Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout184254 DURAN EXCAVATING - CONTRACT - BID - 8125 INTERSECTION IMPROVEMENTS AT VINE & SHIELDSCity of
Fort Collmins
Purchasing
SPECIFICATIONS
AND
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
CONTRACT DOCUMENTS
FOR
INTERSECTION IMPROVEMENTS
AT VINE & SHIELDS
BID NO. 8125
PURCHASING DIVISION
215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS
JUNE 17, 2015 — 3:00 P.M. (OUR CLOCK)
6094DO10
CURB TYPE 2 (SECTION B)
LF
220
$ -
60940130
CURB MEDIAN(SPEC(AL)
LF
411
$ -
614-80321
BARRICADE (TYPE 3 M-A)
EA
1
$ -
619-50480
6INCH PLASTIC PIPE
LF
36
$ -
619-75048
6INCH GATE VALVE
EA
2
$ -
619-78048
6INCH FIRE HYDRANT
EA
2
$ -
621-00450
DETOURPAVEMENT
SY
983
$ -
623-00000
IRRIGATION SYSTEM
LS
1
$ -
623-00602
2 INCH PLASTIC PIPE (IRRIGATIONISLEEVE)
LF
900
$ -
623-00604
4INCH PLASTIC PIPE (IRRIGATIONISLEEVE)
LF
375
$ -
626-0000
MOBILIZATION
LS
1
$ -
630-00000
FLAGGING
HOUR
1200
$ -
630-00007
TRAFFIC CONTROL INSPECTION
DAY
39
$ -
630-00012
TRAFFIC CONTROL MANAGEMENT
DAY
96
$ -
630-10005
TRAFFIC CONTROL
LS
1
$ -
630-80359
PORTABLE MESSAGE SIGN PANEL
DAY
10
$ -
630-80370
CONCRETE BARRIER TEMPORARY
LF
600
$ -
$
Force Account
700-70010
FIA MINOR CONTRACT REVISIONS
FA
1
$60.000.00
$ 60,000.00
70D-70011
FIA PARTNERING
FA
1
$2,500.00
$ 2,500.00
700-70016
FIA FUEL COST ADJUSTMENT
FA
1
$8,000.00
$ 8.000.00
700-70019
FlA ASPHALT CEMENT COST ADJUSTMENT
FA
1
$15,000.00
$ 15,000.00
700-70380
FIA EROSION CONTROL
FA
1
$2.500.00
$ 2,500.00
700-70021
FIA ON THE JOB TRAINING
FA
1
$960.00
$ 960.00
TOTAL BASE BID
IN WORDS:
Addendum 1
8125 Intersection Improvements at Vine & Shields Page 4 of 31
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. 58717337
KNOW ALL MEN BY THESE PRESENTS: that
Duran Excavating Inc
14332 CR64, Greeley, CO 80631
imiml t i0wal), (a fi2mtnemhip), (a Corporation), hereinafter referred to as the "Principal" and
(Firm) Western Surety Company
(Address) 333 S. Wabash Avenue, Chicago, It. 60604
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 One Million Nine Hundred Fifty -Four Thousand Six Hundred
Seventy -Four Dollars and Thirty -Two Cents ($1,954,674.32) 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 7th day of July, 2015, a copy of which is hereto
attached and made a part hereof for the performance of The City of Fort Collins project, 8125
Intersection Improvements at Vine & Shields.
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.
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'(fthday of •101` 2015
IN PRESENCE OF: Principal u an E. vati , Inc.
/�iZPS
(Title)
14332 CR 64, Greeley, CO 80631
(Address)
(Corporate Seal)
iN 7/7
ESENCE OF: Other Partners
By.
ell
SIG . By:
FKIPRESENCE OF: Surety Western Surety Company \
l
Anne E. Vogel, Attorney -in -Fact t
Witness By: 333 S. Wabash Avenue. Chicaoo11, 60604
(Address)
(Surety Seal)
NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is
Partnership, all partners should execute Bond.
SECTION 00615
PAYMENT BOND
Bond No. 58717337
KNOW ALL MEN BY THESE PRESENTS: that
Duran Excavating Inc
14332 CR 64, Greeley, CO 80631
{$p�kedttidttel), bafte�hip}, (a Corporation), hereinafter referred to as the "Principal" and
(Firm) Western Surety Company
(Address) 333 S. Wabash Avenue, Chicago, 11. 60604
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 One Million Nine Hundred Fifty -Four Thousand Six
Hundred Seventy -Four Dollars and Thirty -Two Cents f$1,954,674.321 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 7th day of July, 2015, a copy of which is hereto
attached and made a part hereof for the performance of The City of Fort Collins project, 8125
Intersection Improvements at Vine & Shields.
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.
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 IOthday of�Iub , 2015.
IN PRESENCE OF:
(Corporate Seal)
IN PRESENCE OF:
5�,e,k
Principal ran :ng, Inc.
By:
of
Itle)
14332 CR 64, Creclev, CO 80631
(Address)
Other Partners
RESENCE OF: Surety Western Surety Company
B
K'Anne F.-Vogel, Attorney -in -Fact
Witness By: 333 S. Wabash Avenue, Chicago, IL 60604
(Address)
(Surety Seal)
NOTE: Date of Bond must not be prior to date of Agreement. It CONTRACTOR is
Partnership, all partners should execute Bond.
No Text
Western Surety Company
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation
having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby
make, constitute and appoint
Darlene Krings, Russell D Lear, Melanie A Lathouwers, Katherine E Dill, Royal R Lovell,
Diane Clementson, K Anne E Vogel, Wesley J Butorac, Steve J Blohm, Individually
of Greeley, CO, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds,
undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said
Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by
the shareholders of the corporation.
In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be
hereto affixed on this I 1 th day of June, 2015.
tr,
WESTERN SURETY COMPANY
c
W�wos "' °s
�I`�a 4�i"t>
�rM D04
aul T, Bruflat, Vice President
State of South Dakota 1
County of Minnehaha
3 ss
On this I Ith day of June, 2015, before me personally came Paul T. BruElat, to me known, who, being by me duly sworn, did depose and say: that he
resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed
the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed
pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges
same to be the act and deed of said corporation.
My commission expires
ETCH
February 12, 2021 ' L NQTAR (R±
SOUTH MKOTA
S. Eich, Notary Public
CERTIFICATE
1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in
force, and further certify that the By -Law of the corporation printed on the reverse It eof is still in force.
In testimony whereof I have hereunto subscribed
my name and affixed the seal of the said corporation this �T' , day of.
WESTERN
g4,�t':
SURETY COMPANY
WP�ap0sk
L. Nelson, Assistant Secretary
Form F4280-7-2012
Authorizing By -Law
ADOPTED BY THE SHAREHOLDERS OF WESTERN SURETY COMPANY
This Power of Attorney is made and executed pursuant to and by authority of the following By -Law duly adopted by the shareholders
of the Company.
Section 7. All bonds, policies, undertakings, Powers of Attorney, or other obligations of the corporation shall be executed in the
corporate name of the Company by the President, Secretary, and Assistant Secretary, Treasurer, or any Vice President, or by such other
officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer
may appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company.
The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the
corporation. The signature of any such officer and the corporate seal may be printed by facsimile.
SECTION 00630
CERTIFICATE OF INSURANCE
CONTRACTOR shall insert his own standard form for Certificate of Insurance in accordance
with the following requirements:
1. The Contractor will provide, from insurance companies acceptable to the City, the
insurance coverage designated hereinafter and pay all costs. Before commencing work
under this bid, the Contractor shall furnish the City with certificates of insurance showing
the type, amount, class of operations covered, effective dates and date of expiration of
policies, and containing substantially the following statement:
"The insurance evidenced by this Certificate will not reduce coverage or limits and
will not be cancelled, except after thirty (30) days written notice has been received
by the City of Fort Collins."
In case of the breach of any provision of the Insurance Requirements, the City, at its
option, may take out and maintain, at the expense of the Contractor, such insurance as
the City may deem proper and may deduct the cost of such insurance from any monies
which may be due or become due the Contractor under this Agreement. The City, its
officers, agents and employees shall be named as additional insureds on the Contractor
's general liability and automobile liability insurance policies for any claims arising out of
work performed under this Agreement.
2. Insurance coverages shall be as follows:
A. Workers' Compensation & Employer's Liability. The Contractor shall maintain
during the life of this Agreement for all of the Contractor's employees engaged in
work performed under this agreement:
Workers' Compensation insurance with statutory limits as required by
Colorado law.
2. Employer's Liability insurance with limits of $100,000 per accident,
$500,000 disease aggregate, and $100,000 disease each employee.
B. Commercial General & Vehicle Liability. The Contractor shall maintain during the
life of this Agreement such commercial general liability and automobile liability
insurance as will provide coverage for damage claims of personal injury, including
accidental death, as well as for claims for property damage, which may arise
directly or indirectly from the performance of work under this Agreement.
Coverage for property damage shall be on a "broad form" basis. The amount of
insurance for each coverage, Commercial General and Vehicle, shall not be less
than $1,000,000 combined single limits for bodily injury and property damage.
In the event any work is performed by a subcontractor, the Contractor shall be responsible for
any liability directly or indirectly arising out of the work performed under this Agreement by a
subcontractor, which liability is not covered by the subcontractor's insurance.
16. R CERTIFICATE OF LIABILITY INSURANCE
`�
DATE (MM/DD/Y
7/10/2015
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.
IPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
.ie terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
Flood and Peterson
PO Box 578
Greeley CO 80632
CONTACT Debra Morris
NAME:
PHONEN. (970) 356-0123 FA No. (970)330-1867
E-MAIL .DMorrisQflood eterson.com
A DR P
INSURERS AFFORDING COVERAGE
NAIC R
INSURERA:Travelers Insurance Co
INSURED
Duran Excavating, Inc.
14332 CR 64
Greeley CO 80631
INSURERB:Pinnalcol Assurance
41190
INSURER C:
INSURER D:
INSURER E
1 INSURER F:
COVERAGES CERTIFICATE NUMBER:CL1571004287 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.
