or .more tiers of:
subcontracts arc on the basis ofCost .of the Work
plus a fee and no fLecd feeis agreed upon, the
intent of paragraphs 11:4,1, t1.4;'_`. 11-4.3 and
1142 La that the Subcontractor who actually
performs or,turniShes die Work-, at.wliataver tier,
will be paid a fec.or rdiecn percent of the cc%Ls
incurred by such Subcontractor under Immemplts
I I.t4'.1 and 11.4.2 and that any hirhur tier
Suiicontrwor and CQN`rRACTOR will each be.
paid-o fec-�E-Etva-percent-of-dta-amtxint-pni<I-ta
hrnese tower-Eirr-Subetmtrtetor to be ncgoti red
in goocdfith with the 04VNGL2 but rmt to e�`tied
five a12.t fit oC the amoum paid to the next lower
tsar Soilxxm\rMcKIr
1I.6.2.4: no fee shall be payable on the basis
of costs itemized unifier paragraphs 1.1.4.4, 1 L-1.5
and 11.5:
I 1 61.5: the amount. of credit to Ix' allowed
by CONTRACTOR to OWNER for anychange
whidl results'ina net decrease in cost will. be the
amount of the'actual net decrease in cost plus a
deduction in CONrRACTOR's fee•bv:.m amount
equal to five percent of such: nctdrcrrase: and
11.6.2:6: when both additions an8.credits are
involved in any ant change, he adjustment in
C'O`'TRACTOR'a fee shall be compuu:don the
basis of the net change in accordance with,
paragraphs I1AI] through 11.6.1.i, inclusive.
IJ;7. Whenever the _coy. of anv Work is to be
9i
E
•
0
PARTNERING PROGRAM February 3, 2011 •
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.
•
•
determined pursuant to ,pernexaptts IYA and 11,5:
CONTRACTOR will establish .and maintain records
thereof -in }accordance d•ith generally sicceptedaccounting
practices and submit in Corm acceptable to Q4GNECR }art
itemized cost brctkdu%i t tc `0ethcr with suppc rting data:
CAsh allowances: •
1 IS. '1fie.understooddhat'CQNCR:4CTOR has included
.,0 lhe- Contract Price' l:A1 ullowunccs. so named in 'the,
Contract Documerits;and shall caiz- the Wurk_so covered
is he Ctunished and performed' for sui:h. sums .¢ may be
acceprabletoOWNERandCINI N'EF.R, CONTRACTOR
agrccs that:.
11,$:1, ;the allowances include the cost :to
COMFkA(7rC IR (Icss any, appliiabic lmdc discounts)
61 mareriib and equipment required by the alro}vmsi: s
la'be dchvered at the sitg, and all applicuble,la Fes; aril
1 l.b.=. CONTRACTOR's costs Cur unloading and
handling on the site, labor, inciallation,costs, nverhencL.
profit. and .other 6xpcnscs .contemplated .for the%
allounn.cesihave been included in the Contract, Price
and not in the allowamxs. and no. demand tor
additional paymentonaccount of.any of the foregoing
willbe valid.
Prior to Gnal payment, an appropriate'Change Order will be
issued as recommended. by f•NGINIPER to •reilcct,achtal
• amounts due.'CONTRAC•rOR on account of Work: covered
by aliowanecs, and 'the Contmct !Tice shall be
corresporid ingly adjusted.
Unii Price'!' urI,
11.9.1. Where theClontradDocumcnts.providathatail'
or, part of the. work is to be; Unit Price Work, initially
the Contract. Price ,tvill be deemed to, include for .all:
Unit Price. Work an amount equal' tothe sulm of .the
established'iinit,prices_ fcir each sepnsij,rly ide7tta6ed.
item of Unit Price Work tunes the estimated quami ity
of each item .as indicated ut the Agreement The -
estimated quantities of•i(Lms or (Jnit Price Woik are -
not, guamnteed and are solely •for, the purpose. of
.ccinpari'.son of,Bids and determining an. initial Contract
Price. Determinations of the actual quantities and
classifications of Urut Price Ware' performed by
COMMA,CTOR will be made' by ENG4\=E in
accordance with paragrnph.9: W.
11;9.?. Each unit price will b: deemed to include un
amounfconsidered byCONTRAC'fORto te�adequaw:
to cover CONTRACTORts. overhead',and profit fcir
each separately identified item.
't L9:30WTdGR or CONI`RACCOR may make a
claim .fur an adjustment in the 'Contract Price in
accordahceavith Amide VI if.
HAIL thequantlty of limy Item, of llmt Pnce
.Work pert'6rmd by CONTRA rr)R .differs'
materially and significantly from the estimated
quantity ,of such item indicated in the Agreemenr,
,�C UCDCGENER,tt.CONUVIIO45t to ypyio EeGtiml:.
n(CITY OF FORT (I)LUMMODI tCAT10NSQUA•-IIIGOM
0
and
11 A3.2: there is n6corresponding adjustment
.�vith.respeU to;any other, item of lvork; and
l:L9.3.3. if (:QiFVR,4CT01Z ttlim!e that
'CONTRACTOR is entided to tin• increase in
Contract. Price as a result of having+ incurred
.aoditiomil-expense or. OWNERbvlieves that
OWNER is untitled to a decrease in Contract Price
and the parties are unable-, to sWee, as to. .the
amount of any,such increase or decrease.
Ii.9:3.q: CODITRACTOR acknowledges that
,the OWNER has the right to add or delete items in
the Bid or change cnianntics at OWNFRS sole
discretion without affectme the Contract Price of
,anv remainihe item so :tone as the deletion or
addition does not exec nvcnty-tire percent of
thcorieioal'total Contmct Price ' '
AR•f11cu: 12—CH,%NGE OE'C6i�`.rPL Cat•" rLNms
12.1. The Contract *['into (er aIMilestones) may onry` be
changed by a Change. Order, or a written Amendment.
Airy claim -for an_ad'u-stment of the Contract Times (or
Milestones) shall be based onwritten notice delivered by
the party making the claim to the, other portyand to
ENGIINFER promptl}. (hut in no even later than thirty
days) after theoc urrcna-at the eti•ent.givirtg rise to the
claim and stating the gcncml nature of the claim: Notice
or the c.\tcnt of the claim with supponiiig data shall be
delivered within sirty'days after such d currenct'(unless
FNGINFEP allows additional time 'to 'ascertain rtinre
accurate data in support of the. claim) and shall be
accompanied by the claimant's, written statement. that the
adjustmen['cbiimadisthe entire adjustment, to which the
claimitrtthas reii n to helieVe'it is entitled as:nresulC of
'.the occurrence ofsaid event AHclaiinsCoradjustmentur
the Contract Times (or N•Glestones) shall be determined'by
FNGPlEF,R in; ncwninncc withparagrapl19ill' if
OwNFR aml CONTRACTOR cannot othtnyise.aerce•
No claim' for tin. adjustnienv in .the Contract Times (or
•NGlestones) -will "be valld if not a6mitted in _ -accordance
with.tharequiremenLs oflhis pamgr ph 12.1.
112— ral timelimiLs stated'in the Contract Documents
:arc oC tfu: essevice of the Agreement;
12.3, . Where cal jRACTOR is prevented from
completing any 'part of. the. Work within ;the Contract
Times for Milestones) due-lo dehay beyond the contrail cif
CONTRACTOR, the Contract Times (or Milestones) will
be. ostended in :an-afnotint.equal, to tirnq cost clue ro-such
delay if it: claim is made therefor as provided in
paragraph I'. L Delays beyond , the control of
CONTRACTOR hallancliide-'but not be limated'to: acts'
or azalea by OWNER, acts or-negloct of utility owners or
other contractor perforating other work. as contemplated
by Articic 7_ fees. floc s epidemics, abnormal weather
conditions or ncts.of.GoA Delays'annhutahle: to,nnd
within the control of a §ubeontmctor or Supplier shall LY
deemed to Ecdelays within the mmroEofCONTR\CTOR.
IL4: 'Wliae CO\TRACTOR is prevented from
completing any Rm of the Work`.within ihe,Comract Times
(car �Ailestone_s) due'to delay Beyond the control of both
C)k\,WM and CON17FZA T'OR..an extension of the
-Coiwact'Turies (or \Milestones) rn art ammmt equal to. die
time lost due to such deliay shall be CONTIZACCOR's sole"
and exclusive rernedy'fer such delay. In nocent, shall
OW4GR be Gable to COrNTRACTO.R. any 'Suf contractor„
any Sopplier: any other person or or, .ianiialion or to arry
surety for or employee _or agent. of any of them, for
damages arise c vat of orrcidliiog from (i) delays caused
by . within ' he. convol of the CONTRACTOR, or
(ii) delays be}-ond the control: of both. parties .including; but
not tainted to, tires; Heads, epidemics, abnormal w�_lher
conditions. acts of Gad or aets'orncglect by utility owners
or Met- contractors performing other work as.contemplatgd
byArticic7.
ARTICLE: 6=rF4rs AM) INSPE:&PIONS;,
CORRECTION, RE_NIOV.AL OR :km.rrr;vvck.'AF'
DEFECTIIq{ WORK.
13.t ivaiice of Defcds
Prompt notice of all defective Work of which OWNER or
IN, Gli.F.R have actual knowledge will. be-aavenito
CONITM CZAR MI dej4rica Work may be njcrW,.
corrx,tcd of accepted as provided -in thi.g'ArtietccE3-
:Icce.isto IVork:
13:2. OWNER. 'LNIMIEMR ENGNEER's Consultants;.
other representatives-, and personmf. of OIVNT C
independcnt testing la6oratories.and goyemnlent<ni agencies
withy1risdictidnal interestswill have aeons to the lVork at
reawnabirlimes for their observatiurL inspeciina, and
testing: CO`1T.RACT0R shall provide them proper and
safe conditions ror such access and advise them. of
CONTRICTOR's site safety procedures and 'programs so
,diat ihiey miry comply UjcrKwithas applicable.
.Testsand Inspeclion.s:.
113: cowRACTOP :hall �ive'ENGRNEGR timely
notice of r&dihav of the lVork for all required inspeaibns„
Tests c� approvals: aril .shall cooperate with inspection:and
testinc,prrsonnel!tu facilitate required inspections or, tests.,
13A. OIVNER.shali employ and pay for. theservic:es or
an independent testing laboratory. to perform' obi
unsprc ums.I ruts: or uppruvals required by the Contract
Documents.except:
UAL for inspecligns, tests or,approvals:covered
by paragraph 13.5 below:
13.4.1 that costs incurred in connection with tests
or insrectioris conducted puimiint to (anagrap b:!)
tJC'OC(�E �FY iL.CO`1UtTIONS ulna" ti"I E6tiiail
W/CtT OFFOR'r COLLIt4S:btODIFIC,k RiNS aaLVA2000i
L oNl shall. die paid as- provided in said
pnm�gmphi. 119,and
13,4:3, as 'othcr vise sp&iUsIly provided in the
Contract Documents:
13.5. I C Laws or Reumlations of any public body having
jurisdiction require any Work (or, part thereot) specifically
to be,inspected,..tcsted or approved by an e mpfoyed or
other represenlativc ofsuch public. body. CONTRACTOR
shall assume full responsibility fdr arranging, and
obtainingsuch mspettions, tests or npprovm4 pay all'costs.
in connection therewitht and Furnish F,NGINEFR. the
required certilia_itcs of inspcclion, or appruvaL
CONI'R:\C•t'OR shall also be responsible for arranging.
and obtaiining,.:ind shall pay all casts in connection with
MY inspections.; lists or approvals required Far'OMTER's
and FEfGINEER's acccptance ormaterials or equipment in.
be incorporated in thie Work or of materials. mix designs.
,or .equipment submitted "fM approval prior to.
CONTFUACTOR!s purchase thrnvf for mwrpomtion,in
the Work:
13.6; 'Ifany Worl: (or the. worfz. of others) that s to be
imgvctied, tZmed -or apprnved is covered by
CONTRACTOR without written corium ce. of
ENGINEER', it oiust, if requ,sted by ENGINEER,.be
urtw'vcrLd far observation:
I17, Uncovering, Work as provided in pamgmph 13.6
shall be at CONTOC'TORs exrx&d' uriless
CC9N•I'RACTOR has gMm F.NGiNFF.R. timely notice of
CONTRACTOTs intention to. cover the, santa and
NGINERR has pot.acted with rensonnhle promptness in
response to such'mitice.
Uncavering Irark
13.;S; It any Work is. covered ;contrary• to the: written
request of ENGRNEER it must, d .requested lay
ENGWELR;'bo tincrovered for L, RQLNREER's observation
and replaced at CONT ACI`Ms expense..
13,9. If F:c4GR\T•FP, considers it necessary or.advisihic
that covered Work be observed' by E GINT•ER :or
ins,P test or, -tested by others, CONTR\CTORC at
ENGRNEER's re[IuesL shall uncover, rzpose or ath_nVLse
make available for Phservation, inspection or testing is-
E\GLV'EER may require, that portion of the Rork in
question, fitmuhing all necessary. labor, material and
equipitient If it is found that such Work is tkfecnrve.
COi` MACTOR shall pay oil claims. costs, losses and
damages.caused by. arising. out of or rc%ultim, from :wch
uncovering, e..posu c. u&,Wrvation; inspection and testing
and of musfauory .replacement or reconstruction•
(including but not limited to allcosts of repair dr
replacement of work of others): grid OWN71Z shall be
entitled to tm apprupriatc decrease in the. Corilract Price,
and. if die partiesme-un:aL•le to ugrce us to theamount
thereof. may make a claim therefor asprovided in
Article 11. Rf .however, such Woik is. not found to be
zi:feetive, COWRX I'OR shall be allowed an increase in
the Contnret Price or an extension of the Contract Times
(or \•liltttones), or Loth, directly attrihutahlz to such
'_7
E
•
•
•
•
,uncovering, expthUre, observation; ,inspection. tFstingz
repQcment. ands reconsuticliom• and,. if -the parties :are
unable to amcc as to th'e amount 'or extant thereof;.
CONTR4CTORmay, make'a claim theretpr as providled in
Articles.I f and I!
OWNER May Stop the Rork:,
13:I0. If the �Vork is defective; or CoNTRaCTOR•fails
to supply sufficient skilled workers or suitable materials ccr
equipment; or fails to.fumish orperform the Work in such a.
way that tho-campteial,lVar'� will wnform jv the CurVract
'Documents,'OWN1 R" may' ,r, order.CQ' 'R GTOR to strip
the W,a or any.poniun thereoC until the cause for suck
order has been'eliminrut dd hmvev�er, this right of OWNER
to stop the Work shall not gtvc rise to any duty on. the rnh
of OWNER to -exercise his. rinifit fur -the bertelit of
CONI' RAUEOR dr any" suray or ocher pony.
C,orrecrign or Ronovot of Defective IVark,
al I- If required by FNGINFER: CON'I K.kCTOR �htill:
promptly, as.enectcd, either correct all daficrive Work,.
whether or not fabricated, installed or completed, or, if the
Work has b::en rejected by E NGINEFR, remove it front the.
site, and replace it with Wort: that' is not, defective.
CONTRAGfOR shall .pay all, claims, cc&& tosses arse)
'damages caauscd by or resulting _Gant. such, correction or
rgriioval:(indudiitg but not'luihited'to all costs 6f4mir or
rcptaccment of work of tethers).
13:12.. Correction Period-
13,12.L If within rite, - w two vears.attcr the' date of
SubstantialCompletionoirsuch Iongon period'of time as
may be prescribed � by La%" or � Regulations. or by the
terms of any apnlic: ble special, guarantee rcquircd by.
the. Contract Documents or by any, specitc provision or
.the Contract Docuntnnis. any. Work isfound' to ad-
,ky/ cave. C NI M\CTORslaill promptly, vdihout curt:
toOWiINii rid- inaaxtrtutncewithOWKTs.written
•irtatrvctio= (i) wrreetsudiitfecfive'Work, or, if it has
been rejected by OWNER, remove it from the site and
replace it with Wcxk..that- is not c&f•ctive; and (ii)
,satisfactorily correct,or remove and replace any damnge
to other lVark or the work of others resulbriy thcretiom.
If CON'TR_l(_7rOR dues not promptly cauply with the
tams of such instructions, or in an'emergency where
delay would cause serious risk oC loss or damn, ,
-OWNER may have the &fective•Work•corrected or tie
rejected Work removed and replaced; ant[ all etaims;
outs losscs,and'damugcs caused by orresultin;• Ccum
.such removal and replacement (including but not
limited to all costs of repair or replacement of work of
others).will be paid by CONTRACTOR-
13,121.1n "cinl circumstahces' where n, irticular
item of •equipment .is placed in continuous service
before. Sulntanpal' Completibit,o[ all the \York; the
currectlun period for that item may start to nun from an
carlier.date if so in the Specifications or by
Wriften :Amendment
13_123, Where tie(acrive 4Vork'(and damage to other
e7C'DCGENMALCONDCnom I' I9J 1 t');J6 iliaiI.
lrf CYIY OF roar c')LLL\S_IODtPic.4'r1ONs iuvit moon
W3rk rostiltutg tharetrow) has been corrected,
remnved'orreplaced under,this paragraph 13,12;,he
correctionperiodhereunder with respect to, such. Workt:711• be extended for an additional. period of ones t ar
two: years after such correction or, removal .and
replacement has been.satisfactoiily completed;
rtcc"eptance of Defective Arork:
13.13; AIL imic'ad of requiring Carr, Lion or removal and
replacement of defective Work, OW,\MR (ar ,pricr to
FNGINFER's' recommeridaiion .of final• payment also.
EiNGINEF,R), refs to aaapt it, :OWNER may do -so.
CO'NTR.4CTOR shall, Fay all claims• costs, losses and
damages attribumble. to OWNEWs evaluation of and
dcicrntination toac cpt :such dfeeft-ti 6rk (suck costs to
6c approved by ENGCNEER..as to masonableness)., If any
such acceptance occurs. prior- to 6NGIINE iR's
recommendation 0f final paymcmt,.a Change order will be
issued' incorporating the necessary an
revisions in the
CEadract Dam ;uents with res'ed to- the Wnrk; d
OWNER shall be entitled to an approprinte. decrease in the
Contmct.Price, and, ;if.theparties ,ire unable toagroe as to
the amount thercot, 0WNBR may;make A claim therefor'
as provided"iit Article 11. Ifthc acceptance occurs after
such recommendation, nnappropriate amount will be paid
by CQN"rRA(.'1'OR to OWNER.
r TVIVERMaYGorrect Defective {cork:
13.14. .If CODI'rRA(:r0R kiils within a,reasnnable time
after ivriacn notice from ENIGENTER to carruct de(>cticr,
Work -or to remove. and replace rejeettxl Work as required
by FNGFo�P.ER, in acwrdance'with paragraph 13_11, or if
i 7 CnRACTOR'Ciils to Nrfonn the Work, in accordance
with the Contract Documents. or if CONTItt\CTOR thils
to comply with arty other prmision of the. Contract
Dc,cummm O4VNT±R may, .after seven days written
notice to CONTTRCCTOR,•corrccl and remedy,any such
deticienev. ' In exercising the rights' and remedies under'
this paragraph QkV TEEt' shall proceed expeditiously, In
connection with such ccrrective. and remedial action,
OWNM rimy:exclude COtNUR:4CTOR froth dt.00partof
the site, take possmion of all or part. of die Work, and
suspend CONTR\CTOR's w1vices.relued thereto, take.
posseseion of CONTRAC•TORs tools, appliances
wdsaructiom equipment and inacbirwry at the site and
incorporate in the Work. -all materials and .equipmera
stored at the site. •or for which OWL\[R has paid
CO,VTR.ACTOR— but which " are stored' elsewhere.
CONTRACTOR mall .allow O%VIER, OWNER'
representatives agcnts.andemployces OWNER'xother
ci ntrtcturs and NGINEGR and .Iv' OWEERs
Consultants access to .the site- to mabk O%V:\TR to
exercise the rights and remedies under this paragraph. All
claims ciuts, los sand darriages incurred or sustaintd by
OGV'DIER in escrcising s6ch.rigthts and remedies. tvill be
charged against CO, TCRACTORam1 a Change Order will
be issued mcurporating.he necessary revisions .in he
Contract DoctanenLs with respect to .the Work: and
OWNER shall Gi cnttted to an appropriatedeaia in the
Contmct Price, -and',.ifthe.partics are unable ro aercv as to
the tmiount thereof, OWNER may make a Claim thcretor
'as.provided in Article l,t, Such claims, costs, 1x. s and:
dattnages will,ini:tude tint not be limited to, all costs of
repair or .rephcement of work 'of others .dt_aroyed; or
damaged-• Eby correction. removal or. replacement of
C ONTRACTOR's•rlefevlive Work CONTRACTOR shall
not be allowed an. extertiipnof the Contract Times (or
,Milestones) 'heca= of any delay in performance of. the
W6rkatuibuuibletotheeraciseby.OW ERofO%VNER's
rights and remedies hereunder.
ARTICLEI I4�PAYN- mNiTSTOCO`TRAcTOR:uND
..... .
CO�IPLETiOiY.
.Sdier6rle of lfahre.c.
14.1. The schcddlc of values established m provided in
paragraph 2.9 will serve as the basis for progress payments
and ,will bc, incorporated inin. a. fomu;of Application' for
Payment ecccptable to ENGINrEER.. P.rom'ess payments on
aceobntof OnitPrice Work will Nbased on the. number cif
units completed.
Appliduioa for Progrew Pavmpri:
14:=. At least nvenry_ clays before the date established for
each progress payment (but mu more often tkin ante it
month): CONTRACTOR shall submit•to LNGINEER for
rcvictc an Application lax Payment filled out and signed by
COIM'R,\CCOR covering the Work completed as of the
date of the Application and acconipaniLd by such
sopparting documentation ants required by the Contract
Documents. ff payment is regucstal on the basis of
annterials and equipmert not�incwgaorated in th,.Work but
delivered,.:md suitably stored (it the, .site or,m. another
location agreed to in )vnling, the Application fdr P'aymynt
shA'zilsote accompanied by a bill of sale,'invaiceor other
daGltmenmiltlra warranting that :OWNER has received the
mineii'als and equipment fi`ea and clear of all .Liens arxr
evidence that the ntateniils and equipiventare 'c&ered by
appropriate property insaarance and other arcataements to
.protectOWlTER's .interest therein, all of which will bey
satisfactory- to OWNER. The amount of retain.•agc with
respect to progress paymenia will be asstipulated in the
Aveemmt. _>,riy' funds that are w•ithlield by the O%V-NT.R
et sou.
CONTILdCTOR's IlWarmriq, of Tide:
14.3. CONTR\CTOR w•arrantsand guarantees that Lille
to all AVbrk, materials and equipment 'covered by .any
Application for Payment. whether incorpuia(ed in late:
project: or not,.will pass to OWNER no.later than the time
pf l5aymaent free and clear of all Lions.
Revleiu of:lpplicatigns for Prtigrecv FtiynienC
14.4. ENGLyEER will within ten days after: receipt of
each application 6v.Payment, either indicate, inwriting a.
EA.vCOE:VtY iL.CONurn04ti:itnu5 (1r)n Ei6uwil
wi err or• Foar Cotu Ns MODI IC moos i REV.u_tunil
recommerfiiiition of.payment and present the Appli'Lation
to- OIVNF.R; or ri.turm the.Applimlion to CO,'GTR4CTOR'
indicating in svritiris; ENGM. ER's reasons for refusing (a.
recommend payment. In the latter case. CONTRACTOR
may make Lhe .necessary correchor>r and resubunt the
.application.. Ten. 'days - afterpre. ntatiun _ of the
Application for Payment to OWNER with QI130T-.Ms
recommendation. the-anibunt recommended will (.subject,
.to the provisions of the last sentence of paragraph.14:T).
bcoumadue and when due will be paid by OWNERto
CONTRACTUL2
14,5. ENGINEEl2's recommendation of iatiy payment
requcstud iman Application for Payment will constitute a
reprLs ntatitut by ENGINEER to OWNER. hased on
EVG(NI RR's on -site obscrraiions of tke ecuted Work
as can experienced aril qualified dcsa:rpiofcssional and on
ENGNEF.,R'sreview of "the App'ppication fbi Paymentand
,the accompanying-data
and schedules, that to the )test of
ENGI� IEER's knowlulgy ihfomiation and holier
14.5.1. the Work his progesscdto :the point
indicated.
143:2. the. quality of the Work is generally` in
accordance with the Contract pecuntents (subject tti,
an evaluatiun of the Work as a .functionirT :whole
prior to or upon:SubsLintial Completion, to the results
of`imy' subsequent tests called for in the Contract
Documents, to a final dtaeamination of quantitits and
classiliatudns ' for Unit Prinz - Wort: 'urarlcr
paragraph 9.I1j, and to.arry 6thvf qualificatiti_hsstated'
in the recommendation); ends
14 5.3: the conditions precedent to
CONTFACTOR':t,b6i.- entitled to such payment.
appear to, Lave been fidfill d insittr as. it is
S170WE•L•R's responsibility to observe.the Work:
However, by recommenduig. any such payment
ENGWEER will noi thereby. be deemed to h'nve
represented that: (i),edaausidw or continuous on=site
uispectib m.lnve been matt, to check the quality or the
yuanbty or the Work beyond the responsibilities
.specilGUy, acigned to ENGMEGR in the Contrct
Documents or (it) that there may not be, other m4tiers or
issues between the ,parties thin, might entitle
COYCR!)CTOR: to be paid nckliucriidly by OWNER or
entitle OWNER to withhold payment to CONTRACTOR
14,6- . 'EVG.TNEER's•recommendation of any payment,
including, final payment,, shall not mean that EtslGUNEER
is responsible for CONfRACrOR's means, methexJs,
techniques. sequences or procedures of Construction or
the rafety preatutions and prcxTams.incidenithereto., or
for'any failure of.CONTRACTOR iu comply with Lstvr
and Rcgtrfatians. applicable: 'to the furnishing or.
perfonnana of Wahl, or for any failur, of
CO I C v\C COR to •petromt or '(urrdaa Wark in
aaccordanca with 44C CUntittCL Documents.
14.7. P.NCIIiTEERmay-rekusetorccommcndtnowhole
or any part.of any pea -ment if, in'DiGPtiEER's opinion: it
would. Cx' incorrect to make the repre_sapmtiwas to
0
•
0
0
0
OWNER referred to in pirrigraph. 14.5- ENiJrNE-ER mav
also refusd to recommend any such payment; oir, because of
subsequently ' disc ' ove'rtid evidcrich- or the �re�d& of
qA subsecnt in tests, nuI16%any such- payment.
PrC,V,Ioiialy iec6rmi�endca is such extent as may I>--
necessary in EN(M KHEF�s opinjuh to pimiect OWNJIFR:
from 'los;, because:.
14.7.1, or completed Woik"_ has.
14.7.2. the Contract Price has been niduciid by
Written Amendment or Change OrdeT,
14.73z OkVANEP has been required to correct
lck,f,,ctzre Work oroomplctc Wor( in:qciardimce'ivith
puragm-phli.14.0r,
I
UJA 2NGl24EER, bus EICtLial ldI0wlCdLC Of the
cccurrenec at. any 0 'r;tS" entlaricratcj, in
para'arphs 15:2,1 through 15,2:4 inclu'sive,
OWNER may.refiLse to ' make [xityment ofthe'lUll amount
recommended by LINGMER-becaus,.
&615 linvebeen. made against OWNkZ an
amount of c6brrR,,<rC)R.% perroiniarice.or Furnishing
Or the Work,
14.7A I.icns hive,been: filed in connection with,the
VVML. except where CoNm\c7.qR,. has deliv'ered a.
sped tic 'Bond :sawsthaoig, to OWNER to secure the
satisfaction and dWiarge of such.Liernz
14.TL there are other iteniseniitlirT&OWiNFR'to,,iwt-
off tiganst the amount reconinferided, or
14.73. OWNM, has actual knowt-ccige of the.
occurrence Of any of the' events- enumerated in
through, 15,2.4,uicluslv,;;
but OWNER must give CONTRACTOR immediate,
'"Titten notiec, (with a'wpy to EINGRNFER) stating. the
reasons for such action and pwinpily . pay -CONTRACTOR
the amotint so withhaa or finv.adjUSUaehL thaeto ;qrri!ed
t& by owN*ER " and ' m�rrp_,\rToR_ when
CONTRACTOR corrects to OWNER's, satisfaction the.
reasons for such action.,
Substandal Completion:
14.8, When CONTRACTOR com' idas the entire WorL
ready for its amended use CONTRACTOR shall notify
)WN tUZ and ENGINTMR-in-wrltinju that the entire Work.
'is substantially complete (except for items -specifiedily
listed by
COLNTR.-\Cr(Atias incomplete) and reijuest that
EINGD,TCER issue a certificate of Substa ntial,Cumpletion:
Within a reawnab[c, -tine thui-eallia, OMNIM
('01WRACT011'and ENGINEER sh-alird.,ikeanirLVdciiL)n
of the Work to determine the status of completion. if
ENGINEER : does not.consider the Wall, substantially
complete: ENG WEER will natily C01,FMACTOK, at
vvritinq, giving the 'reasons therefor_ If fiNIG(NECR
lgl()4 (149tiEdtim)
30 ;VI CITY OF FORT COLLEMMOD(PICATIO' NS IRLV412001)'
considers the Work �substantially. complete, ENGPNEER
will prepare and detiver.to 0W1rERa tentative onlificitte
,of Substantial CurriOlcti6n which shall fix. the date.61
Stibstantial.'Completion. , "There shall -be attached to the
mitifiCaLc *a'. tentative list of items, io be completed' or -
corrected before final pavaieriL C)k� NIRR shall, finve seven
days after receipt of did'icrittitive certificate during which
to make wriaten objection to ENGINEER as,-io Any
proyisions of the certificate or attached list. IC after,
considering, 5u6h,ubjmtioM UNIGUNESK,coricludes that
�the Work is not substantially 6amplet,%'ENGUNCE—R will
within fourteen days after submissionolf'the tentative
ctirtifimte, to OWNER notify CONTR-ACXQR in ivnitine-
stating the reasons thercf6e, If, StIct- cmidera6on of
OWNER.'s objectuim-,' ENGINEER cansidem the Work
substantially mimpletc, t"NGINFE-Ek hill,, ivithin, said
,lburimn &ys_-cxcvutc and deliver, to OWNER and
CONTRACTOR a definitive dcrifficate, of Stibmantial
Completion (wiLh,a Tcyis&J tentaiive-qst of Items to be
completed or conrected) rellmit ' rig such changLs from the
tentative ccrtificstc.as ENGUINFEk believes iu-Aificd after
considen'iti6n of ariv ohwctions;� from OWNER. At the
C:ompledon HNOUNPEP will' deliver to OWNER. and
CONTRACTOR a wrium mccarinictichtion as to division
(if pe .1 F, , nding roll payment betwien
OWNER. and -CON'r RAC.:r(.)R. with ra#cct to security,
operation, sr&ty, mintcnance, h644�utilitiierinsurance
and warranties and guirafttees: 'Unless OWNER and
CONTRX,TOR,4ce odicnvi'Unlessln wrifingaral so.inforrin
F4IC'Y[Nhl-'.R in writing -prior to ENCILVEER's issuing the
d,finuiVc.certificate 6( Substaniiril Completion,
ENt3VEE-R`s aforesaid recarumcmdation will bd6triding
on OWNER and CON TPLACTORdAtil fiingl Imynient,
OWNER sh6tl have die:right to axeltide
comrRACTOR front die Woit after the :dalc 61'
Substanta'il Completion. but 0W`NrCR shall allow
COINUC,NC3TOR reasoruible access to complete or correct
items on the tentative lett.
Partial Utilization:
14, 10: Use, by OWNER. at OW�Iiws option of arty'
substantially completed part-orthe Work, which:(i) has
spedahcp been ale ntiTito in the Contract Documents, or
(u;iC-)VIvNItL 'ENGINEER and CQ&Tl4ACTO_R agree
cumulates a separately functioning,and usably pari,of the
Work, that can be •Lisetl by OWNUR'for its, intended
purixise without 'significant Intearcrice ' with
CONMACTORN performance or the remainder -of the
Work. may be accomplished , prior to - substaniad
_Cbmpletionol"All ihe Work subject. to the following.
14ACIA,0WINER ,at
at any time may request
CONIMACTOR in writing to permit OWNER to use
any such part of 6c Work which OWNER Miciies tobe ready 'Cof its intended use and substami'ally
cumpletc. thot wch pull of
the Work is 3u6staritially. co6plew, CONTRACTOR
will,certify to OWNER and ENGLNEER- (hat such
part of the Work is substantially mniplete and request
ENG[NrEER to issue a mrinibcatt: of Substantial
6'ampletion Cor that 'Man of the Work.
CONTRACTORat any time may notify OWNER and
LNG UEER in writing that COYLRACTOR'considers
my such pan of, the Woik ready (or its intended use
and substaniially ouniplete and request LNGECTR to
Issue -a certificate of Substantial Complctign for that
part of the Work. Within a reasonable time after either
such request, OWNER, CON %C'TOR and
ENGii LEER shall shake an inspection of that part of
the Work to determine -its status. of Completion If
LNGLNEER dies riot consider that pan of thc'Work'tu
he sitbstantiilhi-complete, ENGIDIEL•LC will notify
00i'v'tTR and CON -UP -ACTOR in writing giving the
reasons therefor., Af ENGiNEER considers tint pat of
the'Work to-bc sdbstamiallycomplete. the provisions
of pamgraphs.14:1,4-and 1-1.9 WdLRpply with respect -to
ccrtd'Ication Of:Suhstantial Completion of that part of
the Work and the division of responsibility to res. ct
thereof and access thereto:
14:I(1:Z No cccupa,ncy or scrsamtc opm+tirnt.pfpan
of thg. Work will be uagmplished.priorto compliance.
with the requirements of palagiph 5.I5 inreSp&L of
Property insurance.
Final Inspecion:
14.11. Upon Written natiee from (:ONI;RA(: rOK that the
entire 'Work- or an agreed portion tharwf is complete„
aq(ML TER will make a final inspection with OWNI ER
and CONTRACTOR and will notify CONTRACTOR_ in
writing or all particulars in which. this inspection reveals
dial theWorkis incomplete or &fectiva: c6.,v •RA(•:r0K
shall. immediately takz such measures as are nec-ssary to
complete mch,work or r=cdy:such dcficiencicc
Finnlylpplicntia%r Pavmenc
14.11 :Vier CON'MACTpR has complLied. all such
corrections to the satisfaction of.ENG1NEERand dch4ered
in :accordance with the C6ntraci Documents all
maintenance and opethting s, atsttucrioris_ stheihties,.
auarantc Bonds. certificates or other evidence. of
insurance required by parngnph5A, certificates of
inspection. marked -up record documents (is provided in
pnragra06.19) and other doetmtents. CONf.R\CTOR
may make application: for final payment following the
proeedute for progress,payntcnts. Thd final Appliwtion far'
Payment .shall he accompunied (except_ as previously.
delivered) by: (i) all doc:umentanori called for in the
Continct Documents, in6u.ding but nut limited to the
evidence of insurance required by subparagraph ?4:1'3,.
((u) consent of the surety. if nny:.to final payment. find
(iii) complete and legally effective. releaxs 'IT w:Iivers
(satisfactory, to OWNER). of all Cirns arising out of or. filed
in citrmtetion with -the -Work In .lieu of such rde<ases.or
waivers of. Liens .and as approved by, OWYM
CONTRA( rOR may rurpish, receipts or reloases in_tu1P
and atTidaviv of CONTRACTOR that: (i) the releases 4nd
receipts include till labor sonic s, malerial and equipment
'for which a. Lien could, be fded and (ii),all payr6U
material and equipment, bill;, and other indebtedness
connected with the Work for which OWNER or (WHER's
property. might at any way be responsible have been Paid or
e,IS visa satisfizd if.pny�Subcontractor of Supplier fails.
C'JCUCC�E�IFY \L,GO':L�i'n0.\i` 1911r$ (19911 E66ui)
-1VI IY OF FORT COLLINS IRL•V •IL0Q0j
to furnish such a . release or receipt in full.
C0\WrRSC70P may fivninli a Dond.or other collateral
satisfactory to OWNER'.lo indemnify OWNER against:
anyLien. Releases or waivers of liens and'the'uonsent or
the surety In finalize payment -are to"be submitted gun
fors conforming to the format of the OWNER'S standard
forms bound in the .Pro iect manual• "
Final Pttynient and.4'ecept(mce:
14,13. ff, on the basis of ENGIINEEWs-observation. of
the \Nark durirg cunslrucuumand Fuwl`inspection and
U GINEER's review of the final. Application for Payment
and accompanyingdocumentation as required by the.
Cintraet [)a:uments• ENGWRM is satisfied that the
Work- has been completed -and- CONTRACTOR's'othcr
obligations under the: Contract Doeutnents Have been
fu(tiIL;ENCiIN6F:'R'}vilt,within tat days after receipt of
the 'final Application for Paymem. indieaic in writing
ENGINEER's ri�xmmendation of payment and prment
the Application to:OW\rER for payment. At the same
.time ENGINFER will also give written notice to OWNER
and`cor,ri ACCOR that tote Wurk.:s acceptable subject
to the proIvetions of pamgaph L4,13, Otheninse,
.ELL GINFFR will return- the Application 47
CONTRACTOR, indiciting in writing -the reasons, for
refusing to. recommend final payment, in which, caic
CONE RACTOR shall untkethe necesitry cortectiorm and
resubiait the-Appliaitiiln. Thirty dayt after presentation to
O.VNER. of the Application and accompanying
doatmenmtiom in appropriate' form and substance and
with FNGINEF-R's recommendation and notice of
acceptability, the. amoum.recommendcd by ENGINEER
will hxomc. duc 'and will he ppid b y OIV� IF.:R' to
CONTRACTOR, subit: .6i rxtragmoh 17:6.'2 or these
�znenl�gn¢iti9tjs '
14.i4, IC'ithrough no fault of CONLR:\CTOR [vial_
completion. of the Work is, significantly. tlahayed :and. it
FNN NEER so eonfrms,.OWNER slwll,. upon receipt of
CONTR,\CTOR's tidal ,Qpplicatioin for Payment and
recommendation of ENGIN
EER and without tenninatinu
the :\Veemem, make payment of the balance: due for that
portion of the Work fully completed and.accepted, if the
remaining, balance to beheld by OINNNMR for Work- not
fully completed or collected is less thin the-retainege
stipulated in the r\greemetip and' if Bonds Baer_ -lien
tivnished as required in paragraph 5, 1;. the wriucrt con-smt
of the surety to the psymcnt of: the balance due far that
portion of the Work f"ully:completed and accepted shall be
submitted by CONTRAC-17,0R.to LNGMT- R with the
Applicattion for such -payment Such- payment - shall be
made under the termsand conditions; governing Gnal
paymem. c.wept that it shall not. constitute:a waiver of
claims,
[4• fiver 61'C'Minrn
14.15 •The insikingurill.acceptancroffinal paymznLw'ill
cwtuttule:
1.4.IS.l-a waiver of all' claims -by OWNER against.
CONfRA6TOR. except claims arising Gam
unsettled I.iens,.froni defzcpye Work appearing after
31
•
0
0
final ittspectiun.,pimrstiam t6 ,paragnph l4.11...From
failbre locomply with, he Contact Documents or the.
termsofanvspecial;cuumntees'speci(ied'therein or
fiom CONIRACTOR's continuing obligatiuns under
the Contr-act Documents: aril -
14.15.2.A waiver of all claims by CONTRACTOR
againsi OWNER other than those previously made in
writingand stiff unsettled..
ARTICLE 1--SUSPENSION OF WORK AND
TEILNHINXHON
O tDiVER :bfap Suspend• @link:.
15.1. At any time and without cause.. OWNER may
n4cp nd the Work orany portion tliereof for a. feriat of sae
more .than ninety flays by notice in - writing to
CONTRACTOR and F,N6INFF.R which 'xill fie.the date.
on which' Work will h ausumcd. CON'1'RAOR shall:
resume the Work on the�.date•so 6rRd •CONTRACTOR
Aali Ba allowod an adjustmcnt in die Contract. Price or an
extension of the - Contract T'imcs, or both. directly
attributable to any such suspension if CONTRACROR
makts ai approved claim therefor as ,piuvided, .in
.Articles i'l' aw 12.
O1VAT:-R :Uny Ternunate:
15:2: Upon the occurrence of any.onc or more of die
following events:
IS;Z'.I, it•CO;\'TR\CTGJ2�rsistcndy fails to perform
the Walk in accoidance with thc-Coranlct• Documents
(incladin� but not limited to; failure to supply sufticienc
skilled -workers or'suituble materialsorequipment or
failure to, adhere to. the. piogrgtto
s' whedule 'utablished
under ,paragmph2,2 a4- adjusted Bonin time: .,timz
pur.;tant to paragruoh o.o);
I5 a?. if CONTRAc TOR disregards. Laws. or
Reguhttions of . ny publicbodv'lavingjuiisdiciionc
15.1— if Colim- CTOR. JLdCgaids die authority of
ENIGNEER.or -
1-51A, if COivPRACTOR otherwise violates inane
substantial 'way arty provisionsq( the Contract
Documcrits.
OWNER •may. alter Living CONTRACTOR (and the
surety, if, any),stven days`,vvritten notice and w-the, extent
permitted by Caws and Recufations: terminate the: services
of CONTRAGTOR, exclude CONTRACTOR from the site
and take possession of the Work and of all'
CONTR.ACTOR's tools, applianes. construction
equipment and machinerv'at thc�site,and',use the.same to
the full extent they could be used by CONTRACTOR
{,without liability 'to CONTRAC�fOR far trc.p ss or
conversion). incdrporaw in the- Woik',all materials and
Nuipment stored at the site or for which OWLNPli has paid
EJ('vC UENEtc,u. c¢NIrlI0,ys I Y tg� p 540 Edititnf
•'' w/CTIY Or rover C06t.t N,:z100@lCM-IQNS IfLEV n40(la)'
I�
CONTRACTOR bin which, are stored ylsew'here, and
Finish the Work as 6%V� IFR may deem expedient fn s.tich
Lase CONTRACTOR shall not be entitled to receive any
fur*r payment until the:6W& is finished if the Unpaid
balance of the Contract. Price exceed;'all claims, culls,
losses and damages sustained by OWNER arising put of
or resulting; from ocalp1dino the Work such excezwill be
paid to'CONTRi\C:TOR, if such claims,.6osts, losses and
damages: exceed such unpaid balance, CONTRACTOR
skill pay the.- ermce to.OWNER.. Such claims -cats.
'losses and damaaes.incurred by OIVNER wilt be. reviewed
by E.IGINEER,as to; their anci,tviien w,
approvdl.by ENG4V HER inmrpbma ted in 4:hange Order,
provided that when cxercising any rights or remedies
under this: pnrngsph OWNER shall not he required to
obtain dtrlosvestprice for dichrgrk performed,
153. Wherc CONTRACTOR's.services hive been. so
terminated by OWNER, thetmniimtion.Willnot.aticef
any rights or icmedim. uf' OWNHk .against
CONTRACTOR then ex sung or *hich m_uy .meieafler
accrues Any retention or ,payment of 'moneys due
COMrRACI'OR: by OWNER' gill not. r_clease.
COWR;%4'roR•tioni liability;
1 ,4, Upon seven. dais written notice . to
'CON_TRAC1'OP and ENGINFBR. OWNER. •may,
without c;fuse and trithout,praju&cc to any *other right qr
reioeily�ofOW,NEReleci[oRBrmin¢tethe:\p{c�ment [ri
such 'case, CONTR•AGWR shell" be paid' (without
duplication of any,items):
for,completcd and.acccptable:Work executed
in accordnncc with the Contract Documents prior to
die elIectivc data of termination; including Fair and
reasonable smuts, fur• overhead and profit, on such
Work
I5,4,2: for expenses sustained prior to the effective
date: of termination in performing. serviecs and
hirnishiiy,liba, matmils'or Lquipinenras.recluired
by the. Contract: 'Documents in 'connection' with
uncoutpletcd Work plus fair and'reasonable sums fair
overhead and profiton such expenses;,
15:43_ for all claims,: costs,. losses and dirmages
Incurred in settlement of terminated contracts -Willi
Subcontractors, Suppliers and others, and
15A:4: for reasonable.expenses directlymttiibutable
to terminntion.
CONrR=\CTOR:shall not be paint on account of lass of
anticipated, protiisor revenue or other ecinomic loss
arising out of or resulling.Bom suchterminatidn
CONT(L _ICToR Jlµv slop IYUI*,Ur Terminrife:.
I i.S. IC through no actor fault of CONTRACTOR, the
Work is suspended for a period Zif,more.than 'ninety days
by OWNER or. under,m order -of court or other public
authority, or ENGINEER: fails.to.ad'onany ,Application
for Payment within thirty days after it .is submitted- or
OWi`TIZ faits for thirty days to Ray C0-l'I'Rt1(.`r0R any
stun firmly deteintinecl to be due, then CO`.1TI;ACTOR
may, upon -seven clnys' ivriven .notice to OWNER and
EIGIlVEER. and provided.OWWNER or fiNOLV EErUo not
remedy such suspension or failurc within that time.
ienmioate ',the ..-\greemcnt and recover fiont OWNER
,payment on the same,terms'as provided in paragraph Ij t,
rn lieu -of terminating the;lereementand wthout prejudice
to any other right or retuedy, if.ENGIsNEEIL has Grded to
act on an Applicattan ter Payment within thirty days after it
is submitted. or OWNER has failed for thirty days to pay
CONTRACTOR any, surm finally determined to be clue,;.
COit-f IR-AMR may -upon seven days' %vrium notice to
OWNER and ENCINNEER'stop the work until payment of
allsuch amours d6c COS ITR.-kCTOR. including imaest
thereon: "The. provisions of this paragraph-lp.3 tare not
intended to preclude CONTRACTOR' from making claim
under Articles I and I'_ for an increase iri ContracC Price
or Contract Times or "otherwise for cxpenscs or damage
directly attributable to CONE RACrOR's stopping Work as
permitted by this p ragraph
ARTICLE.W-M) PUCERMOLlrrlO\
lf,3nd .to the 4-ctent that OWNER and C 0,WMACTCIR.
lave agnecf an iftc. methodand procedure 1•or resolving
,dispdis betWeen there, that may arise under this
Agreeshalment. such dispute resolution rnethod:and procedure,.
if any; l he as set torth in ExhibitGC4� 'Disputie
Rcsolution.Agrecment', to Fr attached heretd•and•made a
pact hereof. .If no suchaercement on. themethod and
procedure for resolving such disputeshias been reached;,
and subjcefto the provisions or Fmmgnph59,l0; 9,11 and
0,12. 01WWER and CONTRACTOR may exercise such
righis,oe remedies fis either may othenviiid have under, the
Contract DccumcnLs or by Laws. or Re$uladons in respect
of anydispute.
ARTICLE 17-MQSCELL.-WNEOOS
Geeing Notice.
17.L WVheneger any provision of the Contract
Docuntc_ it:i requires the givtn of writtcri notice; it will be
deemed to havebeen validly given if delivered in person to
tie individual or cos member of the firm, 'or to an officer of
the corporation for whum'it is intendud or irdelivct-ed"tit or
sent -by registered or certified mail, postage prepaicb to the
Pest business,adtress known to the giver of the notice.
17.2i Conrputprion offiine:.
17.3.1, When any, period•of time is rererredto in the:
Contract Documents by clays, it will be computed to
alude"the:InA and include the last .day'al such
. peribd. IF the List day of any:such period fall's on a
Samniay or,Sumhy or an a day made a legal holiday
byt e law ofthe applicable jurisdiction. such day will
1,,a emitted from the cond utntion
kICfCCGEVhY tL.CONUI'q J•P45''I?la �.tl7)4 H'tiliaU.
W/ CLIY OF FOR'(NLCI RS :�I0014:IGW r10^f5lRLV d 401V1i
1.7C12: A calendar day ofnventwfotr hours measurer)
from•midnight to the nest midnight will constitute it
day.
A'nlize gjl,Tnurr.•
17.3.• .Shotdd O%VVERor COi\qR.\C,TOR uiffer injury
or damage to person or.propcny because ofany error,
oniission,or_act or the :other party or of any of the. other
patty's employees of agents, or oibi rs.fbr Wvhnu'acts the
other party is Ie;ally liable: claim will be' mmdl in writing
to the other party within a rrtsonable time of the first
obsrrvarwc of such injury or damage.. The provisions or
thti. paragmph -17:.i shall: not be construed m a :substitute
fear or a waiver of the piovLcions of. any applicable statute
of limitations or reposr.CumuGrdvr Renreiltrs
17.4, The duties .and obligations imposed by these_
General Conditions and the rights and remedies available
he_reurulerto the parties hereto., anal. in pariicufar but
without liminttim, the warranties guaruitecs and
obligations impaled upon C O�:I'ItaC l OR by
jmmgm so:l?,016, 63(r; 63I 6-32j 111 1311; 13A4,
14i, and 1'5Ward all of the rights and romedies available
to OWNER nod ENGfNEER thereunder, are in addition
to, and -are riot to lc, construed in any way sc.a.limitation
of mnv rightsand remedies available to any or all' of diem
which arc oflien4iS4 uiiposed or abarlable by Laws or
Regotatioms.by special warranty rx gt rnntcc'or•hy other
provisions of the Contract Doc uncats, and the provisions
of this paragraph >611 be as ,etfective as if rcpnted
specifically intic Comrnct.Docuntcnts in`conneetionwith
each'particularduty,olik tion rightandremedytowhich
theyapply. .
Pin%Sainwf' F ca:.c and Court CostvJncGuf d:
17.5, Whenever reterence...is made to "claims_, costs. -
losses and damages".; it shall indudc in each -case, but not
1x limited to, all fzes.nnd charges of engineers, archiiecLt
attorneys and other professionals 'and all court or
arbitration or other dispute resolution' costs.
17.6 T_Le jaws oC ttht state of g — dq_lgpl�to thLs
t-eemenf;R'eference to two pertinent Colom(k) stalutes
are as follows.
17.6.2, IF a claim is filed OWNNER is required Lw.
law (CIS 38=36I07) to %ithhold From all pavmznts to
CON ER -ACTOR -sufficient funds to .instrrc the
+p_nvin •nt of all claims ter labor, materials team hire_
sustenance, provisions, crovcndcr, or other supplies.
used or consumed hv, CC)NTRAGTOR or, his
33
r�
u
E7CDC:OENE(U(.CONU ONS 191114,1199VE&6ml ,�
u'f �TFY OF FORT W (:(.(.5 NO(JIFI CT'rtONS rp,El° 4a0001
0
is pace left blark,hitemlicmlly.)-
191" (1990 EL'it;w,
,v/ CINOIFFOR-r COLL INS MODincAno,4s iREv -icouoi
0
9
0
RM Exhib t 6 - Shields 5 reet Geotechnical Report & Addendum
112111111111111111
CTL I THOMPSON
GEOTECHNICAL INVESTIGATION
SHIELDS STREET BRIDGE REPLACEMENT
SOUTH SHIELDS STREET AT
CENTRE AVENUE
FORT COLLINS, COLORADO
Prepared For:
CITY OF FORT COLLINS — ENGINEERING DEPARTMENT
281 North College Avenue
P.O. Box 5808
Fort Collins, Colorado 80522-0580
Attention: Mr. Jin Wang, PE
Project No. FC05113-125
• I j 1 February 8, 2010
351 Linden Street I Suite 140 1 Fort Collins, Colorado 80524 1 Phone: 970-206-9455 1 Fax: 970-206-9441
s
•
• �t oc yi:utn.�. coi�urnoxs i a i pis i i:,�,�, e�eGa��.
36 a, Cm orrurcrCOLU MODIrlcx11ousncE,1,200m
•
EXHIBIT CC -A to General Conditions.
of'the'Construction Contract Behvecn
OWNER and CONTRACTOR
'DISPUTE RESOLUTION AGREEMENT
OWNER and CONTRACTOR, hereby aggee that
Article 16 of the General.Ciniditions of the Construction
Contrner between OWNER and "CONTRACTOR' is
.anim&--d to Ocludeldi "lollptving aagement of the parties:
16.1. All claims, disputes and other matters in
question between OWNER and C0_N`TP M_ r0R ar 41g
our afar relating to the'C6ntra61 Doctm mLs or the breach
thereof (except for claims.which hays been waived by tie
making oracceptanceoC,finsf payment is provided by
paragraph 14.15) will be decide,& by arbitration in
accordance with the Construction Industry Arbitration
Rules of the American Arbitration Association then
obtaining, subject to the limitations of the.Aiticte 16, This
agrcemcTi w to,,arbitratc aril an. other ngrecment or
cons, it to arbitrate entered into in accordance herewidi,as
provided in this. Articica6 will be specifically enforcenble
under the prevailing law of any court having jurisdiction.
10,^. 'Na deitrand for arbitration of any dalm;.dispute
or other matter that is required to be, relcried to
bNGIN)ER initially for decision in accordance with
"pangrap h'9 11'will be made until the earlier of (a) the date
on: which I1CQINGER has rendered a. written decision or
(h) the thirty-first day.after the partieshavc presantCd fficir
,evidence to EIGME-11 if a. written decision has not been
rendered by ENGINEER.beforc that date. No &-;nand for
arbitration of any -such claim, dispute,or odnt matter wile
be made• later than shim- tiny after the date on which
ENGNEM'has rendered a mitered decision in respect
thereof ih accordanca with paragraph 9.11; and the failure_
to demand arbitration withinsaid thirty days period will,
result in EiGNEER's decision being final, and binding
upon OWNLR. and C0 7TR:AgTOR. If ENG427EER
renders a decision tiller. arbitration proceedings have been
initiated, such decision may be entered as evidence but will.
not supersede the arbitration: procadings, except 'cc die
decision.is acceptable tq the parties coheemal, ; Io demand
for arbitration, oC amv avduen decision ofLtiGLtsrEC•R
rendered inaccordance With paragraph`-9JO will be made
later than ten days after the party, mabdrig such demand has
delivered*irritten notice of inlemaohto appeal as provided
in pxtra3aph 9:1C
16.3. Notice Of [he damtmd:.for. arbitration will be
filed in writing with the other party to"the .geement and
Mdi the Amcricaini Arbitration Aistviiation and a copy will
be smL to ENGNMER'for inf6rmati6m The demand for
arbitration trill be made within the thirtyfav or ten-day
period iT,c6led in paragraph 16.2 as applicable .and in 'all,
other cases within a rcasuni ble time after the claim. dispute
or other matter in question has arism, and in no event shall.
any such demand be made after.the date when.institutional'
Icgal.or equitable proceedings based on such cinim, dispute
or other, matter in question tvauld Lam. lrtircd• by the.
applicable statute of limitations.
E1(.1)C GENERAL CONDMONS 19LU 9(t9')U Ea60m)
•.r( CfTi OF FORT COi•I-IA'-: ]tGUIFIG\TfO� SIREV w4v)
16.4. Except as provided in p;imgraph 16.5 Below,
-no arbitration arising- out of or relating t6 the Ceinirilci.
Ua:uments shad include by.wtuvhdation, joirider or m any.
other manner any other person or., criltty (including-
E1GI,1rEER• ENGiN-EER's Consultant and the olLccm.
.directors, a¢mts, aniployees.orconsuItants.of piny Of thgm)
.who is not a'part}'•to this cantracl unless: -
16.4".1.. the.inclusionof such other. person, or entity is
necc=try,if,complctc reliil is to be :afforded among.
Incise }vho.tva already py tes t&the arbitraiibrt and
io`.4.'_..such other person or entity' Is :suhstanlually
involvcd.in a question of late or fact which is common
to those who dre already parties to the arhitrmion tmd
whichivill arisc;insuch procccclings,;md"
16.4.3: the written consent of the other person or
amity sou6t ,to be included and of OWNER :and
CON'rRACI.OR bias been obtained fnr such inclusion;,
which• consent shalt make speciG6 reference .to this
-
paragrdph_but m such conent.shall continue consent
to arbitration of any dispute not specifically described
in such. consant.or.to arbitration with tiny party not
spxcitical ly identificd.in zuchrconsent.
16.5. N'otwithstariding paragraph 16A.:if a cimmr
dispute or other matter in question bctwecii OWNER' and
CONTRkCTOR involves the Work of a SuWointructor,.
cidier OWNER. or rflA!'t-RACfOR •may, join Such
Subcontractor ass party to the arbitration between OWNER.
and CONTR:9C•1.OR hereunder. COWRAC'l•OR shill
include in allsubcontracts requfred by paragraph 6:1I a
specific provision whcrccbj• the Subcontractor consents to
Tieing joined in an -arbitrationberwemt Ol1Ni and
CON'MI \CCOR involving the Work. of sueh
Subcontractor. Nothing in this parigraph 16.5 not in die
provision of such subcontract consenting to joinder .shall
crdata any, claim, right 6r cause ofaction in diver of
Subconnraetor and agtiins OWNER. ENGNEER or,
G IGDTMR's'ConsuRantsdtitdifes'nnrothenvisaexst,
16.6. 'The award rendered by the arbitrators will be.
final, judg)nem may'Ie.entercd upon it in any court having-
-jurisdiction thercoC and it' will not be subject to
modification qr appeal.
16.7• O"VNER.and,CONTR:\CTOR agree that they
•shall first submit .any and all lirsctlled claims„
cuuntatchinns, disputes and' other matters in question
between thim arisirig, out. of Or ,relating to the' Contract
ba:uments or the bre,uQh thereof ("disputes"), to mediation
by the American .Arbitration Asso iatiut under the
Construction. fndustry'Mediation Rules of the American
Arbitration •A.,scciation -prior to either of them initiating
against the .other a demand, for arbitration pursuant to
paragraphs 16.1 through 16:6. fades delay ;in, initiatiruz
urbitmtion would irrevocably prejudice one at-- the parties_
`Chu res�pcctivc thirty and ten day time limits within which
to
file a demand for. arbitration err provided in paragraph;+
16„ and 16.3' above .shall be susperuied with respect to a.
dislwtc submitted to mediation within thoai same
applicable' time limits and shall remain suspended until ten
days after the termination of -the mediarion. The mediator
at mydisputesubmincd to niedhtion under this Agreement
shnll not serve as arhnmtor of '.such dispute uribess otherwise
acn:ed.
riryAl
0
0
0
•
\lQDFF!CATIQ,;S (RFV'99 3)
SECTION 00800
SUPPLEMENTARY CONDITIONS
i
C�
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:
None
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).
• 5.4.9 This policy will include completed operations coverage/product liability coverage
Rev 10/20/07
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
E
E
•
•
SECTION 00900
ADDENDA, MODIFICATIONS AND PAYMENT
950 Contract Change Order
00960 Application for Payment
•
•
SECTION 00950
CHANGE ORDER NO.
PROJECT TITLE: Shields Street Bridge & Laporte Avenue Bridge Replacement
CONTRACTOR: Zak Dirt Inc.
PROJECT NUMBER: 7336
DESCRIPTION:
1. Reason for change:
2. Description of Change:
3. Change in Contract Cost
4. Change in Contract Time:
ORIGINAL CONTRACT COST $ .00
TOTAL APPROVED CHANGE ORDER 0.00
TOTAL PENDING CHANGE ORDER 0.00
TOTAL THIS CHANGE ORDER 0.00
TOTAL % OF THIS CHANGE ORDER •
TOTAL C.O.% OF ORIGNINAL CONTRACT
ADJUSTED CONTRACT COST $ 0.00
(Assuming all change orders approved)
ACCEPTED BY: DATE:_
Contractor's Representative
ACCEPTED BY:
Project Manager
REVIEWED BY:
Title:
APPROVED BY:
Title:
APPROVED BY:
Purchasing Agent over $30,000
cc: City Clerk Contractor
Project File Architect
Engineer Purchasing
Rev 10/20/07
DATE:
DATE:
DATE:
DATE:
Section 00950 Page 1 •
0
0
0
S
\z
/\
\}
\
-
-
\
±
§%) )§
2< — —_
0zc,
ZOO z
zFzw0
co 0
/)0ww
)ƒ2�§]
LU �
a-
0
)
}
\
2
+
#
/
/
0
\
]
F-
0
a
o
—
A
)
\
2
k
)
co
\)
)
2
\
CL
\\
{\\0
»
U)
\
\/
222E
u
§
\
—
\
)-
-
y
!
so
fj<W
{
z\
-
)/
®0
j
/j
3
°
§
)�
»[
0($�»
e
ba
/
{
)&
-
��
®
f9\3»
9
Ĩ
°
�2
^ )
o
e ;
°
}
/)
0z
\\)}\
ƒ
(
<
j/
/
\
\ \
/
&
U
&
3
0
CD
\C's
-
-
4
§
<
_
-
-
-
/
}
/
\ ®
F-
/
}
\
@
\
\}
j
/
]
\
LLJ
\
\
\ \
/
<
<
a
$
G
o:
}
\
)
§ \
°
°
\
< / /
<
±—mr
=
/a)
o
)/
0)
k
k
k&
$
a
a§
a
z
/
/
\
/
f
/
R
/
z
o /
\
m
ro a
LIt
M
LL LL W
O
N O O O 000 0 0 0 0 0 0 0 0000 0 0 0 0 0 0 0 0 0 0 0 0 0 0
"O O O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
0 @ C Q 69 V3 EA Ki EA EA 6q E� Vf Vi Vf Vi V3 EA V) Vf G9 SH U) EA bH V) GC) fA EA V� V9 u� Vf Vi
Q O @ 0
a f- w F
N
O
O @ L N
a
000000000000000000000000000000
�o0000000o00000000o0o00000o0o00
0000000000000000000000000000000
o E6'6"b"6q v>6%6' 6'6' sfv3sveAf»F»v3v>e»svv 03Q» >v�e�bl�vf
a� Q
a�
Y C"
E
T
000000000000000000000000000000
7)000000000000000000000000000000
0000000000000000000000000000000
-O E61� 6c�v>e»svv><»Vfu>u3uiv,613,6»61aV>e»e»u,V�Us»ulVn&�v>v>en
0 a�
O 3 Q
a
LL n o
Z Y E 5.0 _
O O O N
F-F-3:Uaa C7
Q Z
U w 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
J2i 3000000000000000000000000000000
000000000a000000a00000000000000
dQ E 6)&e v> V) u> of e» 6-1 v> u> v� u'e» ev e» e» e» t» of vre» e) Q-, V f» 64 6»1 »
Cl. a) Q
a)
Y CL L
C UN C >
�FL
�000000000000000000000000000000
�000000000000000000000000000000
o 0 o 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 o 0 0 0
b-,Urv>v>u�u�usysv3svv�u>e»a»u�u>f»6')e»,v uv sst»v>u>e»e»E»e»
Q
a)
�a
N
H T
Z
� C
0 co
Q
~ C
QO
Z
O N 00
U �
L
hO QD Z
W � Z
r
0
0
TABLE OF CONTENTS
SCOPE 1
SUMMARY OF CONCLUSIONS 1
SITE CONDITIONS 2
PROPOSED CONSTRUCTION 2
INVESTIGATION 3
SUBSURFACE CONDITIONS
3
Ground Water
3
Seismicity
4
SITE DEVELOPMENT
4
Existing Fill and Structures
4
Fill Placement
5
Excavation
6
Dewatering
7
FOUNDATIONS
8
Footings
9
Drilled Piers Bottomed in Bedrock
10
Driven Piles
11
Laterally Loaded Piers and Piles
12
Wing Walls
13
SCOUR
15
APPROACH APRONS 15
WATER-SOLUBLE SULFATES 16
LIMITATIONS 16
FIGURE 1 — LOCATIONS OF EXPLORATORY BORINGS
FIGURE 2 — SUMMARY LOGS OF EXPLORATORY BORINGS
FIGURE 3 — EXAMPLE LATERAL EARTH PRESSURE DISTRIBUTIONS
FIGURE 4 — TYPICAL EARTH RETAINING WALL DRAIN
APPENDIX A — RESULTS OF LABORATORY TESTING
APPENDIX B — SAMPLE SITE GRADING SPECIFICATIONS
T 0
CA
is
�J
i
0
Ir—
.zr
U
a
N
LL
O
a)
a..
m
v
'O
0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O o 0 0 0 0 0 0 0 0 0 0 0 0 0
0
0
LL
C
w
(1)
00000000000000000000O0000OooO0000a
C�
me
W000000000000000000000000000000000
Hi to 61) (fi 69i FA to to eA to 69 to eA fA 6q e» to fA eH FA to to 69 69 esi eri to V) vi 69 69
Oa
Vf
LL
d~
W
�° M
a
a
N
`m
a
ti
o
O ed L
(3)
a
-�
MOO 0000OOOo0(p0o0CDC) 0aoa00000000000
=)000O00000000O000OOOOOOOOOOOOOOOOo
oOOOOOO000000OOO000OOOOO0000OOOOOo
E
e» e» F» e» e» e» en v) e» to e» erne» e» e» e» e» e» e» EH EA fA d9� 69 fA EA e» ER e» ER fH
e»
69
Q
a>
y O_
E ro
o
W�UIoO
O
�
IooOOO0000000O0ooOOOOOO00000O00000
Q
000OoO00000OOO000000000000O000000
a
-O
0000000000000000000000000000000000
E
toeae»E»6s er» e» 6969 E» e» 6`i 6`i eR eA to to to 6s&), eR 6,T eR 6s erf eA to eR e»e»er»
Hi
6
a
O
a�
mew
Q
LL
Qo-o
Z
Y o
O L7
�
�caa
cl
Ua
�OOOOOOoo00000O0o00oO0O0O000000000
J
N
D
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
0
0
N
O
O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
0
0
d
CL
E
6`1 to 69 Eff H� 6Fi FA er> to eri EA hA EA !fl EA EA EA fii (fl fA EA fA fA fA fA 69 EA 69 ER (ff 69
eri
EA
Q
E
Q
O
(n
U
L
J
Q
y
N C
0—O
�FL-�
O
W
F-
Q
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
o
o
C
=000000000000000000000000000000000�
O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
0
0
e»e»tae»6969e»e»a»eRe»tae9 eV 6V e»etre»e»<l tV e6q s Ve 6e1691691Vk »e»e»
Vie»
W
Q
O
F-
U
a)
= U
C
c
x
w
o
_
w
U
w
Z3
U
J
Q
0
O
cl�Q
O
0
2
U
F-
F
U
o
J
W
_
w
F¢
O
d
U
O
0
a`)
D
a
[0
Z
ca
a
a
O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0
O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O Ep
.................................
0000000000a0000OOOO00000000000000
70
m
O U
Q.
C
OH¢
O
O
O
N -0
m N .0
N L N
�Fa
0
0
0
sv
a
a�
> -o
aD 0
U .N '._
O L N
�F-a
0
0
0
c
'0N0
c 0
(6 O U
_ >
C N
�0CL<
Q
c
0
U
N
N J
U 1] F¢-
7 O
� Z �
N
E
N O
=Z
Ln
n
U
i
•
•
•
•
PROJECT SPECIAL PROVISIONS
Arthur Ditch Replacement
(Laporte Avenue to Whitcomb Street)
Replacement of Bridge No. FCSHLD-0.4-DRK
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
January 26, 2012
Prepared for:
City of Fort Collins
Engineering Department
281 North College Avenue
Fort Collins, CO 80522-0580
(970) 221-6605
Prepared by:
A7 -
4601 DTC Boulevard
Suite 700
Denver, CO 80237
(303) 221-7275
1
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 •
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
COLORADO DEPARTMENT OF TRANSPORTATION
PROJECT SPECIAL PROVISIONS
ARTHUR DITCH REPLACEMENT
(LAPORTE AVENUE TO WHITCOMB STREET)
SOUTH SHIELDS STREET OVER LARIMER CANAL NO. 2
REPLACEMENT OF BRIDGE NO. FCSHLD-0.4-DRK
FORT COLLINS, COLORADO
The Colorado Department of Transportation, 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
Pape
Index Pages
(January 26, 2012)
1-2
Notice to Bidders
(January 26, 2012)
3
Commencement and Completion of Work - Arthur Ditch
(January 26, 2012)
4
Commencement and Completion of Work - Shields Street
(January 26, 2012)
5
Contract Goal (Combined)
(January 26, 2012)
6
On the Job Training Contract Goal
(January 26, 2012)
7
Summary of Work
(January 26, 2012)
8-9
Revision of Section 105 - Claims for contract Adjustments
(January 26, 2012)
10
•
Revision of Section 106 - Conformity to the Contract of Hot Mix Asphalt
(January 26, 2012)
11
Revision of Section 107 - Insurance
(January 26, 2012)
12
Revision of Section 107 - Performance of Safety Critical Work
(January 26, 2012)
13-14
Revision of Section 108 - Specialty Items
(January 26, 2012)
15
Revision of Section 201 - Clearing and Grubbing
(January 26, 2012)
16
Revision of Section 202 - Removal of Bridge
(January 26, 2012)
17-20
Revision of Sections 202 and 412 - Removal and Replacement of Concrete Pavement
(January 26, 2012)
21-22
Revision of Section 203 - Excavation and Embankment
(January 26, 2012)
23
Revision of Section 208 -Erosion Control
(January 26, 2012)
24
Revision of Section 212 -Tree Retention and Protection
(January 26, 2012)
25-30
Revision of Section 214 -Planting
(January 26, 2012)
31-37
Revision of Section 304 - Aggregate Base Course
(January 26, 2012)
38
Revision of Section 403 - Hot Mix Asphalt
(January 26, 2012)
39-41
Revision of Section 403 - Warranted Hot Mix Asphalt
(January 26, 2012)
42-49
Revision of Section 411 - Bituminous Materials
(January 26, 2012)
50
Revision of Section 412 - Portland Cement Concrete Pavement
(January 26, 2012)
51-52
Revision of Section 514 - Pedestrian Railing (Steet)(Special)
(January 26, 2012)
53-55
Revision of Section 601 - Structural Concrete
(January 26, 2012)
56-57
Revision of Section 606 - Decorative Column - Type 1 and 2
(January 26, 2012)
58-61
Revision of Section 608 - Detectable Warnings
(January 26, 2012)
62-64
Revision of Section 608 - Sidewalks and Bikeways
(January 26, 2012)
65
Revision of Section 618 - Prestressed Concrete Stab
(January 26, 2012)
66
Revision of Section 630 - Construction Zone Traffic Control
(January 26, 2012)
67
Revision of Section 630 - Impact Attenuator (Sand Filled Plastic Barrel) (Temporary)
(January 26, 2012)
68-69
Revision of Section 630 - Portable Message Sign Panel
(January 26, 2012)
70
Revision of Section 702 - Superpave PG Binders
(January 26, 2012)
71
Force Account Items
(January 26, 2012)
72
Special Construction Requirements
(January 26, 2012)
73 •
Traffic Control Plan - General - Arthur Ditch
(January 26, 2012)
74
Traffic Control Plan - General - Shields Street
(January 26, 2012)
75-76
Utilities
(January 26, 2012)
77-79
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
COLORADO
DEPARTMENT OF TRANSPORTATION
STANDARD SPECIAL PROVISIONS
ARTHUR DITCH REPLACEMENT
(LAPORTE AVENUE TO WHITCOMB STREET)
SOUTH SHIELDS STREET OVER LARIMER CANAL NO.2
REPLACEMENT OF BRIDGE NO. FCSHLD-0.4-DRK
FORT COLLINS, COLORADO
STANDARD SPECIAL PROVISIONS
Date No. of Pages
Revision of Section 105 - Disputes and Claims for Contract Adjustments
(Oct. 27, 2011)
22
Revision of Section 105 - Violation of Working Time Limitation
(February 3, 2011)
1
Revision of Sections 105 and 106 - Conformity to the Contract of Hot Mix Asphalt
(February 3, 2011)
7
(Less than 5000 Tons)
Revision of Section 106 - Certificates of Compliance and Certified Test Reports
(February 3, 2011)
1
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
(August 19, 2011)
1
Revision of Section 108 - Liquidated Damages
(Dec. 29, 2011)
1
Revision of Section 109 - Asphalt Cement Cost Adjustment
(Sept. 29, 2011)
2
(Asphalt Cement Included in the Work)
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 109-Measurement of Water
(January 06, 2012)
1
Revision of Sections 206 and 601 - Backfilling Structures that Support
(July 29, 2011)
1
Lateral Earth Pressures
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
Revision of Section 401 - Temperature Segregation
(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 - Class H and HT Bridge Deck Concrete
(Dec. 29, 2011)
5
Revision of Section 601 - Concrete Batching
(February 3, 2011)
1
Revision of Section 601 - Concrete Finishing
(February 3, 2011)
1
Revision of Section 601 - Concrete Form and Falsework Removal
(July 28, 2011)
2
Revision of Section 601 - Concrete Slump Acceptance
(July 29, 2011)
1
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
l
Revision of Section 630 - Retroreflective Sign Sheeting
(February 3, 2011)
1
Revision of Section 712 - Geotextiles
(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,
(January 6, 2011)
56
U.S. Department of Labor General Decision Numbers C0100018 thru C0100026,
MOD 1, Highway Construction, Statewide
On the Job Training
(July 29, 2011)
3
Required Contract Provisions - Federal -Aid Construction Contracts
(February 3, 2011)
10
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
NOTICE TO BIDDERS
It is recommended that bidders on this project review the work site and plan details with an authorized
City representative. Prospective bidders shall contact one of the following listed authorized City
representatives at least 12 hours in advance of the time they wish to review the project.
Project Manager: Jin Wang, P.E.
Phone:
(970) 416-2292
Engineering Department
Fax:
(970) 221-6378
City of Fort Collins
email:
jwang@fcgov.com
281 North College Avenue
Fort Collins, CO 80522-0580
Senior Buyer: John Stephen
Phone:
(970) 221-6777
Purchasing Department
Fax:
(970) 221-6707
City of Fort Collins
email:
jstephen@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.
0
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
COMMENCEMENT AND CONIPLETION OF WORK — ARTHUR DITCH
The Contractor shall commence work under the Contract on or before the 5`h day following Contract
execution or the 20th day following the date of award, whichever comes later, unless such time for
beginning the work is changed by the Chief Engineer in the "Notice to Proceed." The Contractor shall
complete all work within 120 calendar days in accordance with the "Notice to Proceed."
Section 108 of the Standard Specifications is hereby revised for this project as follows:
Subsection 108.03 shall include the following:
Salient features to be shown on the Contractor's Bar Chart Progress Schedule are:
•
Mobilization
•
Construction Survey
•
Detour
•
Removals
•
Roadway Earthwork
•
Structure Construction
•
Concrete Pavement
•
Hot Mix Asphalt Pavement
•
Curb, Gutter and Sidewalk
•
Seeding and Landscaping
9
4
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
COMMENCEMENT AND COMPLETION OF WORK — SHIELDS STREET
The Contractor shall commence work under the Contract on or before the 51h day following Contract
execution or the 20th day following the date of award, whichever comes later, unless such time for
beginning the work is changed by the Chief Engineer in the "Notice to Proceed." The Contractor shall
complete all work within 275 calendar days in accordance with the "Notice to Proceed."
Salient features to be shown on the Contractor's Progress Schedule are:
• Mobilization
• Construction Surveying
• Construction Traffic Control
• Topsoil (Stockpile & Redistribute)
• Removals and Adjustments
• Roadway Earthwork
• Erosion Control
• Bridge Foundation, Substructure, and Superstructure
• Drainage
• Curb, Gutter and Sidewalk
• Asphalt Pavement
• Asphalt Milling and Overlay
• Seeding & Landscaping
• Signing and Striping
• Utility coordination and relocations
Section 108 of the Standard Specifications is hereby revised for this project as follows:
Subsection 108.03 shall include the following:
The progress schedule shall consist of a Critical Path Method (CPM) schedule prepared using the
Microsoft Project software and submitted in hard and electronic formats.
5
•
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-t00
Construction Subaccount No. 17905
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* 13 Percent
The percentage will be calculated from proposals received for this project according to the following
formula:
Percentage = 100 X
**Dollar amount of work to be contracted to underutilized DBEs (UDBEs)
Total dollar amount of the original Contract
* 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
40 12.69 percent annual goal for the participation of all DBEs.
9
11
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Latimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
ON THE JOB TRAINING CONTRACT GOAL
The Department has determined that On the Job Training shall be provided to trainees with the goal of
developing full journey workers in the types of trade or classification involved. The contract goal for On
the Job Trainees working in an approved training plan in this Contract has been established as follows:
Minimum number of total On the Job Training required 640 hours
I*
0
`/
SCOPE
This report presents the results of our Geotechnical Investigation for the proposed
Shields Street Bridge Replacement project located at Larimer County Canal Number 2 in
Fort Collins, Colorado. The purpose of the investigation was to evaluate the subsurface
conditions and provide foundation recommendations and geotechnical design criteria for
the project.
The report was prepared from data developed during field exploration, laboratory
testing, engineering analysis and experience with similar conditions. The report includes
a description of subsurface conditions found in our exploratory borings and discussions
of site development as influenced by geotechnical considerations. Our opinions and
recommendations regarding design criteria and construction details for foundations,
lateral earth loads, and drainage are provided. If changes to the proposed construction
are made, we should be notified and we may revise our recommendations. Our opinions
is
are summarized in the following paragraphs. Further descriptions of the subsurface
conditions, results of our field and laboratory investigations and our opinions,
conclusions and recommendations are included in the subsequent sections of this
report.
SUMMARY OF CONCLUSIONS
1. Soils encountered in our borings consisted of approximately 9 to 10 feet
of sandy clay and clayey sand fill over sandy clay and silty to gravelly
sand. Claystone bedrock was encountered at a depth of 29 and 32 feet
below the existing ground surface.
2. Ground water was measured at depths ranging from 19%2 to 21 feet.
Existing groundwater levels are not expected to affect the proposed
construction; however, we anticipate groundwater levels will rise due to
irrigation usage in nearby water features which will likely affect the
proposed construction.
3. Existing fill was encountered in both of our borings to depths of 9 and 10
feet. The fill was likely placed during previous site grading activities or
during the construction of the existing culvert. We should be provided with
records of compaction testing and observation of existing fill placement
• for our review to help us evaluate whether the fill is suitable for support of
the proposed improvements.
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
SHIELDS STREET BRIDGE REPLACEMENT , 1
CTLIT PROJECT NO. FC05113-125
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
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.
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 iveather.
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.
9
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 ofanticipated adverse weather will constitute the base line for monthly (or portion thereof)
tiveather time evaluations. Upon acknowledgment of the Notice to Proceed and continuing throughout the
contract on a monthly basis, actual adverse weather clays and the impact of adverse weather days that delay the
work M11 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 constrtction schedhde or written authorization from the On wer
indicates otherwise. 7-he number ofdays of delayed work due to adverse weather or the impact thereof will then
be compared to the monthly adverse weather schedule above.
An actual adverse weather day tnust prevent work for 50 percent or more of the
Contractors workdav, 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 rovorking clays for which work was delayed during each month.
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-2-
SUNIMARY OF WORK
At the end of each month, if the number of working days for which work was delayed due to adverse
weather exceeds that shown in the above schedule, a Change Order will be executed which increases
the Contract Time. The number of work days delayed due to adverse weather or the impact thereof
will then be converted to Calendar Days based on the contract completion day and date. This
conversion assumes a 5-day work week, Mondays through Fridays, holidays excepted; should the
Contractor have authorization to work weekends and/or holidays, then the method of conversion of
workdays to calendar days would take this into consideration. The contract time period will then be
increased by the number of calendar days calculated above and a new contract completion day and
date will be set.
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 snake 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 airy excess cost when the delav in completion
of the work is due to the following, and the Contractor has promptly given written notice of such delav 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.
0
•
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 105
CLAIMS FOR CONTRACT ADJUSTMENT
Section 105 of the Standard Specifications is hereby revised for this project as follows:
Subsection 105.22 shall be revised as follows:
The Colorado Department of Transportation will not participate in the resolution process for any claims
filed by the Contractor.
m
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
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.
•
•
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 107
INSURANCE
Section 107.18 is hereby revised to read:
For this project all insurance certificates shall name the Colorado Department of Transportation as an
additionally insured party.
12
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 107
PERFORMANCE OF SAFETY CRITICAL WORK
Section 107 of the Standard Specifications is hereby revised as follows:
Add subsection 107.061 immediately following subsection 107.06 as follows:
107.061 Performance of Safety Critical Work. The following work elements are considered safety
critical work for this project:
(1) Removal of bridge
(2) Temporary works: falsework, shoring that exceeds 5 feet in height, cofferdams, and temporary
bridges
(3) Work requiring the use of cranes or other heavy lifting equipment to set a girder, to make overhead
repairs, or includes special provisions for Removal of Bridge or Removal of Portion of Bridge.
Also when construction materials are being lifted that may fall onto active traffic lanes.
(4) Excavation and embankment adjacent to the roadway, especially if it requires shoring.
(5) Work operations such as pile driving and jack hammering which may create vibration and cause
debris to fall into traffic.
The Contractor shall submit, for record purposes only, an initial detailed construction plan that addresses
safe construction of each of the safety critical elements. When the specifications already require an 10
erection plan, a bridge removal plan, or a removal of portion of bridge plan, it shall be included as a part
of this plan. The detailed construction plan shall be submitted two weeks prior to the safety critical
element conference described below. The construction plan shall be stamped `Approved for
Construction' and signed by the Contractor. The construction plan will not be approved by the Engineer.
The Construction Plan shall include the following:
(1) Safety Critical Element for which the plan is being prepared and submitted.
(2) Contractor or subcontractor responsible for the plan preparation and the work.
(3) Schedule, procedures, equipment, and sequence of operations, that comply with the working hour
limitations
(4) Temporary works required: falsework, bracing, shoring, etc.
(5) Additional actions that will be taken to ensure that the work will be performed safety.
(6) Names and qualifications of workers who will be in responsible charge of the work:
A. Years of experience performing similar work
B. Training taken in performing similar work
C. Certifications earned in performing similar work
(7) Names and qualifications of workers operating cranes or other lifting equipment
A. Years of experience performing similar work
B. Training taken in performing similar work
C. Certifications earned in performing similar work
(8) The construction plan shall address how the Contractor will handle contingencies such as:
A. Unplanned events (storms, traffic accidents, etc.)
B. Structural elements that don't fit or line up
C. Work that cannot be completed in time for the roadway to be reopened to traffic
13
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
D. Replacement of workers who don't perform the work safely
E. Equipment failure
-2-
REVISION OF SECTION 107
PERFORMANCE OF SAFETY CRITICAL WORK
F. Other potential difficulties inherent in the type of work being performed
(9) Name and qualifications of Contractor's person designated to determine and notify the Engineer in
writing when it is safe to open a route to traffic after it has been closed for safety critical work.
(10) Erection plan or bridge removal plan when submitted as required elsewhere by the specifications.
Plan requirements that overlap with above requirements may be submitted only once.
A safety critical element conference shall be held two weeks prior to beginning construction on each
safety critical element. The Engineer, the Contractor, the safety critical element subcontractors, and the
Contractor's Engineer shall attend the conference. Required pre -erection conferences or bridge removal
conferences may be included as a part of this conference.
After the safety critical element conference, and prior to beginning work on the safety critical element, the
Contractor shall submit a final construction plan to the Engineer for record purposes only. The
Contractor's Engineer shall sign and seal temporary works, such as falsework, shoring etc., related to
construction plans for the safety critical elements, (1) Removal of Bridge and (2) Temporary Works. The
• final construction plan shall be stamped "Approved for Construction" and signed by the Contractor.
The Contractor shall perform safety critical work only when the Engineer is on the project site. The
Contractor's Engineer shall be on site to inspect and provide written approval of safety critical work for
which he provided signed and sealed construction details. Unless otherwise directed or approved, the
Contractor's Engineer need not be on site during the actual performance of safety critical work, but shall
be present to conduct inspection for written approval of the safety critical work.
When ordered by the Engineer, the Contractor shall immediately stop safety critical work that is being
performed in an unsafe manner or will result in an unsafe situation for the traveling public. Prior to
stopping work, the Contractor shall make the situation safe for work stoppage. The Contractor shall
submit an acceptable plan to correct the unsafe process before the Engineer will authorize resumption of
the work.
When ordered by the Engineer, the Contractor shall remove workers from the project that are performing
the safety critical work in a manner that creates an unsafe situation for the public in accordance with
subsection 108.05.
Should an unplanned event occur or the safety critical operation deviate from the submitted plan, the
Contractor shall immediately cease operations on the safety critical element, except for performing any
work necessary to ensure worksite safety, and provide proper protection of the work and the traveling
public. If the Contractor intends to modify the submitted plan, he shall submit a revised plan to the
Engineer prior to resuming operations.
All costs associated with the preparation and implementation of each safety critical element construction
plan will not be measured and paid for separately, but shall be included in the work.
Nothing in the section shall be construed to relieve the Contractor from ultimate liability for unsafe or
14
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 •
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
negligent acts or to be a waiver of the Colorado Governmental Immunity Act on behalf of the
Department.
•
15
•
•
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 108
SPECIALTY ITEMS
Section 108 of the Standard Specifications is hereby revised for this project as follows:
Subsection 108.01 shall include the following:
The following items are designated as "Specialty Items" for this project:
Specialty Items
(1) Inlet (Special)
(2) Pedestrian Railing (Special)
OR
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 201
CLEARING AND GRUBBING
Subsection 201.04 shall include the following:
Payment will be made under:
Pay Item
Clearing and Grubbing (Arthurs Ditch)
Clearing and Grubbing (Shields Bridge)
17
Pay Unit
Lump Sump
Lump Sump
0
u
•
Exhibit 1 — Revised Bid Tab 2-17-12
ITEM NO.