INSR
LTR
TYPE OF INSURANCE
ADDL
SUER
POLICY NUMBER
POLICY EFF
MM/DDNYYV
POLICY EXP
MM/DD/YYYY
LIMITS
GENERAL LIABILITY
EACH OCCURRENCE
S 11000,000
A
X COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE XI OCCUR
DTC08077BO49PHX15
/9/2015
/9/2016
DAMAGE TO
ED PREMISES RENT occurrence)
$ 300, 000
MED EXP(Any one person)
$ 10,000
PERSONAL &ADV INJURY
$ 1,000,000
GENERAL AGGREGATE
$ 2,000,000
GENT AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG
$
POLICY X PRO LOCI
I
$
AUTOMOBILE
LIABILITY
COMBINED SINGLE LIMIT
Ea accident
1,000,000
X
BODILY INJURY (Per person)
$
ANY AUTO
ALL or SCHEDULED
AUTOS AUTOS
T8108077BO49IND15
4/9/2015
/9/2016
BODILY INJURY (Per accident)
$
X
PROPERTY DAMAGE
Per accident
S
X NON -OWNED
HIRED AUTOS AUTOS
X
4
UMBRELLA LIAB
X
OCCUR
EACH OCCURRENCE
$ 5,000,000
AGGREGATE
S 5,000,000
A
EXCESS LIAB
CLAIMS -MADE
DED J X I RETENTION$ 10,000
S
TSMCUP8077BO49TIL15
/9/2015
/9/2016
B
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y / N
X I WC STATU- OTH-
I
ANY PROPRIETOR/PARTNER/EXECUTIVE
E.L. EACH ACCIDENT
S 1,000,000
OFFICER/MEMBER EXCLUDED1 ❑
(Mandatory in NH)
N / A
4110254
1/1/2015
/1/2016
E.L. DISEASE - EA EMPLOYE
S 1,000,000
If yes, describe under
DESCRIPTION OF OPERATIONS below
E.L. DISEASE -POLICY LIMIT
S 1,000,000
A
Installation Floater
DT6601423C736TIL15
/9/2015
/9/2016
Limit: $2,500,000
Deductible $1 , 000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, it more space is required)
Project: 8125 Intersection Improvements at Vine & Shields
State of Colorado and the City of Fort Collins are included as Additional Insured as required by written
contract with respects to liability arising out of work performed by the named insured on the General and
Automobile Liability.
City of Fort Collins
Purchasing Division
215 North Mason St. 2nd Floor
P. 0. Box 580
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.
AUTHORIZED REPRESENTATIVE
ACORD 25 (2010/05)
INS025 2113CE c1
Debra Morris/DMORRI'—
© 1988-2010 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
EXHIBIT 2 — CLARIFICATIONS & REVISIONS
I. Project Clarifications:
A. None at this time.
II. Revisions to the Project Planset:
A. The Curb Type 4 shown in the plans has been changed to Curb Type 2. This
change affects Sheets 11, 22, 23, 26, 27, 28, 29, 51 and 52.
B. The Curb and Gutter Type 4 shown in the plans has been changed to Curb and
Gutter Type 2. This change affects Sheets 11, 22, 23, 26, 27, 28, 29, 51 and 52.
C. Hot Mix Asphalt Typical Sections and HMA Lift Detail have been changed to
replace Grading SX (100) (PG 64-22) with Grading S (75) (PG 64-28). This
change affects Sheets 7, 10, 21 and 25.
III. Revisions to the Project Specifications:
Below is a summary of each revision to the Project Specifications. See the attached
Revised Project Specifications for more specific details regarding contract changes.
Revised Project Specifications have been included for the following items:
A. Revision of Section 403 — Hot Mix Asphalt
o This revision replaces the Grading SX (100) (PG 64-22) with
Grading S (75) (PG 64-28) in the pay items and modifies Table
403-1 with the changes.
B. Revision of Section 621 — Detour Pavement
o This revision specifies that the detour pavement thickness shall be
at least 4 inches.
C. Addition of Section 403 — Hot Mix Asphalt (Warranty)
o This addition describes the amount of warranty work at the
Contractor's expense valued at up to $50,000.
IV. Pre -Bid Clarifications Not Resulting in Changes to the Bid Documents:
A. Pre -Bid PowerPoint slide 8 specifies CDOT forms to be completed by contractor.
The forms listed in the PowerPoint are not correct. The forms listed in the
advertisement documents are correct. Contractor should use the advertisement
documents.
V. Pre -Bid Clarifications Resulting in Changes to the Bid Documents:
A. None at this time
VI. Revisions to the Project Bid Tab:
A. Hot Mix Asphalt Grading SX (100) (PG 64-22) pay item is replaced with Hot Mix
Asphalt Grading S (75) (PG 64-28). Unit of measurement and quantity remain the
same.
B. Curb Type 4 (Section B) pay item replaced with Curb Type 2 (Section B). Unit of
measurement and quantity remain the same.
Addendum 1
8125 Intersection Improvements at Vine & Shields Page 5 of 31
SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: CITY OF FORT COLLINS (OWNER)
DATE OF SUBSTANTIAL COMPLETION
PROJECT OR SPECIFIED PART SHALL
INCLUDE:
PROJECT TITLE: 8125 Intersection
Improvements at Vine & Shields
LOCATION: Fort Collins. Colorado
OWNER: City of Fort Collins
CONTRACTOR: Duran Excavating Inc
CONTRACT DATE: July 7, 2015
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.
ENGINEER AUTHORIZED REPRESENTATIVE
DATE
The OWNER accepts the project or specified area of the project as substantially complete and
will assume full possession of the project or specified area of the project at 12:01 a.m., on
. The responsibility for heat, utilities, security, and insurance under the
Contract Documents shall be as set forth under "Remarks" below.
CITY OF FORT COLLINS, COLORADO
By:
OWNER AUTHORIZED REPRESENTATIVE DATE
REMARKS:
SECTION 00640
CERTIFICATE OF FINAL ACCEPTANCE
TO: Duran Excavating 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 Duran Excavating Inc for the City of Fort Collins
project, 8125 Intersection Improvements at Vine & Shields.
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
July 7, 2015.
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:
SECTION 00650
LIEN WAIVER RELEASE
(CONTRACTOR)
TO: CITY OF FORT COLLINS, COLORADO (OWNER)
FROM: DURAN EXCAVATING INC (CONTRACTOR)
PROJECT: 8125 INTERSECTION IMPROVEMENTS AT VINE & SHIELDS
1. The CONTRACTOR acknowledges having received payment, except retainage from the
OWNER for all work, labor, skill and material furnished, delivered and performed by the
CONTRACTOR for the OWNER or for anyone in the construction, design, improvement,
alteration, addition or repair of the above described project.
2. In consideration of such payment and other good and valuable consideration, the receipt
and adequacy of which are hereby acknowledged, the CONTRACTOR voluntarily
waives all rights, claims and liens, including but not limited to, mechanic's liens, Miller
Act claims (40 U.S.C.A. 270 a and b), stop notices, equitable liens and labor and
material bond rights which the CONTRACTOR may now or may afterward have, claim or
assert for all and any work, labor, skill or materials furnished, delivered or performed for
the construction, design, improvement, alteration, addition or repair of the above
described project, against the OWNER or its officers, agents, employees or assigns,
against any fund of or in the possession or control of the OWNER, against the project or
against all land and the buildings on and appurtenances to the land improved by the
project.
3. The CONTRACTOR affirms that all work, labor and materials, furnished, delivered or
performed to or for the construction, design, improvement, alteration, addition or repair
of the project were furnished, delivered or performed by the CONTRACTOR or its
agents, employees, and servants, or by and through the CONTRACTOR by various
Subcontractors or materialmen or their agents, employees and servants and further
affirms the same have been paid in full and have released in full any and all existing or
possible future mechanic's liens or rights or claims against the project or any funds in the
OWNER'S possession or control concerning the project or against the OWNER or its
officers, agents, employees or assigns arising out of the project.
4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender, if
any, and the Surety on the project against and from any claim hereinafter made by the
CONTRACTOR'S Subcontractors, materialmen, employees, servants, agents or assigns
against the project or against the OWNER or its officers, employees, agents or assigns
arising out of the project for all loss, damage and costs, including reasonable attorneys
fees, incurred as a result of such claims.
5. The parties acknowledge that the description of the project set forth above constitutes
and adequate description of the property and improvements to which this Lien Waiver
Release pertains. It is further acknowledged that this Lien Waiver Release is for the
benefit of and may be relied upon by the OWNER, the lender, if any, and Surety on any
labor and material bonds for the project.
Signed this day of 20_
CONTRACTOR: DURAN EXCAVATING INC
M
Title:
ATTEST:
Secretary
STATE OF COLORADO )
)ss.
COUNTY OF LARIMER )
Subscribed and sworn to before me this _ day of , 20_, by
Witness my hand and official seal.
Notary Public
My Commission Expires:
SECTION 00660
CONSENT OF SURETY
TO: CITY OF FORT COLLINS, COLORADO (hereinafter referred to as the "OWNER")
CONTRACTOR: DURAN EXCAVATING INC
PROJECT: 8125 INTERSECTION IMPROVEMENTS AT VINE & SHIELDS
CONTRACT DATE: JULY 7, 2015
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
(Surety Company)
M
ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact.
SECTION 00670
SECTION 00670
APPLICATION FOR EXEMPTION CERTIFICATE
CONTRACTOR APPLICATION
DR 0172 (12198) FOR
COLORADO DEPARTMENT OF REVENUE
DENVER CO 80261 EXEMPTION CERTIFICATE
(303)232-2416 Pursuant to Statute
Section 39-26.114(1)(a)(XIX)
DO NOT WRITE IN THIS SPACE
The exemption certificate for which you are applying must be used only for the purpose of purchasing construction and building materials
for the exempt project described below, This exemption does not include or apply to the purchase or rental of equipment, supplies, and
materials which are purchased, rented, or consumed by the contractor and which do not become part of the structure, highway, road,
street, or other public works owned and used by the exempt organization.
Any unauthorized use of the exemption certificate will result in revocation of your exemption certificate and other penalties provided by
law.