DESCRIPTION
UNIT
QUANTITY
UNIT COST
TOTAL
201-00000
CLEARING AND GRUBBING (ARTHURS DITCH)
L S
1
201-00000
CLEARING AND GRUBBING (SHIELDS BRIDGE)
LS
1
202-00010
REMOVAL OF TREE
EACH
5
202-00019
REMOVAL OF INLET
EACH
5
202-00200
REMOVAL OF SIDEWALK
SY
267
202-00203
REMOVAL OF CURB AND GUTTER
LF
768
202-00206
REMOVAL OF CONCRETE CURB RAMP
SY
13
202-00210
REMOVAL OF CONCRETE PAVEMENT
SY
1,045
202-00220
REMOVAL OF ASPHALT MAT
SY
2,296
202-00240
REMOVAL OF ASPHALT MAT (PLANING)(1"-4" DEPTH)
SY
288
202-00250
REMOVAL OF PAVEMENT MARKING
LS
1
202-00400
REMOVAL OF BRIDGE
LS
1
202-00495
REMOVAL OF PORTIONS OF PRESENT STRUCTURE (CONCRETE BOX CULVERT)
L S
1
203-00010
UNCLASSIFIED EXCAVATION (COMPLETE IN PLACE)
CY
589
203-00100
MUCK EXCAVATION
CY
200
203-01597
POTHOLING (ARTHURS DITCH)
LS
1
203-01597
POTHOLING (SHIELDS BRIDGE)
LS
i
206-00000
STRUCTURE EXCAVATION
CY
2,328
206-00100
STRUCTURE BACKFILL (CLASS 1)
CY
1,712
206-00200
STRUCTURE BACKFILL (CLASS 2)
CY
58
206-00510
FILTER MATERIAL (CLASS A)
CY
108
206-00520
FILTER MATERIAL (CLASS B)
CY
308
206-01750
SHORING (AREA 1)
L S
1
206-01750
SHORING (AREA 2)
L S
1
208-00002
EROSION LOG (12 INCH)
LF
717
208-00034
GRAVEL BAG
LF
62
208-00045
CONCRETE WASHOUT STRUCTURE
EACH
3
208-00070
VEHICLE TRACKING PAD
EACH
5
208-00205
EROSION CONTROL SUPERVISOR (ARTHURS DITCH)
LS
1
208-00205
EROSION CONTROL SUPERVISOR (SHIELDS BRIDGE)
LS
1
210-04010
ADJUST MANHOLE
EACH
2
210-04050
ADJUST VALVE BOX
EACH
2
210-00810
RESET GROUND SIGN
EACH
2
212-00006
SEEDING (NATIVE)
ACRE
0.7
212-00032
SOIL CONDITIONING
ACRE
0.7
Addendum 2
Shields Street Bridge & Laporte Avenue Bridge Replacement Design Page 2 of 4
Ir 0
If records of existing fill placement are not available, shallow foundation
and pavements constructed on the existing fill will be susceptible to
movement and associated damages. If records are not available, we
recommend removal and recompaction of the existing fill beneath the
proposed improvements.
4. We believe the proposed structure can be constructed on footing
foundations. Deep foundations consisting of drilled piers or driven piles
may be used as an alternative. If integral with the abutments, wing walls
should be founded on a similar foundation system. Foundation
discussion and criteria for footing, drilled pier, and driven pile foundations
are provided in this report.
SITE CONDITIONS
The site is located approximately 600 feet north of the intersection of Shields
Street and Centre Avenue in Fort Collins, Colorado (Figure 1). At this location, South
Shields Street spans the Larimer County Canal Number 2 which flows west to east
under the roadway. During our investigation, there was no water in the canal. Based on
surveying measurements taken by a representative of our firm, the flow line of the ditch
was approximately 9 to 14 feet below the existing roadway surface. To the south of the
Larimer County Canal Number 2, the New Mercer Ditch flows adjacent to the crossing.
At the bridge crossing, the roadway has a gradual slope to the north with ground cover
consisting of asphaltic concrete pavement for South Shields Street and curb and gutter,
sidewalks, and mature landscaping in adjacent areas.
PROPOSED CONSTRUCTION
The current crossing was constructed as a retrofitted bridge/culvert structure
resulting from periodic road widening over the life time of the structure. We understand
the crossing is showing fatigue including footings being exposed by scouring and
cracking on the underslab of the bridge between concrete girders. We were unable to
measure the top of the footing elevation during our site visit due to ice in the channel, but
have assumed existing footing elevations are close to the elevation of the flow line of the
channel (assumed El. 84.5). We have anticipated the new bridge abutment elevations
will extend, at a minimum, down to existing footing elevations. Scour depths may result
in deeper foundation depths.
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
SHIELDS STREET BRIDGE REPLACEMENT 2
CTLI T PROJECT NO. FC05113-125
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 202
REMOVAL OF BRIDGE
Section 202 of the Standard Specifications is hereby revised for this project as follows:
Subsection 202.01 shall include the following:
This work consists of removal of the existing bridge at FSCSHLD-0.4-DRK at Shields Street over
Larimer Canal No. 2. Bridge removal shall consist of the complete removal of all superstructure and
substructure elements unless otherwise shown on the plans.
Subsection 202.02 shall include the following:
The removal of the existing bridge shall be performed in a safe manner.
When removal operations are located over a railroad or in proximity to any live water way , additional
coordination with the railroad or other agency, (United States Army Corps of Engineers (USACE), US
Fish and Wildlife Service, US Forest Service, etc.) shall be required.
The Contractor shall submit a bridge removal plan to the Engineer, for record purposes only, at least 20
working days prior to the proposed start of removal operations. This Plan shall detail procedures,
• sequences, and all features required to perform the removal in a safe and controlled manner. The Bridge
Removal Plan shall be stamped "Approved for Construction" and signed by the Contractor. The Bridge
Removal Plan will not be approved by the Engineer.
0
The Bridge Removal Plan shall provide complete details of the bridge removal process, including:
(1) The removal sequence, including staging of removal operations. Sequence of operation shall
include a detailed schedule that complies with the working hour limitations.
(2) Equipment descriptions including size, number, type, capacity, and location of equipment during
removal operations.
(3) Shoring that exceeds 5 feet in height, all falsework and bracing.
(4) Details, locations and types of protective coverings to be used. The protective covering shall
prevent any materials, equipment or debris from falling onto the property below. When removal
operations are located over or in proximity to any live waterway, railroad, or pedestrian/bicycle
path, additional width of protective covering sufficient to protect these facilities shall be required.
Detailed methods for protection of the existing roadway facilities, including measures to assure that
people, property, utilities, and improvements will not be endangered.
(5) Detailed methods for protection of live waterways including minimization of turbidity and
sedimentation, and protection of existing wetlands.
(6) Detailed methods for mitigation of fugitive dust resulting from the demolition.
1S
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 •
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
(7) Details for dismantling, removing, loading, and hauling steel elements.
(8) Methods of Handling Traffic, including bicycles and pedestrians, in a safe and controlled manner.
-2-
REVISION OF SECTION 202
REMOVAL OF BRIDGE
A Pre -Removal Conference shall be held at least seven days prior to the beginning of removal of the
bridge. The Engineer, the Contractor, the removal subcontractor, the Contractor's Engineer, and the
Traffic Control Supervisor (TCS) shall attend the Pre -Removal Conference. The Bridge Removal Plan
shall be finalized at this Conference.
The Contractor's Engineer shall sign and seal (1) and (3) listed above in the final Bridge Removal Plan.
Calculations shall be adequate to demonstrate the stability of the structure remaining after the end of each
stage of removal, before traffic is allowed to resume in its normal configuration.
The final Bridge Removal Plan shall be stamped "Approved for Construction" and signed by the
Contractor. The Contractor shall submit a final Bridge Removal Plan to the Engineer prior to bridge
removal for record purposes only. The Contractor shall not begin the removal process without the
Engineer's written authorization.
Submittal of the final Bridge Removal Plan to the Engineer, and field inspection performed by the •
Engineer, will in no way relieve the Contractor and the Contractor's Engineer of full responsibility for the
removal plan and procedures.
Work within Railroad right-of-way shall be in accordance with Section 107. For bridge removal over
railroads, including overhead wires, tunnels and underground facilities, approval of the bridge removal
plans will be contingent upon the drawings being satisfactory to the railroad company involved.
Unless otherwise directed, the Contractor's Engineer need not be on site when bridge removal operations
are in progress, but shall be present to conduct daily inspection for written approval of the work. The
Contractor's Engineer shall inspect and provide written approval of each phase of the removal prior to
allowing vehicles or pedestrians on, below, or adjacent to the structure. The Contractor's Engineer shall
certify in writing that the falsework, bracing, and shoring conform to the details of the final Bridge
Removal Plan. A copy of the certification shall be submitted to the Engineer.
The Contractor's Engineer shall inspect the bridge removal site and report in writing on a daily basis the
progress of the operation and the status of the remaining structure. A copy of this daily report shall be
available at the site of the work at all times, and a copy of the previous day's inspection report shall
submitted to the Engineer daily.
The Contractor shall have all necessary workers, materials, and equipment at the site prior to closing any
lanes to traffic to accommodate bridge removal operations. While the lanes are closed to public traffic,
work shall be pursued promptly and without interruption until the roadway is reopened to traffic.
Removal of hazardous material shall be in accordance with Section 250.
The Contractor shall take all steps to avoid contaminating state waters, in accordance with subsection
107.25.
E
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
Should an unplanned event occur or the bridge removal operation deviate from the submitted bridge
removal plan, the bridge removal operations shall immediately cease after performing any work necessary
-3-
REVISION OF SECTION 202
REMOVAL OF BRIDGE
to ensure worksite safety. The Contractor shall submit to the Engineer, the procedure or operation
proposed by the Contractor's Engineer to correct or remedy the occurrence of this unplanned event or to
revise the final Bridge Removal Plan. The Contractor shall submit his Engineer's report in writing,
within 24 hours of the event, summarizing the details of the event and the procedure for correction.
Before removal of the protective covering, the Contractor shall clean the protective covering of all debris
and fine material.
Bridge removal may be suspended by the Engineer for the following reasons:
(1) Final Bridge Removal Plan has not been submitted, or written authorization has not been provided
by the Engineer to begin the removal.
(2) The Contractor is not proceeding in accordance with the final Bridge Removal Plan, procedures, or
sequence.
(3) The Contractor's Engineer is not on site to conduct inspection for the written approval of the work
(4) Safety precautions are deemed to be inadequate.
(5) Existing neighboring facilities are damaged as a result of bridge removal.
Suspension of bridge removal operations shall in no way relieve the Contractor of his responsibility under
the terms of the Contract. Bridge removal operations shall not resume until modifications have been
made to correct the conditions that resulted in the suspension, as approved in writing by the Engineer.
The Contractor shall notify all emergency response agencies of the proposed removal work and any
detours 24 hours in advance of work. This shall include the Colorado State Patrol, local Police
Department, local Fire Department, all local ambulance services, and the Sheriff's Department, as
appropriate.
All required traffic control devices, night time flagging stations, barricades and VMS signs shall be in
place, with detours in operation, prior to the beginning of removal operations each day. Night work shall
conform to the requirements of the MUTCD, Parts 1, 5, and 6.
Prior to reopening the roadway to public traffic, all debris, protective pads, materials, and devices shall be
removed and the roadways swept clean.
Explosives shall not be used for removal work without the written approval of the Engineer.
Removal shall include the superstructure, the substructure, which includes the piers, the abutments and
wingwalls, the bridge rail, and any approach slabs and steeper slabs.
911
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
Removal of the substructure shall be taken down to at least 1 foot below the natural existing or future
ground surface at the lowest point of interface with the abutment, unless otherwise approved by the
-4-
REVISION OF SECTION 202
REMOVAL OF BRIDGE
Engineer. Holes resulting from substructure removal shall be backfilled with Structure Backfill (Class 2)
to the adjacent existing grades.
All other materials removed from the existing structure shall become the property of the Contractor and
shall be properly disposed of offsite at the Contractor's expense, unless otherwise stated in the plans.
Existing structures, facilities, and surrounding roadways shall not be damaged by the removal operations.
Damage that does occur shall be repaired immediately at the Contractor's expense.
Subsection 202.12 shall include the following:
Payment will be made under:
Pay Item
Removal of Bridge
Unit
Lump Sum
Payment for Removal of Bridge will be full compensation for all labor and materials required to complete
the work, including, preparation and implementation of the Bridge Removal Plan, inspection, equipment,
debris handling and disposal, salvaging, handling and storage of salvable materials, handling and disposal
of all hazardous materials and disposal of non -salvable materials.
Lighting required for nighttime operations will not be measured and paid for separately, but shall be
included in the work.
2l
0
r�
E
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-t00
Construction Subaccount No. 17905
REVISION OF SECTIONS 202 AND 412
REMOVAL AND REPLACEMENT OF CONCRETE PAVEMENT
Sections 202 and 412 of the Standard Specifications are hereby revised for this project as follows:
In Subsection 202.02 delete the sixth paragraph and replace with the following:
The areas of concrete pavement to be removed shall be isolated in both the longitudinal and transverse
directions by the double saw cut method of sawing in accordance with FHWA's publication entitled
"Guide for Full -Depth Repairs". Sawing shall be accomplished with the use of a diamond blade saw or
approved equivalent. Sawing of the concrete pavement shall be done to a true line, with a vertical face,
unless otherwise specified. Sawing shall be full depth and shall go through the existing tie -bars and dowel
bars, leaving free vertical edges at the limits of the removal.
After sawing has been completed, the deteriorated concrete shall be lifted vertically from its position
unless otherwise approved by the Engineer. Pavement breakers or jackhammers shall be used in the
removal process where lifting is not possible. All loose materials shall be removed from the repair area.
Removed concrete slabs and excavated soils shall become the property of the Contractor and shall be
disposed of in accordance with subsection 202.07.
O After concrete pavement is removed, the underlying material will be evaluated by the Engineer.
Unsuitable material shall be removed in accordance with subsection 206.03 and replaced with aggregate
base course of the class and depth specified in the Contract.
Within 24 hours before new concrete is placed, the entire surface upon which new concrete bonds shall be
sandblasted to roughen the surface and remove all fractured or loose particles in order to promote good
bond with new concrete.
The subsequent aggregate base course shall be placed with moisture and density control in accordance
Section 304.
Subsection 202.11 shall include the following:
Removal of concrete pavement will be measured by the square yard, completed to the required depth, and
accepted.
Subsection 202.12 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Removal of Concrete Pavement Square Yard
Removal of Portions of Present Structure Lump Sum
Payment for Removal of Concrete Pavement will be full compensation for all work and materials required
O to complete the item, including sawing, removing, and disposal of the concrete pavement. Removal of
man hole shall be included in Removal of Portions of Present Structure. Contractor shall be responsible
for the stability of the portions of box culvert to remain.
22
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-2-
REVISION OF SECTIONS 202 AND 412
REMOVAL AND REPLACEMENT OF CONCRETE PAVEMENT
Structure excavation for removal of unsuitable material will be measured and paid for in accordance with
subsection 206.07.
Aggregate base course will be measured and paid for in accordance with Section 304.
Subsection 412.13 shall include the following:
Dowel bars and tie bars for replaced concrete pavement shall be placed in accordance with Standard Plan
M-412-1 unless otherwise directed by the Engineer. To anchor dowel bars and tie bars, holes shall be
drilled into the sawed face of the existing slab, perpendicular to the joints. All alignments shall be
measured and verified prior to the placement of concrete. Dowel baskets shall be used forjoints in repair
areas that exceed more than one panel replacement.
Compressed air shall be used to remove dirt and debris from all drilled holes. After cleaning and prior to
bar insertion, epoxy grout shall be discharged to the back of the hole to force the grout forward. Sufficient
epoxy grout shall be injected into the back of the hole in order to cover the bar over the entire length of
embedment. Each bar shall be twisted a minimum of one full turn during insertion. •
Subsection 412.17 shall include the following:
The smoothness of the replaced concrete shall be tested in accordance with subsection 105.07(a).
In subsection 412.23, first paragraph, delete the first sentence and replace it with the following:
The quantities of Concrete Pavement to be paid for under these items will be the number of square yards
completed and accepted.
Subsection 412.24 shall include the following:
Payment will be made under:
Pay Item
Concrete Pavement (9 %2 Inch)
Pay Unit
Square Yard
Payment for Concrete Pavement (9 %2 Inch) will be full compensation for all work and material required
to place and finish the replacement concrete pavement, including dowel bars, in accordance with the
Contract.
23
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 203
EXCAVATION AND EMBANKMENT
METHOD OF MEASUREMENT
Subsection 203.13 (e) shall include the following:
Payment for potholing shall be lump sum including all items necessary to complete the work.
BASIS OF PAYMENT
Subsection 203.14 shall include the following:
Payment will be made under:
Pay Item
Potholing (Arthurs Ditch)
Potholing (Shields Bridge)
•
•
24
Pay Unit
Lump Sump
Lump Sump
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 •
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 208
EROSION CONTROL
METHOD OF MEASUREMENT
Subsection 208.11 delete paragraph 7 and replace with the following:
Payment for Erosion Control Supervisor shall be lump sum including all items necessary to complete the
work.
BASIS OF PAYMENT
Subsection 208.12 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Erosion Control Supervisor (Arthurs Ditch) Lump Sump
Erosion Control Supervisor (Shields Bridge) Lump Sump
•
•
25
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 212
TREE RETENTION AND PROTECTION
Section 212 of the Standard Specifications is hereby revised for this project as follows
Subsection 212.01 shall include the following
Tree Retention and protection includes general protection and pruning of existing trees and plants that are
affected by execution of the Work, whether temporary or permanent construction. The following
definitions apply:
(a) Caliper: Diameter of a trunk measured by a diameter tape or the average of the smallest and largest
diameters at 6 inches above the ground for trees up to, and including, 4-inch size; and 12 inches
above the ground for trees larger than 4-inch size.
(b) Plant -Protection Zone: Area surrounding individual trees, groups of trees, shrubs, or other
vegetation to be protected during construction, and indicated on Drawings.
(c) Tree -Protection Zone: Area surrounding individual trees or groups of trees to be protected during
construction, and defined by a circle concentric with each tree with a radius 1.5 times the diameter
of the drip line unless otherwise indicated.
• (d) Vegetation: Trees, shrubs, groundcovers, grass, and other plants.
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 "Tree Retention and Protection" line item and will not
be paid for separately.
1.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.
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:
26
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 •
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
A. Protection -Zone Fencing: Assembled Samples of manufacturer's standard size made
from full-size components.
-2-
REVISION OF SECTION 212
TREE RETENTION AND PROTECTION
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.
I.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.
l.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.
(d) Preparation.
Locate and clearly identify trees, shrubs, and other vegetation to remain or to be relocated. Tie a l-
inch blue -vinyl tape around each tree trunk at 54 inches above the ground.
27
Ll
Ll
INVESTIGATION
Subsurface conditions at the site were investigated by drilling two borings, one at
each bridge/culvert abutment. The approximate locations of the borings are shown on
Figure 1. Our field representative observed drilling, logged the soils and bedrock found
in the borings and obtained samples. Summary logs of the borings, including results of
field penetration resistance tests, are presented on Figure 2.
Samples obtained during drilling were returned to our laboratory and visually
examined by the geotechnical engineer for this project. Laboratory testing included
moisture content, dry density, swell -consolidation, gradation, Atterberg limits, and water-
soluble sulfate tests. Results of laboratory tests are presented in Appendix A and
summarized on Table A -I.
SUBSURFACE CONDITIONS
Pavement materials encountered in our borings included approximately 12 inches
of asphaltic concrete; no aggregate base course was found below the asphalt. Soils
encountered in our borings consisted of approximately 9 to 10 feet of sandy clay and
clayey sand fill over sandy clay and silty to gravelly sand. Claystone bedrock with
sandstone interbeds was encountered at a depth of 29 and 32 feet below the existing
ground surface. The upper 6 to 6'/2 feet of bedrock encountered was considered
weathered. Clay and claystone samples tested during laboratory swell -consolidation
testing showed no movement or low swell when wetted under a confining pressure of
1,000 psf. Further descriptions of the subsurface conditions are presented on our boring
logs (Figure 2) and in our laboratory testing (Appendix A).
Ground Water
Ground water was measured at depths ranging from 19'/2 to 21 feet. Existing
groundwater levels are not expected to affect the proposed construction. However, we
anticipate groundwater levels will rise due to irrigation usage in the Larimer County
. Canal Number 2, New Mercer Ditch, and other nearby water features which will likely
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
SHIELDS STREET BRIDGE REPLACEMENT 3
CTL i T PROJECT NO. FC05113-125
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
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.
-3-
REViSION OF SECTION 212
TREE RETENTION AND PROTECTION
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 pennits 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.
The Contractor shall wrap protected trees with concrete blankets or equivalent treatment whenever
directed by the owners 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
28
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 •
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
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.
4-
REVISION OF SECTION 212
TREE RETENTION AND PROTECTION
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, train 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.
(g) Root Prunning.
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:
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.
29
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
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.
4.13ackfill as soon as possible according to requirements in Section 200 Earth Work.
-5-
REVISION OF SECTION 212
TREE RETENTION AND PROTECTION
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.
Q) 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.
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 detennines 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.
30
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
(k) Disposal of Surplus and fVaste Materials.
Disposal: Remove excess excavated material, displaced trees, trash and debris, and legally dispose
of them off Owner's property.
-6-
REVISION OF SECTION 212
TREE RETENTION AND PROTECTION
Subsection 212.07 shall include the following:
Tree retention and protection will not be measured, but will be paid for on a lump sum basis. The lump
sum price bid will be full compensation for all work required to complete the item, including installation
and maintenance of protection -zone fencing.
Subsection 212.08 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Tree Retention and Protection (Arthurs Ditch) Lump Sum
Tree Retention and Protection (Shields Bridge) Lump Sum
0
3l
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
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 to mitigate tree removals. Trees will be planted with
in 'h mile of the Shields project site at Roland Moore Park and as directed by the City Forester.
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.
Possible types of trees to be planted:
-Shade Trees (Y Caliper)
-Ornamental Trees (2.5" Caliper)
-Evergreen Trees (S' in Height)
The type of trees to be accepted by the City Forester.
• 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.
32
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 •
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-2-
SECTION 214
PLANTING
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.
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 Forester. The Forester 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.
On the project site at the time of delivery, prior to planting. •
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 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.
Stakes. Wood stakes shall be 2 inches x 2 inches square, or 2 Yz 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.
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.
-3- •
33
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-t00
Construction Subaccount No. 17905
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 % to %2 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''/z 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.
IO
SECTION 214
PLANTING
34
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
(d) Bac<filling. 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) Priming. 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 dlfaterials. 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 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 spring. Wrapping shall not remain on any trees
throughout the summer months. Wrapping shall be removed by the Contractor.
SECTION 214
PLANTING
35
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
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.
214.03 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,
• Forester 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, Forester and Landscape Architect, 12 months after the
beginning of the Landscape Establishment Period in order to determine 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
-6-
SECTION 214
PLANTING
36
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 .
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
replacements, the Contractor, Forester 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.
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 l0 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.
NIETHOD 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 included in the cost of the work.
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.
Cost of the performance bond shall be included in the cost of the plant items.
-7-
SECTION 214
PLANTING
Payment will be made under: •
37
Ir 0
affect the proposed construction. During the time the ditch is.in use, water levels will be
above footing elevations.
Seismicity
This area, like most of central Colorado, is subject to a low degree of seismic risk.
No indications of recent movements of any of the faults in the Larimer County area have
been reported in the available geologic literature. As in most areas of recognized low
seismicity, the record of the past earthquake activity in Colorado is somewhat
incomplete.
According to the 2006 International Building Code and the subsurface conditions
encountered in our borings, this site classifies as a Site Class D. Only minor damage to
relatively new, properly designed and built buildings would be expected. Wind loads, not
seismic considerations, typically govern dynamic structural design in this area. A Remi
Survey can be used to determine the shear wave velocities at the sites. A survey of this
type may result in a lower seismic site class (Site Class C). However, in our experience
this is unlikely.
SITE DEVELOPMENT
Existing Fill and Structures
Existing fill was encountered in both borings to depths of approximately 9 to 10
feet. Deeper fill areas may be encountered during site development. The fill was likely
placed during previous construction at the site. We should be provided with records of
compaction testing and observation of existing fill placement for our review to help us
evaluate whether the fill is suitable for support of the proposed improvements.
If records of existing fill placement are not available, shallow foundation and
pavements constructed on the existing fill will be susceptible to movement and
associated damages. If records are not available, we recommend removal and
recompaction of the existing fill beneath the proposed improvements. •
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
SHIELDS STREET BRIDGE REPLACEMENT 4
CTL I T PROJECT NO. FC05113-125
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
Pay Item Pay Unit
Deciduous Tree (3 Inch Caliper) 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.
2.5 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.
0
38
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 .
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
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 5) as shown in subsection 703.03
The aggregate base course (Class 5) must meet the gradation requirements and have a resilient modulus of
at least 32,883 p.s.i. (R?78) when tested by the Hveem Stabilometer method.
•
i
39
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 403
HOT MIX ASPHALT
11
DESCRIPTION
Subsection 403.01 shall include the following:
Hot Mix Asphalt (Grading SG) (100) (PG28-28) (Temporary Pavement) shall be used as a temporary
driving surface following completion of Phase I of the bridge construction. This pavement must be
removed prior to placement of the final pavement structure.
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-I
Test
Value For Grading
Property
Method
SG(100)
IS(100)
Air Voids, percent at:
CPL 5115
3.5 — 4.5
3.5 — 4.5
N (design)
Lab Compaction (Revolutions):
CPL 5115
8
8
N design)
100
100
Stability, minimum
CPL 5106
Aggregate Retained on the 4.75 mm
(No. 4) Sieve with at least 2
CP 45
90
70
Mechanically Induced fractured
faces, % minimum.
Accelerated Moisture Sus-ceptibility
CPL 5109
Tensile Strength Ratio (Lottman),
Method B
80
80
minimum
Minimum Dry Split Tensile Strength,
CPL 5109
205 (30)
205 (30)
kPa(psi)
Method B
Grade of Asphalt Cement, Top Layer
PG64-28
Grade of Asphalt Cement, Layers
below To
PG64-22
Voids in the Mineral Aggregate
CP 48
See Table
See Table
VMA) % minimum
403-2
403-2
Voids Filled with Asphalt (VFA), %
Al MS-2
65-75
65-75
Dust to Asphalt Ratio
0.6 — 1.2
0.6 — 1.2
Fine Gradation
CP 50
Coarse Gradation
0.8 — 1.6
0.8 — 1.6
.o
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 •
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
Note: AI 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 N4 screen.
Gradations for mires with a nominal maximum aggregate size of/, inch or smaller are considered a coarse
gradation if they pass below the maximum density line at the k3 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
Minimum Voids in the Mineral Aggregate (VMA)
Nominal
Maximum Size*,
mm inches)
***Design Air Voids **
3.5%
4.0%
4.5%
37.5 (11/2)
1 L6
11.7
11.8
25.0(1)
12.6
12.7
12.8
19.0 (m)
13.6
13.7
13.8
12.5 (%)
14.6
14.7
14.8
9.5 (%)
15.6
15.7
t5.8
* 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.
*** Extrapolatespecified 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:
41
•
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
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:
-3-
REVISION OF SECTION 403
HOT NIIX ASPHALT
BASIS OF PAYMENT
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 SG)(100) (PG 58-28) (Temporary Pavement) Ton
Hot Mix Asphalt (Grading SG)(100) (PG 58-28) Ton
• Hot Mix Asphalt (Grading S)(100)(PG 64-28) Ton
0
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 treasured and paid for separately,
but shall be included in the work.
Removal of temporary pavement will not be measured and paid for separatley, but shall be incidential to
the cost of Construction Zone Traffic Control (Shields Bridge) lump sum.
42
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 .
South"Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 403
WARRANTED HOT NIIX 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 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
43
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-2-
REVISION OF SECTION 403
WARRANTED HOT MIX ASPHALT
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, that 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 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 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
Members 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.
44
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-3-
REVISION OF SECTION 403
WARRANTED HOT MIX ASPHALT
(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.
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 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 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.
45
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
4-
REVISION OF SECTION 403
WARRANTED HOT MIX ASPHALT
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 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 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
46
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-5-
REVISION OF SECTION 403
WARRANTED HOT MIX ASPHALT
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:
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.
Severity
Quantity
Preferred Actions
(Actual action to be approved by PET)
Low
> 0.3 to 0.5 inch
Micromill or diamond grind to remove ruts, chip
seal, microsurface or remove and replace.
Moderate
> 0.5 to 1 inch
Micromill or diamond grind to remove ruts then
microsurface or remove and replace.
High
> 1 inch
Evaluate the cause and then remove and replace.
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:
Tahle Ac 2 vear Warrantv Rutting Rate of Loading Table
Maximum Accumulated ESAL's
Time after Pavement Acceptance
(where D = 3 year projection design lane
(sampling intervals)
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.
47
•
The fill removal area should extend beyond the footprint of the bridge abutments
at least 5 feet. If the excavations to remove existing fill are deeper than about 10 feet in
the planned construction area, additional measures should be considered to reduce the
potential settlement of backfill. We should be advised if any of the excavations are
deeper than 10 feet below the proposed roadway elevations. The excavation can be
filled with on -site soils, moisture -conditioned and compacted as described in the Fill
Placement section of this report. This procedure should remove the existing fill and
provide more uniform support for improvements.
The existing fill can also affect pavements and concrete flatwork. The lowest risk
alternative for pavement and flatwork would also be complete removal and
recompaction. The cost could be significant. If the owner can accept a risk of some
movement and distress in these areas then partial depth removal is an alternative. We
suggest removal of the existing fill to a depth of 1 to 2 feet below existing grade, proof
rolling the exposed subgrade, and additional removal or stabilization of areas where soft,
yielding or organic soils or debris is encountered. After this, fill placement can proceed
to construction grades.
Fill Placement
The existing on -site soils are suitable for re -use as fill material provided debris or
deleterious organic materials are removed. If import material is required, we
recommend importing granular soils. Import fill should contain 10 to 40 percent silt and
clay -sized particles (percent passing No. 200 sieve) and exhibit a liquid limit less than 30
and a plasticity index less than 15.
Areas to receive less than 10 feet of fill should be scarified, moisture -conditioned
and compacted to at least 95 percent of standard Proctor maximum dry density (ASTM
D 698, AASHTO T 99). Areas that will require more than 10 feet of fill will require
special method. We should be contacted in this event to provide guidance.
The properties of the fill will affect the performance of foundations, slabs -on -
grade, and pavements. Sand soils used as fill should be moistened to within 2 percent
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
SHIELDS STREET BRIDGE REPLACEMENT 55
CTL I T PROJECT NO. FC05113-125
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Latimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-6-
REVISION OF SECTION 403
WARRANTED HOT MIX ASPHALT
2. Pot Holes. Pot holes are bowl shaped depressions of various sizes in the pavement surface
caused by loss of pavement mix.
0
Severity
Quantity
Preferred Actions
Actual action to be approved by PET)
Low
< l inch deep and > 0.2 feet''
Seal coat or crack / joint seal
Moderate
1 inch to 2 in. deep and> 0.2 feet'
Patch
High
> 2 inch deep and > 0.2 feet'
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 l8 inches of a longitudinal joint.
Severity
Quantity
Preferred Actions
Mean Width)
Actual action to be approved by PET)
Low
[ 0.25 inch
Seal cracks with hot poured joint and crack sealant materials
that meet the requirements of ASTM D 3405.
Seal cracks with hot poured joint and crack sealant materials
Moderate
> 0.25 inch and [ 0.75 inch
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 beyond distress
High
> 0.75 in.
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 SN[A overlay
High Asphalt free on surface and Remove and replace full width of lane or
fire tracks shoulder to two feet longitudinally beyond
48
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 •
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
Preferred Actions
Severity
Quantity
Actual action to be approved by PET)
affected area.
-7-
REVISION OF SECTION 403
WARRANTED HOT MIX ASPHALT
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.
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.
Preferred Action
Severity
Quantity
(actual action to be approved by
PET)
Seal cracks with hot poured joint
Low
< 0.25 inch wide
and crack sealant materials that
meet the requirements of ASTM D
3405.
Seal cracks with hot poured joint
< 0.75 inch wide
and crack sealant materials which
Moderate
< 0.25 inch wide with spalling or random
meet the requirements of ASTM D
cracking
3405, ASTM D 5078 or ASTM D
5078 with 22% scrap rubber.
Remove and replace full width of
>_ 0.75 in. wide
lane or shoulder to one foot
High
< 0.75 in. wide with Spalling and random
longitudinally beyond the apparent
cracking
distress.
(e) Elective or Preventive Action. Elective or Preventive action shall be a Contractor or Surety option,
at the Contracor 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 fVork-. 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
49
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
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.
•
•
-$-
REVISION OF SECTION 403
WARRANTED HOT MIX ASPHALT
(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.
50
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 •
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
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 I 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: •
Emulsified Asphalt (tack coat) will not be measured and paid for separately, but shall be included
in the work.
51
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 412
PORTLAND CEMENT CONCRETE PAVEMENT
Section 412 of the Standard Specifications is hereby revised for this project as follows:
Subsection 412.16 shall include the following:
A two year warranty period will be apparent for all Portland Cement Concrete Pavement placed as part of
the construction project. The warranty period will begin the date the project has reached final acceptance.
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 quarterly basis throughout the duration of the
two year warranty period. The City will develop a list of improvements which will need to be removed
and replaced and deliver this to the Contractor. The City and Contractor will meet to finalize the list of
improvements to be addressed along with determining the timing of the work to be completed. The
following failures will result in removal of the Portland Cement Concrete Pavement, adjustment of the
underlying material (if necessary), and the replacement with material meeting the project's contract
specifications:
• Pavement slabs containing one or more cracks through the full depth of the slab that separate
the slab into two or more parts
• Pavement slabs containing honeycombed areas
• Pavement slabs containing an extreme void as defined above
• Pavement slabs containing more than one void greater in depth than half the pavement thickness
• Pavement slabs containing a cumulative surface area of moderate and severe voids greater than
one percent of the slab's total area
• Pavement slabs containing 20 or more severe voids
• Joints that are spalled over 50% their length
• Concrete improvements constructed which do not meet specified grades in the plans. If water
pools greater than 0.5" after a storm event, concrete improvements will need to be removed to
nearest grades that meet the contract's intent and replaced, enabling proper drainage
All pavement slabs to be removed shall be removed in a manner that minimizes contamination of the
removed pavement with underlying material. The removals shall be performed in accordance with the
removal specifications for Portland Cement Concrete Pavement as are defined in the contract. The
damaged pavement slab shall be cut in a straight, true line with a vertical face and shall be cut with a
concrete saw. If the damage to the slab does not extend past the midpoint of the slab, half the panel can
be removed and replaced. If the damage extends past the midpoint of the slab, the pavement shall be
removed to the nearest joint. The removed concrete pavement shall become the property of the Contractor
and disposed of outside the project site legally. All concrete pavement removed shall be replaced with
concrete meeting the specifications for either Class E or P concrete, and shall match the thickness and
finish of the existing pavement. For repairs on arterial and collector streets, concrete placed shall meet
3000 psi strength within 48 hours of placement. A minimum compressive strength of 3000 psi or .80 Fc,
whichever is greater, and a minimum flexural compressive strength of 450 psi are required prior to
opening the roadway to traffic. Prior to removing and replacing the damaged slab, a concrete mix design
. shall be submitted and approved.
52
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-2-
REVISION OF SECTION 412
PORTLAND CEMENT CONCRETE PAVEMENT
The Contractor shall provide all traffic control necessary to reroute traffic during the removal,
replacement, and curing for all concrete pavement not meeting the project's contract specifications. All
traffic control plans shall be submitted to the City's Traffic Operations Department for approval. The
Contractor shall notify the City's project manager at least 48 hours prior to beginning any removals. If
any striping or stenciling is necessary after the work has been completed, the City will perform the
striping. All costs incurred for the striping will be the responsibility of the Contractor.
•
53
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Latimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 514
PEDESTRIAN RAILING (STEEL)(SPECIAL)
Section 514 of the Standard Specifications is hereby deleted in its entirety and replaced with the
following:
DESCRIPTION
514.01 This work shall consist of furnishing all equipment, labor, fabrication and materials to do all work
necessary to construct the Pedestrian Railing (Steel)(Special) as indicated on the Drawings and as
specified herein. These consist of a cable guardrail and decorative fence.
MATERIALS
514.02 Materials shall meet the following requirements as follows:
Decorative fence steel shall conform to the requirements of Section 509 and the following:
a. Steel pipe shall conform to the requirements of ASTM A500 Grade B.
2. Cable Guardrail shall conform to the requirements of ASTM 985, Specifications for Permanent
Metal Railing Systems and Rails for Buildings, and the following:
a. Stainless steel stranded cable shall conform to MIL -SPEC MIL-C-5688.
b. Cable hardware shall conform to ASTM A 276.
C. Basis of Design Product:
i. Manufacturer: Hayn Enterprises, LLC
ii. 51 Inwood Road, Rocky Hill, CT 06067
iii. Phone:800-346-4296
iv. Type: System SPI-2000
Welding shall conform to the American Welding Society Structural Weld Code - Steel D 1.1.
Shop Drawings: Submit shop drawings of all metal railing fabrications to the Engineer for approval,
showing sizes and thickness of all members, types of materials, methods of connection and assembly,
complete dimensions, clearances, anchorage, relationship to surrounding work by other trades, shop paint
and protective coatings, and other pertinent details of fabrication and installation.
I. Field -measurement shall be conducted prior to development of shop drawings to verify required
dimensioning of railing.
2. Indicate profiles, sizes, connection attachments, anchorage, openings, size and type of fasteners and
any accessories.
3. Include erection drawings, elevations, applicable details and field dimensions.
4. Indicate welded connection using standard AWS welding symbols. Indicate net weld lengths.
Samples: Submit material information as listed in the following.
• 1. Do not order materials or begin fabrication until Engineer's review of submittals has been
completed and returned.
54
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 •
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-2-
REVISION OF SECTION 514
PEDESTRIAN RAILING (STEEL)(SPECIAL)
2. Furnish to the Contractor with copy to the Engineer, a certified statement that the shop -applied
finishes conform to these Specifications, including compliance with application thickness and
adhesion.
Immediately before painting, remove rust, loose mill scale, dirt, weld flux, weld spatter, and other foreign
materials with SSPC-SP6 commercial sandblast treatment.
CONSTRUCTION REQUIREMENTS
514.03 Materials shall be carefully handled and stored under cover in manner to prevent deformation and
damage to the materials and to shop finishes, and to prevent rusting and the accumulation of foreign
matter on the metal work. All such work shall be repaired and cleaned both prior to and after erection.
Work shall be erected square, plumb and true, accurately fitted, and with tightjoints and intersections
Materials shall be new stock, free from defects impairing strength, durability or appearance and of best
commercial quality for each intended purpose.
Connections shall be continuous -welded type for rigid construction, with weld ground smooth. Welding
shall conform to applicable requirements of AWS D1.1.
Metal surfaces shall be cleaned and free from mill scale, flake, rust and rust pitting; well formed and
finished to shaped and size, true to details with straight, sharp lines and angles and smooth surfaces.
Weld all permanent connections. Welds shall be continuous on all exposed surfaces; exposed weld shall
be ground flush and smooth with voids filled with metallic filling compound.
Pipe rail shall be rigidly braced and secured to surrounding construction, and shall be tight and free of
rattle, vibration, or noticeable deflection during construction.
Rail shall be of Architectural Quality. Exceptional care shall be taken in welding and grinding, filing and
surface sanding to provide truly smooth, clean, neat, and flush construction throughout, free of all surface
defects and defacements.
Remove and replace work at no additional cost to the project for work of this section which is improperly
located or is not true to line, and plumb.
Repair damaged components and finishes as recommended by the manufacturer and as indicated herein
METHOD OF MEASUREMENT
514.04 Pedestrian Railing (Steel)(Special) shall be measured and paid for by the linear foot from end to
end of metal rail sections, as shown on plans.
55
0
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-3-
REVISION OF SECTION 514
PEDESTRIAN RAILING (STEEL)(SPECIAL)
BASIS OF PAYMENT
514.05 The accepted quantities rail measured as provided above will be paid for at the Contract unit price
per linear foot, which shall be compensation for all labor, equipment and materials including embedded
anchorage, painting, installation and adjustment required to complete the item.
Payment will be made under:
Pay Item Pay Unit
Pedestrian Railing (Steel)(Special) Linear Foot
56
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 601
STRUCTURAL CONCRETE
Section 601 of the Standard Specifications is hereby revised for this project as follows:
Section 601.01 shall include the following:
A two year warranty period will be apparent for all concrete placed as part of the construction project.
The warranty period will begin the date the project has reached final acceptance. 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 quarterly basis throughout the duration of the
two year warranty period. The City will develop a list of improvements which will need to be removed
and replaced and deliver this to the Contractor. The City and Contractor will meet to finalize the list of
improvements to be addressed along with determining the timing of the work to be completed. The
following failures will result in removal of the concrete, adjustment of the underlying material (if
necessary), and the replacement with material meeting the project's contract specifications:
• Concrete that has heaved or settled a difference greater than 0.75" as compared to adjacent
hardscaped improvements
• Concrete containing one or more visible cracks through the full depth of the improvement that •
separate the improvement into two or more parts
• Concrete improvements constructed which do not meet specified grades in the plans. If water
pools greater than 0.5" after a storm event, concrete improvements will need to be removed to
nearest grades that meet the contract's intent and replaced, enabling proper drainage
• Concrete containing honeycombed areas
• Concrete containing an extreme void as defined in Section 412.16
• Concrete containing more than one void greater in depth than half the pavement thickness
• Concrete containing a cumulative surface area of moderate and severe voids greater than one
percent of the stab's total area
• Concrete containing 20 or more severe voids
• Joints that are spalled over 50% their length
All concrete to be removed shall be removed in a manner that minimizes contamination of the removed
pavement with underlying material. The removals shall be performed in accordance with the removal
specifications for Structural Concrete as are defined in the contract. The damaged concrete shall be cut in
a straight, true line with a vertical face and shall be cut with a concrete saw. If the damage to the concrete
does not extend past the mid point of a slab, half the panel can be removed and replaced. If the damage
extends past the mid point of the slab, the concrete shall be removed to the nearest joint. The removed
concrete shall become the property of the Contractor and disposed of outside the project site legally. All
concrete removed shall be replaced with concrete meeting the specifications for either Class B or D
concrete, and shall match the thickness and finish of the existing improvement. Prior to removing and
replacing the damaged slab, a concrete mix design shall be submitted and approved.
The Contractor shall provide all traffic control necessary to reroute traffic during the removal,
replacement, and curing for all concrete not meeting the project's contract specifications. All traffic •
control plans shall be submitted to the City's Traffic Operations Department for approval. The Contractor
57
of optimum moisture content. The fill should be moisture -conditioned, placed in thin, .
loose lifts (8 inches or less) and compacted as described above. Placement and
compaction of fill should be observed and tested by a representative of our firm during
construction. Fill placement and compaction activities should not be conducted when
the fill material or subgrade is frozen.
Site grading in areas of landscaping where no future improvements are planned
can be placed at a dry density of at least 90 percent of standard Proctor maximum dry
density (ASTM D 698, AASHTO T 99). Example site grading specifications are
presented in Appendix B.
Excavation
The soils found in our borings can be excavated using conventional heavy-duty
excavation equipment. The claystone encountered below the soils may require other
more rigorous excavation techniques such as ripping; however we do not believe
excavation will encounter bedrock at this site. Excavations should be sloped or shored
to meet local, state and federal safety regulations. Based on our investigation and
OSHA standards, we believe the sand and gravel classify as Type C soils and the clay
classifies as Type A soil. Type C soils require a maximum slope inclination of 1.5:1 in
dry conditions. Type A soils require a maximum slope inclination of 3/a:1
(horizontal:vertical) in dry conditions. Excavation slopes specified by OSHA are
dependent upon types of soil and groundwater conditions encountered. The contractor's
"competent person" should identify the soils encountered in the excavation and refer to
OSHA standards to determine appropriate slopes. Stockpiles of soils and equipment
should not be placed within a horizontal distance equal to one-half the excavation depth,
from the edge of excavation. Excavations deeper than 20 feet should be braced or a
professional engineer should design the slopes.
The width of the top of an excavation may be limited in some areas. Bracing or
"trench box" construction may be necessary. Bracing systems include sheet piling,
braced sheeting and others. Lateral loads on bracing depend on the depth of
excavation, slope of excavation above the bracing, surface loads, hydrostatic pressures, 10
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
SHIELDS STREET BRIDGE REPLACEMENT 6
CTL I T PROJECT NO. FC05113-125
•
•
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-2-
REVISION OF SECTION 601
STRUCTURAL CONCRETE
shall notify the City's project manager at least 48 hours prior to beginning any removals. If any striping
or stenciling is necessary after the work has been completed, the City will perform the striping. All costs
incurred for the striping will be the responsibility of the Contractor.
58
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 Is
Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 606
DECORATIVE COLUMN — TYPE 1 AND 2
Section 606 of the Standard Specifications is hereby modified for this project by inclusion of the
following:
DESCRIPTION
606.01 This work consists of constructing decorative columns as detailed in the documents. These
columns are constructed with a grouted and reinforced concrete masonry unit (CMU) core. These CMU
cores shall be clad with a 1-inch 'thinstone' natural stone veneer with pre -cast base and capped with pre-
cast caps. A pre -cast sign panel is attached to Column Type 2.
MATERIALS
606.02 Materials shall meet the requirements as follows:
Joint Reinforcement, Ties, and Anchors shall be from one of the suppliers shown below or an
engineer approved equal:
a) Dur-O-Wal, Inc.
b) Heckman Building Products, Inc.
c) Hohmann & Barnard, Inc.
d) Masonry Reinforcing Corp. of America
e) National Wire Products Industries
0 Southern Construction Products
2. Concrete Masonry Units shall meet the requirements of ASTM C90 and as follows:
a) Unit Compressive Strength shall be 2000psi
b) Weight Classification shall be standard
c) Do not use aggregates made from pumice, scoria, or tuff
d) Provide Type I, moisture -controlled units
3. Pre -cast Concrete shall conform to Pre -stressed Concrete Institute's "Architectural Precast Concrete
Design Manual", Current Edition, and the following:
a) Portland Cement: ASTM C 150, Type 1 or II, color to be white or gray as required to achieve
proper color.
b) Course and Fine Aggregate: ASTM C 33, except for gradation. Color to be white. Darker
aggregates may be used as long as the proper color mix is achieved.
b) Pigments: ASTM C 979; Inorganic, non -fading, resistant to time and other alkalis. Pigments
not to exceed 10% of the cement weight.
4. Mortar shall be Portland Cement meeting the requirements of ASTM C 150, Type I or 11.
Aggregate for the mortar shall meet the requirements of ASTM C144.
5. Reinforcing steel shall be epoxy coated and in accordance with ASTM A615, Grade 60 (fy =
60,000 psi).
6. A sample of the natural stone veneer and pre -cast concrete shall be submitted to the Engineer for •
approval, prior to construction.
Cif
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-2-
REVISION OF SECTION 606
DECORATIVE COLUMN — TYPE 1 AND 2
a) Submit shop drawings for pre -cast concrete base, cap and sign panel to the Engineer for
approval showing sizes, thicknesses and anchorages prior to fabrication.
CONSTRUCTION REQUIREMENTS
606.03 Construction of the Decorative Columns shall meet the following requirements:
Cut masonry units with motor -driven saws to provide clean, sharp, unchipped edges. Cut units as
required to provide continuous pattern and to fit adjoining construction. Use full-size units without
cutting, where possible. Allow units cut with water-cooled saws to dry before placing, unless
wetting of units is specified. Install cut units with cut surfaces concealed, where possible.
2. Lay hollow concrete masonry units with full mortar coverage on horizontal and vertical face shells.
Bed webs in mortar in starting course on footings.
3. Provide reinforcing steel bars in corner CMU cores as shown in the plans.
• 4. Grout all CMU cores and vibrate to consolidate grout.
5. Tool exposed joints slightly concave when thumbprint hard, using a jointer.
6. Wire veneer ties shall be provided to anchor the natural stone veneer to the CMU core. Ties shall
be spaced not more than two feet horizontally and vertically. The contractor shall submit the wire
veneer tie to be incorporated in the work, for approval. The contractor shall submit a method for
anchoring the sandstone caps for approval.
606.04 Construction of cut stone veneer to the Decorative Columns — Type l and 2 at the locations and to
the lines and grades shown on the Contract Documents.
A. Submittals. Submit prior to delivery to site. Attach product name, address of manufacturer and /or
supplier.
1. Cut Stone Veneer: Two (2) full size units.
2. Color Samples: Grout compounds
3. On -Site Sample: Minimum 4 ft. tall by 2 ft. square including cut stone veneer, cut stone
grout color. Show complete installation showing a sample pattern, finish, colors, and jointing.
Protect site sample until Final Acceptance of stone work. Dispose of all samples off site
thereafter.
B. Performance Requirements.
1. Contractors Responsibility: Site stone system indicated establishes basic dimensions, profiles
and sight lines. Within the limitations established by Contract Documents the Contractor is
responsible for the design, engineering, fabrication and installation of the entire site stone in
. conjunction with the columns.
2. Cut Stone Veneer:
roil]
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-3-
REVISION OF SECTION 606
DECORATIVE COLUMN — TYPE 1 AND 2
a. Standard grade and be free of cracks, seams or starts which may impair its structural
integrity or function.
b. Inherent variations characteristic from which it is obtained will be acceptable.
C. Color, texture and finish shall be within the range of samples to be submitted.
C. Products.
1. Cut Stone Veneer:
a.
Manufacturer and Supplier: Arkins Park Stone Corporation
b.
5975 N. County Road 27, Loveland, CO 80538-9538
C.
Phone: 970-663-1920
d.
Type: Arkins Park Stone— Loveland Buff Thinstone Veneer
2. Grout:
a.
Type S with minimum compressive strength of 1800 psi in 28 days.
b.
Color grout to match stone veneer, buff to tan ranges.
D. Execution.
1. General: Do not install stone that has chips, cracks, holes, spills, stains, patches, scratches or
other defects that would be visible in the finished work. •
2. Cleaning: Clean stone both back and front prior to setting by scrubbing with a wet sponge to
remove all dust and dirt.
3. Finished Grade: Lay every course of stone true and even and brought to finished grades or
elevations shown on the drawings.
4. Laying: Lay stone parallel to the base line using wood mallets or similar accepted tools.
5. Tolerances:
a. Variations from true plane, or flat surfaces, shall be determined by the use of a 4ft. long
straight edge, applied in any direction on the surface.
b. On wall surfaces the maximum variation from true plane shall not exceed 1/8 of the
specified joint width.
C. Maintain small grout lines of 1/4 inch min. to 1/2 inch max.
6. Installation of Cut Stone Veneer
a. Wet the wall with water to provide moisture for the mortar on the rock to absorb and
adhere to.
b. With a pointed trowel, apply mortar to the back of the stone about 1/2 inch thick.
C. Beginning with the corner pieces, work either from the top -down, or bottom -up. Press
the corner piece onto the wall, rotating back and forth slightly, and forcing some of the
mortar to "squeeze out". Vary the corner returns while working your way up or down
the wall to avoid unattractive vertical mortar joints near the corners. Allow about 1/4-
inch to 1/2-inch space between the rock pieces.
d. After the corner pieces are installed, apply flat pieces starting at an outside corner and
working your way in. Remove excess mortar from around or on the rock with a sponge
or stiff brush.
e. To fit pieces or create unique cuts in the stone, chisel small sections of the stone prior
to installation. For larger cuts, a small electric saw with a diamond blade may be used.
f. Once all of the stone is in place, use a mortar/grout bag to fill in the joints between the .
stone. Add colorant to the mortar, and more water to the mortar so that it is smooth
M
. Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street)
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
•
0
4-
REVISION OF SECTION 606
DECORATIVE COLUMN —TYPE 1 AND 2
January 26, 2012
and flows easily out of the bag. Fill the bag about half full with mortar, and twist the
bag at the end. Fill the vertical and horizontal joints with mortar, and sponge or whisk
off excess mortar that gets onto the stone face.
g. As the mortar begins to stiffen to the consistency of wet beach sand, use a joint tool to
smooth out the mortar joints to the desired depth. A stiff -bristled paint brush may also
be used to push mortar into the crevasses and smoothjoints.
h. Use a wet sponge or stiff brush to clean off any remaining mortar on the rock face. Do
not use a wire brush to clean stone.
E. Cleaning and Protecting
1. Cleaning:
a. After all pointing has been completed, carefully clean all stone veneer and wall caps of
dirt, mortar, stains and other defacements.
b. Use stiff brush or wool for cleaning, do not use a wire brush.
2. Protection:
a. All completed or in progress stone work shall be protected at all times during
construction.
b. Use a strong impervious film or fabric to securely cover stonework.
fPlf�Tl1II(�DZ�I�(�[.YfI,i�I►`1ER[CIIY
606.05 The Decorative Columns shall be measured by the complete unit, as detailed in the contract
documents. Decorative Columns shall include all CMU, grout, reinforcing steel, ties, anchors, cut stone
veneer, pre -cast bases, pre -cast caps, and any other items necessary to complete the item as shown in the
plans. Decorative Column Type 2 shall include cast stone sign panel.
BASIS OF PAYMENT
606.06 Payment will be made under:
Pay Item
Decorative Column Type 1
Decorative Column Type 2
Pay Unit
Each
Each
Payment shall be full compensation for all materials and work necessary to complete the item.
61
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 •
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
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 Waming
303-295-6050
Panels
,East Jordari Ir6n, Works; Inc..
-Truncatedbome'Plaies
'800-626-4653 ' {
R-4984 DetectableWarnin
Neenah Foundry Company
Plate
800-558-5075
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 Bi = Light Reflectance Value (LRV) of the lighter area
B2 = LRV of the darker area
Absolute black and white will not be permitted.
63
•
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-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.
-3-
REVISION OF SECTION 608
64
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
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.
•
65
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 608
SIDEWALKS AND BIKEWAYS
Section 608 of the Standard Specifications is hereby revised for this project as follows:
MATERIALS
Subsection 608.02 delete sentence one and substitute the following:
Concrete for sidewalks, bikeways, and curb ramps shall be Class D, and meet the requirements of
Section 601.
0
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 618
PRESTRESSED CONCRETE SLAB
Section 618 of the Standard Specifications is hereby revised for this project as follows:
Section 618.02 (b) shall include the following:
5. Threaded Inserts. Each threaded inserts shall be designed for 4 kip pullout load. Heckmann
threaded insert P-35-T or approved equivalent shall be used.
Section 618.17 shall include the following:
Inserts shall not be paid for separately, but shall be included in the work.
is
•
67
and allowable movement. For trench boxes and bracing allowed to move enough to
mobilize the strength of the soils, with associated cracking of the ground surface, the
"active" earth pressure conditions are appropriate for design. If movement is not
tolerable, the "at rest' earth pressures are appropriate. We suggest an equivalent fluid
density of 40 pcf for the "active" earth pressure condition and 55 pcf for the "at rest"
earth pressure condition, assuming level backfill. These pressures do not include
allowances for surcharge loading or for hydrostatic conditions. We are available to
assist further with bracing design if desired.
Water and sewer lines are often constructed beneath pavement areas.
Compaction of trench backfill can have a significant effect on the life and serviceability of
pavements. We recommend trench backfill be moisture conditioned and compacted as
described above. Placement and compaction of fill and backfill should be observed and
tested by a representative of our firm during construction.
0 Dewaterina
Ground water was encountered in our borings at depths of 19%2 feet and 211/2
feet. Groundwater levels and water levels in the Fossil Creek Reservoir Inlet Ditch may
rise or fall with seasons. Depending on the time of construction and water levels in the
Fossil Creek Reservoir Inlet Ditch, groundwater levels could be higher than measured in
our borings. Excavations will likely encounter saturated soil and/or ground water.
Seasonal scheduling for construction will have significant impact on construction.
Excavations within approximately 2 to 3 feet of ground water should consider
temporary dewatering prior to and/or during construction. Dewatering can be
accomplished using a series of trenches, sumps, and granular materials from which
water can be pumped, or by a system of well points. The sumps should be several feet
below the bottom of the excavations to pump water down through the soil rather than up
through the bottom of the excavation. Pumping water up through the base of the
excavation will likely result in destabilization of the base of the excavation. The ground
surface surrounding the excavation should be sloped to direct runoff away from the
excavation.
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
SHIELDS STREET BRIDGE REPLACEMENT
CTL I T PROJECT NO. FC051 13-125
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street)
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
. 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:
January 26, 2012
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.
CONSTRUCTION REQUIREMENTS
Subsection 630.09 shall include the following:
Minimal temporary striping shall be used as part of the project. Removal of temporary striping by
grinding will not be allowed.
0 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
excluding Flagging, Traffic Control Inspection and Traffic Control Management.
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 South Shields
Street described previously. Provide message boards a minimum of seven days prior to initiating any
work.
Pay Item Pay Unit
Construction Zone Traffic Control (Arthurs Ditch) Lump Sum
Construction Zone Traffic Control (Shields Bridge) 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.
All items (including but not limited to construction signs, cones, barrels, barriers, barricades, etc.)
required for project traffic control for all activities of work is included in the item bid for Construction
• Zone Traffic Control (LS).
68
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 •
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
•
•
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 630
IMPACT ATTENUATOR (SAND FILLED PLASTIC BARREL) (TEMPORARY)
Section 630 of the Standard Specifications is hereby revised for this project to include the following:
DESCRIPTION
This work consists of furnishing, installing, certifying, moving, repairing, maintaining, and removing
temporary impact attenuators in accordance with these specifications and in conformity with the lines and
details shown on the plans or established.
MATERIALS
Impact attenuators shall be sand barrel arrays and materials for plastic barrels and sand shall conform to
the requirements of the manufacturer and be capable of bi-directional shielding of the objects detailed and
located on the plans. Sand and water filler materials shall be treated according to the manufacturer's
recommendations to prevent freezing to a temperature of -50'F. The design speed of the impact
attenuators shall be 30 mph and shall meet the requirements of NCHRP Report 350 TL-2.
CONSTRUCTION REQUIREMENTS
• The Contractor shall paint, with white epoxy paint, an outline and the weight of each barrel on the
pavement prior to final placement of sand barrel arrays. All numbers shall be a minimum of 6 inches
high. Barrel type shall be one of those listed in the Safety Selection Guide. The site shall be prepared to
receive the impact attenuator by filling, excavating, smoothing, constructing the paved foundation pad,
installing approved transition and anchoring, and all other work necessary for the proper installation of
the attenuator.
The impact attenuator shall be fabricated and installed in accordance with the manufacturer's
recommendations. The Contractor shall provide a copy of the manufacturer's installation instructions and
parts list to the Engineer prior to installation of the device.
Each installation shall be supervised and certified as correct upon completion by a representative of the
device manufacturer or by an employee of the Contractor who is a certified installer. The certified
installer shall have completed device training and shall be registered with the manufacturer as a certified
installer. The Contractor shall submit all appropriate documentation to validate that the certified installer
has completed device training and has been registered with the manufacturer as a certified installer.
METHOD OF MEASUREMENT
Impact Attenuator (Sand Filled Plastic Barrel) (Temporary) will be treasured by the number of attenuators
shown on the plans, installed, certified, and accepted. Pricing for temporary barrels is irrespective of the
size of barrel required.
BASIS OF PAYMENT
The accepted quantities will be paid for at the contract unit price for the pay item listed below:
• Payment will be made under:
70
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 •
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-2-
REVISION OF SECTION 630
IMPACT ATTENUATOR (SAND FILLED PLASTIC BARREL) (TEMPORARY)
Pay Item Pay Unit
Impact Attenuator (Sand Filled Plastic Barrel) (Temporary) Each
Payment will be full compensation for all work and materials required to furnish, install, certify, move,
repair, maintain, and remove the impact attenuator. Site preparation, foundation pad, epoxy painting, and
all necessary hardware including anchors and transitions will not be paid for separately, but shall be
included in the work.
•
71
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 630
PORTABLE MESSAGE SIGN PANEL
Section 630 of the Standard Specifications is hereby revised for this project as follows:
Subsection 630.01 shall include the following:
This work includes furnishing, operating, and maintaining a portable message sign panel.
Add subsection 630.031 immediately following subsection 630.03 as follows:
630.031 Portable Message Sign Panel. Portable message sign panel shall be furnished as a device fully
self contained on a portable trailer, capable of being licensed for normal highway travel, and shall include
leveling and stabilization jacks. The panel shall display a minimum of three - eight character lines. The
panel shall be a dot-matrix type with an LED legend on a flat black background. LED signs shall have a
pre -default message that activates before a power failure. The sign shall be solar powered with
independent back-up battery power. The sign shall be capable of 360 degrees rotation and shall be able to
be elevated to a height of at least five feet above the ground measured at the bottom of the sign. The sign
shall be visible from one-half mile under both day and night conditions. The message shall be legible
from a minimum of 750 feet. The sign shall automatically adjust its light source to meet the legibility
requirements during the hours of darkness. The sign enclosure shall be weather tight and provide a clear
polycarbonate front cover.
• Solar powered message signs shall be capable of operating continuously for 10 days without any sun. All
instrumentation and controls shall be contained in a lockable enclosure. The sign shall be capable of
changing and displaying sign messages and other sign features such as flash rates, moving arrows, etc.
Each sign shall also conform to the following:
•
(1) 1n addition to the onboard solar power operation with battery back-up, each sign shall be capable of
operating on a hard wire, 100-110 VAC, external power source.
(2) All electrical wiring, including connectors and switch controls necessary to enable all required sign
functions shall be provided with each sign.
(3) Each sign shall be furnished with an operating and parts manual, wiring diagrams, and
trouble -shooting guide.
(4) The portable message sign shall be capable of maintaining all required operations under Colorado
mountain -winter weather conditions.
(5) Each sign shall be furnished with an attached license plate and mounting bracket.
(6) Each sign shall be wired with a 7-prong male electric plug for the brake light wiring system.
Subsection 630.13 shall include the following:
The portable message sign panel shall be on the project site at least 7 days prior to the start of active
roadway construction. Maintenance, storage, operation, relocation to different sites during the project,
and all repairs of portable message sign panels shall be the responsibility of the Contractor.
Subsection 630.16 shall include the following:
72
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 •
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
Portable Message Sign Panel shall not be paid for separately but included in the cost of Construction
Zone Traffic Control LS. It is anticipated that 2 Portable Message Signs will be required for this project.
•
•
73
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 702
SUPERPAVE PG BINDERS
•
0
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.
74
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 .
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
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 Revisions
F.A.
$375,000
F/A
Partnering
F.A.
$6,000
F/A
Fuel Cost Adjustment
F.A.
$5,000 •
F/A
Roadway Smoothness Incentive
F.A.
$3,000
F/A
Asphalt Cement Cost Adjustment
F.A.
$15,000
F/A
On -The -Job Trainee
F.A.
$1,920
F/A
Erosion Control
F.A.
$7,000
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 Partnering — This work is described in Standard Special Provision - Partnering.
F/A Fuel Cost Adiustment — This work is described in Standard Special Provision — Fuel Cost Adjustment.
F/A Roadway Smoothness Incentive — Pavement Incentive will be made in accordance with Standard Special
Provision, Revision of Sections t05, 202, 401, 406, & 601 — Hot Mix Asphalt Roadway Smoothness
(High Speed Profiler). South Shields Street HMA construction shall be in accordance with HRI
Category III. Contractor is required to provide all traffic control for the completion of this work.
The cost is included in the bid item for construction zone traffic control, lump sum.
F/A Asphalt Cement Cost Adjustment — This work is described in Standard Special Provision — Asphalt
Cement Cost Adjustment.
F/A On -The -Job Trainee — This work is described in Standard Special Provision — On the Job Training.
F/A Erosion Control — This work consists of minor erosion control work authorized and approved by the
75
E
•
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
Engineer which is not included in the contract drawings or specifications, and is necessary to accomplish
the scope of work for this Contract.
76
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
SPECIAL CONSTRUCTION REQUIREMENTS
1. The Contractor shall construct all final pavement surfaces with in the City Floodway to no more
than + 0.049 feet as shown in the Arthurs Ditch Replacement project. A No -Rise Certificate will be
complete by the City per the City of Fort Collins Municipal Code Chapter 10 requirements.
•
•
77
For excavations planned several feet below groundwater levels, a series of well
points may be needed to dewater the excavation effectively. The contractor should
anticipate extensive dewatering and possibly caving soils in excavations below the water
table. The design of a well point system will likely require further exploratory drilling to
deeper depths and permeability tests both of which were not in the scope of this study.
We are available to help with this design if requested.
FOUNDATIONS
We have considered several foundation types for the bridge abutments including
footings, drilled piers, driven piles, and helical piers. At the time of writing this report, the
depths of anticipated abutments were not known. We have assumed the abutments, at
a minimum, will be at the same elevation as the flow line of the ditch (EL 84.5). The
abutments will likely extend deeper for scour depths (see SCOUR below). Sandy clay
was encountered at anticipated foundation elevations. Clay and claystone samples
tested during laboratory swell -consolidation testing showed no movement or low swell
when wetted under a confining pressure of 1,000 psf. We believe footing foundations
are appropriate for the subsurface conditions encountered.
Based on conversations with PBS&J, a deep foundation system could be
considered at this site. Deep foundations discussed were drilled piers, driven piles, and
helical piers. We were requested to provide recommendations for drilled piers and
driven piles. We believe helical piers would be an appropriate alternative for the
subsurface conditions encountered and can be provided upon request.
Design and construction criteria for footing, drilled pier, and driven pile
foundations are provided below. These criteria were developed from analysis of field
and laboratory data and our experience. We estimate potential foundation movements
of up to one inch could occur for foundations designed and constructed to the criteria
below. The recommended foundation can be used provided all design and construction
criteria presented in this report are followed.
•
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
SHIELDS STREET BRIDGE REPLACEMENT 8
CTLI T PROJECT NO. FC05113-125
•
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
TRAFFIC CONTROL PLAN — GENERAL — ARTHUR DITCH
The key elements of the Contractor's method of handling traffic (MHT) are outlined in subsection
630.10(a). A full intersection closure is anticipated for the duration of the project. The roadway must be
open on or before April 15`h, 2012.
The components of the TCP for this project will be based on the following:
(l) Subsection t04.04 and Section 630 of the specifications.
(2) Standard Plan S-630-1, Traffic Controls for Highway Construction, Case 20 and Standard Plan
S-630-2.
(3) 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.
Unless otherwise approved by the Engineer, the Contractor's equipment shall follow normal and legal
traffic movements. The Contractor's ingress and egress of the work area shall be accomplished with as
little disruption to traffic as possible. Traffic control devices shall be removed by picking up the devices
in a reverse sequence to that used for installation. This may require moving backwards through the work
zone. When located behind barrier or at other locations shown on approved traffic control plans,
equipment may operate in a direction opposite to adjacent traffic.
The City may have entered into operating agreements with one or more law enforcement organizations
for cooperative activities. Under such agreements, at the sole discretion of the City, law enforcement
personnel may enter the work zone for enforcement purposes and may participate in the Contractor's
traffic control activities. The responsibility under the Contract for all traffic control resides with the
Contractor and any such participation by law enforcement personnel in Contractor traffic control
activities will be referenced in either the Special Provisions or General Notes of the plans depending on
whether the Contractor is to hire local law enforcement or if the City is contracting with Colorado State
Patrol for uniformed traffic control. Nothing in this Contract is intended to create an entitlement, on the
part of the Contractor, to the services or participation of the law enforcement organization.
Special Traffic Control Plan requirements for this project are as follows:
During the construction of this project, traffic shall use the detour identified on the plans or approved by
the Engineer.
The Contractor shall not have construction equipment or materials in the lanes open to traffic at any time,
unless approved by the Engineer.
At least one week prior to starting construction, the Contractor shall notify the City of Fort Collins
Engineer of the date the Contractor intends to start construction.
All costs incidental to the foregoing requirements shall be included in the original contract prices for the
project.
78
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
TRAFFIC CONTROL PLAN — GENERAL — SHIELDS STREET
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
• Schedule of Construction Traffic Control Devices
• Temporary and Permanent Traffic Signal Plans
• Signing and Striping Plans
• Construction phasing plans
• Detour 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 two twelve -foot lanes in each direction shall remain
open on South Shields Street, except as shown in the recommended phasing plan or 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 shown in the recommended phasing
plan or 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. •
79
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-2-
TRAFFIC CONTROL PLAN — GENERAL — SHIELDS STREET
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. During the resurfacing work, only one lane may be closed to traffic at any time. Traffic shall not be
delayed for more than 15 minutes or as directed by the Engineer.
N. 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.
•
O. Night construction activities are not allowed.
P. The CONTRACTOR shall maintain I F (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.
CI
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 •
South Shields Street over Latimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
UTILITIES
The following Utilities are known to be within the project limits:
Utility/Agency
Contact
Phone
Fiber Optic — Level 3
Aaron Whyrick
(303) 326-7534
1850 Pearl Street
Denver, CO 80203
Water — City of Fort Collins
Jay East
(970) 221-6700
5150 Snead Road
Fort Collins, CO 80525
Storm Water — City of Fort Collins
Glen Schlueter
(970) 224-6065
700 Wood Street
P.O. Box 580
Fort Collins, CO 80522
Electric — City of Fort Collins
Doug Martine
(970) 224-6153
Utilities Department
P.O. Box 580
Fort Collins, CO 80522
Gas — Excel Energy
Steve Roth
(970) 225-7840
1901 E. Horsetooth Road
Fort Collins, CO 80525
Telephone — Century Link
Bill Johnson
(970) 377-6401
3702 Automation Way
Suite 106
Fort Collins, CO 80525
Cable TV - Comcast
Don Kapperman
970) 567-0245
Parks Department — City of Fort Collins
Steve Lukowski
(970) 567-7278
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.
81
9
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-2-
UTILITIES
The work listed below shall be performer) by the Contractor in accordance with the plans and
speciFcations, 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 Level 3 Fiberoptic - The Contractor shall coordinate the relocation of existing facilities and
appurtenances as shown on the plans and as necessary.
For the Larimer Canal No. 2 facilities - The Contractor shall coordinate the work within the
requirements described in revision of Section 211 Dewatering. Also, construct new ditch accesses and
provide access during construction to meet the requirements of the ditch company.
For the Fort Collins water facilities - The Contractor shall coordinate the relocation and/or abandonment
of the existing water main.
For the City of Fort Collins Electric - The Contractor shall coordinate the relocation of existing
underground electric lines as necessary.
For the Xcel Energy Gas - The Contractor shall coordinate the relocation of the existing gas line.
For the Century Link Fiberoptic and Telephone - The Contractor shall coordinate the relocation of
existing facilities and appurtenances as necessary.
For the Comcast Cable - The Contractor shall coordinate the relocation, adjustment, and resetting of
existing facilities and appurtenances as necessary.
For the City of Fort Collins Parks — The Contractor shall coordinate the relocation, adjustment, resetting,
or reconstruction of existing sprinkler system lines to facilitate road and bridge construction.
The following utility work is anticipated and shall be performed by the Utility Company or their
agents. Additional work may be necessary and all improvement shall be coordinated by the
CONTRACTOR as required for completion of the project.
Level 3 Fiberoptic — Relocate Fiberoptic line between approximate STA 11+50 and 14+50 to facilitate the
proposed roadway and bridge construction. Reset appurtenances as required.
Larimer Canal No. 2 Company facilities — None.
Fort Collins water facilities — Abandon or relocate existing watermain between approximate STA 11+50
and 14+50 to facilitate the proposed roadway and bridge construction.
City of Fort Collins Electric — Relocate underground electric line between approximate STA 11+50 and
14+50 to facilitate the proposed roadway and bridge construction. Adjust and/or reset pullboxes, meters,
and pedestals as necessary.
82
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 •
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-3-
UTILITIES
Xcel Energy —Relocate existing gas line between STA 11+50 and 14+50 to facilitate the proposed
roadway and bridge construction.
Century Link Telephone — Relocate telephone line between approximate STA 11+50 and 14+50 to
facilitate the proposed roadway and bridge construction. Reset telephone pedestals as required.
Comcast Cable - Relocate cable TV line between approximate STA 11+50 and 14+50 to facilitate the
proposed roadway and bridge construction.
Relocate, adjust, reset, or reconstruct lawn irrigation system between approximate STA 11+50 and 14+50
to facilitate the proposed roadway and bridge construction.
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.
0
83
0
STANDARD SPECIAL PROVISIONS
October 27, 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.
. October 27, 2011
2
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
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 Contractor's 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).
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.
October 27, 2011 •
3
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
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.
Subsection 105.23 (c) shall include the following:
4. Advisory Opinions
(1) Advisory opinions are typically used soon after the parties
find they have a potential dispute and have conducted
preliminary negotiations but before expenditure of additional
resources and hardening their positions. Advisory opinions
provide quick insight into the DRB's likely assessment of the
dispute. This process is quick and may be entirely oral and
does not prejudice the opportunity for a DRB hearing.
(2) Both parties must agree to seek an advisory opinion and so
notify the chairperson. The procedure for requesting and
issuing advisory opinions should be discussed with the DRB at
the first meeting with the parties.
(3) The DRB may or may not issue a written opinion, but if a
written advisory opinion is issued, it must be at the
specific request of both parties.
(4) The opinion is only advisory and does not require an
acceptance or rejection by either party. If the dispute is not
resolved and a hearing is held, the oral presentations and
advisory opinion are completely disregarded and the DRB
hearing procedure is followed.
(5) Advisory opinions should be limited to merit issues only.
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
Footings
Footings should be constructed on undisturbed natural soils or properly
compacted, engineered fill (see Fill Placement). Recommendations
regarding acceptability or removal and replacement of existing fill below
foundations are presented in the Existing Fill section of the report. Where
soil is loosened during excavation, it should be removed and replaced
with on -site soils compacted following the criteria in the Fill Placement
section of this report.
2. Footings constructed on the natural soils and/or properly compacted fill
can be designed for an ultimate soil pressure of 6,000 psf using the LRFD
design method. This value corresponds to an allowable soil pressure of
2,000 psf using the ASD design method. The resistance factor for
foundation design will need to be calculated when the ratio of deadload to
live load is determined. The soil pressure can be increased 33 percent
for transient loads such as wind or seismic loads. The ultimate capacity
using LRFD method assumes a weighted load factor of 1.5 and a
resistance factor of 0.5.
3. Footings should have a minimum width of at least 16 inches.
isFoundations for isolated columns should have minimum dimensions of 24
inches by 24 inches. Larger sizes may be required depending on loads
and the structural system used.
•
4. The soils beneath footing pads can be assigned an ultimate coefficient of
friction of 0.4 to resist lateral loads. The ability of grade beams, or footing
backfill to resist lateral loads can be calculated using a passive equivalent
fluid pressure of 300 pcf. This assumes the backfill is densely compacted
and will not be removed. Backfill should be placed and compacted to the
criteria in the Fill Placement section of the report.
5. Exterior footings should be protected from frost action. We believe 30
inches of frost cover is appropriate for this site.
6. Foundation walls and grade beams should be well reinforced both top
and bottom. We recommend the amount of steel equivalent to that
required for a simply supported span of 15 feet.
7. Completed footing excavations should be observed by a representative of
our firm to confirm that the subsurface conditions are similar to those
found in our borings. Occasional loose soils may be found in foundation
excavations. If this occurs, we recommend the loose soils be treated as
discussed in Item 1 above.
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
SHIELDS STREET BRIDGE REPLACEMENT 9
CTLIT PROJECT NO. FC05113-125
October 27, 2011
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
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:
(e) Pre -Hearing Submittal: 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
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)l2. 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
October 27, 2011 •
5
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
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:
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
0
October 27, 2011
6
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
and
hereinafter called the "Dispute Review Board" or "Board".
WHEREAS, the Department is now engaged in the construction of the
[Proiect Name]
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.
ARTICLE III
COMPENSATION
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.
October 27, 2011 •
7
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
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 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)
0
• October 27, 2011
8
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
C�
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
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
October 27, 2011
9
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
(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,
10 October 27, 2011
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
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.
(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 or joinder.
October 27, 2011
11
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
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, 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
12 October 27, 2011
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
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
(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
13 October 27, 2011
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
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 a
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
Drilled Piers Bottomed in Bedrock
1. Piers should bottom in competent bedrock and have a minimum
penetration into claystone bedrock of at least 8 feet.
2. Piers should be designed for an ultimate end bearing capacity, qP, of
105,000 psf and an ultimate skin friction capacity, qs, of 7,500 psf required
for the LRFD method. These values correspond to a maximum allowable
end pressure of 35,000 psf and an allowable skin friction of 2,500 psf for
the portion of the pier in bedrock using the ASD method. The resistance
factor for foundation design will need to be calculated when the ratio of
deadload to live load is determined. Skin friction should be neglected for
the portion of the pier in overburden soils or within 3 feet of grade beams,
but can be considered for the portion of the pier in weathered bedrock.
The ultimate capacities using LRFD method assume a weighted load
factor of 1.5 and a resistance factor of 0.5 for end bearing and side shear
values.
3. Piers should be designed with a length/diameter ratio less than 30.
4. Shear rings should be installed in the portion of the piers in bedrock. We
recommend provision of shear rings that extend about 3 inches beyond •
the pier shaft to increase the load transfer through skin friction. These
shear rings should be spaced about 2 feet on -center for the portion of the
pier in bedrock.
5. Pier drilling should produce shafts with relatively undisturbed bedrock
exposed. Excessive remolding and caking of bedrock cuttings on pier
walls should be removed.
6. Piers should be reinforced their full length with sufficient reinforcing steel
to resist a tensile load in the event of swelling. A minimum steel -to -pier
cross -sectional area ratio of 0.005 using Grade 60 steel is recommended.
Reinforcement should extend into grade beams and foundation walls.
7. Abutments should be well reinforced. The structural engineer should
design the reinforcement.
8. Piers should have a center -to -center spacing of at least three pier
diameters when designing for vertical loading conditions, or they should
be designed as a group. Piers aligned in the direction of lateral forces
should have a center -to -center spacing of at least six pier diameters.
Reductions for closely spaced piers are discussed in the following
section.
9. Concrete should have a slump of 6 inches (+/- 1 inch). Concrete should
be ready and placed in the pier holes immediately after the holes are •
drilled, cleaned, observed and the reinforcing steel is set.
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
SHIELDS STREET BRIDGE REPLACEMENT 10
CTLI T PROJECT NO. FC05113-125
• October 27, 2011
14
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
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.
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
S' 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
15 October 27, 2011 is
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
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
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
i
9
16 October 27, 2011
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
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
by declaration or affidavit, but
the arbitrator deems it entitled
objection made to its admission.
consider the evidence of witnesses
shall give it only such weight as
to after consideration of any
(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.
17 October 27, 2011
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
R-26. Inspection or Investigation
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
October 27, 2011
18
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
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.
(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
19 October 27, 2011
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
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 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
20 October 27, 2011
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
procedure shall be followed.
R-39. Appeal of Award
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.
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 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
The expenses of witnesses for either side shall be paid by the party
21 October 27, 2011
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
producing such witnesses. All other expenses 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
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 borne 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.
• 22 October 27, 2011
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
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, 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.
23 October 27, 2011 •
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
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.
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
10. Ground water was encountered in our borings. Where ground water is
encountered during drilling, pump or tremie pipe placement of concrete
may be required for proper cleaning, dewatering, and placement of
concrete during pier installation. Concrete should not be placed by free
fall in pier holes containing more than 3 inches of water.
11. We anticipate casing may be required for piers. Concrete should be
ready and placed in the pier holes immediately after the holes are drilled,
cleaned and observed and reinforcing steel set. At least 5 feet of
concrete should be maintained above the groundwater level prior to (and
during) casing removal.
12. Some pier -drilling contractors use casing with an O.D. equal to the
specified pier diameter. This results in a pier diameter less than
specified, typically on the order of 2 inches smaller in diameter. The
design and specification of piers should consider the alternatives. If full
size casing is desired (I.D. of casing equal to specified pier diameter) it
should be clearly specified. If design considers the potential reduction in
diameter, then the specification should include a tolerance for a smaller
diameter for cased piers.
13. Some movement of the drilled pier foundation is anticipated to mobilize
the skin friction. We estimate this movement to be on the order of 1/4 to
1/2 inch. Differential movement may be equal to the total movement.
14. The installation of the drilled pier foundations should be observed by a
representative of our firm to confirm the piers are bottomed in the proper
bearing strata and to observe the contractor's installation procedures.
Driven Piles
Piles can consist of steel H piles with tip reinforcement or closed end,
concrete filled, thick walled, steel pipe piles driven to "practical" refusal in
the bedrock.
2. The maximum allowable pile capacity should not exceed the rated
working stress for the steel section.
3. A combined skin friction and end bearing ultimate capacity of 27 kips per
square inch (ksi) times the cross -sectional area of the pile is
recommended for driven piles with Grade 36 steel. For Grade 50 steel,
the ultimate capacity should be increased to 36 ksi. The ultimate capacity
assumes a weighted load factor of 1.5 and the resistance factor of 0.5
from AASHTO Article 6.5.4.2.
4. Piles should be driven to penetrate into the bedrock or to practical refusal.
We define "practical" refusal at this site as an average penetration of 0.25
inch or less for the final ten blows. The hammer for pile driving should be
operated at manufacturer's recommended stroke and speed when
"practical refusal" is measured.
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
SHIELDS STREET BRIDGE REPLACEMENT 1 1
CTLIT PROJECT NO. FC05113-125
• 24 October 27, 2011
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
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
(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.
L-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, the 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:
25 October 27, 2011
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
(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);
(b) Stipulations to uncontested facts;
(c) The extent to which discovery shall be conducted;
(d) Exchange and premarking of those documents which each party
believes may be offered at the hearing;
(e) 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
(j) 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
26 October 27, 2011
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
the extent of the discovery.
(d) At the discretion of the arbitrator(s), upon good cause shown and
consistent with 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
0
27 October 27, 2011
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
Figure 105-1
DISPUTES AND CLAIMS FLOW CHART
105.22 Project Issue - Verbal discussions
Impass
Contractor provides written notice of
15 Days -
Contractor provides written REA including
the following:
(1) Date of dispute
(2) Nature of order and
circumstances causing dispute
(3) Contract provisions supporting
15 Days -
CDOT Project Engineer and Contractor
I PE denies merit of I
Contractor rejects PE's
denial. Contractor
7 days -
7 days -
PE determines
7 days -
Contractor accepts
denial. Dispute is
Disagree on quantum
Proj Eng/Res Eng & Supt/PM & Contractor's rep
with decision authority above the project level
Up to 30 days -
30/ 45
days -
DRB agreement 105.23(a)
Proj Eng
20 days -
Prehearing Submittal
15 days -
DRB Hearing
30 days -
DRB renders a
10 days -
Reauest for Clarification
14 days -
Dispute
5 Days is
105.23
1-1
Either party rejects DRB I I DRB recommendation is
Figure 105-1 continued on
Merit
granted -
Quantum
Adjustment
of
payment/sche
dule in
consultation
u
is
•
•
0
October 27, 2011
28
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
Figure 105-1 (continued)
Either party rejects DRB Adjustment of
3o days - payment/schedu
le in
105.24 Notice of intent consultation
60 days - with Proaram
Contractor submits certified claim package
60 days -
RTD renders a Contractor Decision is
??day, -
�- -' 60 days
Contractor 105.24 Chief
rejects and 15 day Engineer
105.24 Request for days
^` - 105.24
30 days -
Contractor rejects CE F Contractor accepts Decision is
Optional Mediation
I Dispute is I
I Contractor I
Binding Arbitration or
Litigation
Litigation
Court
Dispute is
Resolution is
Binding
I Arbitrator(s) render I
Appeal process only for
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
Notice to Stop
1�
_ _..Work
2ad
$150
$150
3td
300
450
4`h
600
1,050
5`h
1,200
2,250.
6`h
1,200
3,450
Etc.
1,200
4,650-
Etc.
Etc.
•
iFebruary 3, 2011
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, a new 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:
If the test result is within the tolerance limits then PF = 1.00
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 above the maximum specified limit, then
PF = 1.00 - [0.25(TO - TU)/V]
If the test result is below the minimum specified limit, then
PF = 1.00 - [0.25(TL - TO)/V]
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):
(PF1 + PF2) (PF2 + PF3) (PF1 + PF2) (Pn2 - PnX)
(1) PF =------------------ + [------------------ -
---------] x----------- --
2 2 2 (Pn2 - Pn3)
Where, when referring to Table 105-3:
PF1= 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
element of In -Place Density shall be 1.0.
Regardless of QL, the maximum PF in relation to Pn is limited in
accordance with Table 105-3.
February 3, 2011
3
REVISION OF SECTIONS 105 AND 106
CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT
(LESS THAN 5000 TONS)
As test results become available, they will be used to calculate
accumulated QL 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
or
0.75, the Engineer may:
1. Require complete removal and replacement with specification
material at the Contractor's expense;
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.
0
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 1V 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
2.3.6-mm (No. 8), mesh and
2.80
N/A.
larger sieves
600 µm (No. 30) mesh
1.80
N/A
sieve
_
75 µm (No. 200) mesh .
_
0.80 .
N/A
sieve
Gradation
N/A
15
Asphalt Content
0..20
25
In -place Density
1.10
45
Joint Density
1.60,
15
is
212-00100
TREE RETENTION AND PROTECTION (ARTHURS DITCH)
LS
1
212-00100
TREE RETENTION AND PROTECTION (SHIELDS BRIDGE)
LS
1
213-00002
MULCHING (WEED FREE HAY)
ACRE
0.7
214-00230
DECIDUOUS TREE (3 INCH CALIPER)
EACH
9
304-05000
AGGREGATE BASE COURSE (CLASS 5)
TON
783
403-32821
HOT MIX ASPHALT (GRADING SG) (100) (PG 58-28) (TEMPORARY PAVEMENT)
TON
95
403-32821
HOT MIX ASPHALT (GRADING SG) (100) (PG 58-28)
TON
369
403-33821
HOT MIX ASPHALT (GRADING S) (100) (PG 58-28)
TON
125
403-33851
HOT MIX ASPHALT (GRADING S) (100) (PG 64-28)
TON
60
412-00600
CONCRETE PAVEMENT (6-INCH)
SY
23
412-00950
CONCRETE PAVEMENT(9-1/2 INCH)
SY
1,098
420-00112
GEOTEXTILE (DRAINAGE) (CLASS 1)
SY
264
420-00133
GEOTEXTILE (SEPARATOR) (CLASS 2)
SY
150
502-00460
PILE TIP
EACH
22
502-11274
STEELL PILING (HP 12X74)
LF
803
506-00218
RIPRAP (18 INCH)
CY
240
506-01020
GEOGRID REINFORCEMENT
SY
550
514-00200
PEDESTRIAN RAILING (STEEL) (SPECIAL)
LF
139
515-00400
CONCRETE SEALER
SY
301
601-03020
CONCRETE CLASS D (MISCELLANEOUS) (COLORED) TYPE 1
CY
69
601-03020
CONCRETE CLASS D (MISCELLANEOUS) (COLORED) TYPE 2
CY
65
601-03030
CONCRETE CLASS D (BOX CULVERT)
CY
444
601-03040
CONCRETE CLASS D (BRIDGE)
CY
378
601-05540
CONCRETE CLASS HT (DECK TOPPING)
CY
36
601-40300
STRUCTURAL CONCRETE COATING
SY
280
602-00000
REINFORCING STEEL
LB
65,546
602-00020
REINFORCING STEEL (EPDXY COATED)
LB
77.938
602-00060
REINFORCING STEEL SPLICE
EACH
138
604-19000
INLET (SPECIAL)
EACH
4
604-50200
MANHOLE RING AND COVER
EACH
2
606-30010
DECORATIVE COLUMN TYPE 1
EACH
6
606-30020
DECORATIVE COLUMN TYPE 2
EACH
4
608-00006
CONCRETE SIDEWALK(6 INCH)
SY
221
608-00010
CONCRETE CURB RAMP
SY
32
609-21020
CURB AND GUTTER TYPE 2 (SECTION II-B)
LF
150
609-21023
CURB AND GUTTER TYPE 2 (SECTION II-6) (SPECIAL) (6--12- CURB FACE)
LF
421
Addendum 2
Shields Street Bridge & Laporte Avenue Bridge Replacement Design Page 3 of 4
0
•
5. We estimate a HP 10 x 42 driven.to refusal will penetrate the claystone
about 3 feet, an HP 12 x 74 about 2 feet and a closed end pipe pile about
1 foot. We recommend pile tips extend at least 3 feet into bedrock.
Therefore predrilling will likely be required considering subsurface
conditions at this site.
6. The manufacturer's rated energy output of the hammer should be
between 1,600 to 2,000 foot-pounds per square inch of steel section. The
hammer should be operating at the manufacturer's recommended stroke
and speed when final pile depths are reached.
7. The efficiency of the hammer and impact should be monitored during
driving. The contractor should select a driving hammer and cushion
combination which is capable of installing the selected piles without over-
stressing the pile. The contractor should submit the pile driving plan and
the pile hammer/cushion combination to the engineer for evaluation of the
driving stress in advance of the pile installation.
8. Vertical piles should be driven plumb to within 1.5% of the pile length.
Battered piles should be driven to within 1.5% of the pile length of the
planned batter.
9. Lateral resistance to horizontal loads can be provided by battered piles or
as discussed in the Laterally Loaded Piers and Piles subsection below. It
is normal to assume a battered pile can resist the same axial load as a
vertical pile of the same type and size driven to the same tip elevation.
The vertical and horizontal load components will depend upon the batter.
Batter should not exceed 1:4 (horizontal to vertical).
10. Groups of piles required to support concentrated loads will require an
appropriate reduction of the estimated bearing capacity based on the
effective envelope area of the pile group. This reduction can be avoided
by spacing piles a distance of at least 3 diameters center to center. Pile
groups spaced less than 3 diameters center to center should be studied
on an individual basis to determine the appropriate reduction for both
lateral and axial capacities.
Laterally Loaded Piers and Piles
Several methods are available to analyze laterally loaded piers. With a pier or
pile length to diameter ratio of 7 or greater, we believe the method of analysis developed
by Matlock and Reese is most appropriate. The method is an iterative procedure using
applied loading and soil profile to develop deflection and moment versus depth curves.
The computer programs LPILE and COM624 were developed to perform this procedure.
Suggested criteria for LPILE analysis are presented in the following table. 0
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
SHIELDS STREET BRIDGE REPLACEMENT 12
CTLIT PROJECT NO. FC05113-125
0
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
FORMTTLAS FOR CALCULATING PF BASED ON PN
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
0.3.1177 +
1:57878','(.QL/l00)
`084862
3
._
1:025. ..
_
4
0.27890 +
1.51471 (QL/100) -
0.73553
1.030
(QL/100)2
-
-
-
-F0.25529 +
1.48268 (QL/100) -
-0 67759
`(QL/100)
0.19468 +
1.56729 -
0.70239
6
(QL/100)2
1.035
-7
0.16709 +
1 58245:''(QL/100)
0 687Q5
0.16394 +
1.55070 (QL/100) -
0.65270
8
(QL/100)2
1.040
0.11412 +
1.63532
0 68786
�._9__..__..�
,(QL/10.0)
1..040 ;
_
10
to
0.15344 +
1.50104 (QL/100) -
0.58896
11
(QL/_100) 2
1.045
12
to
-' 0 07278 + 1.'64285 '(QL/1-00)
0.65033
14
_-'-
(QL/100) 2•_
--: --
1.045 ._
15
_ -
to
_ _'_
0.07826 +
___: -_ �_ .�.[
1.55649 (QL/100) -
__:__:
0.56616
- - - -_..__ _
18
(QL/100)2
1.050
-
19
to
0.09907. +
j 43088 (QL/lbd' -'
0 45550
25
-..
2
1.
-".
1.050
- --
_ .
26
-
to
_.SQL/10.0)
0.07373 +
-
1.41851 (QL/100) -
0 41777
37
(QL/100)2
1.055
38
to
_
0.105.86 +
1.26473 (QL/100)
0 296,60
_
-69-
-
:.
(QL/100).2 . -----
1.055
70
to
0.21611 +
0.86111 (QL/100)
1.060
200
20.1
0c15221. +-0.,92171`i(QL/100)
1.060
(g) Process 11DP 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: 41
UP = [ (Ton.) (UP.) + (Ton,,) (UPAd ] /Ton..
Where: Ton. = Tons of Asphalt Mix
UPM� = Unit Bid Price of Asphalt Mix
Ton AC = Tons of Asphalt Cement
UPAC= Unit Bid Price of Asphalt Cement
For the joint density element:
February 3, 2011
5
REVISION OF SECTIONS 105 AND 106
CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT
(LESS THAN 5000 TONS)
UP = UPM�
Where: UP.. is as defined above.
When AC is paid for separately UP shall be:
UP = [ (BTonk.MA) (BUP.) + (BTona,) (BUPA,) ] /BTonM,
Where: BTonM. = Bid Tons of Asphalt Mix •
BUPF� = Unit Bid Price of Asphalt Mix
BTonAC = Bid Tons of Asphalt Cement
BUPAC = Unit Bid Price of Asphalt Cement
(h) Element 1/DP. The I/DP for an element shall be computed by
accumulating the process I/DP's for that element.
(i) 1/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 I/DP calculations for a mix design.
(j) Project T/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.
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
February 3, 2011
13.4
REVISION OF SECTIONS 105 AND 106
CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT
(LESS THAN 5000 TONS)
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
Laken 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
Process Control
Acceptance
i Aspha-lt
,Content -
1/500 tons, _'1/1000
tons-
Theoretical
Maximum
1.1000 tons,
1/1000 tons,
Specific
minimum 1/day
minimum 1/day
Gravity
-Gradat,ion
l/Day
1/200.0 .tons`
In -Place
1/500 tons
1/500 tons
Density
1 core/2500
'Joint
linear feet of
1 core /5000 linear
Density _
joint _ iW
1/2000 tons or
feet,_of Ooint
Aggregate
Percent
1/Day if less
1/2000 tons
Moisture
than 2000 tons
!Percent — 7
-- .
Lime (3) .c4)
_ 1/Day :,
Not applicable
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.
• February 3, 2011
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.
9
a
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 Contractor's
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.
0
Rev 10/20/07
February 3, 2011 0
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.
•
19
Rev 10/20/07
0
February 3, 2011
1
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.
Rev 10/20/07
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.
February 3, 2011
2
REVISION OF SECTIONS 107 and 208
WATER QUALITY CONTROL
UNDER ONE ACRE OF DISTURBANCE
2. Reference Materials
(1) CDOT Erosion Control and Stormwater Quality Guide.
(2) CDOT Erosion Control and Stormwater Quality Field Guide.
(3) Copy of biological opinion, if applicable.
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.
0
O
s
TABLE A
SOIL INPUT DATA FOR LPILE or COM824
S"'. w4 ti. `4 _ y
�".:.� •��.a .'� �i i [
f^' J^0. J .S
�".e.?.t..�-.. r_
}•R;Y S A .;
.4.��iia�;�t.•rati. �..a:
�� r'
ra.acW�,._.`..v':•., fin.
Material Type
Stiff Clay w/
Free Water
Sand
Stiff Clay w/o
Free Water
Effective Unit Weight (pci)
0.03
0.03
0.035
Cohesive Strength, c (psi)
7
-
120
Friction Angle (°)
-
35
-
Soil Strain, F50 (in/in)
0.007
-
0.003
p-y Modulus ks (pci)
500
90
2,000
The E5o represents the strain corresponding to 50 percent of the maximum
principle stress difference.
Wing Walls
If integral with the abutments, wing walls should be constructed on with the same
foundation type as the abutments. The lateral loads acting on abutments and wing walls
are dependent on the height and type of wall, backfill configuration and backfill type. For
the purposes of design, we have assumed less than 10 feet of fill will be retained by
abutments and wing walls and the backfill will be on -site or similar soils.
Abutment and wing walls should be designed to resist lateral earth pressures that
act upon the wall. Table B below provides the necessary equivalent fluid pressure
values for the backfill soils anticipated at this site. The pressures given do not include
allowances for surcharge loads such as sloping backfill, vehicle traffic, or excessive
hydrostatic pressure.
TABLE B
FOl11VAl FNT FI I IID PRFSSI IRF VAI I IFG
Loading,Condition
��.
Egwlvalent Hydrostatic
�_ FluidIPressure
Active ('YA)
psf
40
At -Rest (Yo)
psf
55
Passive (ryp)
psf
300
Horizontal Friction Coefficient
0.4
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
SHIELDS STREET BRIDGE REPLACEMENT
CTL1 T PROJECT NO. FC05113-125
13
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).
February 3, 2011
3
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. 0
(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:
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
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:
Disagreements 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 O 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.
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 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 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 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.
August 19, 2011 .
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
0
E
u
REVISION OF SECTION 108
LIQUIDATED DAMAGES
December 29, 2011
Section 108 of the Standard Specifications is hereby revised for this
project as follows:
In subsection 108.09 delete the schedule of liquidated damages and
replace with the following:
Original Contract Amount ($)
Liquidated Damages
per Calendar Day
From More
To And
Than
Including
($>
:0
h .250 000 k '
S00
25,0;000-iti50'0;
x
r 900,
500,000
1,000,000
1,p300
1,:0,0;0,000.,,',t
z" ,2i,;0A00,L0,0'0 )...�9.'_
p
+0".�,4? :Q,-'�8:0
2,000,000
4,000,000
3,000
4,00.0,.0007`
10;=000•;,000
10,000,000
--------------
4,100 plus 300 Per
-
Each Additional
1,000,000 Contract
Amount or Part
Thereof Over
10,000,000
11
September 29, 2011
1
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.
1. 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.D 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
htto://www.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
httn://finance.yahoo.com/currencv; 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:
htto://www.dot.state.co.us/DesignSupport/Construction/Fuelo20Cost
620Adiustments/Cenovus/Daily Prices/Daily Asphalt Cement Cost Adi
ustment 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
Item
Pay Unit
No.
403*
,Hot° Mix Asphal'.t (Gra`ding
'; M` °Ton
403
Stone Matrix Asphalt
Ton
(Grading ) (Asphalt)
*Hot Mix Asphalt (Patching) is not subject to asphalt
cement cost adjustment.
0
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.
C 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)
0
•
2
REVISION OF SECTION 109
ASPHALT CEMENT COST ADJUSTMENT
(ASPHALT CEMENT INCLUDED IN THE WORK)
Where:
September 29, 2011
BP', Average- Asphalt C,6iment 'price index :f`or: the cdl;endar:
month :prior•, 'to tYie �calenda�= month'.in which bids` are
EP = Average Asphalt Cement price index for the calendar
month prior to the calendar month in which the
partial estimate pay period ends
ACCA = Asphala Cement. -,Cost' -Adjustment
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), Reclaimed
Asphalt Shingles (RAS), or both is used, the percent
of Virgin Asphalt Cement added to the mix will be
determined by subtracting the percent of asphalt
cement in the RAP, RAS, or both from the percent of
asphalt cement in the mix as calculated from Revision
of Section 401, Reclaimed Asphalt Pavement and
Revision of Section 401 Reclaimed Asphalt Shingles.
Increased pay: quantity for• all 403 items sYow'T'n
:above on the monthly partial„pay est_rmate in Tons
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
20`h of the month a February estimate will include HMA
quantities measured from the 21'` of January through
the 20-' 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. •
F 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.
H 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.
0
0
May 5, 2011 •
REVISION OF SECTION 109
COMPENSATION FOR COMPENSABLE DELAYS
In subsection 109.10, 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.
0
The appropriate load distribution to apply for design depends not only on the soil
and bedrock type, but also on the wall type and restraint. Graphical examples of typical
loading conditions are presented on Figure 3. For abutment walls and wing walls that
are restrained from rotation, the walls should be designed to resist the "at rest' earth
pressure. For walls which are free to rotate to develop the shear strength of the soils,
such as wing walls not tied to the abutments, the walls should be designed to resist the
"active" earth pressure. Resistance to lateral loads can be provided by friction between
concrete and soil and/or by "passive" earth pressure. Passive earth pressure should be
ignored for the top 1 foot of soils against the structure since it can be easily removed
with time. The proper application of these loading conditions is the responsibility of the
wall designer.
The hydrostatic pressure can be reduced by providing a drain and weep holes
behind the abutments and wing walls. The drain should be reasonably well -graded
sands and gravels with a maximum of 5 percent passing the No. 200 sieve and a
maximum particle size of 3 inches that is at least 12 inches wide and placed against the
back of an abutment or wing wall. The top 2 feet of backfill above the drain should be
compacted clays. Weep holes should be 4.inches in diameter, spaced 10 feet center -to -
center at the bottom of an abutment or wall. At least two weep holes should be provided
per wall at the bottom of the wall. The back of the weep holes should connect to the
drain, be protected from clogging and be screened to prevent drain materials from falling
out of the weep holes. A manufactured drain such as Miradrain could be substituted for
the drain sand and gravel. Manufactured drains should be installed following the
manufacturers recommendations. A graphical example of a typical earth retaining wall
drain is presented on Figure 4.
Wall backfill should be placed in 8-inch maximum loose lifts, moistened to within
2 percent of optimum moisture content and compacted to at least 95 percent of standard
Proctor maximum dry density (ASTM D 698, AASHTO T 99). The placement and
compaction of fill should be observed and tested by a representative of our firm during
construction.
is
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
SHIELDS STREET BRIDGE REPLACEMENT 14
CTL IT PROJECT NO. FC05113-125
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
(OPIS) 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)
,202.Remoual wo"f. Asphalt �Ma{t
Squa-re
0' 0.0'6';Ga11'SY7'Inch ,
(,P1`anng)` x r`.,Yard'
depth, ' =n
203-Excavation (muck,
Cubic
0.29 Gal/CY
unclassified) Embankment,
Yard
Borrow
2'03.'Rock?Excavation'
0
'' e
ard
206-Structure Excavation and
Cubic
0.29 Gal/CY
Backfill [applies only to
Yard
quantities paid for by separate
bid item; no adjustment will be
made for pay items that include
structure excavation &
backfill, such as RCP(CIP)]
304-Aggregate Base Course
(Class )
Ton
0.47 Gal./Ton
307-Processing Lime Treated
Squar-e
0.12 Gal./SY
Subgrade
Yard
310-Full Depth Reclamation
Square
0.06 Gal/SY
Yard
alt
403-Hot Mix Asph(HMA)
Ion
2.47 Gal/T.on
(LGrading _)
403-Stone Matrix Asphalt
Ton
2.47 Gal/Ton
(Grading )
405-Heating and Repaving
Treatment
405-Heating and Remixing
Square
Yard
Square
0.44 Gal/SY
0.44i7aX1' SY
Tr-eatment
Yard
406-Cold Bituminous Pavement
Square
0.01 Gal/SY/Inch
(Recycle)
Yard
depth
412- Concrete Pavement
Square
0.0�3 Gal/SY/�nch
( Pnch)
Xard
thickness
412-Place Concrete Pavement**
Square
0.03 Gal/SY/Inch
Yard
thickness
CN
•
0
• 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)
Where:
BP =Average fuel price index for the calendar month prior
to the calendar month in which bids are opened
EP =Average fuel price index for the calendar month prior
• to the calendar month in which the partial estimate pay
period ends
FA =Adjustment for fuel costs in dollars
FF =Fuel usage factor for the pay item
Q = Pay quantity for the pay item on the monthly
partial pay estimate
Note: When 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 21st of January
through the 20th 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.
•
0
•1
REVISION OF SECTION 109
MEASUREMENT OF QUANTITIES
February 3, 2011
Section 109 of the Standard Specifications is hereby revised for this
project as follows:
In subsection 109.01, delete the 17`h paragraph and replace it with the
following:
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
(s) 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.
•
January 6, 2012 ,
REVISION OF SECTION 109
MEASUREMENT OF WATER
Section 109 of the Standard Specifications is hereby revised for this project as follows
In subsection 109.01, delete the twenty-sixth paragraph and replace with the following
Water may be measured either by volume or weight. Water meters shall be accurate within a range of ± 3
percent. When water is metered, the Contractor shall use an approved metering device and shall furnish the
Engineer a certificate showing the meter has been accurately calibrated within the time allowed in the following
schedule:
4 inch to 6 inch 2 years
8'iin6h1o104inch 1,uea�'
r1
0
July 29, 2011
REVISION OF SECTIONS 206 AND 601
BACKFILLING STRUCTURES THAT
SUPPORT LATERAL EARTH PRESSURES
Sections 206 and 601 of the Standard Specifications are hereby revised
for this project as follows:
In subsection 206.03, delete the ninth paragraph and replace with the
following:
Backfill material shall not be deposited against newly constructed
masonry or concrete structures, until the concrete has developed a
compressive strength of 0.8 f 'c, except in cases where the structures
support lateral earth pressure. Concrete compressive strength for
structures supporting lateral earth pressure shall conform to
subsection 601.12 (o).
Subsection 601.12 shall include the following:
(o) Backfilling Structures that Support Lateral Earth Pressure.
Concrete compressive strengths shall reach f'c before backfilling
operations can begin with heavy equipment, such as skid -steers or
self -powered riding compactors. Concrete compressive strengths
shall reach 0.8 f'c before backfilling operations can begin with
hand operated equipment.
0
•
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.
E
SFebruary 3, 2011
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.
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 OF
cooler than other material across the width may be marked for density
testing. Material for temperature comparison will be evaluated in a-
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 10
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.
0
SCOUR
Erosional scour around the existing bridge abutments was not identified as a
significant issue in the structure review documents, however, it was noted that one of the
footing structures was exposed due to scour. No evidence of undermining of the footing
was described or record of historic soil cover of the footing. The fact that it is suggested
that scour uncovered a foundation element indicates water passing below the existing
bridge moves quickly enough to erode soil. No design scour elevation was identified for
this structure during the course of our services. Typically this value is provided by
others.
The soil at the site is primarily clays and sandy clays, which are typically more
resistant to erosion. However, if the soils are subjected to submerged conditions for
long periods of time, the resistance to erosion is significantly reduced. The provided
documentation indicates the bridge area is a low spot in the ditch system and the soils
• below the bridge are submerged for the entire season.
Generally, the two options to resolve scour concerns involve constructing the
foundation elements of the bridge below anticipated scour elevations or providing armor
that will resist the scour forces of the water passing the structure. For this project,
founding the bridge on a deep foundation (drilled piers, driven piles or helical piles)
would resolve the scour issue provided the deep foundations are designed for the post
scour conditions. If the planned bridge is to be constructed on shallow foundations, we
recommend extending the footings below scour elevations, which is probably deeper
than the existing footings and providing channel armor to reduce scour impacts.
APPROACH APRONS
We understand the proposed bridge will include approach aprons. We
recommend the subgrade at these sites be scarified to a depth of 12 inches below
pavement depths, moisture conditioned within 2 percent of optimum moisture content,
and recompacted to at least 95 percent of standard Proctor maximum dry density (ASTM
• D 698, AASHTO T 99). Concrete slabs should be a minimum of 6 inches thick, or
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
SHIELDS STREET BRIDGE REPLACEMENT 15
CTL I T PROJECT NO. FC05111125
i
May 5, 2011
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:
:,Burlap .Cloth made .from ,Jute or AASHTO .M
Kenaf 182
Liquid Membrane -Forming
Compounds for ASTM C 309
Curing Concrete
Sheet, -.,Materials for Curing,. �'+,AASHTO, ,M .-
.Concrete.
*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.
0
December 29, 2011 •
1
REVISION OF SECTION 601
CLASS H AND HT BRIDGE DECK CONCRETE
Section 601 of the Standard Specifications is hereby revised for this
project as follows:
In subsection 601.02 delete Class H and HT from Table 601-1 and
replace with the following:
4500 at
500 to
H
56 days
640
5 - 8
0.42 - 0.44
:HT
4500 at
500 tom"
5 8"
....
0 .4.2 0...44' '
56 days
6°40
In subsection 601.02 delete Class H and HT and replace with the
following:
Class H concrete is used for bare concrete bridge decks. Additional
requirements are:
(1) Type A or dual rated Type A and F chemical admixtures may be used.
(2) Set retarding and accelerating admixtures shall not be used.
These include Type B, C, D, E, and G chemical admixtures. •
(3) The concrete mix shall consist of a minimum of 55 percent sizes
No. 57, No. 6, or No. 67 coarse aggregate by weight of total
aggregate.
(4) The permeability of the laboratory trial mix shall not exceed
2000 coulombs at 56 days when tested by ASTM C 1202
(5) The cracking tendency of the laboratory trial mix shall not
exhibit a crack before 15 days when tested by AASHTO T334.
(6) Class H concrete shall contain a minimum of 20 percent pozzolan
by weight of total cementitious material.
(7) The sulfate exposure is Class 0 except when substituted for Class B or D concrete.
Class HT concrete is used for deck resurfacing and repairs on bare
concrete bridge decks. Additional requirements are:
(1) Type A or dual rated Type A and F chemical admixtures may be used.
(2) Set retarding and accelerating admixtures shall not be used.
These include Type B, C, D, E, and G chemical admixtures.
(3) The concrete mix shall consist of a minimum of 50 percent size
No. 7 or No. 8 coarse aggregate by weight of total aggregate.
(4) The permeability of the laboratory trial mix shall not exceed
2000 coulombs at 56 days when tested by ASTM C 1202
(5) The cracking tendency of the laboratory trial mix shall not
exhibit a crack before 15 days when tested by AASHTO T334.
(6) Class HT concrete shall contain a minimum of 20 percent pozzolan
by weight of total cementitious material.
(7) The sulfate exposure is Class 0
In subsection 601.05 delete the fifth paragraph and replace with the
following:
Except for class BZ concrete, the maximum slump of the delivered
concrete shall be the slump of the approved concrete mix design plus
1% inch. Except for Class H and HT concrete, the laboratory trial mix
shall produce an average compressive strength at least 115 percent of
the required field compressive strength specified in Table 601-1. When
entrained air is specified in the Contract for Class BZ concrete, an
air entraining admixture may be added to an approved Class BZ mix
design. A new trial mix will not be required.
December 29, 2011
2
REVISION OF SECTION 601
CLASS H AND HT BRIDGE DECK CONCRETE
In subsection 601.07 delete the second paragraph and (a) and replace
with the following:
For Class H and HT concrete, adding water after the initial mixing
shall not occur. All water shall be added at the plant. Slump
adjustment shall be through the addition of an approved Type A or dual
rated Type A and F water reducing admixture.
Silica fume, when used, shall be added to the mix during initial
batching.
• (a) Mixing General. The concrete shall be deposited in place within
90 minutes after batching when concrete is delivered in truck
mixers or agitating trucks, and within 60 minutes when delivered in
non agitating trucks.
Except for Class H and HT concrete, the 90 minute time limit for
mixer or agitating trucks may be extended to 120 minutes if:
(1) No water is added after 90 minutes.
(2) The concrete temperature prior to placement is less than 90 OF
Except for Class H and HT concrete, the 90 minute time limit for
mixer or agitating trucks may be extended to 180 minutes if:
(1) No water is added after 90 minutes.
(2) The concrete temperature prior to placement is less than 90
0F.
(3) The approved concrete mix contains a Type D water reducing and
retarding chemical admixture.
In subsection 601.15 delete (b) and (c) and replace with the
following:
(b) Test Slab. At least fourteen working days prior to initial
placement of Class H, Class HT or Class S50 concrete on or in a
deck, the Contractor shall place, finish and cure a test slab
• according to the project specifications, using the same personnel,
methods and equipment (including the concrete pump, if used) that
will be used on the bridge deck. The test slab shall be the same
width as the bridge deck. When the bridge deck width is greater
than 40 feet, the Contractor may reduce the test slab width to a
minimum of 40 feet. The test slab shall have a length of at least 30
feet and shall have a thickness a minimum of the bridge deck
thickness. Placement of Class H, HT or S50 Concrete in the deck
shall not occur until approval is given by the Engineer. Approval
to place concrete on the deck will be based on satisfactory
placement, consolidation, finishing and curing of the test slab and
cores, and will be given or denied within two working days of
receiving the cores from the Contractor.
A minimum of one day after construction of the test slab, the
Contractor shall core four full -depth 4 inch diameter cores, one
from each quadrant of the test slab, and submit them to the Engineer
for visual inspection of degree of consolidation. . If an additional
test slab is deemed necessary by the Engineer, it will be placed at
the Contractor's expense.
Additional test slabs shall be placed as necessary to verify
changes in design or procedures at the Contractor's expense.
Test slabs that are placed as acceptable work in segments of
concrete pavement, or as approach slabs, or other locations
acceptable to the Engineer, will be paid for as the pay item for
that element of the Contract.
(c) Placing. Concrete shall be placed in accordance with the
requirements of subsection 601.12 except for the following:
Concrete shall be placed in such manner as to require as little
handling as possible and at sufficient depth to provide adequate
material for screeding and finishing operations. The concrete
shall be discharged as near its final location as practicable. The
pattern of placement shall be such that lateral flow will be
minimized. Concrete shall be placed against the leading edge of
fresh concrete where practicable.
December 29, 2011
3
REVISION OF SECTION 601
CLASS H AND HT BRIDGE DECK CONCRETE
For Class H, HT and S50 Concrete maintain environmental conditions
on the entire bridge deck so the evaporation rate is less than 0.2
pounds per square foot per hour. The temperature of Class H, HT and
S50 Concrete immediately before placement shall be a minimum of 55°F
and a maximum of 70°F. This may require placing the deck at night,
in the early morning or on another day. The evaporation rate (as
determined in the American Concrete Institute Manual of Concrete
Practice 305R, Chapter 2) is a function of air temperature, concrete
temperature, wind speed and relative humidity. The effects of any
fogging required by the Engineer will not be considered in the
estimation of the evaporation rate.
Just prior to and at least once every hour during placement of the
Class H, HT and S50 Concrete and until the water cure method is
applied, the Contractor will measure, record and report to the
Engineer the air temperature, concrete temperature, wind speed, and •
relative humidity on the bridge deck. The Contractor will take and
report to the Engineer the air temperature, wind, and relative
humidity measurements approximately 12 inches above the surface of
the deck. With this information, the Engineer will determine the
evaporation rate.
When the evaporation rate is equal to or above 0.2 pounds per square
foot per hour, take actions (such as cooling the concrete,
installing wind breaks, sun screens, etc.) to create and maintain an
evaporation rate less than 0.2 pounds per square foot per hour on
the entire bridge deck.
Fogging using hand-held equipment may be required by the Engineer
during unanticipated delays in the placing, finishing or curing
operations. If fogging is required by the Engineer, the Contractor
shall not allow water to drip, flow or puddle on the concrete
surface during fogging, placement of absorptive material, or at any
time before the concrete has achieved final set.
Longitudinal joints for a Class HT concrete overlay will be allowed
only at the locations of lane lines and must be approved by the
Engineer.
If placing Class H, HT and S50 Concrete is delayed and the concrete
has taken its initial set, stop the placement, saw the nearest
construction joint approved by the Engineer, and remove all
concrete beyond the construction joint.
Transverse joints may be utilized when the Engineer determines that
the work is not progressing in a satisfactory manner, or when
• required by change in weather conditions. The Engineer may approve
transverse joint locations to accommodate phased overlay
construction.
Delete subsection 601.16 and replace with the following:
601.16 Caring Concrete Bridge Decks. Except for Clctss Hand HT concrete, the mininntm caring period shall be 120
hours. For Class Hand HT concrete the mininnurn curing period shall be 168 hours.
The concrete surface shall be kept moist at all times by fogging with
an approved atomizing nozzle or applying a monomolecular film coating
to retard evaporation until the curing material is in place.
Except for when Class H & HT Concrete is used; Concrete bridge decks, including bridge curbs and bridge sidewalks shall
be cured as follows:
(a) Decks placed from ttfay Ito September 30 shall be cured by the membrane forning curing cornpotand method followed
by the water care method ca follows:
1. Membrane Forming Cnring Compoand Method. A volatile organic content (VOC) compliant curing compotnd
conforming to ASTM C 309, Type 2 shall be nniforntly applied to the surface of the deck curbs and sidewalks at the
rate of I gallon per 100 square feet. The caring compound shall be applied as a fine spray using power operated
spraving equipment. The power operated spraying egttiprnent shall be equipped with an operational pressure gage
a and means of controlling the pressure. Before and daring application the curing compound shall be kept
thoroughly mixed by recirculation or a tank agitator. The application shall be within 20 feet of the deck finishing
operation. When the finishing operation is discontimted, all finished concrete shall be coated with curing compound
within '/> !roar. The curing compound shall be thoroughly mixed within one hoar before nse.
• (b) December 29, 2011
4
REVISION OF SECTION 601
CLASS H AND HT BRIDGE DECK CONCRETE
0
1. Water Cure illlethod. The water cure method shall be applied as soon as it can be without marring the surface. The
surface of the concrete, including bridge curbs and bridge sidewalks, shall be entirely covered with wet bterlap and
polyethylene sheeting. Prior to being placed, the burlap shall be thoroughly saturated with water. The wet burlap
and polvethylene sheeting shall extend at least twice the thickness of the bridge deck beyond the edges of the slab
and shall be weighted to remain in contact with the surface. The wet burlap and polyet vlene sheeting shall remain
in contact and be kept wet for the entire caring period.
(c) Decks placed between November 1 and March 31 shall be eared by application of a rnenhbrane forming curing
compound followed by the blanket method as follows:
1. iillembrane Forming Curing Compound ilethocl. This method shall be applied in accordance with subsection
601.16(a)l above.
2. Blanket iblethod. Curing blankets with a minimum R-value of 0.5 shall be placed on the deck as soon as they can be
without marring the surface. Blankets shall be loosely laid (not stretched) and adjacent edges suitably overlapped
with continuous weights along the lapped joints. The blankets shall remain in place for a minimum offhve days after
placement.
(d) Decks placed in April or October may be cured in accordance with either subsection 601.16(a) or 601.16(b) above.
(e) For decks above an elevation of 8,000 feet above mean sea level, the Engineer may modify the time of year requirements
for the care methods defined in subsection 601.16(a) and 601. l6(b) above.
69 Class H, Class HT aid Class S50 concrete shall be cured as follows:
Water Cure Method. The water care method shall be applied as soon as it can be without marring the surface. The
surface of the concrete, including bridge curbs and bridge sidewalks, shall be entirely covered with wet burlap and
polyethylene sheeting. Prior to being placed, the burlap shall be thoroughly saturated with water. The wet burlap and
polyethelene sheeting shall extend at least twice the thickness of the bridge deck beyond the edges of the slab and shall
be weighted to remain in contact with the surface. The wet burlap and polyetlrylene sheeting shall renhairh in contact and
be kept wet for the entire curing period
O 6Vhen the ambient temperature is expected to fall below 40 °F during the curing period, the Contractor shall maintain
the internal concrete temperature above 50 °F during the curing period. The Contractor shall provide suitable
measures such as straw, additional burlap, or other suitable blanketing materials, aid/or housing and artificial heat to
maintain the concrete temperatures between 507 and 75`Fas measured on the upper and lower surfaces of the
concrete. Enclose the area underneath the deck and heat so that the temperature of the surrounding air is as close as
possible to the temperature of the concrete and between 50`Fand 75 F When artificial heating is used to maintain the
concrete, provide adequate ventilation to limit exposure to carbon dioxide. Maintain wet burlap and polvethylene cover
during the curing period. Heating may be stopped after the first 72 hours if the time ofcuring is lengthened to account for
periods when the ambient air temperature is below 40 F For every day die ambient air temperature is below 40°F, an
additional day ofcuring with a minimum ambient air temperature of50 F will be required. After completion of the
required curing period, remove the curing and protection so that the temperature of the concrete during the first 24 hours
does not fall more that 25°F.
Internal concrete temperature shall be determined by using
thermocouples. Thermocouple wire, connectors, and hand held
thermometer will be supplied by the Contractor. The Contractor
shall install the thermocouples at locations designated by the
Engineer.
During the curing period, the Contractor shall monitor the
enclosure at intervals acceptable to the Engineer. The Contractor
shall monitor concrete temperature, and the structural integrity of
the enclosure. Artificial heat sources shall not be placed in such
a manner as to endanger formwork or expose any area of concrete to
drying due to excessive temperatures.
If the internal concrete temperature at any location in the bridge •
deck concrete falls below 32 OF during the first 24 hours of the
curing period, the Engineer may direct the Contractor to core the
areas in question at the
•
December 29, 2011
5
REVISION OF SECTION 601
CLASS H AND HT BRIDGE DECK CONCRETE
locations indicated by the Engineer. The Engineer will take
immediate possession of the cores. The Engineer will submit the
cores to a petrographer for examination in accordance with ASTM C
856. Concrete damaged by frost, as determined by the petrographer,
shall be removed and replaced at the Contractor's expense. All
costs associated with coring, transmittal of cores, and
petrographic examination shall be borne by the Contractor
regardless of the outcome of the petrographic examination.
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 cementitious material ratio.
0
•
REVISION OF SECTIONS 601
CONCRETE FINISHING
February 3, 2011
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.
•
July 28, 2011 •
31
REVISION OF SECTION 601
CONCRETE FORM AND FALSEWORK REMOVAL
Section 601 of the Standard Specifications is hereby revised for this
project as follows:
In subsection 601.09, delete (h) and replace with the following:
(h) Removal of Forms. The forms for any portion of the structure
shall not be removed until the concrete is strong enough to withstand
damage when the forms are removed.
Unless specified in the plans, forms shall remain in place for members
that resist dead load bending until concrete has reached a compressive
strength of at least 80 percent of the required 28 day strength,
0.80f'c. Forms for columns shall remain in place until concrete has
reached a compressive strength of at least 1,000 psi. Forms for sides
of beams, walls or other members that do not resist dead load bending
shall remain in place until concrete has reached a compressive
strength of at least 500 psi.
Forms and supports for cast -in -place concrete box culverts (CBCs)
shall not be removed until the concrete compressive strength exceeds
0.6 f ' for CBCs with spans up to and including 12 feet, and 0.67 f�'
for CBCs with spans exceeding 12 feet but not larger than 20 feet.
Forms for CBCs with spans larger than 20 feet shall not be removed
until after all concrete has been placed in all spans and has attained
a compressive strength of at least 0.80f'c.
Concrete compressive strength shall be determined using information
concrete cylinders or by maturity meters. At the pre -pour conference,
the Contractor shall submit the method of determining the structure's
strength and the location where information cylinders will be taken or
maturity meters placed.
If information cylinders are used they shall be cast by the Contractor
and cured in the same manner as the structure. A set of information
cylinders shall be taken for each concrete placement on the structure.
A set of information cylinders shall be taken for any load of concrete
that is being placed at the mid -span of beams and at support locations
and other locations as directed by the Engineer. Casting of the
information cylinders will be witnessed by the Engineer. The
information cylinders shall remain in the molds and cured in the same
manner as the structure until they are tested in the laboratory by the
Engineer. Compressive strength shall be determined using the
compressive strength of at least two information cylinders. The
contractor shall be responsible for protecting the information
cylinders from damage.
Prior to placement of concrete whose strength will be determined with
maturity meters, the Contractor shall provide the Engineer a report of
maturity relationships in accordance with CP 69. The Contractor shall •
provide maturity meters and all necessary wires and connectors. The
Contractor shall be responsible for the placement and maintenance of
the maturity meter and wire. . At a minimum a maturity meter will be
ET 0
thicker if required by local code or the owner. The slabs should be isolated from the
abutment.
WATER-SOLUBLE SULFATES
Concrete that comes into contact with soils can be subject to sulfate attack. We
measured a water-soluble sulfate concentration of 0.02 in one sample from this site.
Sulfate concentrations less than 0.1 percent indicate Class 0 exposure to sulfate attack
for concrete that comes into contact with the subsoils, according to the American
Concrete Institute (ACI). For this level of sulfate concentration, ACI indicates any type of
cement can be used for concrete that comes into contact with the soils and/or bedrock.
In our experience, superficial damage may occur to the exposed surfaces of highly
permeable concrete, even though sulfate levels are relatively low. To control this risk
and to resist freeze -thaw deterioration, the water-to-cementitious material ratio should
not exceed 0.50 for concrete in contact with soils that are likely to stay moist due to
surface drainage or high water tables. Concrete should be air entrained. .
LIMITATIONS
Although our borings were spaced to obtain a reasonably accurate picture of
subsurface conditions, variations not indicated in our borings are always possible. We
should observe drilled pier and driven pile installation and footing excavations to confirm
soils and bedrock are similar to those found in our borings. Placement and compaction
of fill, backfill, subgrade and other fills should be observed and tested by a
representative of our firm during construction.
We believe this investigation was conducted in a manner consistent with that
level of skill and care ordinarily used by members of the profession currently practicing
under similar conditions in the locality of this project. No warranty, express or implied, is
made.
n
`J
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
SHIELDS STREET BRIDGE REPLACEMENT 16
CTL IT PROJECT NO. FC05113-125
placed at the mid -span of beams and at support locations. Placement
shall be as directed by the Engineer.
For structures with multiple sets of information cylinders or maturity
meters, the lowest compressive strength shall determine when the forms
can be removed.
Acceptance cylinders shall not be used for determining compressive
strength to remove forms.
When field operations are controlled by information cylinder tests or
maturity meter, the removal of forms, supports and housing, and the
discontinuance of heating and curing may begin when the concrete is
found to have the required compressive strength.
Forms for median barrier, railing or curbs, may be removed at the
convenience of the Contractor after the concrete has hardened.
All forms shall be removed except permanent steel bridge deck forms
and forms used to support hollow abutments or hollow piers when no
permanent access is available into the cells. When permanent access is
provided into box girders, all interior forms and loose material shall
be removed, and the inside of box girders shall be cleaned.
CJ
0
•
July 28, 2011
2
REVISION OF SECTION 601
CONCRETE FORM AND FALSEWORK REMOVAL
In subsection 601.11, delete (e) and replace with the following:
(e) Falsework Removal. Unless specified in the plans or
specifications, falsework shall remain in place until concrete has
attained a minimum compressive strength of O.80f'c.
Falsework supporting any span of a simple span bridge shall not be
released until after all concrete, excluding concrete above the bridge
deck, has attained a compressive strength of at least 0.80f'c.
Falsework supporting any span of a continuous or rigid frame bridge
shall not be released until after all concrete, excluding concrete
above the bridge deck, has been placed in all spans and has attained
the compressive strength of at least 0.80f'c.
Falsework for arch bridges shall be removed uniformly and gradually,
beginning at the crown, to permit the arch to take its load slowly and
evenly.
Falsework supporting overhangs and deck slabs between girders shall
not be released until the deck concrete has attained a compressive
strength of at least 0.80f'c.
Falsework for pier caps which will support steel or precast concrete
girders shall not be released until the concrete has attained a
compressive strength of at least 0.80f'c. Girders shall not be erected
onto such pier caps until the concrete in the cap has attained the
compressive strength of at least 0.80f'c.
Falsework for cast -in -place prestressed portions of structures shall
not be released until after the pre -stressing steel has been
tensioned.
Concrete compressive strength shall be determined using information
concrete cylinders or by maturity meters. At the pre -pour conference,
the Contractor shall submit the method of determining the structure's
strength and the location that information cylinders will be taken or
maturity meters placed.
If information cylinders are used they shall be cast by the Contractor
and cured in the same manner as the structure. A set of information
cylinders shall be taken for each concrete placement on the structure.
A set of information cylinders shall be taken for any load of concrete
that is being placed at the mid -span of beams and at support locations
and other locations as directed by the Engineer. Casting of the
information cylinders will be witnessed by the Engineer. The
information cylinders shall remain in the molds and cured in the same
manner as the structure until they are tested in the laboratory by the
Engineer. Compressive strength shall be determined using the
compressive strength of at least two information cylinders. The
Contractor shall be responsible for protecting the information
0 cylinders from damage.
Prior to placement of concrete whose strength will be determined with
maturity meters, the Contractor shall provide the Engineer a report of
maturity relationships in accordance with CP 69. The Contractor shall
provide maturity meters and all necessary wires and connectors. The
Contractor shall be responsible for the placement and maintenance of
the maturity meters and wires. At a minimum a maturity meter will be
placed at the mid -span of beams and at support locations. Placement
shall be as directed by the Engineer.
For structures with multiple sets of information cylinders or maturity
meters, the lowest compressive strength shall determine when the
falsework can be removed.
Acceptance cylinders shall not be used for determining compressive
strength to remove falsework.
•
•
July 29, 2011 0
REVISION OF SECTION 601
CONCRETE SLUMP ACCEPTANCE
Section 601 of the Standard Specifications is hereby revised for this
project as follows:
Delete the fifth paragraph of Subsection 601.05 and replace with the
following:
Except for Class BZ concrete, the slump of the delivered concrete
shall be the slump of the approved concrete mix design plus or minus
2.0 inch. The laboratory trial mix must produce an average
compressive strength at least 115 percent of the required field
compressive strength specified in Table 601-1. when entrained air is
specified in the Contract for Class BZ concrete, an air entraining
admixture may be added to an approved Class BZ mix design. A new
trial mix will not be required.
Delete Subsection 601.17 (b), 601.17 (d) and Table 601-3 and replace
with the following:
(a) Slump. Slump acceptance, but not rejection, may be visually
determined by the Engineer. Any batch that exceeds the slump of
the approved concrete mix design by 2.0 inches will be retested.
If the slump is exceeded a second time, that load is rejected. If
the slump is greater than 2 inches lower than the approved concrete .
mix design, the load can be adjusted with a water reducer, or by
adding water (if the w/cm allows) and retested.
Portions of loads incorporated into structures prior to
determining test results which indicate rejection as the correct
course of action shall be subject to reduced payment or removal as
determined by the Engineer.
(d) Pay Factors. The pay factor for concrete which is allowed to
remain in place at a reduced price shall be according to Table 601-
3 and shall be applied to the unit price bid for Item 601,
Structural Concrete.
If deviations occur in air content and strength within the same
batch, the pay factor for the batch shall be the product of the
individual pay factors.
Table 601-3
PAY FACTORS
Percent Total Air
Strength
Deviation
Below
Below
Pay
Specified
Pay
Specified
s From
Factor
Strength
Factor
Strength
Specified
(Percen
(psi)
(Percen
(psi)
Air
t)
( < 4500 psi
t)
[ > 4500 psi
(Percent)
Concreted
I
Concrete
0:0 0.2I-i00
0.3-0.4
96
101-200
96
t01-200
•
U
9
0
0.7-0.8
84
301-400
84
301-400
0:'9-1{0
75 -
401•'S00
t
_.-:• ,7,5 .;
KX401.500:';
Over 1.0
Reject
Over 500
Reject
65
501-600
,604,700 ...'
42
701-800
15
901-1000
February 3, 2011 0
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
Section 630 of the Standard Specifications is hereby revised for this
project as follows:
Subsection 630.10 shall include the following after the first
paragraph:
The Contractor's Superintendent and all others serving in a similar
supervisory capacity shall have completed a CDOT-approved two-day
Traffic Control Supervisor training as offered by the CCA. The one -
day ATSSA Traffic Control Technician (TCT) training along with the
two-day ATSSA Traffic Control Supervisor training will serve as an
alternate. If the alternate is chosen, the Contractor shall provide
written evidence that at least an 80 percent score was achieved in
both of the two training classes. The certifications of completion or
certifications of achievement for all appropriate staff shall be
submitted to the Engineer at the preconstruction conference.
11
40
•
E
•
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
Rafrnraflarfiva Choatinrt Tvnac
Type VI
Sheeting
Type IV+
(Roll -up sign material)
Type Fluorescent'
Application
Work Zone
Work Zone
Work Zone
All' OrangeConstruc
i §�r
iftion� ' '�"� u' :+
Pre r. n y ii
a
f
Id I",
:Signs 1
Orange Construction
Signs that are used only
during daytime hours for
X4
X
short term or mobile
operations
jTiem ora`
� A :�,'fii
;Barricades
rX,
Vertical Panels
X
FlaggeFs``Stop/Slow:`•:. ti
Paddle'
Drums2
X
Non orange�Fixb&Support �
« ,<,,
r ylyjf
1's �t•* .
3, +�" �`
.... ; x
II I
.k
XPhN 0 0! T'h,
y
w
S d'y
Special Warning Signs
X
STOP sign (R1 1,) t
YIELD sign,(R1 2)
WRONG WAYtsign
E
t
11'a i •�{
DO NOTIENTER si n (R5
s 9 3
� 1 1•�P � M� I
�$+:
>u 1�'uNc�0.�� ti .4r {�N�E �4dp,
x r,
_
k
� ?' � t 1tnTG SA 1:
p
EXITS E5
1it
n' a
DETOUR sign (M4-9) or
X
M4-10
jt ed support•'
;All�pthbh
t1. NW,
� ', - � , X
All other signs used only
X
X
during working hours
Allothersigris thaYafe _
' « ;
;. •� �F ' � ;• .,5�,�,'
_,� `���
,�'
.
,
Ix
used•onl -dunn ;da ime
P v
�„ . 5 � +...� :I : _,
3,^
;hours�fofshorL erm _or E.
imobileioperations
1 Fluorescent Sheeting shall be of a brand that is on the CDOT Approved Products List.
2 Drum Sheeting shall be manufactured for flexible devices.
3 Fixed support signs are defined as all signs that must remain in use outside of working hours. They shall be
mounted in accordance with Standard Plan S-630-1.
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 sheeting may be used on projects advertised prior to January 1, 2014. Signs and devices used on
projects advertised on or after January 1, 2014 shall be manufactured with Type IV sheeting.
•
U
0
•
REVISION OF SECTION 630
RETROREFLECTIVE SIGN SHEETING
February 3, 2011
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.
•
•
February 3, 2011 •
1
REVISION OF SECTION 712
GEOTEXTILES
Section 712 of the Standard Specifications is hereby revised for this
project as follows:
In subsection 712.08, delete Table 712-2 and replace with the
following
Table 712-2
TVDTr AT. %TAT.TTTaC OV DF.RMF.ARTT.TTV COF.FFTCTF.NTG1
Particle
Effec
Size Range
tive
Permeabi
Millimeters
Size
lity
Turbulent
(inches)
Coeffici
D 20
Flow
ent k
7ma
D min
mm
(inch
cm/s
es)
Der -rick
3°0001,
90`0
�120`0
;100
STONE.-
�('12)'
. :16)_
i100
One-man
300�
150
30
STONE
(12)
(4)
(6)
Clear, fine'
10 '.
to coarse
80`'(3)
(1%)
,F13
10
:GRAVEL-
r,.
Fine,
5)
uniform
8 (a)
(1�
3 0-5)
5
GRAVEL
Very.coarse,
clean,,
3 �)
0 8:
1 15
3
.Uniform
.(
( /,2)_. `
" .( / 6!
.SAND
Laminar Flow
Uniform,
2 (� )
0.5
0.6
0.4
coarse SAND
Uniform,
0°:5
0 25 ~,
0 ,3.
0 1
medium. SAND'
Clean, well -
graded
10
0.05
0.1
0.01
SAND &
GRAVEL
Uniform,-
0- 25-:�';?
05 ,
0.,06
fine -SAND ..
• .
S0
Well -graded,
silty
5
0.01
0.02
4 x 10-'
SAND &
GRAVEL
Silty°SAND
�0.005
Uniform SILT
0.05
0.006
0.5 x
10'
.Sandy CLAY.
05 0.,x::'
x
1?.0
T
0 001.;
0 002
E
•
0
•
If we can be of further service in discussing the contents of this report or in the
analysis of the building and pavement from the geotechnical point of view, please
contact the undersigned.
CTL I THOMPSON, INC. by:
1
4'Z4-ztr�
Spencer Schram, El
Staff Engineer
0
Reviewed by:
D. Bernhardt;' -PE
Project Engineer�"
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
SHIELDS STREET BRIDGE REPLACEMENT
CTLI T PROJECT NO. FC05113-125
17
T
• Silty CLAY 0.05 0.001 0.001 0.101 x
.CLAY (30 o to",T 0 x000; 0 0'00 h
.50o.clay 00:001 x
s i z e s.)
Colloidal
CLAY (-2 µm 0.01 10 40 10-9
50%)
Basic Spils Engineering; R.K. Hough,-.:2nd._
Edition, Ronald.'Pess CoA.'; 1969',. Page 76,
-'Note.: Since ,the permeability,coefficient of.
thee soil wi]:,1,; be unknown .-in most non;
critical,nnon.=severe applicat,ons`f�or
erosion•`;co itrol and ,d:ai' nage.,'sthe soil
permeability: coefficients listed in;Table:`
7.I2=2, may -be used as,`a' guide for{
comparing the'permeabiliay coefficient.of
the fabric with; that. of 'the.-place.':soil
•
0
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.
r1
•
5�
•
•
February 3, 2011
1
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
A. AFFIRMATIVE ACTION REQUIREMENTS
Notice of Requirement for Affirmative Action to Ensure Equal
Employment Opportunity (Executive Order 11246)
1. The Bidder's attention is called to the "Equal Opportunity Clause"
and the "Standard Federal Equal Employment Opportunity
Construction Contract Specifications" set forth herein.
2. The goals and timetables for minority and female participation,
expressed in percentage terms for the Contractor's aggregate
workforce in each trade on all construction work in the covered
area are as follows:
nnalc anA Timatahla fnr Minority TTti1izatinn
Timetable - Until Further Notice
Economic
Standard Metropolitan
Counties
Goal
Area
Statistical Area
Involved
(SMSA)
157
2080 Denver -Boulder
Adams, Arapahoe,
(Denver)
Boulder, Denver,
13.80
Douglas, Gilpin,
Jefferson ..............
2670 Fort Collins
Larimer................
.......................
6.90-.
3060 Greeley
Weld ...................
.......................
13.10-.
Non SMSA Counties
Cheyenne, Clear Creek,
Elbert, Grand, Kit
Carson, Logan, Morgan,
Park, Phillips,
12.80-.
Sedgwick, Summit,
Washington &
Yuma ...................
158
1720 Colorado Springs
E1 Paso,
10.90
Teller .................
(Colo.
....................
Spgs. -
6560 Pueblo
Pueblo .................
27.50-.
Pueblo)
.......................
Non SMSA Counties
Alamosa, Baca, Bent,
Chaffee, Conejos,
Costilla, Crowley,
Custer, Fremont,
Huerfano, Kiowa, Lake,
19.0%
Las Animas, Lincoln,
Mineral, Otero,
Prowers, Rio Grande,
Sa uache.
159
Non SMSA
Archuleta, Delta,
(Grand
Dolores, Eagle,
Junction)
Garfield, Gunnison,
Hinsdale,
La Plata, Mesa, Moffat,
10.20-.
Montezuma, Montrose,
Ouray, Pitkin, Rio
Blanco, Routt, San
Juan, San Miguel
156
Non SMSA
Jackson County,
7.50-.
(Cheyenne
Colorado ...............
- Casper
...
WY)
GOALS AND TIMETABLES FOR FEMALE UTILIZATION
Until Further
Notice..............................................................
.................................................... 6.9% --
Statewide
0
0
0
11
February 3, 2011
2
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
These goals are applicable to all the Contractor's construction work
(whether or not it is Federal or federally assisted) performed in
the covered area. If the Contractor performs construction work
in a geographical area located outside of the covered area, it
shall apply the goals established for such geographical area
where the work is actually performed. With regard to this second
area, the Contractor also is subject to the goals for both its
federally involved and non -federally involved construction.
The Contractor's compliance with the Executive Order and the
regulations in 41 CFR Part 60-4 shall be based on its
implementation of the Equal Opportunity Clause specific
affirmative action obligations required by the specifications set
forth in 41 CFR 60-4.3(a), and its efforts meet the goals
established for the geographical area where the contract
resulting form this solicitation is to be performed. The hours
of minority and female employment and training must be
substantially uniform throughout the length of the contract, and
in each trade, and the Contractor shall make a good faith effort
to employ minorities and women evenly on each of its projects.
The transfer of minority or female employees or trainees from
• Contractor to Contractor or from project to project for the sole
purpose of meeting the Contractor's goals shall be a violation of
the contract, the Executive Order and the regulations in 41 CFR
Par 60-4. Compliance with the goals will be measured against the
total work hours performed.
3. The Contractor shall provide written notification to the Director
of the Office of Federal Contract Compliance Programs within 10
working days of award of any construction subcontract in excess
of $10,000 at any tier for construction work under the contract
resulting from this solicitation. The notification shall list
the name, address and telephone number of the subcontractor;
employer identification number; estimated dollar amount of the
subcontract; estimated starting and completion dates of the
subcontract; and the geographical area in which the contract is
to be performed.
4. As used in this specification, and in the contract resulting from
this solicitation, the "covered area" is the county or counties
shown on the Invitation for Bids and on the plans. In cases where
the work is in two or more counties covered by differing
percentage goals, the highest percentage will govern.
0
February 3, 2011 •
3
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
B. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT
SPECIFICATIONS
Standard Federal Equal Employment Opportunity Construction Contract
Specifications (Executive Order 11246)
1. As used in these Specifications:
a. "Covered area" means the geographical area described in the
solicitation from which this contract resulted;
b. "Director" means Director, Office of Federal Contract
Compliance Programs, United States Department of Labor, or
any person to whom the Director delegates authority;
c. "Employer identification number" means the Federal Social
Security number used on the Employer's Quarterly Federal Tax
Return, U.S. Treasury Department Form 941.
d. "Minority" includes;
(i)Black (all persons having origins in any of the Black
African racial groups not of Hispanic origin);
(ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban,
Central or South American or other Spanish Culture or
origin, regardless of race);
(iii) Asian and Pacific Islander (all persons having origins in
any of the original peoples of the Far East, Southeast
Asia, the Indian Subcontinent, or the Pacific Islands);
and
(iv) American Indian or Alaskan Native (all persons having
origins in any of the original peoples of North America
and maintaining identifiable tribal affiliations through
membership and participation or community
identification).
2. Whenever the Contractor, or any Subcontractor at any tier,
subcontracts a portion of the work involving any construction
trade, it shall physically include in each subcontract in excess
of $10,000 the provisions of these specifications and the Notice
which contains the applicable goals for minority and female
participation and which is set forth in the solicitations from
which this contract resulted.
3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a
Hometown Plan approved by the U.S. Department of Labor in the
covered area either individually or through an association, its
affirmative action obligations on all work in the Plan area
(including goals and timetables) shall be in accordance with that
Plan for those trades which have unions participating in the
Plan. Contractors must be able to demonstrate their
participation in and compliance with the provisions of any such
Hometown Plan. Each Contractor or Subcontractor participating in
•
•
an approved Plan is individually required to comply with its
obligations under the EEO clause, and to make a good faith effort
to achieve each goal under the Plan in each trade in which it has
employees. The overall good faith performance by other
Contractors or Subcontractor toward a goal in an approved Plan
does not excuse any covered Contractor's or Subcontractor's
failure to take good faith efforts to achieve the Plan goals and
timetables.
4. The Contractor shall implement the specific affirmative action
standards provided in paragraphs 7a through p of these
specifications. The goals set forth in the solicitation from
which this contract resulted are expressed as percentages of the
total hours of employment and training of minority and female
utilization the Contractor should reasonably be able to achieve
in each construction trade in which it has employees in the
covered area. Covered Construction contractors performing
construction work in geographical areas where they do not have a
Federal or federally assisted construction contract shall apply
the minority and female goals established for the geographical
area where the work is being performed. Goals are published
periodically in the Federal Register in notice form, and such
notices may be obtained from any office of Federal Contract
Compliance Programs Office or from Federal procurement
contracting officers. The Contractor is expected to make
substantially uniform progress in meeting its goals in each craft
during the period specified.
0
February 3, 2011
4
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
S. Neither the provisions of any collective bargaining agreement, nor
the failure by a union with whom the Contractor has a collective
bargaining agreement, to refer either minorities or women shall
excuse the Contractor's obligations under these specifications,
Executive Order 11246, or the regulations promulgated pursuant
thereto.
6. In order for the nonworking training hours of apprentices and
trainees to be counted in meeting the goals, such apprentices and
trainees must be employed by the Contractor during the training
period, and the Contractor must have made a commitment to employ
the apprentices and trainees at the completion of their training,
subject to the availability of employment opportunities.
Trainees must be trained pursuant to training programs approved
by the U.S. Department of Labor.
7. The Contractor shall take specific affirmative actions to ensure
equal employment opportunity. The evaluation of the Contractor's
compliance with these specifications shall be based upon its
effort to achieve maximum results from its actions. The
Contractor shall document these efforts fully, and shall
implement affirmative action steps at least as extensive as the
following;
a. Ensure and maintain a working environment free of harassment,
intimidation , and coercion at all sites, and in all
facilities at which the Contractor's employees are assigned
to work. The Contractor, where possible, will assign two or
more women to each construction project. The Contractor
shall specifically ensure that all foremen, superintendents,
and other on -site supervisory personnel are aware of and
carry out the Contractor's obligation to maintain such a
working environment, with specific attention to minority or
female individuals working at such sites or in such
facilities.
b. Establish and maintain a current list of minority and female
recruitment sources, provide written notification to minority
and female recruitment sources and to community organizations
when the Contractor or its union have employment
opportunities available, and maintain a record of the
organization's responses.
c. Maintain a current file of the names, addresses and telephone
numbers of each minority and female off -the -street applicant
and minority or female referral from a union, a recruitment
source of community organization and of what action was taken
with respect to each individual. If such individual was sent
to the union hiring hall for referral and was not referred
back to the Contractor by the union or, if referred, not
employed by the Contractor, this shall be documented in the
file with the reason therefor, along with whatever additional
actions the Contractor may have taken.
0
0
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.
February 3, 2011 •
5
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
g. Review, at least annually, the Contractor's EEO policy and
affirmative action obligations under these specifications
with all employees having any responsibility for hiring,
assignment, layoff, termination or other employment decisions
including specific review of these items with onsite
supervisory personnel such as Superintendents, General
Foreman, etc., prior to the initiation of construction work
at any job site. A written record shall be made and
maintained identifying the time and place of these meetings,
persons attending, subject matter discussed, and disposition
of the subject matter.
h. Disseminate the Contractor's EEO policy externally by including
it in any advertising in the news media, specifically
including minority and female news media, and providing
written notification to and discussing the Contractors and
Subcontractors with whom the Contractor does or anticipates
doing business.
i. Direct its recruitment efforts, both oral and written, to
minority, female and community organizations, to schools with
minority and female students and to minority and female •
recruitment and training organizations serving the
Contractor's recruitment area and employment needs. Not
later than one month prior to the date for the acceptance of
applications for apprenticeship or other training by any
recruitment source, the Contractor shall send written
notification to organizations such as the above, describing
the openings, screening procedures, and tests to be used in
the selection process.
j. Encourage present minority and female employees to recruit
other minority persons and women and, where reasonable,
provide after school, summer and vacation employment to
minority and female youth both on the site and in other areas
of a Contractor's workforce.
k. Validate all tests and other selection requirements where there
is an obligation to do so under 41 CFR Part 60-3.
1. 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.
APPROXIMATE
SCALE: 1" = 50'
0' 25' 50'
LEGEND:
TH-1
INDICATES APPROXIMATE
®
LOCATION OF EXPLORATORY
BORING
TBM
INDICATES APPROXIMATE
®
LOCATION OF TEMPORARY
BENCHMARK LOCATED AT TOP OF
CULVERT WING WALL (ASSUMED
ELEVATION 100')
I I
Rolland Moore Park I
TH-2
.aM
Larimer County
Canal N
New Mercer Canal
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
SHIELDS STREET BRIDGE REPLACENIENT
CTL I T PROJECT NO. FC05113-125
ill1 011 =
PROSPECT RD.
N
ry
STUART ST
e
a W
w
s
SITE
s
"
ui
'
<
nr
mm
w
mm
w
os
0
0
DRAKE RD.. ^"
�
z
0
m
VICINITY MAP
(FORT COLLINS, COLORADO)
NOT TO SCALE
Locations of
Exploratory
Borings
FIGURE 1
• 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.
•
February 3, 2011
6
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
8. Contractors are encouraged to participate in voluntary associations
which assist in fulfilling one or more of their affirmative
action obligations (7a through p). The efforts of a contractor
association, joint contractor -union contractor -community, or
other similar group of which the Contractor is a member and
participant, may be asserted as fulfilling any one or more of its
obligations under 7a through p of these specifications provided
that the Contractor actively participates in the group, makes
every effort to assure that the group has a positive impact on
the employment of minorities and women in the industry, ensures
that the concrete benefits of the program are reflected in the
Contractor's minority and female workforce participation, makes a
good faith effort to meet its individual goal and timetables, and
can provide access to documentation which demonstrates the
effectiveness of actions taken on behalf of the Contractor. The
obligation to comply, however, is the Contractor's and failure of
such a group to fulfill an obligation shall not be a defense for
the Contractor's noncompliance.
9. A single goal for minorities and a separate single goal for women
have been established. The Contractor, however, is required to
provide equal employment opportunity and to take affirmative •
action for all minority groups, both male and female, and all
women, both minority and non -minority. Consequently, the
Contractor may be in violation of the Executive Order if a
particular group is employed in a substantially disparate manner
(for example, even thought the Contractor has achieved its goals
for women generally, the Contractor may be in violation of the
Executive Order if a specific minority group of women is
underutilized).
10. The Contractor shall not use the goals and timetables or
affirmative action standards to discriminate against any person
because of race, color, religion, sex, or national origin.
11. The Contractor shall not enter into any Subcontract with any
person or firm debarred from Government contracts pursuant to
Executive Order 11246.
12. The Contractor shall carry out such sanctions and penalties for
violation of these specifications and of the Equal Opportunity
Clause, including suspension, termination and cancellation of
existing subcontracts as may be imposed or ordered pursuant to
Executive Order 11246, as amended, and its implementing
regulations, by the Office of Federal Contract Compliance
Programs. Any Contractor who fails to carry out such sanctions
and penalties shall be in violation of these specifications and
Executive Order 11246, as amended.
13 The Contractor in fulfilling its obligations under these •
specifications, shall implement specific affirmative action
steps, at least as extensive as those standards prescribed in
paragraph 7 of these specifications, so as to achieve maximum
• results from its efforts to ensure equal employment opportunity.
If the Contractor fails to comply with the requirements of the
Executive Order, the implementing regulations, or these
specifications, the Director shall proceed in accordance with 41
CFR 60-4.8.
14. The Contractor shall designate a responsible official to monitor
all employment related activity to ensure that the company EEO
policy is being carried out, to submit reports relating to the
provisions hereof as may be required by the Government and to
keep records. Records shall at least include for each employee
the name, address, telephone numbers, construction trade, union
affiliation if any, employee identification number when assigned,
social security number, race, sex, status (e.g., mechanic,
apprentice, trainee, helper, or laborer), dates of changes in
status, hours worked per week in the indicated trade, rate of
pay, and locations at which the work was performed. Records
shall be maintained in an easily understandable and retrievable
form, however, to the degree that existing records satisfy this
requirement, contractors shall not be required to maintain
separate records.
15. Nothing herein provided shall be construed as a limitation upon
the application of other laws which establish different standards
of compliance or upon application of requirements for the hiring
of local or other area residents (e.g., those under the Public
Works Employment Act of 1977 and the Community Development Block
Grant Program).
February 3, 2011 •
7
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
C.SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES.
1. General.
a. Equal employment opportunity requirements not to discriminate
and to take affirmative action to assure equal employment
opportunity as required by Executive Order 11246 and
Executive Order 11375 are set forth in Required Contract.
Provisions (Form FHWA 1273 or 1316, as appropriate) and
these Special Provisions which are imposed pursuant to
Section 140 of Title 23, U.S.C., as established by Section
22 of the Federal -Aid highway Act of 1968. The requirements
set forth in these Special Provisions shall constitute the
specific affirmative action requirements for project
activities under this contract and supplement the equal
employment opportunity requirements set forth in the
Required Contract provisions.
b. The Contractor will work with the State highway agencies and
the Federal Government in carrying out equal employment
opportunity obligations and in their review of his/her
activities under the contract.
c. The Contractor and all his/her subcontractors holding
subcontracts not including material suppliers, of $10,000 or
more, will comply with the following minimum specific
requirement activities of equal employment opportunity: (The
equal employment opportunity requirements of Executive Order
11246, as set forth in Volume 6, Chapter 4, Section 1,
Subsection 1 of the Federal -Aid Highway Program Manual, are
applicable to material suppliers as well as contractors and
subcontractors.) The Contractor will include these
requirements in every subcontract of $10,000 or more with
such modification of language as is necessary to make them
binding on the subcontractor.
2. Equal Employment Opportunity Policy. The Contractor will accept as
his operating policy the following statement which is designed to
further the provision of equal employment opportunity to all
persons without regard to their race, color, religion, sex, or
national origin, and to promote the full realization of equal
employment opportunity through a positive continuing program;
It is the policy of this Company to assure that applicants are
employed, and that employees are treated during employment,
without regard to their race, religion, sex, color, or national
origin. Such action shall include; employment, upgrading,
demotion, or transfer; recruitment or recruitment advertising;
layoff or termination; rates of pay or other forms of
compensation; and selection for training, including
apprenticeship, preapprenticeship, and/or on-the-job training.
3. Equal Employment Opportunity Officer. The Contractor will designate
and make known to the State highway agency contracting officers
• and equal employment opportunity officer (herein after referred
to as the EEO Officer) who will have the responsibility for an
must be capable of effectively administering and promoting an
active contractor program of equal employment opportunity and who
must be assigned adequate authority and responsibility to do so.
4. Dissemination of Policy.
a. All members of the Contractor's staff who are authorized to
hire, supervise, promote, and discharge employees, or who
recommend such action, or who are substantially involved in
such action, will be made fully cognizant of, and will
implement, the 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.
91
0
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:
(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. 10
(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 i
providing for exclusive hiring hall referrals, he is
expected to observe the provisions of that agreement to the
11
LJ
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.
February 3, 2011
9
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
b. The Contractor will periodically evaluate the spread of wages
paid within each classification to determine any evidence of
discriminatory wage practices.
c. The Contractor will periodically review selected personnel
actions in depth to determine whether there is evidence of
discrimination. Where evidence is found, the Contractor
will promptly take corrective action. If the review
indicates that the discrimination may extend beyond the
actions reviewed, such corrective action shall include all
affected persons.
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.
i
0
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
1*
0
0
0
0
•
w 80
w �
LL
z
O
w
J
75
70
21112
11/12
21/12
TH-2
El. 93.8
1
16/12
95
0i01MEM2
IV
LEGEND:
ASPHALTIC CONCRETE
®FILL, CLAY, SANDY TO SAND, CLAYEY WITH
OCCASIONAL GRAVEL, SLIGHTLY MOIST TO MOIST,
STIFF TO VERY STIFF, LOOSE TO MEDIUM DENSE,
GRAY, BROWN (CL, SC)
F
CLAY, SANDY, MOIST, STIFF, BROWN, REDDISH
BROWN (CL)
SAND, SILTY TO GRAVELLY, WET, MEDIUM DENSE,
REDDISH BROWN (SM, SP)
WEATHERED CLAYSTONE, MOIST TO WET, MOIST TO
WET, FIRM TO MEDIUM HARD, OLIVE GRAY
CLAYSTONE WITH SANDSTONE INTERBEDS, MOIST,
WET, HARD TO VERY HARD, OLIVE
10
7/12 80
DRIVE SAMPLE. THE SYMBOL 11/12 INDICATES 11
LL BLOWS OF A 140-POUND HAMMER FALLING 30 INCHES
z WERE REQUIRED TO DRIVE A 2.5-INCH O.D. SAMPLER
40
O 12 INCHES.
00,
w
01
75
J
L SZ WATER LEVEL MEASURED AT TIME OF DRILLING.
s/t2
--- INDICATES APPROXIMATE ELEVATION OF THE TOP OF
100
01
FOOTING FOR THE EXISTING CULVERT
40
NOTES:
12/12 70
1. THE BORINGS WERE DRILLED ON JANUARY 22. 2010,
USING 4-INCH DIAMETER CONTINUOUS -FLIGHT
11
AUGER AND A TRUCK -MOUNTED CME-45 DRILL RIG.
2. APPROXIMATE BORING LOCATIONS AND ELEVATIONS
65
WERE SURVEYED BY A REPRESENTATIVE OF OUR
14/12
FIRM. APPROXIMATE BORING LOCATIONS ARE
SHOWN ON FIGURE 1.
3. BORINGS WERE BACKFILLED AFTER COMPLETION.
NO SECONDARY GROUNDWATER MEASUREMENTS
WERE TAKEN.
20112 60
4. THESE LOGS ARE SUBJECT TO THE EXPLANATIONS,
LIMITATIONS, AND CONCLUSIONS PRESENTED IN THIS
REPORT.
1 55 55
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
SHIELDS STREET BRIDGE REPLACEMENT
CTL I T PROJECT NO. FC05113-125
Summary Logs of
ExploratoryBorings
FIGURE 2
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.
PJ
February 3, 2011
1
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
(a) Definitions and Procedures
For this project, the following terms are defined:
1. Disadvantaged Business Enterprise (DBE). A small business
concern that is certified as being:
A. At least 51 percent owned by one or more socially and
economically disadvantaged individuals or, in the case of any
publicly owned business, at least 51 percent of the stock of
which is owned by one or more socially and economically
disadvantaged individuals; and
B. Whose management and daily business operations are controlled
by one or more of the socially and economically disadvantaged
individuals who own it.
C.Socially and economically disadvantaged individual means any
individual who is a citizen (or lawfully admitted permanent
resident) of the United States and who is:
(1) Any individual whom the Colorado Department of
Transportation Office of Certification or the City and
County of Denver Division of Small Business Opportunity
(DSBO) finds to be a socially and economically disadvantaged
individual.
(2) Any individual in the following groups, members of
which are rebuttably presumed to be socially and
economically disadvantaged:
a."Black Americans," which includes persons having origins
in any of the Black racial groups of Africa;
b. "Hispanic Americans," which includes persons of Mexican,
Puerto Rican, Cuban, Dominican, Central or South
American, or other Spanish or Portuguese culture or
origin, regardless of race;
C. "Native Americans," which includes persons who are
American Indians, Eskimos, Aleuts, or Native Hawaiians;
d. "Asian -Pacific Americans," which includes persons whose
origins are from Japan, China, Taiwan, Korea, Burma
(Myanmar), Vietnam, Laos, Cambodia (Kampuchea), Thailand,
Malaysia, Indonesia, the Philippines, Brunei, Samoa,
Guam, the U.S. Trust Territories of the Pacific Islands
(Republic of Palau), the Commonwealth of the Northern
Marianas Islands, Macao, Fiji, Tonga, Kirbati, Juvalu,
Nauru, Federated States of Micronesia, or Hong Kong;
e. "Subcontinent Asian Americans," which includes persons
whose origins are from India, Pakistan, Bangladesh,
Bhutan, the Maldives Islands, Nepal or Sri Lanka;
s
LJ
s
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."
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.
S. 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.
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 is
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 CDOT's GFE
Committee to discuss the issue of whether it met the goal or made
adequate good faith efforts prior to the bid opening to do so.
The Business Programs Office, with the DBE Liaison's Approval,
will send the bidder a written decision on reconsideration,
explaining the basis for finding that the bidder did or did not
meet the goal or make adequate good faith efforts prior to the
bid opening to do so.
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 work as to non UDBE
subcontractors.
• (5)Award subcontracts to UDBEs where their quotations are
reasonably competitive with other quotations received.
February 3, 2011
4
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 http://www.dot.state.co.us/app_ucp/ .
4. Bidders shall exercise their own judgments in selecting any
subcontractor to perform any portion of the work.
S. 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 may be submitted by FAX, at Fax
number (303)757-9019, with an original copy to follow. If the
contract goal is not met, the 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.
0
•
February 3, 2011
5
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
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.
S. 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.
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
h9
h
WALL
TYPE
EARTH
PRESSURE
P = 'YA* H
H = HEIGHT OF WALL (FT)
P = LATERAL PRESSURE (PSF)
'YA = ACTIVE HYDROSTATIC UNIT WEIGHT (PCF)
P
CANTILEVER WALL (Active Condition)
P = 0.6 *'YA * H
H = HEIGHT OF WALL (FT)
P = LATERAL PRESSURE (PSF)
P 'YA = ACTIVE HYDROSTATIC UNIT WEIGHT (PCF)
BRACED OR TIE —BACK EXCAVATION
P ='Yo * H
H = HEIGHT OF WALL (FT)
P = LATERAL PRESSURE (PSF)
P yo = AT REST HYDROSTATIC UNIT WEIGHT (PCF)
BELOW GRADE WALL (At —Rest Condition)
P1 = 'YA * ( YA
FZ = ^YA * (h+ Y2h9 )
h = HEIGHT OF WALL (FT)
hs = HEIGHT OF SLOPE (FT)
P1 = LATERAL PRESSURE, TOP OF WALL (PSF)
F� Pz = LATERAL PRESSURE, BOTTOM OF WALL (PSF)
^YA = ACTIVE HYDROSTATIC UNIT WEIGHT (PCF)
CANTILEVER WALL —SLOPING BACKFILL
CITY OF FORT COLLINS • ENGINEERING DEPARTMENT
SHIELDS STREET BRIDGE REPLACEMENT
CTL I T PROJECT NO. FC05113-125
(Active with Surcharge)
Example Lateral
Earth Pressure
Distributions
FIGURE 3
0
0
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. CDOT will not
count the participation of a DBE subcontractor toward the prime
contractor's UDBE achievements or CDOT's overall DBE goal until
the amount being counted toward the goal has been paid to the
DBE.
(e) Replacement of UDSE 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.
February 3, 2011
7
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
1. If a replacement is to be requested prior to the time that the
named UDBE has begun to effectively prosecute the work under a
fully executed subcontract, the Contractor shall furnish to the
Region Civil Rights Professional the following:
A. Written permission of the named UDBE. Written permission may
be waived only if such permission cannot be obtained for
reasons beyond the control of the Contractor.
B. A full written disclosure of the circumstances making it
impossible for the Contractor to comply with the condition of
award.
C. Documentation of the Contractor's assistance to the UDBE named
on Form 714 or on Form 715.
D. Copies of any pertinent correspondence and documented verbal
communications between the Contractor and the named UDBE.
E. Documentation of the Good Faith Efforts in finding a ,
replacement UDBE subcontractor and the results of the efforts.
It is within the control of the Contractor to locate, prior to
award, DBEs that offer reasonable prices and that could
reasonably be expected to perform the work. For this reason,
increased cost shall not, by itself, be considered sufficient
reason for not providing an in -kind replacement.
2. In the event a UDBE subcontractor begins to prosecute the work
and is unable to satisfactorily complete performance of the work,
the Contractor shall furnish to the Region Civil Rights
Professional the following:
A. Documentation that the subject UDBE subcontractor did not
perform in a satisfactory manner.
B. Documentation of the Contractor's assistance to the UDBE
subcontractor prior to finding the UDBE subcontractor in
default.
C. A copy of the certified letter finding the UDBE to be in
default or a letter from the UDBE stating that it cannot
complete the work and it is turning the work back to the
Contractor.
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
0
3
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.
If the Contractor is unable to
both interested in and capable
reasonable cost, the Department
the work be performed by a UDBE
for the satisfactory completion
to the Department.
locate a UDBE replacement that is
of performing the work at a
may waive the requirement that
and the Contractor shall provide
of the work at no additional cost
February 3, 2011 Is
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 in subsection (d) of these DBE definitions and
requirements or operate in a manner which is not consistent with
the intent of the DBE program may be subject to revocation of
certification.
A finding by the Department that the Contractor has failed to
comply with the terms and conditions of these DBE definitions and
requirements shall constitute sufficient grounds for default and
termination of the Contract in accordance with subsection 108.09 of
the specifications.
Attachments: 10
Form 714
Form 715
Form 718
n
LJ
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
THIS PAGE RESERVED FOR FORM 714 Page 1
•
February 3, 2011
10
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
THIS PAGE RESERVED FOR FORM 714 Page 2
February 3, 2011 •
•
Ll
0
11
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
THIS PAGE RESERVED FOR FORM 715 Page 1
February 3, 2011
12
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
THIS PAGE RESERVED FOR FORM 715 Page 2
February 3, 2011 .
0
•
0
13
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
THIS PAGE RESERVED FOR FORM NO. 718 Page 1
i
February 3, 2011
14
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
THIS PAGE RESERVED FOR FORM NO. 718 Page 2
February 3, 2011 0
•
•
0
10
1 F
CLAY FILL
BACKFILL
ON -SITE
MATERIALS
REINFORCING STEEL
PER STRUCTURAL
DRAWINGS.
SLOPE
PER
OSHA
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
SHIELDS STREET BRIDGE REPLACEMENT
CTL i T PROJECT NO. FC05113-125
12" MIN.
t
2' MIN.
PROVIDE GRAVEL LAYER BEHIND
WALL. WASHED CONCRETE AGGREGATE.
(ASTM C33, NO. 57 OR NO. 67)
RETAINING WALL
— WEEP HOLE
SCREEN OR COARSE
GRAVEL OVER HOLE.
4-INCH DIAMETER PERFORATED
DRAIN PIPE. THE PIPE SHOULD BE
PLACED IN A TRENCH WITH A SLOPE
RANGING BETWEEN 1/16-INCH AND
1/8-INCH DROP PER FOOT OF DRAIN
FOOTING OR OTHER
FOUNDATION TYPE
Typical Earth
Retaining
Wall Drain
FaeW.4V
r �
E
-1-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
Decision Nos. C0100016, 17, 18, 19,
Modifications
ID
20, 21, 22, 23 and 24 dated January
MOD Number Date Page Number(s)
06, 2012 supersedes Decision Nos.
1 11-18-11 14
1
C0100018, 19, 20, 21, 22, 23, 24, 25
2 01-06-12 1, 10, 14, 19, 25,
2
and 26 dated September 30, 2011.
29,34,422and 50
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. CO 100016 applies to the following counties: Adams, Arapahoe,
Broomfield, Clear Creek, Elbert, Gilpin, Jefferson, and Park counties.
General Decision No. C0100016
The wage and fringe benefits listed below reflect collectively
bargained rates.
Co
Basic
Fringe
Las
Classification
HourlyRate
Benefits
de
Mod
ELECTRICIAN (Traffic Signalization
only):
100C
Clear Creek
26.42
4.751 +
8.68
POWER EQUIPMENT OPERATOR:
Drill Rig Caisson
Smaller than Watson 2500 and
1001
similar
23.67
9.22
1002
Watson 2500 similar or larger
23.97
9.22
Crane (50 tons and under)
100
Arapahoe, Broomfield, Clear
23 82
9.22
Creek, Elbert, Gilpin
Crane (51 - 90 tons)
1004
Arapahoe, Broomfield, Clear
23.97
9.22
Creek, Elbert, Gilpin
Crane (91 - 140 tons)
100
Arapahoe, Broomfield, Clear
24.12
9.22
Creek, Elbert, Gilpin
F00
Scraper
100
Single bowl under 40 cubic
23.82
9.22
yards
1001
40 cubic yards and over
23 .97
9.22
-2-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. C0100016
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
CARPENTER:
Excludes Form Work
100S
Adams
16.61
3.88
101
Arapahoe, Broomfield, Clear
Creek, Elbert,
Gilpin, Jefferson, Park
19.27
5.08
Form Work Only
1012
Adams
16.78
3.57
1012
Broomfield, Clear Creek,
Elbert, Gilpin
19.11
5.46
1013
Jefferson
16.88
3.81
1014
Park
17.28
5.38
CEMENT MASON/CONCRETE FINISHER:
1015
Adams
16.05
3.00
101E
Arapahoe
18.70
3.85
101
Broomfield, Clear Creek,
Elbert, Gilpin
18.37
3.00
101E
Jefferson
18.02
3.42
101S
Park
17.09
2.85
ELECTRICIAN:
Excludes Traffic Signal Installation
102C
Adams
31.00
14.01
1022
Arapahoe, Broomfield, Clear
Creek, Elbert,
Gilpin, Jefferson, Park
35.13
6.83
Traffic Signalization Electrician
1022
Adams, Arapahoe, Broomfield,
Clear Creek, Elbert,
Gilpin, Park
27.25
7.10
1022
Jefferson
26.78
S.44
Traffic Signalization Groundsman
1024
Adams
13.96
2.30
102
Arapahoe, Broomfield, Elbert,
Gil in, Park
15.24
3.81
102E
Clear Creek
15.70
2.14
•
•
C]
k
U
•
-3-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
102 Jefferson 15.19 1 4.72
-4-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. CO100016
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
Basic
Fringe
Las
CO
Classification
Hourly
Benefits
t
Rate
Mod
de
102E
FENCE ERECTOR
13.02
3.20
102S
FORM WORKER - Arapahoe
15.30
3.90
GUARDRAIL INSTALLER:
103C
Adams
12.89
3.45
Arapahoe, Broomfield, Clear
103
Creek, Elbert,
12.89
3.20
Gilpin, Jefferson, Park
1]
0
0
10
-5-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
HIGHWAY/PARKING LOT
STRIPING:
Painter
103
Adams, Arapahoe, Broomfield,
Clear Creek, Elbert,
Gilpin, Park
12.62
3.21
103
Jefferson
14.21
3.21
IRONWORKER:
Reinforcing
103
Adams
22.14
0.77
103
Arapahoe, Broomfield, Clear
Creek, Elbert, Gilpin, Jefferson
16.69
5.45
103
Park
19.98
2.89
103
Structural
18.22
6.01
LABORER:
Asphalt Raker
103
Adams, Arapahoe, Broomfield,
Clear Creek, Elbert, Gilpin,
Jefferson
16.29
4.25
103
Park
17.41
1.86
1041
Asphalt Shoveler
21.21
4.25
104
Asphalt Spreader
18.58
4.65
Common or General
104
Adams
16.29
4.25
104
Arapahoe, Broomfield, Clear
Creek, Elbert, Gilpin
16.67
4.27
104
Jefferson
16.51
4.27
1041
Park 1
15.64
2.46
-6-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. C0100016
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
Co
de
Classification
Basic
Hourly
Rate
Fringe
Benefits
Las
t
Mod
Concrete Saw (Hand Held)
104E
Adams
16.29
5.20
104y
Arapahoe, Broomfield, Clear
Creek, Elbert,
Gilpin, Jefferson, Park
16.29
6.14
Landscape and Irrigation
104E
Adams, Arapahoe, Broomfield,
Elbert, Gilpin, Jefferson,
Park
12.26
3.16
104S
Clear Creek
14.98
3.16
Mason Tender - Cement/Concrete
105C
Adams
17.71
2.83
1051
Arapahoe, Broomfield, Clear
16.96
4.04
1052
Jefferson
16.29
4.25
1052
Park
15.08
3.10
10S4
Pipelayer
13.55
2.41
Traffic Control (Flagger)
105
Adams, Arapahoe, Broomfield,
9.55
3.05
1056
Jefferson
9.73
3.05
105
Park
9.42
3.21
Traffic Control (Sets Up/Moves Barrels, Cones,
Install Signs, Arrow Boards and Place Stationary
lose
Adams, Arapahoe, Broomfield,
12.43
3.22
loss
Clear Creek
13.14
3.20
106C
Park
12.76
3.20
106
PAINTER (Spray Only)
16.99
2 . 87
•
�J
i
•
0
-7-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. C0100016
The wage and fringe benefits listed below do not reflect
CO
de
Classification
Basic
Hourly
Rate
Fringe
Benefits
Las
t
Mod
POWER EQUIPMENT OPERATOR:
Asphalt Laydown
1062
Adams, Arapahoe, Broomfield,
Clear Creek, Elbert, Gilpin,
Jefferson
22.67
8.75
1063
Park
22.67
8.72
1064
Asphalt Paver
24.97
6.13
Asphalt Roller
106
Adams
24.20
7.70
106E
Arapahoe
22.68
8.72
106
Broomfield, Clear Creek,
23.41
7.67
1062
Jefferson
22.84
7.69
106S
Park
22.84
8.72
Asphalt Spreader
107C
Adams, Arapahoe, Broomfield,
Clear Creek, Elbert,
Gilpin, Park
22.67
8.67
1071
Jefferson
2 3.34
8.06
1072
Backhoe/Trackhoe
1073
Adams
20.31
4.24
1074
Arapahoe
24.59
6.24
107E
Broomfield, Clear Creek,
22.19
6.48
1076
Jefferson
21.99
5.60
107
Park
20.81
4.24
-8-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. CO100016
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
CO
de
Classification
Basic
Hourly
Rate
Fringe
Benefits
Las
t
Mod
POWER EQUIPMENT OPERATOR (con't):
Bobcat/Skid Loader
107E
Adams, Broomfield, Clear Creek,
Elbert, Gilpin
15.37
4.28
107S
Arapahoe
18.23
4.28
108C
Jefferson
16.85
4.28
1081
Park
22.46
0.00
1082
Boom
22.67
8.72
Broom/Sweeper
1083
Adams, Broomfield, Clear Creek,
Elbert, Gilpin, Park
22 70
8.07
1084
Arapahoe
22.67
8.73
1085
Jefferson
22.18
8.36
Bulldozer
1086
Adams
25.20
6.72
108
Arapahoe, Broomfield, Clear
Creek, Elbert,
Gilpin, Jefferson, Park
26.90
5.59
108
Concrete Pump
21.60
5.21
Crane
108S
Adams, Park
22.82
8.72
109C
Jefferson
23.55
6.68
Drill
1091
Adams, Arapahoe, Broomfield,
Clear Creek, Elbert,
Gilpin, Park
20.48
4.71
1092
Jefferson
20.65
5.74
1091
Forklift
15 . 91
4.68
i
0
�l
0
-9-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. CO100016
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
Basic
Fringe
Las
Co
Classification
Hourly
Benefits
t
Rate
Mod
de
POWER EQUIPMENT OPERATOR (con't):
-10-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
Grader/Blade
109
Adams
23.94
8.23
109
Arapahoe
22.67
8.72
1Q9
Broomfield, Clear Creek,
Elbert, Gilpin, Park
23.90
7.93
t09
Jefferson
23.28
7.73
1Q9
Guardrail/Post Driver
16.07
4.41
Loader (Front End)
109
Adams
23.09
8.72
110
Arapahoe
26.80
4.84
11Q
Broomfield, Clear Creek,
Elbert, Gilpin
23.20
8.33
110
Jefferson
23.06
7.76
110
Park
22.67
8.72
Mechanic
110
Adams
22.82
8.72
11Q
Arapahoe, Broomfield, Clear
Creek, Elbert, Gilpin, Park
24.04
7.35
110
Jefferson
23 S6
8.72
oiler
110
Adams, Jefferson
21.97
8.72
11Q
Arapahoe, Broomfield, Clear
Creek, Elbert, Gilpin, Park
23.73
8.41
Roller/Compactor (Dirt and Grade
Compaction)
1101
Adams
16.70
3.30
III(Creek,
Broomfield, Clear
Creek, Elbert, Gilpin, Jefferson
20.30
5.51
111
Park
16.52
3.13
111
Rotomill
16.22
4.41
C�
0
0
•
•
•
609-71000
CURB (SPECIAL)
LF
177
613-00300
3INCH ELECTRICAL CONDUIT
LF-
1,793
618-00000
PRESTRESSING STEEL BAR
LB
2,397
618-06036
PRESTRESSED CONCRETE SLAB (DEPTH GREATER THAN 13 INCHES)
SF
4,254
620-00020
SANITARY FACILITY
EACH
2
626-00000
MOBILIZATION (ARTHURS DITCH)
L S
1
626-00000
MOBILIZATION (SHIELDS BRIDGE)
LS
1
627-00011
PAVEMENT MARKING PAINT (WATERBORNE)
GAL
B
630-00000
CONSTRUCTION ZONE TRAFFIC CONTROL (ARTHURS DITCH)
LS
1
630-00000
CONSTRUCTION ZONE TRAFFIC CONTROL (SHIELDS BRIDGE)
LS
1
630-00000
FLAGGING
HOUR
1,720
630-00007
TRAFFIC CONTROL INSPECTION
DAY
105
630-00012
TRAFFIC CONTROL MANAGEMENT
DAY
290
630-80359
PORTABLE MESSAGE SIGN PANEL
DAY
10
630-85006
IMPACT ATTENUATOR (SAND FILLED PLASTIC BARREL) (TEMPORARY)
EACH
15
TOTAL BID (FOR PERFORMANCE AND PAYMENT BONDS, AND UDBE GOALS)
ADDITIONAL COSTS
700-70010
F/A MINOR CONTRACT REVISIONS
FA
1
$375,000.00
$375,000.00
700-70011
F/A PARTNERING
FA
1
$6,000.00
$6,000.00
700-70016
F/A FUEL COST ADJUSTMENT
FA
1
$5,000.00
$5,000.00
700-70018
F/A ROADWAY SMOOTHNESS INCENTIVE
FA
1
$3,000.00
$3,000.00
700-70019
F/A ASPHALT CEMENT COST ADJUSTMENT
FA
1
$15,000.00
$15,000.00
700-70023
F/A ON-THE-JOB TRAINEE
FA
1
$1,920.00
$1,920.00
700-70380
F/A EROSION CONTROL
FA
1
$7,000.00
$7,000.00
TOTAL ADDITIONAL COSTS
$412,920.00
TOTAL BASE BID
TOTAL BASE BID IN WORDS (CONTRACT VALUE):
Addendum 2
Shields Street Bridge & Laporte Avenue Bridge Replacement Design Page 4 of 4
APPENDIX A
RESULTS OF LABORATORY TESTING
•
r1
U
•
-11-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. CO100016
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
Co
de
Classification
Basic
Hourly
Rate
Fringe
Benefits
Las
t
Mod
POWER EQUIPMENT OPERATOR (con't):
Screed
111
Adams
27.89
3.50
111
Arapahoe
22.67
8.72
111
Broomfield, Clear Creek,
Elbert, Gilpin
24.67
6.02
111
Jefferson
22.64
8.43
111
Park
20.36
3.04
111
Tractor
13.13
2.95
TRUCK DRIVER:
Distributor
ills
Adams
15.80
5.27
112C
Arapahoe, Broomfield, Clear
Creek, Elbert, Gilpin, Park
19.62
5.27
1121
Jefferson
19.46
6.04
Dump Truck
1122
Adams
16.68
5.27
1123
Arapahoe
18.94
5.27
1124
Broomfield, Clear Creek,
Elbert, Gilpin
16.47
5.27
112
Jefferson
16.97
4.78
112E
Park
15.40
3.21
Lowboy Truck
112
Adams, Arapahoe, Broomfield,
Clear Creek, Elbert, Gilpin,
Park
17.25
5.27
112E
Jefferson
19.80
6.42
112c.