A separate certificate is required for each contract.
Subcontractors will not be issued Certificates of Exemption by the Department of Revenue. It is the responsibility of the prime contractor
to issue certificates to each of the subcontractors. (See reverse side).
FAILURE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED.
Registration/Account No. (to be assigned by DOR)
Pericd 0170-750 (999) $0.00
89 -
CONTRACTOR INFORMATION
Trade name/DBA:
Owner, partner, or corporate name
Mailing address (City, State. Zip):
Contact Person
E-Mail address: Federal Employer's Identification Number:
Bid amount for your contract.
Fax Number Business telephone number:
(
Colorado withholding tax account number.
Copies of contract or agreement pages (1) identifying the contracting parties
EXEMPTION INFORMATION and (2) containing signatures of contracting parties must be attached.
Name of exempt organization (as shown on contract). Exempt organization's number:
98 -
Address of exempt organization (City, State, Zip):
Principal contact at exempt organization:
Principal contact's telephone number:
Physical location of project site (give actual address when applicable and Cities and/or County lies) where project is located)
Scheduled Month Day Year
Estimated Month Day Year
construction start dale
completion date'
I declare under penalty of perjury in the second degree that the statements made in this application are
true and complete to the best of my knowledge.
Signature of owner, partner or corporate officer:
Title of corporate officer:
Date.
DO NOT WRITE BELOW THIS LINE
Special Notice
Contractors who have completed this application in the past, please note the following changes
in procedure:
The Department will no longer issue individual Certificates of exemption to subcontractors. Only
prime contractors will receive a Contractor's Exemption Certificate on exempt projects.
Upon receipt of the Certificate, the prime contractor should make a copy for each subcontractor
involved in the project and complete it by filling in the subcontractor's name and address and
signing it.
The original Certificate should always be retained by the prime contractor. Copies of all
Certificates that the prime contractor issued to subcontractors should be kept at the prime
contractor's place of business for a minimum of three years and be available for inspection in
the event of an audit.
Once an 89# has been assigned to you, please use the next five numbers following it for any
applications submitted for future projects. This should be your permanent number. For
instance, if you were assigned 89-12345-0001, every application submitted thereafter should
contain 89-12345 on the application. The succeeding numbers will be issued by the
Department of Revenue. DO NOT enter what you believe to be the next in sequence as this
may delay processing of your application.
SECTION 00700
GENERAL CONDITIONS
GENERAL CONDITIONS
3 I
CONSTRUCTION CONTRACT
These GENERAL CONDITIONS have been developed by using the
STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION
CONTRACT prepared by the Engineers Joint Contract Documents
Committee, EJCDC No. 1910-8 (1990 Edition), as a base. Changes to
that document are shown by underlining text that has been added and
striking through text that has been deleted.
EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
WITH CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
EXHIBIT 3 - REVISED SPECIFICATIONS
REVISION OF SECTION 403
HOT MIX ASPHALT
Section 403 of the Standard Specifications is hereby revised for this project as follows:
Subsection 403.02 shall include the following:
The design mix for hot mix asphalt shall conform to the following:
TABLE 403-1
Test
Value For Grading
Property
Method
S (75)
(Patching)
Air Voids, percent at:
CPL 5115
N (design)
3.5 — 4.5
3.5 — 4.5
Lab Compaction (Revolutions):
N (design)
CPL 5115
75
75
Stability, minimum
CPL 5106
28
28
Minimum % of the aggregate
retained on the 4.75 mm (No. 4)
sieve having at least 2
CP 45
60
60
mechanically induced fractured
faces
Accelerated Moisture Susceptibility
Tensile Strength Ratio (Lottman),
CPL 5109
Method B
80
80
minimum
Minimum Dry Split Tensile
CPL 5109
205 (30)
205 (30)
Strength, kPa (psi)
Method B
Grade of Asphalt Cement, Top
PG 64-28
Layer
Grade of Asphalt Cement, Layers
PG 64-22
PG 64-22
below Top
Voids in the Mineral Aggregate
See Table
See Table
(VMA) %minimum
CP 48
403-2
403-2
Voids Filled with Asphalt (VFA), %
AI MS-2
65-80
65-80
Dust to Asphalt Ratio
Fine Gradation
CP 50
1
0.6 - 1.2
1
0.6 - 1.2
Coarse Gradation
0.8 - 1.6
0.8 - 1.6
Addendum 1
8125 Intersection Improvements at Vine 8 Shields Page 6 of 31
Article or Paragraph
Number & Title
TABLE OF CONTENTS OF GENERAL. CONDITIONS
Page Article or Paragraph
Number Number &Title
DEFINERONS............................. .........................
I
1.1
Addenda.............................................1
1.2
Agreement..........................................1
1.3
Application for Payment, ......................
1
1.4
Asbestos .....................................
.....1
1.5
Bid.....................................................1
1.6
Bidding Documents, ............................
1
1.7
Bidding Requirements ..........................1
1.8
Bonds.................................................1
1.9
Change Order ............................. -
1
1.10
Contract Documents..-...._....................l
1.11
Contract Price ............................. ........
1
1.12
Contract Times, ...............................
... 1
1.13
CONTRACTOR,,,,,,,,,,,,,,,,_,,,,,,,,,,•,,,,,1
1.14
*fecove.............................................1
1.15
Drawings,__... ..................................
J
1.16
Effective Date of the AgrccmeM-.,,-„-„
1
1.17
ENGINEER.........................................I
1.18
ENGINEERs Consultant ......................1
1.19
Field Order.........................................1
1.20
General Requirements .........................2
1.21
Hazardous Waste..............•-_,---,••,,,,,,_2
1.22.a
Laws and Regulations; Laws or
Regulations......................................2
1.22.b
Legal Holidays....................................2
1.23
Liens...............................................2
1.24
Milestonq............................... ...........
7
1.25
Notice of Award .................................
2
1.26
Notice to Proceed ................................
2
1.27
OWNER.............................................2
1.28
Partial Utilization ...............................
2
129
PCBs.................................................2
130
Petroleum...........................................2
1.31
Project..... ...................... ...................
2
1.32.a
Radioactive Material ............................2
1.32.b
Regular Working Hours........................7
1.33
Resident Project Representative ,•,•,,,,,,•-2
1.34
Samples..............................................2
1.35
Shop Drawings ....................................
1,36
Specifications.....................................2
1.37
Subcontractor.....................................2
1.38
Substantial Completion .......................2
1.39
Supplementary Conditions,,,,,,,, ...........
2
1.40
Supplier..............................................2
1.41
Underground Facilities, ....................
2-3
1.42
Unit Price Work.................................3
1.43
Work..................................................3
1.44
Work Change Directive ........................3
1.45
Written Amendment ...........................3
Page
Num ber
PRELLMINARY MATTERS -........... _ _. _.............
3
2A
Delivery ofBonds ............ ...............3
2.2
Copies of Documents. ....................
2.3
Commencement of Contract
Times; Notice to Proceed ...............
3
2.4
Starting the Work ............................3
2.5-2.7
Before Starting Construction;
CONTRACTOR's Responsibility
to Report; Preliminary Scheddcs;
Delivery of Certificates of
Insurance...................................
34
2.8
Preconstruction Conferenc4.............
4
2.9
Initially Acceptable Schedules ..........
4
CONTRACT DOCUMENTS: INTENT,
AMENDING, REUSE ........................... I—...........
3.1-3.2
Intent ..................................
4
3.3
Reference to Standards and Speci-
fications of Technical Societies;
Reporting and Resolving Dis-
crepancies .................................
4-5
3.4
Intent of Certain Terms or
Adjectives, ....................................
5
3.5
Amending Contract Doctments.........
5
3.6
Supplementing Contract
Documents ...................................
5
3.7
Reuse ofDocuments .........................5
AVAILABILITY OF LANDS;
SUBSURFACE AND PHYSICAL CONDITIONS;
REFERENCE POINTS.........................................5
4-1 Availability of Lands ..... -............... 5-6
4.2 Subsurface and Physical
Conditions.... ... ....._..... .... --....6
4.2.1 Reports and Drawings......................0
4.2-2 Limited Reliance by CONTRAG
TOR Authorized; Technical
Data............................................
6
4.2.3
Notice of Differing Subsurface
or Physical Conditions ..................§
4.2.4
ENGTNEER'sReview.......................6
425
Possible Contract Documents
Change.......................................
, 6
4.2.6
Possible Price and Times
Adjustments ...............................0-7
4.3
Physical Condtions-Underground
Facilities . ............................ _..--_.
7
4.3.1
Shown or Indicated, ............ . ..... .....
7
4.3.2
Not Shown or Indicated„,,,,,,,,,,,,,,,,,
7
4.4
Reference Points, ........................ .....
7
EXDC OErtFzt-nt. CONIHnONS 1910-s (1990 EDITION)
w/ CITY OF FORT COU INS MODIFICATIONS (REV 9/99)
Article or Paragraph Page Article or Paragraph Page
Number & Title Number Number & Title Number
4.5 Asbestos, PCBs, Petroleum,
Hazardous Waste or
Radioactive Material .....................7-8
BONDS AND INSURANCE .................................
8
5.1-5.2
Performance, Payment and Other
Bands..............................................
?
5.3
Licensed Sureties and Insurers;
Certificates of Insurance ....................
8
5.4
CONTRACTOR's Liability
Insurance..........................................9
5.5
OWNER's Liability Insurance ..............
9
5.6
Property Insurance ..........................9-10
5.7
Boiler and Machinery or Addi-
tional Property Insurance.................10
5.8
Notice of Cancellation Provision10
5.9
CONTRACTOR's Responsibility
for Deductible Amounts10
5.10
Other Special Insurance .....................
10
5.11
Waiver of Rights................................11
5.12-5.13
Receipt and Application of
Insurance Proceeds .....................
O-11
5.14
Acceptance of Bonds and Insa-
ance; Option to Replace ........11
5.15
Partial Utilization --Property
Insurance........................................11
CONTRACTOR'S RESPONSIBILITIES ...............11
6.1.6-2
Supervision and Superintendenc;.......