Mechanic
26.48
3.50
-12-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
Multi -Purpose Speciality and
Hoisting Truck
Adams, Broomfield, Clear Creek,
113C
Elbert, Gilpin, Park
17.49
3.17
1131
Arapahoe
15.79
2.48
113
Jefferson
15.13
3.89
L�
0
•
LJI
-13-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE O1-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. CO100016
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
Basic
Fringe
Las
Co
Classification
Hourly
Benefits
t
Rate
Mod
de
TRUCK DRIVER (con't.):
Semi/Trailer Truck (Includes Pickup
and Pilot Car)
Adams, Broomfield, Clear Creek,
113
Elbert, Gilpin, Jefferson,
18.39
4.13
Park
113
Arapahoe
16.00
2.60
Single Axle (Includes Pickup and
Pilot Car)
113
Adams, Jefferson
13.93
3.68
113
Arapahoe
15.10
3.77
11-1
Broomfield, Clear Creek,
14.74
3.68
Elbert, Gilpin, Park
113
Truck Mounted Attenuator
12.43
3.22
Water Truck
113
Adams
17.50
5.19
114
Arapahoe, Broomfield, Clear
19.36
4.07
Creek, Elbert, Gilpin, Park
114
Jefferson
17.57
5.27
WELDERS - Receive rate prescribed for craft performing operation to
which welding is incidental.
Unlisted classifications needed for work not included within the scope
of the classifications listed may be added after award only as
provided in the labor standards contract clauses (29 CFR
5.5 (a) (1) (ii)) .
------------- ---------------------------------
In the listing above, the "SU" designation means that rates listed
under the identifier do not reflect collectively bargained wage and
-14-
U.S. DEPT. OF LABOR, DAMS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
fringe benefit rates. Other designations indicate unions whose rates
have been determined to be prevailing.
END OF GENERAL DECISION NO. CO100016
E
4,
•
•
-15-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
Decision Nos. C0100016, 17, 18, 19,
Modifications
ID
20, 21, 22, 23 and 24 dated January
MOD Number Date Page Number(s)
06, 2012 supersedes Decision Nos.
1 11-18-11 14
1
C0100018, 19, 20, 21, 22, 23, 24, 25
2 01-06-12 1, 10,14, 19,25,
2
and 26 dated September 30, 2011.
29, 34, 42 and 50
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. C0100017 applies to the following counties: Boulder county.
General Decision No. C0100017
The wage and fringe benefits listed below reflect collectively
bargained rates.
Co
Basic
Fringe
Las
Classification
HourlyRate
Benefits
de
Mod
POWER EQUIPMENT OPERATOR:
Drill Rig Caisson
Smaller than Watson 2500 and
1142
similar
23.67
9.22
i14 3
Watson 2500 similar or larger
23.97
9.22
Crane
1144
50 tons and under
23.82
9.22
114E
51 - 90 tons
23.97
9.22
1146
91 - 140 tons
24.12
9.22
Scraper
Single bowl under 40 cubic
114
yards
23 82
9.22
114E
40 cubic yards and over
23 .97
9.22
CARPENTER:
114S
Excludes Form Work
16.61
3.88
115C
Form Work Only
17.06
3.90
1151
CEMENT MASON/CONCRETE FINISHER
17.39
3.00
1152
ELECTRICIAN
33.39
7.64
1153
FENCE ERECTOR
15.96
3.46
=
GUARDRAIL INSTALLER
16.21
3.63
115
HIGHWAY/PARKING LOT STRIPING:
-16-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
115 Painter 12.62 1 3.21
0
0
0
l J
•
•
-17-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. C0100017
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
Co
de
Classification
Basic
HourlyRate
Fringe
Benefits
Las
Mod
IRONWORKER:
115
Reinforcing (Excludes Guardrail
Installation)
16.69
5.45
1158
Structural (Excludes Guardrail
Installation)
18.22
6.01
LABORER:
115S
Asphalt Raker
16.29
4.25
116C
Asphalt Shoveler
21.21
4.25
1161
Asphalt Spreader
18.S8
4.65
1162
Common or General
16.29
4.25
1163
Concrete Saw (Hand Held)
16.29
6.14
1164
Landscape and Irrigation
12.26
3.16
1165
Mason Tender - Cement/Concrete
16 .29
4.25
116E
Pipelayer
16.74
1.89
116
Traffic Control (Flagger)
9.55
3.05
1168
Traffic Control (Sets Up/Moves
Barrels, Cones,
Installs signs, Arrow Boards and
Place Stationary Flags),
(Excludes Flaggers)
12.43
3.22
116S
PAINTER (Spray Only)
16.99
2.87
POWER EQUIPMENT OPERATOR:
117C
Asphalt Laydown
22.67
8.25
1172
Asphalt Paver
24.19
6.58
1172
Asphalt Roller
23.01
9.22
1173
Asphalt Spreader
22.67
8.72
1174
Backhoe/Trackhoe
21.70
5.51
117
Bobcat/Skid Loader
15.37
4.28
F117E
Boom
22.67
8.72
117
Broom/Sweeper
22.83
8.72
-18-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
117E
Bulldozer
26.90
5.59
117S
Drill
21.42
2.88
C
•
•
-19-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. C0100017
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
Co
de
Classification
Basic
HourlyRate
Fringe
Benefits
Las
Mod
POWER EQUIPMENT OPERATOR (con't.):
ii8q
Forklift
15.91
4.27
1181
Grader/Blade
22.67
8.72
1182
Guardrail/Post Driver
16.54
4.10
1183
Loader (Front End)
22.67
8.72
1184
Mechanic
118E
Oiler
22.77
9.22
1186
Roller/Compactor (Dirt and Grade Compaction)
22.32
8.72
118
Rotomill
16.22
4.41
118E
Screed
22.67
8.72
118S
Tractor
13.13
2.95
TRAFFIC SIGNALIZATION:
119C
Groundsman
18.52
3.59
TRUCK DRIVER:
1191
Distributor
21.69
5.27
119
Dump Truck
16.41
5.27
1193
Lowboy Truck
17.25
5.27
1194
Multi -Purpose Specialty & Hoisting
Truck
16.41
4.97
1195
Pickup and Pilot Car
13.93
3.68
1196
Semi/Trailer Truck
18.39
4.13
119
Truck Mounted Attenuator
12.43
3.22
119E
Water Truck
20.64
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
-
20-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE O1-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
of the classifications listed may be added after award only as
provided in the labor standards contract clauses (29 CFR
5.5 (a) (1) (ii) ) .
•
0
0
z
0
fN
z
Q
a
x
W
0
z
0
U)
w
a
2
0
0
Ll
I 1 I r
r
r
I
I ;
r
EXPANSION
UNDER CONSTANT
'_-_-__:____;_;__.PRESSUREDUETOWETTING
' I
1
r I
I
I
1
-
-
• I I
r 1
;
1 r
�
1 1 I I r
I
I
I
I
I
I I r
1 r
I 1 1 I
r r 1 r I
I
I
r I
r
I
I
I r
r
-- ----- - - -
— 1
- -
.----------;---
- - -
, —
I I
1
I
r
0.1 1.0 10 100
APPLIED PRESSURE - KSF
Sample of CLAY, SANDY (CL)
From TH - 1 AT 14 FEET
z
O
V/
z
Q
CL
x
w
0
z
0
rn
rn
w
M
a
2
O
U
DRY UNIT WEIGHT= 108 PCF
MOISTURE CONTENT= 16.3 %
I 1 I 1
I 1
EXPANSION UNDER CONSTANT
------'I----------
--'--=--
-P ESSUREDUETOWETTING
1
r r •
I 1
__I __________L
I I I I
I 1
3 I r r 1 I
I
' • 1 1•
I
1 r 1
1
r • 1 I r
r ,
I I i • r
I
1_ _
1 I I
I r I
1 I• I 1 1 1 I
• 1
r • I
1 r I I I r I
I I I
I r
r 1 r I 1 I r I
1 1 r
I I I 1
I r r i
1 I
I I I 1 1 1
I
1 I
1 1 I
r 1
1
I i
r I � •
I
� � I � I
I I.
--- ----------- - -
--
---------------------- ---
;
r • r
r 1 I
� I I � ;
1
0.1 1.0 10 10o
• APPLIED PRESSURE - KSF
Sample of CLAY, SANDY (CL) DRY UNIT WEIGHT= 116 PCF
From TH - 2 AT 19 FEET MOISTURE CONTENT= 16.8
CITY OF FORT COLLINS- ENGINEERING DEPARTMENT Swell ConsolidationSHIELDS STREET BRIDGE REPLACEMENT
CTL I T PROJECT NO. FC05113-125 Test Results
FIGURE A-1
-21-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE O1-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
In the listing above, the "SU" designation means that rates listed
under the identifier do not reflect collectively bargained wage and
fringe benefit rates. Other designations indicate unions whose rates
have been determined to be prevailing.
END OF GENERAL DECISION NO. C0100017
•
0
-22-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLOR -ADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
Decision Nos. C0100016, 17, 18, 19,
Modifications
ID
20, 21, 22, 23 and 24 dated January
WOD Number Date Puee Number(s)
06, 2012 supersedes Decision Nos.
1 11-18-11 14
1
C0100018, 19, 20, 21, 22, 23, 24, 25
2 01-06-12 1, 10, 14, 19, 25,
2
and 26 dated September 30, 2011.
29, 34, 42 and 50
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. CO100018 applies to the following counties: El Paso, Pueblo, and Teller
counties.
General Decision No. C0100018
The wage and fringe benefits listed below reflect collectively
bargained rates.
C 0
Basic
Fringe
Las
Classification
HourlyRate
Benefits
de
Mod
ELECTRICIAN:
119S
E1 Paso, Teller
28.55
14.46
120C
Pueblo
26.75
11.90
1
POWER EQUIPMENT OPERATOR:
Drill Rig Caisson
1201
Smaller than Watson 2500 and similar
23.67
9.22
1202
Watson 2500 similar or larger
23.97
9.22
Crane
1203
50 tons and under
23.82
9.22
1204
51 - 90 tons
23.97
9.22
120
91 - 140 tons
24.12
9.22
General Decision No. C0100018
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
CARPENTER:
120E
Excludes Form Work
24.15
6.25
Form Work Only
120
E1 Paso, Teller
19.06
5.84
120E
Pueblo
19.00
5.88
CEMENT MASON/CONCRETE FINISHER:
0
•
•
•
•
-23-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
120 c.
El Paso, Teller
17.36
3.00
121C
Pueblo
17.74
3.00
1211
FENCE ERECTOR
13.02
3.20
12 11
GUARDRAIL INSTALLER
12.89
3.20
-24-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. CO100018
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
Co
de
Classification
Basic
HourlyRate
Fringe
Benefits
Las
Mod
HIGHWAY/PARKING LOT STRIPING:
1212
Painter
12.62
3.21
IRONWORKER:
Reinforcing (Excludes Guardrail
Installation)
1214
E1 Paso, Teller
20.49
1.65
1215
Pueblo
16.69
5.45
1216
Structural (Excludes Guardrail
Installation)
18.22
6.01
LABORER:
121
Asphalt Raker.
17.54
3.16
121E
Asphalt Shoveler
21.21
4.25
121S
Asphalt Spreader
18.58
4.65
Common or General
122C
E1 Paso
17.05
3.69
1221
Pueblo
16.29
4.25
1222
Teller
16.88
3.61
1223
Concrete Saw (Hand Held)
16.29
6.14
1224
Landscape and Irrigation
12.26
3.16
1225
Mason Tender - Cement/Concrete
16.29
4.25
1226
Pipelayer
18.72
3.24
122
Traffic Control (Flagger)
9.55
3.05
122E
Traffic Control (Sets Up/Moves
Barrels, Cones, Installs
signs, Arrow Boards and Place
Stationary Flags),
(Excludes Flaggers)
12.43
3.22
122
PAINTER (Spray Only)
16.99
2.87
C J
•
•
•
-25-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. CO100018
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
Co
de
Classification
Basic
HourlyRate
Fringe
Benefits
Las
Mod
POWER EQUIPMENT OPERATOR:
123
Asphalt Laydown
22.67
8.72
1231
Asphalt Paver
21.50
3.50
Asphalt Roller
1232
El Paso, Teller
24.42
6.96
1233
Pueblo
23.67
9.22
1234
Asphalt Spreader
22.67
8.72
Backhoe/Trackhoe
123
El Paso
23.31
5.61
123E
Pueblo
21.82
8.22
123
Teller
23.32
5.50
123E
Bobcat/Skid Loader
15.37
4.28
123
Boom
22.67
8.72
Broom/Sweeper
124C
El Paso, Teller
23.43
8.04
1242
Pueblo
23.47
9.22
Bulldozer
1242
El Paso
26.56
7.40
1243
Pueblo, Teller
26.11
6.22
1244
Drill
17.59
3.45
1245
Forklift
15.91
4.68
Grader/Blade
124E
El Paso
22.83
8.72
124
Pueblo
23.25
6.98
124E
Teller
23.22
8.72
124S
Guardrail/Post Driver
16.07
4.41
-26-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. CO100018
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
Co
de
Classification
Basic
HourlyRate
Fringe
Benefits
Las
Mod
POWER EQUIPMENT OPERATOR.(con't.):
Loader (Front End)
125C
E1 Paso
23.61
7.79
12SI
Pueblo
21.67
8.22
1252
Teller
23.50
7.64
Mechanic
1252
El Paso
22.35
6.36
1254
Pueblo
24.02
8.43
125
Teller
22.16
6.17
Oiler
12SG
El Paso
23.29
7.48
125
Pueblo
23.13
7.01
1258
Teller
22.68
7.11
Roller/Compactor (Dirt and Grade Compaction)
125 S,
E1 Paso
16.70
3.30
126C
Pueblo, Teller
18.43
4.62
1261
Rotomill
16.22
4.41
1262
Scraper
24.28
4.83
Screed
1263
E1 Paso, Teller
25.22
5.74
1264
Pueblo
23.67
9.22
126
Tractor
13.13
2.95
L I
0
0
• -27-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE O1-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
9
General Decision No. CO100018
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
C 0
de
Classification
Basic
Hourly
RateMod
Fringe
Benefits
Las
TRUCK DRIVER:
Distributor
1266
E1 Paso, Teller
17.98
3.97
126
Pueblo
18.35
3.85
Dump Truck
126E
E1 Paso, Teller
16.85
4.83
126S
Pueblo
16.87
4.79
127C
Lowboy Truck
17.25
5.27
1272
Mechanic
26.69
3.50
127
Multi -Purpose Specialty & Hoisting
Truck
17.27
3.71
127i
Pickup and Pilot Car
13.93
3.68
1274
Semi/TrailerTruck
16.00
2.60
127
Truck Mounted Attenuator
12.43
3.22
Water Truck
127C
E1 Paso
17.24
4.15
L127
Pueblo
20.93
4.98
127
Teller
17.31
4.07
WELDERS - Receive rate prescribed for craft performing operation to
which welding is incidental.
Unlisted classifications needed for work not included within the scope
of the classifications listed may be added after award only as
provided in the labor standards contract clauses (29 CFR
5.5 (a) (1) (ii)) .
• --------------------------------------- -----------------
In the listing above, the "SU" designation means that rates listed
DAVIS •
U.S. DEPT. OF LABOR, S BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
under the identifier do not reflect collectively bargained wage and
fringe benefit rates. Other designations indicate unions whose rates
have been determined to be prevailing.
END OF GENERAL DECISION NO. C0100018
0
•
•
-29-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
Decision Nos. C0100016, 17, 18, 19,
Modifications
ID
20, 21, 22, 23 and 24 dated January
MOD Number Date Paae Number(s)
06, 2012 supersedes Decision Nos.
1 11-18-11 14
1
C0100018, 19, 20, 21, 22, 23, 24, 25
2 01-06-12 1, 10, 14, 19, 25,
2
and 26 dated September 30, 2011.
29, 34, 42 and 50
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. CO100019 applies to the following counties: Denver and Douglas
counties.
General Decision No. C0100019
The wage and fringe benefits listed below reflect collectively
bargained rates.
Co
Basic
Fringe
Las
Classification
HourlyRate
Benefits
de
Mod
127S
CARPENTER (Form Work Only)
24.00
11.28
TRAFFIC SIGNALIZATION:
Traffic Signal Installation
128C
Zone 1
26.42
4.75% +
8.68
1281
Zone 2
29.42
4.75% +
8.68
Traffic Installer Zone Definitions
Zone 1 - Within a 35 mile radius measured from the addresses
of the following cities:
Colorado Springs - Nevada & Bijou
Denver - Ellsworth Avenue & Broadway
Ft. Collins - Prospect & College
Grand Junction - 12th & North Avenue
Pueblo - I-25 & Highway 50
Zone 2 - All work outside these areas.
POWER EQUIPMENT OPERATOR:
Hydraulic Backhoe
1282
Wheel Mounted, under Y, yds.
23.67
9.22
1283
Backhoe/Loader combination
23.67
9.22
Drill Rig Caisson
Smaller than Watson 2500 and
1284
similar
23.67
9.22
128
Watson 2500 similar or larger
23.97
9.22
Loader
-30-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
Up to and including 6 cubic
ards
23.67
9.22
Denver County - Under 6 cubic23.67
P
ards
9.22
Denver County - Over 6 cubic
yards
23.82
9.22
•
0
Z 0
O
rn
Z
(L -I
(L
x
W
01
Z -2
v
05
U)
W
Cr -3
a
2
O
U
, 1
NO MOVEMENT DUE TO WETTING
-----------
'-----'-'----1-------'----r---'-
,
• I I • r I .
I • , I 1 I I I
; r r
-- -
-- - -- ---------------- ---- -- .------------- ---,- - - -- - -- --
I I r I I I I P I �
, ' , I • 1 , • ' ' , i r 1
r 1 1 1 r 1 r r r 1 I I I
0.1
APPLIED PRESSURE - KSF
Sample of CLAY, SANDY (CL)
From TH - 2 AT 24 FEET
Z
O
N
Z
Q
a
x
W
a
Z
_0
(n
cn
W
x
(L
2
O
L)
1.0
DRY UNIT WEIGHT=
MOISTURE CONTENT=
100
118 PCF
15.5 %
I r
I
EXPANSION UNDER CONSTANT
1 I I
'-
P ESSURE DUE TO WETTING
_____ ____
I
�
I I 1 I I I I I
I I I
I 1 I
1 1
I I I I I
1 1
I
1 1
1 • 1 I I
I I I
1
1 I • 1 I
I
I I I
1 1 I • I I 1 • I
I
I I
I i
• r ,
I
I I
• I 1 •
•
1
1
______________r_
_____________I_
----,_______r_________ ____
_
I I I
I , r 1 I
I I•
1 1
I I I
1
I I I
I I I I
; I
-----------r,---;-----,---,-------------,---------;
------------ ;---�._-; -----;
0.1 1.0
APPLIED PRESSURE - KSF
Sample of CLAYSTONE
From TH - 2 AT 29 FEET
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
SHIELDS STREET BRIDGE REPLACEMENT
CTLIT PROJECT NO. FC05113-125
100
DRY UNIT WEIGHT= 106 PCF
MOISTURE CONTENT= 21.8 %
Swell Consolidation
Test Results
FIGURE A-2
•
0
•
\J
-31-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. C0100019
The wage and fringe benefits listed below reflect collectively
bargained rates.
Co
de
Classification
Basic
HourlyRate
Fringe
Benefits
Las
Mod
POWER EQUIPMENT OPERATOR (con't.):
Motor Grader
128S
Douglas county - Blade Rough
23.67
9.22
129C
Douglas county - Blade Finish
23.97
9.22
Crane
1291
50 tons and under
23.82
9.22
1292
51 to 90 tons
23.97
9.22
1292
91 to 140 tons
24.12
9.22
Scraper
1294
Single bowl under 40 cubic
yards
23 82
9.22
1295
40 cubic yards and over
23 .97
9.22
General Decision No. C0100019
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
129E
CARPENTER (Excludes Form Work)
19.27
5.08
CEMENT MASON/CONCRETE FINISHER:
129
Denver
20.18
5.75
129E
Douglas
18.75
3.00
129
ELECTRICIAN (Excludes Traffic Signal
Installation)
35.13
6.83
130C
FENCE ERECTOR (Excludes Link/Cyclone
Fence Erection)
13.02
3.20
1301
GUARDRAIL INSTALLER
12.89
3 .20
HIGHWAY/PARKING LOT STRIPING:
Painter
1302
Denver
12.62
3.21
1302
Douglas
13.89
3.21
IRONWORKERS:
130
Reinforcing (Excludes Guardrail
Installation)
16.69
5.45
-32-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
Structural (Includes Link/Cyclone Fence
130E
Erection),
18.22
6.01
Excludes Guardrail Installation)
0
0
•
•
-33-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. C0100019
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
Co
de
Classification
Basic
Hourly
Fringe
Benefits
Las
Mod
LABORERS:
130
Asphalt Raker
16.29
4.25
130
Asphalt Shoveler
21.21
4.25
1302
Asphalt Spreader
18.58
4.65
Common or General
130
Denver
16.76
6.77
131C
Douglas
16.29
4.25
1311
Concrete Saw (Hand Held)
16.29
6.14
1312
Landscape and Irrigation
12.26
3.16
Mason Tender - Cement/Concrete
1311
Denver
16.96
4.04
1314
Douglas
16.29
4.25
Pipelayer
131
Denver
13.55
2.41
131E
Douglas
16.30
2.18
Traffic Control
131
Flagger
9.55
3.05
131E
Sets Up/Moves Barrels, Cones, Install Signs,
Arrow Boards
and Place Stationary Flags, Excludes Fla ers)
12.43
3 .22
PAINTER:
131S
Spray Only
16.99
2.87
POWER EQUIPMENT OPERATOR:
Asphalt Laydown
132C
Denver
22.67
8.72
1322
Douglas
23.67
8.47
Asphalt Paver
1322
Denver
24.97
6.13
-34-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
132 Douglas 25.44 3.50
•
•
E
0
-35-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. CO100019
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
Co
de
Classification
Basic
HourlyRate
Fringe
Benefits
Las
Mod
POWER EQUIPMENT OPERATOR (con't.):
Asphalt Roller
1324
Denver
23.13
7.55
132
Douglas
23.63
6.43
132C
Asphalt Spreader
22.67
8.72
Backhoe/Trackhoe
132
Douglas
23.82
6.00
1328
Bobcat/Skid Loader
15.37
4.28
132 cl
Boom
22.67
8.72
Broom/Sweeper
133C
Denver
22.47
8.72
1331
Douglas
22.96
8.22
1332
Bulldozer
26.90
5.59
1333
Concrete Pump
21.60
5.21
Drill
1334
Denver
20.48
4.71
133
Douglas
20.71
2.66
133E
Forklift
15.91
4.68
Grader/Blade
133
Denver
22.67
8.72
133
Guardrail/Post Driver
16.07
4.41
Loader (Front End)
133
Douglas
21.67
8.22
-36-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
Mechanic
134C
Denver
22.89
8.72
1342
Douglas
23.88
8.22
•
0
•
0
0
-37-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. C0100019
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
Co
de
Classification
Basic
HourlyRate
Fringe
Benefits
Las
Mod
POWER EQUIPMENT OPERATOR (con't.):
Oiler
1342
Denver
23.73
8.41
1343
Douglas
24.90
7.67
Roller/Compactor (Dirt and Grade
Compaction)
1344
Denver
20.30
5.51
1345
Douglas
22.78
4.86
134
Rotomill
16.22
4.41
Screed
134
Denver
22.67
8.38
134E
Douglas
29.99
1.40
134 c.
Tractor
13.13
2.95
TRAFFIC SIGNALIZATION:
Groundsman
13sc
Denver
17.90
3.41
1351
Douglas
18.67
7.17
TRUCK DRIVER:
Distributor
1352
Denver
17.81
5.82
13S2
Douglas
16.98
5.27
Dump Truck
1354
Denver
15.27
5.27
1355
Douglas
16.39
5.27
135 d
Lowboy Truck
17.25
5.27
-38-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
135
Mechanic
26.48
3.50
Multi -Purpose Specialty & Hoisting
Truck
13SE
Denver
17.49
3.17
135
Douglas
20.05
2.88
•
E
E
• -39-
U.S. DEPT. OF LABOR, DAMS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
0
General Decision No. CO100019
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
C
de
Classification
Basic
Hourly
RateMod
Fringe
Benefits
Las
TRUCK DRIVER (con't.):
Pickup and Pilot Car
136C
Denver County
14.24
3.77
1361
Douglas County
16.43
3.68
1362
Semi/Trailer Truck
18.39
4.13
1363
Truck Mounted Attenuator
12.43
3.22
Water Truck
�1364Denver
County
26.27
5.27
136
Douglas County
19.46
2.58
WELDERS - Receive rate prescribed for craft performing operation to
which welding is incidental.
Unlisted classifications needed for work not included within the scope
of the classifications listed may be added after award only as
provided in the labor standards contract clauses (29 CFR
5.5 (a) (1) (ii)) .
In the listing above, the "SU" designation means that rates listed
under the identifier do not reflect collectively bargained wage and
fringe benefit rates. Other designations indicate unions whose rates
have been determined to be prevailing.
9 END OF GENERAL DECISION NO. CO100019
-40-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
Decision Nos. C0100016, 17, 18, 19,
Modifications
ID
20, 21, 22, 23 and 24 dated January
MOD Number Date Pase Number(s)
06, 2012 supersedes Decision Nos.
I u-Is-Is-It is
1
C0100018, 19, 20, 21, 22, 23, 24, 25
2 01-06-12 1,10,14,19,25,
2
and 26 dated September 30, 2011.
29, 34, 42 and 50
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. CO100020 applies to the following counties: Baca, Bent, Costilla,
Crowley, Huerfano, Kiowa, Las Animas, Otero, and Prowers counties.
General Decision No. C0100020
The wage and fringe benefits listed below reflect collectively
bargained rates.
Co
Basic
Fringe
Las
Classification
HourlyRate
Benefits
de
Mod
136E
CARPENTER (Form Work Only)
24.00
11.28
POWER EQUIPMENT OPERATOR:
Power Broom/Sweeper
136
Under 70 hp
22.97
9.22
136E
70 hp and over
23.67
9.22
Drill Rig Caisson
136S
Smaller than Watson 2500 and
23.67
9.22
similar
137C
Watson 2500 similar or larger
23.97
9.22
Crane
1371
50 tons and under
23.82
9.22
1372
51 - 90 tons
23.97
9.22
1373
91 - 140 tons
24.12
9.22
General Decision No. C0100020
The wage and fringe benefits listed below do not reflect
collectively bar ained rates.
1374
CARPENTER (Excludes Form Work)
18.96
3.18
CEMENT MASON/CONCRETE FINISHER:
Baca, Bent, Costilla, Crowley,
137
Huerfano, Kiowa, Otero,
17.70
2.53
Prowers
137
Las Animas
17.24
1 2.85
I*
0
E
•
•
IF
HYDROMETER ANALYSIS
I I SIEVE ANALYSIS
25 HR.
7 HR.
TIME READINGS
U.S. STANDARD SERIES
CLEAR SQUARE OPENINGS
45 MIN.
ISMIN.
60 MIN. 19 MIN. 4 MIN. 1 MIN. '200 '100 '50 '40 '30 is 110 18 -4 Iva
V4' 114'
3' 5.6- 8'
_ --I_—'ram--*—
`
80`--
20
f—�
T
—
W
CO 70
ui
30
-�Ibo
a so
Z
—
50
U
40
30 i—.r---1
r
70
20
80
m
o
•
100
.001
0.002
.005 .009 .019 .037 .074
.149 .297 .590 1.19 2.0 2.38 4.76 9.52
19.1 36.1
78.2 127 200
0.42
152
DIAMETER OF PARTICLE IN MILLIMETERS
SANDS
I
GRAVEL
CLAY(PLASTIC)
TO SILT (NON -PLASTIC)
FINE I MEDIUM COARSE
I FINE
COARSE
I COBBLES
Sample of
SAND, SILTY, GRAVELLY (SM)
GRAVEL 24 % SAND
42 %
From
TH - 1 AT 24 FEET
SILT & CLAY 34 % LIQUID LIMIT
%
PLASTICITY INDEX
%
HYDROMETER ANALYSIS
I
SIEVE ANALYSIS
25 HR. 7 HR. TIME READINGS
U.S. STANDARD SERIES
CLEAR SQUARE OPENINGS
4SMIN. 15MIN. 60MIN. 19MIN. 4MIN. 1MIN.
'200
'100 '50'40'30 '16
'10'8 -4
3/8' 3/4' irk'
3' 5.6. 8'
100
0
_ _
_ _ __.�_�_—_r__—•
_
10
so
_1_.._—__
t— __•_.—..___ —y
—__
0 70
�i •___—__...
60
--� —
50
50
a i—.——.—�._—._—�
�'�—
60
a
=1 —
— _�
o
100
.001 0.002 .005 .009 .019 .037
.074
.149 .297 .590 1A9
2.0 2.38 4,76
9.52 19.1 36.1
76.2 127 200
0.42
152
DIAMETER OF PARTICLE IN MILLIMETERS
' CLAY (PLASTIC) TO SILT (NON -PLASTIC)
SANDS
GRAVEL
FINE I MEDIUM
COARSE
FINE COARSE
COBBLES
Sample of SANDSTONE
From TH - 1 AT 39 FEET
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
SHIELDS STREET BRIDGE REPLACEMENT
CTL I T PROJECT NO. FC05113-125
GRAVEL 3 % SAND 53 %
SILT & CLAY 44 % LIQUID LIMIT 32 %
PLASTICITY INDEX 19 %
Gradation
Test Results
FIGURE A-3
-41-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
137
ELECTRICIAN
28.06
8.76
HIGHWAY/PARKING LOT STRIPING:
1378
Truck Driver (Line Striping
Truck)
14.60
3.49
1371
Painter
13.92
3.07
Cl
-42-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. C0100020
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
Co
de
Classification
Basic
HourlyRate
Fringe
Benefits
Las
Mod
IRONWORKER:
138C
Reinforcing
16.94
6.77
1382
Structural
16.76
6.01
LABORER:
Common or General
1382
Baca, Bent, Costilla, Crowley,
Huerfano, Kiowa, Otero,
Prowers
14.48
3.53
1383
Las Animas
14.52
3.53
1384
Concrete Saw (Hand Held)
16.00
6.14
1385
Landscape and Irrigation
15.37
3.16
1386
Mason Tender - Cement/Concrete
12 .44
3.10
138
Traffic Control (Flagger)
9.42
3.21
138E
Traffic Control (Sets Up/Moves
Barrels, Cones, Installs
signs, Arrow Boards and Place
Stationary Flags),
(Excludes Flaggers)
12.39
3.20
138S
PAINTER (Spray Only)
17.54
3.52
POWER EQUIPMENT OPERATOR:
139C
Asphalt Laydown
24.17
6.73
1391
Asphalt Paver
22.67
8.72
1392
Asphalt Plant
21.13
2.16
1392
Asphalt Roller
23.14
7.51
1394
Asphalt Spreader
23.19
7.66
Backhoe/Trackhoe
139E
Baca, Bent, Costilla, Crowley,
Huerfano, Kiowa, Otero,
Prowers
23.19
4.18
1396
Las Animas
24.70
3.40
Ll
LJ
0
\J
-43-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE O1-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. CO100020
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
C 0
de
Classification
Basic
Hourly
RateMod
Fringe
Benefits
Las
POWER EQUIPMENT OPERATOR (con't):
139j
Bobcat/Skid Loader
18.43
3.12
139E
Bulldozer
26.65
4.46
139S
Chipper
22.04
8.26
140C
Drill
20.49
2.66
1402
Forklift
18.30
5.01
Grader/Blade
1402
Baca, Bent, Costilla, Crowley,
Huerfano, Kiowa, Otero,
Prowers
18.40
4.20
140
Las Animas
18.88
3.14
1404
Guardrail/Post Driver
16.07
4.41
Loader (Front End)
140
Baca, Bent, Costilla, Crowley,
Huerfano, Kiowa, Otero,
Prowers
23.58
6.66
140E
Las Animas
23.56
5.93
140
Mechanic
18.91
4.20
140e
Oiler
22.54
9.22
140S
Roller/Compactor (Dirt and Grade Compaction)
17.78
2.83
141C
Scraper
19.93
5.38
1411
Screed
16.21
3.76
1412
Tractor
16.83
2.95
TRUCK DRIVER:
1412
Distributor
17.98
5.27
1414
Dump Truck
17.61
2.69
Lowboy Truck
141
Baca, Bent, Costilla, Crowley,
Huerfano, Kiowa, Otero,
Prowers
19.95
3.36
141
Las Animas
19.77
3.25
-INI
44-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE O1-06-12 Is
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
0
I*
-45-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. CO100020
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
Co
Co
Code
Code
Code
de
de
TRUCK DRIVER, (con't):
141
Mechanic
17.79
3.51
Multi -Purpose Specialty & Hoisting
141E
Truck
18.89
3.49
141c,
Pickup and Pilot Car
14.04
3.49
142
Semi Truck
17.58
4.67
142
Water Truck
14.88
2.07
WELDERS - Receive rate prescribed for craft performing operation to
which welding is incidental.
LJ
Unlisted classifications needed for work not included within the scope
of the classifications listed may be added after award only as
provided in the labor standards contract clauses (29 CFR
5.5 (a) (1) (ii)) .
In the listing above, the "SU" designation means that rates listed
under the identifier do not reflect collectively bargained wage and
fringe benefit rates. Other designations indicate unions whose rates
have been determined to be prevailing.
END OF GENERAL DECISION NO. CO100020
9
-46-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
Decision Nos. C0100016, 17, 18, 19,
Modifications
ID
20, 21, 22, 23 and 24 dated January
NIOD Number Date Page Number(s)
06, 2012 supersedes Decision Nos.
1 11-18-11 W
1
C0100018, 19, 20, 21, 22, 23, 24, 25
2 01-06-12 1, 10, 14, 19, 25,
2
and 26 dated September 30, 2011.
29, 34, 42 and 50
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. CO100021 applies to the following counties: Cheyenne, Kit Carson,
Lincoln, Logan, Morgan, Phillips, Sedgwick, Washington, and Yuma counties.
General Decision No. C0100021
The wage and fringe benefits listed below reflect collectively
bargained rates.
C 0
Basic
Fringe
Las
Classification
HourlyRate
Benefits
de
Mod
POWER EQUIPMENT OPERATOR:
Power Broom/Sweeper
1422
Under 70 hp
22.97
9.22
1423
70 hp and over
23.67
9.22
1424
Boom
-
-
Drill Rig Caisson
Smaller than Watson 2500 and
142
similar
23.67
9.22
142E
Watson 2500 similar or larger
23.97
9.22
Asphalt Screed
142
Kit Carson
23.67
9.22
Crane
1428
50 tons and under
23.82
9.22
142c,
51 - 90 tons
23.97
9.22
143C
91 - 140 tons
24.12
9.22
LABORER:
Common or General
1431
Kit Carson
16.05
6.89
TRUCK DRIVER:
Dump Truck
0
0
-47-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE O1-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
143 Kit Carson - -
0
11
-48-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. CO100021
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
CO
de
Classification
Basic
Hourly
Frnge
iBenefits
Las
Mod
CARPENTER:
1433
Excludes Form Work
18.96
3.18
Form Work Only
1434
Cheyenne, Kit Carson, Logan,
Morgan, Phillips, Sedgwick,
Washington, Yuma
20.28
4.50
143E
Lincoln
20.98
3.89
CEMENT MASON/CONCRETE FINISHER:
143E
Cheyenne, Logan, Morgan,
Phillips, Sedgwick,
Washington, Yuma
19.22
2.74
143
Kit Carson
17.98
2.53
1438
Lincoln
21.00
1.40
143S
ELECTRICIAN
28.06
8.76
HIGHWAY/PARKING LOT STRIPING:
144
Truck Driver (Line Striping
Truck)
14.60
3.49
1441
Painter
12.90
3.07
1442
IRONWORKER:
1443
Reinforcing
21.12
3.89
1444
Structural
16.76
6.01
LABORER:
Asphalt Raker
144
Cheyenne, Kit Carson, Lincoln,
Logan, Morgan, Phillips,
Washington, Yuma
17.02
5.79
144E
Sedgwick
15.79
4.87
144
Asphalt Spreader
22.67
8.72
Common or General
144E
Cheyenne, Kit Carson, Lincoln,
Logan, Morgan, Phillips,
Sedgwick, Washington, Yuma
12.44
3.53
0
0
u
0
-49-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
144S
Concrete Saw (Hand Held)
16.00
6.14
145C
Landscape and Irrigation
12.81
3.16
1452
Mason Tender - Cement/Concrete
14.71
3.29
-50-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. CO100021
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
Co
de
Classification
Basic
Hourly
Fringe
Benefits
Las
Mod
LABORER (con't):
Traffic Control
14S2
Flagger
9.42
3.21
14S3
Sets Up/Moves Barrels, Cones,
Installs
signs, Arrow Boards and Place
Stationary Flags,
(Excludes Fla ers)
12.39
3.20
1454
PAINTER (Spray Only)
17.54
3.52
POWER EQUIPMENT OPERATOR:
145
Asphalt Laydown
24.56
6.68
14SE
Asphalt Paver
22.67
8.72
145
Asphalt Plant
21.13
2.16
Asphalt Roller
1458
Cheyenne, Kit Carson, Lincoln,
Logan, Morgan, Phillips,
Washington, Yuma
23.79
7.59
145 S.
Sedgwick
23.92
9.22
146C
Asphalt Spreader
23.19
7.66
Backhoe/Trackhoe
146
Cheyenne, Lincoln, Logan,
Morgan, Phillips, Sedgwick,
Washington, Yuma
25.88
4.18
1462
Kit Carson
28.64
1.40
1463
Bobcat/Skid Loader
20.79
5.36
1464
Bulldozer
29.99
2.90
146
Chipper
22.04
8.26
146E
Drill
20.49
2.66
146
Forklift
18.30
2.01
146E
Grader/Blade
19.02
4.20
146S
Guardrail/Post Driver
16.07
1 4.41
11
9
IF *
HYDROMETER ANALYSIS
SIEVE ANALYSIS
25 HR. 7 HR.
TIME READINGS
U.S. STANDARD SERIES
CLEAR SQUARE OPENINGS
45MIN. 15MIN.
60MIN. 19MIN. 4MIN.
IMIN. '200 '100 *50 *40'30 '16 '10'8
-4 W.
W4' tk' 3' 5*61 8'
0
100
-
-F
r
90
_ )_r:_110
80
z
z
-�-440
¢ 60
.
w
_
40
30
10
-. 90
.001 0.002
.005 .009 .019
.037 .074
.149 .297 .590 1.19 2.0 2.38 4.76
9.52
19.1 36.1 76.2 127 200
0.42
152
DIAMETER OF PARTICLE IN MILLIMETERS
i SANDS
GRAVEL
CLAY
(PLASTIC) TO SILT (NON -PLASTIC)
SE FINE MEDIUM COAR
FINE
I COARSE I COBBLES
Sample Of CLAY, SANDY (CL;
From TH - 2 AT 14 FEET
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
SHIELDS STREET BRIDGE REPLACEMENT
CTL I T PROJECT NO. FC05113-125
GRAVEL 0 % SAND 20 %
SILT R CLAY 80 % LIQUID LIMIT 38 0/6
PLASTICITY INDEX 23 %
Gradation
Test- Results
•
•
FIGURE A-4
-51-
U.S. DEPT. OF LABOR, DAMS BACON MINIMUM WAGES, COLORADO DATE O1-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
Loader (Front End)
Cheyenne, Kit Carson, Lincoln,
147C
Logan, Morgan, Phillips,
27.22
5.85
Washington, Yuma
1471
Sedgwick
27.48
4.87
9
-52-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. C0100021
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
C O
de
Classification
Basic
Hourly
RateMod
Fringe
Benefits
Las
POWER EQUIPMENT OPERATOR (con't.):
Mechanic
1472
Cheyenne, Lincoln, Logan,
Morgan, Phillips,
Washington, Yuma
20.52
5.49
1473
Kit Carson
16.74
4.20
1474
Sedgwick
21.09
4.87
147
Oiler
22.54
9.22
147E
Roller/Compactor (Dirt and Grade Compaction)
16.52
4.87
147
Scraper
19.93
5.38
Screed
147E
Cheyenne, Kit Carson, Lincoln,
Logan, Morgan, Phillips,
Sedgwick, Washington, Yuma
21.30
6.40
147S
Tractor
16.83
2.95
TRUCK DRIVER:
148C
Distributor
17.98
5.27
Dump Truck
1482
Cheyenne, Kit Carson, Logan,
Morgan, Phillips,
Washington, Yuma
18.52
5.96
1482
Lincoln
14.15
3.83
1483
Sedgwick
18.92
6.19
1484
Lowboy Truck
18.29
4.87
148E
Mechanic
17.79
3.51
148E
Multi -Purpose Specialty & Hoisting
Truck
18.79
3.49
148
Pickup and Pilot Car
14.04
3.49
Semi Truck
148E
Cheyenne, Kit Carson, Lincoln,
Mor an
17.58
4.67
148S
Logan, Phillips, Sedgwick,
Washington, Yuma
15.80
4.67
LJ
-53-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
149 Water Truck 14.88 1 2.07
WELDERS - Receive rate prescribed for craft performing operation to
which welding is incidental
0
\J
-54-
U.S. DEPT. OF LABOR, DAMS BACON MINIMUM WAGES, COLORADO DATE O1-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
----------------
Unlisted classifications needed for work not included within the scope
of the classifications listed may be added after award only as
provided in the labor standards contract clauses (29 CFR
5.5 (a) (1) (ii) ) .
In the listing above, the "SU" designation means that rates listed
under the identifier do not reflect collectively bargained wage and
fringe benefit rates. Other designations indicate unions whose rates
have been determined to be prevailing.
END OF GENERAL DECISION NO. CO100021
C�
9
-55-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
Decision Nos. C0100016, 17, 18, 19,
Modifications
ID
20, 21, 22, 23 and 24 dated January
NIOD Number Date Page Number(s)
06, 2012 supersedes Decision Nos.
I II-I8-II 14
1
C0100018, 19, 20, 21, 22, 23, 24, 25
2 01-06-12 1,10,14,19,25,
2
and 26 dated September 30, 2011.
29, 34, 42 and 50
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. CO 100022 applies to the following counties: Alamosa, Archuleta,
Chaffee, Conejos, Custer, Delta, Dolores, Fremont, Gunnison, Hinsdale, La Plata, Mineral,
Montezuma, Montrose, Ouray, Rio Grande, Saguache, San Juan, and San Miguel counties.
General Decision No. C0100022
The wage and fringe benefits listed below reflect collectively
bargained rates.
Co
Basic
Fringe
Las
Classification
Hourly
Benefits
de
Mod
1491
CARPENTER (Excludes Form Work)
24.00
11.28
POWER EQUIPMENT OPERATOR:
Drill Rig Caisson
Smaller than Watson 2500 and
1492
similar
23.67
9.22
1491
Watson 2500 similar or larger
23.97
9.22
Mechanic
1491
La Plata County
23.82
9.22
General Decision No. C0100022
The wage and fringe benefits listed below do not reflect
collectively bar ained rates.
Co
Basic
Fringe
Las
Classification
Hy
Benefits
de
Rate
Mod
CARPENTER:
Form Work Only
Alamosa, Archuleta, Chaffee,
Conejos, Custer,
Delta, Dolores, Fremont,
149EE
Gunnison, Hinsdale, Mineral,
18.57
5.38
Montezuma, Montrose, Ouray, Rio
Grande, Saguache,
San Juan, San Mi uel
-56-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
149E
La Plata
18.60
5.38
CEMENT MASON/CONCRETE FINISHER:
Alamosa, Archuleta, Conejos,
Custer, Delta,
Dolores, Fremont, Gunnison,
149
Hinsdale, Mineral,
17.67
2.85
Montezuma, Ouray, Rio Grande,
Saguache,
San Juan, San Miguel
149E
Chaffee
15.55
2.85
149
La Plata
18.99
2.85
150
Montrose
16.95
2.85
0
-57-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. CO100022
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
Co
Basic
Fringe
Las
Classification
Hourly
Benefits
de
RateMod
1502
ELECTRICIAN
28.06
8.76
150
GUARDRAIL INSTALLER
12.78
3.31
HIGHWAY/PARKING LOT STRIPING:
Truck Driver (Line Striping
1503
Truck)
14.60
3.49
1504
Painter
12.90
3.07
IRONWORKER:
Reinforcing (Excludes Guardrail
isoc
Installation)
16.94
6.77
Structural (Excludes Guardrail
150E
Installation)
16.76
6.01
LABORER:
Asphalt Raker
150
Alamosa
17.53
3.75
Archuleta, Chaffee, Conejos,
Custer,
Delta, Dolores, Fremont,
150E
Gunnison, Hinsdale, Mineral,
16.43
3.42
Montezuma, Montrose, Ouray, Rio
Grande, Saguache,
San Juan, San Miguel
150S
La Plata
15.38
3.12
Common or General
151C
Alamosa, Chaffee, Montezuma,
12.44
3.53
Montrose
Archuleta, Conejos, Custer,
Delta, Dolores, Gunnison,
1511
Hinsdale, Ouray, Rio Grande,
13.70
3.53
Sa uache, San Miguel
1512
Fremont
15.19
3.00
1513
La Plata
14.07
3.53
1514
Mineral
14.84
3.53
1515
San Juan
13.73
3.53
151
Concrete Saw (Hand Held)
16.00
6.14
-
58-
U.S. DEPT. OF LABOR, DAMS BACON MINIMUM WAGES, COLORADO DATE O1-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
Landscape and Irrigation
Alamosa, Archuleta, Chaffee,
Conejos, Custer,
Delta, Dolores, Fremont,
151
Gunnison, Hinsdale, Mineral,
14.02
3.16
Montezuma, Montrose, Ouray, Rio
Grande, Saguache,
San Juan, San Miguel
151
La Plata
13.54
3.16
0
9
9
•
-59-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. CO100022
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
Co
Basic
Fringe
Las
Classification
HourlyRate
Benefits
de
Mod
LABORER (con't):
Mason Tender - Cement/Concrete
Alamosa, Archuleta, Conejos,
Custer,
Delta, Dolores, Fremont,
151S
Gunnison, Hinsdale, Mineral,
14.59
3.10
Montezuma, Montrose, Ouray, Rio
Grande, Saguache,
San Juan, San Miguel
152C
Chaffee
12.44
3.10
1521
La Plata
15.67
3.10
Traffic Control
1522
Flagger
9.42
3.21
Sets Up/Moves Barrels, Cones,
Installs
1522
signs, Arrow Boards and Place
12.39
3.20
Stationary Flags,
(Excludes Fla ers)
1524
PAINTER (Spray Only)
17.54
3.52
POWER EQUIPMENT OPERATOR:
Asphalt Laydown
152
Alamosa, La Plata
22.67
8.72
Archuleta, Chaffee, Conejos,
Custer, Delta, Dolores,
Fremont, Gunnison, Hinsdale,
152E
Mineral, Montezuma,
23.13
8.64
Montrose, Ouray, Rio Grande,
Saguache, San Juan,
San Miguel
152
Asphalt Paver
22.67
8.72
152E
Asphalt Plant
17.23
4.07
Asphalt Roller
152
Alamosa
21.67
8.22
-60-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
Archuleta, Chaffee, Conejos,
Custer, Delta, Dolores,
153C
Fremont, Gunnison, Hinsdale,
22.77
8.36
Mineral, Montrose,
Ouray, Rio Grande, Saguache,
San Juan, San Miguel
1531
La Plata
22.68
7.30
1532
Montezuma
22.67
8.72
1533
Asphalt Spreader
22.67
8.72
0
0
Z
ww
r
O
Q
O
m
¢
-i
LL
O
r
x
2
U)
y
•
U)
0
U)
CL
>
}
J
J
a
}
J
J
J
U
U
U
0
g
U
U
U
0
00
ZUo00W'
Z
¢
a
0
Z
¢
¢
¢
0
}
}
z
O
}
}
}
}
UUtncntLL
W�
J W
Fcq
< c
O
O
Z N >Fn
O
O
Z
d
U)
Foy
w
jwU)LL
0
$
00
Wa�a0
000
Ccaa
U)
w
F
J
J
W
N
O
LO
w°
O
0
0
0
U)
U}
F~x
5�Uw
a)N
co
J
F- Z
crg—
LUa
w
m
CLOF
F3�
rNi
co
M
FO
Q
B
J
}
W W U
d
co
0
00
0
(D
r
O
N
V
O
(D
OD
(D
O
W
O
W F
W Z
W
o
c+�
in
m
w
7
�n
in
m
in
m
C/) Z
co
tO
t
N
N
.-
N
N
lD
V1
.-
N
00
g0
= F
a w
w W
LL
c
.'
m
v
�'V
rn
Cl).-
v
0)
v
N
rn
N
0
Z
N
N
N
N
N
O
F
F
F-
F- F-
F-
F-
F
F
m
O,
m
a
i
•
0
-61-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. C0100022
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
Co
Basic
Fringe
Las
t
Classification
Hourly
Benefits
de
Rate
Mod
POWER EQUIPMENT OPERATOR (con't):
Backhoe/Trackhoe
1534
Alamosa
21.03
3.75
Archuleta, Chaffee, Conejos,
Custer, Delta, Dolores,
153E
Fremont, Gunnison, Hinsdale,
19.75
3.75
Mineral, Montrose,
Ouray, Rio Grande, Saguache,
San Juan, San Miguel
153E
La Plata
19.79
5.13
153
Mineral
19.17
5.53
153E
Montezuma
16.42
4.42
Bobcat/Skid Loader
Alamosa, Archuleta, Chaffee,
Conejos, Custer, Delta,
Dolores, Fremont, Gunnison,
153S
Hinsdale, Montezuma,
18.20
4.54
Montrose, Ouray, Rio Grande,
Saguache, San Juan,
San Miguel
154C
La Plata
19.98
4.88
1S41
Mineral
17.94
4.62
Broom/Sweeper
1542
Alamosa
20.67
9.22
Archuleta, Chaffee, Conejos,
Custer, Delta, Dolores,
Fremont, Gunnison, Hinsdale, La
1543
Plata, Mineral,
21.70
9.22
Montezuma, Montrose, Ouray, Rio
Grande, Saguache,
San Juan, San Miguel
Bulldozer
-62-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
Alamosa, Archuleta, Chaffee,
Conejos, Custer, Delta,
Dolores, Gunnison, Hinsdale,
1544
Mineral, Montezuma,
23.28
9.22
Montrose, Ouray, Rio Grande,
Saguache, San Juan,
San Miguel
154
Fremont
23.67
9.22
154E
La Plata
23.57
8.72
154
Chipper
22.04
8.26
Crane
Alamosa, Archuleta, Chaffee,
Conejos, Custer, Delta,
Dolores, Fremont, Gunnison,
154E
Hinsdale, Mineral,
25.01
8.22
Montezuma, Montrose, Ouray, Rio
Grande, Saguache,
San Juan, San Miguel
154
La Plata
25.21
8.22
s
•
E
•
C�
-63-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. CO100022
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
C
Basic
Fringe
Las
Classification
Hourly
Benefits
de
RateMod
POWER EQUIPMENT OPERATOR (con't.):
155C
Drill
20.84
2.66
1551
Forklift
18.30
5.01
1552
Grade Checker
23.91
7.89
Grader/Blade
Alamosa, Archuleta, Chaffee,
Conejos, Custer, Delta,
Dolores, Gunnison, Hinsdale,
1553
Mineral, Montezuma,
16.39
4.20
Montrose, Ouray, Rio Grande,
Saguache, San Juan,
San Miguel
1554
Fremont
19.68
3.37
155
La Plata
19.83
4.20
155E
Guardrail/Post Driver
16.07
4.41
Loader (Front End)
Alamosa, Archuleta, Chaffee,
Conejos, Custer, Delta,
155
Dolores, Gunnison, Hinsdale,
23.38
8.22
Mineral, Montrose,
Ouray, Rio Grande, Saguache,
San Juan
isse
Fremont
23.67
9.22
155S
La Plata
23.36
7.09
15GC
Montezuma
22.82
8.72
1561
San Miguel
23.82
9.22
Mechanic
Alamosa, Archuleta, Chaffee,
Conejos, Custer, Delta,
Dolores, Gunnison, Hinsdale, La
1562
Plata, Mineral,
16.74
4.20
Montezuma, Montrose, Ouray, Rio
Grande,
Saguache, San Juan, San Miguel
156
Fremont
18.79
3.51
-64-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
Oiler
Alamosa, Archuleta, Chaffee,
Conejos, Custer, Delta,
1564
Dolores, Gunnison, Hinsdale,
22.97
7.88
Mineral, Montezuma,
Montrose, Ouray, Rio Grande,
Sa uache, San Juan,
156
Fremont
22.97
8.56
E6-1
La Plata
24.08
5.49
San Miguel
22.97
9.22
0
•
0
C�
-65-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. CO100022
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
Co
Basic
Fringe
Las
Classification
HourlyRate
Benefits
de
Mod
POWER EQUIPMENT OPERATOR (con't.):
Roller/Compactor (Dirt and Grade Compaction)
Alamosa, Archuleta, Chaffee,
Conejos, Custer, Delta,
Dolores, Gunnison, Hinsdale,
1 56E
Mineral, Montezuma,
19.24
4.96
Montrose, Ouray, Rio Grande,
Saguache, San Juan,
San Miguel
156S
Fremont
16.52
5.28
157C
La Plata
18.33
2.98
1571
Rotomill
16.28
4.41
157
Scraper
17.62
2.96
Screed
157
Alamosa
20.33
6.81
Archuleta, Chaffee, Conejos,
Custer, Delta, Dolores,
Fremont, Gunnison, Hinsdale,
1574
Mineral, Montezuma,
19.58
4.96
Montrose, Ouray, Rio Grande,
Saguache, San Juan,
San Miguel
IS7E
La Plata
17.86
2.75
157
Tractor
15.08
2.95
TRAFFIC SIGNALIZATION:
157
Groundsman
17.04
2.28
TRUCK DRIVER:
Distributor
157E
Alamosa
18.40
4.51
Archuleta, Chaffee, Conejos,
Custer, Delta, Dolores,
Fremont, Gunnison, Hinsdale, La
1S7S
Plata, Mineral,
17.62
5.27
Montrose, Ouray, Rio Grande,
Saguache, San Juan,
San Mi uel
-66-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
158 Montezuma 15.80 1 5.27
E
0
0
E
-67-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. C0100022
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
Co
Basic
Fringe
Las
t
Classification
Hourly
Benefits
de
Rate
Mod
TRUCK DRIVER (con't.):
Dump Truck
1581
Alamosa
14.15
3.83
Archuleta, Chaffee, Conejos,
Custer, Delta, Dolores,
1582
Gunnison, Hinsdale, Montezuma,
16.56
4.03
Montrose, Ouray,
Rio Grande, Saguache, San Juan,
San Miguel
1582
Fremont
16.55
4.34
1584
La Plata
16.90
3.83
158
Mineral
16.97
4.61
1586
Lowboy Truck
17.25
5.84
158
Mechanic
17.79
3.51
1588Multi-Purpose
Specialty & Hoisting
14.60
3.49
Truck
Pickup and Pilot Car
Alamosa, Archuleta, Chaffee,
Conejos, Custer, Delta,
Dolores, Fremont, Gunnison,
158S
Hinsdale, Mineral,
14.04
3.49
Montezuma, Montrose, Ouray, Rio
Grande, Saguache,
San Juan, San Miguel
159C
La Plata
15.47
3.49
Semi Truck
Alamosa, Archuleta, Chaffee,
Gunnison, Mineral,
1591
Montezuma, Montrose, Ouray, Rio
19.42
5.41
Grande, Saguache,
San Juan, San Miguel
1592
Conejos, Custer, Delta,
17.25
5.41
Dolores, Fremont, Hinsdale, La Plata
Water Truck
1593
Alamosa
17.58
3.75
DAVIS •
U.S. DEPT. OF LABOR, S BACON MINIMUM WAGES, COLORADO DATE O1-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
Archuleta, Chaffee, Conejos,
Custer, Delta, Dolores,
1594
Gunnison, Hinsdale, Mineral,
Montrose, Ouray,
16.75
3.04
Rio Grande, Saguache, San Juan,
San Mi uel
IS9E
Fremont
16.15
3.14
159E
La Plata
17.67
3.43
159
Montezuma
14.88
2.07
E
0
• -69-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE O1-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
WELDERS - Receive rate prescribed for craft performing operation to
which welding is incidental.
Unlisted classifications needed for work not included within the scope
of the classifications listed may be added after award only as
provided in the labor standards contract clauses (29 CFR
5.5 (a) (1) (ii)) .
In the listing above, the "SU" designation means that rates listed
under the identifier do not reflect collectively bargained wage and
fringe benefit rates. Other designations indicate unions whose rates
have been determined to be prevailing.
•----------------------------------------------------------
END OF GENERAL DECISION NO. CO100022
0
-70-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
Decision Nos. C0100016, 17, 18, 19,
Modifications
ID
20, 21, 22, 23 and 24 dated January
MOD Number Dace Page Number(s)
06, 2012 supersedes Decision Nos.
1 11-19-11 14
1
C0100018, 19, 20, 21, 22, 23, 24, 25
2 01-06-12 1, 10, 14, 19, 25,
2
and 26 dated September 30, 2011.
29,aa,42a�a5o
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. C0100023 applies to the following counties: Eagle, Garfield, Grand,
Jackson, Lake, Moffat, Pitkin, Rio Blanco, Routt and Summit counties.
General Decision No. C0100023
The wage and fringe benefits listed below reflect collectively
bargained rates.
Co
Basic
Fringe
Las
Classification
HourlyRate
Benefits
de
Mod
159E
CARPENTER (Excludes Form Work)
24.00
11.28
TRAFFIC SIGNALIZATION:
SUMMIT COUNTY
Traffic Signal Installation
159
Zone 1
26.42
4.750 +
8.68
160C
Zone 2
29.42
4.750 +
8.68
Traffic Installer Zone Definitions
Zone 1 - Within a 35 mile radius measured from the addresses
of the following cities:
Colorado Springs - Nevada & Bijou
Denver - Ellsworth Avenue & Broadway
Ft. Collins - Prospect & College
Grand Junction - 12th & North Avenue
Pueblo - I-25 & Highway 50
Zone 2 - All work outside these areas.
POWER EQUIPMENT OPERATOR:
Drill Rig Caisson
1601
Smaller than Watson 2500 and
23.67
9.22
similar
1602
Watson 2500 similar or larger
23.97
9.22
IRONWORKER:
Structural
n
LJ
APPENDIX B
SAMPLE SITE GRADING SPECIFICATIONS
•
•
-71-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
160 Garfield 23.80 1 18.07
r-1
U
-72-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. CO100023
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
CARPENTER (Form Work Only):
1604
Eagle, Grand, Jackson, Lake,
Moffat, Pitkin, Rio Blanco,
Routt, Summit
15.92
5.38
160E
Garfield
19.55
4.09
CEMENT MASON/CONCRETE FINISHER:
1606
Eagle
17.59
2.85
160
Garfield
17.27
2.16
160E
Grand, Jackson, Lake, Moffat,
Pitkin, Rio Blanco, Routt
18.23
2.85
160S
Summit
15.55
2.85
ELECTRICIAN:
161C
Excludes Traffic Signalization
28.06
8.76
Traffic Signalization Electrician
1612
Eagle, Garfield, Grand,
Jackson, Lake, Moffat, Pitkin,
Rio Blanco, Routt, Summit
28.24
8.52
Traffic Signalization Groundsman
1612
Eagle, Garfield, Grand,
Jackson, Lake, Moffat, Pitkin,
Rio Blanco, Routt
15.93
4.01
1613
Summit
16.75
4.10
GUARDRAIL INSTALLER:
1614
Eagle
12.78
3.46
161
Garfield, Grand, Jackson, Lake,
Moffat, Pitkin,
Rio Blanco, Routt, Summit
12.78
3.31
HIGHWAY/PARKING LOT STRIPING:
161E
Truck Driver (Line Striping Truck)
14.60
3.49
Painter
161
Eagle,
13.85
3.07
161E
Garfield, Grand, Jackson, Lake,
Moffat, Pitkin,
Rio Blanco, Routt, Summit
13.97
3.07
IRONWORKER:
Excludes Guardrail Installation
Cl
•
L
•
0
-73-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
161S
Reinforcing
16.94
6.77
162C
Structural
22.22
6.01
-74-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. CO100023
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
Co
de
Classification
Basic
HourlyRate
Fringe
Benefits
Las
Mod
LABORER:
Asphalt Raker
1622
Eagle
16.36
3.26
1622
Garfield
18.66
3.53
1623
Grand
17.90
3.02
1624
Jackson, Lake, Moffatt, Routt
17.75
3.75
162E
Pitkin
17.50
3.75
162E
Rio Blanco
18.97
3.75
1621
Summit
16.77
3.26
Common or General
162E
Eagle, Garfield, Jackson, Lake,
Moffat, Pitkin,
Rio Blanco, Routt, Summit
12.44
3.53
162S
Grand
19.14
3.53
163C
Concrete Saw (Hand Held)
16.00
6.14
Landscape and Irrigation
1632
Eagle
14.84
3.16
1632
Garfield, Grand, Jackson, Lake,
Moffatt, Rio Blanco, Routt
13.54
3.16
1631
Pitkin
14.16
3.16
1634
Summit
13.09
3.16
Mason Tender - Cement/Concrete
163
Eagle, Grand, Jackson, Lake,
Moffat, Pitkin, Rio Blanco,
Routt, Summit
12.44
3.10
163E
Garfield
14.87
3.10
Traffic Control
163
Flagger
9.42
3.21
i
•
•
u
0
-75-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
Sets Up/Moves Barrels, Cones,
Installs
signs, Arrow Boards and Place
Stationary Flags,
(Excludes Flaggers)
Eagle, Garfield, Grand, Lake,
163E
Moffat, Pitkin,
12.39
3.20
Rio Blanco, Routt, Summit
163S
Jackson
12.93
3.22
-76-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. CO100023
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
Co
de
Classification
Basic
HourlyRate
Fringe
Benefits
Las
Mod
PAINTER: (Spray Only)
164C
Eagle
17.49
3.52
1642
Garfield, Grand, Jackson, Lake,
Moffat, Pitkin, Rio Blanco,
Routt
17.54
3.52
1642
Summit
19.96
3.52
POWER EQUIPMENT OPERATOR:
Asphalt Laydown
1643
Eagle, Summit
22.67
8.72
1644
Garfield, Grand, Jackson, Lake,
Moffat, Pitkin, Routt
24.09
7.93
164
Rio Blanco
23.67
9.22
164E
Asphalt Paver
22.67
8.72
164
Asphalt Plant
19.27
4.47
Asphalt Roller
164E
Eagle
23.01
8.72
164S
Garfield, Jackson, Lake,
Moffat, Pitkin, Rio Blanco,
Routt, Summit
23.15
8.07
165C
Grand
22.67
8.72
1651
Asphalt Spreader
25.61
6.96
Backhoe/Trackhoe
165 2
Eagle
22.56
7.02
1653
Garfield
19.40
4.42
1654
Grand, Jackson, Lake, Moffat,
Pitkin, Rio Blanco, Routt
22.92
6.15
165
Summit
24.30
5.75
Bobcat/Skid Loader
165E
Eagle
18.25
4.32
165
Garfield
24.63
0.00
165
Grand, Jackson, Lake, Moffat,
Pitk. Rio Blanco, Routt
21.04
5.18
LJ
9
E
-77-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
165 Summit 19.77 1 4.28
u
•
-78-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. CO100023
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
CO
de
Classification
Basic
Hourly
Fringe
Benefits
Las
Mod
POWER EQUIPMENT OPERATOR (con't.):
Broom/Sweeper
166C
Eagle
23.35
7.78
1661
Garfield, Jackson, Lake,
Moffat, Pitkin, Routt
21.92
7.66
1662
Grand
21.67
8.22
1663
Rio Blanco
21.66
0.00
1664
Summit
22.67
8.72
166E
Bulldozer
26.78
7.05
1666
Chipper
22.04
8.26
166
Crane
23.82
9.22
1668
Drill
20.84
2.66
166S
Forklift
18.30
5.01
167C
Grade Checker
23.82
9.22
1671
Grader/Blade
23.05
6.45
1672
Guardrail/Post Driver
16.07
4.41
Loader (Front End)
1673
Eagle
24.98
7.55
1674
Garfield
21.93
9.22
1675
Grand, Pitkin,
22.67
8.72
1676
Jackson, Lake, Moffatt, Routt
24.07
7.92
167
Rio Blanco
23.67
9.22
167E
Summit
25.88
7.01
Mechanic
167S
Eagle, Grand, Jackson, Lake,
Moffat, Pitkin,
Rio Blanco, Routt, Summit
23.31
3.93
168
Garfield
19.80
4.20 .
Oiler
0
9
9
•
-79-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
1682
Eagle
23.82
7.62
Garfield, Grand, Jackson, Lake,
1682
Moffat, Pitkin,
24.04
7.77
Rio Blanco, Routt, Summit
-80-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. CO100023
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
C 0
de
Classification
Basic
HourRatly
Fringe
Benefits
Las
Mod
POWER EQUIPMENT OPERATOR (con't.):
Roller/Compactor (Dirt and Grade Compaction)
168
Eagle, Garfield, Grand,
Jackson, Lake, Moffat, Pitkin,
Routt
22.72
5.98
1684
Rio Blanco
23.67
9.22
168
Summit
24.38
6.11
Rotomill
168E
Eagle
18.86
4.41
168
Garfield, Jackson, Lake,
Moffat, Pitkin, Rio Blanco, Routt
20.70
4.41
168E
Grand
23.48
4.41
168S
Summit
16.28
4.41
169C
Scraper
20.60
7.99
Screed
1692
Eagle
17.04
3.98
1692
Garfield, Jackson, Lake,
Moffat, Pitkin, Rio Blanco, Routt,
Summit
23.76
5.05
E694
Grand
23.29
4.05
Tractor
15.08
2.95
s
a
0 TI
SAMPLE SITE GRADING SPECIFICATIONS
DESCRIPTION
This item shall consist of the excavation, transportation, placement and compaction of
materials from locations indicated on the plans, or staked by the Engineer, as necessary
to achieve building site elevations.
2. GENERAL
The Soils Engineer shall be the Owner's representative. The Soils Engineer shall
approve fill materials, method of placement, moisture contents and percent compaction,
and shall give written approval of the completed fill.
3. CLEARING JOB SITE
The Contractor shall remove all trees, brush and rubbish before excavation or fill
placement is begun. The Contractor shall dispose of the cleared material to provide the
Owner with a clean, neat appearing job site. Cleared material shall not be placed in
areas to receive fill or where the material will support structures of any kind.
4. SCARIFYING AREA TO BE FILLED
• All topsoil and vegetable matter shall be removed from the ground surface upon which
fill is to be placed. The surface shall then be plowed or scarified to a depth of 8 inches
until the surface is free from ruts, hummocks or other uneven features, which would
prevent uniform compaction by the equipment to be used.
5. COMPACTING AREA TO BE FILLED
After the foundation for the fill has been cleared and scarified, it shall be disked or
bladed until it is free from large clods, brought to the proper moisture content and
compacted to not less than 95 percent of maximum dry density as determined in
accordance with ASTM D 698 or AASHTO T 99.
6. FILL MATERIALS
On -site materials classifying as CL, SC, SM, SW, SP, GP, GC and GM are acceptable.
Fill soils shall be free from organic matter, debris, or other deleterious substances, and
shall not contain rocks or lumps having a diameter greater than three (3) inches. Fill
materials shall be obtained from the existing fill and other approved sources.
7. MOISTURE CONTENT
Fill materials shall be moisture treated. Clay soils should be moisture treated between
optimum and 3 percent above optimum moisture content. Sand soils can be moistened
to within 2 percent of optimum moisture content. Sufficient laboratory compaction tests
• shall be performed to determine the optimum moisture content for the various soils
encountered in borrow areas.
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
SHIELDS STREET BRIDGE REPLACEMENT B-1
CTL I T PROJECT NO. FC05113-125
� J
i
0
-81-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. CO100023
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
C
de
Classification
Basic
Hourly
RateMod
Fringe
Benefits
Las
TRUCK DRIVER:
Distributor
169
Eagle, Garfield, Grand,
Jackson, Lake, Moffat, Pitkin,
Routt, Summit
19.07
4.35
1696
Rio Blanco
15.80
5.27
Dump Truck
1691
Eagle
16.17
3.83
169E
Garfield
16.29
3.83
169S
Grand, Jackson, Lake, Moffat,
Routt
17.79
4.02
170C
Pitkin
20.13
4.15
1701
Rio Blanco
17.26
4.63
1702
Summit
15.27
5.27
Lowboy Truck
1703
Eagle
18.89
4.56
1704
Garfield, Grand, Jackson, Lake,
Moffat, Pitkin,
Rio Blanco, Routt, Summit
18.43
4.56
170E
Mechanic
17.79
3.51
1706
Multi -Purpose Specialty & Hoisting
Truck
14.60
3.49
170
Pickup and Pilot Car
14.04
3.49
170E
Semi Truck
20.72
0.00
Water Truck
170S
Eagle
23.05
2.90
171C
Garfield
21.00
5.88
1711
Grand
21.19
3.01
171
Jackson, Lake, Moffatt, Pitkin,
Routt, Summit
20.39
3.43
171
Rio Blanco
17.25
3.75
WELDERS - Receive rate prescribed for craft performing operation to
-•U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE O1-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
which welding is incidental.
Unlisted classifications needed for work not included within the scope
of the classifications listed may be added after award only as
provided in the labor standards contract clauses (29 CFR
5.5 (a) (1) (ii)) .
i
0
-83-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE O1-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
----------------------------------------------------------------------
----------------------------------------------------------------------
In the listing above, the "SU" designation means that rates listed
under the identifier do not reflect collectively bargained wage and
fringe benefit rates. Other designations indicate unions whose rates
have been determined to be prevailing.
END OF GENERAL DECISION NO. CO100023
9
10
-84-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
Decision Nos. C0100016, 17, 18, 19,
Modifications
ID
20, 21, 22, 23 and 24 dated January
NIOD Number Dace Page Number(s)
06, 2012 supersedes Decision Nos.
( u-(s-(s-(( 14
1
C0100018, 19, 20, 21, 22, 23, 24, 25
2 01-06-12 1, 10, 14, 19, 25,
2
and 26 dated September 30, 2011.
29, 34, 42 and 50
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. CO100024 applies to the following counties: Larimer, Mesa, and Weld
counties.
General Decision No. C0100024
The wage and fringe benefits listed below reflect collectively
bargained rates.
C p
Basic
Fringe
Las
Classification
HourlyRate
Benefits
de
Mod
POWER EQUIPMENT OPERATOR:
Drill Rig Caisson
1714
Smaller than Watson 2500 and
23.67
9.22
similar
171E
Watson 2500 similar or larger
23.97
9.22
Oiler
171q
Weld
23.82
9.22
General Decision No. C0100024
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
CARPENTER:
171
Excludes Form Work
20.72
5.34
Form Work Only
1712
Larimer, Mesa
18.79
3.67
171S
Weld
15.54
3.90
CEMENT MASON/CONCRETE FINISHER:
172C
Larimer
16.05
3.00
1721
Mesa
17.53
3.00
1722
Weld
17.48
3.00
ELECTRICIAN:
Excludes Traffic Signalization
0
0
•
•
U
-85-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
1723
Weld
33.45
7.58
Traffic Signalization
1724
Weld
25.84
6.66
-86-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. CO100024
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
C 0
de
Classification
Basic
HourlyRate
Fringe
Benefits
Las
Mod
FENCE ERECTOR:
172
Weld
17.46
3.47
GUARDRAIL INSTALLER:
172E
Larimer, Weld
12.89
3.39
HIGHWAY/PARKING LOT STRIPING:
Painter
172
Larimer
14.79
3.98
1728
Mesa
14.75
3.21
172S
Weld
14.66
3.21
IRONWORKER:
Reinforcing (Excludes Guardrail
Installation)
173C
Larimer, Weld
16.69
5.45
Structural (Excludes Guardrail
Installation)
1731
Larimer, Weld
18.22
6.01
LABORER:
Asphalt Raker
1732
Larimer
18.66
4.66
1732
Weld
16.72
4.25
1734
Asphalt Shoveler
21.21
4.25
1735
Asphalt Spreader
18.58
4.65
173E
Common or General
16.29
4.25
173
Concrete Saw (Hand Held)
16.29
6.14
1738
Landscape and Irrigation
12.26
3.16
3
Nlason Tender - Cement/Concrete
16.29
4.25
r17
Pipelayer
174
Larimer
17.27
3.83
0
•
i
0
-87-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
1741
Mesa, Weld 116.23
3.36
1742
Traffic Control (Flagger)
9.55
3.05
-88-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. CO100024
The wage and fringe benefits listed below do not reflect
collectively bar ained rates.
Co
de
Classification
Basic
HourlyRate
Fringe
Benefits
Las
Mod
LABORER (con't):
Traffic Control (Sets Up/Moves
Barrels, Cones, Installs
signs, Arrow Boards and Place
Stationary Flags),
(Excludes Flaggers)
1743
Larimer, Weld
12.43
3.22
1744
PAINTER (Spray Only)
16.99
2.87
POWER EQUIPMENT OPERATOR:
Asphalt Laydown
1745
Larimer
26.75
5.39
1746
Mesa, Weld
23.93
7.72
174
Asphalt Paver
21.50
3.50
Asphalt Roller
174E
Larimer
23.57
3.50
174S
Mesa
24.25
3.50
175C
Weld
27.23
3.50
Asphalt Spreader
1752
Larimer
25.88
6.80
1752
Mesa, Weld
23.66
7.36
Backhoe/Trackhoe
1753
Larimer
21.46
4.85
1754
Mesa
19.81
6.34
175
Weld
20.98
6.33
Bobcat/Skid Loader
1756
Larimer
17.13
4.46
175
Mesa, Weld
15.37
4.28
1758
Boom
22.67
8.72
Broom/Sweeper
9
11
-89-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
17SS
Larimer
23.55
6.20
176C
Mesa
23.38
6.58
1761
Weld
23.23
6.89
-90-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. CO100024
The wage and fringe benefits listed below do not reflect
collectively bar ained rates.
Co
de
Classification
Basic
HourlyRate
Fringe
Benefits
Las
Mod
POWER EQUIPMENT OPERATOR (con't):
Bulldozer
1762
Larimer, Weld
22.05
6.23
1763
Mesa
22.67
8.72
1764
Crane
26.75
6.16
Drill
176
Larimer, Weld
31.39
0.00
1766
Mesa
35.06
0.00
176
Forklift
15.91
4.68
Grader/Blade
176E
Larimer
24.82
5.75
176S
Mesa
23.42
9.22
177C
Weld
24.53
6.15
1771
Guardrail/Post Driver
16.07
4.41
1772
Loader (Front End)
1773
Larimer
20.45
3.50
1774
Mesa
22.44
9.22
177
Weld
23.92
6.67
Mechanic
177
Larimer
27.68
4.57
177
Mesa
25.50
5.38
177E
Weld
24.67
5.68
Oiler
177S
Larimer
24.16
8.35
178C
Mesa
23.93
9.22
Roller/Compactor (Dirt and Grade Compaction)
1781
Larimer
23.67
1 8.22
C A
The Contractor may be required to add moisture to the excavation materials in the
borrow area if, in the opinion of the Soils Engineer, it is not possible to obtain uniform
moisture content by adding water on the fill surface. The Contractor may be required to
rake or disk the fill soils to provide uniform moisture content through the soils.
The application of water to embankment materials shall be made with any type of
watering equipment approved by the Soils Engineer, which will give the desired results.
Water jets from the spreader shall not be directed at the embankment with such force
that fill materials are washed out.
Should too much water be added to any part of the fill, such that the material is too wet
to permit the desired compaction from being obtained, rolling and all work on that section
of the fill shall be delayed until the material has been allowed to dry to the required
moisture content. The Contractor will be permitted to rework wet material in an
approved manner to hasten its drying.
8. COMPACTION OF FILL AREAS
Selected fill material shall be placed and mixed in evenly spread layers. After each fill
layer has been placed, it shall be uniformly compacted to not less than the specified
percentage of maximum dry density. Fill materials shall be placed such that the
thickness of loose material does not exceed 8 inches and the compacted lift thickness
does not exceed 6 inches. •
Compaction, as specified above, shall be obtained by the use of sheepsfoot rollers,
multiple -wheel pneumatic -tired rollers, or other equipment approved by the Engineer.
Compaction shall be accomplished while the fill material is at the specified moisture
content. Compaction of each layer shall be continuous over the entire area.
Compaction equipment shall make sufficient trips to insure that the required dry density
is obtained.
9. COMPACTION OF SLOPES
Fill slopes shall be compacted by means of sheepsfoot rollers or other suitable
equipment. Compaction operations shall be continued until slopes are stable, but not
too dense for planting, and there is no appreciable amount of loose soil on the slopes.
Compaction of slopes may be done progressively in increments of three to five feet (3' to
5) in height or after the fill is brought to its total height. Permanent fill slopes shall not
exceed 3:1 (horizontal to vertical).
10. DENSITY TESTS
Field density tests shall be made by the Soils Engineer at locations and depths of his
choosing. Where sheepsfoot rollers are used, the soil may be disturbed to a depth of
several inches. Density tests shall be taken in compacted material below the disturbed
surface. When density tests indicate that the dry density or moisture content of any
layer of fill or portion thereof is below that required, the particular layer or portion shall be
reworked until the required dry density or moisture content has been achieved.
•
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
SHIELDS STREET BRIDGE REPLACEMENT B-2
CTLI T PROJECT NO. FC05113-125
•
-91-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
178 Mesa, Weld 21.33 1 6.99
-92-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. CO100024
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
Co
de
Classification
Basic
Hourly
RateMod
Fringe
Benefits
Las
POWER EQUIPMENT OPERATOR (con't.):
Rotomill
1782
Larimer
18.59
4.41
1784
Weld
16.22
4.41
Scraper
178
Larimer
21.33
3.50
1786
Mesa
24.06
4.13
178
Weld
30.14
1.40
Screed
178E
Larimer
27.20
5.52
178S
Mesa
27.24
5.04
179C
Weld
27.95
3.50
1791
Tractor
13.13
2.95
TRAFFIC SIGNALIZATION:
Groundsman
1792
Larimer
11.44
2.84
1793
Mesa
16.00
5.85
1794
Weld
16.93
3.58
TRUCK DRIVER:
Distributor
179
Larimer
19.28
4.89
179E
Mesa
19.17
4.84
179
Weld
20.61
5.27
Dump Truck
179E
Larimer
18.86
3.50
179S
Mesa
15.27
4.28
180
Weld
15.27
5.27
P
E
-93-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE O1-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
0
•
-94-
U.S. DEPT. OF LABOR, DAMS BACON MINIMUM WAGES, COLORADO DATE O1-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
General Decision No. CO100024
The wage and fringe benefits listed below do not reflect
collectively bargained rates.
Co
de
Classification
Basic
HourlyRate
Fringe
Benefits
Las
Mod
TRUCK DRIVER (con't.):
Lowboy Truck
1802
Larimer
18.96
5.30
1802
Mesa, Weld
18.84
5.17
1803
Mechanic
26.48
3.50
Multi -Purpose Specialty & Hoisting
Truck
1804
Larimer, Mesa
16.65
5.46
180
Weld
16.87
5.56
180E
Pickup and Pilot Car
13.93
3.68
18 0
Semi/Trailer Truck
18.39
4.13
180E
Truck Mounted Attenuator
12.43
3.22
Water Truck
180S
Larimer
19.14
4.99
181C
Mesa
15.96
5.27
1812
Weld
19.28
5.04
WELDERS - Receive rate prescribed for craft performing operation to
which welding is incidental.
Unlisted classifications needed for work not included within the scope
of the classifications listed may be added after award only as
provided in the labor standards contract clauses (29 CFR
5.5 (a) (1) (ii)) .
a
In the listing above, the "SU" designation means that rates listed •
under the identifier do not reflect collectively bargained wage and
fringe benefit rates. Other designations indicate unions whose rates
have been determined to be prevailing.
. -INI
95-
U.S. DEPT. OF LABOR, DAVISINI S BACON MUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
----------------------------------------------------------------------
----------------------------------------------------------------------
i
0
-96-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
----------------------------------------------------------------------
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on a wage
determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests for
summaries of surveys, should be with the Wage and Hour Regional Office
for the area in which the survey was conducted because those Regional
Offices have responsibility for the Davis -Bacon survey program.
If the response from this initial contact is not satisfactory, then
the process described in
2.) and 3.) should be followed.
With regard to any other matter not yet ripe for the formal process
described here, initial contact should be with the Branch of
Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 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, DC 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.
•
1]
•
• -97-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE O1-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
HIGHWAY CONSTRUCTION
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
END OF GENERAL DECISION NO. CO100024
9
•
July 29, 2011 .
1
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
http•//www coloradodot.info/business/equal-opportunity/traininQ.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 (FHWA), 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
eo(@,dot.state.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
2
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
htto://www.coloradodot.info/business/bidding/Biddina%20Forms/Bid%
20Winner%20Forms
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:
�° ' � •
Minimum total '.,�"
Contract dollar-
,tNning°hours1
...
:value. -.
iJeprovideddon;t'he'!
iproject°
Up to 1 million
0
51- 2'million
"320
>2 - 4 million
640
•>4,- ,6 million
1280<.
>6 - 8 million
1600
?8 12.million :
, 11920
>12 - 16 million
2240
For each
increment of $5
1280
million, over $20
million
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 enrolled in a DOL approved apprenticeship •
program and registered with CDOT using Form 838 and working
for the Contractor on a non-CDOT project. The hours worked
on the non-CDOT project may be counted toward the project goal
0 IF
11. COMPLETED PRELIMINARY GRADES
All areas, both cut and fill, shall be finished to a level surface and shall meet the
following limits of construction:
A. Overlot cut or fill areas shall be within plus or minus 2/10 of one foot.
B. Street grading shall be within plus or minus 1/10 of one foot.
The civil engineer, or duly authorized representative, shall check all cut and fill areas to
observe that the work is in accordance with the above limits.
12. SUPERVISION AND CONSTRUCTION STAKING
Observation by the Soils Engineer shall be continuous during the placement of fill and
compaction operations so that he can declare that the fill was placed in general
conformance with specifications. All site visits necessary to test the placement of fill and
observe compaction operations will be at the expense of the Owner. All construction
staking will be provided by the Civil Engineer or his duly authorized representative.
Initial and final grading staking shall be at the expense of the owner. The replacement of
grade stakes through construction shall be at the expense of the contractor.