11
6.3-6.5
Labor, Materials and Equipment,_.
11-12
6.6
Progress Schedule.,_.........................12
6.7
Substitutes and'Or-Equal" Items;
CONTRACTOR's Expense;
Substitute Construction
Methods or Procedures;
ENGINEER's Evaluation .............
12-13
6.8-6.11
Concerning Subcontractors,
Suppliers and Others;
Waiver of Rights .........................13-14
6.12
Patent Fees and Royalties.................14
6.13
Permits.............................................14
6.14
Lays and Regulations ........................14
6.15
Taxes ................._.........._ ............
1415
6.16
Use of Premises.._ .............................15
6.17
Site Cleanliness-, ..............................
15
6.18
Safe Structural oading.....................15
6.19
Record Documents ............. _.............15
6.20
Safety and Protection ............ ........
15-16
6.21
Safety Representative .........................16
6.22
Hazard Communication Prcgramg ......
16
6.23
Emergencies.....................................16
6.24
Shop Drawings and Sampleq..............16
6.25
Submittal Proceedtres; CON-
TRACTOR's Review Prior
to Shop Drawing or Sample
Submittal....................................16
6.26
Shop Drawing & Sample Submit-
tals Review by ENGINEER ......
16-17
6.27
Responsibility for Variations
From Contract Documents ...........
17
6.28
Related Work Performed Prior
to ENGINEER's Review and
Approval of Required
Submittals17
6.29
Continuing the Work.................„-..17
6.30
CONTRACTORS General
Warranty and Guarantee.............17
6.31-6.33
Indemnification . . .......................)
7-18
6.34
Survival of Obligations ...................18
7. OTHER WORK.................................................18
7.1-7.3
Related Work at Site.......................18
7.4
Coordination.................................18
8. OWNER'S
RESPONSIBILITIES .........................18
8.1
Communications to CON-
TRACTOR .................................
IS
8.2
Replacement of ENGINEER ,...........
18
8.3
Furnish Data andPay Promptly
WhenDue ..................................IS
8.4
Lands and Easements; Reports
and Tests
8.5
Insurance.......................................19
8.6
Change Ord-rs...............................19
8.7
Inspections, Tests and
Approvals...................................19
8.8
Stop or Suspend Work;
Terminate CONTRACTOR's
Services ......................................19
8.9
Limitations on OWNER'S
Responsibilities ............................19
8.10
Asbestos, PCBs, Petroleum,
Hazardous Waste or
Radioactive Material ,,,,,,,,,,,,,,,,,,,,19
8.11
Evidence of Financil
Arrangements... ..........................19
ENGINEERS STATUS DURING
CONSTRUCTION..............................................19
9.1
OWNER's Representative_ ..............
19
9.2
Visits to Site9
9.3
Project Representative ...............)9-21
9.4
Clarifications and Interpre-
tations, ........................................21
9.5
Authorized Variations in Wrk........
1
EICDC GENERAL CONDMONS 1910-8 (1990 EMMOM
w/ CITY OF FORT COLLMS MODIFICATIONS (REV 91"
Article or Paragraph page Article or Paragraph page
Number & Title Number Number & Title Number
9.6
Rejecting Defective Work ...................21
9.7-9.9
Shop Drawings. Change Orders
and Payments ....................................
21
9.10
Determinations for Unit Prices,-,,,,
21-22
9.11-9.12
Decisions an Disputes-, ENGI-
NEER as Initial Interpretet ..............22
9.13
Limitations on ENGINEEWs
Authority and Responsibilities,,,,
22-23
CHANGES IN THE WORK .......................................
23
10.1
OWNER's Ordered Change ................
23 14.
10.2
Claim for Adjustmen........................23
10.3
Work Not Required by Contract
Documents
23
10.4
Change Orders...__.....................
--.1.23
10.5
Notification of Suret.........................23
CHANGE OF CONTRACT PRICE .............................7.3
11.1-11.3
Contract Price; Claim for
Adjustment; Value of
the Work ....................................
23-24
11.4
Cost of the Work_ ... ....................
74-25
11.5
Exclusions to Cost of the WorX ..........
25
11.6
CONTRACTORs Fa„ .......................
�3
11.7
Cost Records ........................ ........
25-26
H1
Cash Allowances ...............................26
11.9
Unit Price Work_ ..................... ........
26
CHANGE OF CONTRACT TIMES ............................26
12.1
Claim for Adjustment ........................26
12.2
Time of the Essence ..........................26
12.3
Delays Beyond CONTRACTORS
Control
26-27
12.4
Delays Beyond OWNEWs and
CCNTRACTOR!s Control ................77
TESTS AND INSPECTIONS; CORRECTION,
REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK ..................................................27
13.1
Notice of Defects ... ....................... _.77
13.2
Access to the Work ............................27
13.3
Tests and Inspections;
CONTRACTORs Cooperation,,.,,,,,,
�27
13.4
OWNERS Responsibilities.
Independent Testing Laboratory, .......
27
13.5
CONTRACTORs
Responsibilities ...............................27
13.6.13.7
Covering Work Prior to Inspec-
tion. Testing or Approv4 ................
27
13,8-13.9 Uncovering Work at ENGI-
NFER'sRequest, ....................
27-28
13.10
OWNER May Stop the Work.,...,.,.
28
13.11
Correction or Removal of
Defective Work ..........................28
13.12
Correction Period...........................28
13.13
Acceptance olDefective Work .........
28
13.14
OWNER May Correct Defective
Work.....................................
28-29
PAYMENTS
TO CONTRACTORAND
COMPLETION .................................................29
14.1
Schedule of Values .........................29
14.2
Application for Progress
Payment.....................................
29
14.3
CONTRACTORs Warranty of
Title...........................................
29
14.4-14.7
Review of Applications for
Progress PaymentA ..................
N-30
14.8-14.9
Substantial Completim ..................30
14.10
Partial Utilization ... ..................
40-31
14.11
Final Inspection .............................31
14.12
Final Application for Payment ........
31
14.13-14.14 Final Payment and Acceptance .......
31
14.15
Waiver of Claims ............ .........
31-32
15. SUSPENSION OF WORK AND
TERMINATION ................................................32
15.1 OWNER May Susperrid. Work„-,.,-„
32
13,2-15.4 OWNER May Terminate ..... ...........
3-2
15.5 CONTRACTOR May Step
Work or Terminate,,,,,,,,,,,,,,,,,
X-33
16. DISPUTE RESOLUTTON 33
17. MISCELLANEOUS...........................................33
17.1
Giving Notice . ...............................
33
17.2
Computation of Tim....................33
17.3
Notice of Claim .. ..................
........ 33
17A
Cumulative Rcmcdics- .....................
33
17.5
Professional Fees and Court
Costs Included
17.6
Applicable State Laws ...............
33-34
Intentionally lell blank .......................................35
EXHIBIT GC -A:
(Optional)
Dispute Resolution Agreement .....................GC
-AI
16.1-16.6
Arbitration ......... _ ... ..............
QC -AI
16.7
Mediation...............................GC-Al
EJCDC GENERAL CONDITIONS 1910-8 0"0 EDMON)
w/ CITY OF FORT COLUNS MODIFICATIONS (REV 9/99)
INDEX TO GENERAL CONDITIONS
City of Fort Collins modifications to the General Conditions of the Construction Contract are not sho%%m in this index
Article or Paragraph
Number
Acceptance of —
Bonds and Insurance ........................................5.14
defective Work ............................ 10.4.1. 13.5, 13.13
final payment ........................................9.12, 14,15
insurance .........................................................5.14
other Work. by CONTRACTOR ..........................7.3
Substitutes and "Or -Equal' Item* ...................... 6.7.1
Work by OWNER ..............................2.5.6.30, 6.34
Access to the --
Lands, OWNER and CONTRACTOR
responsibilities .............................................. 4.1
site, related Work ............................................... 7.2
Work. ........... .............................. 13.2,13.14.14.9
Acts or Omissions--. Acts and Omissions —
CONTRACTOR ................................ _6.9.1,913-3
ENGINEER ..........................................6.A 9.13.3
OWNER ............ ....................................... 0.20.8.9
Addenda --definition of (also see
definition of Specifications) .......(1.6,1.10, 6.19). 1.1
Additional Property Insurance* ................................. 5.7
Adjustments —
Contract Price or Contract
Times ...........................1.5. 3.5. 4.1, 4.3.2. 4.5.2.
.............................. 4.5.3.9.4. 9.5. 10.2-10.4,
.............. I ...... I .............. 11. 12. 14.8. 15.1
progress schedule ....................... ...... ....... 6.6
Agreement --
definitionof ......................................................1.2
"All -Risk" lnsura=c, policy fbM ...........................5.6.2
Allowances, Cash ....................................................11.8
Amending Contract Ek)cuinent4 ................................ 33
Amendment. Written --
in general................1.10.1.45, 3.5, 5.10, 5. 1 Z 6.6.2
........................... 0.81, 6.19.10.1, 10.4,11.2
....................................12.1, 13.12-2. 14.7.2
Appeal. OWNER or CONTRACTOR
intent to.. ........................9.10, 9.11, 10.4. 16.2. 16.5
Application for Payment --
definition o( 1.3
ENGTNEERs Responsibility ............................... 9.9
final paymern .......... ........ 9.13.4, 9.13.5, 14.12-14.15
in general ..........................2.8, 2.9, 5.6.4, 9.10, 15.5
progress payment ..................................... J4.1-14.7
review of .................................................. 14.4-14.7
Arbitration ................................ .................... 16.1-16.6
Asbestos --
claims pursuant theretq_,,. ......... ....... ___4.5.2, 4.5.3
CONTRACTOR authorized to stop Work .......... #.5.2
definitionof .......................................................1.4
Article or Paragraph
Number
OWNER responsibility for,.. ..........................
1-5.1,8-10
possible price and times change,,,,,,,,,,,,,,,,,,,,,,,
4.5.2
Authorized Variations in Work ..........
3.6. 625, 6.27. 9.5
Availability of -Lands ..........................................
4.1,8.4
Award. Notice of --defined ........ .......
..................... 1.25
Before Starting Construction, ..............................