• 13. SEASONAL LIMITS
•
No fill material shall be placed, spread or rolled while it is frozen, thawing, or during
unfavorable weather conditions. When work is interrupted by heavy precipitation, fill
operations shall not be resumed until the Soils Engineer indicates that the moisture
content and dry density of previously placed materials are as specified.
14. NOTICE REGARDING START OF GRADING
The contractor shall submit notification to the Soils Engineer and Owner advising them
of the start of grading operations at least three (3) days in advance of the starting date.
Notification shall also be submitted at least 3 days in advance of any resumption dates
when grading operations have been stopped for any reason other than adverse weather
conditions.
15. REPORTING OF FIELD DENSITY TESTS
Density tests made by the Soils Engineer, as specified under "Density Tests" above,
shall be submitted progressively to the Owner. Dry density, moisture content and
percent compaction shall be reported for each test taken.
16. DECLARATION REGARDING COMPLETED FILL
The Soils Engineer shall provide a written declaration stating that the site was filled with
acceptable materials, or was placed in general accordance with the specifications.
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
SHIELDS STREET BRIDGE REPLACEMENT B-3
CTL 1 T PROJECT NO. FC051 13-125 -
• 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 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.
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.
0
Rev 10/20/07
February 3, 2011
• 2
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
0
FHWA-1273 Electronic version -- March 10, 1994
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
disputes between the contractor (or any of its
Page subcontractors) and the contracting agency, the
I. General 1 DOL, or the contractor's employees or their
II. Nondiscrimination 1 representatives.
III. Nonsegrated Facilities 3
IV. Payment of Predetermined Minimum Wage 3
V. Statements and Payrolls 6
VI. Record of Materials, Supplies, and Labor
6
VII. GeneralSubletting or Assigning the
Contract 7
Vill. Safety: Accident Prevention 7
IX. False Statements Concerning Highway
Projects 7
X. Implementation of Clean Air Act and
Federal
Water Pollution Control Act 8
XI. Certification Regarding Debarment,
Suspension
Ineligibility, and Voluntary Exclusion
8
XII. Certification Regarding Use of Contract
Funds for
Lobbying 9
ATTACHMENTS
A. Employment Preference for Appalachian
Contracts
(included in Appalachian contracts only)
I. GENERAL
1. These contract provisions shall apply to all
work performed on the contract by the
contractor's own organization and with the
assistance of workers under the contractor's
immediate superintendence 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.
6. Selection of Labor: During the performance
of this contract, the contractor shall not:
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.
II. NONDISCRIMINATION
(Applicable to all Federal -aid construction
contracts and to all related subcontracts of
$10,000 or more.)
1. Equal Employment Opportunity: Equal
employment opportunity (EEO) requirements not to
discriminate and to take affirmative action to
assure equal opportunity as set forth under
laws, executive orders, rules, regulations (28
CFR 35, 29 CFR 1630 and 41 CFR 60) and orders of
the Secretary of Labor as modified by the
provisions prescribed herein, and imposed
pursuant to 23 U.S.C. 140 shall constitute the
EEO and specific affirmative action standards
for the contractor's project activities under
this contract. The Equal Opportunity
Construction Contract Specifications set forth
under 41 CFR 60-4.3 and the provisions of the
American Disabilities Act of 1990 (42 U.S.C.
12101 et 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 forms of compensation; and selection
for training, including apprenticeship,
preapprenticeship, and/or on-the-job training."
5. Disputes arising out of the labor standards
provisions of Section IV (except paragraph 5) 2. EEO Officer: The contractor will designate
and Section V of these Required Contract and make known to the SHA contracting officers
Provisions shall not be subject to the general an EEO Officer who will have the responsibility
disputes clause of this contract. Such disputes for and must be capable of effectively
shall be resolved in accordance with the administering and promoting an active contractor
procedures of the U.S. Department of Labor (DOW program of EEO and who must be assigned adequate
as set forth in 29 CFR 5, 6, and 7. Disputes authority and responsibility to do so.
within the meaning of this clause include
3. Dissemination of Policy: All members of the responsibilities to provide EEO in each grade
contractor's staff who are authorized to hire, and classification of employment. To ensure •
supervise, promote, and discharge employees, or that the above agreement will be met, the
who recommend such action, or who are following actions will be taken as a minimum:
substantially involved in such action, will be a. Periodic meetings of supervisory and
made fully cognizant of, and will implement, the personnel office employees will be conducted
contractor's EEO policy and contractual before the stare of work and then not
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
less often than once every six months, at which
time the contractor'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 expected to observe
the provisions of that agreement to the extent
that the system permits the contractor's
compliance with EEO contract provisions. (The DOL
has held that where implementation of such
agreements have the effect of discriminating
against minorities or women, or obligates the
contractor to do the same, such implementation
violates Executive Order 11246, as amended.)
c. The contractor will encourage his
present employees to refer minority group
applicants for employment. Information and
procedures with regard to referring minority group
applicants will be discussed with employees.
5. Personnel Actions: Wages, working conditions,
and employee benefits shall be established and
administered, and personnel actions of every type,
including hiring, upgrading, promotion, transfer,
demotion, layoff, and termination, shall be taken
without regard to race, color, religion, sex,
national origin, age or disability. The following
procedures shall be followed:
February 3, 2011
a. The contractor will conduct periodic
inspections of project sites to insure that
working conditions and employee facilities do not
indicate discriminatory treatment of project site
personnel.
b. The contractor will periodically
evaluate the spread of wages paid within each
classification to determine any evidence of
discriminatory wage practices.
C. The contractor will periodically review
selected personnel
actions in depth to determine whether there is
evidence of discrimination. Where evidence is
found, the contractor will promptly take
corrective action. If the review indicates that
the discrimination
may extend beyond the actions reviewed, such
corrective action shall include all affected
persons.
d. The contractor will promptly investigate
all complaints of alleged discrimination made to
the contractor in connection with his obligations
under this contract, will attempt to resolve such
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.
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. 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 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.
7. Unions: If the contractor relies in whole or
in part upon unions as a source of employees, the
contractor will use his/her best efforts to obtain
the cooperation of such unions to increase
opportunities for minority groups and women within
the unions, and to effect referrals by such unions
of minority and female employees. Actions by the
0
0
•
•
contractor either directly or through a
contractor's association acting as agent will
include the procedures set forth below:
a. The contractor will use best efforts to
develop, in cooperation with the unions, joint
training programs aimed toward qualifying more
minority group members and women for 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 construc-
tion firms from SHA personnel.
C. The contractor will use his best
efforts to ensure subcontractor compliance with
their EEO obligations.
9. Records and Reports: The contractor shall
keep such records as necessary to document
compliance with the EEO requirements. Such
records shall be retained for a period of three
years following completion of the contract work
and shall be available at reasonable times and
places for inspection by 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
February 3, 2011
(4) The progress and efforts being made
in securing the services of DBE subcontractors
or subcontractors with meaningful minority and
female representation among their employees.
b. The contractors will submit an annual
report to the SHA each July for the duration of
the project, indicating the number of minority,
women, and non -minority group employees
currently engaged in each work classification
required by the contract work. This information
is to be reported on Form FHWA-1391. If on -the
job training is being required by special
provision, the contractor will be required to
collect and report training data.
III. NONSEGREGATED FACILITIES
(Applicable to all Federal -aid construction
contracts and to all related subcontracts of
$10,000 or more.)
a. By submission of this bid, the
execution of this contract or subcontract, or
the consummation of this material supply agree-
ment or purchase order, as appropriate, the
bidder, Federal -aid construction contractor,
subcontractor, material supplier, or vendor, as
appropriate, certifies that the firm does not
maintain or provide for its employees any
segregated facilities at any of its establish-
ments, and that the firm does not permit its
employees to perform their services at any
location, under its control, where segregated
facilities are maintained. The firm agrees that
a breach of this certification is a violation of
the EEO provisions of this contract. The firm
further certifies that no employee will be
denied access to adequate facilities on the
basis of sex or disability.
b. As used in this certification, the
term "segregated facilities" means any waiting
rooms, work areas, restrooms and washrooms,
restaurants and other eating areas, timeclocks,
locker rooms, and other storage or dressing
areas, parking lots, drinking fountains,
recreation or entertainment areas, transpor-
tation, 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 provisions
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
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 S 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 incorporated by
reference in this contract.
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 con-
February 3, 2011
tracting officer to the DOL, Administrator of
the Wage and Hour Division, Employment Standards
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 Adminis-
trator, 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
classification from the first day on which work
is performed in the classification.
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 Secretary of Labor has found, upon the
written request of the contractor, that the
applicable standards of the Davis -Bacon Act have
been met. The Secretary of Labor may require
the contractor to set aside in a separate
account assets for the meeting of obligations
under the plan or program.
4. Apprentices and Trainees (Programs of the
U.S. DOL) and Helpers:
a. Apprentices:
(1) Apprentices will be
permitted to work at less than the predetermined
rate for the work they performed when they are
employed pursuant to and individually registered
in a bona fide apprenticeship program registered
with the DOL, Employment and Training
Administration, Bureau of Apprenticeship and
Training, or with a State apprenticeship agency
recognized by the Bureau, or if a person is
employed in his/her first 90 days of
probationary employment as an apprentice in such
an apprenticeship program, who is not
individually registered in the program, but who
has been certified by the Bureau of
Apprenticeship and Training or a State
apprenticeship agency (where appropriate) to be
eligible for probationary employment as an
apprentice.
(2) The allowable ratio of
apprentices to journeyman -level employees on the
job site in any craft classification shall not
be greater than the ratio permitted to the
contractor as to the entire work force under the
registered program. Any employee listed on a
payroll at an apprentice wage rate, who is not
registered or otherwise employed as stated
• above, shall be paid not less than the
applicable wage rate listed in the wage
determination for the classification of work
actually performed. In addition, any apprentice
performing work on the job site in excess of the
ratio permitted under the registered program
shall be paid not less than the applicable wage
rate on the wage determination for the work
actually performed. Where a contractor 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 (expressed in percentages of the
journeyman -level hourly rate) specified in the
contractor's or subcontractor's registered
program shall be observed.
(3) Every apprentice must be
paid at not less than the rate specified in the
registered program for the apprentice's level of
progress, expressed as a percentage of the
journeyman -level hourly rate specified in the
applicable wage determination. Apprentices
shall be paid fringe benefits in accordance with
the provisions of the apprenticeship program.
If the apprenticeship program does not specify
fringe benefits, apprentices must be paid the
full amount of fringe benefits listed on the
wage determination for the applicable
classification. If the Administrator for the
Wage and Hour Division determines that a
different practice
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
prevails for the applicable apprentice
classification, fringes shall be paid in
accordance with that determination.
(4) In the event the Bureau of
Apprenticeship and Training, or a State
apprenticeship agency recognized by the Bureau,
withdraws approval of an apprenticeship program,
the contractor or subcontractor will no longer
be permitted to utilize apprentices at less than
the applicable predetermined rate for the
comparable work performed by regular employees
until an acceptable program is approved.
b. Trainees:
(1) Except as provided in 29 CFR
5.16, trainees will not be permitted to work at
less than the predetermined rate for the work
performed unless they are employed pursuant to
and individually registered in a program which
has received prior approval, evidenced by formal
certification by the DOL, 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 registered
and participating in a training plan approved by
the Employment and Training Administration shall
be paid not less than the applicable wage rate
on the wage determination for the classification
of work actually performed. In addition, any
trainee performing work on the job site in
excess of the ratio permitted under the
registered program shall be paid not less than
the applicable wage rate on the wage
determination for the work actually performed.
(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. It the
trainee program does not mention fringe
benefits, trainees shall be paid the full amount
of fringe benefits listed on the wage determina-
tion 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 procedure set forth in Section IV.2.
Any worker listed on a payroll at a helper wage
rate, who is not a helper under a approved
definition, shall be paid not less than the
applicable wage rate on the wage determination
for the classification of work actually per-
formed.
February 3, 2011
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 requirements of paragraph 4 of
this Section IV. The straight time hourly wage
rates for apprentices and trainees under such
programs will
be established by the particular programs. The
ratio of apprentices and trainees to journeymen
shall not be greater than permitted by the terms
of the particular program.
6. Withholding:
The SHA shall upon its own action or
upon written request of an authorized
representative of the DOL withhold, or cause to
be withheld, from the contractor or
subcontractor under this contract or any other
Federal contract with the same prime contractor,
or any other Federally -assisted contract subject
to Davis -Bacon prevailing wage requirements
which is held by the same prime contractor, as
much of the accrued payments or advances as may
be considered necessary to pay laborers and
mechanics, including apprentices, trainees, and
helpers, employed by the contractor or any
subcontractor the full amount of wages required
by the contract. In the event of failure to pay
any laborer or mechanic, including any
apprentice, trainee, or helper, employed or
working on the site of the work, all or part of
the wages required by the contract, the BHA
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.
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, watch-
man, 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 compensa-
tion at a rate not less than one -and -one-half
times his/her basic rate of pay for all hours
worked in excess of 40 hours in such workweek.
8. Violation:
Liability for Unpaid Wages; Liquidated
Damages: In the event of any violation of the
clause set forth in paragraph 7 above, the
contractor and any subcontractor responsible
thereof shall be liable to the affected employee
for his/her unpaid wages. In addition, such
contractor and subcontractor shall be liable to
the United States (in the case of work done
under contract for the District of Columbia or a
territory, to such District or to such
territory) for liquidated damages. Such
liquidated damages shall be computed with
respect to each individual laborer, mechanic,
watchman, or guard employed in violation of the
clause set forth in paragraph 7, in the sum of
$10 for each calendar day on which such employee
was required or permitted to work in excess of
the standard work week of 40 hours without
payment of the overtime wages required by the
0
•
clause set forth in paragraph 7.
9. Withholding for Unpaid Wages and Liquidated
Damages:
The SHA shall upon its own action or
upon written request of any authorized
representative of the DOL withhold, or cause to
be withheld, from any monies payable on account
of work performed by the contractor or
subcontractor under any such contract or any
other Federal contract with the same prime
contractor, or any other Federally -assisted
contract subject to the Contract Work Hours and
Safety Standards Act, which is held by the same
prime contractor, such sums as may be determined
to be necessary to satisfy any liabilities of
such contractor or subcontractor for unpaid
wages and liquidated damages as provided in the
clause set forth in paragraph 8 above.
V. STATEMENTS AND PAYROLLS
February 3, 2011
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
(Applicable to all Federal -aid construction shall certify the following:
contracts exceeding $2,000 and to all related
subcontracts, except for projects located on (1) that the payroll for the
roadways classified as local roads or rural payroll period contains the information required
collectors, which are exempt.) to be maintained under paragraph 2b of this
Section V and that such information is correct
1. Compliance with Copeland Regulations (29 CPR and complete;
3):
The contractor shall comply with the Copeland
Regulations of the Secretary of Labor which are
herein incorporated by reference.
Payrolls and Payroll Records:
a. Payrolls and basic records relating
thereto shall be maintained by the contractor
and each subcontractor during the course of the
work and preserved for a period of 3 years from
the date of completion of the contract for all
laborers, mechanics, apprentices, trainees,
watchmen, helpers, and guards working at the
site of the work.
b. The payroll records shall contain
the name, social security number, and address of
each such employee; his or her correct
classification; hourly rates of wages paid
(including rates of contributions or costs
anticipated for bona fide fringe benefits or
cash equivalent thereof the types described in
Section 1(b)(2)(B) of the Davis Bacon Act);
daily and weekly number of hours worked;
deductions made; and actual wages paid. In
addition, for Appalachian contracts, the payroll
records shall contain a notation indicating
whether the employee does, or does not, normally
reside in the labor area as defined in
Attachment A, paragraph 1. Whenever the
Secretary of Labor, pursuant to Section IV,
paragraph 3b, has found that the wages of any
laborer or mechanic include the amount of any
costs reasonably anticipated in providing
benefits under a plan or program described in
Section l(b)(2)(B) of the Davis Bacon Act, the
contractor and each subcontractor shall maintain
records which show that the commitment to
provide such benefits is enforceable, that the
plan or program is financially responsible, that
the plan or program has been communicated in
writing to the laborers or mechanics affected,
and show the cost anticipated or the actual cost
incurred in providing benefits. Contractors or
subcontractors employing apprentices or trainees
under approved programs shall maintain written
evidence of the registration of apprentices and
trainees, and ratios and wage rates prescribed
in the applicable programs.
c. Each contractor and subcontractor
shall furnish, each week in which any contract
work is performed, to the SHA resident engineer
a payroll of wages paid each of its employees
(including apprentices, trainees, and helpers,
described in Section IV, paragraphs 4 and 5, and
watchmen and guards engaged on work during the
preceding weekly payroll period). The payroll
submitted shall set out accurately and complete-
ly all of the information required to be
maintained under paragraph 26 of this Section V.
This information may be submitted in any form
desired. Optional Form WH-347 is available for
this purpose and may be purchased from the
Superintendent of Documents (Federal stock
number 029-005-0014-1), U.S. Government Printing
Office, Washington, D.C. 20402. The prime
contractor is responsible for the submission of
copies of payrolls by all subcontractors.
d. Each payroll submitted shall be
accompanied by a "Statement of Compliance,"
signed by the contractor or subcontractor or
his/her agent who pays or supervises the payment
of the persons employed under the contract and
(2) that such laborer or mechanic
(including each helper, apprentice, and trainee)
employed an 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 CPR 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 inspection,
copying, or transcription by authorized
representatives of the SHA, the FHWA, or the
DOL, and shall permit such representatives to
interview employees during working hours on the
job. If the contractor or subcontractor fails
to submit the required records or to make them
available, the SHA, the FHWA, the DOL, or all
may, after written notice to the contractor,
sponsor, applicant, or owner, take such actions
as may be necessary to cause the suspension of
any further payment, advance, or guarantee of
funds. Furthermore, failure to submit the
required records upon request or to make such
records available may be grounds for debarment
action pursuant to 29 CFR 5.12.
VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR
1. On all Federal -aid contracts on the
National Highway System, except those which
provide solely for the installation of
protective devices at railroad grade crossings,
those which are constructed on a force account
or direct labor basis, highway beautification
contracts, and contracts for which the total
final construction cost for roadway and bridge
is less than $1,000,000 (23 CPR 635) the
contractor shall:
a. Become familiar with the list of
specific materials and supplies contained in
Form FHWA-47, "Statement of Materials and Labor
Used by Contractor of Highway Construction
Involving Federal Funds," prior to the
commencement of work under this contract.
b. Maintain a record of the total
cost of all materials and supplies purchased for
and incorporated in the work, and also of the
quantities of those specific materials and
supplies listed on Form FHWA-47, and in the
units shown on Form FHWA-47.
•
0
City of
Fort Collins
Purchasing
ADDENDUM No. 1
SPECIFICATIONS AND CONTRACT DOCUMENTS
Financial Services
Purchasing Division
215 N. Mason St. 2ntl Floor
PO Box 580
Fort Collins, CO 80522
970.221.6775
970.221.6707
fcgov.com/Purchasing
Description of BID 7336: Shields Street Bridge & Laporte Avenue Bridge Replacement
OPENING DATE: 3:00 PM (Our Clock) February 22, 2012
To all prospective bidders under the specifications and contract documents described
above, the following changes/additions are hereby made and detailed in the following
sections of this addendum:
Exhibit 1 — Revised Bid Tab (Please note that the Revised Bid Tab has also
been uploaded as a separate Microsoft Excel file)
Exhibit 2 — Description of Revisions to the Bid Tab & Plans
Exhibit 3 — Revisions to the Specifications
Exhibit 4 — Clarifications, Questions & Answers
Exhibit 5 — Revised Special Provisions & Specifications
Exhibit 6 — Shields Street Geotechnical Report & Addendum
Exhibit 7 — Laporte Avenue Geotechnical Report
Exhibit 8 — Revised Plans
Please contact John Stephen, CPPO, LEED AP, Senior Buyer, at (970) 221-6777 with
any questions regarding this addendum.
RECEIPT OF THIS ADDENDUM MUST
STATEMENT ENCLOSED WITH THE
ADDENDUM HAS BEEN RECEIVED.
BE ACKNOWLEDGED BY A WRITTEN
BID/QUOTE STATING THAT THIS
•
u
C�
;pllb+N "iC�'.O��rR�P�i0 aiRwlA'�TiEiSC3?C
September 22, 2010
City of Fort Collins — Engineering Department
281 North College Avenue
PO Box 580
Fort Collins, Colorado 80522-0580
Attention: Mr. Jin Wang, PE
Subject: Subgrade and Pavement Recommendations
Shields Street Bridge Replacement
Fort Collins, Colorado
CTLIT Project Number: FC05113-125
•
CTLIThompson, Inc. performed a Geotechnical Investigation (Project No.
FC05113-125, dated February 8, 2010) for the Shields Street Bridge Replacement
Project located at South Shields Street near Centre Avenue in Fort Collins, Colorado. •
In addition to this investigation, you have requested we provide pavement
recommendations -for the.roadway_approaches-to the -proposed -bridge.
In order to develop recommendations for the subgrade and pavement at this site,
additional laboratory testing was conducted. Laboratory tests included moisture content,
dry density, gradation, and Atterberg limits tests. Results from our additional laboratory
testing are presented on Figure 1 and summarized in Table I.
PAVEMENT DESIGN
The City requires the use of the AASHTO and CDOT design methods for their
roadways. We used DARWinTM software to develop our pavement thickness
calculations with input values provided by representatives of the City and LCUASS. An
18-kip Equivalent Single Axle Load (ESAL) of 2,190,000 was provided for both flexible
and rigid pavements. We assumed a roadway classification of a four -lane arterial. An
R-value of 23 was estimated based on the group index method, which was converted to
a resilient modulus (MR) of 5,248 psi. For rigid pavement recommendations, a k-value of
100 psi was determined based on the degree of saturation. Computer generated
printouts of the DARWinTM calculations are presented in Appendix A.
We have provided pavement thickness alternatives including hot mix asphalt
(HMA) on aggregate base course (ABC) and portland cement concrete (PCC)
pavement. Our recommended pavement thicknesses are presented in TABLE A, which
follows. Additional discussion regarding advantages and disadvantages of the
pavement alternatives and their expected performance is included in the PAVEMENT •
SELECTION section of this report.
351 Linden Street I Suite 140 1 Fort Collins, Colorado 80524
Telephone:970-206-9455 Fax:970-206-9441
• C. Furnish, upon the completion of
the contract, to the SHA resident engineer on
Form FHWA-47 together with the data required in
paragraph lb relative to materials and supplies,
a final labor summary of all contract work
indicating the total hours worked and the total
amount earned.
2. At the prime contractor's option, either a
single report covering all contract work or
separate reports for the contractor and for each
subcontract shall be submitted.
VII. SUBLETTING OR ASSIGNING THE CONTRACT
•
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 percentage if
specified elsewhere in the contract) of the total
original contract price, excluding any specialty
items designated by the State. Specialty items
may be performed by subcontract and the amount of
any such specialty items performed may be
deducted from the total original contract price
before computing the amount of work required to
be performed by the contractor's own organization
(23 CFR 635).
a. "Its own organization" shall be
construed to include only workers employed and
paid directly by the prime contractor and
equipment owned or rented by the prime
contractor, with or without operators. Such term
does not include employees or equipment of a
subcontractor, assignee, or agent of the prime
contractor.
b. "Specialty Items" shall be
construed to be limited to work that requires
highly specialized knowledge, abilities, or
equipment not ordinarily available in the type of
contracting organizations qualified and expected
to bid on the contract as a whole and in general
are to be limited to minor components of the
overall contract.
2. The contract amount upon which the
requirements set forth in paragraph 1 of Section
VIZ is computed includes the cost of material and
manufactured products which are to be purchased
or produced by the contractor under the contract
provisions.
3. The contractor shall furnish (a) a competent
superintendent or supervisor who is employed by
the firm, has full authority to direct
performance of the work in accordance with the
contract requirements, and is in charge of all
construction operations (regardless of who
performs the work) and (b) such other of its own
organizational resources (supervision,
management, and engineering services) as the SHA
contracting officer determines is necessary to
assure the performance of the contract.
4. No portion of the contract shall be sublet,
assigned or otherwise disposed of except with the
written consent of the SHA contracting officer,
or authorized representative, and such consent
when given shall not be construed to relieve the
contractor of any responsibility for the
fulfillment of the contract. Written consent
will be given only after the SHA has assured that
each subcontract is evidenced in writing and that
it contains all pertinent provisions and
requirements of the prime contract.
VIII. SAFETY: ACCIDENT PREVENTION
1. In the performance of this contract the
contractor shall comply with all applicable
Federal, State, and local laws governing safety,
health, and sanitation (23 CFR 635). The
contractor shall provide all safeguards, safety
devices and protective equipment and take any
other needed actions as it determines, or as the
SHA contracting officer may determine, to be
reasonably necessary to protect the life and
health of employees on the job and the safety of
the public and to protect property in connection
with the performance of the work covered by the
contract.
2. It is a condition of this contract, and shall
be made a condition of each subcontract, which
the contractor enters into pursuant to this
contract, that the contractor and any subcontrac-
tor shall not permit any employee, in performance
of the contract, to work in surroundings or under
February 3, 2011
conditions which are unsanitary, hazardous or
dangerous to his/her health or safety, as
determined under construction safety and health
standards (29 CFR 1926) promulgated by the
Secretary of Labor, in accordance with Section
107 of the Contract work Hours and Safety
Standards Act
(40 U.S.C. 333).
3. Pursuant to 29 CFR 1926.3, it is a condition
of this contract that the Secretary of Labor or
authorized representative thereof, shall
have right of entry to any site of contract
performance to inspect or investigate the matter
of compliance with the construction safety and
health standards and to carry out the duties of
the Secretary under Section 107 of the Contract
Work Hours and Safety Standards Act (40 U.S.C.
333).
IX.FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS
In order to assure high quality and durable
construction in conformity with approved plans
and specifications and a high degree of
reliability on statements and representations
made by engineers, contractors, suppliers, and
workers on Federal -aid highway projects, it is
essential that all persons concerned with the
project perform their functions as carefully,
thoroughly, and honestly as possible. Willful
falsification, distortion, or misrepresentation
with respect to any facts related to the project
is a violation of Federal law. To prevent any
misunderstanding regarding the seriousness of
these and similar acts, the following notice
shall be posted on each Federal -aid highway
project (23 CFR 635) in one or more places where
it is readily available to all persons concerned
with the project:
NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL -AID
HIGHWAY PROJECTS
18 U.S.C. 1020 reads as follows:
"Whoever, being an officer, agent, or employee of
the United States, or of any State or Territory,
or whoever, whether a person, association, firm,
or corporation, knowingly makes any false
statement, false representation, or false report
as to the character, quality, quantity, or cost
of the material used or to be used, or the
quantity or quality of the work performed or to
be performed, or the cost thereof in connection
With the submission of plans, maps,
specifications, contracts, or costs of
construction on any highway or related project
submitted for approval to the Secretary of
Transportation; or
whoever knowingly makes any false statement,
false representation, 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
conr{gction with the construction of any highway
or related project approved by the Secretary of
Transportation; or
Whoever knowingly makes any false statement or
false representation as to material fact in any
statement, certificate, or report submitted
pursuant to provisions of the Federal -aid Roads
Act aooroved July 21, 1916, (39 Scat. 355), as
amended and supplemented;
Shall be fined not more that .510,000 or
imprisoned not more than 5 years or both."
X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL
WATER POLLUTION CONTROL ACT
IJ
•
(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 et seq., as amended by
Pub.L. 91-604), and under the Federal Water
Pollution Control Act. as
•
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
amended (33 U.S.C. 1251 et seq., as amended by
Pub.L. 92-500), Executive Order 11738, and
regulations in implementation thereof (40 CFR 15)
is not listed, on the date of contract award, on
the U.S. Environmental Protection Agency (EPA)
List of Violating Facilities pursuant to 40 CFR
15.20.
2. That the firm agrees to comply and remain in
compliance with all the requirements of Section
114 of the Clean Air Act and Section 308 of the
Federal water Pollution Control Act and all
regulations and guidelines listed thereunder.
3. That the firm shall promptly notify the SHA
of the receipt of any communication from the
Director, Office of Federal Activities, EPA,
indicating that a facility that is or will be
utilized for the contract is under consideration
to be listed on the EPA List of Violating
Facilities.
4. That the firm agrees to include or cause to
be included the requirements of paragraph 1
through 4 of this Section X in every nonexempt
subcontract, and further agrees to take such
action as the government may direct as a means of
enforcing such requirements.
XI. CERTIFICATION REGARDING DEBARMENT,
SUSPENSION,
INELIGIBILITY AND VOLUNTARY EXCLUSION
1. Instructions for Certification - Primary
Covered Transactions:
(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 disqualify 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 cc 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 if any time the prospective primary
participant learns that its certification was
erroneous when submitted or has become erroneous
by reason of changed circumstances.
e. The terms "covered transaction,"
"debarred," "suspended," "ineligible," "lower
tier covered transaction," "participant,"
"person," "primary covered transaction,"
"principal," "proposal," and "voluntarily
excluded," as used in this clause, have the
meanings set out in the Definitions and Coverage
sections of rules implementing Executive Order
February 3, 2011
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
ineligible, or voluntarily excluded from
participation in this covered transaction, unless
authorized by the department or agency entering
into this transaction.
g. The prospective primary participant
further agrees by submitting this proposal that
it will include the clause titled "Certification
Regarding Debarment, Suspension, Ineligibility
and Voluntary Exclusion -Lower Tier Covered
Transaction," provided by the department or
agency entering into this covered transaction,
without modification, in all lower tier covered
transactions and in all solicitations for lower
tier covered transactions.
h. A participant in a covered transaction
may rely upon a certification of a prospective
participant in a lower tier covered transaction
that is not debarred, suspended, ineligible, or
voluntarily excluded from the covered
transaction, unless it knows that the
certification is erroneous. A participant may
decide the method and frequency by which it
determines the eligibility of its principals.
Each participant may, but is not required to,
check the nonprocurement portion of the "Lists of
Parties Excluded From Federal Procurement or
Nonprocurement Programs" (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 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 depart-
ment 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)
Ll
•
transaction or contract under a public transac-
tion; violation of Federal or State antitrust
statutes or commission of embezzlement, theft,
forgery, bribery, falsification or destruction of
records, making false statements, or receiving
stolen property;
C. Are not presently indicted for or
otherwise criminally or civilly charged by a
governmental entity (Federal, State or local)
with commission of any of the offenses enumerated
in paragraph lb of this certification; and
d. Have not within a 3-year period preceding
this application/proposal had one or more public
transactions (Federal, State or local) terminated
for cause or default.
•
•
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 Transactions:
(Applicable to all subcontracts, purchase orders
and other lower tier transactions of $25,000 or
more - 49 CFR 29)
a. By signing and submitting this
proposal, the prospective lower tier is providing
the certification set out below.
b. The certification in this clause is a
material representation of fact upon which
reliance was placed when this transaction was
entered into. If it is later determined that the
prospective lower tier participant knowingly
rendered an erroneous certification, in addition
to other remedies available to the Federal
Government, the department, or agency with which
this transaction originated may pursue available
remedies, including suspension and/or debarment.
C. The prospective lower tier participant
shall provide immediate written notice to the
person to which this proposal is submitted if at
any time the prospective lower tier participant
learns that its certification was erroneous by
reason of changed 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 assistance 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 titled "Certification
Regarding Debarment, Suspension, Ineligibility
and Voluntary Exclusion -Lower Tier Covered
Transaction," without modification, in all lower
tier covered transactions and in all
solicitations for lower tier covered
transactions.
g. A participant in a covered transaction
may rely upon a certification of a prospective
participant in a lower tier covered transaction
that is not debarred, suspended, ineligible, or
voluntarily excluded from the covered
transaction, unless it knows that the
certification is erroneous. A participant may
decide the method and frequency by which it
determines the eligibility of its principals.
Each participant may, but is not required to,
check the Nonprocurement List.
h. Nothing contained in the foregoing
shall be construed to require establishment of a
February 3, 2011
system of records in order to render in good
faith the certification required by this clause.
The knowledge and information of participant is
not required to exceed that which is normally
possessed by a prudent person in the ordinary
course of business dealings.
I. Except for transactions authorized
under paragraph e 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 depart-
ment 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 influencing or
attempting to influence an officer or employee of
any Federal agency, a Member of Congress, an
officer or employee of Congress, or an employee
of a Member of Congress in connection with the
awarding of any Federal contract, the making of
any Federal grant, the making of any Federal
loan, the entering into of any cooperative
agreement, and the extension, continuation,
renewal, amendment, or modification of any
Federal contract, grant, loan, or cooperative
agreement.
b. If any funds other than Federal
appropriated funds have been paid or will be paid
to any person for influencing or 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
40
•
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.
9
40
0
9
0
9
PROJECT SPECIAL PROVISIONS
Arthur Ditch Replacement
(Laporte Avenue to Whitcomb Street)
Replacement of Bridge No. FCSHLD-0.4-DRK
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
January 26, 2012
Prepared for:
City of Fort Collins
Engineering Department
281 North College Avenue
Fort Collins, CO 80522-0580
(970) 221-6605
Prepared by:
ATK
NS
• 4601 DTC Boulevard
Suite 700
Denver, CO 80237
(303)221-7275
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
COLORADO DEPARTMENT OF TRANSPORTATION
PROJECT SPECIAL PROVISIONS
ARTHUR DITCH REPLACEMENT
(LAPORTE AVENUE TO WHITCOMB STREET)
SOUTH SHIELDS STREET OVER LARIMER CANAL NO.2
REPLACEMENT OF BRIDGE NO. FCSHLD-0.4-DRK
FORT COLLINS, COLORADO
The Colorado Department of Transportation, 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
(January 26, 2012)
1-2
Notice to Bidders
(January 26, 2012)
3
Commencement and Completion
of Work - Arthur Ditch
(January 26, 2012)
4
Commencement and Completion
of Work - Shields Street
(January 26, 2012)
5
Contract Goal (Combined)
(January 26, 2012)
6
On the Job Training Contract Goal
(January 26, 2012)
7
Summary of Work
(January 26, 2012)
8-9
Revision of Section 105
- Claims for contract Adjustments
(January 26, 2012)
10
Revision of Section 106
- Conformity to the Contract of Hot Mix Asphalt
(January 26, 2012)
11
Revision of Section 107
- Insurance
(January 26, 2012)
12
Revision of Section 107
- Performance of Safety Critical Work
(January 26, 2012)
13-14
Revision of Section 108
- Specialty Items
(January 26, 2012)
15
Revision of Section 201
- Clearing and Grubbing
(January 26, 2012)
16
Revision of Section 202
- Removal of Bridge
(January 26, 2012)
17-20
Revision of Sections 202
and 412 - Removal and Replacement of Concrete Pavement
(January 26, 2012)
21-22
Revision of Section 203
- Excavation and Embankment
(January 26, 2012)
23
Revision of Section 208
- Erosion Control
(January 26, 2012)
24
Revision of Section 212
- Tree Retention and Protection
(January 26, 2012)
25-30
Revision of Section 214
- Planting
(January 26, 2012)
31-37
Revision of Section 304
- Aggregate Base Course
(January 26, 2012)
38
Revision of Section 403
- Hot Mix Asphalt
(January 26, 2012)
39-41
Revision of Section 403
- Warranted Hot Mix Asphalt
(January 26, 2012)
42-49
Revision of Section 411
- Bituminous Materials
(January 26, 2012)
50
Revision of Section 412
- Portland Cement Concrete Pavement
(January 26, 2012)
51-52
Revision of Section 514
- Pedestrian Railing (Steel)(Special)
(January 26, 2012)
53-55
Revision of Section 601
- Structural Concrete
(January 26, 2012)
56-57
Revision of Section 606
- Decorative Column - Type 1 and 2
(January 26, 2012)
58-61
Revision of Section 608
- Detectable Warnings
(January 26, 2012)
62-64
Revision of Section 608
- Sidewalks and Bikeways
(January 26, 2012)
65
Revision of Section 618
- Prestressed Concrete Slab
(January 26, 2012)
66
Revision of Section 630
- Construction Zone Traffic Control
(January 26, 2012)
67
Revision of Section 630
- Impact Attenuator (Sand Filled Plastic Barrel) (Temporary)
(January 26, 2012)
68-69
Revision of Section 630-Portable
Message Sign Panel
(January 26, 2012)
70
Revision of Section 702
- Superpave PG Binders
(January 26, 2012)
71
Force Account Items
(January 26, 2012)
72
Special Construction Requirements
(January 26, 2012)
73
Traffic Control Plan - General - Arthur Ditch
(January 26, 2012)
74
Traffic Control Plan - General - Shields Street
(January 26, 2012)
75-76
Utilities
(January 26, 2012)
77-79
0
•
P
TABLE A
RECOMMENDED MINIMUM PAVEMENT THICKNESS
(Roadway°
>Y
K ..._r1 r l q."i' 1
r�epgate�BaseAggregateiBase
N•Y �� j
4 �, Y)
'.�';'x'Sf _•
f
�.IQUrJery'
=U�
P a,J,.
6" HMA + 13"
8.5" HMA + 6"
Shields Street
7.5" PCC
ABC
ABC
PAVEMENT SELECTION
HMA and ABC over a stable subgrade are expected to perform well. HMA
provides a stiff, stable pavement to withstand heavy loading and will provide a good
fatigue resistant pavement. Portland cement concrete (PCC) pavement is also expected
to perform well in this area. However, concrete pavement has better performance in
freeze -thaw conditions and should require less long-term maintenance than asphalt
pavement.
SUBGRADE PREPARATION
A key component to successful performance of pavement structures is the
stability_of-the.subgrade.—Subgrade-soils-encountered_at.this.site.consisted_of.sandy-clay
and clayey sand fill. We do not believe swell mitigation will be necessary for subgrade
soils below the approaches at this site. Recommendations for conventional moisture
treatment and compaction of the subgrade are presented in Appendix B of this report.
Scarification and recompaction of subgrade soils should occur as close to the
time of pavement construction as possible. The final subgrade surface must be
protected from excessive drying or wetting until such time as the pavement section is
constructed.
Maintaining moisture contents near optimum will be critical to avoid excessive
deflections, rutting and pumping of the subgrade during subgrade preparation of the
roadway. For isolated or small areas requiring stabilization, removal and replacement or
"crowding" crushed, coarse aggregate into the subgrade may be effective. If large areas
require stabilization, chemical treatment of the soils or placement of geogrid may be a
more effective alternative.
PAVEMENT MATERIALS AND CONSTRUCTION
The construction materials are assumed to possess sufficient quality as reflected
by the strength coefficients used in the pavement design calculations. Materials and
construction requirements of LCUASS should be followed. Material properties and
construction criteria for the pavement alternatives are provided in Appendix B. These
criteria were developed from analysis of the field and laboratory data, our experience
and LCUASS requirements. If the materials cannot meet these recommendations, our
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT - 2
SHIELDS STREET BRIDGE REPLACEMENT
CTL I T PROJECT NO. FC05113-125
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street)
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
COLORADO
DEPARTMENT OF TRANSPORTATION
STANDARD SPECIAL PROVISIONS
ARTHUR DITCH REPLACEMENT
(LAPORTE AVENUE TO WHITCOMB STREET)
SOUTH SHIELDS STREET OVER LARIMER CANAL NO. 2
REPLACEMENT OF BRIDGE NO. FCSHLD-0.4-DRK
FORT COLLINS, COLORADO
STANDARD SPECIAL PROVISIONS
January 26, 2012
Date No. of Pages
Revision of Section 105 - Disputes and Claims for Contract Adjustments
(Oct. 27, 2011)
22
Revision of Section 105 - Violation of Working Time Limitation
(February 3, 2011)
1
Revision of Sections 105 and 106 - Conformity to the Contract of Hot Mix Asphalt
(February 3, 2011)
7
(Less than 5000 Tons)
Revision of Section 106 - Certificates of Compliance and Certified Test Reports
(February 3, 2011)
1
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
(August 19, 2011)
1
Revision of Section 108 -Liquidated Damages
(Dec. 29, 2011)
1
Revision of Section 109 - Asphalt Cement Cost Adjustment
(Sept. 29, 2011)
2
(Asphalt Cement Included in the Work)
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 109 - Measurement of Water
(January 06, 2012)
1
Revision of Sections 206 and 601 - Backfilling Structures that Support
(July 29, 2011)
1
Lateral Earth Pressures
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
Revision of Section 401 - Temperature Segregation
(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 - Class H and HT Bridge Deck Concrete
(Dec. 29, 2011)
5
Revision of Section 601 - Concrete Batching
(February 3, 2011)
l
Revision of Section 601 - Concrete Finishing
(February 3, 2011)
1
Revision of Section 601 - Concrete Form and Falsework Removal
(July 28, 2011)
2
Revision of Section 601 - Concrete Slump Acceptance
(July 29, 2011)
l
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 - Geotextiles
(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,
(January 6, 2011)
56
• U.S. Department of Labor,General Decision Numbers C0100018 thru C0100026,
MOD 1, Highway Construction, Statewide
On the Job Training
(July 29, 2011)
3
Required Contract Provisions - Federal -Aid Construction Contracts
(February 3, 2011)
10
2
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Latimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
NOTICE TO BIDDERS
It is recommended that bidders on this project review the work site and plan details with an authorized
City representative. Prospective bidders shall contact one of the following listed authorized City
representatives at least 12 hours in advance of the time they wish to review the project.
Project Manager: Jin Wang, P.E.
Phone:
(970) 416-2292
Engineering Department
Fax:
(970) 221-6378
City of Fort Collins
email:
jwang@fcgov.com
281 North College Avenue
Fort Collins, CO 80522-0580
Senior Buyer: John Stephen
Phone:
(970) 221-6777
Purchasing Department
Fax:
(970) 221-6707
City of Fort Collins
email:
jstephen@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. .
C
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Latimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
COMMENCEMENT AND COMPLETION OF WORK — ARTHUR DITCH
The Contractor shall commence work under the Contract on or before the 51h day following Contract
execution or the 20th day following the date of award, whichever comes later, unless such time for
beginning the work is changed by the Chief Engineer in the "Notice to Proceed." The Contractor shall
complete all work within 120 calendar days in accordance with the "Notice to Proceed."
Section 108 of the Standard Specifications is hereby revised for this project as follows:
Subsection 108.03 shall include the following:
Salient features to be shown on the Contractor's Bar Chart Progress Schedule are:
• Mobilization
• Construction Survey
• Detour
• Removals
• Roadway Earthwork
• Structure Construction
• Concrete Pavement
• Hot Mix Asphalt Pavement
• Curb, Gutter and Sidewalk
• Seeding and Landscaping
il
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
COMMENCEMENT AND COMPLETION OF WORK — SHIELDS STREET
The Contractor shall commence work under the Contract on or before the 5`h day following Contract
execution or the 20th day following the date of award, whichever comes later, unless such time for
beginning the work is changed by the Chief Engineer in the "Notice to Proceed." The Contractor shall
complete all work within 275 calendar days in accordance with the "Notice to Proceed."
Salient features to be shown on the Contractor's Progress Schedule are:
• Mobilization
• Construction Surveying
• Construction Traffic Control
• Topsoil (Stockpile & Redistribute)
• Removals and Adjustments
• Roadway Earthwork
• Erosion Control
• Bridge Foundation, Substructure, and Superstructure
• Drainage
• Curb, Gutter and Sidewalk
• Asphalt Pavement
• Asphalt Milling and Overlay
• Seeding & Landscaping
• Signing and Striping
• Utility coordination and relocations
Section 108 of the Standard Specifications is hereby revised for this project as follows:
Subsection 108.03 shall include the following:
The progress schedule shall consist of a Critical Path Method (CPM) schedule prepared using the
Microsoft Project software and submitted in hard and electronic formats.
5
�J
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
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* 13 Percent
The percentage will be calculated from proposals received for this project according to the following
formula:
Percentage = 100 X
**Dollar amount of work to be contracted to underutilized DBEs (UDBEs)
Total dollar amount of the original Contract
* 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.
on
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 •
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
ON THE JOB TRAINING CONTRACT GOAL
The Department has determined that On the Job Training shall be provided to trainees with the goal of
developing full journey workers in the types of trade or classification involved. The contract goal for On
the Job Trainees working in an approved training plan in this Contract has been established as follows:
Minimum number of total On the Job Training required 640 hours
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. SRO M455-100
Construction Subaccount No. 17905
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.
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.
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.
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-2-
SUMMARY OF WORK
At the end of each month, if the number of working days for which work was delayed due to adverse
weather exceeds that shown in the above schedule, a Change Order will be executed which increases
the Contract Time. The number of work days delayed due to adverse weather or the impact thereof
will then be converted to Calendar Days based on the contract completion day and date. This
conversion assumes a 5-day work week, Mondays through Fridays, holidays excepted; should the
Contractor have authorization to work weekends and/or holidays, then the method of conversion of
workdays to calendar days would take this into consideration. The contract time period will then be
increased by the number of calendar days calculated above and a new contract completion day and
date will be set.
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.
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.
•
0
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 105
CLAIMS FOR CONTRACT ADJUSTMENT
Section 105 of the Standard Specifications is hereby revised for this project as follows:
Subsection 105.22 shall be revised as follows:
The Colorado Department of Transportation will not participate in the resolution process for any claims
filed by the Contractor.
10
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 �\
South Shields Street over Larimer Canal No. 2 to
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 106
CONFORMITY TO THE CONTRACT OF HOT NILX 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.
0
0
IF 0
pavement recommendations should be reevaluated based upon available materials.
Materials planned for construction should be submitted and the applicable laboratory
tests performed to verify compliance with the specifications.
MAINTENANCE
Routine maintenance, such as sealing and repair of cracks, is necessary to
achieve the long-term life of a pavement system. We recommend a preventive
maintenance program be developed and followed for all pavement systems to assure
the design life can be realized. Choosing to defer maintenance usually results in
accelerated deterioration leading to higher future maintenance costs, and/or repair. A
recommended maintenance program is outlined in Appendix C.
Excavation of completed pavement for utility construction or repair can destroy
the integrity of the pavement and result in a severe decrease in serviceability. To
restore the pavement top original serviceability, careful backfill compaction before
repaving is necessary. We should be retained to observe and test placement and
compaction of utility trench backfill and pavement subgrade during construction.
LIMITATIONS
Our borings were spaced to obtain a reasonably accurate characterization of
subsurface conditions. Variations in the subsurface conditions not indicated by our •
borings are always possible. Placement and compaction of subgrade fill and any other
fill-should.be_observed.and_tested.by_a.representative_of-our_firm_during.construction.
We believe this investigation was conducted with that level of skill and care
normally used by geotechnical engineers practicing in this area at this time. No
warranty, express or implied, is made. If we can be of further service in discussing the
contents of this letter or in the analyses of the influence of the subsurface conditions on
design of the proposed construction, please contact the undersigned.
Sincerely,
CTLITHOMPSON, INC.
Spencer hram, EI
Project Manager
Pp0 LICE
Reviewed by�., p.
V� di
:w 388 9 -+
Eric D. Bernh SjO�EN
Project Engineer
E
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT 3
SHIELDS STREET BRIDGE REPLACEMENT
CTL i T PROJECT NO. FC05113-125
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 107
INSURANCE
•
•
Section 107.18 is hereby revised to read:
For this project all insurance certificates shall name the Colorado Department of Transportation as an
additionally insured party.
l2
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 107
PERFORMANCE OF SAFETY CRITICAL WORK
Section 107 of the Standard Specifications is hereby revised as follows:
Add subsection 107.061 immediately following subsection 107.06 as follows:
107.061 Performance of Safety Critical Work. The following work elements are considered safety
critical work for this project:
(1) Removal ofbridge
(2) Temporary works: falsework, shoring that exceeds 5 feet in height, cofferdams, and temporary
bridges
(3) Work requiring the use of cranes or other heavy lifting equipment to set a girder, to make overhead
repairs, or includes special provisions for Removal of Bridge or Removal of Portion of Bridge.
Also when construction materials are being lifted that may fall onto active traffic lanes.
(4) Excavation and embankment adjacent to the roadway, especially if it requires shoring.
(5) Work operations such as pile driving and jack hammering which may create vibration and cause
debris to fall into traffic.
The Contractor shall submit, for record purposes only, an initial detailed construction plan that addresses
safe construction of each of the safety critical elements. When the specifications already require an
erection plan, a bridge removal plan, or a removal of portion of bridge plan, it shall be included as a part
of this plan. The detailed construction plan shall be submitted two weeks prior to the safety critical
element conference described below. The construction plan shall be stamped "Approved for
Construction" and signed by the Contractor. The construction plan will not be approved by the Engineer.
The Construction Plan shall include the following:
(1) Safety Critical Element for which the plan is being prepared and submitted.
(2) Contractor or subcontractor responsible for the plan preparation and the work.
(3) Schedule, procedures, equipment, and sequence of operations, that comply with the working hour
limitations
(4) Temporary works required: falsework, bracing, shoring, etc.
(5) Additional actions that will be taken to ensure that the work will be performed safely.
(6) Names and qualifications of workers who will be in responsible charge of the work:
A. Years of experience performing similar work
B. Training taken in perforting similar work
C. Certifications earned in performing similar work
(7) Names and qualifications of workers operating cranes or other lifting equipment
A. Years of experience performing similar work
B. Training taken in performing similar work
C. Certifications earned in performing similar work
(8) The construction plan shall address how the Contractor will handle contingencies such as:
A. Unplanned events (storms, traffic accidents, etc.)
B. Structural elements that don't fit or line up
C. Work that cannot be completed in time for the roadway to be reopened to traffic
D. Replacement of workers who don't perform the work safely
13
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
E. Equipment failure
-2-
REVISION OF SECTION 107
PERFORNIANCE OF SAFETY CRITICAL WORK
F. Other potential difficulties inherent in the type of work being performed
(9) Name and qualifications of Contractor's person designated to determine and notify the Engineer in
writing when it is safe to open a route to traffic after it has been closed for safety critical work.
(10) Erection plan or bridge removal plan when submitted as required elsewhere by the specifications.
Plan requirements that overlap with above requirements may be submitted only once.
A safety critical element conference shall be held two weeks prior to beginning construction on each
safety critical element. The Engineer, the Contractor, the safety critical element subcontractors, and the
Contractor's Engineer shall attend the conference. Required pre -erection conferences or bridge removal
conferences may be included as a part of this conference.
After the safety critical element conference, and prior to beginning work on the safety critical element, the
Contractor shall submit a final construction plan to the Engineer for record purposes only. The
Contractor's Engineer shall sign and seal temporary works, such as falsework, shoring etc., related to
construction plans for the safety critical elements, (1) Removal of Bridge and (2) Temporary Works. The
final construction plan shall be stamped "Approved for Construction" and signed by the Contractor.
• The Contractor shall perform safety critical work only when the Engineer is on the project site. The
Contractor's Engineer shall be on site to inspect and provide written approval of safety critical work for
which he provided signed and sealed construction details. Unless otherwise directed or approved, the
Contractor's Engineer need not be on site during the actual performance of safety critical work, but shall
be present to conduct inspection for written approval of the safety critical work.
When ordered by the Engineer, the Contractor shall immediately stop safety critical work that is being
performed in an unsafe manner or will result in an unsafe situation for the traveling public. Prior to
stopping work, the Contractor shall make the situation safe for work stoppage. The Contractor shall
submit an acceptable plan to correct the unsafe process before the Engineer will authorize resumption of
the work.
When ordered by the Engineer, the Contractor shall remove workers from the project that are performing
the safety critical work in a manner that creates an unsafe situation for the public in accordance with
subsection 108.05.
Should an unplanned event occur or the safety critical operation deviate from the submitted plan, the
Contractor shall immediately cease operations on the safety critical element, except for performing any
work necessary to ensure worksite safety, and provide proper protection of the work and the traveling
public. If the Contractor intends to modify the submitted plan, he shall submit a revised plan to the
Engineer prior to resuming operations.
All costs associated with the preparation and implementation of each safety critical element construction
plan will not be measured and paid for separately, but shall be included in the work.
14
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
Nothing in the section shall be construed to relieve the Contractor from ultimate liability for unsafe or
negligent acts or to be a waiver of the Colorado Governmental Immunity Act on behalf of the
Department.
IV
15
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Latimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 108
SPECIALTY ITEMS
•
Section 108 of the Standard Specifications is hereby revised for this project as follows:
Subsection 108.01 shall include the following:
The following items are designated as "Specialty Items" for this project:
Specialty Items
(1) Inlet (Special)
(2) Pedestrian Railing (Special)
m
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 •
South Shields Street over Latimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 201
CLEARING AND GRUBBING
Subsection 201.04 shall include the following:
Payment will be made under:
Pay Item
Clearing and Grubbing (Arthurs Ditch)
Clearing and Grubbing (Shields Bridge)
17
Pay Unit
Lump Sump
Lump Sump
•
•
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 202
REMOVAL OF BRIDGE
Section 202 of the Standard Specifications is hereby revised for this project as follows:
Subsection 202.01 shall include the following:
This work consists of removal of the existing bridge at FSCSHLD-0.4-DRK at Shields Street over
Larimer Canal No. 2. Bridge removal shall consist of the complete removal of all superstructure and
substructure elements unless otherwise shown on the plans.
Subsection 202.02 shall include the following:
The removal of the existing bridge shall be performed in a safe manner.
When removal operations are located over a railroad or in proximity to any live water way , additional
coordination with the railroad or other agency, (United States Army Corps of Engineers (USACE), US
Fish and Wildlife Service, US Forest Service, etc.) shall be required.
The Contractor shall submit a bridge removal plan to the Engineer, for record purposes only, at least 20
working days prior to the proposed start of removal operations. This Plan shall detail procedures,
sequences, and all features required to perform the removal in a safe and controlled manner. The Bridge
Removal Plan shall be stamped "Approved for Construction" and signed by the Contractor. The Bridge
Removal Plan will not be approved by the Engineer.
The Bridge Removal Plan shall provide complete details of the bridge removal process, including:
(t) The removal sequence, including staging of removal operations. Sequence of operation shall
include a detailed schedule that complies with the working hour limitations.
(2) Equipment descriptions including size, number, type, capacity, and location of equipment during
removal operations.
(3) Shoring that exceeds 5 feet in height, all falsework and bracing.
(4) Details, locations and types of protective coverings to be used. The protective covering shall
prevent any materials, equipment or debris from falling onto the property below. When removal
operations are located over or in proximity to any live waterway, railroad, or pedestrian/bicycle
path, additional width of protective covering sufficient to protect these facilities shall be required.
Detailed methods for protection of the existing roadway facilities, including measures to assure that
people, property, utilities, and improvements will not be endangered.
(5) Detailed methods for protection of live waterways including minimization of turbidity and
sedimentation, and protection of existing wetlands.
(6) Detailed methods for mitigation of fugitive dust resulting from the demolition.
(7) Details for dismantling, removing, loading, and hauling steel elements.
• (3) Methods of Handling Traffic, including bicycles and pedestrians, in a safe and controlled manner.
l8
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 •
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-2-
REVISION OF SECTION 202
REMOVAL OF BRIDGE
A Pre -Removal Conference shall be held at least seven days prior to the beginning of removal of the
bridge. The Engineer, the Contractor, the removal subcontractor, the Contractor's Engineer, and the
Traffic Control Supervisor (TCS) shall attend the Pre -Removal Conference. The Bridge Removal Plan
shall be finalized at this Conference.
The Contractor's Engineer shall sign and seal (1) and (3) listed above in the final Bridge Removal Plan.
Calculations shall be adequate to demonstrate the stability of the structure remaining after the end of each
stage of removal, before traffic is allowed to resume in its normal configuration.
The final Bridge Removal Plan shall be stamped "Approved for Construction" and signed by the
Contractor. The Contractor shall submit a final Bridge Removal Plan to the Engineer prior to bridge
removal for record purposes only. The Contractor shall not begin the removal process without the
Engineer's written authorization.
Submittal of the final Bridge Removal Plan to the Engineer, and field inspection performed by the
Engineer, will in no way relieve the Contractor and the Contractor's Engineer of full responsibility for the
removal plan and procedures.
Work within Railroad right-of-way shall be in accordance with Section 107. For bridge removal over
railroads, including overhead wires, tunnels and underground facilities, approval of the bridge removal
plans will be contingent upon the drawings being satisfactory to the railroad company involved.
Unless otherwise directed, the Contractor's Engineer need not be on site when bridge removal operations
are in progress, but shall be present to conduct daily inspection for written approval of the work. The
Contractor's Engineer shall inspect and provide written approval of each phase of the removal prior to
allowing vehicles or pedestrians on, below, or adjacent to the structure. The Contractor's Engineer shall
certify in writing that the falsework, bracing, and shoring conform to the details of the final Bridge
Removal Plan. A copy of the certification shall be submitted to the Engineer.
The Contractor's Engineer shall inspect the bridge removal site and report in writing on a daily basis the
progress of the operation and the status of the remaining structure. A copy of this daily report shall be
available at the site of the work at all times, and a copy of the previous day's inspection report shall
submitted to the Engineer daily.
The Contractor shall have all necessary workers, materials, and equipment at the site prior to closing any
lanes to traffic to accommodate bridge removal operations. While the lanes are closed to public traffic,
work shall be pursued promptly and without interruption until the roadway is reopened to traffic.
Removal of hazardous material shall be in accordance with Section 250.
The Contractor shall take all steps to avoid contaminating state waters, in accordance with subsection
107.25.
Should an unplanned event occur or the bridge removal operation deviate from the submitted bridge .
removal plan, the bridge removal operations shall immediately cease after performing any work necessary
m
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-3-
REVISION OF SECTION 202
REMOVAL OF BRIDGE
to ensure worksite safety. The Contractor shall submit to the Engineer, the procedure or operation
proposed by the Contractor's Engineer to correct or remedy the occurrence of this unplanned event or to
revise the final Bridge Removal Plan. The Contractor shall submit his Engineer's report in writing,
within 24 hours of the event, summarizing the details of the event and the procedure for correction.
Before removal of the protective covering, the Contractor shall clean the protective covering of all debris
and fine material.
Bridge removal may be suspended by the Engineer for the following reasons:
(1) Final Bridge Removal Plan has not been submitted, or written authorization has not been provided
by the Engineer to begin the removal.
(2) The Contractor is not proceeding in accordance with the final Bridge Removal Plan, procedures, or
sequence.
(3) The Contractor's Engineer is not on site to conduct inspection for the written approval of the work.
(4) Safety precautions are deemed to be inadequate.
(5) Existing neighboring facilities are damaged as a result of bridge removal.
Suspension of bridge removal operations shall in no way relieve the Contractor of his responsibility under
the terms of the Contract. Bridge removal operations shall not resume until modifications have been
made to correct the conditions that resulted in the suspension, as approved in writing by the Engineer.
The Contractor shall notify all emergency response agencies of the proposed removal work and any
detours 24 hours in advance of work. This shall include the Colorado State Patrol, local Police
Department, local Fire Department, all local ambulance services, and the Sheriffs Department, as
appropriate.
All required traffic control devices, night time flagging stations, barricades and VMS signs shall be in
place, with detours in operation, prior to the beginning of removal operations each day. Night work shall
conform to the requirements of the MUTCD, Parts 1, 5, and 6.
Prior to reopening the roadway to public traffic, all debris, protective pads, materials, and devices shall be
removed and the roadways swept clean.
Explosives shall not be used for removal work without the written approval of the Engineer.
Removal shall include the superstructure, the substructure, which includes the piers, the abutments and
wingwalls, the bridge rail, and any approach slabs and sleeper slabs.
• Removal of the substructure shall be taken down to at least 1 foot below the natural existing or future
ground surface at the lowest point of interface with the abutment, unless otherwise approved by the
20
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-4-
REVISION OF SECTION 202
REMOVAL OF BRIDGE
Engineer. Holes resulting from substructure removal shall be backfilled with Structure Backfill (Class 2)
to the adjacent existing grades.
All other materials removed from the existing structure shall become the property of the Contractor and
shall be properly disposed of offsite at the Contractor's expense, unless otherwise stated in the plans.
Existing structures, facilities, and surrounding roadways shall not be damaged by the removal operations.
Damage that does occur shall be repaired immediately at the Contractor's expense.
Subsection 202.12 shall include the following:
Payment will be made under:
Pay Item
Removal of Bridge
Unit
Lump Sum
Payment for Removal of Bridge will be full compensation for all labor and materials required to complete
the work, including, preparation and implementation of the Bridge Removal Plan, inspection, equipment,
debris handling and disposal, salvaging, handling and storage of salvable materials, handling and disposal
of all hazardous materials and disposal of non -salvable materials.
Lighting required for nighttime operations will not be measured and paid for separately, but shall be
included in the work.
\1
21
0
0
•
U
I HYDROMETER ANALYSIS
I
SIEVE ANALYSIS
I
25HR. 7HR. TIME READINGS
U.S. STANDARD SERIES CLEAR
SQUARE OPENINGS
45MIN. ISMIN. 60MIN. 19MIN. 4MIN.
IMIN. '200
*50 *40 *30 *16 110 Is -4 3/8,
N4- 11h,
3' 5.6- 8-
100
;0
90
10
'20
so
0 70
30
z
40
60
— ----------------
r
50
—,50
z
w
40
60
30
70
8
2D
90
0
100
0.002 .005 .009 .019
.037 .074
.149 .297 .590 1.19 2.0 2.38 4.76 9.52
19.1 36.1
76.2 127152 200
.001
0.42
DIAMETER OF PARTICLE IN MILLIMETERS
—T
SANDS
GRAVEL..
(PLASTIC) TO SILT (NON -PLASTIC)
(
F
FINE MEDIUM COARSE
FINE
CO 7 E
COBBLES
—cy
Sample Of FILL, CLAY, SANDY (CL) GRAVEL 3 %
From TH-1 AT FEET SILT & CLAY 54%
PLASTICITY INDEX
SAND 43 %
LIQUID LIMIT 35 %
19%
I - HYDROMETER ANALYSIS
SIEVE ANALYSIS
25 HR. 7 HR. TIME READINGS
U.S. STANDARD SERIES
CLEAR SQUARE OPENINGS
45MIN. ISMIN. 60MIN. 19MIN. 4MIN.
IMIN. 1100
'50 '40 '30 *15
90 *8 -4 Ns.
3/4' 1 W
3' 5.6. a.
100
a
90
20
so
30
1
(5 70
40
60
j 50
z
60
60
40
30
70
26
180
10
i90
.
. . ........ ....
- - -------------
-7
:100
.001 0.002 .005 .009 .019
.037 .074
.149
.297 590 1.19
2.02.38 4.78 9.52
19A 36.1
76.2 127 200
0.42
152
DIAMETER
OF PARTICLE IN MILLIMETERS
SANDS
GRAVEL
CLAY (PLASTIC) TO SILT (NON -PLASTIC)
I
FINE
I MEDIUM
COARSE
FINE
COARSE
I COBBLES
Sample Of FILL, CLAY, SANDY
From TH -2AT1 FEET
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
SHIELDS STREET BRIDGE REPLACEMENT
CTL I T PROJECT NO. FC05113-125
GRAVEL 0 %
SILT & CLAY 63 %
PLASTICITY INDEX
SAND - 37%
LIQUID LIMIT 33 %
is%
Gradation
Test Results
clell I= A
. Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTIONS 202 AND 412
REMOVAL AND REPLACEMENT OF CONCRETE PAVEMENT
Sections 202 and 412 of the Standard Specifications are hereby revised for this project as follows:
In Subsection 202.02 delete the sixth paragraph and replace with the following:
The areas of concrete pavement to be removed shall be isolated in both the longitudinal and transverse
directions by the double saw cut method of sawing in accordance with FHWA's publication entitled
"Guide for Full -Depth Repairs". Sawing shall be accomplished with the use of a diamond blade saw or
approved equivalent. Sawing of the concrete pavement shall be done to a true line, with a vertical face,
unless otherwise specified. Sawing shall be full depth and shall go through the existing tie -bars and dowel
bars, leaving free vertical edges at the limits of the removal.
After sawing has been completed, the deteriorated concrete shall be lifted vertically from its position
unless otherwise approved by the Engineer. Pavement breakers orjackhammers shall be used in the
removal process where lifting is not possible. All loose materials shall be removed from the repair area.
Removed concrete slabs and excavated soils shall become the property of the Contractor and shall be
disposed of in accordance with subsection 202.07.
After concrete pavement is removed, the underlying material will be evaluated by the Engineer.
Unsuitable material shall be removed in accordance with subsection 206.03 and replaced with aggregate
base course of the class and depth specified in the Contract.
Within 24 hours before new concrete is placed, the entire surface upon which new concrete bonds shall be
sandblasted to roughen the surface and remove all fractured or loose particles in order to promote good
bond with new concrete.
The subsequent aggregate base course shall be placed with moisture and density control in accordance
Section 304.
Subsection 202.11 shall include the following:
Removal of concrete pavement will be measured by the square yard, completed to the required depth, and
accepted.
Subsection 202.12 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Removal of Concrete Pavement Square Yard
Removal of Portions of Present Structure Lump Sum
Payment for Removal of Concrete Pavement will be full compensation for all work and materials required
to complete the item, including sawing, removing, and disposal of the concrete pavement. Removal of
• man hole shall be included in Removal of Portions of Present Structure. Contractor shall be responsible
for the stability of the portions of box culvert to remain.
22
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 .
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-2-
REVISION OF SECTIONS 202 AND 412
REMOVAL AND REPLACEN[ENT OF CONCRETE PAVEMENT
Structure excavation for removal of unsuitable material will be measured and paid for in accordance with
subsection 206.07.
Aggregate base course will be measured and paid for in accordance with Section 304.
Subsection 412.13 shall include the following:
Dowel bars and tie bars for replaced concrete pavement shall be placed in accordance with Standard Plan
M-412-1 unless otherwise directed by the Engineer. To anchor dowel bars and tie bars, holes shall be
drilled into the sawed face of the existing slab, perpendicular to the joints. All alignments shall be
measured and verified prior to the placement of concrete. Dowel baskets shall be used for joints in repair
areas that exceed more than one panel replacement.
Compressed air shall be used to remove dirt and debris from all drilled holes. After cleaning and prior to
bar insertion, epoxy grout shall be discharged to the back of the hole to force the grout forward. Sufficient
17
epoxy grout shall be injected into the back of the hole in order to cover the bar over the entire length of
embedment. Each bar shall be twisted a minimum of one full turn during insertion.
Subsection 412.17 shall include the following:
The smoothness of the replaced concrete shall be tested in accordance with subsection 105.07(a).
In subsection 412.21, first paragraph, delete the first sentence and replace it with the following:
The quantities of Concrete Pavement to be paid for under these items will be the number of square yards
completed and accepted.
Subsection 412.24 shall include the following:
Payment will be made under:
Pay Item
Concrete Pavement (9 %2 Inch)
Pay Unit
Square Yard
Payment for Concrete Pavement (9 % Inch) will be full compensation for all work and material required
to place and finish the replacement concrete pavement, including dowel bars, in accordance with the
Contract.
23
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 203
EXCAVATION AND EMBANKMENT
METHOD OF MEASUREMENT
Subsection 203.13 (e) shall include the following:
Payment for potholing shall be lump sum including all items necessary to complete the work.
BASIS OF PAYMENT
Subsection 203.14 shall include the following:
Payment will be made under:
Pay Item
Potholing (Arthurs Ditch)
Potholing (Shields Bridge)
•
11
24
Pay Unit
Lump Sump
Lump Sump
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 •
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 208
EROSION CONTROL
METHOD OF MEASURENIENT
Subsection 208.11 delete paragraph 7 and replace with the following:
Payment for Erosion Control Supervisor shall be lump sum including all items necessary to complete the
work.
BASIS OF PAYMENT
Subsection 208.12 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Erosion Control Supervisor (Arthurs Ditch) Lump Sump
Erosion Control Supervisor (Shields Bridge) Lump Sump
•
0
25
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 212
TREE RETENTION AND PROTECTION
Section 212 of the Standard Specifications is hereby revised for this project as follows
Subsection 212.01 shall include the following:
Tree Retention and protection includes general protection and pruning of existing trees and plants that are
affected by execution of the Work, whether temporary or permanent construction. The following
definitions apply:
(a) Caliper: Diameter of a trunk measured by a diameter tape or the average of the smallest and largest
diameters at 6 inches above the ground for trees up to, and including, 4-inch size; and 12 inches
above the ground for trees larger than 4-inch size.
(b) Plant -Protection Zone: Area surrounding individual trees, groups of trees, shrubs, or other
vegetation to be protected during construction, and indicated on Drawings.
(c) Tree -Protection Zone: Area surrounding individual trees or groups of trees to be protected during
construction, and defined by a circle concentric with each tree with a radius 1.5 times the diameter
of the drip line unless otherwise indicated.
• (d) Vegetation: Trees, shrubs, groundcovers, grass, and other plants.
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 "Tree Retention and Protection" line item and will not
be paid for separately.
1. 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.
Add Subsection 212.061 immediately following Subsection 212.06
212.061 Tree Retention and Protection.
(a) Submittals.
L 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.
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 •
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-2-
REVISION OF SECTION 212
TREE RETENTION AND PROTECTION
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.
I. 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.
.).Prohibit heat sources, flames, ignition sources, and smoking within or near protection zones and
organic mulch.
(d) Preparation.
Locate and clearly identify trees, shrubs, and other vegetation to remain or to be relocated. Tie a f-
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.
27
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-3-
REVISION OF SECTION 212
TREE RETENTION AND PROTECTION
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.
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
10 walkways or in close proximity to street intersections, drives, or other vehicular circulation.
28
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Latimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
4-
REVISION OF SECTION 212
TREE RETENTION AND PROTECTION
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.
(g) Root Prunning.
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:
I. 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.
.).Cover exposed roots with burlap and water regularly.
4. Backfill as soon as possible according to requirements in Section 200 Earth Work.
29
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-5-
REVISION OF SECTION 212
TREE RETENTION AND PROTECTION
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:
l.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.
0
2.Treat damaged trunks, limbs, and roots according to an 1SA 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 ilfaterials.
Disposal: Remove excess excavated material, displaced trees, trash and debris, and legally dispose
of them off Owner's property.
30
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-6-
REVISION OF SECTION 212
TREE RETENTION AND PROTECTION
Subsection 212.07 shall include the following
Tree retention and protection will not be treasured, but will be paid for on a lump sum basis. The lump
sum price bid will be full compensation for all work required to complete the item, including installation
and maintenance of protection -zone fencing.
Subsection 212.08 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Tree Retention and Protection (Arthurs Ditch) Lump Sum
Tree Retention and Protection (Shields Bridge) Lump Sum
C
31
U
Z_
P:
N
W
CG
O
Q
W
cc
J
--- -
O
CO
LL
O
}
z
O
J
J
U
U
a
>-
?
U
Z
Z
W
U)
U)
UU
J
J
J
J
LL
LL
Z
O
IL
UD X
m
=QLLOCc
n
O
fO
tD
Q Cl)Z
Q
Q
U
C7 0
Z N j o
ch
W_ o
iV
t(D
d Z
F-
~
F}-'
-
X
�P:w
_J
0
rnco
-
(D
cc
a
W
m
cr
O F
�a
�V)
Q
J
W F
M Z
DW,
ra)
Z-0-0
O)
O
2
d
r
W
W LL
z
.—
a
(c
T
Q
�
�
CO
R
R.
H
Z
w
F
cc
Q
a
wr
p
C7 w
z F
¢w
w U
Z g
Z
(DW
Z CC
wwu,
' J o
m p U
Z ¢ w
m0
O Z
U W F
N O
LL S
O�F
} w
= r
U 0 U
n
LJ
•
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Latimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
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 to mitigate tree removals. Trees will be planted with
in %2 mile of the Shields project site at Roland Moore Park and as directed by the City Forester.
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.
Possible types of trees to be planted:
-Shade Trees (3" Caliper)
-Ornamental Trees (2.5" Caliper)
-Evergreen Trees (3' in Height)
The type of trees to be accepted by the City Forester.
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.
32
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2 40
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-2-
SECTION 214
PLANTING
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.
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 Forester. The Forester 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.
On the project site at the time of delivery, prior to planting. 0
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 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.
Stakes. Wood stakes shall be 2 inches x 2 inches square, or 2 % inch diameter and 6 feet long free from
bends. Metal stakes shall be 6 feet long standard T-bar steel fence post or 94 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.
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.
33
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-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 % to 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 '/ 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.
34
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 •
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
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 tirne. 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 1Llaterials. 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 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 spring. Wrapping shall not remain on any trees
throughout the summer months. Wrapping shall be removed by the Contractor.
35
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-5-
SECTION 214
PLANTING
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.
214.03 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,
Forester 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, Forester and Landscape Architect, 12 months after the
beginning of the Landscape Establishment Period in order to determine 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
36
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 .
South Shields Street over Latimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-6-
SECTION 214
PLANTING
replacements, the Contractor, Forester 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.
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 included in the cost of the work.
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.
Cost of the performance bond shall be included in the cost of the plant items.
37
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-7-
SECTION 214
PLANTING
Payment will be made under:
Pay Item Pay Unit
Deciduous Tree (3 Inch Caliper) 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.
. 2.5 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 treasured 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.
�s
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2 40
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
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 5) as shown in subsection 703.03
The aggregate base course (Class 5) must meet the gradation requirements and have a resilient modulus of
at least 32,883 p.s.i. (P>_78) when tested by the Hveem Stabilometer method.
0
39
Ll
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Latimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 403
HOT MIX ASPHALT
DESCRIPTION
Subsection 403.01 shall include the following:
Hot Mix Asphalt (Grading SG) (100) (PG28-28) (Temporary Pavement) shall be used as a temporary
driving surface following completion of Phase I of the bridge construction. This pavement must be
removed prior to placement of the final pavement structure.
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
Test
Value For Grading
Property
SG(100)
IS(100)
Method
Air Voids, percent at:
CPL 5115
3.5 — 4.5
3.5 — 4.5
N design
Lab Compaction (Revolutions):
CPL 5115
8
8
N (design)
100
100
Stability, minimum
CPL 5106
Aggregate Retained on the 4.75 mm
(No. 4) Sieve with at least 2
Mechanically Induced fractured
CP 45
90
70
faces, % minimum
Accelerated Moisture Sus-ceptibility
CPL 5109
Tensile Strength Ratio (Lottman),
Method B
80
80
minimum
Minimum Dry Split Tensile Strength,
CPL 5109
205 (30)
205 (30)
kPa(psi)
Method B
Grade of Asphalt Cement, Top Layer
PG64-28
Grade of Asphalt Cement, Layers
PG64-22
below To
Voids in the Mineral Aggregate
CP 48
See Table
See Table
VMA) % minimum
403-2
403-2
Voids Filled with Asphalt (VFA), %
AI MS-2
65-75
65-75
Dust to Asphalt Ratio
0.6 — 1.2
0.6 — L2
Fine Gradation
CP 50
Coarse Gradation
0.8 — 1.6
0.8 — 1.6
Note: AI MS-2 = Asphalt Institute Manual Series 2
Note: The current version of CPL 5 1 1 5 is available from the Region Materials Engineer.
Note: Mixes with gradations having less than 40% passing the 4.75 min (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
radation if they pass below the maximum density line at the #4 screen.
Gradations for mixes with a nominal maximum aggregate size ot''/, inch or smaller are considered a coarse
gradation if they pass below the maximum density line at the #8 screen.
40
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-2-
REVISION OF SECTION 403
HOT NIIX 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
Minimum Voids in the Mineral Aggregate (VMA)
Nominal
Maximum Size*,
mm inches)
***Design Air Voids **
3.5%
4.0%
4.5%
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 (%)
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.
*** Extrapolatespecified 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 time 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:
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:
Ell
9
0
APPENDIX A
PAVEMENT DESIGN CALCULATIONS
•
•
IF
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Latimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-3-
REVISION OF SECTION 403
HOT MIX ASPHALT
BASIS OF PAYMENT
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 SG)(100) (PG 58-28) (Temporary Pavement) Ton
Hot Mix Asphalt (Grading SG)(100) (PG 58-28) Ton
Hot Mix Asphalt (Grading S)(100)(PG 64-28) 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 treasured 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 treasured 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.
9
Removal of temporary pavement will not be treasured and paid for separatley, but shall be incidential to
the cost of Construction Zone Traffic Control (Shields Bridge) lump sum.
42
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 .
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
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 litne 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 Tarranty 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 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
43
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-2-
REVISION OF SECTION 403
WARRANTED HOT MIX ASPHALT
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, that 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 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 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
Members 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.
44
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 •
South Shields Street over Latimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-3-
REVISION OF SECTION 403
WARRANTED HOT MIX ASPHALT
(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.
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 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 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.
0
45 .
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
4-
REVISION OF SECTION 403
WARRANTED HOT MIX ASPHALT
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 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 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
46
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2 40
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-5-
REVISION OF SECTION 403
WARRANTED HOT MIX ASPHALT
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:
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 treasured 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.
Severity
Quantity
Preferred Actions
(Actual action to be approved by PET)
Low
> 0.3 to 0.5 inch
Micromill or diamond grind to remove ruts, chip
seal, microsurface or remove and replace.
Moderate
> 0.5 to 1 inch
Micromill or diamond grind to remove ruts then
microsurface or remove and replace.
High
> l inch
Evaluate the cause and then remove and replace.
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:
Table A: 2 vear Warrantv Ruttine Rate of Loading Table
Maximum Accumulated ESAL's
Time after Pavement Acceptance
(where D = 3 year projection design lane
(sampling intervals)
ESAL's) "w"
6 months
0.25 x D
12 months
0.50 x D
18 months
0.75 x D
24 months
D
ff 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.
47
•
•
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Latimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-6-
REVISION OF SECTION 403
WARRANTED HOT MIX ASPHALT
2. Pot Holes. Pot holes are bowl shaped depressions of various sizes in the pavement surface
caused by loss of pavement mix.
Severity
Quantity
Preferred Actions
Actual action to be approved by PET)
Low
< I inch deep and > 0.2 feet'
Seal coat or crack / joint seal
Moderate
1 inch to 2 in. deep and > 0.2 feet'
Patch
High
> 2 inch deep and > 0.2 feet'
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 l8 inches of a longitudinal joint.
Severity
Quantity
Preferred Actions
(Mean Width)
(Actual action to be approved by PET)
Low
[ 0.25 inch
Seal cracks with hot poured joint and crack sealant materials
that meet the requirements of ASTM D 3405.
Seal cracks with hot poured joint and crack sealant materials
Moderate
> 0.25 inch and [ 0.75 inch
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 beyond distress
High
> 0.75 in.
laterally and 2 feet beyond distress longitudinally. In no
instance shall resultingjoints 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 and Remove and replace full width of lane or
High shoulder to two feet longitudinally beyond
tire tracks
affected area.
48
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2 00
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-7-
REVISION OF SECTION 403
WARRANTED HOT iVQX ASPHALT
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.
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.
Preferred Action
Severity
Quantity
(actual action to be approved by
PET)
Seal cracks with hot poured joint
Low
< 0.25 inch wide
and crack sealant materials that
meet the requirements of ASTM D
3405.
Seal cracks with hot poured joint
< 0.75 inch wide
and crack sealant materials which
Moderate
< 0.25 inch wide with spalling or random
meet the requirements of ASTM D
cracking
3405, ASTM D 5078 or ASTM D
5078 with 22% scrap rubber.
Remove and replace full width of
>_ 0.75 in. wide
lane or shoulder to one foot
High
< 0.75 in. wide with spalling and random
longitudinally beyond the apparent
cracking
distress.
(e) Elective or Preventive Action. Elective or Preventive action shall be aContractor or Surety option,
at the Contracor 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.
49
•
•
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-$-
REVISION OF SECTION 403
WARRANTED HOT MIX ASPHALT
(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.
•
0
Cost of the two year warranty will be incidental to the placement of all hot mix asphalt pavement.
50
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 •
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
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 (stow -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: -
Emulsified Asphalt (tack coat) will not be measured and paid for separately, but shall be included
in the work.
•
51
1993 AASHTO Pavement Design .
DARWin Pavement Design and Analysis System
A Proprietary AASHTOWare
Computer Software Product
Flexible Structural Design Module
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
SHIELDS STREET BRIDGE REPLACEMENT
CTLIT PROJECT NO. FC051 13-125
Flexible Structural Design
18-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
5,248 psi
Stage Construction
I
Calculated Design Structural Number
4.28 in
•
Specified Layer Design
Struct Drain
Coef. Coef.
Thickness
Width
Calculated
Laver Material Description
(Ai) b1i
Di in
(Ut
SN in
I I-04A
0.44 I
6
24
2.64
2 ABC
0.14 1.05
13
24
1.91
Total
- -
19.00
-
4.55
0
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 412
PORTLAND CEMENT CONCRETE PAVEMENT
Section 412 of the Standard Specifications is hereby revised for this project as follows:
Subsection 412.16 shall include the following:
A two year warranty period will be apparent for all Portland Cement Concrete Pavement placed as part of
the construction project. The warranty period will begin the date the project has reached final acceptance.
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 quarterly basis throughout the duration of the
two year warranty period. The City will develop a list of improvements which will need to be removed
and replaced and deliver this to the Contractor. The City and Contractor will meet to finalize the list of
improvements to be addressed along with determining the timing of the work to be completed. The
following failures will result in removal of the Portland Cement Concrete Pavement, adjustment of the
underlying material (if necessary), and the replacement with material meeting the project's contract
specifications:
• Pavement slabs containing one or more cracks through the full depth of the slab that separate
. the slab into two or more parts
• Pavement slabs containing honeycombed areas
• Pavement slabs containing an extreme void as defined above
• Pavement slabs containing more than one void greater in depth than half the pavement thickness
• Pavement slabs containing a cumulative surface area of moderate and severe voids greater than
one percent of the slab's total area
• Pavement slabs containing 20 or more severe voids
• Joints that are spatted over 50% their length
• Concrete improvements constructed which do not meet specified grades in the plans. If water
pools greater than 0.5" after a storm event, concrete improvements will need to be removed to
nearest grades that meet the contract's intent and replaced, enabling proper drainage
All pavement slabs to be removed shall be removed in a manner that minimizes contamination of the
removed pavement with underlying material. The removals shall be performed in accordance with the
removal specifications for Portland Cement Concrete Pavement as are defined in the contract. The
damaged pavement slab shall be cut in a straight, true line with a vertical face and shall be cut with a
concrete saw. If the damage to the slab does not extend past the midpoint of the slab, half the panel can
be removed and replaced. If the damage extends past the midpoint of the slab, the pavement shall be
removed to the nearest joint. The removed concrete pavement shall become the property of the Contractor
and disposed of outside the project site legally. All concrete pavement removed shall be replaced with
concrete meeting the specifications for either Class E or P concrete, and shall match the thickness and
finish of the existing pavement. For repairs on arterial and collector streets, concrete placed shall meet
3000 psi strength within 48 hours of placement. A minimum compressive strength of 3000 psi or .80 Fc,
whichever is greater, and a minimum flexural compressive strength of 450 psi are required prior to
opening the roadway to traffic. Prior to removing and replacing the damaged slab, a concrete mix design
shall be submitted and approved.
•
52
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 .
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-2-
REVISION OF SECTION 412
PORTLAND CEMENT CONCRETE PAVEMENT
The Contractor shall provide all traffic control necessary to reroute traffic during the removal,
replacement, and curing for all concrete pavement not meeting the project's contract specifications. All
traffic control plans shall be submitted to the City's Traffic Operations Department for approval. The
Contractor shall notify the City's project manager at least 48 hours prior to beginning any removals. If
any striping or stenciling is necessary after the work has been completed, the City will perform the
striping. All costs incurred for the striping will be the responsibility of the Contractor.
•
53
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Latimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 514
PEDESTRIAN RAILING (STEEL)(SPECIAL)
Section 514 of the Standard Specifications is hereby deleted in its entirety and replaced with the
following:
DESCRIPTION
514.01 This work shall consist of furnishing all equipment, labor, fabrication and materials to do all work
necessary to construct the Pedestrian Railing (Steel)(Special) as indicated on the Drawings and as
specified herein. These consist of a cable guardrail and decorative fence.
MATERIALS
514.02 Materials shall meet the following requirements as follows:
Decorative fence steel shall conform to the requirements of Section 509 and the following:
a. Steel pipe shall conform to the requirements of ASTM A500 Grade B.
2. Cable Guardrail shall conform to the requirements of ASTM 985, Specifications for Permanent
• Metal Railing Systems and Rails for Buildings, and the following:
a. Stainless steel stranded cable shall conform to MIL -SPEC MIL-C-5688.
b. Cable hardware shall conform to ASTM A 276.
C. Basis of Design Product:
i. Manufacturer: Hayn Enterprises, LLC
ii. 51 Inwood Road, Rocky Hill, CT 06067
iii. Phone:800-346-4296
iv. Type: System SPI-2000
Welding shall conform to the American Welding Society Structural Weld Code - Steel D1.1.
Shop Drawings: Submit shop drawings of all metal railing fabrications to the Engineer for approval,
showing sizes and thickness of all members, types of materials, methods of connection and assembly,
complete dimensions, clearances, anchorage, relationship to surrounding work by other trades, shop paint
and protective coatings, and other pertinent details of fabrication and installation.
1. Field -measurement shall be conducted prior to development of shop drawings to verify required
dimensioning of railing.
2. Indicate profiles, sizes, connection attachments, anchorage, openings, size and type of fasteners and
any accessories.
3. Include erection drawings, elevations, applicable details and field dimensions.
4. Indicate welded connection using standard AWS welding symbols. Indicate net weld lengths.
Samples: Submit material information as listed in the following.
1. Do not order materials or begin fabrication until Engineer's review of submittals has been
completed and returned.
54
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO 1\4455-100
Construction Subaccount No. 17905
-2-
REVISION OF SECTION 514
PEDESTRIAN RAILING (STEEL)(SPECIAL)
2. Furnish to the Contractor with copy to the Engineer, a certified statement that the shop -applied
finishes conform to these Specifications, including compliance with application thickness and
adhesion.
Immediately before painting, remove rust, loose mill scale, dirt, weld flux, weld spatter, and other foreign
materials with SSPC-SP6 commercial sandblast treatment.
CONSTRUCTION REQUIRENIENTS
514.03 Materials shall be carefully handled and stored under cover in manner to prevent deformation and
damage to the materials and to shop finishes, and to prevent rusting and the accumulation of foreign
matter on the metal work. All such work shall be repaired and cleaned both prior to and after erection.
Work shall be erected square, plumb and true, accurately fitted, and with tight joints and intersections.
Materials shall be new stock, free from defects impairing strength, durability or appearance and of best
commercial quality for each intended purpose.
Connections shall be continuous -welded type for rigid construction, with weld ground smooth. Welding •
shall conform to applicable requirements of AWS D1.1.
Metal surfaces shall be cleaned and free from mill scale, flake, rust and rust pitting; well formed and
finished to shaped and size, true to details with straight, sharp lines and angles and smooth surfaces.
Weld all permanent connections. Welds shall be continuous on all exposed surfaces; exposed weld shall
be ground flush and smooth with voids filled with metallic filling compound.