2.5-2.8
Bid --definition of........................1.5
(1.1, 1.10, 2.3, 3.3,
......... ..... 4.16.4, 6.13, 11.4.3, 11.9.1)
Bidding Documents —definition
Of
1.6(6.8.2)
Bidding Requirements --definition
of .........................................1.7
1.7 (1.1, 4.2.6.2)
Bonds --
acceptanceof ....................................................5.14
additional bonds ..................................
10.5. 11.4.5.9
Cost of the Work
"...11.5.4
definition of
delivery of . ...................................................
2.1,5.1
final Application for Payment ................
J4.12-14.14
general ... ...............................
1.10,5.1-5.3,5.13,
........................................
9.13,10.5,14.7.6
Performance, Payment and OtheT
...... ........... 5.1-5.2
Bonds and Insurance --in general .................................5
Builder's risk "aU_risk" policy form ........................3.6.2
Cancellation Provisions, Insurance,,,,,,,_
5.4.11, 5.8, 5,15
Cash Allowances
31.8
Certificate of Substantial otapleticil
....... 1.38, 6,3023,
..................................................
14,8.14.10
Certificates of Inspectior% ...................
9.13.4, 13.5. 14.12
Certificates of Insurancq ............. 2.7. 5.3, 5.4.11. 5.4.13.
.............. ........ 5.6.5,5.8. 5,14, 9.13.4. 14.12
Change in Contract Price --
Cash Allowances
11.9
claim for price
adjustment,,,,,_,,,,,, 4.1. 4.2.6,
4.5. 5.15. 6.8.2. 9.4
................... 9.5. 9.11. 10.2. 10.5, 11 .2. 13.9.
....................... J3.13. 13.14,
14.7. 15.1. 15.5
CONTRACTOR's fee
11.6
Cost of the Work
general ................................................
11.4-11.7
Exclusions to
11.5
Cost Records .....................................................11.7
in general .... ........ J.19.1.44, 9.11,
10.4.2, 10.4.3, 11
Lump Sum Pricing ..................................
. ...... 11.3.2
Notification of Surety,,,,-_„ ................................
10.5
Scope of,... ....................... ...................
10.3-10.4
Testing and Inspection,
Uncovering the Work..................................13.9
EJCDC OENERAL CONDITIONS 1910-8 (1990 ED17104
w/ CITY OF FORT COLLINS MODIRCA17ONS (REV 9/991
Unit Price Work. .. � ...... ... 11.9
Article or Paragraph
Number
Value of Work ..................................................31.3
Change in Contract Tim es -
Claim for times 4ustment. .......
4.1, 4.2.6, 4.5, 5.15,
6.8.2, 9.4, 9.5, 9. 11, 1 O.Z 10.5, 12. 1,
......13.9, 13.13, 13.14. 14.7. 15.1, 15.5
Contractual trc lim it§ .....................................
12.2
Delays beyond CONTRACTOR's
control .....
....... ........ 12.3
Delays beyond OWNER'S
control .............................12.4
Notification of surety .........................................10.5
Scope of change., ......................
............... 10.3-10.4
Change Orders --
Acceptance of Defective Work. .........................
13.13
Amending Contract Documents
Cash Allowances
jl.11
Change of Contract PriC4 ............................._......I
I
Change of Contract Time...................................12
Changes in the Work ............................
...... . ..... JO
CONTRACTOR's fee
........... 11.6
Cost of the Work ............
1.4-11.7
Cost Records
)1.7
definition of . .....................................................
1.9
emergencies, ....................................................
0.23
ENGINEER'S responsibility .......
9.8. 10.4. 11.2. 12.1
execution of
.................. 10.4
Indunnifiction .........................0.12, 616, 6.31-6.33
Insurance, Bonds and
5 10, 5.13,10.5
OWNER may terminate ...... 4.0 ...............
P ... 15.2-15A
OWNERs Responsibility .......................
Physical Conditions -
Subsurfaceand........................................4....4.2
Underground Facilities-t............................9.3.2
Record Documents
. ............ 619
Scope of Chang; .............
................. 10-3-10.4
Substitutes,._............_ .. ................6.7.3,
6.8.2
Unit Price Work...-......._.__ .
....... _ . _ ... 11.9
value of Work, covered by .................................11.3
Changes in the Work ........... ...........................
0.0.30
Notification of surety ........................................10.5
OWNERs and CONTRACTOR:3
responsibilities ... 4.0 ...............................
Right to an adjustment, ...................
m ..... 0 .......... 10.2
Scope of change ................... 66.6
................. 10.3-10.4
Claims --
against CONTRACTOR........... 4
........................6.16
against E1,101NEM ............... 0 .........
4 ......... .... 0§632
against OWNER ...............................................6.32
Change of Contract Price ................
......... 6.9.4.11.2
Change of Contract Times ......_6......6.6....6.6p.4,
12.1
CONTRACTORs .............. 4, 7.1.
9.4. 9.5. 90 11. 10.2.
_ ............ 0 ........... 411.2; 11.9,
IZI, 13.9. 14.9,
........ ....... ....... 6 ..... -.0.6
....... 115.1. 15.5.17.3
CONTRACTOR's Fee 11.6
Article or Paragraph
Number
CONTRACTOR's liability,,,.,,,,,, 5.4,612, 6.16,6.31
Cost of the Work
31.4,11.5
Decisions on Disputes ...............................9.11.
9.12
Dispute Resolution ............................................16.1
Dispute Resolution Agreement ....................
16.1-16.6
ENGINEER as initial interpretor .......................911
Lump Sum Pricing .........................................11.3.2
Noticeof ..........................................................1.7.3
...*............................... ...................).7.3
QWNER!s ....................9.4, 9.5, 9.11, 10.2, 11.2. 11.9
OWNER'S liability ..........................................
.... 5.5
OWNER may refuse to make paymen.................14.7
Professional Fees and Court Costs
Included ............................... . .........
...... 17.5
request for formal decision orj ............................9.11
Substitute Items ............................. . ............
A7.1.2
Time Extension ............................. . .................
12. t
Time requirements ...................................
9.11, 12. t
Unit Price Work... ..... ................... . ............
11.9.3
Valueof ...........................................................
J.1.3
Waiver of --on Final Payment .... ............
J4.14,14.15
Work Change Directive .....................................10.2
written notice required ...................... 9,11.
11.2. 12.1
Clarifications and Interpretation* ...........3.6.3, 9.4, 9.11
Clean Site ........
.......... _0.17
Codes of Technical Society, Organization
or Association ...........................................
...... 3.3-3
Commencement of Contract Times ..........................
Communications -
general ..............................................6.2,
6.9.2, 8.1
Hazard Communication Programs......................6.22
Completion --
Final Application for Payment ..........................14.12
Final Inspection...
14.11
Final Payment and Acceptanc4 ...............
14.13-14.14
Partial Utilization ...........................................14.10
Substantial Completion ............ ......... 1.38,
14.8-14.9
Waiver of Claims .............................. .............
j 4.15
Computation of Times ...............................
17.2.1-17.2.2
Concerning Subcontractors, Suppliers
and Others .................................................
§.".11
Conferences --
initially acceptable schedules ..............................
2.9
preconstruction, ..................................................2.8
Conflict. Error, Ambiguity, Discrepancy -
CONTRACTOR to Report ...........................
Z.5, 3.3.2
Construction, before starting by
CONTRACTOR ...........................................
2.5-2.7
Construction Machinery. Equipment. etc ...........
... 6.4
Continuing the Work ............................ ........
6.2%10.4
Contract Documents -
Amending..........................................................3.5
Bonds
5.1
EXW MNELL CONDITIONS 1910 -8 (19" EDITION)
w/ C1 TY OF FORT COMNS MODIFICATIONS (REV 9/99)
Cash Allowances. ..., -- - .......... ................. 11,8
Article or Paragraph
Number
Change of Contract Prioq ....................................
I I
Change of Contract Times� .................................
. 12
Changes in the Work ................................
10.4-10,5
check and verify .................................................2.5
Clarifications and
Interpretations ..........................3.2, 3.6.
9.4. 9-11
definition of ............. __ ... ...............................
JA0
ENGINEER as initial interpreter of ..................
:9.11
ENGINEER as OWNER's representative,,,,,,,,,,,,,
9.1
gcftcral3
Insurance...........................................................
5.3
Intent
.Xl-3.4
m inor variations in the Work ........ .....................
3.6
OWNER's responsibility to furnish data,,,,,,,,,,,,,,
8.3
OWNFR's responsibility to make
prompt payment ........ ................. 9.3, 14.4,14.13
precedence . ........... .. .............................
_3. 1, 3.3.3
Record Documents
Reference to Standards and Specifications
of Technical Sccietic:4
3.3
Related Work ....................................................
:7.2
Reporting and Resolving Discrepancies,,,,,,,,
�2.5, 3.3
Reuseof ............................. . ........ ....................
3.7
Supplementing..................................................3.6
Termination of ENG]NEERs Employment
.......... 8.2
Unit Price Work ...............................................11.9
variations ......................................... 3.6,
6.23, 6,27
Visits to Site, ENGINEERI ...............................
9.2
Contract Price -
adjustment of ................ 3.5, 4.1, 9.4,10.3,
11.2-11.3
Changeof ..........................................................11
Decision an Disputes ........................................9.11
definition o(
1.11
Contract Times -
adjustment of,,,,,,,,,,,,,,,,,,, -3.5, 4.1, 9.4. 10.3, 12
Change of ....... ....... ..........................
12.1-12.4
Commencement of
2.3
definition of .....................................................1.12
CONTRACTOR -
Acceptance of Insuranock ...... ...........................
5,14
Communications ............. ........ ..............
§.Z 6.9.2
Continue Work ........................................
j6.29,10.4
coordination and scheduling ............................
§-9.2
definition of ............................... . .....................
1-13
Limited Reliance on Technical
Data Authorized ......... *................. ** ..........
4.2.2
May Stop Work or Terminate............................15.5
provide site access to others....,,-_ ...............
7.2,13.2
Safety and Protection .......... ........ 4.3,1.2,6.16, 6.18.
............................... ...... 6.21-6.23, TZ 13.2
Shop Drawing and Sample Review
Prior to submittal
625
vF1
Stop Work requirements., ..............45 2
CONTRACTOR's-
Article or Paragraph
Number
Compensationk .................. ............... ...
11.1-11.2
Continuing Obligation .....................................14.15
Defective Work ............................... 9.6.13.10-13.14
Duty to correct defective Work ..........................13.11
Duty to Report --
Changes in the Work caused by
Emergency............................................
6.23
Defects in Work of Others........_ ....................
T3
Differing condition* .............................
423
Discrepancy in Documents ........ . )-5.3.3.2. 6.14.2
Underground Facilities not indicated,.,,,,,,,,
4.3.2
Emergencies.....................................................0.23
Equipment and Machinery Rental, Cod
or the Work
11.4.5.3
Fee -Cost Plus 11-4.5.6, 11.5.1, 11.6
General Warranty and Guarantee .......................0.30
Hazard Communication Programs,,,,,,,,,,,,,,,,,,,,
0.22
Indemnification_ ........ .............. 4. IZ 6,16.
6.31-6.33
Inspection of the Work ...............................
7.3,13.4
Labor, Materials and Equipment ....................0.3.6.5
Laws and Regulations, Compliance by,,,,,,,,,,,,,
634.1
Liability Insurance ..............................................5.4
Notice of Intent to Appeal .........................9.10,
10.4
obligation to perform and complete
theWork ....................................................0.30
Patent Fees and Royalties, paid for by .................
6.12
Performance and Other Bonds
5.1
Perm its, obtained and paid for by .......................0.13
Progress Schedule ...........................2.6, 2.8,2.9, 6.6,
_ ......................................6.29. 10.4.15.2.1
Request for formal docisionon disputes,,,,,,,,,,,,,,
9.11
Responsibilities --
Changes in the Work,,,,,,,,,,,,,,,,,,,,,,,,,„_....._
10.1
Concerning Subcontractors, Suppliers
and Others ...
6.".11
Continuing the Work ..........................6.29,
10.4
CONTRACTORS cxpcw ........... ..............
03.1
CONTRACTOR!s General Warranty
and Guarantee
6.30
CONTRACTOR's review prior to Shop
Drawing or Sample submittal, ...............6.25
Coordination of Work .............. ...........
6-9.2
Emergencies ............................. _ ................
6.23
ENGINEERs evaluation. Substitutes
or "Or -Equal" Items ............. ........
_ ..... §.7.3
For Acts and Omissions
of Others ............................. 0.9.1-6.9.2,9.13
for deductible amounts. insurance ..................5.9
general ........................................6, TZ
7.3, 8.9
Hazardous Communication Programs..........
6.22
Indemnification ...................................
6.31-6.33
EXMC GENERAL CONDITIONS 1910.8 (1990 EDMON
W/ CITY OF FORT COLLINS MODIFICATIONS (REV 9199)
Labor, Materials and Equipmerilt ............. 0.3-6.5
Laws and Regulations ..................................6.14
Liability Insurance ........................................ 5.4
Article or Paragraph
Number
Notice of variation from Contract
Documents ...........................................
&27
Patent Fees and Royalties..._ ........................
&. 12
Permits .......................................................0.13
Progress Schedule.........................................6.6
Record Documents
.......... 6.19
related Work performed prior to
ENGINEER approval of required
submittals
6.28
saA: structural loading .....................
.......... 6.18
Safety and Protection,..... .............
6.20. 7.2, 13.2
Safety Representative ...................................6.21
Scheduling the Work ..................................6.9.2
Shop Drawings and Semples........
...... ........(�24
Shop Drawings and Samples Review
by ENGINEER ......................................
6.26
Site Cleanliness.........._............_
....... ........ 6.17
Submittal Procedures ........................
.........6.25
Substitute Construction Methods
and Procedures
6.7.2
Substitutes and "Or -Equal` Itcm4 ................0.7.1
Superintendence ..... .......................
............... 6.2
Supervision ...........................................
....... 0,1
Survival of Obligations ................................6.34
Taxes..........................................................0.15
Tests and Inspections ..... .......................
_J3.5
ToReport ......................................................2.5
Use of Premises ..................... 0.16-6.18, 6.30.2.4
Review Prior to Shop Drawing or
Sample Submittal .........................................
6.25
Right to adjustment for changes in the Work ..... 10.2
right to claim .... ..... 4,7.1, 9.4, 9.5, 9.11,10.7_11.7_
J1.9,12.1, 13.9.14.8,15.1, 15.5, 17.3
Safety and Protection .................. §.20--6.22. 7.2.13.2
Safety Reprewmtive .................................I.....
6.21
Shop Drawings and Samples Submittals,,,, 6-24-6.28
Special Consultants........................................11.4.4
Substitute Construction Methods and Procedures.. 63
Substitutes and 'Or -Equal' Items.
Expense ........................................
_63.1, 6.7.2
Subcontractors, Suppliers and Others,,,,,,.,,,
. 6.8-6.11
Supervision and Superintendence .........
6.1, 6.2, 6.21
Taxes. Payment by_ . . .......
----- I ..... 6'15
UscofPremism .................6.16.6.18
Warranties and guarantees ..........................
0.5,6.30
Warranty of Title..............................................14.3
Written Notice Required --
CONTRACTOR stop Work or term inate, ....... 15.5
Reports of Differing Subsurface
and Physical Conditions ........................4.2.3
Substantial Completion ........ ..............
........ 14.8
viii
OONTRACTORS--other.. . ........... � .. 7
Contractual Liability Insurance .............................5AAO
Contractual Time Limits.........................................12.2
Article or Paragraph
Number
Coordination—
CONTRACTORs responsibility .... ....................
0.9.2
Copies of Documents ...............................................
. 122
Correction Period ..................................................13.12
Correction, Removal or Acceptance
of Defective Work--
in general ................................... 10A. 1.
13.10-13.14
Acceptance of Defective Work ...........................13.13
Correction or Removal of
Defective Work . ................................
630,13.11
Correction Period ............................................
33.12
OWNER May Correct Def"tive Work..._,_.....,
33.14
OWNER May Stop Work .............................
_13.10
Cost —
of Tests and Inspectiom ....................................13.4
Records ll.7
Cost of the Work --
Bonds and insurance, additional ...................11.4.5.9
Cash Discounts............_................................
11.4.2
CONTRACTORS Fee.......„... ...........................
11.6
Employee Expenses ......................................11.4.5.1
Exclusions to .....................................................11.5
Gencrall 1.4-11.5
Home office and overhead expenses ....................11.5
Losses and damages .. ...................................
11.4.5.6
Materials and equipment ........ .....................
.] 1.4.2
Minor expenses...........................................11.4.5.8
Payroll costs on changick ...............................
. 11.4.1
performed by Subcontractors...........................11.43
Recordsl 1.7
Rentals of construction equipment
and machinery ......................................11.4.5.3
Royalty payments, permits and
license fees, ...........................................
11.4.5.5
Site office and temporary facilities................11.4.5.2
Special Consultants, CONTRACTOWs ............
)1.4,4
Supplemental .................................................11.4.5
Taxes related to the Work ............................1.1.4.5.4
Tests and Inspection..........................................13.4
Trade Discounts ............... .............................
11.4.2
Utilities, fuel and sanitary facilifie; ..............11.4.5.7
Work after regular hours ............. ...................
11.4.1
Covering Work ...... .... ... . . . ...... . ...............
13.6-13.7
Cumulative Remedies '' .. .....................
J7.4-17.5
Cutting, fitting and patching ............ . .. . ...........
...... 7.2
Data. to be furnished by OWNER_ . ...........................
J.3
Day —definition of ................... .......... .................
1722
Decisions on Disputes .............. .....................
9.11,932
defective --definition of ........... ...............................
3.14
defective Work —
Acceptance ol.......................................10.4.1.
13.13
EJCDC GEMULAL CONIXTIONS 1910 -8 09" MITION)
w/ CITY OF FORT COLUNS MODIFICATIOM (REV 9/"
Correction or Removal of� 10.4.1, 13,11
Correction PcH4 ........................................... j 3.12
in general ........................................13, 14.7. 14.11
Article or Paragraph
Number
Observation by ENGINEEk ............................... 9.2
OWNER May Stop Work .................................
13.10
Prompt Notice of Defectsk ..................................
13.1
Rejecting...........................................................9.6
Uncovering the Work .......................................33.8
Definitions
Delays ...................................... 4.1, 6.29, 12.3-12.4
Delivery of Bonds .......................... . .........................I.
I I
Delivery of certificates of insunmok ............................
).7
Determinations for Unit Prices ................................
9.10
Differing Subsurface or Physical Conditions -
Notice of_ .. ..................... ...... ..........
+13
ENGINEEWs Review.........._.....
4.2.4
Possible Contract Documents Change,,,,,,,,,,,,,,
. 4.2.5
Possible Price and Times Adjustmen4 ..............
4.2.6
Discrepancies -Reporting
and Resolving ................................ Z5. 3.3.Z
6.14.2
Dispute Resolution -
Agreement . ............................... ...............
16.1-16.6
Arbitration ................................ . . ............
16.1-165
general 16
Mediaticn ............................. ..........................
16.6
Dispute Resolution Agreement .................... ....
16.1-16.6
Disputes. Decisions by ENGINEER ..................
9.11-9.12
Docum ents--
Copiesof ................................... .......................
2.2
Record 6.19
Reuseof.. ....................................... ...................
3.7
Drawings -definition of ............._....._....................)AS
Easements
A.1
Effective date of Agreement -- definition qf ..............1.16
Emergencies.... .................. .................... ..............
.0.23
ENGINEER -
as initial interpreter on disputes ................
9.11-9.12
definition of .................................. ..................
1-17
Limitations on authority and responsibilitieg ..... 9.13
Replacement of, .................................................
8.2
Resident Project Representative ...........................9.3
ENGINEER!s Consultant -- definition of .................
J.18
ENGINEERS—
authority and responsibility, Limitations on ......... 9.13
Authorized Variations in the Work ....................