Pipe rail shall be rigidly braced and secured to surrounding construction, and shall be tight and free of
rattle, vibration, or noticeable deflection during construction.
Rail shall be of Architectural Quality. Exceptional care shall be taken in welding and grinding, filing and
surface sanding to provide truly smooth, clean, neat, and flush construction throughout, free of all surface
defects and defacements.
Remove and replace work at no additional cost to the project for work of this section which is improperly
located or is not true to line, and plumb.
Repair damaged components and finishes as recommended by the manufacturer and as indicated herein.
METHOD OF MEASUREMENT
514.04 Pedestrian Railing (Steel)(Special) shall be measured and paid for by the linear foot from end to
end of metal rail sections, as shown on plans.
55
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-3-
REVISION OF SECTION 514
PEDESTRIAN RAILING (STEEL)(SPECIAL)
•
0
BASIS OF PAYMENT
514.05 The accepted quantities rail measured as provided above will be paid for at the Contract unit price
per linear foot, which shall be compensation for all labor, equipment and materials including embedded
anchorage, painting, installation and adjustment required to complete the item.
Payment will be made under:
Pay Item Pay Unit
Pedestrian Railing (Steel)(Special) Linear Foot
UZ
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 •
South Shields Street over Latimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 601
STRUCTURAL CONCRETE
Section 601 of the Standard Specifications is hereby revised for this project as follows:
Section 601.01 shall include the following:
A two year warranty period will be apparent for all concrete placed as part of the construction project.
The warranty period will begin the date the project has reached final acceptance. 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 quarterly basis throughout the duration of the
two year warranty period. The City will develop a list of improvements which will need to be removed
and replaced and deliver this to the Contractor. The City and Contractor will meet to finalize the list of
improvements to be addressed along with determining the timing of the work to be completed. The
following failures will result in removal of the concrete, adjustment of the underlying material (if
necessary), and the replacement with material meeting the project's contract specifications:
• Concrete that has heaved or settled a difference greater than 0.75" as compared to adjacent
hardscaped improvements
• Concrete containing one or more visible cracks through the full depth of the improvement that •
separate the improvement into two or more parts
• Concrete improvements constructed which do not meet specified grades in the plans. If water
pools greater than 0.5" after a storm event, concrete improvements will need to be removed to
nearest grades that meet the contract's intent and replaced, enabling proper drainage
• Concrete containing honeycombed areas
• Concrete containing an extreme void as defined in Section 412.16
• Concrete containing more than one void greater in depth than half the pavement thickness
• Concrete containing a cumulative surface area of moderate and severe voids greater than one
percent of the slab's total area
• Concrete containing 20 or more severe voids
• Joints that are spatted over 50% their length
All concrete to be removed shall be removed in a manner that minimizes contamination of the removed
pavement with underlying material. The removals shall be performed in accordance with the removal
specifications for Structural Concrete as are defined in the contract. The damaged concrete shall be cut in
a straight, true line with a vertical face and shall be cut with a concrete saw. If the damage to the concrete
does not extend past the mid point of a slab, half the panel can be removed and replaced. If the damage
extends past the mid point of the slab, the concrete shall be removed to the nearest joint. The removed
concrete shall become the property of the Contractor and disposed of outside the project site legally. All
concrete removed shall be replaced with concrete meeting the specifications for either Class B or D
concrete, and shall match the thickness and finish of the existing improvement. Prior to removing and
replacing the damaged slab, a concrete mix design shall be submitted and approved.
The Contractor shall provide all traffic control necessary to reroute traffic during the removal,
replacement, and curing for all concrete not meeting the project's contract specifications. All traffic •
control plans shall be submitted to the City's Traffic Operations Department for approval. The Contractor
57
i
•
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-2-
REVISION OF SECTION 601
STRUCTURAL CONCRETE
shall notify the City's project manager at least 48 hours prior to beginning any removals. If any striping
or stenciling is necessary after the work has been completed, the City will perform the striping. All costs
incurred for the striping will be the responsibility of the Contractor.
58
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 606
DECORATIVE COLUMN — TYPE 1 AND 2
Section 606 of the Standard Specifications is hereby modified for this project by inclusion of the
following:
DESCRIPTION
606.01 This work consists of constructing decorative columns as detailed in the documents. These
columns are constructed with a grouted and reinforced concrete masonry unit (CMU) core. These CMU
cores shall be clad with a 1-inch 'thinstone' natural stone veneer with pre -cast base and capped with pre-
cast caps. A pre -cast sign panel is attached to Column Type 2.
MATERIALS
606.02 Materials shall meet the requirements as follows:
Joint Reinforcement, Ties, and Anchors shall be from one of the suppliers shown below or an
engineer approved equal:
a) Dur-O-Wal, Inc.
b) Heckman Building Products, Inc.
c) Hohmann & Barnard, Inc.
d) Masonry Reinforcing Corp. of America
e) National Wire Products Industries
0 Southern Construction Products
2. Concrete Masonry Units shall meet the requirements of ASTM C90 and as follows:
a) Unit Compressive Strength shall be 2000psi
b) Weight Classification shall be standard
c) Do not use aggregates made from pumice, scoria, or tuff
d) Provide Type I, moisture -controlled units
Pre -cast Concrete shall conform to Pre -stressed Concrete Institute's "Architectural Precast Concrete
Design Manual", Current Edition, and the following:
a) Portland Cement: ASTM C 150, Type 1 or II, color to be white or gray as required to achieve
proper color.
b) Course and Fine Aggregate: ASTM C 33, except for gradation. Color to be white. Darker
aggregates may be used as long as the proper color mix is achieved.
b) Pigments: ASTM C 979; Inorganic, non -fading, resistant to lime and other alkalis. Pigments
not to exceed 10% of the cement weight.
4. Mortar shall be Portland Cement meeting the requirements of ASTM C 150, Type I or II.
Aggregate for the mortar shall meet the requirements of ASTM C 144.
5. Reinforcing steel shall be epoxy coated and in accordance with ASTM A615, Grade 60 (fy =
60,000 psi).
6. A sample of the natural stone veneer and pre -cast concrete shall be submitted to the Engineer for .
approval, prior to construction.
WN
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-2-
REVISION OF SECTION 606
DECORATIVE COLUMN — TYPE I AND 2
a) Submit shop drawings for pre -cast concrete base, cap and sign panel to the Engineer for
approval showing sizes, thicknesses and anchorages prior to fabrication.
CONSTRUCTION REQUIREMENTS
606.03 Construction of the Decorative Columns shall meet the following requirements:
Cut masonry units with motor -driven saws to provide clean, sharp, unchipped edges. Cut units as
required to provide continuous pattern and to fit adjoining construction. Use full-size units without
cutting, where possible. Allow units cut with water-cooled saws to dry before placing, unless
wetting of units is specified. Install cut units with cut surfaces concealed, where possible.
2. Lay hollow concrete masonry units with full mortar coverage on horizontal and vertical face shells.
Bed webs in mortar in starting course on footings.
3. Provide reinforcing steel bars in corner CMU cores as shown in the plans.
• 4. Grout all CMU cores and vibrate to consolidate grout.
5. Tool exposed joints slightly concave when thumbprint hard, using ajointer.
6. Wire veneer ties shall be provided to anchor the natural stone veneer to the CMU core. Ties shall
be spaced not more than two feet horizontally and vertically. The contractor shall submit the wire
veneer tie to be incorporated in the work, for approval. The contractor shall submit a method for
anchoring the sandstone caps for approval.
606.04 Construction of cut stone veneer to the Decorative Columns — Type l and 2 at the locations and to
the lines and grades shown on the Contract Documents.
A. Submittals. Submit prior to delivery to site. Attach product name, address of manufacturer and /or
supplier.
1. Cut Stone Veneer: Two (2) full size units.
2. Color Samples: Grout compounds
3. On -Site Sample: Minimum 4 ft. tall by 2 ft. square including cut stone veneer, cut stone
grout color. Show complete installation showing a sample pattern, finish, colors, and jointing.
Protect site sample until Final Acceptance of stone work. Dispose of all samples off site
thereafter.
B. Performance Requirements.
1. Contractors Responsibility: Site stone system indicated establishes basic dimensions, profiles
and sight lines. Within the limitations established by Contract Documents the Contractor is
responsible for the design, engineering, fabrication and installation of the entire site stone in
conjunction with the columns.
• 2. Cut Stone Veneer:
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-3-
REVISION OF SECTION 606
DECORATIVE COLUMN —TYPE 1 AND 2
a. Standard grade and be free of cracks, seams or starts which may impair its structural
integrity or function.
b. Inherent variations characteristic from which it is obtained will be acceptable.
C. Color, texture and finish shall be within the range of samples to be submitted.
C. Products
1. Cut Stone Veneer:
a. Manufacturer and Supplier: Arkins Park Stone Corporation
b. 5975 N. County Road 27, Loveland, CO 80538-9538
C. Phone: 970-663-1920
d. Type: Arkins Park Stone — Loveland Buff Thinstone Veneer
2. Grout:
a. Type S with minimum compressive strength of 1800 psi in 28 days.
b. Color grout to match stone veneer, buff to tan ranges.
D. Execution
1. General: Do not install stone that has chips, cracks, holes, spills, stains, patches, scratches or
other defects that would be visible in the finished work. •
2. Cleaning: Clean stone both back and front prior to setting by scrubbing with a wet sponge to
remove all dust and dirt.
3. Finished Grade: Lay every course of stone true and even and brought to finished grades or
elevations shown on the drawings.
4. Laying: Lay stone parallel to the base line using wood mallets or similar accepted tools.
5. Tolerances:
a. Variations from true plane, or flat surfaces, shall be determined by the use of a 4ft. long
straight edge, applied in any direction on the surface.
b. On wall surfaces the maximum variation from true plane shall not exceed 1/8 of the
specified joint width.
C. Maintain small grout lines of t/4 inch min. to 1/2 inch max.
6. Installation of Cut Stone Veneer
a. Wet the wall with water to provide moisture for the mortar on the rock to absorb and
adhere to.
b. With a pointed trowel, apply mortar to the back of the stone about 1/2 inch thick.
C. Beginning with the corner pieces, work either from the top -down, or bottom -up. Press
the corner piece onto the wall, rotating back and forth slightly, and forcing some of the
mortar to "squeeze out". Vary the comer returns while working your way up or down
the wall to avoid unattractive vertical mortar joints near the comers. Allow about 1/4-
inch to 1/2-inch space between the rock pieces.
d. After the comer pieces are installed, apply flat pieces starting at an outside corner and
working your way in. Remove excess mortar from around or on the rock with a sponge
or stiff brush.
e. To fit pieces or create unique cuts in the stone, chisel small sections of the stone prior
to installation. For larger cuts, a small electric saw with a diamond blade may be used.
f. Once all of the stone is in place, use a mortar/grout bag to fill in the joints between the •
stone. Add colorant to the mortar, and more water to the mortar so that it is smooth
M
• 1993 AASHTO Pavement Design
DARWin Pavement Design and Analysis System
A Proprietary AASHTOWare
Computer Software Product
Flexible Structural Design Module
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
SHIELDS STREET BRIDGE REPLACEMENT
CTLrT PROJECT NO. FC05113-125
Flexible Structural Design
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
2,190,000
4.5
2.5
90 %
0.44
5,248 psi
4.28 in
Specified Layer Design
Struct
Drain
Coef.
Coef.
Thickness
Width
Calculated
Laver Material Description Ai
Mi
Di in
LD
SN in
t HMA 0.44
t
8.5
24
3.74
2 ABC 0.14
1.05
6
24
0.88
Total -
-
14.50
-
4.62
•
. Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street)
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
•
-4-
REVISION OF SECTION 606
DECORATIVE COLUMN — TYPE 1 AND 2
January 26, 2012
and flows easily out of the bag. Fill the bag about half full with mortar, and twist the
bag at the end. Fill the vertical and horizontal joints with mortar, and sponge or whisk
off excess mortar that gets onto the stone face.
g. As the mortar begins to stiffen to the consistency of wet beach sand, use a joint tool to
smooth out the mortar joints to the desired depth. A stiff -bristled paint brush may also
be used to push mortar into the crevasses and smooth joints.
h. Use a wet sponge or stiff brush to clean off any remaining mortar on the rock face. Do
not use a wire brush to clean stone.
E. Cleaning and Protecting.
1. Cleaning:
a. After all pointing has been completed, carefully clean all stone veneer and wall caps of
dirt, mortar, stains and other defacements.
b. Use stiff brush or wool for cleaning, do not use a wire brush.
2. Protection:
a. All completed or in progress stone work shall be protected at all times during
construction.
b. Use a strong impervious film or fabric to securely cover stonework.
METHOD OF MEASUREMENT
606.05 The Decorative Columns shall be measured by the complete unit, as detailed in the contract
documents. Decorative Columns shall include all CMU, grout, reinforcing steel, ties, anchors, cut stone
veneer, pre -cast bases, pre -cast caps, and any other items necessary to complete the item as shown in the
plans. Decorative Column Type 2 shall include cast stone sign panel.
BASIS OF PAYMENT
606.06 Payment will be made under:
Pay Item
Decorative Column Type l
Decorative Column Type 2
Pay Unit
Each
Each
Payment shall be full compensation for all materials and work necessary to complete the item.
am
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 •
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
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, shalt be capable of producing the pattern of domes as shown on the standard plans.
Pavers shall meet the requirements of ASTM C 902 or ASTtM 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
CAST in TACT Warning
TMA Construction Supply
303-295-6050
Panels
East Jordanl'Iron Wbrks Ihc.
'Truncated.Dome Plates,
800 62- 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
Bt
Where Bi = Light Reflectance Value (LRV) of the lighter area
B2 = LRV of the darker area
Absolute black and white will not be permitted.
63
•
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-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 confonn 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
0
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.
rev
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-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.
0
0
65
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 608
SIDEWALKS AND BIKEWAYS
Section 608 of the Standard Specifications is hereby revised for this project as follows:
MATERIALS
Subsection 608.02 delete sentence one and substitute the following:
Concrete for sidewalks, bikeways, and curb ramps shall be Class D, and meet the requirements of
Section 601.
•
•
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 •
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 618
PRESTRESSED CONCRETE SLAB
Section 618 of the Standard Specifications is hereby revised for this project as follows:
Section 618.02 (b) shall include the following:
5. Threaded Inserts. Each threaded inserts shall be designed for 4 kip pullout load. Heckmann
threaded insert P-35-T or approved equivalent shall be used.
Section 618.17 shall include the following:
Inserts shall not be paid for separately, but shall be included in the work.
•
67
. Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street)
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
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:
January 26, 2012
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.
CONSTRUCTION REQUIREMENTS
Subsection 630.09 shall include the following:
Minimal temporary striping shall be used as part of the project. Removal of temporary striping by
grinding will not be allowed.
0 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
excluding Flagging, Traffic Control Inspection and Traffic Control Management.
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 South Shields
Street described previously. Provide message boards a minimum of seven days prior to initiating any
work.
Pay Item Pay Unit
Construction Zone Traffic Control (Arthurs Ditch) Lump Sum
Construction Zone Traffic Control (Shields Bridge) 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.
All items (including but not limited to construction signs, cones, barrels, barriers, barricades, etc.)
required for project traffic control for all activities of work is included in the item bid for Construction
Zone Traffic Control (LS).
68
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Latimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
E
11
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 630
IMPACT ATTENUATOR (SAND FILLED PLASTIC BARREL) (TEMPORARY)
Section 630 of the Standard Specifications is hereby revised for this project to include the following:
DESCRIPTION
This work consists of furnishing, installing, certifying, moving, repairing, maintaining, and removing
temporary impact attenuators in accordance with these specifications and in conformity with the lines and
details shown on the plans or established.
MATERIALS
Impact attenuators shall be sand barrel arrays and materials for plastic barrels and sand shall conform to
the requirements of the manufacturer and be capable of bi-directional shielding of the objects detailed and
located on the plans. Sand and water filler materials shall be treated according to the manufacturer's
recommendations to prevent freezing to a temperature of -50'F. The design speed of the impact
attenuators shall be 30 mph and shall meet the requirements of NCHRP Report 350 TL-2.
CONSTRUCTION REQUIREMENTS
• The Contractor shall paint, with white epoxy paint, an outline and the weight of each barrel on the
pavement prior to final placement of sand barrel arrays. All numbers shall be a minimum of 6 inches
high. Barrel type shall be one of those listed in the Safety Selection Guide. The site shall be prepared to
receive the impact attenuator by filling, excavating, smoothing, constructing the paved foundation pad,
installing approved transition and anchoring, and all other work necessary for the proper installation of
the attenuator.
The impact attenuator shall be fabricated and installed in accordance with the manufacturer's
recommendations. The Contractor shall provide a copy of the manufacturer's installation instructions and
parts list to the Engineer prior to installation of the device.
Each installation shall be supervised and certified as correct upon completion by a representative of the
device manufacturer or by an employee of the Contractor who is a certified installer. The certified
installer shall have completed device training and shall be registered with the manufacturer as a certified
installer. The Contractor shall submit all appropriate documentation to validate that the certified installer
has completed device training and has been registered with the manufacturer as a certified installer.
METHOD OF MEASUREMENT
Impact Attenuator (Sand Filled Plastic Barrel) (Temporary) will be treasured by the number of attenuators
shown on the plans, installed, certified, and accepted. Pricing for temporary barrels is irrespective of the
size of barrel required.
BASIS OF PAYMENT
The accepted quantities will be paid for at the contract unit price for the pay item listed below
Payment will be made under:
70
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Latimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-2-
REVISION OF SECTION 630
IMPACT ATTENUATOR (SAND FILLED PLASTIC BARREL) (TEMPORARY)
Pay Item Pay Unit
Impact Attenuator (Sand Filled Plastic Barrel) (Temporary) Each
Payment will be full compensation for all work and materials required to furnish, install, certify, move,
repair, maintain, and remove the impact attenuator. Site preparation, foundation pad, epoxy painting, and
all necessary hardware including anchors and transitions will not be paid for separately, but shall be
included in the work.
•
71
1993 AASHTO Pavement Design •
DARWin Pavement Design and Analysis System
A Proprietary AASHTOWare
Computer Software Product
Rigid Structural Design Module
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
SHIELDS STREET BRIDGE REPLACEMENT
CTLIT PROJECT NO. FC051 13-125
Rigid Structural Design
Pavement Type
JRCP
18-kip ESALs Over Initial Performance Period
2,190,000
Initial Serviceability
4.5
Terminal Serviceability
2.5
28-day Mean PCC Modulus of Rupture
650 psi
28-day Mean Elastic Modulus of Slab
3,400,000 psi
Mean Effective k-value
100 psi/in
Reliability Level
90 %
Overall Standard Deviation
0.35
Load Transfer Coefficient, J
2.8 .
Overall Drainage Coefficient, Cd
1
-.Calculated Design Thickness 7.35 in
Dine I
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
REVISION OF SECTION 630
PORTABLE MESSAGE SIGN PANEL
Section 630 of the Standard Specifications is hereby revised for this project as follows
Subsection 630.01 shall include the following:
This work includes furnishing, operating, and maintaining a portable message sign panel
Add subsection 630.031 immediately following subsection 630.03 as follows:
630.031 Portable Message Sign Panel. Portable message sign panel shall be fumished as a device fully
self contained on a portable trailer, capable of being licensed for normal highway travel, and shall include
leveling and stabilization jacks. The panel shall display a minimum of three - eight character lines. The
panel shall be a dot-matrix type with an LED legend on a flat black background. LED signs shall have a
pre -default message that activates before a power failure. The sign shall be solar powered with
independent back-up battery power. The sign shall be capable of 360 degrees rotation and shall be able to
be elevated to a height of at least five feet above the ground measured at the bottom of the sign. The sign
shall be visible from one-half mile under both day and night conditions. The message shall be legible
from a minimum of 750 feet. The sign shall automatically adjust its light source to meet the legibility
requirements during the hours of darkness. The sign enclosure shall be weather tight and provide a clear
polycarbonate front cover.
Solar powered message signs shall be capable of operating continuously for 10 days without any sun. All
instrumentation and controls shall be contained in a lockable enclosure. The sign shall be capable of
changing and displaying sign messages and other sign features such as flash rates, moving arrows, etc.
Each sign shall also conform to the following:
(1) In addition to the onboard solar power operation with battery back-up, each sign shall be capable of
operating on a hard wire, 100-110 VAC, external power source.
(2) All electrical wiring, including connectors and switch controls necessary to enable all required sign
functions shall be provided with each sign.
(3) Each sign shall be furnished with an operating and parts manual, wiring diagrams, and
trouble -shooting guide.
(4) The portable message sign shall be capable of maintaining all required operations under Colorado
mountain -winter weather conditions.
(5) Each sign shall be furnished with an attached license plate and mounting bracket.
(6) Each sign shall be wired with a 7-prong male electric plug for the brake light wiring system.
Subsection 630.13 shall include the following:
The portable message sign panel shall be on the project site at least 7 days prior to the start of active
roadway construction. Maintenance, storage, operation, relocation to different sites during the project,
and all repairs of portable message sign panels shall be the responsibility of the Contractor.
Subsection 630.16 shall include the following:
Portable Message Sign Panel shall not be paid for separately but included in the cost of Construction
Zone Traffic Control LS. It is anticipated that 2 Portable Message Signs will be required for this project.
72
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
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.
0
73
0
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
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 S5,000 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 Revisions
F.A.
$375,000
F/A
Partnering
F.A.
$6,000
F/A
Fuel Cost Adjustment
F.A.
$5,000
F/A
Roadway Smoothness Incentive
F.A.
$3,000
F/A
Asphalt Cement Cost Adjustment
F.A.
$15,000
F/A
On -The -Job Trainee
F.A.
$1,920
F/A
Erosion Control
F.A.
$7,000
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 Partnering — This work is described in Standard Special Provision - Partnering.
F/A Fuel Cost Adiustment — This work is described in Standard Special Provision — Fuel Cost Adjustment.
F/A Roadway Smoothness Incentive — Pavement Incentive will be made in accordance with Standard Special
Provision, Revision of Sections 105, 202, 401, 406, & 601 — Hot Mix Asphalt Roadway Smoothness
(High Speed Profiler). South Shields Street HMA construction shall be in accordance with HRI
Category III. Contractor is required to provide all traffic control for the completion of this work.
The cost is included in the bid item for construction zone traffic control, lump sum.
F/A Asphalt Cement Cost Adjustment — This work is described in Standard Special Provision — Asphalt
Cement Cost Adjustment.
F/A On -The -Job Trainee — This work is described in Standard Special Provision — On the Job Training.
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.
74
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
SPECIAL CONSTRUCTION REQUIREMENTS
1. The Contractor shall construct all final pavement surfaces with in the City Floodway, to no more
than + 0.049 feet as shown in the Arthurs Ditch Replacement project. A No -Rise Certificate will be
complete by the City per the City of Fort Collins Municipal Code Chapter 10 requirements.
E
75
• Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Latimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
TRAFFIC CONTROL PLAN — GENERAL — ARTHUR DITCH
The key elements of the Contractor's method of handling traffic (MHT) are outlined in subsection
630.10(a). A full intersection closure is anticipated for the duration of the project. The roadway must be
open on or before April 15`h, 2012.
The components of the TCP for this project will be based on the following:
(1) Subsection 104.04 and Section 630 of the specifications.
(2) Standard Plan S-630-1, Traffic Controls for Highway Construction, Case 20 and Standard Plan
S-630-2.
(3) 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.
Unless otherwise approved by the Engineer, the Contractor's equipment shall follow normal and legal
traffic movements. The Contractor's ingress and egress of the work area shall be accomplished with as
little disruption to traffic as possible. Traffic control devices shall be removed by picking up the devices
in a reverse sequence to that used for installation. This may require moving backwards through the work
zone. When located behind barrier or at other locations shown on approved traffic control plans,
• equipment may operate in a direction opposite to adjacent traffic.
The City may have entered into operating agreements with one or more law enforcement organizations
for cooperative activities. Under such agreements, at the sole discretion of the City, law enforcement
personnel may enter the work zone for enforcement purposes and may participate in the Contractor's
traffic control activities. The responsibility under the Contract for all traffic control resides with the
Contractor and any such participation by law enforcement personnel in Contractor traffic control
CJ
activities will be referenced in either the Special Provisions or General Notes of the plans depending on
whether the Contractor is to hire local law enforcement or if the City is contracting with Colorado State
Patrol for uniformed traffic control. Nothing in this Contract is intended to create an entitlement, on the
part of the Contractor, to the services or participation of the law enforcement organization.
Special Traffic Control Plan requirements for this project are as follows:
During the construction of this project, traffic shall use the detour identified on the plans or approved by
the Engineer.
The Contractor shall not have construction equipment or materials in the lanes open to traffic at any time,
unless approved by the Engineer.
At least one week prior to starting construction, the Contractor shall notify the City of Fort Collins
Engineer of the date the Contractor intends to start construction.
All costs incidental to the foregoing requirements shall be included in the original contract prices for the
project.
76
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 •
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
TRAFFIC CONTROL PLAN — GENERAL — SHIELDS STREET
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
• Schedule of Construction Traffic Control Devices
• Temporary and Permanent Traffic Signal Plans
• Signing and Striping Plans
• Construction phasing plans
• Detour 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 two twelve -foot lanes in each direction shall remain
open on South Shields Street, except as shown in the recommended phasing plan or 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 shown in the recommended phasing
plan or 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.
77
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-2-
TRAFFIC CONTROL PLAN — GENERAL — SHIELDS STREET
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. During the resurfacing work, only one lane may be closed to traffic at any time. Traffic shall not be
delayed for more than 15 minutes or as directed by the Engineer.
N. 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.
CJ
O. Night construction activities are not allowed.
P. The CONTRACTOR shall maintain I F (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.
78
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012 •
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
UTILITIES
The following Utilities are known to be within the project limits:
Utility/Agency
Contact
Phone
Fiber Optic — Level 3
Aaron Whyrick
(303) 326-7534
1850 Pearl Street
Denver, CO 80203
Water — City of Fort Collins
Jay East
(970) 221-6700
5150 Snead Road
Fort Collins, CO 80525
Storm Water— City of Fort Collins
Glen Schlueter
(970) 224-6065
700 Wood Street
P.O. Box 580
Fort Collins, CO 80522
Electric — City of Fort Collins
Doug Martine
(970) 224-6153
Utilities Department
P.O. Box 580
Fort Collins, CO 80522
Gas — Excel Energy
Steve Roth
(970) 225-7840
1901 E. Horsetooth Road
Fort Collins, CO 80525
Telephone — Century Link
Bill Johnson
(970) 377-6401
3702 Automation Way
Suite 106
Fort Collins, CO 80525
Cable TV - Comcast
Don apperman
970) 567-0245
Parks Department — City of Fort Collins
Steve Lukowski
970) 567-7278
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.
79
0
•
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-2-
UTILITIES
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 Level 3 Fiberoptic - The Contractor shall coordinate the relocation of existing facilities and
appurtenances as shown on the plans and as necessary.
For the Larimer Canal No. 2 facilities - The Contractor shall coordinate the work within the
requirements described in revision of Section 211 Dewatering. Also, construct new ditch accesses and
provide access during construction to meet the requirements of the ditch company.
For the Fort Collins water facilities - The Contractor shall coordinate the relocation and/or abandonment
of the existing water main.
For the City of Fort Collins Electric - The Contractor shall coordinate the relocation of existing
• underground electric lines as necessary.
For the Xcel Energy Gas - The Contractor shall coordinate the relocation of the existing gas line.
For the Century Link Fiberoptic and Telephone - The Contractor shall coordinate the relocation of
existing facilities and appurtenances as necessary.
For the Comcast Cable - The Contractor shall coordinate the relocation, adjustment, and resetting of
existing facilities and appurtenances as necessary.
For the City of Fort Collins Parks —The Contractor shall coordinate the relocation, adjustment, resetting,
or reconstruction of existing sprinkler system lines to facilitate road and bridge construction.
The following utility work is anticipated and shall be performed by the Utility Company or their
agents. Additional work may be necessary and all improvement shall be coordinated by the
CONTRACTOR as required for completion of the project.
Level 3 Fiberoptic — Relocate Fiberoptic line between approximate STA 11+50 and 14+50 to facilitate the
proposed roadway and bridge construction. Reset appurtenances as required.
Larimer Canal No. 2 Company facilities — None.
Fort Collins water facilities — Abandon or relocate existing watermain between approximate STA 11+50
and 14+50 to facilitate the proposed roadway and bridge construction.
City of Fort Collins Electric — Relocate underground electric line between approximate STA 11+50 and
• 14+50 to facilitate the proposed roadway and bridge construction. Adjust and/or reset pullboxes, meters,
and pedestals as necessary.
80
Arthur Ditch Replacement (Laporte Avenue to Whitcomb Street) January 26, 2012
South Shields Street over Larimer Canal No. 2
Colorado Project No. BRO M455-100
Construction Subaccount No. 17905
-3-
UTILITIES
Xcel Energy —Relocate existing gas line between STA 11+50 and 14+50 to facilitate the proposed
roadway and bridge construction.
Century Link Telephone — Relocate telephone line between approximate STA 11+50 and 14+50 to
facilitate the proposed roadway and bridge construction. Reset telephone pedestals as required.
Comcast Cable - Relocate cable TV line between approximate STA 11+50 and 14+50 to facilitate the
proposed roadway and bridge construction.
Relocate, adjust, reset, or reconstruct lawn irrigation system between approximate STA 11+50 and 14+50
to facilitate the proposed roadway and bridge construction.
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.
•
81
APPENDIX B
PAVEMENT CONSTRUCTION RECOMMENDATIONS
0
0
IF
0
STANDARD SPECIAL PROVISIONS
October 27, 2011 0
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 Contractor's
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).
October 27, 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 COOT 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.
Subsection 105.23 (c) shall include the following:
4. Advisory Opinions
(1) Advisory opinions are typically used soon after the parties find they have a potential dispute and have
conducted preliminary negotiations but before expenditure of additional resources and hardening their
positions. Advisory opinions provide quick insight into the DRB's likely assessment of the dispute.
This process is quick and may be entirely oral and does not prejudice the opportunity for a DRB
hearing.
(2) Both parties must agree to seek an advisory opinion and so notify the chairperson. The procedure for
requesting and issuing advisory opinions should be discussed with the DRB at the first meeting with
the parties.
(3) The DRB may or may not issue a written opinion, but if a written advisory opinion is issued, it must
be at the specific request of both parties.
(4) The opinion is only advisory and does not require an acceptance or rejection by either party. If the
• dispute is not resolved and a hearing is held, the oral presentations and advisory opinion are
completely disregarded and the DRB hearing procedure is followed.
(5) Advisory opinions should be limited to merit issues only.
In subsection 105.23(d) delete item 1 and replace it with the following:
October 27, 2011 0
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
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:
(e) Pre -Hearing Submittal: 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
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 parry'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
October 27, 2011
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
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:
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
rProiect Namel
and
October 27, 2011
5
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
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.
ARTICLE III
COMPENSATION
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.
11
0
• October 27, 2011
6
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
n
U
0
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
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.
October 27, 2011
7
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
BOARD MEMBER:
BY:
BOARD MEMBER:
BY:
BOARD MEMBER:
BY:
CONTRACTOR:
BY:
TITLE:
COLORADO DEPARTMENT OF TRANSPORTATION
BY:
TITLE: CHIEF ENGINEER
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)
(2)
(3)
(4)
(5)
(6)
(7)
(8)
(9)
below
Actual wages and benefits, including FICA, paid for additional labor not otherwise included in (5)
Costs for additional bond, insurance and tax
Increased costs for materials
Equipment costs calculated in accordance with subsection 109.04(c) for Contractor owned
equipment and based on certified invoice costs for rented equipment
Costs of extended job site overhead
Costs of salaried employees not otherwise included in (1) or (5) above incurred as a direct result
of the dispute or claim
Claims from subcontractors and suppliers at any level (the same level of detail as specified herein
is required for all such claims)
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.
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:
I*
October 27, 2011
8
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
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.
(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.
October 27, 2011 9
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
(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 or joinder.
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,
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.
•
•
•
Exhibit 1 — Revised,Bid Tab
ITEM NO.
DESCRIPTION
UNIT
QUANTITY
UNIT COST
TOTAL
201-00000
CLEARING AND GRUBBING (ARTHURS DITCH)
L S
1
201-00000
CLEARING AND GRUBBING (SHIELDS BRIDGE)
LS
1
202-00010
REMOVAL OF TREE
EACH
5
202-00019
REMOVAL OF INLET
EACH
5
202-00200
REMOVAL OF SIDEWALK
SY
267
202-00203
REMOVAL OF CURB AND GUTTER
LF
768
202-00206
REMOVAL OF CONCRETE CURB RAMP
SY
13
202-00210
REMOVAL OF CONCRETE PAVEMENT
SY
1,045
202-00220
REMOVAL OF ASPHALT MAT
SY
2,296
202-00240
REMOVAL OF ASPHALT MAT (PLANING)(1--4- DEPTH)
SY
288
202-00250
REMOVAL OF PAVEMENT MARKING
LS
1
202-00400
REMOVAL OF BRIDGE
LS
1
202-00495
REMOVAL OF PORTIONS OF PRESENT STRUCTURE (CONCRETE BOX CULVERT)
L S
1
203-00010
UNCLASSIFIED EXCAVATION (COMPLETE IN PLACE)
CY
1 589
203-00100
MUCK EXCAVATION
CY
200
203-01597
POTHOLING (ARTHURS DITCH)
LS
1
203-01597
POTHOLING (SHIELDS BRIDGE)
LS
1
206-00000
STRUCTURE EXCAVATION
CY
2,328
206-00100
STRUCTURE BACKFILL (CLASS 1)
CY
1,712
206-00200
STRUCTURE BACKFILL (CLASS 2)
CY
58
206-00510
FILTER MATERIAL (CLASS A)
CY
108
206-00520
FILTER MATERIAL (CLASS B)
CY
308
206-01750
SHORING (AREA 1)
L S
1
206-01750
SHORING (AREA 2)
L S
1
208-00002
EROSION LOG (12 INCH)
LF
717
208-00034
GRAVEL BAG
LF
62
208-00045
CONCRETE WASHOUT STRUCTURE
EACH
3
208-00070
VEHICLE TRACKING PAD
EACH
5
208-00205
EROSION CONTROL SUPERVISOR (ARTHURS DITCH)
LS
1
208-00205
EROSION CONTROL SUPERVISOR (SHIELDS BRIDGE)
LS
1
210-04010
ADJUST MANHOLE
EACH
2
210-04050
ADJUST VALVE BOX
EACH
2
210-00810
RESET GROUND SIGN
EACH
2
212-00006
SEEDING (NATIVE)
ACRE
0.7
212-00032
SOIL CONDITIONING
ACRE
0.7
IF 0
SUBGRADE PREPARATION
Moisture Treated Suborade (MTS)
The subgrade should be stripped of organic matter, scarified, moisture
treated and compacted to the specifications stated below in Item 2. The
compacted subgrade should extend at least 3 feet beyond the edge of the
pavement where no edge support, such as curb and gutter, are to be
constructed.
2. Sandy and gravelly soils (A-1-a, A-1-b, A-3, A-2-4, A-2-5, A-2-6, A-2-7)
should be moisture conditioned near optimum moisture content and
compacted to at least 95 percent of standard Proctor maximum dry
density (ASTM D 698, AASHTO T 99). Clayey soils (A-6, A-7-5, A-7-6)
should be moisture conditioned between optimum and 3 percent above
optimum moisture content and compacted to at least 95 percent of
standard Proctor maximum dry density (ASTM D 698, AASHTO T 99).
3. Utility trenches and all subsequently placed fill should be properly
compacted and tested prior to paving. As a minimum, fill should be
compacted to 95 percent of standard Proctor maximum dry density.
4. Final grading of the subgrade should be carefully controlled so the design
cross -slope is maintained and low spots in the subgrade that could trap
-water are eliminated: -
5. Once final subgrade elevation has been compacted and tested to
compliance and shaped to the required cross-section, the area should be
proof -rolled using a minimum axle load of 18 kips per axle. The proof -roll
should be performed while moisture contents of the subgrade are still
within the recommended limits. Drying of the subgrade prior to proof -roll
or paving should be avoided.
6. Areas that are observed by the Engineer that have soft spots in the
subgrade, or where deflection is not uniform of soft or wet subgrade shall
be ripped, scarified, dried or wetted as necessary and recompacted to the
requirements for the density and moisture. As an alternative, those areas
may be sub -excavated and replaced with properly compacted structural
backfill. Where extensively soft, yielding subgrade is encountered; we
recommend a representative of our office observe the excavation.
0
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
SHIELDS STREET BRIDGE REPLACEMENT B-1
CTL i T PROJECT NO. FC05113-125
10 October 27, 2011
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
(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
(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.
October 27, 2011 .
11
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
(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 parry 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.
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.
12 October 27, 2011
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
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
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
13 October 27, 2011
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
(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 0
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
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
• 14 October 27, 2011
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
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 parry 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.
(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
15 October 27, 2011 •
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
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
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
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.
R-40. Release of Documents for Judicial Proceedings
16 October 27, 2011
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
The Arbitration Provider shall, upon the written request of a party, furnish to the party, at its expense, certified
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
The expenses of witnesses for either side shall be paid by the party producing such witnesses. All other expenses
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
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 borne 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
17 October 27, 2011
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
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,
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 parry 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.
• October 27, 2011
18
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
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.
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
19 October 27, 2011 •
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
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
(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.
L-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,
the 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);
(b) Stipulations to uncontested facts;
(c) The extent to which discovery shall be conducted;
(d) Exchange and premarking of those documents which each party believes may be offered at the hearing;
(e) 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;
PAVEMENT MATERIALS AND CONSTRUCTION
Aggregate Base Course (ABC)
A Class 5 or 6 Colorado Department of Transportation (CDOT) specified
ABC should be used. A reclaimed asphalt pavement (RAP) or reclaimed
concrete pavement (RCP) alternative which meets the Class 5 or 6
designation and design R-value/strength coefficient is also acceptable.
Blending of either recycled product with ABC may be considered.
2. Bases should have a minimum Hveem stabilometer value of 72, or
greater. ABC, RAP, RCP or blended materials must be moisture stable.
The change in R-value from 300-psi to 100-psi exudation pressure should
be 12 points or less.
3. ABC, RAP or RCP bases should be placed in thin lifts not to exceed 6
inches and moisture treated to near optimum moisture content. Bases
should be moisture treated to near optimum moisture content, and
compacted to at least 95 percent of modified Proctor maximum dry
density (ASTM D 1557, AASHTO T 180).
4. Placement and compaction of ABC, RAP, or RCP should be observed
and tested by a representative of our firm. Placement should not
-commence until the underlying subgrade is properly prepared and tested.
Hot Mix Asphalt (HMA)
HMA should be composed of a mixture of aggregate, filler, hydrated lime
and asphalt cement. Some mixes may require polymer modified asphalt
cement, or make use of up to 20 percent reclaimed asphalt pavement
(RAP). A iob mix design is recommended and periodic checks on the iob
site should be made to verify compliance with specifications.
2. HMA should be relatively impermeable to moisture and should be
designed with crushed aggregates that have a minimum of 80 percent of
the aggregate retained on the No. 4 sieve with two mechanically fractured
faces.
3. Gradations that approach the maximum density line (within 5 percent
between the No. 4 and 50 sieves) should be avoided. A gradation with a
nominal maximum size of 1 or 2 inches developed on the fine side of the
maximum density line should be used.
4. Total void content, voids in the mineral aggregate (VMA) and voids filled
• should be considered in the selection of the optimum asphalt cement
content. The optimum asphalt content should be selected at a total air
void content of approximately 4 percent. The mixture should have a
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
SHIELDS STREET BRIDGE REPLACEMENT - B-2
CTL I T PROJECT NO. FC05113-125
• 20 October 27, 2011
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
(i) The possibility of utilizing mediation or other non -adjudicative methods of dispute resolution; and
(j) 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 with 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
21
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
Figure 105-1
DISPUTES AND CLAIMS FLOW CHART
105.22 Project Issue — Verbal discussions between Proj. Eng.
Impass
Contractor provides written notice of dispute to Project Engineer
15 Days — 105.22
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
15 Days — 105.22
CDOT Project Engineer and Contractor discuss merit of dispute
PE denies merit of dispute
Contractor rejects PE's denial.
Contractor provides written notice to
7 days — 105.22
7 days — 105.22
PE determines dispute has
7 days — 105.22
Contractor accepts denial.
Dispute is resolved.
Disagree on quantum
Proj Eng/Res Eng & Supt/PM & Contractor's rep with decision authority above
the project level to meet regularly to discuss dispute
30/ 45 days
ORB agreement 105.23(a) Proj Eng
initiates DRB
20 days — 105.23
Prehearing Submittal
15 days — 105.23 (e)
DRB Hearing
30 days—105.23 (g)
DRB renders a recommendation
10 days — 105.23
Request for Clarification and
14 days—105.23 (i)
Either party rejects DRB
Dispute is
5 Days— unresolved
105.23 (a)
DRB recommendation is accepted
October 27, 2011 •
Merit granted —
Quantum
negotiations
Adjustment of
payment/schedule in
consultation with
Program Engineer -
Dispute is resolved
Figure 105-1 continued on next page
0
•
9
30 days —
Contractor rejects CE decision
22
REVISION OF SECTION 105
DISPUTES AND CLAIMS FOR
CONTRACT ADJUSTMENTS
Figure 105-1 (continued)
Either party rejects DRB
30 days — 105.24
105.24 Notice of intent to file a claim
60 days — 105.24
Contractor submits certified claim package w/RTD (and Audit Unit if over
60 days — 105.24
RTD renders a decision Contractor accepts decision
30 days — 105.24
60 days
Contractor rejects and 105.24 (e)
appeals RTD decision to 15 days
` 105.24( Request for arm -
105.24 (e)
► Decision is implemented
Contractor accepts CE
Optional Mediation
I Dispute is I
I Contractor initiates I
Binding Arbitration or Litigation
(Whichever was selected at Contract
Litigation
Court Decision
Dispute is resolved
Resolution is implemented
Binding Arbitration
October 27. 2011
Arbitrator(s) render recommendation
Appeal process only for damages
Adjustment of
payment/schedule in
consultation with
Program Engineer -
Dispute is resolved
I Decision is I
Chief Engineer
renders decision
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
1st
Notice to Stop Work
---
2nd
- $150 —
$150
3rtl
300
450
4`h
600
1,050
5ch
1,200 -
2,250
6`h
1,200
3,450
Etc.
1,200
4,650
Etc.
Etc.
0
9
February 3, 2011
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, a new 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 Contractors 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:
If the test result is within the tolerance limits then PF = 1.00
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 above the maximum specified limit, then
PF = 1.00 — [0.25(TO - TU)/V]
If the test result is below the minimum specified limit, then
PF = 1.00 — [0.25(TL - TO)/V]
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):
(PF1 + PF2)
(1) PF =-------------- --- + [
2
(PF2 + PF3) (PF1 + PF2) (Pn2 — PnX)
I
2 2 (Pn2 — Pn3)
Where, when referring to Table 105-3:
PF1 = 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 element of In -Place Density shall be 1.0.
Regardless of QL, the maximum PF in relation to Pn is limited in accordance with Table 105-3.
Ll
0
•
February 3, 2011
3
REVISION OF SECTIONS 105 AND 106
CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT
(LESS THAN 5000 TONS)
As test results become available, they will be used to calculate accumulated QL 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:
or
1. Require complete removal and replacement with specification material at the Contractor's expense;
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 1 V 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.
10
Table 105-2
"W" AND "V" FACTORS FOR VARIOUS ELEMENTS
Hot Mix Asphalt
Element
V Factor
W Factor
2.36 mm (No. 8) mesh and'larger sieves
2:80'
N/A
600 pm (No. 30) mesh sieve
1.80
N/A
75 pm (No. 200) mesh sieve
0.80
N/A
Gradation
N/A
15
Asphalt.Content
0.20'
25
In -place Density
1.10
45
Joint Density
1.60'
15
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
FARMIII AS FOR CALCULATING PF RARFn nN PM
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
3
0.31177 + 1.57878 (QU100) - 0.84862 (QU100)2
1.025
4
0.27890 + 1.51471 (QU100) - 0.73553 (QU100)2
1.030
5
0.25529 + 1.48268 (QU100) - 0.67759 (QU100)2
1.030
6
0.19468 + 1.56729 (QU100) - 0.70239 (QU100)2
1.035
7
0.16709 + 1.58245 (QU100) - 0.68705 (QU100)2
1.035
8
0.16394 + 1.55070 (QU100) - 0.65270 (QU100)2
1.040
9
0.11412 + 1.63532 (QU100) - 0.68786 (QU100)2
1.040
10 to 11
0.15344 + 1.50104 (QU100) - 0.58896 (QU100)2
1.045
12 to 14
0.07278 + 1.64285 (QU100) - 0.65033.(QU100)2
1.045
15 to 18
0.07826 + 1.55649 (QU100) - 0.56616 (QU100)2
1.050
19 to 25-
0.09907 + 1.43088 (QU100) - 0.45550 (QU100)2
1.050
26 to 37
0.07373 + 1.41851 (QU100) - 0.41777 (QU100)2
1.055
38 to 69
0.10586 + 1.26473 (QU100) - 0.29660 (QU100)2
1.055
70 to 200
0,21611 + 0.86111 (QU100)
1.060
>201
0.15221 +0.92171 (QU100)
1.060
(g) Process 1/DP Computation.
I/DP = (PF - 1)(QR)(UP)(W/100)
Where: I/DP
= Incentive/Disincentive Payment
PF
= Pay Factor
OR
= 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:
UP = ((TonHMA)UPHMA) + (TonAC)(UPAC)J/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
For the joint density element:
February 3, 2011
• 5
REVISION OF SECTIONS 105 AND 106
CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT
(LESS THAN 5000 TONS)
UP = 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 1/DP. The I/DP for an element shall be computed by accumulating the process I/DP's for that
element.
(i) 1/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 I/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.
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.
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
February 3, 2011
REVISION OF SECTIONS 105 AND 106
CONFORMITY TO THE CONTRACT OF HOT MIX ASPHALT
(LESS THAN 5000 TONS)
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
Asphalt Content
Theoretical
Maximum Specific
_Gravity `__ —__ __
Gradation
In -Place Density
Joint Density
Aggregate
Percent
Moisture (3) _
;Percent Lime (3) (4)
Notes:
Process Control
1/500 Eons` -
1.1000 tons, minimum
1/day
1/Day --------
1/500 tons
1 core/2500 linear feet of
I oint _--_ — —
Acceptance
1 /1000 tons>
1/1000 tons, minimum 1/day
1/2000 tons
1/500 tons
1 core /5000 linear feet of joint
1/2000 tons or 1/Day if 1/2000 tons
less than 2000 tons
1 /Day
Not applicable'- -
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.
9
0
0
minimum VMA of 14 percent and between 65 percent and 80 percent of
voids filled.
5. Asphalt cement should meet the requirements of the Superpave
Performance Graded (PG) Binders. The minimum performing asphalt
cement should conform to the requirements of the governing agency.
6. Hydrated lime should be added at the rate of 1 percent by dry weight of
the aggregate and should be included in the amount passing the No. 200
sieve. Hydrated lime for aggregate pretreatment should conform to the
requirements of ASTM C 207, Type N.
7. Paving should be performed on properly prepared, unfrozen surfaces that
are free of water, snow and ice. Paving should only be performed when
both air and surface temperatures equal, or exceed, the temperatures
specified in Table 401-3 of the 2006 Colorado Department of
Transportation Standard Specifications for Road and Bridge Construction.
8. HMA should not be placed at a temperature lower than 245°F for mixes
containing PG 64-22 asphalt, and 290OF for mixes containing polymer -
modified asphalt. The breakdown compaction should be completed
before the HMA temperature drops 20°F.
9. Wearing surface course shall be Grading S or SX for residential roadway
- — classifications -and Grading- S -for collector, --arterial; industrial, and
commercial roadway classifications.
10. The minimum/maximum lift thicknesses for Grade SX shall be 1'/2
inches/2'/2 inches. The minimum/maximum lift thicknesses for Grade S
shall be 2 inches/3'/2 inches. The minimum/maximum lift thicknesses for
Grade SG shall be 3 inches/5 inches.
11. Joints should be staggered. No joints should be placed within wheel
paths.
12. HMA should be compacted to between 92 and 96 percent of Maximum
Theoretical Density. The surface shall be sealed with a finish roller prior
to the mix cooling to 1850F.
13. Placement and compaction of HMA should be observed and tested by a
representative of our firm. Placement should not commence until
approval of the proof rolling as discussed in the Subgrade Preparation
section of this report. Sub base, base course or initial pavement course
shall be placed within 48 hours of approval of the proof rolling. If the
Contractor fails to place the sub base, base course or initial pavement
course within 48 hours or the condition of the subgrade changes due to
weather or, other conditions, proof rolling and correction shall be
performed again. - •
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT B-3
SHIELDS STREET BRIDGE REPLACEMENT
CTL I T PROJECT NO. FC05113-125
February 3, 2011
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.
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 Contractor's 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.
l J
10
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:
February 3, 2011
(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.
•
•
February 3, 2011 •
1
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.
• February 3, 2011
2
REVISION OF SECTIONS 107 and 208
WATER QUALITY CONTROL
UNDER ONE ACRE OF DISTURBANCE
2. Reference Materials
(1) CDOT Erosion Control and Stormwater Quality Guide.
(2) CDOT Erosion Control and Stormwater Quality Field Guide.
(3) Copy of biological opinion, if applicable.
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).
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:
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
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:
Disagreements 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.
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
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
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
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.
0
0
REVISION OF SECTION 108
CRITICAL PATH METHOD
August 19, 2011
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.
•
0
December 29, 2011 •
REVISION OF SECTION 108
LIQUIDATED DAMAGES
Section 108 of the Standard Specifications is hereby revised for this project as follows:
In subsection 108.09 delete the schedule of liquidated damages and replace with the following:
Original Contract Amount ($)
Liquidated Damages
per Calendar Day ($)
From More Than
To And Including
0,
. 250000
250000
500;000.,
500 :.
s' e ... 900 ,. v•,`.
500,000
1,000,000
1,300
1„000,000
-'2 OW
1 800', -
2,000,000
4,000,000
3,000
4;000,000 ,
10;0,000,00
4 10,0' _-
10,000,000
---------------
4,100 plus 300 Per Each
Additional 1,000,000
Contract Amount or Part
Thereof Over 10,000,000
10
i
September 29, 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.D 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://www.cenovus.com/operations/doing-business-with-us/marketing/crude-oil-pricing.htm1. The index
from this source will be converted to US Dollars using the currency converter at
http://fiinance.yahoo.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/DesignSupporUConstruction/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
4403":: ,
,iHdf°Mix AS hAti (Gkadin ' , w i -As halt 3a
i, -� Tiori,
403
Stone Matrix Asphalt (Grading
(Asphalt)
Ton
'Hot Mix Asphalt (Patching) is not sub ect to asphalt cement cost adjustment.
A cost adjustment will be made only when the asphalt cement price index varies by more than
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.
Adjustment formula:
EP greater than BP:
ACCA = (EP — 1.05 BP)(PA) (Q)
EP less than BP:
ACCA = (EP — 0.95 BP) (PA) (Q)
•
September 29, 2011
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
,ACCA = -Asphalt Cement:Cost`:Aijustment_ `1" _ "
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), Reclaimed Asphalt Shingles (RAS), or
both is used, the percent of Virgin Asphalt Cement added to the mix will be determined
by subtracting the percent of asphalt cement in the RAP, RAS, or both from the percent
of asphalt cement in the mix as calculated from Revision of Section 401, Reclaimed
Asphalt Pavement and Revision of Section 401 Reclaimed Asphalt Shingles.
Q - 'Increased pay quantity for alt;403� t6ri shown above on:the mon(h1y partial,pay
`estima'te.in Tons .; . , -
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 21 s` of January through the 20th 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.
F 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.
H 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.
0
0
Portland Cement Concrete (PCC)
Portland cement concrete should consist of Class P of the 2005 CDOT -
Standard Specifications for Road and Bridge Construction specifications
for normal placement or Class E for fast -track projects. PCC should have
a minimum compressive strength of 4,200 psi at 28 days and a minimum
modulus of rupture (flexural strength) of 600 psi. Job mix designs are
recommended and periodic checks on the iob site should be made to
verify compliance with specifications.
2. Portland cement should be Type II 'low alkali" and should conform to
ASTM C 150.
3. Portland cement concrete should not be placed when the subgrade or air
temperature is below 40°F.
4. Concrete should not be placed during warm weather if the mixed concrete
has a temperature of 90°F, or higher.
5. Mixed concrete temperature placed during cold weather should have a
temperature between 50OF and 90°F.
6. Free water should not be finished into the concrete surface. Atomizing
nozzle pressure sprayers for applying finishing compounds are
recommended whenever the concrete surface becomes difficult to finish.
7. Curing of the portland cement concrete should be accomplished by the
use of a curing compound. The curing compound should be applied in
accordance with manufacturer recommendations.
8. Curing procedures should be implemented, as necessary, to protect the
pavement against moisture loss, rapid temperature change, freezing, and
mechanical injury.
9. Construction joints, including longitudinal joints and transverse joints,
should be formed during construction or sawed after the concrete has
begun to set, but prior to uncontrolled cracking.
10. All joints should be properly sealed using a rod back-up and approved
epoxy sealant.
11. Traffic should not be allowed on the pavement until it has properly cured
and achieved at least 80 percent of the design strength, with saw joints
already cut.
12. Placement of portland cement concrete should be observed and tested by
a representative of our firm. Placement should not commence until the
subgrade is properly prepared and tested.
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
SHIELDS STREET BRIDGE REPLACEMENT B-4
CTL I T PROJECT NO. FC05113-125
May 5, 2011
REVISION OF SECTION 109
COMPENSATION FOR COMPENSABLE DELAYS
In subsection 109.10, 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.
February 3, 2011 0
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 (OPIS) for Denver No. 2 Diesel. The rate used will be the OPIS 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
202dRemoval ofrAsphaltMat, •P-.laningj
'Squ*6,Yard` ?
V006�Gall Y/Inch dep'th.'
203-Excavation (muck, unclassified) Embankment,
Borrow
Cubic Yard
0.29 Gal/CY
203=Rock}Excavation.=. ;
Cubic'— Yard ,
0 39 (GaI/CY
206-Structure Excavation and Backfill [applies only
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,
Cubic Yard
0.29 Gal/CY
304=fegateAggBase'Cburse (Classes _ ,' __ `
Cubic Yard% `:'
0.,85.Gal/CY ^ �,," s
304-Aggregate Base Course (Class_)
307,=Processing LimeTreated'Subgrade s . •SquareaY.ard
Ton
0.47 Gal./Ton
'
;0.12cGal/SY =
310-Full Depth Reclamation
Square Yard
0.06 Gal/SY
403-Hot Mix Asphalt (HMA)_(Gcading; '`
Toon. - „—
2i4,7'Gal/Tom
403-Stone Matrix Asphalt (Grading )
Ton
2.47 Gal/Ton
T
405=beating and'Searifying Treatments- .,.
Squareed
0 44 Gal/SY ; "'
405-Heating and Repaving Treatment
Square Yard
0.44 Gal/SY
40 H5 t nae ii g.and Remixing Treatment
,Square Yard
0:94.Gal/SY
406-Cold Bituminous Pavement (Recycle)
Square Yard
0.01 Gal/SY/Inch depth
4,12-SConcrete. Pavement " Inch .' ; •�A
S uar— eTYard'. 1
0.03 Gal/SY[Ihch ithickness:',q'
412-Place Concrete Pavement"
Square Yard
0.03 Gal/SY/Inch thickness
'HotMfx.Asph"alt (.Patching) is"hotsubjectao fueficost'adjustment
"Use,thb.thickhessishown on'the plans: .:,
•
February 3, 2011
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)
Where:
BP = Average fuel price index for the calendar month prior to the calendar month in which bids
are opened
EP = Average fuel price index for the calendar month prior to the calendar month in which the
partial estimate pay period ends
FA = Adjustment for fuel costs in dollars
FF = Fuel usage factor for the pay item
• Q = Pay quantity for the pay item on the monthly partial pay estimate
Note: When 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 st of January through the 20th 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.
0
February 3, 2011 0
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:
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.
11
0
•
REVISION OF SECTION 109
MEASUREMENT OF WATER
Section 109 of the Standard Specifications is hereby revised for this project as follows:
In subsection 109.01, delete the twenty-sixth paragraph and replace with the following:
January 6, 2012
Water may be measured either by volume or weight. Water meters shall be accurate within a range of ± 3
percent. When water is metered, the Contractor shall use an approved metering device and shall furnish the
Engineer a certificate showing the meter has been accurately calibrated within the time allowed in the following
schedule:
2;inch�'��
4 inch to 6 inch 2 years
8.inch,to,J'SA.in6 F 1 year ;
•
0
July 29, 2011 •
REVISION OF SECTIONS 206 AND 601
BACKFILLING STRUCTURES THAT
SUPPORT LATERAL EARTH PRESSURES
Sections 206 and 601 of the Standard Specifications are hereby revised for this project as follows
In subsection 206.03, delete the ninth paragraph and replace with the following:
Backfill material shall not be deposited against newly constructed masonry or concrete structures, until the
concrete has developed a compressive strength of 0.8 f 'c, except in cases where the structures support lateral
earth pressure. Concrete compressive strength for structures supporting lateral earth pressure shall conform to
subsection 601.12 (o).
Subsection 601.12 shall include the following:
(o) Backfilling Structures that Support Lateral Earth Pressure. Concrete compressive strengths shall reach fc
before backfilling operations can begin with heavy equipment, such as skid -steers or self -powered riding
compactors. Concrete compressive strengths shall reach 0.8 fc before backfilling operations can begin with
hand operated equipment.
11
•
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:
February 3, 2011
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.
•
0
February 3, 2011 40
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 COOT 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.
•
0
i
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:
February 3, 2011
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.
•
0
May 5, 2011 0
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:
Burlap Cloth made from Jute or Kenaf AASHTO M 182
Liquid Membrane -Forming Compounds for
Curing Concrete ASTM C 309
Sheef,Materials for Curing Concrete AASHTO M 171*
*Only the performance requirements of AASHTO M171 shall ap I .
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.
•
APPENDIX C
MAINTENANCE PROGRAM
•
u
December 29. 2011
1
REVISION OF SECTION 601
CLASS H AND HT BRIDGE DECK CONCRETE
Section 601 of the Standard Specifications is hereby revised for this project as follows:
In subsection 601.02 delete Class H and HT from Table 601-1 and replace with the following:
H
4500 at 56
500 to 640
5-8
0.42 — 0.44
days
HT
4500 at 56
, "500 to,640 �,
• 5 .8 .'- t
0,42 0 44
.,
days:.
.�:. "_;•r:'-
_ .:.^�
s, ,
In subsection 601.02 delete Class H and HT and replace with the following:
Class H concrete is used for bare concrete bridge decks. Additional requirements are:
(1) Type A or dual rated Type A and F chemical admixtures may be used.
(2) Set retarding and accelerating admixtures shall not be used. These include Type B, C, D, E, and G chemical
admixtures.
(3) The concrete mix shall consist of a minimum of 55 percent sizes No. 57, No. 6, or No. 67 coarse aggregate
by weight of total aggregate.
(4) The permeability of the laboratory trial mix shall not exceed 2000 coulombs at 56 days when tested by
ASTM C 1202
• (5) The cracking tendency of the laboratory trial mix shall not exhibit a crack before 15 days when tested by
AASHTO T334.
(6) Class H concrete shall contain a minimum of 20 percent pozzolan by weight of total cementitious material.
(7) The sulfate exposure is Class 0 except when substituted for Class B or D concrete.
Class HT concrete is used for deck resurfacing and repairs on bare concrete bridge decks. Additional
requirements are:
(1) Type A or dual rated Type A and F chemical admixtures may be used.
(2) Set retarding and accelerating admixtures shall not be used. These include Type B, C, D, E, and G chemical
admixtures.
(3) The concrete mix shall consist of a minimum of 50 percent size No. 7 or No. 8 coarse aggregate by weight
of total aggregate.
(4) The permeability of the laboratory trial mix shall not exceed 2000 coulombs at 56 days when tested by
ASTM C 1202
(5) The cracking tendency of the laboratory trial mix shall not exhibit a crack before 15 days when tested by
AASHTO T334.
(6) Class HT concrete shall contain a minimum of 20 percent pozzolan by weight of total cementitious
material.
(7) The sulfate exposure is Class 0
In subsection 601.05 delete the fifth paragraph and replace with the following:
Except for class BZ concrete, the maximum slump of the delivered concrete shall be the slump of the approved
concrete mix design plus 1'/2 inch. Except for Class H and HT concrete, the laboratory trial mix shall produce an
average compressive strength at least 115 percent of the required field compressive strength specified in Table
601-1. When entrained air is specified in the Contract for Class BZ concrete, an air entraining admixture may be
added to an approved Class BZ mix design. A new trial mix will not be required.
December 29, 2011 Is
2
REVISION OF SECTION 601
CLASS H AND HT BRIDGE DECK CONCRETE
In subsection 601.07 delete the second paragraph and (a) and replace with the following:
For Class H and HT concrete, adding water after the initial mixing shall not occur. All water shall be added at the
plant. Slump adjustment shall be through the addition of an approved Type A or dual rated Type A and F water
reducing admixture.
Silica fume, when used, shall be added to the mix during initial batching.
(a) Mixing General. The concrete shall be deposited in place within 90 minutes after batching when concrete is
delivered in truck mixers or agitating trucks, and within 60 minutes when delivered in non agitating trucks.
Except for Class H and HT concrete, the 90 minute time limit for mixer or agitating trucks may be extended to
120 minutes if:
(1) No water is added after 90 minutes.
(2) The concrete temperature prior to placement is less than 90 OF
Except for Class H and HT concrete, the 90 minute time limit for mixer or agitating trucks may be extended to
180 minutes if:
(1) No water is added after 90 minutes.
(2) The concrete temperature prior to placement is less than 90 °F.
(3) The approved concrete mix contains a Type D water reducing and retarding chemical admixture. •
In subsection 601.15 delete (b) and (c) and replace with the following
(b) Test Slab. At least fourteen working days prior to initial placement of Class H, Class HT or Class S50
concrete on or in a deck, the Contractor shall place, finish and cure a test slab according to the project
specifications, using the same personnel, methods and equipment (including the concrete pump, if used) that
will be used on the bridge deck. The test slab shall be the same width as the bridge deck. When the bridge
deck width is greater than 40 feet, the Contractor may reduce the test slab width to a minimum of 40 feet. The
test slab shall have a length of at least 30 feet and shall have a thickness a minimum of the bridge deck
thickness. Placement of Class H, HT or S50 Concrete in the deck shall not occur until approval is given by the
Engineer. Approval to place concrete on the deck will be based on satisfactory placement, consolidation,
finishing and curing of the test slab and cores, and will be given or denied within two working days of receiving
the cores from the Contractor.
A minimum of one day after construction of the test slab, the Contractor shall core four full -depth 4 inch diameter
cores, one from each quadrant of the test slab, and submit them to the Engineer for visual inspection of degree
of consolidation.. If an additional test slab is deemed necessary by the Engineer, it will be placed at the
Contractors expense.
Additional test slabs shall be placed as necessary to verify changes in design or procedures at the
Contractor's expense.
Test slabs that are placed as acceptable work in segments of concrete pavement, or as approach slabs, or
other locations acceptable to the Engineer, will be paid for as the pay item for that element of the Contract.
(c) Placing. Concrete shall be placed in accordance with the requirements of subsection 601.12 except for the
following:
Concrete shall be placed in such manner as to require as little handling as possible and at sufficient depth to
provide adequate material for screeding and finishing operations. The concrete shall be discharged as near
its final location as practicable. The pattern of placement shall be such that lateral flow will be minimized.
Concrete shall be placed against the leading edge of fresh concrete where practicable.
December 29, 2011
3
REVISION OF SECTION 601
CLASS H AND HT BRIDGE DECK CONCRETE
For Class H, HT and S50 Concrete maintain environmental conditions on the entire bridge deck so the
evaporation rate is less than 0.2 pounds per square foot per hour. The temperature of Class H, HT and S50
Concrete immediately before placement shall be a minimum of 55°F and a maximum of 70°F. This may require
placing the deck at night, in the early morning or on another day. The evaporation rate (as determined in the
American Concrete Institute Manual of Concrete Practice 305R, Chapter 2) is a function of air temperature,
concrete temperature, wind speed and relative humidity. The effects of any fogging required by the Engineer
will not be considered in the estimation of the evaporation rate.
Just prior to and at least once every hour during placement of the Class H, HT and S50 Concrete and until the
water cure method is applied, the Contractor will measure, record and report to the Engineer the air
temperature, concrete temperature, wind speed, and relative humidity on the bridge deck. The Contractor will
take and report to the Engineer the air temperature, wind, and relative humidity measurements approximately 12
inches above the surface of the deck. With this information, the Engineer will determine the evaporation rate.
When the evaporation rate is equal to or above 0.2 pounds per square foot per hour, take actions (such as
cooling the concrete, installing wind breaks, sun screens, etc.) to create and maintain an evaporation rate less
than 0.2 pounds per square foot per hour on the entire bridge deck.
Fogging using hand-held equipment may be required by the Engineer during unanticipated delays in the placing,
finishing or curing operations. If fogging is required by the Engineer, the Contractor shall not allow water to drip,
flow or puddle on the concrete surface during fogging, placement of absorptive material, or at any time before
the concrete has achieved final set.
• Longitudinal joints for a Class HT concrete overlay will be allowed only at the locations of lane lines and must
be approved by the Engineer.
If placing Class H, HT and S50 Concrete is delayed and the concrete has taken its initial set, stop the
placement, saw the nearest construction joint approved by the Engineer, and remove all concrete beyond the
construction joint.
Transverse joints may be utilized when the Engineer determines that the work is not progressing in a
satisfactory manner, or when required by change in weather conditions. The Engineer may approve
transverse joint locations to accommodate phased overlay construction.
Delete subsection 601.16 and replace with the following:
601.16 Curing Concrete Bridge Decks. Except for Class H and HT concrete, the minimum curing period shall
be 120 hours. For Class H and HT concrete the minimum curing period shall be 168 hours.
The concrete surface shall be kept moist at all times by fogging with an approved atomizing nozzle or applying a
monomolecular film coating to retard evaporation until the curing material is in place.
Except for when Class H & HT Concrete is used; Concrete bridge decks, including bridge curbs and bridge
sidewalks shall be cured as follows:
(a) Decks placed from May 1 to September 30 shall be cured by the membrane forming curing compound
method followed by the water cure method as follows:
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. The curing compound shall be applied as a fine
spray using power operated spraying equipment. The power operated spraying equipment shall be
equipped with an operational pressure gage and a means of controlling the pressure. Before and during
is application the curing compound shall be kept thoroughly mixed by recirculation or a tank agitator. The
application shall be within 20 feet of the deck finishing operation. When the flnishing operation is
discontinued, all finished concrete shall be coated with curing compound within'/ hour. The curing
compound shall be thoroughly mixed within one hour before use.
(b) December 29, 2011 0
REVISION OF SECTION 601
CLASS H AND HT BRIDGE DECK CONCRETE
Water Cure Method. The water cure method shall be applied as soon as it can be without marring the
surface. The surface of the concrete, including bridge curbs and bridge sidewalks, shall be entirely
covered with wet burlap and polyethylene sheeting. Prior to being placed, the burlap shall be thoroughly
saturated with water. The wet burlap and polyethylene sheeting shall extend at least twice the thickness
of the bridge deck beyond the edges of the slab and shall be weighted to remain in contact with the
surface. The wet burlap and polyethylene sheeting shall remain in contact and be kept wet for the entire
curing period.
(c) Decks placed between November 1 and March 31 shall be cured by application of a membrane forming
curing compound followed by the blanket method as follows:
1. Membrane Forming Curing Compound Method. This method shall be applied in accordance with
subsection 601.16(a)1 above.
2. Blanket Method. Curing blankets with a minimum R-Value of 0.5 shall be placed on the deck as soon as
they can be without marring the surface. Blankets shall be loosely laid (not stretched) and adjacent
edges suitably overlapped with continuous weights along the lapped joints. The blankets shall remain in
place for a minimum of five days after placement.
(d) Decks placed in April or October may be cured in accordance with either subsection 601.16(a) or 601.16(b)
above.
(e) For decks above an elevation of 8,000 feet above mean sea level, the Engineer may modify the time of year
requirements for the cure methods defined in subsection 601.16(a) and 601.16(b) above.
(f) Class H, Class HT and Class S50 concrete shall be cured as follows: .
Water Cure Method. The water cure method shall be applied as soon as it can be without marring the
surface. The surface of the concrete, including bridge curbs and bridge sidewalks, shall be entirely covered
with wet burlap and polyethylene sheeting. Prior to being placed, the burlap shall be thoroughly saturated
with water. The wet burlap and polyethelene sheeting shall extend at least twice the thickness of the bridge
deck beyond the edges of the slab and shall be weighted to remain in contact with the surface. The wet
burlap and polyethylene sheeting shall remain in contact and be kept wet for the entire curing period
(g) When the ambient temperature is expected to fall below 40 °F during the curing period, the Contractor shall
maintain the internal concrete temperature above 50 °F during the curing period. The Contractor shall
provide suitable measures such as straw, additional burlap, or other suitable blanketing materials, and/or
housing and artificial heat to maintain the concrete temperatures between 50°F and 75°F as measured on the
upper and lower surfaces of the concrete. Enclose the area underneath the deck and heat so that the
temperature of the surrounding air is as close as possible to the temperature of the concrete and between 50OF
and 75°F. When artificial heating is used to maintain the concrete, provide adequate ventilation to limit exposure
to carbon dioxide. Maintain wet burlap and polyethylene cover during the curing period. Heating may be
stopped after the first 72 hours if the time of curing is lengthened to account for periods when the ambient air
temperature is below 40°F. For every day the ambient air temperature is below 40°F, an additional day of curing
with a minimum ambient air temperature of 50°F will be required. After completion of the required curing
period, remove the curing and protection so that the temperature of the concrete during the first 24 hours does
not fall more than 25°F.
Internal concrete temperature shall be determined by using thermocouples. Thermocouple wire, connectors,
and hand held thermometer will be supplied by the Contractor. The Contractor shall install the thermocouples
at locations designated by the Engineer.
During the curing period, the Contractor shall monitor the enclosure at intervals acceptable to the Engineer.
The Contractor shall monitor concrete temperature, and the structural integrity of the enclosure. Artificial heat
sources shall not be placed in such a manner as to endanger formwork or expose any area of concrete to
drying due to excessive temperatures. is
If the internal concrete temperature at any location in the bridge deck concrete falls below 32 °F during the
first 24 hours of the curing period, the Engineer may direct the Contractor to core the areas in question at the
•
5
REVISION OF SECTION 601
CLASS H AND HT BRIDGE DECK CONCRETE
December 29, 2011
locations indicated by the Engineer. The Engineer will take immediate possession of the cores. The
Engineer will submit the cores to a petrographer for examination in accordance with ASTM C 856. Concrete
damaged by frost, as determined by the petrographer, shall be removed and replaced at the Contractor's
expense. All costs associated with coring, transmittal of cores, and petrographic examination shall be borne
by the Contractor regardless of the outcome of the petrographic examination.
•
0
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 cementitious material ratio.
u
0
February 3, 2011
REVISION OF SECTIONS 601
CONCRETE FINISHING
Section 601 of 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.
July 28, 2011 •
24
REVISION OF SECTION 601.
CONCRETE FORM AND FALSEWORK REMOVAL
Section 601 of the Standard Specifications is hereby revised for this project as follows:
In subsection 601.09, delete (h) and replace with the following:
(h) Removal of Forms. The forms for any portion of the structure shall not be removed until the concrete is strong
enough to withstand damage when the forms are removed.
Unless specified in the plans, forms shall remain in place for members that resist dead load bending until concrete
has reached a compressive strength of at least 80 percent of the required 28 day strength, 0.80fc. Forms for
columns shall remain in place until concrete has reached a compressive strength of at least 1,000 psi. Forms for
sides of beams, walls or other members that do not resist dead load bending shall remain in place until concrete
has reached a compressive strength of at least 500 psi.
Forms and supports for cast -in -place concrete box culverts (CBCs) shall not be removed until the concrete
compressive strength exceeds 0.6 f,' for CBCs with spans up to and including 12 feet, and 0.67 f,' for CBCs with
spans exceeding 12 feet but not larger than 20 feet. Forms for CBCs with spans larger than 20 feet shall not be
removed until after all concrete has been placed in all spans and has attained a compressive strength of at least
0.80rc.
Concrete compressive strength shall be determined using information concrete cylinders or by maturity meters.
At the pre -pour conference, the Contractor shall submit the method of determining the structure's strength and the
location where information cylinders will be taken or maturity meters placed.
If information cylinders are used they shall be cast by the Contractor and cured in the same manner as the
structure. A set of information cylinders shall be taken for each concrete placement on the structure. A set of
information cylinders shall be taken for any load of concrete that is being placed at the mid -span of beams and at
support locations and other locations as directed by the Engineer. Casting of the information cylinders will be
witnessed by the Engineer. The information cylinders shall remain in the molds and cured in the same manner as
the structure until they are tested in the laboratory by the Engineer. Compressive strength shall be determined
using the compressive strength of at least two information cylinders. The contractor shall be responsible for
protecting the information cylinders from damage.
Prior to placement of concrete whose strength will be determined with maturity meters, the Contractor shall
provide the Engineer a report of maturity relationships in accordance with CP 69. The Contractor shall provide
maturity meters and all necessary wires and connectors. The Contractor shall be responsible for the placement
and maintenance of the maturity meter and wire. . At a minimum a maturity meter will be placed at the mid -span
of beams and at support locations. Placement shall be as directed by the Engineer.
For structures with multiple sets of information cylinders or maturity meters, the lowest compressive strength shall
determine when the forms can be removed.
Acceptance cylinders shall not be used for determining compressive strength to remove forms.
When field operations are controlled by information cylinder tests or maturity meter, the removal of forms,
supports and housing, and the discontinuance of heating and curing may begin when the concrete is found to
have the required compressive strength.
Forms for median barrier, railing or curbs, may be removed at the convenience of the Contractor after the
concrete has hardened.
All forms shall be removed except permanent steel bridge deck forms and forms used to support hollow •
abutments or hollow piers when no permanent access is available into the cells. When permanent access is
provided into box girders, all interior forms and loose material shall be removed, and the inside of box girders
shall be cleaned.
•
July 28, 2011
2
REVISION OF SECTION 601
CONCRETE FORM AND FALSEWORK REMOVAL
In subsection 601.11, delete (e) and replace with the following
(e) Falsework Removal. Unless specified in the plans or specifications, falsework shall remain in place until
concrete has attained a minimum compressive strength of 0.80fc.
Falsework supporting any span of a simple span bridge shall not be released until after all concrete, excluding
concrete above the bridge deck, has attained a compressive strength of at least 0.80fc.
Falsework supporting any span of a continuous or rigid frame bridge shall not be released until after all concrete,
excluding concrete above the bridge deck, has been placed in all spans and has attained the compressive
strength of at least 0.80fc.
Falsework for arch bridges shall be removed uniformly and gradually, beginning at the crown, to permit the arch to
take its load slowly and evenly.
Falsework supporting overhangs and deck slabs between girders shall not be released until the deck concrete
has attained a compressive strength of at least 0.80fc.
Falsework for pier caps which will support steel or precast concrete girders shall not be released until the
concrete has attained a compressive strength of at least 0.80fc. Girders shall not be erected onto such pier caps
until the concrete in the cap has attained the compressive strength of at least 0.80fc.
. Falsework for cast -in -place prestressed portions of structures shall not be released until after the pre -stressing
steel has been tensioned.
Concrete compressive strength shall be determined using information concrete cylinders or by maturity meters.
At the pre -pour conference, the Contractor shall submit the method of determining the structure's strength and the
location that information cylinders will be taken or maturity meters placed.
If information cylinders are used they shall be cast by the Contractor and cured in the same manner as the
structure. A set of information cylinders shall be taken for each concrete placement on the structure. A set of
information cylinders shall be taken for any load of concrete that is being placed at the mid -span of beams and at
support locations and other locations as directed by the Engineer. Casting of the information cylinders will be
witnessed by the Engineer. The information cylinders shall remain in the molds and cured in the same manner as
the structure until they are tested in the laboratory by the Engineer. Compressive strength shall be determined
using the compressive strength of at least two information cylinders. The Contractor shall be responsible for
protecting the information cylinders from damage.
Prior to placement of concrete whose strength will be determined with maturity meters, the Contractor shall
provide the Engineer a report of maturity relationships in accordance with CP 69. The Contractor shall provide
maturity meters and all necessary wires and connectors. The Contractor shall be responsible for the placement
and maintenance of the maturity meters and wires. At a minimum a maturity meter will be placed at the mid -span
of beams and at support locations. Placement shall be as directed by the Engineer.
For structures with multiple sets of information cylinders or maturity meters, the lowest compressive strength shall
determine when the falsework can be removed.
Acceptance cylinders shall not be used for determining compressive strength to remove falsework.
0
July 29, 2011 •
REVISION OF SECTION 601
CONCRETE SLUMP ACCEPTANCE
Section 601 of the Standard Specifications is hereby revised for this project as follows:
Delete the fifth paragraph of Subsection 601.05 and replace with the following:
Except for Class BZ concrete, the slump of the delivered concrete shall be the slump of the approved concrete
mix design plus or minus 2.0 inch. The laboratory trial mix must produce an average compressive strength at
least 115 percent of the required field compressive strength specified in Table 601-1. When entrained air is
specified in the Contract for Class BZ concrete, an air entraining admixture may be added to an approved Class
BZ mix design. A new trial mix will not be required.
Delete Subsection 601.17 (b), 601.17 (d) and Table 601-3 and replace with the following:
(a) Slump. Slump acceptance, but not rejection, may be visually determined by the Engineer. Any batch that
exceeds the slump of the approved concrete mix design by 2.0 inches will be retested. If the slump is
exceeded a second time, that load is rejected. If the slump is greater than 2 inches lower than the approved
concrete mix design, the load can be adjusted with a water reducer, or by adding water (if the w/cm allows)
and retested.
Portions of loads incorporated into structures prior to determining test results which indicate rejection as the
correct course of action shall be subject to reduced payment or removal as determined by the Engineer.
(d) Pay Factors. The pay factor for concrete which is allowed to remain in place at a reduced price shall be
according to Table 601-3 and shall be applied to the unit price bid for Item 601, Structural Concrete.
If deviations occur in air content and strength within the same batch, the pay factor for the batch shall be the •
product of the individual pay factors.
Table 601-3
PAY FACTORS
Percent Total Air
Strength
Deviations
From
Specified
Air
Percent
Pay
Factor
(Percent)
Below
Specified
Strength (psi)
t < 4500 psi
Concrete
Pay
Factor
(Percent)
Below
Specified
Strength (psi)
[ > 4500 psi
Concrete
'0.0-0.2
,98
,1_100
98 -,:,.
I'_100 ..'
03-0.4
96
101-200
96
101-200
20� 1-300
92, z _
-..20--r 01-300
0.7-0.8
84
301-400
84
301-400
0:9-1.0
7T7
401 S00
J5 ,
401-500
Over 1.0
Reject
Over 500
Reject
65
501-600
54 s
601 700
42
701-800
29,�'—
$Od.-900.:.
15
901-1000
Re ate.
< "Over! 1000
0
0 IF
MAINTENANCE RECOMMENDATIONS FOR FLEXIBLE PAVEMENTS
A primary cause for deterioration of pavements is oxidative aging resulting in
brittle pavements. Tire loads from traffic are necessary to "work" or knead the asphalt
concrete to keep it flexible and rejuvenated. Preventive maintenance treatments will
typically preserve the original or existing pavement by providing a protective seal or
rejuvenating the asphalt binder to extend pavement life.
Annual Preventive Maintenance
a. Visual pavement evaluations should be performed each spring or fall.
b. Reports documenting the progress of distress should be kept current
to provide information on effective times to apply preventive
maintenance treatments.
c. Crack sealing should be performed annually as new cracks appear.
2. 3 to 5 Year Preventive Maintenance
a. The owner should budget for a preventive treatment at approximate
intervals of 3 to 5 years to reduce oxidative embrittlement problems.
• b. Typical preventive maintenance treatments include chip seals, fog
seals, slurry seals and crack sealing.
0
3. _5 to._t0 Year_Corrective_Maintenance _
a. Corrective maintenance may be necessary, as dictated by the
pavement condition, to correct rutting, cracking and structurally failed
areas.
b. Corrective maintenance may include full depth patching, milling and
overlays.
c. In order for the pavement to provide a 20-year service life, at least
one major corrective overlay should be expected.
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT' - -
SHIELDSSTREETBRIDGEREPLACEMENT - C-1
CTL I T PROJECT NO. FC05113-125
ri
U
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
Section 630 of the Standard Specifications is hereby revised for this project as follows:
Subsection 630.10 shall include the following after the first paragraph:
February 3, 2011
The Contractor's Superintendent and all others serving in a similar supervisory capacity shall have completed a
CDOT-approved two-day Traffic Control Supervisor training as offered by the CCA. The one -day ATSSA Traffic
Control Technician (TCT) training along with the two-day ATSSA Traffic Control Supervisor training will serve as
an alternate. If the alternate is chosen, the Contractor shall provide written evidence that at least an 80 percent
score was achieved in both of the two training classes. The certifications of completion or certifications of
achievement for all appropriate staff shall be submitted to the Engineer at the preconstruction conference.
•
0
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
Retroreflective Sheetinq Tvues
Type VI
Sheeting
Type IV*
(Roll -up sign material)
Type Fluorescent'
Application
Work Zone
Work Zone
Work Zone
(AII[Qraan iConstruction�Si ns
X
Orange Construction Signs that
are used only during daytime
X^
X
hours for short term or mobile
operations
¢B—amcades cTe ora
X
Vertical Panels
X
EFIa ers Sto /SIow;Paddi-eM
X
X
Drumsz
X
Non-o-'' r Fixed Sup
si nslwith refix "W"
®
�®
Special Warning Signs
X
STOP sign (Rd t,)
YIELD sign
WRONG WAY sign
DO NOT ENTER sign (R5-1Q
EXIT si n, E5 1a
DETOUR sign (104-9) or
X
M4-10
/All7he ;fixed su ort;'s"' sM
X
X
All other signs used only during
X
X
working hours
All other sigas•fhat are used
only during daytime hours for
X
XS
X
short term.or mobile o erations
1 Fluorescent Sheeting shall be of a brand that is on the CDOT Approved Products List.
2 Drum Sheeting shall be manufactured for flexible devices.
3 Fixed support signs are defined as all signs that must remain in use outside of working hours. They shall be mounted in accordance
with Standard Plan S-630-1.
4 IRS 24 only.
5 White only.
♦ New signs and devices shall be manufactured with Type IV sheeting. Existing signs and devices manufactured with Type III sheeting
may be used on projects advertised prior to January 1, 2014. Signs and devices used on projects advertised on or after January 1,
2014 shall be manufactured with Type IV sheeting.
•
r�
U
•
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:
February 3, 2011
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.
r �
U
E
REVISION OF SECTION 712
GEOTEXTILES
Section 712 of the Standard Specifications is hereby revised for this project as follows:
In subsection 712.08, delete Table 712-2 and replace with the following
Table 712-2
TYPICAL VALUES OF PERMEABILITY COEFFICIENTS'
Particle
Effectiv
Size Range
a
Permeability
Turbulent Flow
Millimeters inches
SizeCoefficient
k
cm/s
D max
D min
mm
inches
Derrick STONE
3000 020)
900 (36)`
1200
-(48)_
100
One-man STONE
300 (12)_
100 (4)_
150 (6)_
30
10
Clean, fine to
180 (3)
10(Y4)
13 ('/2)
coarse GRAVEL
Fine, uniform
8(%)
1.5 (1/16)
3 (YB)
5
GRAVEL
Very coarse, clean,
3.(/e)
1
0;8 ( /32):
1
' 1.5( /,6)
3
uniform SAND
Laminar Flow
Uniform, coarse
2 (y)
0.5 (1/64)
0.6
0.4
SAND
Uniform, medium
.'0.5
0.25
0:3
0.1
SAND
Clean, well -graded
10
0.05
0.1
0.01
SAND & GRAVEL
Uniform_, fine SAND
0.25
0.05
0.06.
40 x 10'�
Well -graded, silty
5
0.01
0.02
4 x 10 '
SAND &_GRAVEL
Silty SAND
2
0.005 _'
0.01'
1.0 x le
Uniform SILT
0.05
0.005
0.006
0.5 x 104
Sandy LAY C
1:0
0.001
0002
0.05 x 1'0
Silty CLAY
0.05
0.001
0.0015
0.01 x 10 °
CLAY (30%,to 50%
„ 0:05
0.0005^
0.0008
0.001 x W
clay sizes)
Colloidal CLAY (-2
0.01
10
40
10"9
m 50%)
BasicSoilsEngineering, R.K..Hough, 2nd Edition, Ronald Pe_ss Co.;
1969, Page 76.
Note: Since the permeability coefficient of the soil4ill be unknown in
most non=critical, non -severe applications for erosion control and
drainage, the soil -permeability coefficients listed in Table 712-2
maybe used as a'guid'e for comparing. the: permeability, coefficient
of the fabric'wiEh;that of the .in- lace soil
February 3, 2011 0
i
0
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:
February 3, 2011
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.
•
0
February 3, 2011
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
A. AFFIRMATIVE ACTION REQUIREMENTS
Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246)
The Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal
Employment Opportunity Construction Contract Specifications" set forth herein.
The goals and timetables for minority and female participation, expressed in percentage terms for the
Contractor's aggregate workforce in each trade on all construction work in the covered area are as
follows:
Goals and Timetable for Minoritv Utilization
Timetable - Until Further Notice
9
Economic
Standard Metropolitan
Counties
Goal
Area
Statistical Area SMSA
Involved
157
2080 Denver -Boulder
Adams, Arapahoe, Boulder, Denver,
(Denver)
Douglas, Gilpin, Jefferson ...................
13.8%
2670 Fort Collins
Larimer................................................
6.9%
3060 Greeley
Weld ....................................................
13.1 %
Non SMSA Counties
Cheyenne, Clear Creek, Elbert,
Grand, Kit Carson, Logan, Morgan,
Park, Phillips, Sedgwick, Summit,
Washington & Yuma ............................
12.8%
158
1720 Colorado Springs
El Paso, Teller .....................................
10.9%
(Colo. Spgs. -
6560 Pueblo
Pueblo .................................................
27.5%
Pueblo)
Non SMSA Counties
Alamosa, Baca, Bent, Chaffee,
Conejos, Costilla, Crowley, Custer,
Fremont, Huerfano, Kiowa, Lake,
Las Animas, Lincoln, Mineral, Otero,
Prowers, Rio Grande, Sa uache........