9.5
Change Orders, responsibility for..... .9.7. 10,11. 12
Clarifications and Interpretations �. ... .........
3.63,9.4
Decisions on Disputes .............................
.. 9.11-9.12
defective Work, notice of ............................
....... 13.1
Evaluation of Substitute Items ..........................6.7.3
Liability ...................................................4.32,
9.12
Notice Work is Acceptable .............. ...............
14.13
Observations ...........................................5.30.2,
9.2
OWNER's Representative ........................... ...... 9.1
Payments to the CONTRACTOR,
Responsibility for .................................... 9.9,14
Recommendation of Payment, .................. J4.4,14.13
Article or Paragraph
Number
Responsibilities --Limitations ou .................
9.11-9.13
Review of Reports on Differing Subsurface
and Physical Conditions .............................
:4.2.4
Shop Drawings and Samples, review
responsibility ..............................................
6.26
Status During CarstrucLion--
authorized variations in the Work ..................93
Clarifications and Interpretations ..................9.4
Decisions on Disputes ... ............ ........
9.11-9.12
Determinations on Unit Price_..
...... .... 9.10
ENGINEER as Initial interpreter__._,.,
9.11-9-12
ENGINEER's Responsibilities ................
9,1-9.12
Limitations on ENGINEERs Authority
and Responsibilities..............................9.13
OWNER's Representative ..............................9.1
Project Representative...................................9.3
Rejecting Defective Work ..............................9.6
Shop Drawings, Change Orders
and Payments ...........................
........ 9.7-9-9
Visits to Site .................................................9.2
Unit Price determinations ............................
_...9.10
Visits to Site ..... _ .... ................ . .......................
9.2
Written consent required ...............................
7.2,9.1
Equipment, Labor, Materials and ........................6.3.6.5
Equipment rental, Cost of the Work ..................11.4.53
Equivalent Materials and EquipmeAk ........................0.7
error or omissions ..................................................0.33
Evidence of Financial Arrangements k....__..........
8_11
Explorations of physical conditions ........................
4.11
Fee, CONTRACTORs-Costs Pluk .......................... )1.6
Field Order --
definition of .....................................................1.19
issued by ENGINEER ....... .............. .........
3.6.1.9.5
Final Application for Payment... .. . ........................
14.12
Final Inspcctioq ...................................................
34.11
Final Payment -
and Acceptance...,_.1 ..................... ...
14.13-14.14
Prior to, for cash alloiances
JI.8
General Provisions
17.3-17.4
General Requirements -
definition of .....................................................1.20
principal references to.. ........... 2A 6.4. 6.6-6.7.6.24
Giving Notice ..... -CONTRACTOR,,.,,,-,-__.......................
. ...... ... J7.1
Guarantee of Work -by
6.30,14.12
Hazard Communication Programs ..........................
6.22
Hazardous Waste -
definition o......................................................1.21
general.. ................. __ ........................
........... _45
OWNER's responsibility for ...............................
8.10
EXI)CCENERAL COMMONS 19104t(1990 =ON
wl MY OF FORT COUJM MODIFICATIONS OtEV "9)
Indemnification 0 1Z 6.16, 6.31-6.33
Initially Acceptable Schedulc4 ..................................2.9
Inspection --
Certificates of .............................. P.13.4.13.5, 14.12
Final ........... ..................................... ......... 14.11
Article or Paragraph
Number
Special. required by ENGINEER ..........................9.6
Tests and Approval..._ ................... ... �3,
13.3-13.4
Insurance -
Acceptance of, by OWNER ................... __
........ 5.14
Additional, required by changes
in the Work ............................ .............
11.4.5.9
Before starting the Work ....................................
2.7
Bonds and -in general... .......................................
Cancellation Provisions ................... ..................
5.8
Certificates of,,,,,,,,,,,,,,,,,, 2.7, 5, 5.3, 5.4,11, 5.4, 13,
..............5.6.5, 5.8, 5.14, 9,13.4,
'o"p"e'
14.12
completed rati on s
5.4.13
CONTRACTORS Liability ..................................5.4
CONTRACTORs objection to coverage .............5.14
Contractual Liability .............................. .
...... 5.4.10
deductible amounts, CONTRACTORS
responsibility ............................. . . ...............
5.9
Final Application for Payment ........ ................
14.12
Licensed Insurers ...............................................5.3
Notice requirements, material change;,,,,,..
5.9.10.5
Option to Replace ...................... ......................
5,14
other special insurances ...................................
5.10
OVV74M as fiduciary for insure4 ..............
5.12-5.13
OWNFR's Liability ............................................5.5
OWNERs Responsibility .................. ..........
_ .... 8.5
Partial Utilization, Property Insurancq .......
....... 5.15
Property ...................- ....... ........ .........
5.6-5.10
Receipt and Application of Insurance
Proceeds .............................. ..............
5.12-5.13
Special Insurance._._....- - ..... .......................5.10
Waiver of Rights ..............................................5.11
Intent of Contract Documents ................... .......
3.1-3.4
Interpretations and Clarifications .....................3.6.3,
9.4
Investigations of physical condition; ..........................
42
Labor, Materials and Equipment,,..,,,__ ...............
0.3-6.5
Lands -
andEasements ...................................................0.4
Availability of .............................................4.1.8.4
Reports and Tests ...............................................8.4
Laws and Regulations -Laws or Regulations -
Bonds............................. ..............
... 5.1-5,2
Changes in the Work........................................10.4
Contract Documents
CONTRACTORs Responsibilities ...................
_0. 14
Correction Period. defective Work ....................13.12
Cost of the Work, taxes...............................J1.4.5.4
definition of.. _..._ ......... ..................................
1.22
gencra16. 14
Indemnification, ...................................
6.31-6.33
Insurance. ... - - . 1 .......... I ......... ......... -3.3
Precedence ........ . ....... 1,3.3.3
Reference to ....................................................3.3.1
Safety and Protection ..... ............. 6.20.13.2
Subcontractors, Suppliers and Others.,,,....,, 6.8-6.11
Article or Paragraph
Number
Tests and Inspections...................................13.5
Use of Premises .................................................0.16
Visits to Site . ......................................................
9.2
Liability Insurance-
CONTRACTOR's ............................... ................
5.4
OWNERS .....................................................
..... 5.5
Licensed Sureties and Insurer* .................................
5.3
Liens -
Application for Progress Payment ......................14.2
CONTRACTOR's Warranty of Tide .......... .........
14.3
Final Application for Payment ..........................14.12
definition of .................... .............................
_1.23
Waiver of Claims ............................................14.15
Limitations on ENGIN=s authority and
responsibilities ..................................................9.13
Limited Reliance by CONTRACTOR
Author ized.......................................................4.2.2
Maintenance and Operating Manuals --
Final Application for Payment .........................14.12
Manuals (of others) -
Precedence ....................................................3.3.3.1
Reference to in Contract Documents ..................3.3.1
Materials and equipment -
furnished by CONTRACTOR ...... ....................
... 6-3
not incorporated in Work ................ ... I ..............
14.2
Materials or equipment --equivalent ...........................0.7
Mediation (Optional) ..............................................16.7
Milestones -definition of .......................................
3.24
Miscellaneous -
Computation of Times .. .......... .................
17.2
Cumulative Remedies .............................. . ........
J7.4
Giving Notice ............. .......... ............ ..... .......
J7.1
Notice of Claim ............................ ....................
17.3
Professional Fees and Court Costs Includc4 ........
17.5
Multi -prime contracts, ..... ................................
......... Y
Not Shown or Indicated, ............... ........................
4.3.2
Notice of --
Acceptability of Project, ......... ......... ................
14.13
Award, definition of .........................................
J,25
Claim............................................................
17.3
Defects.13.1
Differing Subsurface or Physical Conditions ...
_.4.2.3
Giving.............................................................
17.1
Tests and Inspections I ... ................................ _ 13.3
Variation, Shop Drawing and Sampl4................. 0.27
Notice to Proceed -
definition of ............................. . ...................... 1.26
givingof ...........................................................2.3
EXMC CENERAL COMITIONS 1910.8 0990 EXTION)
w] CITY OF FORT COLLINS MODIFICATIONS (RFV 9/99)
Notification to Surety ..................
..........................10.5
Observations, by ENGDIEER ...........................
630, 9.2
Occupancy of the Work ..................
5.15, 6.30.2.4, 14.10
Omissions or am by CONTRACTOR ...............6.9.9.13
Open Peril policy form, Insurance ..........................5.6.2
Option to Replace ....................................................5.14
Article or Paragraph
Number
"Or Equal" Items ......................................................15.7
Other work 7
Overtime Work —prohibition of .................................
6.3
OWNER —
Acceptance of defective Work ...........................13.13
appoint an ENGINEER ......................................8.2
as fiduciary ...............................................5.
12-5.13
Availability of Lands. responsibility ....................4.1
definition of ......................................................1.27
data, furnish ..................... ................................
?.3
May Correct Defective Work............................13.14
May refuse to make payment .............................
jj4.7
May Stop the Work ........................................13.10
May Suspend Work,
Terminate ...........................
Payment, make prompt .................... 13.3.14.4,14.13
performance of other work .................................
7.1
permits and licenses, requirementj ...................
�§.13
purchased insurance requircmen% ...............
5.6-5.10
OWNER!s-
Acceptance of the Work ..............................
0.3025
Change Orders, obligation to execut; .........
8.6, 10.4
Communications ............. ..................................
8.1
Coordination of the Work
7.4
Disputes, request for decision ............................9.11
Inspections, tests and approvaI4 ..................
P.7, 13.4
Liability Insurance .............................................
. 5.5
Notice of Defects ..............................................
J3.1
Representative —During Construction,
ENGINEER's Status ..............................
9.1
Responsibilities --
Asbestos, PCBs, Petroleum, Hazardous
Waste or Radioactive Material................F.10
Change Orders, .............................................
8.6
Changes in the Work .... ..............................
10.1
communications
8.1
CONTRACTORS responsibilities ....................
8.9
evidence of financial arrangements .........
I .... $']I
inspections, tests and approvals .....................8.7
insurance
8.5
lands and easement...... _..............................