19.0%
159
Non SMSA
Archuleta, Delta, Dolores, Eagle,
(Grand Junction)
Garfield, Gunnison, Hinsdale,
La Plata, Mesa, Moffat, Montezuma,
Montrose, Ouray, Pitkin, Rio Blanco,
Routt, San Juan, San Miguel
10.2%
156 (Cheyenne -
Non SMSA
Jackson County, Colorado ..................
7.5%
Casper WY)
GOALS AND TIMETABLES FOR FEMALE UTILIZATION
UntilFurther Notice......................................................................................................................6.9% -- Statewide-
0
0
February 3, 2011
2
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
These goals are applicable to all the Contractor's construction work (whether or not it is Federal or federally
assisted) performed in the covered area. If the Contractor performs construction work in a geographical
area located outside of the covered area, it shall apply the goals established for such geographical area
where the work is actually performed. With regard to this second area, the Contractor also is subject to
the goals for both its federally involved and non -federally involved construction.
The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on
its implementation of the Equal Opportunity Clause specific affirmative action obligations required by the
specifications set forth in 41 CFR 60-4.3(a), and its efforts meet the goals established for the
geographical area where the contract resulting form this solicitation is to be performed. The hours of
minority and female employment and training must be substantially uniform throughout the length of the
contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and
women evenly on each of its projects. The transfer of minority or female employees or trainees from
Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals
shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Par 60-4.
Compliance with the goals will be measured against the total work hours performed.
3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance
Programs within 10 working days of award of any construction subcontract in excess of $10,000 at any
tier for construction work under the contract resulting from this solicitation. The notification shall list the
name, address and telephone number of the subcontractor; employer identification number; estimated
dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the
• geographical area in which the contract is to be performed.
4. As used in this specification, and in the contract resulting from this solicitation, the "covered area" is the
county or counties shown on the Invitation for Bids and on the plans. In cases where the work is in two or
more counties covered by differing percentage goals, the highest percentage will govern.
February 3, 2011 0
3
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
B. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT
SPECIFICATIONS
Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246)
1. As used in these Specifications:
a. "Covered area" means the geographical area described in the solicitation from which this contract
resulted;
b. "Director" means Director, Office of Federal Contract Compliance Programs, United States Department
of Labor, or any person to whom the Director delegates authority;
C. "Employer identification number" means the Federal Social Security number used on the Employer's
Quarterly Federal Tax Return, U.S. Treasury Department Form 941.
d. "Minority" includes;
(i) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin);
(ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other
Spanish Culture or origin, regardless of race);
(iii) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East,
Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and .
(iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples of
North America and maintaining identifiable tribal affiliations through membership and
participation or community identification).
2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any
construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of
these specifications and the Notice which contains the applicable goals for minority and female
participation and which is set forth in the solicitations from which this contract resulted.
3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S.
Department of Labor in the covered area either individually or through an association, its affirmative
action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with
that Plan for those trades which have unions participating in the Plan. Contractors must be able to
demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each
Contractor or Subcontractor participating in an approved Plan is individually required to comply with its
obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in
each trade in which it has employees. The overall good faith performance by other Contractors or
Subcontractor toward a goal in an approved Plan does not excuse any covered Contractor's or
Subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables.
4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through p
of these specifications. The goals set forth in the solicitation from which this contract resulted are
expressed as percentages of the total hours of employment and training of minority and female utilization
the Contractor should reasonably be able to achieve in each construction trade in which it has employees
in the covered area. Covered Construction contractors performing construction work in geographical
areas where they do not have a Federal or federally assisted construction contract shall apply the
minority and female goals established for the geographical area where the work is being performed.
Goals are published periodically in the Federal Register in notice form, and such notices may be obtained •
from any office of Federal Contract Compliance Programs Office or from Federal procurement contracting
officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each
craft during the period specified.
0
February 3, 2011
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the
Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the
Contractor's obligations under these specifications, Executive Order 11246, or the regulations
promulgated pursuant thereto.
6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals,
such apprentices and trainees must be employed by the Contractor during the training period, and the
Contractor must have made a commitment to employ the apprentices and trainees at the completion of
their training, subject to the availability of employment opportunities. Trainees must be trained pursuant
to training programs approved by the U.S. Department of Labor.
The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The
evaluation of the Contractor's compliance with these specifications shall be based upon its effort to
achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall
implement affirmative action steps at least as extensive as the following;
a. Ensure and maintain a working environment free of harassment, intimidation , and coercion at all sites,
and in all facilities at which the Contractor's employees are assigned to work. The Contractor,
where possible, will assign two or more women to each construction project. The Contractor shall
specifically ensure that all foremen, superintendents, and other on -site supervisory personnel are
aware of and carry out the Contractor's obligation to maintain such a working environment, with
specific attention to minority or female individuals working at such sites or in such facilities.
• b. Establish and maintain a current list of minority and female recruitment sources, provide written
notification to minority and female recruitment sources and to community organizations when the
Contractor or its union have employment opportunities available, and maintain a record of the
organization's responses.
C. Maintain a current file of the names, addresses and telephone numbers of each minority and female off -
the -street applicant and minority or female referral from a union, a recruitment source of community
organization and of what action was taken with respect to each individual. If such individual was
sent to the union hiring hall for referral and was not referred back to the Contractor by the union or,
if referred, not employed by the Contractor, this shall be documented in the file with the reason
therefor, along with whatever additional actions the Contractor may have taken.
d. Provide immediate written notification to the Director when the union with which the Contractor has a
collective bargaining agreement has not referred to the Contractor a minority person or woman sent
by the Contractor, or when he Contractor has other information that the union referral process has
impeded the Contractor's efforts to meet its obligations.
e. Develop on-the-job training opportunities and/or participate in training programs for the area which
expressly include minorities and women, including upgrading programs and apprenticeship and
trainee programs relevant to the Contractor's employment needs, especially those programs funded
or approved by the Department of Labor. The Contractor shall provide notice of these programs to
the sources compiled under 7b above.
f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training
programs and requesting their cooperation in assisting the Contractor in meeting its EEO
obligations; by including it in any policy manual and collective bargaining agreement; by publicizing
it in the company newspaper, annual report, etc., by specific review of the policy with all
management personnel and with all minority and female employees at least once a year, and by
posting the Contractor's EEO policy on bulletin boards accessible to all employees at each location
where construction work is performed.
February 3, 2011 0
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
g. Review, at least annually, the Contractor's EEO policy and affirmative action obligations under these
specifications with all employees having any responsibility for hiring, assignment, layoff, termination
or other employment decisions including specific review of these items with onsite supervisory
personnel such as Superintendents, General Foreman, etc., prior to the initiation of construction
work at any job site. A written record shall be made and maintained identifying the time and place
of these meetings, persons attending, subject matter discussed, and disposition of the subject
matter.
h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media,
specifically including minority and female news media, and providing written notification to and
discussing the Contractors and Subcontractors with whom the Contractor does or anticipates doing
business.
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.
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.
Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR
Part 60-3.
Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for
promotional opportunities and encourage these employees to seek or to prepare for, through
appropriate training, etc. such opportunities.
m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do
not have a discriminatory effect by continually monitoring all personnel and employment related
activities to ensure that the EEO policy and the Contractor's obligations under these specifications
are being carried out.
n. Ensure that all facilities and Contractor's activities are nonsegregated except that separate or single -
user toilet and necessary changing facilities shall be provided to assure privacy between the sexes.
o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female
construction contractors and suppliers, including circulation of solicitations to minority and female
contractor associations and other business associations.
p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the
Contractor's EEO policies and affirmative action obligation.
T 0
MAINTENANCE RECOMMENDATIONS FOR RIGID PAVEMENTS
High traffic volumes create pavement rutting and smooth, polished surfaces.
Preventive maintenance treatments will typically preserve the original or existing
pavement by providing a protective seal and improving skid resistance through a new
wearing course.
1. Annual Preventive Maintenance
a. Visual pavement evaluations should be performed each spring or fall.
b. Reports documenting the progress of distress should be kept current
to provide information of effective times to apply preventive
maintenance.
c. Crack sealing should be performed annually as new cracks appear.
2. 4 to 8 Year Preventive Maintenance
a. The owner should budget for a preventive treatment at approximate
intervals of 4 to 8 years to reduce joint deterioration.
b. Typical preventive maintenance for rigid pavements includes
patching, crack sealing and joint cleaning and sealing.
c. Where joint sealants are missing or distressed, resealing is
mandatory. •
3. 15 to 20 Year Corrective Maintenance
a. Corrective maintenance for rigid pavements includes patching and
slab replacement to correct subgrade failures, edge damage and
material failure.
b. Asphalt concrete overlays may be required at 15 to 20 year intervals
to improve the structural capacity of the pavement.
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT C 2
SHIELDS STREET BRIDGE REPLACEMENT
CTL I T PROJECT NO. FC05113-125
February 3, 2011
6
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of
their affirmative action obligations (7a through p). The efforts of a contractor association, joint contractor -
union contractor -community, or other similar group of which the Contractor is a member and participant,
may be asserted as fulfilling any one or more of its obligations under 7a through p of these specifications
provided that the Contractor actively participates in the group, makes every effort to assure that the group
has a positive impact on the employment of minorities and women in the industry, ensures that the
concrete benefits of the program are reflected in the Contractor's minority and female workforce
participation, makes a good faith effort to meet its individual goal and timetables, and can provide access
to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The
obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall
not be a defense for the Contractor's noncompliance.
9. A single goal for minorities and a separate single goal for women have been established. The Contractor,
however, is required to provide equal employment opportunity and to take affirmative action for all
minority groups, both male and female, and all women, both minority and non -minority. Consequently,
the Contractor may be in violation of the Executive Order if a particular group is employed in a
substantially disparate manner (for example, even thought the Contractor has achieved its goals for
women generally, the Contractor may be in violation of the Executive Order if a specific minority group of
women is underutilized).
10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against
any person because of race, color, religion, sex, or national origin.
• 11. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government
contracts pursuant to Executive Order 11246.
12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the
Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as
may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing
regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry
out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246,
as amended.
13 The Contractor in fulfilling its obligations under these specifications, shall implement specific affirmative action
steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to
achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails
to comply with the requirements of the Executive Order, the implementing regulations, or these
specifications, the Director shall proceed in accordance with 41 CFR 60-4.8.
14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that
the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may
be required by the Government and to keep records. Records shall at least include for each employee
the name, address, telephone numbers, construction trade, union affiliation if any, employee
identification number when assigned, social security number, race, sex, status (e.g., mechanic,
apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the
indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained
in an easily understandable and retrievable form, however, to the degree that existing records satisfy this
requirement, contractors shall not be required to maintain separate records.
15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish
. different standards of compliance or upon application of requirements for the hiring of local or other area
residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development
Block Grant Program).
February 3, 2011 40
7
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
C. SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES.
1. General.
a. Equal employment opportunity requirements not to discriminate and to take affirmative action to assure
equal employment opportunity as required by Executive Order 11246 and Executive Order 11375
are set forth in Required Contract. Provisions (Form FHWA 1273 or 1316, as appropriate) and
these Special Provisions which are imposed pursuant to Section 140 of Title 23, U.S.C., as
established by Section 22 of the Federal -Aid highway Act of 1968. The requirements set forth in
these Special Provisions shall constitute the specific affirmative action requirements for project
activities under this contract and supplement the equal employment opportunity requirements set
forth in the Required Contract provisions.
b. The Contractor will work with the State highway agencies and the Federal Government in carrying out
equal employment opportunity obligations and in their review of his/her activities under the
contract.
C. The Contractor and all his/her subcontractors holding subcontracts not including material suppliers, of
$10,000 or more, will comply with the following minimum specific requirement activities of equal
employment opportunity: (The equal employment opportunity requirements of Executive Order
11246, as set forth in Volume 6, Chapter 4, Section 1, Subsection 1 of the Federal -Aid Highway
Program Manual, are applicable to material suppliers as well as contractors and subcontractors.)
The Contractor will include these requirements in every subcontract of $10,000 or more with such
modification of language as is necessary to make them binding on the subcontractor. •
2. Equal Employment Opportunity Policy. The Contractor will accept as his operating policy the following
statement which is designed to further the provision of equal employment opportunity to all persons
without regard to their race, color, religion, sex, or national origin, and to promote the full realization of
equal employment opportunity through a positive continuing program;
It is the policy of this Company to assure that applicants are employed, and that employees are treated
during employment, without regard to their race, religion, sex, color, or national origin. Such action
shall include; employment, upgrading, demotion, or transfer; recruitment or recruitment advertising;
layoff or termination; rates of pay or other forms of compensation; and selection for training, including
apprenticeship, preapprenticeship, and/or on-the-job training.
3. Equal Employment Opportunity Officer. The Contractor will designate and make known to the State highway
agency contracting officers and equal employment opportunity officer (herein after referred to as the EEO
Officer) who will have the responsibility for an must be capable of effectively administering and promoting
an active contractor program of equal employment opportunity and who must be assigned adequate
authority and responsibility to do so.
4. Dissemination of Policy.
a. All members of the Contractor's staff who are authorized to hire, supervise, promote, and discharge
employees, or who recommend such action, or who are substantially involved in such action, will
be made fully cognizant of, and will implement, the 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.
0
February 3, 2011
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.
In order to make the Contractor's equal employment opportunity policy known to all employees,
prospective employees and potential sources of employees, i.e., schools, employment agencies,
labor unions (where appropriate), college placement officers, etc., the Contractor will take the
following actions:
(1) Notices and posters setting forth the Contractor's equal employment opportunity policy will be
placed in areas readily accessible to employees, applicants for employment and potential
employees.
(2) The Contractor's equal employment opportunity policy and the procedures to implement such
policy will be brought to the attention of employees by means of meetings, employee
handbooks, or other appropriate means.
5. Recruitment.
40 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.
February 3, 2011 0
9
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
b. The Contractor will periodically evaluate the spread of wages paid within each classification to
determine any evidence of discriminatory wage practices.
C. The Contractor will periodically review selected personnel actions in depth to determine whether there
is evidence of discrimination. Where evidence is found, the Contractor will promptly take
corrective action. If the review indicates that the discrimination may extend beyond the actions
reviewed, such corrective action shall include all affected persons.
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., apprenticeshij), 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.
G. 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.
0
February 3, 2011 •
1
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
(a) Definitions and Procedures
For this project, the following terms are defined:
1. Disadvantaged Business Enterprise (DBE). A small business concern that is certified as being:
A. At least 51 percent owned by one or more socially and economically disadvantaged individuals or, in
the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or
more socially and economically disadvantaged individuals; and
B. Whose management and daily business operations are controlled by one or more of the socially and
economically disadvantaged individuals who own it.
C. Socially and economically disadvantaged individual means any individual who is a citizen (or lawfully
admitted permanent resident) of the United States and who is:
(1) Any individual whom the Colorado Department of Transportation Office of Certification or the City
and County of Denver Division of Small Business Opportunity (DSBO) finds to be a socially and
economically disadvantaged individual.
(2) Any individual in the following groups, members of which are rebuttably presumed to be socially
and economically disadvantaged:
a. 'Black Americans," which includes persons having origins in any of the Black racial groups of •
Africa;
b. "Hispanic Americans," which includes persons of Mexican, Puerto Rican, Cuban, Dominican,
Central or South American, or other Spanish or Portuguese culture or origin, regardless of
race;
c. "Native Americans," which includes persons who are American Indians, Eskimos, Aleuts, or
Native Hawaiians;
d. "Asian -Pacific Americans," which includes persons whose origins are from Japan, China,
Taiwan, Korea, Burma (Myanmar), Vietnam, Laos, Cambodia (Kampuchea), Thailand,
Malaysia, Indonesia, the Philippines, Brunei, Samoa, Guam, the U.S. Trust Territories of the
Pacific Islands (Republic of Palau), the Commonwealth of the Northern Marianas Islands,
Macao, Fiji, Tonga, Kirbati, Juvalu, Nauru, Federated States of Micronesia, or Hong Kong;
e. "Subcontinent Asian Americans," which includes persons whose origins are from India,
Pakistan, Bangladesh, Bhutan, the Maldives Islands, Nepal or Sri Lanka;
f. "Women", which means females of any ethnicity;
g. "Other," which means any additional groups whose members are designated as socially and
economically disadvantaged by the Small Business Administration (SBA), at such time as the
SBA designation becomes effective and/or individuals who have been determined to be
socially and economically disadvantaged based on the criteria for social and economic
disadvantage.
2. Underutilized DBE (UDBE). A firm which meets the definition of DBE above and is eligible to meet the •
contract goal as defined in the project special provision titled "Contract Goal."
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.
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.
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 CDOT's GFE
Committee to discuss the issue of whether it met the goal or made adequate good faith efforts prior to the
bid opening to do so. The Business Programs Office, with the DBE Liaison's Approval, will send the
bidder a written decision on reconsideration, explaining the basis for finding that the bidder did or did not
meet the goal or make adequate good faith efforts prior to the bid opening to do so.
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
work as to non UDBE subcontractors.
(5) Award subcontracts to UDBEs where their quotations are reasonably competitive with other
quotations received.
February 3, 2011
4
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
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
http://www.dot.state.co.us/app_ucp/ .
4. Bidders shall exercise their own judgments in selecting any subcontractor to perform any portion of
the work.
5. Permission for a DBE/non-DBE joint venture to bid on a specific project may be obtained from the
Business Programs Office based on information provided by the proposed joint venture on Form 893,
"Information For Determining DBE Participation When A Joint Venture Includes A DBE". Joint
applications should be submitted well in advance of bid openings.
(c) Bidding Requirements
All bidders shall submit with their proposals a fully executed Form 714 including a list of the names of
their UDBE subcontractors to meet the contract goal. The 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 may be submitted by FAX, at Fax number (303)757-
9019, with an original copy to follow. If the contract goal is not met, the 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.
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.
February 3, 2011 0
5
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
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.
Exhibit 7 - Laporte Avenue Geotechnical Report
C
GEOTECHNICAL INVESTIGATION
AND PAVEMENT RECOMMENDATIONS
ARTHUR DITCH CULVERT REPLACEMENT
AT LAPORTE AVENUE AND
WHITCOMB STREET
FORT COLLINS, COLORADO
CITY OF FORT COLLINS — ENGINEERING DEPARTMENT
281 North College Avenue
P.O. Box 580
Fort Collins, Colorado 80522-0580
Attention: Mr. Jin Wang, PE
Project No. FC05114-125
., July 21, 2010
351 Linden Street I Suite 140 ` Fort Collins, Colorado 80524
Telephone:970-206.9455 Fax:970-206.9441
• 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.
To determine the goals achieved under this Contract the participation as described in (d) of this special
provision shall be divided by the original prime Contract amount and multiplied by 100 to determine the
percentage of performance. The Contractor shall maintain records of payment that show amounts paid to
all DBEs. Upon completion of the project, the Contractor shall submit a Form 17 listing all DBEs that
participated in this Contract, the subcontract tier number of each, and the dollar amount paid to each.
This dollar amount shall include payments made by nonDBE subcontractors to DBE subcontractors. The
Contractor shall certify the amount paid, which may be audited by the Department. When there is no
participation by DBEs, the Contractor shall submit a Form 17 that indicates no participation and gives
reasons why there was no participation. CDOT will not count the participation of a DBE subcontractor
toward the prime contractor's UDBE achievements or CDOT's overall DBE goal until the amount being
counted toward the goal has been paid to the DBE.
(e) Replacement of UDBE Subcontractors used to meet the contract goal
Based upon a showing of good cause the Contractor may request that a UDBE named on Form 714 or on a
Form 715 be replaced with another UDBE pursuant to the terms and conditions of this special provision. In
the event that the Contractor is able to both document the need and to offer a replacement UDBE who can
perform the work at a reasonable cost, the CDOT Region Civil Rights Professional will approve the
replacement at no additional cost to the Department. Replacements will be allowed only with prior written
approval of the Region Civil Rights Professional.
February 3, 2011
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
1. If a replacement is to be requested prior to the time that the named UDBE has begun to effectively
prosecute the work under a fully executed subcontract, the Contractor shall furnish to the Region Civil
Rights Professional the following:
A. Written permission of the named UDBE. Written permission may be waived only if such permission
cannot be obtained for reasons beyond the control of the Contractor.
B. A full written disclosure of the circumstances making it impossible for the Contractor to comply with
the condition of award.
C. Documentation of the Contractor's assistance to the UDBE named on Form 714 or on Form 715.
D. Copies of any pertinent correspondence and documented verbal communications between the
Contractor and the named UDBE.
E. Documentation of the Good Faith Efforts in finding a replacement UDBE subcontractor and the
results of the efforts. It is within the control of the Contractor to locate, prior to award, DBEs that offer
reasonable prices and that could reasonably be expected to perform the work. For this reason,
increased cost shall not, by itself, be considered sufficient reason for not providing an in -kind
replacement.
2. In the event a UDBE subcontractor begins to prosecute the work and is unable to satisfactorily complete
performance of the work, the Contractor shall furnish to the Region Civil Rights Professional the following:
A. Documentation that the subject UDBE subcontractor did not perform in a satisfactory manner.
B. Documentation of the Contractor's assistance to the UDBE subcontractor prior to finding the UDBE
subcontractor in default.
C. A copy of the certified letter finding the UDBE to be in default or a letter from the UDBE stating that it
cannot complete the work and it is turning the work back to the Contractor.
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.
•
8
DISADVANTAGED BUSINESS ENTERPRISE
DEFINITIONS AND REQUIREMENTS
(f) Sanctions.
February 3, 2011
It is the obligation of the Contractor to provide DBE firms with equal opportunity to participate in the
performance of the work.
It is the responsibility of DBE firms to perform their work in a responsible manner fully consistent with the
intent of the DBE program, and in substantial compliance with the terms and conditions of these DBE
definitions and requirements.
DBE firms which fail to perform a commercially useful function as described in subsection (d) of these DBE
definitions and requirements or operate in a manner which is not consistent with the intent of the DBE
program may be subject to revocation of certification.
A finding by the Department that the Contractor has failed to comply with the terms and conditions of these
DBE definitions and requirements shall constitute sufficient grounds for default and termination of the
Contract in accordance with subsection 108.09 of the specifications.
Attachments:
Form 714
Form 715
Form 718
is
0
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? U Yes ❑ No
2) If 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 �a
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
it.
12.
13.
14.
Page 1 of 2 Previous editions are obsolete and may not be used COOT Form #714 4108
4
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.
%
%
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 I. 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:
cy< 4 °1 , vrevlous eamons are obsolete ano may not oe usea CDOT Form #714 4/08
COLORADO DEPARTMENT OF TRANSPORTATION project No.:
CERTIFICATE OF PROPOSED
UNDERUTILIZED DBE (UDBE) Project Code (SA#):
PARTICIPATION Location: Form #: of
Prime Contractor — Send completed/signed form to the Business Programs Office (instructions on second page). 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 DSE/UDBE firms and their DBE work codes go to http://www.dot.state.co.uslapp_ucpl
NOTE: See 49 CFR part 26.55, and the "OBE - 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 1a — 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)* I
* For work done on this UDBE contract with non-UDBE lessees, credit toward the project UDBE goal is given only for the broker fees or commissions
the UDBE trucker receives for arranging the transportations services, because the services themselves are being performed by non-UDBEs.
NAME OF UDBE FIRM
CERTIFICATION #
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 lb — SUBCONTRACTS^
• ELIGIBLE UDBE SUBCONTRACT AMOUNT = I (Actual UDBE contract amount) (Any non UDBEtlower� r amounts in this contract)
* "
ct
Work that a UDBE subcontracts to a lower tier non-UDBE firm does not count toward the p of UDBE,goal.
NAME OF UDBE FIRM
CERTIFICATION #
'EXPIRATION DATEr DELIGIBLE UDBE SUBCONTRACT AMOUNT
DBE WORK CODE NUMBER(S) THIS UDBE IS BEING USED 1 bii,A
Complete list of work codes is at http://www dot state co us/app�uc'p/
PART 1c — SUPPLY CONTRACT';\ �=� v
If the supplier is a UDBE with a Type'4e'Id of -,?Manufacturer" for the item(s):
• ELIGIBLE UDBE SUPPLYAMOUNT I (Acttial UDBE contract amount) X 100%
z�mIf
UDBE with
the supplier is a a`"Typ fika of "Regular Dealer" for the item(s):
t t
• ELIGIBLE UDBE SUPPLYAMOU/JT = I (Actual UDBE contract amount) X 60
""
1, DBE
NOTE: If the supplier iYs;awith 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://www.dot.state.co.us/app_ucp/
PART 1 d — 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 broker/agent for services rendered*
* The amounts that count toward UDBE goals are limited to the compensation retained by the UDBE broker/agent for services rendered, provided the
fee/commission is determined by COOT to be reasonable and not excessive as compared with fees customarily charged for similar services.
NAME OF UDBE FIRM
CERTIFICATION #
EXPIRATION DATE Z ELIGIBLE UDBE SERVICE FEE 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/
Original - Business Programs Office Previous editions may not be used CDOT Form 715 - Page 1 of 2 1/06
0
PART 2 — UDBE PARTICIPATION SUMMARY
0
•
1101
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>
PART 3 — UDBE CONFIRMATION
I confirm that my company is participating in this contract as documented in the Prime Contiactor4s commitinent(s) in PART 1
of this form. Only the value of the work that my company is actually performing is-bemg'c`o rated on this %rm.
UDBE Firm Name:
UDBE Representative Signature and Title:
PART 4 — PRIME CONTRACTOR CERTIFICATION
Date:
I certify that:
• my company has met the contracted:UDBE goals or has submitted a completed COOT Form #718.
• my company has accep ed aproposak rom the UDBE named above.
• my company has notlfied�th�propos.-- UDBE of the contracted UDBE commitment.
• my company, has ensureddtfiat the�proposed UDBE has signed PART 3 of this form.
• my company's use of the prob posed UDBE for the items of work listed above is a condition of the contract award.
• my comp
any,will mvde.the proposed UDBE to attend the preconstruction conference.
• my company will(not 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.
• I understand that failure to comply with the information shown on this form will be considered grounds for contract termination.
I declare under penalty of perjury in the second degree, and any other applicable state or federal laws, that the statements
made on this document are true and complete to the best of my knowledae.
Prime Contractor Name:
Officer Signature and Title:
FORM INSTRUCTIONS
Prime Contractor:
1. An officer of the contractor(s) 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 COOT Form #715 for EACH proposed UDBE.
Previous editions may not
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
1/06
N
R
N
N @
O
o iy
a 3 v c
m 8 y m
c
•
o o
�N —_ m
v� ,,,E @
w o n '°
" a
•
v
N A '° v
v N o E R w
t ,� LU E
O a W
U
E
rn E w:
v ,2` u d
O w
o E m
T N R O "' Q co
o f 7 U O
LL
16I O R
ai v
N r
I
L
Y
•
N
O w m OI N O
•
mm
~
o
cC a6 �`C vO
o
L
° f E c c
o
N
❑ n
Ro ou
0 W
N
0
m
Q
R m
•
p`o
rn LmvN
N
N y
LL
Q
W
Q
S n L
O f N
CO
3
3 0
•
> A U O_ C
'� 3
a
N
I
6 N 4? U N N
C
o U
E
N --
O N C a
N
s m v
cO
N C
� m y E E
U
v
O
_T
a m C
c
E 0.0 N N
ai
O N>>
N
U
fn
N O Q n
a 3
m Gl v> m C O T
C
o
w W o v
N aEi
o a= a -vo v
° N U a '.C. N
`0 3 `o
•
C— @ i C@
a 'ayi E 'oI o� p
IL
o
Z
O "1 R O R
- W a v
L-
F- x
•
v
0 0 0 0 .m o a 0 (p
v-0 o 0 0 o y
o`
R C
v` 0 u m a
a
(V '- U O N D
3 m o E w
N? c a
3oo�w 3 033 D
;'�O o
ama
O J o
m
mo u
w m W w
W
UCO
°R
O
N C o
E o
EW
m O O
.
«c
0 1Cr,
y
ix o a.t°
c
ou
E o =
U❑L aZm a
J
O
U¢ D W
rL R R m
`• p
� '•�vrf
U N@ C N N
m
'Jo
a`n
R O N R m
m
7 3 T
t d
m n
a'0
o v
u ❑j c o
m W y d
o N .:o
{Ur
N L L D w
in
{W'PmLU
Z
CO
v W U c`
Co L
•3 IL:.Y
N 0
= �`
@
R
N
=I W .L.. O1
J J R
O O •¢.:r..t
L F-
'ij.O•.•
O T a
a
r�:a,0a
;:.Ui
-
R
C
a.
T
R y E d U .a
m LL r 5
°1
!Lcc
t..iE.;
E w @ o axi
a U rn
tRi?�y
Z
O
L ❑U u p:.�'
Q
w
�d
N N C@
N E
2L
N N
Y m
L
t-
i
J
R O L
m �•.
m 7 Nm O
Q
L LL m 0
O N T
v
C
LL
D C
C f R L T
O_n
O v N
u C u
C U p
W R ... N
.. t`}:y
w
O Q�
N U
N
O O
m 0 yNj U m °'
3 U '0
r•'^L GCy.i
_
.�
0
H O
❑ a o 0
<, .y
:O o
N
1 '�'•ajl
OU
R O R
a
m R
c x
W
a m v
.�
-v. •
e
E a O a
Bh a w
vR
TUy+y.i-a
E d s c
o
mm ..0
CA(p W
5 0 m
E R
,U
mX
Z
LQL
E R 0
�= Q
v
s',¢s
�O
La c
O
O E v c °' 2
U o
a N-w•r
•'u.`:
m
_
U o. � n �
� o �
•W jam''
� � � a � o
iW!�5
...
LL. ~'
o
o c cc
t
a❑-'� .
�
00 3o m N N
v
fo
a:.
O W Q
p
M�1
3
fl.
'�._:
c y v
W~
Z Z
a U m Q
L a N J LL C
y'aN
R
•?
n ,'
R v a
L �. O w O o
W
N
U
U n a
Y'y^F4'
Q C
O
T D D v C
T W
D R m
O R
W
Q N V
_
o
n c o n
u
a c o,
•,
e
D a a N u
J
m
N
N O v d W
o.0
v u
m o p_
x* =2
W O
_m T
- o '�
lv+,'.yu:l
'u 0 N
_aj',uk.
r
o
tin n F
3 c v
aogy •<
C7
0 3 R v v
O
O=
p
L N O a
g
O F N
Y❑
imo`�lu0
U
o'w
UE
°
E_l{�
7'W m@�E
0LL
o f a~ ~ c
n 3 R
;❑+'�•°
a 3 m 3 v N E
4❑,o
J Z LL
L� w 0
o M g
"<
m
0mm o m 0
gip;
0
m
a
a
U
0
O
N
E
R
O
0
a`
aNi
ri
0
0
a O
OLu
•C"i•' ,�
O
m
W
S
N
u
.SC.ai-i'�i
N
F
E
p
,,.,W..r.
0
O
� C Q
ui
S
C y L R
@
D N
N R
LL'
X
LU
D L
w
LL
J N
—
c
0
@ c o
0 O YLU
D
co
D
W
CO
c J @
W
U)
CO
«
C
U`
W
co
� � L
•AVIml:.
n O C t
Nttz
p
0 3
(Z�;, wsc
n N
E
C U C
r
U,
40
B m N Op
w N O O
ILL
ca
m v c
n c 3
F=-
W
co
y L
p
.. .
O W @
LL
3 T ...
�`
a m'� o
O
`Q%C13"
N E G
D w > 0 0
":::
D U
LL
> O = of
;y.,
E u
O
c°'i O
Q
OCL
@
c
N 0 N
�'V�m�I ',
C@� R
Q
w
J
Q O cao
LLJ
00
L
T r
m.
J J @ Z
0
.�. Fdm. a
O D J
Q
0
00
U 3
yae£
H c v L
w�
E
ui
1_
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24 HIGHWAY CONSTRUCTION
Decision Nos. C0100016, 17, 18, 19, 20, 21, 22, 23 and 24
dated January 06, 2012 supersedes Decision Nos.
C0100018, 19, 20, 21, 22, 23, 24, 25 and 26 dated
September 30, 2011.
Modifications
ID
mtoD Number Date Paee Numberfs)
1 t ti8-u 14
2 01-06-12 t, 10, 14, 19, 25,
29, 34, 42 and 50
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
job classifications, the higher minimum wages and fringe benefits
shall apply throughout the project.
General Decision No. CO100016 applies to the following counties: Adams, Arapahoe, Broomfield, Clear Creek,
Elbert, Gilpin, Jefferson, and Park counties.
General Decision No. CO100016
The wage and fringe benefits listed below reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
ELECTRICIAN (Traffic Signalization Only):
1000
Clear Creek
26.42
4.75% + 8.68
POWER EQUIPMENT OPERATOR:
Drill Rig Caisson
1001
Smaller than Watson 2500 and similar
23.67
9.22
1002
Watson 2500 similar or larger
23.97
9.22
Crane (50 tons and under)
1003
Arapahoe, Broomfield, Clear Creek, Elbert, Gilpin
23.82
9.22
Crane (51 - 90 tons)
1004
Arapahoe, Broomfield, Clear Creek, Elbert, Gilpin
23.97
9.22
Crane (91 - 140 tons)
1005
Arapahoe, Broomfield, Clear Creek, Elbert, Gilpin
24.12
9.22
1006
Scraper
1007
Single bowl under 40 cubic yards
23.82
9.22
1008
40 cubic yards and over
23.97
9.22
is
0
TABLE OF CONTENTS
SCOPE
1
SITE CONDITIONS
2
PROPOSED CONSTRUCTION
2
INVESTIGATION
2
SUBSURFACE CONDITIONS
3
Seismicity
3
SITE DEVELOPMENT
4
Fill Placement
4
Excavation
4
FOUNDATIONS
6
Mat Foundations
6
LATERAL EARTH PRESSURES
7
8
•
PAVEMENT DESIGN
PAVEMENT SELECTION
9
SUBGRADE PREPARATION
9
PAVEMENT MATERIALS AND CONSTRUCTION
10
MAINTENANCE
10
WATER-SOLUBLE SULFATES
10
SURFACE DRAINAGE
11
LIMITATIONS
12
FIGURE 1 — LOCATIONS OF EXPLORATORY BORINGS
FIGURE 2 — SUMMARY LOGS OF EXPLORATORY BORINGS
FIGURE 3 — EXAMPLE LATERAL EARTH PRESSURE DISTRIBUTIONS
APPENDIX A — RESULTS OF LABORATORY TESTING
APPENDIX B — SAMPLE SITE GRADING SPECIFICATIONS
APPENDIX C — PAVEMENT DESIGN CALCULATIONS
APPENDIX D — PAVEMENT CONSTRUCTION RECOMMENDATIONS .
APPENDIX E — PAVEMENT MAINTENANCE PROGRAM
•
2
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 0 1 -06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24 HIGHWAY CONSTRUCTION
General Decision No. CO100016
The wage and fringe benefits listed below do not reflect collectively bargained rates.
CARPENTER:
Excludes Form Work
1009
Adams
16.61
3.88
1010
Arapahoe, Broomfield, Clear Creek, Elbert,
Gilpin, Jefferson, Park
19.27
5.08
Form Work Only
1011
Adams
16.78
3.57
1012
Broomfield, Clear Creek, Elbert, Gilpin
19.11
5.46
1013
Jefferson
16.88
3.81
1014
Park
17.28
5.38
CEMENT MASON/CONCRETE FINISHER:
1015
Adams
16.05
3.00
1016
Arapahoe
18.70
3.85
1017
Broomfield, Clear Creek, Elbert, Gilpin
18.37
3.00
1018
Jefferson
18.02
3.42
1019
Park
17.09
2.85
ELECTRICIAN:
Excludes Traffic Signal Installation
1020
Adams
31.00
14.01
1021
Arapahoe, Broomfield, Clear Creek, Elbert,
Gilpin, Jefferson, Park
35.13
6.83
Traffic Signalization Electrician
1022
Adams, Arapahoe, Broomfield, Clear Creek, Elbert,
Gilpin, Park
27.25
7.10
1023
Jefferson
26.78
5.44
Traffic Signalization Groundsman
1024
Adams
13.96
2.80
1025
Arapahoe, Broomfield, Elbert, Gilpin, Park
15.24
3.81
1026
Clear Creek
15.70
2.14
1027
Jefferson
15.19
4.72
3-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 0 1 -06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22,23 and 24 HIGHWAY CONSTRUCTION
General Decision No. C0100016
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
1028
FENCE ERECTOR
13.02
3.20
1029
FORM WORKER - Arapahoe
15.30
3.90
GUARDRAIL INSTALLER:
1030
Adams
12.89
3.45
1031
Arapahoe, Broomfield, Clear Creek, Elbert,
Gilpin, Jefferson, Park
12.89
3.20
HIGHWAY/PARKING LOT STRIPING:
Painter
1032
Adams, Arapahoe, Broomfield, Clear Creek, Elbert,
Gilpin, Park
12.62
3.21
1033
Jefferson
14.21
3.21
IRONWORKER:
Reinforcing
1034
Adams
22.14
0.77
1035
Arapahoe, Broomfield, Clear Creek, Elbert, Gilpin,
Jefferson
16.69
5.45
1036
Park
19.98
2.89
1037
Structural
18.22
6.01
LABORER:
Asphalt Raker
1038
Adams, Arapahoe, Broomfield, Clear Creek, Elbert,
Gilpin,
Jefferson
16.29
4.25
1039
Park
17.41
1.86
1040
Asphalt Shoveler
21.21
4.25
1041
Asphalt Spreader
18.58
4.65
Common or General
1042
Adams
16.29
4.25
1043
Arapahoe, Broomfield, Clear Creek, Elbert, Gilpin
16.67
4.27
1044
Jefferson
16.51
4.27
1045
Park
15.64
2.46
0
. 4-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 0 1 -06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22,23 and 24 HIGHWAY CONSTRUCTION
•
•
General Decision No. CO100016
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
Concrete Saw (Hand Held)
1046
Adams
16.29
5.20
1047
Arapahoe, Broomfield, Clear Creek, Elbert,
Gilpin, Jefferson, Park
16.29
6.14
Landscape and Irrigation
1048
Adams, Arapahoe, Broomfield, Elbert, Gilpin, Jefferson,
Park
12.26
3.16
1049
Clear Creek
14.98
3.16
Nlason Tender - Cement/Concrete
1050
Adams
17.71
2.83
1051
Arapahoe, Broomfield, Clear Creek, Elbert, Gilpin
16.96
4.04
1052
Jefferson
16.29
4.25
1053
Park
15.08
3.10
1054
Pipelayer
13.55
2.41
Traffic Control (Flagger)
1055
Adams, Arapahoe, Broomfield, Clear Creek, Elbert,
9.55
3.05
1056
Jefferson
9.73
3.05
1057
Park
9.42
3.21
Traffic Control (Sets UpMoves Barrels, Cones, Install Signs,
Arrow Boards and Place Stationary Flags)
1058
Adams, Arapahoe, Broomfield, Elbert, Gilpin, Jefferson
12.43
3.22
1059
Clear Creek
13.14
3.20
1060
Park
12.76
3.20
1061
PAINTER (Spray Only)
16.99
2.87
5- .U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 0 1 -06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24 HIGHWAY CONSTRUCTION
General Decision No. CO100016
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code Classification Basic Hourly Fringe Benefits Last
Rate I I Mod
N I POWER EQUIPMENT OPERATOR: I I 1 11
Asphalt Laydown
Adams, Arapahoe, Broomfield, Clear Creek, Elbert,
1062
Gilpin,
22.67
8.75
Jefferson
1063
Park
22.67
8.72
1064
Asphalt Paver
24.97
6.13
Asphalt Roller
1065
Adams
24.20
7.70
1066
Arapahoe
22.68
8.72
1067
Broomfield, Clear Creek, Elbert, Gilpin
23.41
7.67
1068
Jefferson
22.84
7.69
1069
Park
22.84
8.72
Asphalt Spreader
1070
Adams, Arapahoe, Broomfield, Clear Creek, Elbert,
Gilpin, Park
22.67
8.67
1071
Jefferson
23.34
8.06
1072
Back hoe/Trackhoe
1073
Adams
20.31
4.24
1074
Arapahoe
24.59
6.24
1075
Broomfield, Clear Creek, Elbert, Gilpin
22.19
6.48
1076
Jefferson
21.99
5.60
1077
Park
20.81
4.24
0
• 6-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 0 1 -06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24 HIGHWAY CONSTRUCTION
General Decision No. CO100016
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
POWER EQUIPMENT OPERATOR (con't):
Bobcat/Skid Loader
1078
Adams, Broomfield, Clear Creek, Elbert, Gilpin
15.37
4.28
1079
Arapahoe
18.23
4.28
1080
Jefferson
16.85
4.28
1081
Park
22.46
0.00
1082
Boom
22.67
8.72
Broom/Sweeper
1083
Adams, Broomfield, Clear Creek, Elbert, Gilpin, Park
22.70
8.07
1084
Arapahoe
22.67
8.73
1085
Jefferson
22.18
8.36
Bulldozer
1086
Adams
25.20
6.72
1087
Arapahoe, Broomfield, Clear Creek, Elbert,
Gilpin, Jefferson, Park
26.90
5.59
1088
Concrete Pump
21.60
5.21
Crane
1089
Adams, Park
22.82
8.72
1090
Jefferson
23.55
6.68
Drill
1091
Adams, Arapahoe, Broomfield, Clear Creek, Elbert,
in, Park
20.48
4.71
Jefferson
20.65
5.74
E1093Gil
Forklift
15.91
4.68
U
7_
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 0 1 -06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22,23 and 24 HIGHWAY CONSTRUCTION
General Decision No. C0100016
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
POWER EQUIPMENT OPERATOR (con't):
Grader/Blade
1094
Adams
23.94
8.23
1095
Arapahoe
22.67
8.72
1096
Broomfield, Clear Creek, Elbert, Gilpin, Park
23.90
7.93
1097
Jefferson
23.28
7.73
1098
Guardrail/Post Driver
16.07
4.41
Loader (Front End)
1099
Adams
23.09
8.72
1100
Arapahoe
26.80
4.84
1101
Broomfield, Clear Creek, Elbert, Gilpin
23.20
8.33
1102
Jefferson
23.06
7.76
1103
Park
22.67
8.72
Mechanic
1104
Adams
22.82
8.72
I105
Arapahoe, Broomfield, Clear Creek, Elbert, Gilpin, Park
24.04
7.35
1106
Jefferson
23.56
8.72
Oiler
1107
Adams, Jefferson
21.97
8.72
1108
Arapahoe, Broomfield, Clear Creek, Elbert, Gilpin, Park
23.73
8.41
Roller/Compactor (Dirt and Grade Compaction)
1109
Adams
16.70
3.30
1110
Arapahoe, Broomfield, Clear Creek, Elbert, Gilpin,
Jefferson
20.30
5.51
Park
16.52
3.13
E1112
Rotomill
16.22
4.41
0
• 8
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22,23 and 24 HIGHWAY CONSTRUCTION
•
•
General Decision No. CO100016
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
POWER EQUIPMENT OPERATOR (con't):
Screed
1113
Adams
27.89
3.50
1114
Arapahoe
22.67
8.72
1115
Broomfield, Clear Creek, Elbert, Gilpin
24.67
6.02
1116
Jefferson
22.64
8.43
1117
Park
20.36
3.04
1118
Tractor
13.13
2.95
TRUCK DRIVER:
Distributor
1119
Adams
15.80
5.27
1120
Arapahoe, Broomfield, Clear Creek, Elbert, Gilpin, Park
19.62
5.27
1121
Jefferson
19.46
6.04
Dump Truck
1122
Adams
16.68
5.27
1123
Arapahoe
18.94
5.27
1124
Broomfield, Clear Creek, Elbert, Gilpin
16.47
5.27
1125
Jefferson
16.97
4.78
1126
Park
15.40
3.21
Lowboy Truck
1127
Adams, Arapahoe, Broomfield, Clear Creek, Elbert,
Gilpin,
Park
17.25
5.27
1128
Jefferson
19.80
6.42
1129
Mechanic
26.48
3.50
Multi -Purpose Speciality and Hoisting Truck
1130
Adams, Broomfield, Clear Creek, Elbert, Gilpin, Park
17.49
3.17
1131
Arapahoe
15.79
2.48
1132
Jefferson
15.13
3.89
9 .U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 0 1 -06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24 HIGHWAY CONSTRUCTION
General Decision No. C0100016
The wage and fringe benefits listed below do not reflect collecti ely bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
TRUCK DRIVER (con't.):
SemilTrailer Truck (Includes Pickup and Pilot Car)
1133
Adams, Broomfield, Clear Creek, Elbert, Gilpin,
Jefferson,
Park
18.39
4.13
1134
Arapahoe
16.00
2.60
Single Axle (Includes Pickup and Pilot Car)
1135
Adams, Jefferson
13.93
3.68
1136
Arapahoe
15.10
3.77
1137
Broomfield, Clear Creek, Elbert, Gilpin, Park
14.74
3.68
1138
Truck Mounted Attenuator
12.43
3.22
Water Truck
1139
Adams
17.50
5.19
1140
Arapahoe, Broomfield, Clear Creek, Elbert, Gilpin, Park
19.36
4.07
1141
Jefferson
17.57
5.27
WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.
Unlisted classifications needed for work not included within the scope of the classifications listed may be added
after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(ii)).
In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively
bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined
to be prevailing.
END OF GENERAL DECISION NO. C0100016
10-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 0 1 -06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22,23 and 24 HIGHWAY CONSTRUCTION
Decision Nos. C0100016, 17, 18, 19, 20, 21, 22, 23 and 24
dated January 06, 2012 supersedes Decision Nos.
CO100018, 19, 20, 21, 22, 23, 24, 25 and 26 dated
September 30, 2011.
Modifications
ID
MOD Number Date Paee Number(s)
t 11-18-11 14
2 01-06-12 t, 10, 14, 19, 25,
29, 34, 42 and 50
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
job classifications, the higher minimum wages and fringe benefits
shall apply throughout the project.
General Decision No. CO100017 applies to the following counties: Boulder county.
General Decision No. C0100017
The wage and fringe benefits listed below reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
POWER EQUIPMENT OPERATOR:
Drill Rig Caisson
1142
Smaller than Watson 2500 and similar
23.67
9.22
1143
Watson 2500 similar or larger
23.97
9.22
Crane
1144
50 tons and under
23.82
9.22
1145
51 - 90 tons
23.97
9.22
1146
91 - 140 tons
24.12
9.22
Scraper
1147
Single bowl under 40 cubic yards
23.82
9.22
1148
40 cubic yards and over
23.97
9.22
CARPENTER:
1149
Excludes Form Work
16.61
3.88
1150
Form Work Only
17.06
3.90
1151
CEMENT MASON/CONCRETE FINISHER
17.39
3.00
1152
ELECTRICIAN
33.39
7.64
1153
FENCE ERECTOR
15.96
3.46
1154
GUARDRAIL INSTALLER
16.21
3.63
1155
HIGHWAY/PARKING LOT STRIPING:
1156
Painter
12.62
3.21
11 •U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22,23 and 24 HIGHWAY CONSTRUCTION
General Decision No. CO100017
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
IRONWORKER:
1157
Reinforcing (Excludes Guardrail Installation)
16.69
5.45
1158
Structural (Excludes Guardrail Installation)
18.22
6.01
LABORER:
1159
Asphalt Raker
16.29
4.25
1160
Asphalt Shoveler
21.21
4.25
1161
Asphalt Spreader
18.58
4.65
1162
Common or General
16.29
4.25
1163
Concrete Saw (Hand Held)
16.29
6.14
1164
Landscape and Irrigation
12.26
3.16
1165
Mason Tender - Cement/Concrete
16.29
4.25
1166
Pipelayer
16.74
1.89
1167
Traffic Control (Flagger)
9.55
3.05
1168
Traffic Control (Sets Up/Moves Barrels, Cones,
Installs signs, Arrow Boards and Place Stationary Flags),
(Excludes Flaggers)
12.43
3.22
1169
PAINTER (Spray Only)
16.99
2.87
POWER EQUIPMENT OPERATOR:
1170
Asphalt Laydown
22.67
8.25
1171
Asphalt Paver
24.19
6.58
1172
Asphalt Roller
23.01
9.22
1173
Asphalt Spreader
22.67
8.72
1174
Backhoe/Trackhoe
21.70
5.51
1175
Bobcat/Skid Loader
15.37
4.28
1176
Boom
22.67
8.72
1177
Broom/Sweeper
22.83
8.72
1178
Bulldozer
26.90
5.59
1179
Drill
21.42
2.88
•
E
SCOPE
This report presents the results of our Geotechnical Investigation and Pavement
Recommendations for the proposed Arthur Ditch Culvert Replacement at Laporte
Avenue and Whitcomb Street in Fort Collins, Colorado. The purpose of the investigation
was to evaluate the subsurface conditions and provide foundation and pavement
recommendations and geotechnical design criteria for the project.
The report was prepared from data developed during field exploration, laboratory
testing, engineering analysis and experience with similar conditions. The report includes
a description of subsurface conditions found in our exploratory borings and discussions
of site development as influenced by geotechnical considerations. Our opinions and
recommendations regarding design criteria and construction details for foundations, floor
systems, slabs -on -grade, lateral earth loads, pavements and drainage are provided. If
proposed construction changes, we should be requested to review our
recommendations contained in this report to determine if they apply to the new proposed
construction. Our opinions are summarized in the following paragraphs. Further
descriptions of the subsurface conditions, results of our field and laboratory
investigations and our opinions, conclusions and recommendations are included in the
subsequent sections of this report.
SUMMARY OF CONCLUSIONS
1. Existing pavement materials encountered in our borings consisted of 5 to
6 inches of portland cement concrete in three boring and 9 inches of
asphaltic concrete in one boring. Soils encountered in our borings below
existing pavement materialsconsisted of 17 to 18%2 feet of silty to sandy
clay over gravelly and silty sand. Claystone and interbedded claystone
and sandstone bedrock was encountered in two of our borings below the
sand at depths of 27 and 29Y2 feet.
2. Ground water was measured at depths ranging from 17 to 18 feet below
the existing ground surface. Existing groundwater levels are not
expected to significantly affect the proposed construction.
3. The concrete box culvert (CBC) can be founded on a mat foundation
bearing on native soils or properly compacted fill.
4. Pavement subgrade soils tested generally classified as AASHTO A-6
soils, with group indices of 3 and 4 and are generally considered to
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT - 1
ARTHUR DITCH CULVERT REPLACEMENT
CTL I T PROJECT NO. FC05114.125 -
• 12-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22,23 and 24 HIGHWAY CONSTRUCTION
General Decision No. CO100017
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
POWER EQUIPMENT OPERATOR (con't.):
1180
Forklift
15.91
4.27
1181
Grader/Blade
22.67
8.72
1182
Guardrail/Post Driver
16.54
4.10
1183
Loader (Front End)
22.67
8.72
1184
Mechanic
1185
Oiler
22.77
9.22
1186
Roller/Compactor (Dirt and Grade Compaction)
22.32
8.72
1187
Rotomill
16.22
4.41
1188
Screed
22.67
8.72
1189
Tractor
13.13
2.95
TRAFFIC SIGNALIZATION:
1190
Groundsman
18.52
3.59
TRUCK DRIVER:
1191
Distributor
21.69
5.27
1192
Dump Truck
16.41
5.27
1193
Lowboy Truck
17.25
5.27
1194
Multi -Purpose Specialty & Hoisting Truck
16.41
4.97
1195
Pickup and Pilot Car
13.93
3.68
1196
Semi/Trailer Truck
18.39
4.13
1197
Truck Mounted Attenuator
12.43
3.22
1198
Water Truck
20.64
5.27
WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.
• Unlisted classifications needed for work not included within the scope of the classifications listed may be added
after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(ii)).
13 •U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22,23 and 24 HIGHWAY CONSTRUCTION
In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively
bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined
to be prevailing.
END OF GENERAL DECISION NO. C0100017
is
0
•
14-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22,23 and 24 HIGHWAY CONSTRUCTION
Decision Nos. C0100016, 17, 18, 19, 20, 21, 22, 23 and 24
dated January 06, 2012 supersedes Decision Nos.
C0100018, 19, 20, 21, 22, 23, 24, 25 and 26 dated
September 30, 2011.
Modifications
ID
MOD Number Date Paee Number(s)
1 11-18-11 14
2 01-06-12 1, 10, 14, 19, 25,
29, 34, 42 and 50
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
job classifications, the higher minimum wages and fringe benefits
shall apply throughout the project.
General Decision No. C0100018 applies to the following counties: El Paso, Pueblo, and Teller counties.
General Decision No. C0100018
The wage and fringe benefits listed below reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
ELECTRICIAN:
1199
El Paso, Teller
28.55
14.46
1200
Pueblo
26.75
11.90
1
POWER EQUIPMENT OPERATOR:
Drill Rig Caisson
1201
Smaller than Watson 2500 and similar
23.67
9.22
1202
Watson 2500 similar or larger
23.97
9.22
Crane
1203
50 tons and under
23.82
9.22
1204
51 - 90 tons
23.97
9.22
1205
91 - 140 tons
24.12
9.22
General Decision No. C0100018
The wage and fringe benefits listed below do not reflect collectively bargained rates.
CARPENTER:
1206
Excludes Form Work
24.15
6.25
Form Work Only
1207
El Paso, Teller
19.06
5.84
1208
Pueblo
19.00
5.88
CEMENT MASON/CONCRETE FINISHER:
1209
El Paso, Teller
17.36
3.00
1210
Pueblo
17.74
3.00
1211
FENCE ERECTOR
13.02
3.20
1212
GUARDRAIL INSTALLER
12.89
3.20
15 i U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22,23 and 24 HIGHWAY CONSTRUCTION
General Decision No. CO100018
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
HIGHWAY/PARKING LOT STRIPING:
PEPainter
12.62
3.21
IRONWORKER:
Reinforcing (Excludes Guardrail Installation)
1214
El Paso, Teller
20.49
1.65
1215
Pueblo
16.69
5.45
1216
Structural (Excludes Guardrail Installation)
18.22
6.01
F1217
LABORER:
Asphalt Raker
17.54
3.16
1218
Asphalt Shoveler
21.21
4.25
1219
Asphalt Spreader
18.58
4.65
Common or General
1220
El Paso
17.05
3.69
1221
Pueblo
16.29
4.25
1222
Teller
16.88
3.61
1223
Concrete Saw (Hand Held)
16.29
6.14
1224
Landscape and Irrigation
12.26
3.16
1225
Mason Tender - Cement/Concrete
16.29
4.25
1226
Pipelayer
18.72
3.24
1227
Traffic Control (Flagger)
9.55
3.05
1228
Traffic Control (Sets Up/Moves Barrels, Cones, Installs
signs, Arrow Boards and Place Stationary Flags),
(Excludes Flaggers)
12.43
3.22
1229
PAINTER (Spray Only)
16.99
2.87
• 16-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 0 1 -06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24 HIGHWAY CONSTRUCTION
•
0
General Decision No. CO100018
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
POWER EQUIPMENT OPERATOR:
1230
Asphalt Laydown
22.67
8.72
1231
Asphalt Paver
21.50
3.50
Asphalt Roller
1232
El Paso, Teller
24.42
6.96
1233
Pueblo
23.67
9.22
1234
Asphalt Spreader
22.67
8.72
BackhoelTrackhoe
1235
El Paso
23.31
5.61
1236
Pueblo
21.82
8.22
1237
Teller
23.32
5.50
1238
Bobcat/Skid Loader
15.37
4.28
1239
Boom
22.67
8.72
Broom/Sweeper
1240
El Paso, Teller
23.43
8.04
1241
Pueblo
23.47
9.22
Bulldozer
1242
El Paso
26.56
7.40
1243
Pueblo, Teller
26.11
6.22
1244
Drill
17.59
3.45
1245
Forklift
15.91
4.68
Grader/Blade
1246
El Paso
22.83
8.72
1247
Pueblo
23.25
6.98
1248
Teller
23.22
8.72
1249
Guardrail/Post Driver
16.07
4.41
17 •U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 0 1 -06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22,23 and 24 HIGHWAY CONSTRUCTION
General Decision No. CO100018
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
POWER EQUIPMENT OPERATOR (con't.):
Loader (Front End)
1250
El Paso
23.61
7.79
1251
Pueblo
21.67
8.22
1252
Teller
23.50
7.64
Mechanic
1253
El Paso
22.35
6.36
1254
Pueblo
24.02
8.43
1255
Teller
22.16
6.17
Oiler
1256
El Paso
23.29
7.48
1257
Pueblo
23.13
7.01
1258
Teller
22.68
7.11
Roller/Compactor (Dirt and Grade Compaction)
1259
El Paso
16.70
3.30
1260
Pueblo, Teller
18.43
4.62
1261
Rotomill
16.22
4.41
1262
Scraper
24.28
4.83
Screed
1263
El Paso, Teller
25.22
5.74
1264
Pueblo
23.67
9.22
1265
Tractor
13.13
2.95
•
•
s
18-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22,23 and 24 HIGHWAY CONSTRUCTION
General Decision No. C0100018
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
TRUCK DRIVER:
Distributor
1266
El Paso, Teller
17.98
3.97
1267
Pueblo
18.35
3.85
Dump Truck
1268
El Paso, Teller
16.85
4.83
1269
Pueblo
16.87
4.79
1270
Lowboy Truck
17.25
5.27
1271
Mechanic
26.69
3.50
1272
Multi -Purpose Specialty & Hoisting Truck
17.27
3.71
1273
Pickup and Pilot Car
13.93
3.68
1274
Semi/Trailer Truck
16.00
2.60
1275
Truck Mounted Attenuator
12.43
3.22
Water Truck
1276
El Paso
17.24
4.15
1277
Pueblo
20.93
4.98
1278
Teller
17.31
4.07
WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.
Unlisted classifications needed for work not included within the scope of the classifications listed may be added
after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(ii)).
In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively
bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined
to be prevailing.
0 END OF GENERAL DECISION NO. C0100018
19
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22,23 and 24 HIGHWAY CONSTRUCTION
Decision Nos. C0100016, 17, 18, 19, 20, 21, 22, 23 and 24
Modifications
ID
MOD Number Date Paae Number(s)
dated January 06, 2012 supersedes Decision Nos.
CO100018, 19, 20, 21, 22, 23, 24, 25 and 26 dated
1 11-18-11 14
1
September 30, 2011.
2 01-06-12 1,10,14, 19, 25,
29, 34, 42 and 50
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
job classifications, the higher minimum wages and fringe benefits
-
shall apply throughout the project.
General Decision No. CO100019 applies to the following counties: Denver and Douglas counties.
General Decision No. CO100019
The wage and fringe benefits listed below reflect collectively bargained rates.
Code
Classification
Basic Hourly
Fringe Benefits
Last
Rate
Mod
1279
CARPENTER (Form Work Only)
24.00
11.28
TRAFFIC SIGNALIZATION:
Traffic Signal Installation
1280 j
Zone 1
26.42
4.75% + 8.68
1281
Zone 2
29.42
4.75% + 8.68
Traffic Installer Zone Definitions
Zone I — 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 OPERATOR:
Hydraulic Backhoe
1282
Wheel Mounted, under '/< yds.
23.67
9.22
1283
Backhoe/Loader combination
23.67
9.22
Drill Rig Caisson
1284
Smaller than Watson 2500 and similar
23.67
9.22
1285
Watson 2500 similar or larger
23.97
9.22
Loader
1286
Up to and including 6 cubic yards
23.67
9.22
1287
Denver County - Under 6 cubic yards
23.67
9.22
1288
Denver County - Over 6 cubic yards
23.82
9.22
is
• 20-
U.S. DEPT. OF LABOR. DAVIS BACON MINIMUM WAGES. COLORADO DATE 0 1 -06-12
0
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24 HIGHWAY CONSTRUCTION
General Decision No. CO100019
The wage and fringe benefits listed below reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
POWER EQUIPMENT OPERATOR (con't.):
Motor Grader
1289
Douglas county - Blade Rough
23.67
9.22
1290
Douglas county - Blade Finish
23.97
9.22
Crane
1291
50 tons and under
23.82
9.22
1292
51 to 90 tons
23.97
9.22
1293
91 to 140 tons
24.12
9.22
Scraper
1294
Single bowl under 40 cubic yards
23.82
9.22
1295
40 cubic yards and over
23.97
9.22
General Decision No. CO100019
The wage and fringe benefits listed below do not reflect collectively bargained rates.
1296
CARPENTER (Excludes Form Work)
19.27
5.08
CEMENT MASON/CONCRETE FINISHER:
1297
Denver
20.18
5.75
1298
Douglas
18.75
3.00
1299
ELECTRICIAN (Excludes Traffic Signal Installation)
35.13
6.83
1300
FENCE ERECTOR (Excludes Link/Cyclone Fence
Erection
13.02
3.20
1301
GUARDRAIL L 1STALLER
12.89
3.20
HIGHWAY/PARKING LOT STRIPING:
Painter
1302
Denver
12.62
3.21
1303
Douglas
13.89
3.21
IRONWORKERS:
1304
Reinforcing (Excludes Guardrail Installation)
16.69
5.45
1305
Structural (Includes Link/Cyclone Fence Erection),
Excludes Guardrail Installation
18.22
6.01
21- •U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 0 1 -06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24 HIGHWAY CONSTRUCTION
General Decision No. CO100019
The wa a and fringe benefits listed below do not reflect collecti ely bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
LABORERS:
1306
Asphalt Raker
16.29
4.25
1307
Asphalt Shoveler
21.21
4.25
1308
Asphalt Spreader
18.58
4.65
Common or General
1309
Denver
16.76
6.77
1310
Douglas
16.29
4.25
1311
Concrete Saw (Hand Held)
16.29
6.14
1312
Landscape and Irrigation
12.26
3.16
Mason Tender - Cement/Concrete
1313
Denver
16.96
4.04
1314
Douglas
16.29
4.25
Pipelayer
1315
Denver
13.55
2.41
1316
Douglas
16.30
2.18
Traffic Control
1317
Flagger
9.55
3.05
1318
Sets Up/Moves Barrels, Cones, Install Signs, Arrow Boards
and Place Stationary Flags, Excludes Flaggers)
12.43
3.22
PAINTER:
1319
Spray Only
16.99
2.87
POWER EQUIPMENT OPERATOR:
Asphalt Laydown
1320
Denver
22.67
8.72
1321
Douglas
23.67
8.47
Asphalt Paver
1322
Denver
24.97
6.13
1323
Douglas
25.44
3.50
I*
212-00100
TREE RETENTION AND PROTECTION (ARTHURS DITCH)
LS
1
212-00100
TREE RETENTION AND PROTECTION (SHIELDS BRIDGE)
LS
1
213-00002
MULCHING (WEED FREE HAY)
ACRE
0.7
214-00230
DECIDUOUS TREE (3 INCH CALIPER)
EACH
9
304-05000
AGGREGATE BASE COURSE (CLASS 5)
TON
783
403-32821
HOT MIX ASPHALT (GRADING SG) (100) (PG 58-28) (TEMPORARY PAVEMENT)
TON
95
403-32821
HOT MIX ASPHALT (GRADING SG) (100) (PG 58-28)
TON
369
403-33821
HOT MIX ASPHALT (GRADING S) (100) (PG 58-28)
TON
125
403-33851
HOT MIX ASPHALT (GRADING S) (100) (PG 64-28)
TON
60
412-00600
CONCRETE PAVEMENT (6-INCH)
SY
23
412-00950
CONCRETE PAVEMENT(9-1/2 INCH)
SY
1,098
420-00112
GEOTEXTILE (DRAINAGE) (CLASS 1)
SY
264
420-00133
GEOTEXTILE (SEPARATOR) (CLASS 2)
SY
150
502-00460
PILE TIP
EACH
22
502-11274
STEELL PILING (HP 12X74)
LF
803
506-00218
RIPRAP (18INCH)
CY
240
506-01020
GEOGRID REINFORCEMENT
SY
550
514-00200
PEDESTRIAN RAILING (STEEL) (SPECIAL)
LF
139
515-00400
CONCRETE SEALER
SY
301
601-03020
CONCRETE CLASS D (MISCELLANEOUS) (COLORED) TYPE 1
CY
69
601-03020
CONCRETE CLASS D (MISCELLANEOUS) (COLORED) TYPE 2
CY
65
601-03030
CONCRETE CLASS D (BOX CULVERT)
CY
444
601-03040
CONCRETE CLASS D (BRIDGE)
CY
378
601-05540
CONCRETE CLASS HT (DECK TOPPING)
CY
36
601-40300
STRUCTURAL CONCRETE COATING
SY
280
602-00000
REINFORCING STEEL
LB
65,546
602-00020
REINFORCING STEEL (EPDXY COATED)
LB
77,938
602-00060
REINFORCING STEEL SPLICE
EACH
138
604-19000
INLET (SPECIAL)
EACH
4
604-50200
MANHOLE RING AND COVER
EACH
2
606-30010
DECORATIVE COLUMN TYPE 1
EACH
6
606-30020
DECORATIVE COLUMN TYPE 2
EACH
4
608-00006
CONCRETE SIDEWALK (6 INCH)
SY
221
608-00010
CONCRETE CURB RAMP
SY
32
609-21020
CURB AND GUTTER TYPE 2 (SECTION II-B)
LF
150
609-21023
CURB AND GUTTER TYPE 2 (SECTION II-B) (SPECIAL) (6--12- CURB FACE)
LF
421
•
IF 0
exhibit fair to poor subgrade support characteristics. Recommended
minimum pavement sections are presented in the body of the report.
SITE CONDITIONS
Arthur Ditch currently flows through a buried concrete box culvert that extends
1'/2 miles through Fort Collins, Colorado (Figure 1). At the intersection of Laporte
Avenue and Whitcomb Street, a portion of the box culvert is constructed below city
roadways from the northwest corner of the intersection and extends southwest
continuing along Whitcomb Street for approximately 150 feet. The top of the box culvert
constructed through the intersection is exposed and used as a driving surface. The
remaining intersection is paved with portland cement concrete. The portion of the
culvert that continues south along Whitcomb Street is paved with asphaltic concrete.
The existing pavement surfaces were visually distressed with evidence of scaling and
cracking at the time of our investigation. We understand the existing box culvert at this
intersection is constructed as a three sided box with a floating slab that has a 3'/2-foot
rise with a 10- to 10%2-foot span.
PROPOSED CONSTRUCTION
We understand the City of Fort Collins (City) plans to replace the 300-foot portion
of the Arthur Ditch Culvert constructed beneath the roadway at the intersection of
Laporte Avenue and Whitcomb Street. The new culvert will have a 2'/2-foot rise with an
increased span to maintain the existing hydraulic capacity of the ditch. The culvert will
be constructed as a rigid box structure. The intersection of Laporte Avenue and
Whitcomb Street will be reconstructed to include pavements, sidewalks, curb ramps,
manholes, inlets, driveways, and landscaping.
INVESTIGATION
Subsurface conditions at the site were investigated by drilling four borings in the
area of the planned improvements. The approximate locations of the borings are shown
on Figure 1. Our field representative observed drilling, logged the soils and bedrock
found in the borings and obtained samples. Summary logs of the borings, including
results of field penetration resistance tests, are presented on Figure 2.
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT 2
ARTHUR DITCH CULVERT REPLACEMENT
CTL I T PROJECT NO. FC05114-125 -
i
22-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 0 1 -06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24 HIGHWAY CONSTRUCTION
General Decision No. CO100019
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
POWER EQUIPMENT OPERATOR (con't.):
Asphalt Roller
1324
Denver
23.13
7.55
1325
Douglas
23.63
6.43
1326
Asphalt Spreader
22.67
8.72
Backhoe/Trackhoe
1327
Douglas
23.82
6.00
1328
Bobcat/Skid Loader
15.37
4.28
1329
Boom
22.67
8.72
Broom/Sweeper
1330
Denver
22.47
8.72
1331
Douglas
22.96
8.22
1332
Bulldozer
26.90
5.59
1333
Concrete Pump
21.60
5.21
Drill
1334
Denver
20.48
4.71
1335
Douglas
20.71
2.66
1336
Forklift
15.91
4.68
Grader/Blade
1337
Denver
22.67
8.72
1338
Guardrail/Post Driver
16.07
4.41
Loader (Front End)
1339
Douglas
21.67
8.22
Mechanic
1340
Denver
22.89
8.72
1341
Douglas
23.88
8.22
23-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 0 1 -06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22,23 and 24 HIGHWAY CONSTRUCTION
General Decision No. CO100019
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
POWER EQUIPMENT OPERATOR (con't.):
Oiler
1342
Denver
23.73
8.41
1343
Douglas
24.90
7.67
Roller/Compactor (Dirt and Grade Compaction)
1344
Denver
20.30
5.51
1345
Douglas
22.78
4.86
1346
Rotomill
16.22
4.41
Screed
1347
Denver
22.67
8.38
1348
Douglas
29.99
1.40
1349
Tractor
13.13
2.95
TRAFFIC SIGNALIZATION:
Groundsman
1350
Denver
17.90
3.41
1351
Douglas
18.67
7.17
TRUCK DRIVER:
Distributor
1352
Denver
17.81
5.82
1353
Douglas
16.98
5.27
Dump Truck
1354
Denver
15.27
5.27
1355
Douglas
16.39
5.27
1356
Lowboy Truck
17.25
5.27
1357
Mechanic
26.48
3.50
Multi -Purpose Specialty & Hoisting Truck
1358
Denver
17.49
3.17
1359
Douglas
20.05
2.88
0
24-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 0 1 -06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22,23 and 24 HIGHWAY CONSTRUCTION
General Decision No. C0100019
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
TRUCK DRIVER (con't.):
Pickup and Pilot Car
1360
Denver County
14.24
3.77
1361
Douglas County
16.43
3.68
1362
Semi/Trailer Truck
18.39
4.13
1363
Truck Mounted Attenuator
12.43
3.22
Water Truck
1364
Denver County
26.27
5.27
1365
Douglas County
19.46
2.58
WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.
Unlisted classifications needed for work not included within the scope of the classifications listed may be added
after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(ii)).
In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively
bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined
to be prevailing.
END OF GENERAL DECISION NO. C0100019
25- •U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22,23 and 24 HIGHWAY CONSTRUCTION
Decision Nos. C0100016, 17, 18, 19, 20, 21, 22, 23 and 24
dated January 06, 2012 supersedes Decision Nos.
CO100018, 19, 20, 21, 22, 23, 24, 25 and 26 dated
September 30, 2011.
Modifications
ID
m1oD Number Date Page Number(s)
1 11-18-11 14
2 01-06-12 1,10,14,19, 25,
29, 34, 42 and 50
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
job classifications, the higher minimum wages and fringe benefits
shall apply throughout the project.
General Decision No. CO100020 applies to the following counties: Baca, Bent, Costilla, Crowley, Huerfano,
Kiowa, Las Animas, Otero, and Prowers counties.
General Decision No. CO100020
The wage and fringe benefits listed below reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
1366
CARPENTER (Form Work Only)
24.00
11.28
POWER EQUIPMENT OPERATOR:
Power Broom/Sweeper
1367
Under 70 hp
22.97
9.22
1368
70 hp and over
23.67
9.22
Drill Rig Caisson
1369
Smaller than Watson 2500 and similar
23.67
9.22
1370
Watson 2500 similar or larger
23.97
9.22
Crane
1371
50 tons and under
23.82
9.22
1372
51 - 90 tons
23.97
9.22
1373
91 - 140 tons
24.12
9.22
General Decision No. CO100020
The wage and fringe benefits listed below do not reflect collectively bargained rates.
1374
CARPENTER (Excludes Form Work)
18.96
3.18
CEMENT MASON/CONCRETE FINISHER:
1375
Baca, Bent, Costilla, Crowley, Huerfano, Kiowa, Otero,
Prowers
17.70
2.53
1376
Las Animas
17.24
2.85
1377
ELECTRICIAN
28.06
8.76
HIGHWAY/PARKING LOT STRIPING:
1378
Truck Driver (Line Striping Truck)
14.60
3.49
1379
Painter
13.92
3.07
• 26-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 0 1 -06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24 HIGHWAY CONSTRUCTION
•
11
General Decision No. CO100020
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
IRONWORKER:
1380
Reinforcing
16.94
6.77
1381
Structural
16.76
6.01
LABORER:
Common or General
1382
Baca, Bent, Costilla, Crowley, Huerfano, Kiowa, Otero,
Prowers
14.48
3.53
1383
Las Animas
14.52
3.53
1384
Concrete Saw (Hand Held)
16.00
6.14
1385
Landscape and Irrigation
15.37
3.16
1386
Mason Tender - Cement/Concrete
12.44
3.10
1387
Traffic Control (Flagger)
9.42
3.21
1388
Traffic Control (Sets Up/Moves Barrels, Cones, Installs
signs, Arrow Boards and Place Stationary Flags),
(Excludes Flaggers)
12.39
3.20
1389
PAINTER (Spray Only)
17.54
3.52
POWER EQUIPMENT OPERATOR:
1390
Asphalt Laydown
24.17
6.73
1391
Asphalt Paver
22.67
8.72
1392
Asphalt Plant
21.13
2.16
1393
Asphalt Roller
23.14
7.51
1394
Asphalt Spreader
23.19
7.66
Backhoe/Trackhoe
1395
Baca, Bent, Costilla, Crowley, Huerfano, Kiowa, Otero,
Prowers
23.19
4.18
1396
Las Animas
24.70
3.40
27- •U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 0 1 -06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22,23 and 24 HIGHWAY CONSTRUCTION
General Decision No. CO100020
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
POWER EQUIPMENT OPERATOR (con't):
1397
Bobcat/Skid Loader
18.43
3.12
1398
Bulldozer
26.65
4.46
1399
Chipper
22.04
8.26
1400
Drill
20.49
2.66
1401
Forklift
18.30
5.01
Grader/Blade
1402
Baca, Bent, Costilla, Crowley, Huerfano, Kiowa, Otero,
Prowers
18.40
4.20
1403
Las Animas
18.88
3.14
1404
Guardrail/Post Driver
16.07
4.41
Loader (Front End)
1405
Baca, Bent, Costilla, Crowley, Huerfano, Kiowa, Otero,
Prowers
23.58
6.66
1406
Las Animas
23.56
5.93
1407
Mechanic
18.91
4.20
1408
Oiler
22.54
9.22
1409
Roller/Compactor (Dirt and Grade Compaction)
17.78
2.83
1410
Scraper
19.93
5.38
1411
Screed
16.21
3.76
1412
Tractor
16.83
2.95
TRUCK DRIVER:
1413
Distributor
17.98
5.27
1414
Dump Truck
17.61
2.69
Lowboy Truck
1415
Baca, Bent, Costilla, Crowley, Huerfano, Kiowa, Otero,
Prowers
19.95
3.36
1416
Las Animas
19.77
3.25
0
0
• 2s-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24 HIGHWAY CONSTRUCTION
General Decision No. C0100020
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Code
Code
Code
Code
TRUCK DRIVER, (con't):
1417
Mechanic
17.79
3.51
1418
Multi -Purpose Specialty & Hoisting Truck
18.89
3.49
1419
Pickup and Pilot Car
14.04
3.49
1420
Semi Truck
17.58
4.67
1421
Water Truck
14.88
2.07
WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.
Unlisted classifications needed for work not included within the scope of the classifications listed may be added
after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(ii)).
----------------------------------------------------------------------------------------------------------------------------------------
In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively
bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined
to be prevailing.
END OF GENERAL DECISION NO. C0100020
0
29- •U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 0 1 -06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24 HIGHWAY CONSTRUCTION
Decision Nos. CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
dated January 06, 2012 supersedes Decision Nos.
CO100018, 19, 20, 21, 22, 23, 24, 25 and 26 dated
September 30, 2011.
Modifications
ID
mroD Number Date Paee Number(s)
1 11-18-11 14
2 01-06-12 1, 10, 14, 19, 25,
29, 34, 42 and 50
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
job classifications, the higher minimum wages and fringe benefits
shall apply throughout the project.
General Decision No. CO100021 applies to the following counties: Cheyenne, Kit Carson, Lincoln, Logan,
Morgan, Phillips, Sedgwick, Washington, and Yuma counties.
General Decision No. CO100021
The wage and fringe benefits listed below reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
POWER EQUIPMENT OPERATOR:
Power Broom/Sweeper
1422
Under 70 hp
22.97
9.22
1423
70 hp and over
23.67
9.22
1424
Boom
-
-
Drill Rig Caisson
1425
Smaller than Watson 2500 and similar
23.67
9.22
1426
Watson 2500 similar or larger
23.97
9.22
Asphalt Screed
1427
Kit Carson
23.67
9.22
Crane
1428
50 tons and under
23.82
9.22
1429
51 - 90 tons
23.97
9.22
1430
91 - 140 tons
24.12
9.22
LABORER:
Common or General
1431
Kit Carson
16.05
6.89
TRUCK DRIVER:
Dump Truck
1432
Kit Carson
-
-
C J
0
30-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 0 1 -06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22,23 and 24 HIGHWAY*CONSTRUCTION
General Decision No. CO100021
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
CARPENTER:
1433
Excludes Form Work
18.96
3.18
Form Work Only
1434
Cheyenne, Kit Carson, Logan, Morgan, Phillips,
Sedgwick,
Washington, Yuma
20.28
4.50
1435
Lincoln
20.98
3.89
CEMENT MASON/CONCRETE FINISHER:
1436
Cheyenne, Logan, Morgan, Phillips, Sedgwick,
Washin ton, Yuma
19.22
2.74
1437
Kit Carson
17.98
2.53
1438
Lincoln
21.00
1.40
1439
ELECTRICIAN
28.06
8.76
HIGHWAY/PARKING LOT STRIPING:
1440
Truck Driver (Line Striping Truck)
14.60
3.49
1441
Painter
12.90
3.07
1442
IRONWORKER:
1443
Reinforcing
21.12
3.89
1444
Structural
16.76
6.01
LABORER:
Asphalt Raker
1445
Cheyenne, Kit Carson, Lincoln, Logan, Morgan,
Phillips,
Washington, Yuma
17.02
5.79
1446
Sedgwick
15.79
4.87
1447
Asphalt Spreader
22.67
8.72
Common or General
1448
Cheyenne, Kit Carson, Lincoln, Logan, Morgan,
Phillips,
Sedgwick, Washington, Yuma
12.44
3.53
1449
Concrete Saw (Hand Held)
16.00
6.14
1450
Landscape and Irrigation
12.81
3.16
1451
Mason Tender - Cement/Concrete
14.71
3.29
-31-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 0 1 -06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22,23 and 24 HIGHWAY CONSTRUCTION
General Decision No. CO100021
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
LABORER (con't):
Traffic Control
1452
Flagger
9.42
3.21
1453
Sets Up/Moves Barrels, Cones, Installs
signs, Arrow Boards and Place Stationary Flags,
Excludes Fla ers)
12.39
3.20
1454
PAINTER (Spray Only)
17.54
3.52
POWER EQUIPMENT OPERATOR:
1455
Asphalt Laydown
24.56
6.68
1456
Asphalt Paver
22.67
8.72
1457
Asphalt Plant
21.13
2.16
Asphalt Roller
1458
Cheyenne, Kit Carson, Lincoln, Logan, Morgan,
Phillips,
Washington, Yuma
23.79
7.59
1459
Sedgwick
23.92
9.22
1460
Asphalt Spreader
23.19
7.66
Backhoe/Trackhoe
1461
Cheyenne, Lincoln, Logan, Morgan, Phillips,
Sedgwick,
Washington, Yuma
25.88
4.18
1462
Kit Carson
28.64
1.40
1463
Bobcat/Skid Loader
20.79
5.36
1464
Bulldozer
29.99
2.90
1465
Chipper
22.04
8.26
1466
Drill
20.49
2.66
1467
Forklift
18.30
2.01
1468
Grader/Blade
19.02
4.20
1469
Guardrail/Post Driver
16.07
4.41
Loader (Front End)
1470
Cheyenne, Kit Carson, Lincoln, Logan, Morgan,
Phillips,
Washington, Yuma
27.22
5.85
1471
Sedgwick
27.48
4.87
0 IF
Samples obtained during drilling were returned to our laboratory and visually
examined by the geotechnical engineer for this project. Laboratory testing included
moisture content, dry density, swell -consolidation, unconfined compressive strength,
Atterberg limits, gradation, Hveem stabilometer, and water-soluble sulfate tests. Results
of laboratory tests are presented in Appendix A and summarized in Table A -I.
SUBSURFACE CONDITIONS
Existing pavement materials in our borings consisted of 5 to 6 inches of portland
cement concrete in TH-1 through TH-3 and 9 inches of asphaltic concrete in TH-4. Soils
encountered in our borings below the existing pavement materials consisted of 17 to
18'/2 feet of silty to sandy clay over gravelly to silty sand. Claystone and interbedded
claystone and sandstone bedrock was encountered in two of our borings below the sand
at depths of 27 and 291/2 feet. Further description of the subsurface conditions is
presented on our boring logs (Figure 2) and in our laboratory testing (Appendix A).
Groundwater was encountered at the time of drilling at depths ranging from 17 to
18 feet below the existing ground surface. The borings were backfilled after completion
of drilling and no delayed groundwater measurements were made. Groundwater levels
will vary seasonally and may rise in response to water levels in the ditch. Current
groundwater levels are not expected to affect the planned construction. We suggest
assuming a groundwater elevation rise of 5 feet above that measured in our borings
during wetter seasons and wetter years.
Seismici
This area, like most of central Colorado, is subject to a low degree of seismic risk.
As in most areas of recognized low seismicity, the record of the past earthquake activity
in Colorado is somewhat incomplete.
According to the 2009 International Building Code and the subsurface conditions
• encountered in our borings, we believe this site classifies as a Site Class D. Only minor
damage to relatively new, properly designed and built structures would be expected.
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT - 3
ARTHUR DITCH CULVERT REPLACEMENT
CTL I T PROJECT NO. FC05114:125
0
32-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 0 1 -06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22, 23 and 24 HIGHWAY CONSTRUCTION
General Decision No. CO100021
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
POWER EQUIPMENT OPERATOR (con't.):
Mechanic
1472
Cheyenne, Lincoln, Logan, Morgan, Phillips,
Washington, Yuma
20.52
5.49
1473
Kit Carson
16.74
4.20
1474
Sedgwick
21.09
4.87
1475
Oiler
22.54
9.22
1476
Roller/Compactor (Dirt and Grade Compaction)
16.52
4.87
1477
Scraper
19.93
5.38
Screed
1478
Cheyenne, Kit Carson, Lincoln, Logan, Morgan,
Phillips,
Sedgwick, Wash in ton, Yuma
21.30
6.40
1479
Tractor
16.83
2.95
TRUCK DRIVER:
1480
Distributor
17.98
5.27
Dump Truck
1481
Cheyenne, Kit Carson, Logan, Morgan, Phillips,
Washington, Yuma
18.52
5.96
1482
Lincoln
14.15
3.83
1483
Sedgwick
18.92
6.19
1484
Lowboy Truck
18.29
4.87
1485
Mechanic
17.79
3.51
1486
Multi -Purpose Specialty & Hoisting Truck
18.79
3.49
1487
Pickup and Pilot Car
14.04
3.49
Semi Truck
1488
Cheyenne, Kit Carson, Lincoln, Morgan
17.58
4.67
1489
Logan, Phillips, Sedgwick, Washington, Yuma
15.80
4.67
1490
Water Truck
14.88
2.07
WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental
33-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 0 1 -06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22,23 and 24 HIGHWAY CONSTRUCTION
Unlisted classifications needed for work not included within the scope of the classifications listed may be added
after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(ii)).
In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively
bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined
to be prevailing.
END OF GENERAL DECISION NO. C0100021
•
0
• 34-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22,23 and 24 HIGHWAY CONSTRUCTION
0
Decision Nos. CO100016, 17, 18, 19, 20, 21, 22, 23 and 24
Modifications
ID
MOD Number Date Paee Number(s)
dated January 06, 2012 supersedes Decision Nos.
C0100018, 19, 20, 21, 22, 23, 24, 25 and 26 dated
t t i-ts-11 14
1
September 30, 2011.
2 01-06-12 t, 10, 14, 19, 25,
29, 34, 42 and 50
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
job classifications, the higher minimum wages and fringe benefits
shall apply throughout the project.
General Decision No. CO100022 applies to the following counties: Alamosa, Archuleta, Chaffee, Conejos, Custer,
Delta, Dolores, Fremont, Gunnison, Hinsdale, La Plata, Mineral, Montezuma, Montrose, Ouray, Rio Grande,
Saguache, San Juan, and San Miguel counties.
General Decision No. CO100022
The wage and fringe benefits listed below reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
1491
CARPENTER (Excludes Form Work)
24.00
11.28
POWER EQUIPMENT OPERATOR:
Drill Rig Caisson
1492
Smaller than Watson 2500 and similar
23.67
9.22
1493
Watson 2500 similar or larger
23.97
9.22
Mechanic
1494
La Plata County
23.82
9.22
General Decision No. CO100022
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
CARPENTER:
Form Work Only
Alamosa, Archuleta, Chaffee, Conejos, Custer,
1495
Delta, Dolores, Fremont, Gunnison, Hinsdale, Mineral,
18.57
5.38
Montezuma, Montrose, Ouray, Rio Grande, Saguache,
San Juan, San Miguel
1496
La Plata
18.60
5.38
CEMENT MASON/CONCRETE FINISHER:
Alamosa, Archuleta, Conejos, Custer, Delta,
1497
Dolores, Fremont, Gunnison, Hinsdale, Mineral,
17.67
2.85
Montezuma, Ouray, Rio Grande, Saguache,
San Juan, San Miguel
1498
Chaffee
15.55
2.85
1499
La Plata
18.99
2.85
1500
Montrose
16.95
2.85
35- •U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22,23 and 24 HIGHWAY CONSTRUCTION
General Decision No. CO100022
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
1501
ELECTRICIAN
28.06
8.76
1502
GUARDRAIL INSTALLER
12.78
3.31
HIGHWAY/PARKING LOT STRIPING:
1503
Truck Driver (Line Striping Truck)
14.60
3.49
1504
Painter
12.90
3.07
IRONWORKER:
1505
Reinforcing (Excludes Guardrail Installation)
16.94
6.77
1506
Structural (Excludes Guardrail Installation)
16.76
6.01
LABORER:
Asphalt Raker
1507
Alamosa
17.53
3.75
1508
Archuleta, Chaffee, Conejos, Custer,
Delta, Dolores, Fremont, Gunnison, Hinsdale, Mineral,
Montezuma, Montrose, Ouray, Rio Grande, Saguache,
San Juan, San Miguel
16.43
3.42
1509
La Plata
15.38
3.12
Common or General
1510
Alamosa, Chaffee, Montezuma, Montrose
12.44
3.53
1511
Archuleta, Conejos, Custer, Delta, Dolores, Gunnison,
Hinsdale, Ouray, Rio Grande, Saguache, San Miguel
13.70
3.53
1512
Fremont
15.19
3.00
1513
La Plata
14.07
3.53
1514
Mineral
14.84
3.53
1515
San Juan
13.73
3.53
1516
Concrete Saw (Hand Held)
16.00
6.14
Landscape and Irrigation
1517
Alamosa, Archuleta, Chaffee, Conejos, Custer,
Delta, Dolores, Fremont, Gunnison, Hinsdale, Mineral,
Montezuma, Montrose, Ouray, Rio Grande, Saguache,
San Juan, San Miguel
14.02
3.16
1518
La Plata
13.54
3.16
E
0
0
0
36-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 0 1 -06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22,23 and 24 HIGHWAY CONSTRUCTION
General Decision No. CO100022
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
LABORER (con't):
Mason Tender - Cement/Concrete
1519
Alamosa, Archuleta, Conejos, Custer,
Delta, Dolores, Fremont, Gunnison, Hinsdale, Mineral,
Montezuma, Montrose, Ouray, Rio Grande, Saguache,
San Juan, San Miguel
14.59
3.10
1520
Chaffee
12.44
3.10
1521
La Plata
15.67
3.10
Traffic Control
1522
Flagger
9.42
3.21
1523
Sets Up/Moves Barrels, Cones, Installs
signs, Arrow Boards and Place Stationary Flags,
Excludes Fla ers
12.39
3.20
1524
PAINTER (Spray Only)
17.54
3.52
POWER EQUIPMENT OPERATOR:
Asphalt Laydown
1525
Alamosa, La Plata
22.67
8.72
1526
Archuleta, Chaffee, Conejos, Custer, Delta, Dolores,
Fremont, Gunnison, Hinsdale, Mineral, Montezuma,
Montrose, Ouray, Rio Grande, Saguache, San Juan,
San Miguel
23.13
8.64
1527
Asphalt Paver
22.67
8.72
1528
Asphalt Plant
17.23
4.07
Asphalt Roller
1529
Alamosa
21.67
8.22
1530
Archuleta, Chaffee, Conejos, Custer, Delta, Dolores,
Fremont, Gunnison, Hinsdale, Mineral, Montrose,
Ouray, io Grande, Saguache, San Juan, San Miguel
22.77
8.36
1531
La Plata
22.68
7.30
Montezuma
22.67
8.72
E532
Asphalt Spreader
22.67
8.72
37-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24 HIGHWAY CONSTRUCTION
General Decision No. CO100022
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Fringe Benefits
Last
Rate
Mod
POWER EQUIPMENT OPERATOR (con't):
Backhoe/Trackhoe
1534
Alamosa
21.03
3.75
Archuleta, Chaffee, Conejos, Custer, Delta, Dolores,
1535
Fremont, Gunnison, Hinsdale, Mineral, Montrose,
19.75
3.75
Ouray, Rio Grande, Saguache, San Juan, San Miguel
1536
La Plata
19.79
5.13
1537
Mineral
19.17
5.53
1538
Montezuma
16.42
4.42
Bobcat/Skid Loader
Alamosa, Archuleta, Chaffee, Conejos, Custer, Delta,
1539
Dolores, Fremont, Gunnison, Hinsdale, Montezuma,
Montrose, Ouray, Rio Grande, Saguache, San Juan,
18.20
4.54
San Miguel
1540
La Plata
19.98
4.88
1541
Mineral
17.94
4.62
Broom/Sweeper
1542
Alamosa
20.67
9.22
Archuleta, Chaffee, Conejos, Custer, Delta, Dolores,
1543
Fremont, Gunnison, Hinsdale, La Plata, Mineral,
Montezuma, Montrose, Ouray, Rio Grande, Saguache,
21.70
9.22
San Juan, San Miguel
Bulldozer
Alamosa, Archuleta, Chaffee, Conejos, Custer, Delta,
1544
Dolores, Gunnison, Hinsdale, Mineral, Montezuma,
23.28
9.22
Montrose, Ouray, Rio Grande, Saguache, San Juan,
San Miguel
1545
Fremont
23.67
9.22
1546
La Plata
23.57
8.72
1547
Chipper
22.04
8.26
Crane
Alamosa, Archuleta, Chaffee, Conejos, Custer, Delta,
1548
Dolores, Fremont, Gunnison, Hinsdale, Mineral,
25.01
8.22
Montezuma, Montrose, Ouray, Rio Grande, Saguache,
San Juan, San Miguel
1549
La Plata
25.21
8.22
0
• 38-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 0 1 -06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22,23 and 24 HIGHWAY CONSTRUCTION
•
0
General Decision No. CO100022
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
POWER EQUIPMENT OPERATOR (con't.):
1550
Drill
20.84
2.66
1551
Forklift
18.30
5.01
1552
Grade Checker
23.91
7.89
Grader/Blade
1553
Alamosa, Archuleta, Chaffee, Conejos, Custer, Delta,
Dolores, Gunnison, Hinsdale, Mineral, Montezuma,
Montrose, Ouray, Rio Grande, Saguache, San Juan,
San Miguel
16.39
4.20
1554
Fremont
19.68
3.37
1555
La Plata
19.83
4.20
1556
Guardrail/Post Driver
16.07
4.41
Loader (Front End)
1557
Alamosa, Archuleta, Chaffee, Conejos, Custer, Delta,
Dolores, Gunnison, Hinsdale, Mineral, Montrose,
Ouray, Rio Grande, Sa uache, San Juan
23.38
8.22
1558
Fremont
23.67
9.22
1559
La Plata
23.36
7.09
1560
Montezuma
22.82
8.72
1561
San Miguel
23.82
9.22
Mechanic
1562
Alamosa, Archuleta, Chaffee, Conejos, Custer, Delta,
Dolores, Gunnison, Hinsdale, La Plata, Mineral,
Montezuma, Montrose, Ouray, Rio Grande,
Sa uache, San Juan, San Miguel
16.74
4.20
1563
Fremont
18.79
3.51
Oiler
1564
Alamosa, Archuleta, Chaffee, Conejos, Custer, Delta,
Dolores, Gunnison, Hinsdale, Mineral, Montezuma,
Montrose, Ouray, Rio Grande, Sa uache, San Juan,
22.97
7.88
1565
Fremont
22.97
8.56
1566
La Plata
24.08
5.49
LEL
San Miguel
22.97
9.22
39- •U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22,23 and 24 HIGHWAY CONSTRUCTION
General Decision No. CO100022
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Fringe Benefits
Last
Rate
Mod
POWER EQUIPMENT OPERATOR (con't.):
Roller/Compactor (Dirt and Grade Compaction)
Alamosa, Archuleta, Chaffee, Conejos, Custer, Delta,
1568
Dolores, Gunnison, Hinsdale, Mineral, Montezuma,
19.24
4.96
Montrose, Ouray, Rio Grande, Saguache, San Juan,
San Miguel
1569
Fremont
16.52
5.28
1570
La Plata
18.33
2.98
1571
Rotomill
16.28
4.41
1572
Scraper
17.62
2.96
Screed
1573
Alamosa
20.33
6.81
Archuleta, Chaffee, Conejos, Custer, Delta, Dolores,
1574
Fremont, Gunnison, Hinsdale, Mineral, Montezuma,
19.58
4.96
Montrose, Ouray, Rio Grande, Saguache, San Juan,
San Miguel
1575
La Plata
17.86
2.75
1576
Tractor
15.08
2.95
TRAFFIC SIGNALIZATION:
1577
Groundsman
17.04
2.28
TRUCK DRIVER:
Distributor
1578
Alamosa
18.40
4.51
Archuleta, Chaffee, Conejos, Custer, Delta, Dolores,
1579
Fremont, Gunnison, Hinsdale, La Plata, Mineral,
17.62
5.27
Montrose, Ouray, Rio Grande, Saguache, San Juan,
San Miguel
1580
Montezuma
15.80
5.27
•
• 40-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 0 1 -06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24 HIGHWAY CONSTRUCTION
0
General Decision No. CO100022
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
TRUCK DRIVER (con't.):
Dump Truck
1581
Alamosa
14.15
3.83
1582
Archuleta, Chaffee, Conejos, Custer, Delta, Dolores,
Gunnison, Hinsdale, Montezuma, Montrose, Ouray,
Rio Grande, Saguache, San Juan, San Miguel
16.56
4.03
1583
Fremont
16.55
4.34
1584
La Plata
16.90
3.83
1585
Mineral
16.97
4.61
1586
Lowboy Truck
17.25
5.84
1587
Mechanic
17.79
3.51
1588
Multi -Purpose Specialty & Hoisting Truck
14.60
3.49
Pickup and Pilot Car
1589
Alamosa, Archuleta, Chaffee, Conejos, Custer, Delta,
Dolores, Fremont, Gunnison, Hinsdale, Mineral,
Montezuma, Montrose, Ouray, Rio Grande, Saguache,
San Juan, San Miguel
14.04
3.49
1590
La Plata
15.47
3.49
Semi Truck
1591
Alamosa, Archuleta, Chaffee, Gunnison, Mineral,
Montezuma, Montrose, Ouray, Rio Grande, Saguache,
San Juan, San Miguel
19.42
5.41
1592
Conejos, Custer, Delta, Dolores, Fremont, Hinsdale, La
Plata
17.25
5.41
Water Truck
1593
Alamosa
17.58
3.75
1594
Archuleta, Chaffee, Conejos, Custer, Delta, Dolores,
Gunnison, Hinsdale, Mineral, Montrose, Ouray,
Rio Grande, Saguache, San Juan, San Miguel
16.75
3.04
1595
Fremont
16.15
3.14
1596
La Plata
17.67
3.43
1597
Montezuma
14.88
2.07
41- •U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 0 1 -06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22,23 and 24 HIGHWAY CONSTRUCTION
WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.
--------------------------------------------------------------------------------------
--------------------------------------------------------------------------------------
Unlisted classifications needed for work not included within the scope of the classifications listed may be added
after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(ii)).
In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively
bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined
to be prevailing.
END OF GENERAL DECISION NO. C0100022
0
Design loads, not seismic considerations, typically govern dynamic structural design in
this area. A Remi Survey can be used to determine the shear wave velocities at the site.
A survey of this type may result in a lower seismic site class (Site Class C). However, in
our experience this is unlikely.
SITE DEVELOPMENT
Fill Placement
The existing on -site soils are suitable for re -use as fill material provided debris or
deleterious organic materials are removed. If import material is required, we
recommend importing granular soils. Import fill should contain no particles larger than 3
inches, 10 to 40 percent silt and clay -sized particles (percent passing No. 200 sieve) and
exhibit a liquid limit less than 30 and a plasticity index less than 15.
Areas to receive fill should be scarified, moisture -conditioned and compacted to
at least 95 percent of standard Proctor maximum dry density (ASTM D 698, AASHTO T
99). The properties of the fill will affect the performance of foundations, slabs -on -grade,
and pavements. Sand soils used as fill should be moistened to within 2 percent of
optimum moisture content. Clay fill soils should be moistened to between optimum and
3 percent above optimum moisture content. The fill should be moisture -conditioned,
placed in thin, loose lifts (8 inches or less) and compacted as described above. We
should be retained to observe and test placement and compaction of fill during
construction. Fill placement and compaction activities should not be conducted when
the fill material or subgrade is frozen.
Site grading in areas of landscaping where no future improvements are planned
can be placed at a dry density of at least 90 percent of standard Proctor maximum dry
density (ASTM D 698, AASHTO T 99). Example site grading specifications are
presented in Appendix B.
Excavation
The materials found in our borings.can be excavated using conventional heavy- ,
duty excavation equipment. Excavations should be sloped or shored to meet local,
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT 4 _
ARTHUR DITCH CULVERT REPLACEMENT
CTL 1 T PROJECT NO. FC05114-125 -
• 42-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24 HIGHWAY CONSTRUCTION
•
0
Decision Nos. C0100016, 17, 18, 19, 20, 21, 22, 23 and 24
Modifications
ID
dated January 06, 2012 supersedes Decision Nos.
MOD Number Date Pase Number(s)
C0100018, 19, 20, 21, 22, 23, 24, 25 and 26 dated
1 11-I8-11 14
1
September 30, 2011.
z 01-06-12 1,10,14,19, 25,
29, 34, 42 and 50
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
job classifications, the higher minimum wages and fringe benefits
shall apply throughout the project.
General Decision No. CO100023 applies to the following counties: Eagle, Garfield, Grand, Jackson, Lake, Moffat,
Pitkin, Rio Blanco, Routt and Summit counties.
General Decision No. CO100023
The wage and fringe benefits listed below reflect collectively bargained rates.
Code
Classification
Basic Hourly
Fringe Benefits
Last
Rate
Mod
1598
CARPENTER (Excludes Form Work)
24.00
11.28
TRAFFIC SIGNALIZATION:
SUMMIT COUNTY
Traffic Signal Installation
1599
Zone 1
26.42
4.75% + 8.68
1600
Zone 2
29.42
4.75% + 8.68
Traffic Installer Zone Definitions
Zone 1 — Within a 35 mile radius measured from the addresses
of the following cities:
Colorado Springs - Nevada & Bijou
Denver - Ellsworth Avenue & Broadway
Ft. Collins - Prospect & College
Grand Junction - 12th & North Avenue
Pueblo - I-25 & Highway 50
Zone 2 - All work outside these areas.
POWER EQUIPMENT OPERATOR:
Drill Rig Caisson
1601
Smaller than Watson 2500 and similar
23.67
9.22
1602
Watson 2500 similar or larger
23.97
9.22
IRONWORKER:
Structural
1603
Garfield
23.80
18.07
43- •U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24 HIGHWAY CONSTRUCTION
General Decision No. C0100023
The wage and fringe benefits listed below do not reflect collectively bargained rates.
CARPENTER (Form Work Only):
1604
Eagle, Grand, Jackson, Lake, Moffat, Pitkin, Rio
Blanco,
Routt, Summit
15.92
5.38
1605
Garfield
19.55
4.09
CEMENT MASON/CONCRETE FINISHER:
1606
Eagle
17.59
2.85
1607
Garfield
17.27
2.16
1608
Grand, Jackson, Lake, Moffat, Pitkin, Rio Blanco, Routt
18.23
2.85
1609
Summit
15.55
2.85
ELECTRICIAN:
1610
Excludes Traffic Signalization
28.06
8.76
Traffic Signalization Electrician
1611
Eagle, Garfield, Grand, Jackson, Lake, Moffat, Pitkin,
Rio Blanco, Routt, Summit
28.24
8.52
Traffic Signalization Groundsman
1612
Eagle, Garfield, Grand, Jackson, Lake, Moffat, Pitkin,
Rio Blanco, Routt
15.93
4.01
1613
Summit
16.75
4.10
GUARDRAIL INSTALLER:
1614
Eagle
12.78
3.46
1615
Garfield, Grand, Jackson, Lake, Moffat, Pitkin,
Rio Blanco, Routt, Summit
12.78
3.31
HIGHWAY/PARKING LOT STRIPING:
1616
Truck Driver (Line Striping Truck)
14.60
3.49
Painter
1617
Eagle,
13.85
3.07
1618
Garfield, Grand, Jackson, Lake, Moffat, Pitkin,
Rio Blanco, Routt, Summit
13.97
3.07
IRONWORKER:
Excludes Guardrail Installation
1619
Reinforcing
16.94
6.77
1620
Structural
22.22
6.01
0
10
44-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22,23 and 24 HIGHWAY CONSTRUCTION
General Decision No. CO100023
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
LABORER:
Asphalt Raker
1621
Eagle
16.36
3.26
1622
Garfield
18.66
3.53
1623
Grand
17.90
3.02
1624
Jackson, Lake, Moffatt, Routt
17.75
3.75
1625
Pitkin
17.50
3.75
1626
Rio Blanco
18.97
3.75
1627
Summit
16.77
3.26
Common or General
1628
Eagle, Garfield, Jackson, Lake, Moffat, Pitkin,
Rio Blanco, Routt, Summit
12.44
3.53
1629
Grand
19.14
3.53
1630
Concrete Saw (Hand Held)
16.00
6.14
Landscape and Irrigation
1631
Eagle
14.84
3.16
1632
Garfield, Grand, Jackson, Lake, Moffatt, Rio Blanco,
Routt
13.54
3.16
1633
Pitkin
14.16
3.16
1634
Summit
13.09
3.16
Mason Tender - Cement/Concrete
1635
Eagle, Grand, Jackson, Lake, Moffat, Pitkin, Rio
Blanco,
Routt, Summit
12.44
3.10
1636
Garfield
14.87
3.10
Traffic Control
1637
Flagger
9.42
3.21
Sets Up/Moves Barrels, Cones, Installs
signs, Arrow Boards and Place Stationary Flags,
(Excludes Flaggers)
1638
Eagle, Garfield, Grand, Lake, Moffat, Pitkin,
Rio Blanco, Routt, Summit
12.39
3.20
1639
Jackson
12.93
3.22
45- •U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22,23 and 24 HIGHWAY CONSTRUCTION
General Decision No. CO100023
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
PAINTER: (Spray Only)
1640
Eagle
17.49
3.52
1641
Garfield, Grand, Jackson, Lake, Moffat, Pitkin, Rio
Blanco,
Routt
17.54
3.52
1642
Summit
19.96
3.52
POWER EQUIPMENT OPERATOR:
Asphalt Laydown
1643
Eagle, Summit
22.67
8.72
1644
Garfield, Grand, Jackson, Lake, Moffat, Pitkin, Routt
24.09
7.93
1645
Rio Blanco
23.67
9.22
1646
Asphalt Paver
22.67
8.72
1647
Asphalt Plant
19.27
4.47
Asphalt Roller
1648
Eagle
23.01
8.72
1649
Garfield, Jackson, Lake, Moffat, Pitkin, Rio Blanco,
Routt, Summit
23.15
8.07
1650
Grand
22.67
8.72
1651
Asphalt Spreader
25.61
6.96
Backhoe/Trackhoe
1652
Eagle
22.56
7.02
1653
Garfield
19.40
4.42
1654
Grand, Jackson, Lake, Moffat, Pitkin, Rio Blanco, Routt
22.92
6.15
1655
Summit
24.30
5.75
Bobcat/Skid Loader
1656
Eagle
18.25
4.32
1657
Garfield
24.63
0.00
1658
Grand, Jackson, Lake, Moffat, Pitkin, Rio Blanco, Routt
21.04
5.18
1659
Summit
19.77
4.28
11
0
• 46-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22,23 and 24 HIGHWAY CONSTRUCTION
E
0
General Decision No. CO100023
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
POWER EQUIPMENT OPERATOR (con't.):
Broom/Sweeper
1660
Eagle
23.35
7.78
1661
Garfield, Jackson, Lake, Moffat, Pitkin, Routt
21.92
7.66
1662
Grand
21.67
8.22
1663
Rio Blanco
21.66
0.00
1664
Summit
22.67
8.72
1665
Bulldozer
26.78
7.05
1666
Chipper
22.04
8.26
1667
Crane
23.82
9.22
1668
Drill
20.84
2.66
1669
Forklift
18.30
5.01
1670
Grade Checker
23.82
9.22
1671
Grader/Blade
23.05
6.45
1672
Guardrail/Post Driver
16.07
4.41
Loader (Front End)
1673
Eagle
24.98
7.55
1674
Garfield
21.93
9.22
1675
Grand, Pitkin,
22.67
8.72
1676
Jackson, Lake, Moffatt, Routt
24.07
7.92
1677
Rio Blanco
23.67
9.22
1678
Summit
25.88
7.01
Mechanic
1679
Eagle, Grand, Jackson, Lake, Moffat, Pitkin,
Rio Blanco, Routt, Summit
23.31
3.93
1680
Garfield
19.80
4.20
Oiler
1681
Eagle
23.82
7.62
1682
Garfield, Grand, Jackson, Lake, Moffat, Pitkin,
Rio Blanco, Routt, Summit
24.04
7.77
47- •U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 0 1 -06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22,23 and 24 HIGHWAY CONSTRUCTION
General Decision No. C0100023
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
POWER EQUIPMENT OPERATOR (con't.):
Roller/Compactor (Dirt and Grade Compaction)
1683
Eagle, Garfield, Grand, Jackson, Lake, Moffat, Pitkin,
Routt
22.72
5.98
1684
Rio Blanco
23.67
9.22
1685
Summit
24.38
6.11
Rotomill
1686
Eagle
18.86
4.41
1687
Garfield, Jackson, Lake, Moffat, Pitkin, Rio Blanco,
Routt
20.70
4.41
1688
Grand
23.48
4.41
1689
Summit
16.28
4.41
1690
Scraper
20.60
7.99
Screed
1691
Eagle
17.04
3.98
1692
Garfield, Jackson, Lake, Moffat, Pitkin, Rio Blanco,
Routt,
Summit
23.76
5.05
1693
Grand
23.29
4.05
1694
Tractor
15.08
2.95
n
0
. 48-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 0 1 -06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22,23 and 24 HIGHWAY CONSTRUCTION
•
General Decision No. CO100023
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
TRUCK DRIVER:
Distributor
1695
Eagle, Garfield, Grand, Jackson, Lake, Moffat, Pitkin,
Routt, Summit
19.07
4.35
1696
Rio Blanco
15.80
5.27
Dump Truck
1697
Eagle
16.17
3.83
1698
Garfield
16.29
3.83
1699
Grand, Jackson, Lake, Moffat, Routt
17.79
4.02
1700
Pitkin
20.13
4.15
1701
Rio Blanco
17.26
4.63
1702
Summit
15.27
5.27
Lowboy Truck
1703
Eagle
18.89
4.56
1704
Garfield, Grand, Jackson, Lake, Moffat, Pitkin,
Rio Blanco, Routt, Summit
18.43
4.56
1705
Mechanic
17.79
3.51
1706
Multi -Purpose Specialty & Hoisting Truck
14.60
3.49
1707
Pickup and Pilot Car
14.04
3.49
1708
Semi Truck
20.72
0.00
Water Truck
1709
Eagle
23.05
2.90
1710
Garfield
21.00
5.88
1711
Grand
21.19
3.01
1712
Jackson, Lake, Moffatt, Pitkin, Routt, Summit
20.39
3.43
1713
Rio Blanco
17.25
3.75
WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.
Unlisted classifications needed for work not included within the scope of the classifications listed may be added
after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(ii)).
49- •U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24 HIGHWAY CONSTRUCTION
In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively
bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined
to be prevailing.
END OF GENERAL DECISION NO. C0100023
10
is
0
50-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24 HIGHWAY CONSTRUCTION
Decision Nos. C0100016, 17, 18, 19, 20, 21, 22, 23 and 24
dated January 06, 2012 supersedes Decision Nos.
CO100018, 19, 20, 21, 22, 23, 24, 25 and 26 dated
September 30, 2011.
Modifications
ID
mroD Number Date Pave Number(s)
1 11-18-11 14
2 01-06-12 1, 10, 14, 19, 25,
29, 34, 42 and 50
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
job classifications, the higher minimum wages and fringe benefits
shall apply throughout the project.
General Decision No. CO100024 applies to the following counties: Larimer, Mesa, and Weld counties.
General Decision No. CO100024
The wage and fringe benefits listed below reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
POWER EQUIPMENT OPERATOR:
Drill Rig Caisson
1714
Smaller than Watson 2500 and similar
23.67
9.22
1715
Watson 2500 similar or larger
23.97
9.22
Oiler
1716
Weld
23.82
9.22
General Decision No. CO100024
The wage and fringe benefits listed below do not reflect collectively bargained rates.
CARPENTER:
1717
Excludes Form Work
20.72
5.34
Form Work Only
1718
Larimer, Mesa
18.79
3.67
1719
Weld
15.54
3.90
CEMENT MASON/CONCRETE FINISHER:
1720
Larimer
16.05
3.00
1721
Mesa
17.53
3.00
1722
Weld
17.48
3.00
ELECTRICIAN:
Excludes Traffic Signalization
1723
Weld
33.45
7.58
Traffic Signalization
1724
Weld
25.84
6.66
51- 00
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24 HIGHWAY CONSTRUCTION
General Decision No. CO100024
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
FENCE ERECTOR:
1725
Weld
17.46
3.47
GUARDRAIL INSTALLER:
1726
Larimer, Weld
12.89
3.39
HIGHWAY/PARKING LOT STRIPING:
Painter
1727
Larimer
14.79
3.98
1728
Mesa
14.75
3.21
1729
Weld
14.66
3.21
IRONWORKER:
Reinforcing (Excludes Guardrail Installation)
1730
Larimer, Weld
16.69
5.45
Structural (Excludes Guardrail Installation)
1731
Larimer, Weld
18.22
6.01
LABORER:
Asphalt Raker
1732
Larimer
18.66
4.66
1733
Weld
16.72
4.25
1734
Asphalt Shoveler
21.21
4.25
1735
Asphalt Spreader
18.58
4.65
1736
Common or General
16.29
4.25
1737
Concrete Saw (Hand Held)
16.29
6.14
1738
Landscape and Irrigation
12.26
3.16
1739
Mason Tender - Cement/Concrete
16.29
4.25
Pipelayer
1740
Larimer
17.27
3.83
1741
Mesa, Weld
16.23
3.36
1742
Traffic Control (Flagger)
9.55
3.05
•
0
0 IF
State and Federal safety regulations. Based on our investigation and OSHA standards,
we believe the clay soils classify as Type B soils and the sands as Type C soils. Type B
soils require a maximum slope inclination of 1:1 (horizontal:vertical) in dry conditions.
Type C soils require a maximum slope inclination of 1.5:1 in dry conditions. Excavation
slopes specified by OSHA are dependent upon types of soil and ground water conditions
encountered. The contractor's "competent person" should identify the soils and/or rock
encountered in the excavation and refer to OSHA standards to determine appropriate
slopes. Stockpiles of soils, equipment, or other items should not be placed within a
horizontal distance equal to one-half the excavation depth, from the edge of excavation.
Excavations deeper than 20 feet should be braced or a professional engineer should
design the slopes.
The width of the top of an excavation may be limited in some areas. Bracing or
"trench box' construction may be necessary. Bracing systems include sheet piling,
• braced sheeting and others. Lateral loads on bracing depend on the depth of
excavation, slope of excavation above the bracing, surface loads, hydrostatic pressures,
and allowable movement. For trench boxes and bracing allowed to move enough to
mobilize the strength of the soils, with associated cracking of the ground surface, the
"active" earth pressure conditions are appropriate for design. If movement is not
tolerable, the "at rest' earth pressures are appropriate. We suggest an equivalent fluid
pressure of 40 pcf for the "active" earth pressure condition and 55 pcf for the "at rest"
earth pressure condition, assuming level backfill. These pressures do not include
allowances for surcharge loading or for hydrostatic conditions. We are available to
assist further with bracing design if desired.
Water and sewer lines are often constructed beneath pavement areas.
Compaction of trench backfill can have a.significant effect on the life and serviceability of
pavements. We recommend trench backfill be moisture conditioned and compacted as
described in the Fill Placement section of this report. Placement and compaction of fill
and backfill should be observed and tested by a representative of our firm during
construction.
CITY OF FORT.COLLINS - ENGINEERING DEPARTMENT �
ARTHUR DITCH CULVERT REPLACEMENT
CTL I T PROJECT NO. FC05114-125
0
52-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 0 1 -06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22,23 and 24 HIGHWAY CONSTRUCTION
General Decision No. CO100024
The wa a and fringe benefits listed below do not reflect collecti ely bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
LABORER (con't):
Traffic Control (Sets Up/Moves Barrels, Cones, Installs
signs, Arrow Boards and Place Stationary Flags),
(Excludes Flaggers)
1743
Larimer, Weld
12.43
3.22
1744
PAINTER (Spray Only)
16.99
2.87
POWER EQUIPMENT OPERATOR:
Asphalt Laydown
1745
Larimer
26.75
5.39
1746
Mesa, Weld
23.93
7.72
1747
Asphalt Paver
21.50
3.50
Asphalt Roller
1748
Larimer
23.57
3.50
1749
Mesa
24.25
3.50
1750
Weld
27.23
3.50
Asphalt Spreader
1751
Larimer
25.88
6.80
1752
Mesa, Weld
23.66
7.36
Backhoe/Trackhoe
1753
Larimer
21.46
4.85
1754
Mesa
19.81
6.34
1755
Weld
20.98
6.33
Bobcat/Skid Loader
1756
Larimer
17.13
4.46
1757
Mesa, Weld
15.37
4.28
1758
Boom
22.67
8.72
Broom/Sweeper
1759
Larimer
23.55
6.20
1760
Mesa
23.38
6.58
1761
Weld
23.23
6.89
53- •U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 0 1 -06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24 HIGHWAY CONSTRUCTION
General Decision No. CO100024
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
POWER EQUIPMENT OPERATOR (con't):
Bulldozer
1762
Larimer, Weld
22.05
6.23
1763
Mesa
22.67
8.72
1764
Crane
26.75
6.16
Drill
1765
Larimer, Weld
31.39
0.00
1766
Mesa
35.06
0.00
1767
Forklift
15.91
4.68
Grader/Blade
1768
Larimer
24.82
5.75
1769
Mesa
23.42
9.22
1770
Weld
24.53
6.15
1771
Guardrail/Post Driver
16.07
4.41
1772
Loader (Front End)
1773
Larimer
20.45
3.50
1774
Mesa
22.44
9.22
1775
Weld
23.92
6.67
Mechanic
1776
Larimer
27.68
4.57
1777
Mesa
25.50
5.38
1778
Weld
24.67
5.68
Oiler
1779
Larimer
24.16
8.35
1780
Mesa
23.93
9.22
Roller/Compactor (Dirt and Grade Compaction)
1781
Larimer
23.67
8.22
1782
Mesa, Weld
21.33
6.99
54-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 0 1 -06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22, 23 and 24 HIGHWAY CONSTRUCTION
General Decision No. CO100024
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
POWER EQUIPMENT OPERATOR (con't.):
Rotomill
1783
Larimer
18.59
4.41
1784
Weld
16.22
4.41
Scraper
1785
Larimer
21.33
3.50
1786
Mesa
24.06
4.13
1787
Weld
30.14
1.40
Screed
1788
Larimer
27.20
5.52
1789
Mesa
27.24
5.04
1790
Weld
27.95
3.50
1791
Tractor
13.13
2.95
TRAFFIC SIGNALIZATION:
Groundsman
1792
Larimer
11.44
2.84
1793
Mesa
16.00
5.85
1794
Weld
16.93
3.58
TRUCK DRIVER:
Distributor
1795
Larimer
19.28
4.89
1796
Mesa
19.17
4.84
1797
Weld
20.61
5.27
Dump Truck
1798
Larimer
18.86
3.50
1799
Mesa
15.27
4.28
1800
Weld
15.27
5.27
55- •U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 0 1 -06-12
GENERAL DECISION NUMBER CO100016, 17, 18, 19, 20, 21, 22,23 and 24 HIGHWAY CONSTRUCTION
General Decision No. CO100024
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
Basic Hourly
Rate
Fringe Benefits
Last
Mod
TRUCK DRIVER (con't.):
Lowboy Truck
1801
Larimer
18.96
5.30
1802
Mesa, Weld
18.84
5.17
1803
Mechanic
26.48
3.50
Multi -Purpose Specialty & Hoisting Truck
1804
Larimer, Mesa
16.65
5.46
1805
Weld
16.87
5.56
1806
Pickup and Pilot Car
13.93
3.68
1807
Semi/Trailer Truck
18.39
4.13
1808
Truck Mounted Attenuator
12.43
3.22
Water Truck
1809
Larimer
19.14
4.99
1810
Mesa
15.96
5.27
1811
Weld
19.28
5.04
WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.
Unlisted classifications needed for work not included within the scope of the classifications listed may be added
after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(ii)).
In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively
bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined
to be prevailing.
•
•
56-
U.S. DEPT. OF LABOR, DAVIS BACON MINIMUM WAGES, COLORADO DATE 01-06-12
GENERAL DECISION NUMBER C0100016, 17, 18, 19, 20, 21, 22,23 and 24 HIGHWAY CONSTRUCTION
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage
and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have
responsibility for the Davis -Bacon survey program.
If the response from this initial contact is not satisfactory, then the process described in
2.) and 3.) should be followed.
With regard to any other matter not yet ripe for the formal process described here, initial contact should be with
the Branch of
Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
. U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 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, DC 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, DC 20210
4.) All decisions by the Administrative Review Board are final.
0 END OF GENERAL DECISION NO. C0100024
July 29, 2011
1
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 http://www.coloradodot.infolbusiness/equal-
opportunity/trainino.htmt
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 (FHWA), 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
eoowdot.state.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
2
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/biddinq/Bidding%20Forms/Bid%20Winner%20Forms
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.
B.
C.
D.
E.
F.
G.
H.
Availability of minorities, women, and disadvantaged for training;
The potential for effective training;
Duration of the Contract;
Dollar value of the Contract;
Total normal work force that the average bidder could be expected to use;
Geographic location;
Type of work; and
The need for additional journey workers in the area
The general guidelines for minimum total training hours are as follows:
A- ;t
,Mmiinumttotal trai,mnq;
'Contract dollar value j
Ihour§itoiboprovided„
vl ' ,
9 , �aon4he:project
Up to 1 million
0
>2 - 4 million
640
��>4-s6,millwn
.1280 w
>6 - 8 million
1600
>8 12�millwn
1920r ��
,, ,"
>12 - 16 million
2240
For each increment of
$5 million, over $20
1280
million
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
enrolled in a DOL approved apprenticeship program and registered with CDOT using Form 838 and
working for the Contractor on a non-CDOT 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
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.
11
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
February 3, 2011
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.
•
February 3, 2011
2 10 REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
FHWA-1273 Electronic version - March 10, 1994
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
Page
I. General 1
II. Nondiscrimination 1
III. Nonsegrated Facilities 3
IV. Payment of Predetermined Minimum Wage
V. Statements and Payrolls 6
VI. Record of Materials, Supplies, and Labor
VII. GeneralSubletting or Assigning the Contract
Vill. Safety: Accident Prevention 7
IX. False Statements Concerning Highway Projects
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 contractors own organization and with the
assistance of workers under the contractor's immediate superin-
tendence and to all work performed on the contract by piecework,
station work, or by subcontract.
2. Except as otherwise provided for in each section, the contrac-
tor shall insert in each subcontract all of the stipulations contained
in these Required Contract Provisions, and further require their
inclusion in any lower tier subcontract or purchase order that may
in turn be made. The Required Contract Provisions shall not be
incorporated by reference in any case. The prime contractor shall
be responsible for compliance by any subcontractor or lower tier
subcontractor with these Required Contract Provisions.
3. A breach of any of the stipulations contained in these Required
Contract Provisions shall be sufficient grounds for termination of
the contract.
4. A breach of the following clauses of the Required Contract
Provisions may also be grounds for debarment as provided in 29
CFR 5.12:
Section I, paragraph 2;
Section IV, paragraphs 1, 2, 3, 4, and 7;
Section V, paragraphs 1 and 2a through 2g.
5. Disputes arising out of the labor standards provisions of
Section IV (except paragraph 5) and Section V of these Required
Contract Provisions shall not be subject to the general disputes
clause of this contract. Such disputes shall be resolved in accor-
dance with the procedures of the U.S. Department of Labor (DOL)
as set forth in 29 CFR 5, 6, and 7. Disputes within the meaning of
this clause include disputes between the contractor (or any of its
subcontractors) and the contracting agency, the DOL, or the
contractor's employees or their representatives.
6. Selection of Labor: During the performance of this contract,
the contractor shall not:
a. discriminate against labor from any other State,
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.
II. NONDISCRIMINATION
(Applicable to all Federal -aid construction contracts and to all
related subcontracts of $10,000 or more.)
1. Equal Employment Opportunity: Equal employment
opportunity (EEO) requirements not to discriminate and to take
affirmative action to assure equal opportunity as set forth under
laws, executive orders, rules, regulations (28 CFR 35, 29 CFR
1630 and 41 CFR 60) and orders of the Secretary of Labor as
modified by the provisions prescribed herein, and imposed
pursuant to 23 U.S.C. 140 shall constitute the EEO and specific
affirmative action standards for the contractor's project activities
under this contract. The Equal Opportunity Construction Contract
Specifications set forth under 41 CFR 60-4.3 and the provisions of
the American Disabilities Act of 1990 (42 U.S.C. 12101 et seq.)
set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by
reference in this contract. In the execution of this contract, the
contractor agrees to comply with the following minimum specific
requirement activities of EEO:
a. The contractor will work with the State highway
agency (SHA) and the Federal Government in carrying out EEO
obligations and in their review of his/her activities under the
contract.
b. The contractor will accept as his operating policy the
following statement:
"It is the policy of this Company to assure that applicants are
employed, and that employees are treated during employment,
without regard to their race, religion, sex, color, national origin,
age or disability. Such action shall include: employment,
upgrading, demotion, or transfer; recruitment or recruitment
advertising; layoff or termination; rates of pay or other forms of
compensation; and selection for training, including apprenticeship,
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 dis-
charge employees, or who recommend such action, or who are
substantially involved in such action, will be made fully cognizant
of, and will implement, the contractors EEO policy and contractu-
al 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
•
IF 0
FOUNDATIONS
We anticipate that the proposed culvert will be constructed on the natural clay or
properly compacted fill. Samples selected for in swell -consolidation testing showed
consolidation to low swell potential. We understand the culvert will be constructed as a
precast or cast -in -place, reinforced concrete box and that the bottom of the box will
serve as a mat type foundation.
Design and construction criteria for mat foundations are provided below. These
criteria were developed from analysis of field and laboratory data and our experience.
The recommended foundation alternative can be used provided all design and
construction criteria presented in this report are followed.
Mat Foundations
Mat foundations should be constructed on undisturbed native soils or .
properly compacted fill. Where soils are loosened during excavation or in
the forming process, the loose disturbed material should be removed and
replaced with properly compacted fill as presented in the Fill Placement
section of this report. Unevenness in the excavation bottom can be
leveled with a course of low strength concrete or flow fill.
2. Mat foundations constructed on the natural soils and/or properly
compacted fill can be designed for an ultimate bearing capacity of 6,000
psf using the LRFD design method. This value corresponds to an
allowable soil bearing pressure of 2,000 psf using the ASD design
method. The resistance factor for foundation design will need to be
calculated when the ratio of deadload to live load is determined. The soil
pressure can be increased 33 percent for transient loads such as wind or
seismic loads. The ultimate capacity using LRFD method assumes a
weighted load factor of 1.5 and a resistance factor of 0.5.
3. Reinforced slabs are 'typically designed using a modulus of subgrade
reaction. We recommend using a value.of 200 pounds per square inch
per inch of deflection (pci) for the modulus of subgrade reaction.
4. Lateral load applied to mat foundations can be resisted by friction
between the concrete at the base of the mat and the ground and by the
passive pressure of densely compacted backfill and/or undisturbed
ground against the side of a mat provided that soil will not be removed
over the life of the structure. Lateral load criteria are presented below in
the LATERAL EARTH PRESSURE section of this report.
CITY OF FORT COLLINS- ENGINEERING DEPARTMENT 6
ARTHUR DITCH CULVERT REPLACEMENT _
CTL 1 T PROJECT NO. FC05114.125
February 3, 2011
• 3
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
•
less often than once every six months, at which time the contractor's
EEO policy and its implementation will be reviewed and explained.
The meetings will be conducted by the EEO Officer.
b. All new supervisory or personnel office employees will
be given a thorough indoctrination by the EEO Officer, covering all
major aspects of the contractors EEO obligations within thirty days
following their reporting for duty with the contractor.
c. All personnel who are engaged in direct recruitment for
the project will be instructed by the EEO Officer in the contractors
procedures for locating and hiring minority group employees.
d. Notices and posters setting forth the contractors EEO
policy will be placed in areas readily accessible to employees,
applicants for employment and potential employees.
e. The contractor's EEO policy and the procedu res 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 bargain-
ing agreement, conduct systematic and direct recruitment through
public and private employee referral sources likely to yield qualified
minority group applicants. To meet this requirement, the 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
expected to observe the provisions of that agreement to the extent
that the system permits the contractors compliance with EEO
contract provisions. (The DOL has held that where implementation
of such agreements have the effect of discriminating against
minorities or women, or obligates the contractor to do the same,
such implementation violates Executive Order 11246, as amended.)
c. The contractor will encourage his present employees to
refer minority group applicants for employment. Information and
procedures with regard to referring minority group applicants will be
discussed with employees.
5. Personnel Actions: Wages, working conditions, and employee
benefits shall be established and administered, and personnel
actions of every type, including hiring, upgrading, promotion,
transfer, demotion, layoff, and termination, shall be taken without
regard to race, color, religion, sex, national origin, age or disability.
The following procedures shall be followed:
a. The contractor will conduct periodic inspections of
project sites to insure that working conditions and employee facilities
do not indicate discriminatory treatment of project site personnel.
b. The contractor will periodically evaluate the spread of
wages paid within each classification to determine any evidence of
discriminatory wage practices.
The contractor will periodically review selected person -
net
actions in depth to determine whether there is evidence of discrimi-
nation. Where evidence is found, the contractor will promptly take
corrective action. If the review indicates that the discrimination
may extend beyond the actions reviewed, such corrective action
shall include all affected persons.
d. The contractor will promptly investigate all complaints of
alleged discrimination made to the contractor in connection with his
obligations under this contract, will attempt to resolve such com-
plaints, and will take appropriate corrective action within a reason-
able time. If the investigation indicates that the discrimination may
affect persons other than the complainant, such corrective action
shall include such other persons. Upon completion of each
investigation, the contractor will inform every complainant of all of
his avenues of appeal.
6. Training and Promotion:
a. The contractor will assist in locating, qualifying, and
increasing the skills of minority group and women employees, and
applicants for employment.
b. Consistent with the contractor's work force require-
ments and as permissible under Federal and State regulations, the
contractor shall make full use of training programs, i.e., appren-
ticeship, and on-the-job training programs for the geographical area
of contract performance. Where feasible, 25 percent of apprentices
or trainees in each occupation shall be in their first year of 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 his/her best efforts
to obtain the cooperation of such unions to increase opportunities for
minority groups and women within the unions, and to effect referrals
by such unions of minority and female employees. Actions by the
contractor either directly or through a contractor's association acting
as agent will include the procedures set forth below:
a. The contractor will use best efforts to develop, in
cooperation with the unions, joint training programs aimed toward
qualifying more minority group members and women for member-
ship in the unions and increasing the skills of minority group
employees and women so that they may qualify for higher paying
employment.
b. The contractor will use best efforts to incorporate an
EEO clause into each union agreement to the end that such union
will be contractually bound to refer applicants without regard to their
race, color, religion, sex, national origin, age or disability.
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 contrac-
tor 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
February 3, 2011
4
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
subcontractor compliance with their EEO obligations.
9. Records and Reports: The contractor shall keep such
records as necessary to document compliance with the EEO
requirements. Such records shall be retained for a period of three
years following completion of the contract work and shall be
available at reasonable times and places for inspection by autho-
rized representatives of the SHA and the FHWA.
a. The records kept by the contractor shall document
the following:
(1) The number of minority and non -minority group
members and women employed in each work classification on the
project;
(2) The progress and efforts being made in cooperation
with unions, when applicable, to increase employment opportuni-
ties for minorities and women;
(3) The progress and efforts being made in locating,
hiring, training, qualifying, and upgrading minority and female
employees; and
(4) The progress and efforts being made in securing
the services of DBE subcontractors or subcontractors with
meaningful minority and female representation among their
employees.
b. The contractors will submit an annual report to the
SHA each July for the duration of the project, indicating the
number of minority, women, and non -minority group employees
currently engaged in each work classification required by the
contract work. This information is to be reported on Form FHWA-
1391. If on -the job training is being required by special provision,
the contractor will be required to collect and report training data.
III. NONSEGREGATED FACILITIES
(Applicable to all Federal -aid construction contracts and to all
related subcontracts of S10,000 or more.)
a. By submission of this bid, the execution of this
contract or subcontract, or the consummation of this material
supply agreement 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 establishments, and that the firm does not permit its
employees to perform their services at any ]oration, under its
control, where segregated facilities are maintained. The firm
agrees that a breach of this certification is a violation of the EEO
provisions of this contract. The firm further certifies that no
employee will be denied access to adequate facilities on the basis
of sex or disability.
b. As used in this certification, the term "segregated
facilities" means any waiting rooms, work areas, restrooms and
washrooms, restaurants and other eating areas, timeclocks,
locker rooms, and other storage or dressing areas, parking lots,
drinking fountains, recreation or entertainment areas, transpor-
tation, 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)j the full amounts
of wages and bona fide fringe benefits (or cash equivalents
thereof) due at time of payment. The payment shall be computed
at wage rates not less than those contained in the wage determi-
nation of the Secretary of Labor (hereinafter "the wage determi-
nation") 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 reason-
ably 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 provisions 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
•
February 3, 2011
• 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
incorporated 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 classifi-
cation 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 contract-
ing 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
Standards 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
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 Secretary of Labor has found, upon the written
request of the contractor, that the applicable standards of the
Davis -Bacon Act have been met. The Secretary of Labor may
require the contractor to set aside in a separate account assets
for the meeting of obligations under the plan or program.
4. Apprentices and Trainees (Programs of the U.S. DOL) and
Helpers:
a. Apprentices:
(1) Apprentices will be permitted to work at
less than the predetermined rate for the work they performed
when they are employed pursuant to and individually registered in
a bona fide apprenticeship program registered with the DOL,
Employment and Training Administration, Bureau of
Apprenticeship and Training, or with a State apprenticeship
agency recognized by the Bureau, or if a person is employed in
his/her first 90 days of probationary employment as an apprentice
in such an apprenticeship program, who is not individually
registered in the program, but who has been certified by the
Bureau of Apprenticeship and Training or a State apprenticeship
agency (where appropriate) to be eligible for probationary
employment as an apprentice.
(2) The allowable ratio of apprentices to
journeyman -level employees on the job site in any craft
classification shall not be greater than the ratio permitted to the
contractor as to the entire work force under the registered
program. Any employee listed on a payroll at an apprentice wage
rate, who is not registered or otherwise employed as stated
above, shall be paid not less than the applicable wage rate listed
in the wage determination for the classification of work actually
performed. In addition, any apprentice performing work on the job
site in excess of the ratio permitted under the registered program
shall be paid not less than the applicable wage rate on the wage
determination for the work actually performed. Where a
contractor 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 (expressed in percentages of the
journeyman -level hourly rate) specified in the contractor's or
subcontractor's registered program shall be observed.
(3) Every apprentice must be paid at not less
than the rate specified in the registered program for the
apprentice's level of progress, expressed as a percentage of the
journeyman -level hourly rate specified in the applicable wage
determination. Apprentices shall be paid fringe benefits in
accordance with the provisions of the apprenticeship program. If
the apprenticeship program does not specify fringe benefits,
apprentices must be paid the full amount of fringe benefits listed
on the wage determination for the applicable classification. If the
Administrator for the Wage and Hour Division determines that a
different practice
February 3, 2011
6
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
prevails for the applicable apprentice classification, fringes shall
be paid in accordance with that determination.
(4) In the event the Bureau of Apprenticeship
and Training, or a State apprenticeship agency recognized by the
Bureau, withdraws approval of an apprenticeship program, the
contractor or subcontractor will no longer be permitted to utilize
apprentices at less than the applicable predetermined rate for the
comparable work performed by regular employees until an
acceptable program is approved.
b. Trainees:
(1) Except as provided in 29 CFR 5.16, train-
ees will not be permitted to work at less than the predetermined
rate for the work performed unless they are employed pursuant to
and individually registered in a program which has received prior
approval, evidenced by formal certification by the DOL, Employ-
ment and Training Administration.
(2) The ratio of trainees to journeyman -level
employees on the job site shall not be greater than permitted
under the plan approved by the Employment and Training
Administration. Any employee listed on the payroll at a trainee
rate who is not registered and participating in a training plan
approved by the Employment and Training Administration shall be
paid not less than the applicable wage rate on the wage determi-
nation for the classification of work actually performed. In
addition, any trainee performing work on the job site in excess of
the ratio permitted under the registered program shall be paid not
less than the applicable wage rate on the wage determination for
the work actually performed.
(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.
G. Helpers:
Helpers will be permitted to work on a project
if the helper classification is specified and defined on the
applicable wage determination or is approved pursuant to the
conformance procedure set forth in Section IV.2. Any worker
listed on a payroll at a helper wage rate, who is not a helper under
a approved 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
be established by the particular programs. The ratio of apprentic-
es and trainees to journeymen shall not be greater than permitted
by the terms of the particular program.
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, em-
ployed 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 employ-
ment 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, watch-
man, or guard in any workweek in which he/she is employed on
such work, to work in excess of 40 hours in such workweek
unless such laborer, mechanic, watchman, or guard receives
compensation at a rate not less than one -and -one-half times
his/her basic rate of pay for all hours worked in excess of 40
hours in such workweek.
8. Violation:
Liability for Unpaid Wages; Liquidated Damages: In
the event of any violation of the clause set forth in paragraph 7
above, the contractor and any subcontractor responsible thereof
shall be liable to the affected employee for his/her unpaid wages.
In addition, such contractor and subcontractor shall be liable to
the United States (in the case of work done under contract for the
District of Columbia or a territory, to such District or to such
territory) for liquidated damages. Such liquidated damages shall
be computed with respect to each individual laborer, mechanic,
watchman, or guard employed in violation of the clause set forth
in paragraph 7, in the sum of $10 for each calendar day on which
such employee was required or permitted to work in excess of the
standard work week of 40 hours without payment of the overtime
wages required by the clause set forth in paragraph 7.
9. Withholding for Unpaid Wages and Liquidated Damages:
The SHA shall upon its own action or upon written
request of any authorized representative of the DOL withhold, or
cause to be withheld, from any monies payable on account of
work performed by the contractor or subcontractor under any
such contract or any other Federal contract with the same prime
contractor, or any other Federally -assisted contract subject to the
Contract Work Hours and Safety Standards Act, which is held by
the same prime contractor, such sums as may be determined to
be necessary to satisfy any liabilities of such contractor or
subcontractor for unpaid wages and liquidated damages as
provided in the clause set forth in paragraph 8 above.
V. STATEMENTS AND PAYROLLS
•
IL
February 3, 2011
sREQUIRED 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 Appalachian contracts, the payroll records shall
contain a notation indicating whether the employee does, or does
not, normally reside in the labor area as defined in Attachment A,
paragraph 1. Whenever the Secretary of Labor, pursuant to
Section IV, paragraph 3b, has found that the wages of any laborer
or mechanic include the amount of any costs reasonably
anticipated in providing benefits under a plan or program de-
scribed in Section l(b)(2)(B) of the Davis Bacon Act, the contrac-
tor 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, paragraphs 4 and 5, and watchmen and guards engaged on
work during the preceding weekly payroll period). The payroll
submitted shall set out accurately and completely all of the
information required to be maintained under paragraph 2b of this
Section V. This information may be submitted in any form
desired. Optional Form WH-347 is available for this purpose and
may be purchased from the Superintendent of Documents
(Federal stock number 029-005-0014-1), U.S. Government
Printing Office, Washington, D.C. 20402. The prime contractor is
responsible for the submission of copies of payrolls by all
subcontractors.
d. Each payroll submitted shall be accompanied by a
"Statement of Compliance," signed by the contractor or subcon-
tractor or his/her agent who pays or supervises the payment of
the persons employed under the contract and shall certify the
following:
(1) that the payroll for the payroll period
contains the information required to be maintained under
paragraph 2b of this Section V and that such information is
correct and complete;
(2) that such laborer or mechanic (including
each helper, apprentice, and trainee) employed on the contract
during the payroll period has been paid the full weekly wages
earned, without rebate, either directly or indirectly, and that no
deductions have been made either directly or indirectly from the
full wages earned, other than permissible deductions as set forth
in the Regulations, 29 CFR 3;
(3) that each laborer or mechanic has been
paid not less that the applicable wage rate and fringe benefits or
cash equivalent for the classification of worked performed, as
specified in the applicable wage determination incorporated into
the contract.
e. The weekly submission of a properly executed
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 inspection, copying, or transcription by authorized
representatives of the SHA, the FHWA, or the DOL, and shall
permit such representatives to interview employees during
working hours on the job. If the contractor or subcontractor fails
to submit the required records or to make them available, the
SHA, the FHWA, the DOL, or all may, after written notice to the
contractor, sponsor, applicant, or owner, take such actions as
may be necessary to cause the suspension of any further
payment, advance, or guarantee of funds. Furthermore, failure to
submit the required records upon request or to make such
records available may be grounds for debarment action pursuant
to29CFR 5.12.
VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR
1. On all Federal -aid contracts on the National Highway
System, except those which provide solely for the installation of
protective devices at railroad grade crossings, those which are
constructed on a force account or direct labor basis, highway
beautification contracts, and contracts for which the total final
construction cost for roadway and bridge is less than $1,000,000
(23 CFR 635) the contractor shall:
a. Become familiar with the list of specific
materials and supplies contained in Form FHWA-47, "Statement
of Materials and Labor Used by Contractor of Highway
Construction Involving Federal Funds," prior to the
commencement of work under this contract.
b. Maintain a record of the total cost of all
materials and supplies purchased for and incorporated in the
work, and also of the quantities of those specific materials and
supplies listed on Form FHWA-47, and in the units shown on
Form FHWA-47.
C. Furnish, upon the completion of the contract,
to the SHA resident engineer on Form FHWA-47 together with the
data required in paragraph I relative to materials and supplies, a
final labor summary of all contract work indicating the total hours
worked and the total amount earned.
2. At the prime contractor's option, either a single report covering
all contract work or separate reports for the contractor and for
each subcontract shall be submitted.
VII. SUBLETTING OR ASSIGNING THE CONTRACT
February 3, 2011
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 specialty items designated by the
State. Specialty items may be performed by subcontract and the
amount of any such specialty items performed may be deducted
from the total original contract price before computing the amount
of work required to be performed by the contractor's own 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.
Vtll. 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 surround-
ings 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 Safely Standards Act
(40 U.S.C. 333).
3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that
the Secretary of Labor or authorized representative thereof, shall
have right of entry to any site of contract performance to inspect or
investigate the matter of compliance with the construction safety
and health standards and to carry out the duties of the Secretary
under Section 107 of the Contract Work Hours and Safety
Standards Act (40 U.S.C. 333).
IX.FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS
In order to assure high quality and durable construction in
conformity with approved plans and specifications and a high
degree of reliability on statements and representations made by
engineers, contractors, suppliers, and workers on Federal -aid
highway projects, it is essential that all persons concerned with the
project perform their functions as carefully, thoroughly, and
honestly as possible. Willful falsification, distortion, or misrepre-
sentation with respect to any facts related to the project is a
violation of Federal law. To prevent any misunderstanding
regarding the seriousness of these and similar acts, the following
notice shall be posted on each Federal -aid highway project (23
CFR 635) in one or more places where it is readily available to all
persons concerned with the project:
NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL -AID
HIGHWAY PROJECTS
18 U.S.C. 1020 reads as follows:
"Whoever, being an officer, agent, or employee of the United
States, or of any State or Territory, or whoever, whether a person,
association, firm, or corporation, knowingly makes any false
statement, false representation, or false report as to the character,
quality, quantity, or cost of the material used or to be used, or the
quantity or quality of the work performed or to be performed, or the
cost thereof in connection with the submission of plans, maps,
specifications, contracts, or costs of construction on any highway
or related project submitted for approval to the Secretary of
Transportation; or
Whoever knowingly makes any false statement, false represen-
tation, false report or false claim with respect to the character,
quality, quantity, or cost of any work performed or to be performed,
or materials furnished or to be furnished, in connection with the
construction of any highway or related project approved by the
Secretary of Transportation; or
Whoever knowingly makes any false statement or false repre-
sentation as to material fact in any statement, certificate, or report
submitted pursuant to provisions of the Federal -aid Roads Act
approved July 21, 1916, (39 StaL 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 S100,000 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
CJ
•
February 3, 2011
0
•
9
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
amended (33 U.S.C. 1251 et seq., as amended by Pub.L. 92-500),
Executive Order 11738, and regulations in implementation thereof
(40 CFR 15) is not listed, on the date of contract award, on the
U.S. Environmental Protection Agency (EPA) List of Violating
Facilities pursuant to 40 CFR 15.20.
2. That the firm agrees to comply and remain in compliance with
all the requirements of Section 114 of the Clean Air Act and
Section 308 of the Federal Water Pollution Control Act and all
regulations and guidelines listed thereunder.
3. That the firm shall promptly notify the SHA of the receipt of any
communication from the Director, Office of Federal Activities, EPA,
indicating that a facility that is or will be utilized for the contract is
under consideration to be listed on the EPA List of Violating
Facilities.
4. That the firm agrees to include or cause to be included the
requirements of paragraph 1 through 4 of this Section X in every
nonexempt subcontract, and further agrees to take such action as
the government may direct as a means of enforcing such require-
ments.
XI. CERTIFICATION REGARDING DEBARMENT, SUSPENSION,
INELIGIBILITY AND VOLUNTARY EXCLUSION
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 disqualify 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 if any time the prospective primary partici-
pant learns that its certification was erroneous when submitted or
has become erroneous by reason of changed circumstances.
e. The terms "covered transaction," "debarred,"
"suspended," "ineligible," "lower tier covered transaction,"
"participant," "person," "primary covered transaction," "principal,"
"proposal," and "voluntarily excluded," as used in this clause, have
the meanings set out in the Definitions and Coverage sections of
rules 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
ineligible, or voluntarily excluded from participation in this covered
transaction, unless authorized by the department or agency
entering into this transaction.
g. The prospective primary participant further agrees by
submitting this proposal that it will include the clause titled "Certifi-
cation Regarding Debarment, Suspension, Ineligibility and Volun-
tary Exclusion -Lower Tier Covered Transaction," provided by the
department or agency entering into this covered transaction,
without modification, in all lower tier covered transactions and in all
solicitations for lower tier covered transactions.
h. A participant in a covered transaction may rely upon a
certification of a prospective participant in a lower tier covered
transaction that is not debarred, suspended, ineligible, or volun-
tarily excluded from the covered transaction, unless it knows that
the certification is erroneous. A participant may decide the method
and frequency by which it determines the eligibility of its principals.
Each participant may, but is not required to, check the nonprocure-
ment portion of the "Lists of Parties Excluded From Federal
Procurement or Nonprocurement Programs' (Nonprocurement List)
which is compiled by the General Services Administration.
I. Nothing contained in the foregoing shall be construed
to require establishment of a system of records in order to render in
good faith the certification required by this clause. The knowledge
and information of participant is not required to exceed that which
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 tier covered transaction with a person
who is suspended, debarred, ineligible, or voluntarily excluded from
participation in this transaction, in addition to other remedies
available to the Federal Government, the department or agency
may terminate this transaction for cause or default.
Certification Regarding Debarment, Suspension, Ineligibility
and Voluntary Exclusion --Primary Covered Transactions
1. The prospective primary participant certifies to the best of its
knowledge and belief, that it and its principals:
a. Are not presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from
covered transactions by any Federal department or agency;
b. Have not within a 3-year period preceding this
proposal been convicted of or had a civil judgement rendered
against them for commission of fraud or a criminal offense in
connection with obtaining, attempting to obtain, or performing a
public (Federal, State or local) transaction or contract under a
public transaction; violation of Federal or State antitrust statutes or
commission of embezzlement, theft, forgery, bribery, falsification or
destruction of records, making false statements, or receiving stolen
property;
c. Are not presently indicted for or otherwise criminally
or civilly charged by a governmental entity (Federal, State or local)
with commission of any of the offenses enumerated in paragraph
1 b of this certification; and
d. Have not within a 3-year period preceding this applica-
don/proposal had one or more public transactions (Federal, State
or local) terminated for cause or default.
February 3, 2011
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
Transactions:
(Applicable to all subcontracts, purchase orders and other lower
tier transactions of $25,000 or more - 49 CFR 29)
a. By signing and submitting this proposal, the
prospective lower tier is providing the certification set out below.
b. The certification in this clause is a material
representation of fact upon which reliance was placed when this
transaction was entered into. If it is later determined that the
prospective lower tier participant knowingly rendered an erroneous
certification, in addition to other remedies available to the Federal
Government, the department, or agency with which this transaction
originated may pursue available remedies, including suspension
and/or debarment.
c. The prospective lower tier participant shall provide
immediate written notice to the person to which this proposal is
submitted if at any time the prospective lower tier participant learns
that its certification was erroneous by reason of changed circum-
stances.
d. The terms "covered transaction,"
"debarred," "suspended," "ineligible," "primary covered transac-
tion," "participant," "person," "principal," "proposal," and "voluntarily
excluded," as used in this clause, have the meanings set out in the
Definitions and Coverage sections of rules implementing Executive
Order 12549. You may contact the person to which this proposal is
submitted for assistance in obtaining a copy of those regulations.
e. The prospective lower tier participant agrees by
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.
I. The prospective lower tier participant further agrees by
submitting this proposal that it will include this clause titled
"Certification Regarding Debarment, Suspension, Ineligibility and
Voluntary Exclusion -Lower Tier Covered Transaction," without
modification, in all lower tier covered transactions and in all
solicitations for lower tier covered transactions.
g. A participant in a covered transaction may rely upon a
certification of a prospective participant in a lower tier covered
transaction that is not debarred, suspended, ineligible, or volun-
tarily excluded from the covered transaction, unless it knows that
the certification is erroneous. A participant may decide the method
and frequency by which it determines the eligibility of its principals.
Each participant may, but is not required to, check the Nonprocure-
ment List.
I. Except for transactions authorized under paragraph e
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
influencing or attempting to influence an officer or employee of any
Federal agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress in connection
with the awarding of any Federal contract, the making of any
Federal grant, the making of any Federal loan, the entering into of
any cooperative agreement, and the extension, continuation,
renewal, amendment, or modification of any Federal contract,
grant, loan, or cooperative agreement.
b. If any funds other than Federal appropriated funds
have been paid or will be paid to any person for influencing or
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.
is
h. Nothing contained in the foregoing shall be construed
to require establishment of a system of records in order to render in
good faith the certification required by this clause. The knowledge 3. The prospective participant also agrees by submitting his or her
and information of participant is not required to exceed that which bid or proposal that he or she shall require that the language of this •
is normally possessed by a prudent person in the ordinary course certification be included in all lower tier subcontracts, which exceed
of business dealings. $100,000 and that all such recipients shall certify and disclose
accordingly.
9
5. Materials beneath the mat foundation should be protected from frost
action. Normally, 30 inches of frost cover is assumed in this area.
7. We should be retained to observed mat foundation excavations to confirm
the subsurface conditions are as anticipated from our borings and are
suitable for supporting the mat foundation. Placement and compaction of
fill should be observed and tested.
LATERAL EARTH PRESSURES
The box culvert will be required to resist lateral earth pressures. The lateral
loads acting on box culvert walls are dependent on the height and type of wall, backfill
configuration, and backfill type. For the purposes of design, we have assumed less than
10 feet of fill will be retained by the box culvert and the backfill will be on -site or similar
soils.
All walls should be designed to resist lateral earth pressures that act upon the
wall. Graphical examples of typical loading conditions are presented in Figure 3. The
following table provides our recommended equivalent fluid pressure values for the
backfill soils anticipated at this site. The pressures given do not include allowances for
surcharge loads such as sloping backfill, vehicle traffic, or excessive hydrostatic
pressure. These values also do not include a factor of safety. Normally, a factor of
safety of 1.5 is used for sliding and 1.6 for lateral earth pressure. These equivalent fluid
pressures can be reduced if imported granular materials are used as backfill behind
these walls. We can provide equivalent fluid to be used for alternative wall backfill
materials upon your request.
�-,Loading
Conddion
#`EquivalentiH. ,Ocostatic:1
. -mot�.
�
.��. ��
Active CYA)
pcf
40
At -Rest (yo)
pcf
55
Passive (yP)
pcf
300
Horizontal Friction Coefficient
0.40
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
ARTHUR DITCH CULVERT REPLACEMENT
cm i T PROJECT NO. FC051 W-125
7
LEE
The appropriate load distribution to apply for design depends not only on the
soil type, but also on the wall type and restraint. For walls that are restrained from
rotation, the walls should be designed to resist the "at rest" earth pressure. For walls,
which are free to rotate to develop the shear strength of the retained soils, the walls
should be designed to resist the "active" earth pressure. Resistance to lateral loads can
be provided by friction between concrete and soil and/or by "passive" earth pressure.
Passive earth pressure should be ignored for the top 1 foot of soils against the structure
since it can be removed easily with time. The proper application of these loading
conditions is the responsibility of the wall designer. Wall backfill should be placed as
decribed in the Fill Placement section of this report.
PAVEMENT DESIGN
We understand the City plans to reconstruct the intersection of Laporte Avenue
and Whitcomb Street. The City requires the use of the AASHTO and CDOT design
methods for their roadways. We used DARWinTM software to develop our pavement
thickness calculations with input values provided by City personnel, PBS&J, and
LCLIASS. A roadway classification of four -lane arterial/residential intersection was
provided by the City. An 18-kip Equivalent Single Axle Load (ESAL) of 834,868 was
provided for flexible pavements and an ESAL of 1,098,938 was determined for rigid
pavements based on the information provided by PBS&J. Hveem stabilometer testing
resulted in an R-value of 39, which was converted to a resilient modulus (MR) of 9,120
psi. For rigid pavement recommendations, a k-value of the subgrade soils of 100 psi
was determined based on the degree of saturation. Computer generated printouts of the
DARWinTIM calculations are presented in Appendix C.
We have provided pavement thickness alternatives including hot mix asphalt
(HMA) on aggregate base course. (ABC) and portland" cement concrete (PCC)
pavement. Our minimum pavement thicknesses are presented in the following table.
Additional discussion regarding advantages and disadvantages of the pavement
alternatives and their expected performance is included in the PAVEMENT SELECTION
section of this report.
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT 8
ARTHUR DITCH CULVERT REPLACEMENT
CTL i T PROJECT NO. FC05114-125 - .
a
v'( tf; > i r... .`7j lvry ypt',,`•. ���
� lNni+�"" . � �v Y•
s.r�Fa y-'...r s j a r„�
-~ .z3Roadway
HMAfABC m
i
Aar
��,
LN N
!
y
M
Intersection of Laporte Avenue
6" HMA + 6"
and Whitcomb Street
ABC
10.51, PCC
PAVEMENT SELECTION
We understand portland cement concrete will likely be used for reconstructing the
intersection. Since the intersection is an arterial/residential intersection, PCC is not
required, but highly recommended. PCC pavement also has better performance in
freeze -thaw conditions and should require less long-term maintenance than HMA
pavement.
® SUBGRADE PREPARATION
A key component to successful performance of pavement structures is the
stability of the subgrade. Our laboratory tests indicate subgrade soils tested for swell
had a low expansion potential. Expansion potentials of 2 percent or less do not require
mitigation for swell. Subgrade soils that do not require swell mitigation or stability
improvement typically can be prepared with conventional moisture treatment and
compaction. Recommendations for conventional moisture treatment and compaction of
the subgrade are presented in Appendix D of this report. .
Scarification and recompaction of subgrade soils should occur as close to the
time of pavement construction as possible. The final subgrade surface must be
protected from excessive drying or wetting until such time as the pavement section is
constructed.
Maintaining moisture contents near optimum will be critical to avoid excessive
deflections, rutting and pumping of the subgrade during subgrade preparation of the
roadway. For isolated or small areas requiring stabilization, removal and replacement or
_ "crowding" crushed, coarse aggregate into the subgrade may be effective. If large areas
CRY OF FORT COLLINS — ENGINEERING DEPARTMENT 9
ARTHUR DITCH CULVERT REPLACEMENT
CTL I T PROJECT NO, FC05114=125
require stabilization, chemical treatment of the soils or placement of geogrid may be a
more effective alternative.
PAVEMENT MATERIALS AND CONSTRUCTION
The construction materials are assumed to possess sufficient quality as
reflected by the strength coefficients used in the flexible pavement design calculations.
Materials and construction requirements of LCUASS should be followed. Material
properties and construction criteria for the pavement alternatives are provided in
Appendix D. These criteria were developed from analysis of the field and laboratory
data, our experience and LCUASS requirements. If the materials cannot meet these
recommendations, our pavement recommendations should be reevaluated based upon
available materials. Materials planned for construction should be submitted and the
applicable laboratory tests performed to verify compliance with the specifications.
MAINTENANCE
Routine maintenance, such as sealing and repair of cracks, is necessary to
achieve the long-term life of a pavement system. We recommend a preventive
maintenance program be developed and followed for all pavement systems to assure
the design life can be realized. Choosing to defer maintenance usually results in
accelerated deterioration leading to higher future maintenance costs, and/or repair. A
recommended maintenance program is outlined in Appendix E.
Excavation of completed pavement for utility construction or repair can destroy
the integrity of the pavement and result in a severe decrease in serviceability. To
restore the pavement top original serviceability, careful backfill compaction before
repaving is necessary. We should be retained to observe and test placement and
compaction of utility trench backfill and pavement subgrade during construction.
WATER-SOLUBLE SULFATES
Concrete that comes into contact with soils can be subject to sulfate attack. We.
measured water-soluble sulfate concentrations in three samples from this site. •
Concentrations measured were 0.02 percent or less. Sulfate concentrations less than
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT 10
ARTHUR DITCH CULVERT REPLACEMENT
CTL I T PROJECT NO. FC05114-125
0.1 percent indicate Class 0 exposure to sulfate attack for concrete that comes into
contact with the subsoils, according to the American Concrete Institute (ACI). For this
level of sulfate concentration, ACI indicates any type of cement can be used for concrete
that comes into contact with the soils and/or bedrock. In our experience, superficial
damage may occur to the exposed surfaces of highly permeable concrete, even though
sulfate levels are relatively low. To control this risk and to resist freeze -thaw
deterioration, the water- to-cementitious material ratio should not exceed 0.50 for
concrete in contact with soils that are likely to stay moist due to surface drainage or high
water tables. Concrete should be air entrained.
SURFACE DRAINAGE
Performance of pavements, flatwork and foundations are influenced by changes
in subgrade moisture conditions. Carefully planned and maintained surface grading can
O reduce the risk of wetting of the foundation soils and pavement subgrade. We
recommend the following precautions be observed during and maintained after the
completion of the building:
1. Wetting or drying of the open foundation excavation should be avoided.
2. Positive drainage should be provided away from foundations. Pavements
and sidewalks adjacent to the culvert should be sloped for positive
drainage away from the structure. Water should not be allowed to pond
on pavements.
3. Backfill around foundations should be moisture treated and compacted as
described in the Fill Placement section of this report.
4. A leading cause of premature pavement deterioration is infiltration of
water into the pavement system. This increase in moisture content
usually results in the softening of base course and subgrade and eventual
.failure of the pavement. We recommend that pavements and surrounding
ground surface be sloped to cause surface water to run off rapidly and
away from pavements. Backs of curbs and gutters should be backfilled
with compacted fill and sloped to prevent ponding adjacent to backs of
curbs and to paving. The final grading of the subgrade should be
carefully controlled so the pavement design cross-section can be
maintained. Low spots in the subgrade that can trap water should be
eliminated. Seals should be provided within the curb and pavement and
in all joints to reduce the possibility of water infiltration.
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT 11
ARTHUR DITCH CULVERT REPLACEMENT
CTL I T PROJECT NO. FC05114-125
•
s
9
609-71000
CURB (SPECIAL)
LF
167
613-00300
3 INCH ELECTRICAL CONDUIT
LF
1,793
618-00000
PRESTRESSING STEEL BAR
LB
2,397
618-06036
PRESTRESSED CONCRETE SLAB (DEPTH GREATER THAN 13 INCHES)
SF
4,254
620-00020
SANITARY FACILITY
EACH
2
626-00000
MOBILIZATION (ARTHURS DITCH)
L S
1
626-00000
MOBILIZATION (SHIELDS BRIDGE)
LS
1
627-00011
PAVEMENT MARKING PAINT (WATERBORNE)
GAL
8
630-00000
CONSTRUCTION ZONE TRAFFIC CONTROL (ARTHURS DITCH)
LS
1
630-00000
CONSTRUCTION ZONE TRAFFIC CONTROL (SHIELDS BRIDGE)
LS
1
630-00000
FLAGGING
HOUR
1,720
630-00007
TRAFFIC CONTROL INSPECTION
DAY
105
630-00012
TRAFFIC CONTROL MANAGEMENT
DAY
290
630-80359
PORTABLE MESSAGE SIGN PANEL
DAY
10
630-85006
IMPACT ATTENUATOR (SAND FILLED PLASTIC BARREL) (TEMPORARY)
EACH
15
TOTAL BID (FOR PERFORMANCE AND PAYMENT BONDS, AND UDBE GOALS)
ADDITIONAL COSTS
700-70010
F/A MINOR CONTRACT REVISIONS
FA
1
$375,000.00
$375,000.00
700-70011
F/A PARTNERING
FA
1
$6,000.00
$6,000.00
700-70016
F/A FUEL COST ADJUSTMENT
FA
1
$5,000.00
$5,000.00
700-70018
F/A ROADWAY SMOOTHNESS INCENTIVE
FA
1
$3,000.00
$3,000.00
700-70019
F/A ASPHALT CEMENT COST ADJUSTMENT
FA
1
$15,000.00
$15,000.00
700-70023
F/A ON-THE-JOB TRAINEE
FA
1
$1,920.00
$1,920.00
700-70380
F/A EROSION CONTROL
FA
1
$7.000.00
$7,000.00
TOTAL ADDITIONAL COSTS
$412 920.00
TOTAL BASE BID
TOTAL BASE BID IN WORDS (CONTRACT VALUE):
LIMITATIONS
Although our borings were spaced to obtain a reasonably accurate picture of
subsurface conditions, variations not indicated in our borings are always possible. We
should be retained to observe mat foundation excavations to confirm soils are similar to
those found in our borings. We should be retained to observe and test placement and
compaction of fill, backfill, subgrade and other fills.
This report was prepared from data developed during our field exploration,
laboratory testing, engineering analysis and experience with similar conditions. The
recommendations contained in this report were based upon our understanding of the
planned construction. If plans change or differ from the assumptions presented herein,
we should be contacted to review our recommendations.
We believe this investigation was conducted in a manner consistent with that
level of skill and care ordinarily used by members of the profession currently practicing
under similar conditions in the locality of this project. No warranty, express or implied, is
made.
If we can be of further service in discussing the contents of this report or in the
analysis of the culvert and pavement from the geotechnical point of view, please contact
the undersigned.
CTL ( THOMPSON, INC. by:
4,44a--
Snencer Schram. El
Staff Engineer
Reviewed by:
AIQ;t�?
Eric D. Bernharc
Project Engineer
,bin EKrnfest, CPG, PG N
Geotechnical Department Manag
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT - - 12
ARTHUR DITCH CULVERT REPLACEMENT
CTL i T PROJECT NO. FC051 14-125 -
•
•
10
APPROXIMATE
SCALE: 1" = 50'
0' 25' 50'
C17
0
LEGEND:
TH-1 INDICATES APPROXIMATE
® LOCATION OF EXPLORATORY
BORING
TH-1
TH-2
\ c`
o \45 �\
3 G
\6
n
O
3
Cr
ar
(D
a TH-
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
ARTHUR DITCH CULVERT REPLACEMENT
CTL I T PROJECT NO. FC05114.125
CHERRY ST.
r
SITE
6+1
aPOi TE AVE.
a
_F
MOUNTAINAVE.�F
w
W
N
to
N
f
J
O
U
VICINITY MAP
(FORT COLLINS. CO)
NOT TO SCALE
Laporte Avenue
55A
Locations of
Exploratory
Borings
FIGURE 1
O
N
K
W
QF U
N
O
K
p
Z m
o
0 5
o
ao
LL S
od
> x
¢¢> Z
2
O
x p
rO
� O
N >
QO
O O
Z
N LL
`N3
a
w
F
o
F
U r
V N0
a
>
Q
Z
=' a
WW
z 0
U
U
ZO
O F
5 It
p
m m
0
W a
J
i
W
u
N
u F
Zy, i
p Z w
u Do a
U
>
N Q
O JU
F p
z
W N
I W
~ S
U
J
n
W N
x W
~ x
uiU
F
F N
0 Q
LL YFI
W
z
g
0
Z
� aN m IKi
O m
Q
Vf p
t(fdN p
J
N lL
p a
O LL m
w
J
Y
x
r
ci
193d'MLd30
I
N N t7 t7 Q
ch U
!
a
17
V
LLU I
I
P
N
N
N 0 2
M\ LL 0 •T
J L
TO
Eo
Ea
k
(n W
•
0
OV6LR IMNIY IL3 fCJ YtvO'J019xItlO8 rr:iOJf 4!X%LCn3031tllm NLG3OA33C01
0
0
h,
11
WALL
TYPE
EARTH
PRESSURE
i
P = YA ; H
H = HEIGHT OF WALL (FT)
P = LATERAL PRESSURE (PSF)
yA = ACTIVE HYDROSTATIC UNIT WEIGHT (PCF)
P
CANTILEVER WALL (Active Condition)
P = 0.6'yA * H
H = HEIGHT OF WALL (FT)
P = LATERAL PRESSURE (PSF)
P 'YA = ACTIVE HYDROSTATIC UNIT WEIGHT (PCF)
BRACED OR TIE —BACK EXCAVATION
P=1/D*H
H = HEIGHT OF WALL (FT)
P = LATERAL PRESSURE (PSF)
P I = AT REST HYDROSTATIC UNIT WEIGHT (PCF)
ddm
BELOW GRADE WALL (At —Rest Condition)
R = YA a (/-ths)
P F2 = 'YA + (h+ %2hs)
h = HEIGHT OF WALL (FT)
ha = HEIGHT OF SLOPE (FT)
P7 = LATERAL PRESSURE, TOP OF WALL (PSF)
F� P2 = LATERAL PRESSURE, BOTTOM OF WALL (PSF)
_YA = ACTIVE HYDROSTATIC UNIT WEIGHT (PCF)
CANTILEVER WALL —SLOPING BACKFILL
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
ARTHUR DITCH CULVERT REPLACEMENT
CTL IT PROJECT NO. FC05114-125
(Active with Surcharge)
Example Lateral
Earth Pressure
Distributions
FIGURE 3
APPENDIX A
RESULTS OF LABORATORY TESTING
IF *
n
U
0
2
u
z 0
O
rn
z
Q
a .1
W
z -2
0
w
2 -3
a
0
U
T,
ADDITIONAL COMPRESSION UNDER
CONSTANT PRESSURE DUE TO
- ------------------- -- WETTING
-- --- ------- ---- -
;I
- - ------; -.
-- - - - - -- - -- -- -- --- -
. .
ot o
APPLIED PRESSURE - KSF
Sample of CLAY, SANDY (CL)
From TH - 1 AT 2 FEET
z
0 0
Ul
z
0.
X -t
W
0
z
0 -2
(n
W
Uj
a -3
0
U
a
10 100
DRY UNIT WEIGHT= 95 PCF
MOISTURE CONTENT= 19.7
ADDITIONAL COMPRESSION
UNDER CONSTANT PRESSURE DUE
------: - !-------- --------------- TQ WETTING
--- -- ---- - --------------------
:
_-__._____________-_._.----_--_-_-.._----_-_--.-___
:
0.1 t.0
APPLIED PRESSURE - KSF. -
Sample of CLAY, SANDY (CL) _
From TH - 1 AT 14 FEET
_ CITY OF FORT COLLINS • ENGINEERING DEPARTMENT
ARTHUR DITCH CULVERT REPLACEMENT
CTL I T PROJECT NO. FO05114-125
100
DRY UNIT WEIGHT= 114 PCF
MOISTURE CONTENT= 8.4
Swell Consolidation
Test Results
FIGURE A-1
3
2
W
Z 0
O
N
Z
Q -1
a
x
W
0
O -2
fA
N
W
d 3
O
U
la
EXPANSION UNDER CONSTANT
_.---------------------
------------- ._._:_...PRESSURE DUE TOWETTING
L.--------- ---- - -- ---- ---- -
--- .
-4
0.1 1'0
APPLIED PRESSURE- KS
Sample of CLAYSTONE
From TH - 1 AT 29 FEET
3
2
Z
O 0
N
Z
Q
a
x .1
W
0
Z
0 -2
vi
rn
W
x
2 •3
0
U
10
DRY UNIT WEIGHT= 123 PCF
MOISTURE CONTENT= 14.7 %
ADDITIONAL COMPRESSION
UNDER CONSTANT PRESSURE DUE
-.T WETTING
:
.... .__-_.�.. - --------
..... ....ti.. _:�
--- • -
-- !- ------------- ---------
i
- ;- -------------,- ----------------------
0A
APPLIED PRESSURE - KSF
Sample of CLAY, SANDY (CL)
From TH - 2 AT 2 FEET
1.0
10 100
_ . DRY UNIT WEIGHT= 111 PCF
MOISTURE CONTENT= 13.3
CITY OF FORT COLLINS• ENGINEERING DEPARTMENT Swell Consolidation
- ARTHUR DITCH CULVERT REPLACEMENT --"
CTL I T PROJECT NO. FUS114. 125 - Test Results
FIGURE A-2
0
0
Q
2
z 0
O
y
z
Q -1
a
x
W
z -2
0
rA
rn
W
M -3
a
O
U
ADDITIONAL COMPRESSION UNDER
CONSTANT PRESSURE DUE TO
: - WETTING
1 .
,.. - 4- -e_sv __w, -v w
.
1
a
0.1 1.0
APPLIED PRESSURE - KSF
Sample of CLAY, SANDY (CL)
From TH - 3 AT 2 FEET
M
2
z
O o
y
z
Q
x -1
W
0
z
L •2
N
rA
W
tY
-3
O
U
.4
to 100
DAYUNITWEIGHT= 106 PCF
MOISTURE CONTENT= 19.3 °-
EXPANSION UNDER CONSTANT
----------------------- ---------------------- PR SSURE DUE TO WETTING
—. v _L
' 1 1 1 1 1 1
--
1 1
----------- -- ----- w--- ., ,..0 ..1 _-----------------
0.1 Lo 10 100
O APPLIED PRESSURE - KSF
$Omple Of - CLAY, SANDY (CL) DRY UNIT WEIGHT= 100 PCF
From TH - 3 AT 4 FEET MOISTURE CONTENT= ,J 19.6
CITY OF FORT COLLINS ENGINEERING DEPARTMENT SWP.
ARTHUR DITCH CULVERT REPLACEMENT t1i CO.(1SOIi{�BtIOTt
CTL I T PROJECT NO. FC05114-125 Test Results
FIGURE A-3
3
2
w
z 0
O
rn
z
Q -1
a
x
W
a
O -z
iA
W
d -3
M
O
U
ADDITIONAL COMPRESSION UNDER
CONSTANT PRESSURE DUE TO
WETTING
------------ - - -... - ;
.4
0.1
APPLIED PRESSURE - KSF
Sample of CLAY, SANDY (CL)
From TH - 3 AT 14 FEET
3
2
W
z
O 0
rn
Q
CL
x .1
W
0
z
o .2
vi
m
W
a .3
O
U
1.0
10
100 •
DRY UNIT WEIGHT= 111 PCF
MOISTURE CONTENT= 17.0 %
ADDITIONAL COMPRESSION
UNDER CONSTANT PRESSURE DUE
------.:.__.:...:.................
....••..:.._.T WETTING
--------------; -----; ------- :---; - ------.---------------- -- -
.
- ---------------- -! -'- -----
;
-------------------- -
-... _.--------- .-_----.---.------,---,-------_.----
A1 0
APPLIED PRESSURE - KSF
Sample of CLAY, SANDY (CL)
From TH - 4 AT 2 FEET
CITY OF FORT COLLINS • ENGINEERING DEPARTMENT
ARTHUR DITCH CULVERT REPLACEMENT
CTL I T PROJECT NO, FC05114-125
10 too
DRY UNIT WEIGHT= 108 PCF
MOISTURE CONTENT= 14.9
Swell Consolidation
Test Results
FIGURE A-4
0
T
HYOROME_rER ANALYSIS
SIEVE ANALYSES
25 HR. 7 HR.
TIME READINGS
U.S, STANDARD SERIES
CLEAR SOUARE OPENINGS
45MIN. ISMIK
100
60MIN. 19MIN. 4MIN. I MIN. .200 1100 '50 *40 *30 '16
'10 *6 .4 M.
W4' 1W
31 5'6' 6'
0
90
W_i
10
60
70
--------
4
60
ay-
40
jo
cc
50
iz:
40
i
60
30
70
20
80
10
90
0 r-1I
100
.001 0.002
.005 .009 .019 037 074
_149 .297 590 1.19
2.0 2.38 4.76 9qS2
19.1 36.1
76.2 127 200
0.42
152
DIAMETER OF PARTICLE IN MILLIMETERS
CLAY
(PLASTIC) TO SILT (NON -PLASTIC)
SANDS
GRAVEL
FINE I MEDIUM
COARSE
I FINE
COARSE
I CC88LFS
I
Sample of SAND, SILTY (SIVI) GRAVEL 37 % SAND 51 %
From TH - 1 AT 24 FEET SILT & CLAY 12% LIQUID LIMIT _%
PLASTICITY INDEX %
I
HYDROMETER ANALYSIS
I
SIEVE ANALYSIS
1
25 HR. 7 MR.
45MW. ISMIN.
100
TIME READINGS
60MIN, 19MIN. 4MIN. IMIN.
*200 .100
U.S. STANDARD SERIFS
'50 '40 '30 .16
.10 .8 -4 W
CLEAR SQUARE OPENINGS
314* 1 w 3' 5.6- 6.
0
90
0
so
cq 70
=30
0
dF_
A
60
z
w?
40
z
L. 50
I +
so
C77777=!—T
M 40
U
ro
30
70
20
. .......
so
f
10
90
0
100
.001 0.002
.005 =9 .019 .037
.074 .149
OAMETER
.297 590 1.19 2.0 2.38 4.76 9.52
0.42
OF PARTICLE IN MILLIMETERS
19.1 36.1
76.2 127 200
152
CLAY (PLASTIC) TO SILT (NON -PLASTIC)
i
SANDS
GRAVEL
�
FINE I MEDIUM lCOARSE
j FINE I COARSE �COEISLES
Sample of CLAY, SANDY - (CL)
OFrom TH - 2 AT 1-4 FEET
CITY OF FORT COLLINS - ENGINEERING DEPARTMENT
ARTHUR DITCH CULVERT REPLACEMENT
CTL I T PROJECT NO. FC051 14-125
GRAVEL 1 % SAND 39 %
SILT & CLAY. 60 % LIQUID LIMIT. 26 %
PLASTICITY INDEX 11 %
Gradation
Test Results
FIGURE A-5