8.4
prompt payment by ........................................8.3
replacement of ENGINEER , ..........................
$1
reports and tests ............................... .
........... 8.4
stop or suspend Work ................. 5.8.13.10.
15.1
terminate CONTRACTORS
services .........
8-8.15.2
separate representative at sit;..............................9.3
testing, independent ........ ...... ................... 13.4
use or occupancy
of the Work .........................$. 15, 6.30.2.4. 14.10
Written consent or approval
required .........................................9.1.6.3. 11.4
VCDC GENEM CONDMONS 1910-8 (1990 EDMON)
W/CITY OF FORT COLLINMMODMCAMNMS (REV 91W)
Note: Al MS-2 = Asphalt Institute Manual Series 2
Note: The current version of CPL 5115 is available from the Region Materials Engineer.
Note: Mixes with gradations having less than 40% passing the 4.75 mm (No. 4) sieve shall
approached with caution because of constructability problems.
Note: Gradations for mixes with a nominal maximum aggregate size of one -inch or larger are
considered a coarse gradation if they pass below the maximum density line at the #4
screen.
Gradations for mixes with a nominal maximum aggregate size of 3/4 inch or smaller are
considered a coarse gradation if they pass below the maximum density line at the #8
screen.
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%
5.01%"
37.5 (1'/z)
11.6
11.7
11.8
25.0(1)
12.6
12.7
12.8
19.0(3 4)
13.6
13.7
13.8
NSA
12.5 (%2)
14.6
14.7
14.8
9.5 (3/a)
15.6
15.7
15.8
4.75 (No. 4)
16.6
16.7
16.8
16.9
The Nominal Maximum Size is defined as one sieve
larger than the first sieve to retain more than 10%.
** Interpolate specified VMA values for design air voids
between those listed.
*** Extrapolate specified VMA values for production air
voids beyond those listed.
The Contractor shall prepare a quality control plan outlining the steps taken to minimize segregation of
HMA.
This plan shall be submitted to the Engineer and approved prior to beginning the paving operations.
When the Engineer determines that segregation is unacceptable, the paving shall stop and the cause of
segregation shall be corrected before paving operations will be allowed to resume.
Addendum 1
8125 Intersection Improvements at Vine & Shields Page 7 of 31
Article or Paragraph
Number
written notice required .......................7.1.
9.4. 9.11,
.......... .......................... I LZ 11.9. 14.7. 15.4
PCBs_
definition o4............................ _......................
1.29
general.............................................................4.5
OWNER's responsibility for...............................8.10
Partial Utilization —
definition of.....................................................1.28
general6.30.2.4, 14.10
Property Insurance...........................................5.15
Patent Fees and Royalties .......................................
6.12
Payment Bands....................................
----........5.1-5.2
Payments, Recommendation of ..............
14.4-14.7, 14.13
Payments to CONTRACTOR and Completion —
Application for ProgressPayments -------
.............. 142
CONTRACfOR's Warranty of Title
...................14.3
Final Application for Payment.._ ....................)4.12
Final Inspection..............................................14.11
Final Payment and Acceptance ..........
..... 14.13-14.14
general........ .......................................
.........:$.3, 14
Partial utilization............................:..............14.10
Retainage..........................................................14.2
Review of Applications for
Progress Payments ...............................
j*4-14.7
prompt payment .............................
»................... 0.3
Schedule Of Values...........................................14.1
Substantial Compleffort............. ...............
14.8-14.9
Waiver of Claims, ............................................
14.15
when payments due................................14.4.
14.13
withholding payment... ............... ......................
14.7
Performance Bonds ....... .....................................
5.1-5.2
Permits......................... ................
................13
Petroleum--
defmition of ............................. ...........
............ 1.30
general..... . ......................................................
4.5
OWNER's responsibility rcr...............................8.10
Physical Conditions --
Drawings of. in or relating to ........................
4.2.1.2
ENGINEER's review ........................................
4.2.4
existing structures...........................................4.2.2
general4.2. l .2.........................................................
Notice of Differing Subsurface or,....................4.2.3
Possible Contract Documents Change................4.2.5
Possible Price and Times Adjustments...............4.2.6
Reports and Drawings ....... ................ .... _.._
...... .2.1
Subsurface and,..................................................4.2
Subsurface Conditions, ............ ..................
4.2.1.1
Technical Data, Limited Reliance by
CONTRACTOR Authorized .......................
4.22
Underground Facilities—
general........................................................
4.3
Not Shown or Indicaed ...............................
.3.2
Protection of ........................................
4.3, 6.20
Article or Paragraph
Number
Shown or Indicated__._................._....._................4.3.1
Technical Data............................................4.2.2
Reconstruction Conferem;q................ ...... ...... .......... 2.8
Preliminary Matters ....................................................
2
Preliminary Schedules..............................................2.6
Premises, Use of .............................................
6.16-6.18
Price, Change of Contract. , ... I .......... .... I
.......... 11
Price, Contract --definition of ..................................
1.11
Progress Payment, Applications for ..........................14.2
Progress Payment--rctainagc................................-.14.2
Progress schedule, CONTRACTOR's,........... z,6,18.19.
............. I ............. ...... 6.6, 6.29, 10.4, 15.2.1
Project —definition of ..............................................
1.31
Project Representative—
ENGINEER's Status During Construction...........
9.3
Project Representative, Resident. -definition of.,
....... 1.33
prompt payment by OWNER ..............................
.....83
Property Insurance--
Additional.........................................................5.7
general5.6-5.10
Partial Utilization ................... ............. 5,15.
14.10.2
receipt and application of proceeds. ...........
5.12-5.13
Protection, Safety and ...................... ........ §.2".21, 13.2
Punch list ............................... _.........................
14.11
Radioactive Material--
defintion of............................__......,..............1,32
general4.5
OWNER's responsibility for..............................8.10
Recommendation of Payment:................14.4, 14.5,
14.13
Record Documents., ............................... .... _6119. 14.12
Records, procedures for maintaining ..........................2.8
Reference Points ......................................................
4.4
Reference to Standards and Specifications
of Technical Societies ........................................
3.3
Regulations, Laws and(or)......................................6.14
Rejecting Defective Work ........................ ......
.._..... ...9.6
Related Work --
atSite........................................................7.1-7.3
Performed prior to Shop Drawings
and Samples submittals review....................A3
Remedies, cumulative ............................ _-......
7.4. 17.5
Removal or Correction ofDefeetive Work................)3.11
rental agreements, OWNER approval required
.... 11.4.5.3
replacement of ENGINEER by OWNER.....................8.2
Reporting and Resolving
Discrepancies................................2.5, 3.3.2,
6.14.2
Reports --
and Drawings.................................................4.2.1
and Tests, OWNERts responsibility ......................8.4
Resident and Project Representative—
definition of.....................................................1.33
provision for.............................................................9.3
xii EJCDC GENERAL CONDITIONS 1910.8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODMCATIONS (REV 9/99)
Article or Paragraph
Number
Resident Superintendent, CONTRACTOR* ............... 6.2
Responsibilities—
CONTRACTORs-in gencrat ................................. 6
ENGINEERS -in general........................................9
Limitations on,
P. 13
OWNERs-in general .............................................8
Retainage... ........................................................
14.2
Reuse of Documents ..................................................
3.7
Review by CONTRACTOR: Shop Drawings
and Samples Prior to Submittal ..........................6.25
Review or Applications for
Progress Payments .....................................
14.4-14.7
Right to an adjustment..---------...._........................j0.2
Rights of Way.. .................. . ............
........ ----- 4.1
Royalties, Patent Fecs and ......................................6.12
Safe Structural Loading ..........................................15.18
Safety --
and Protection .................. .............
4.3.Z 6.16,6.19,
..... I ................................
7.2. 13.2
general .....................................................
§.20-6.23
Representative. CONTRACTORS .......
.......... .... §.21
Samples—
defirtition of ........ .............................................
1.34
general .....................................................
0.24-6.28
Review by CONTRACTOR ................................
6.25
Review by ENGINEER.......__...................6.26,
6.27
related Work .....................................................0.28
submittal of ..................................................4.24.2
submittal procedurq .........................................6.25
6.25
Schedule of progress ....................... ....
2.6,2.8-2,9, 6.6,
........... .............. ..............
6,29.10.4,15.2.1
Schedule of Shop Drawing and Sample
Submittals ....................... 24,2.8-2.9,
6.24-6.28
Schedule of Values_.._.......................2
6,2.8-2 9,14.1
Schedules --
Adherence to ..................................................15.2.1
Adjusting...........................................................0..6
Change of Contract ..........................10.4
Initially Acceptable ......................................
2.8. 2.9
Preliminary......................... _ .............................2.6
Scope of Changes ............ ............
............. 10.3-10.4
Subsurface Conditions .........................................U.1.1
Shop Drawings —
and Samples, general .................................
6.24-6.28
Change Orders & Applications for
Payments, and ... - . .............................
9.7-9.9
definitionof ................................. ...................
135
ENGINEEWs approval of ..................................3.6.2
ENGMERs respcnsibflity
for review .....................................
:9.7,6.24-6.28
related Work.... _..__ .......... ...........
.................0.28
review procedures ........ _ ....................
2.8. 6.24-6.28
Article or Paragraph
Number
submittal required ...............................................6.24.1
Submittal Procedures .........................................
6.25
use to approve substitutions ..............................
j5.7.3
Shown or Indicated
4.3.1
Site Access ......................................................7.2,
13.2
Site CleanlinesA ......................................................
�. 17
Site, Visits to --
by ENGINEER ..... .....................................
9.2, 13.2
byothers ..........................................................
13.2
.special causes of loss' policy form.
insurance ........................................................
�.6.2
definition or .....................................................1.36
Specifications—
defination of ................ __ ................................1.36
of Technical Societies, reference to * ........ ......... 3.3.1
precedence ......................................................3.3.3
Standards and Specifications
of Technical Societies.. ........................................
3.3
Starting Construction, Beforq ..............................
2.5-2.8
Starting the Wor$............... ......... ...........................
2-4
Stop or Suspend Work —
by CONTRACTOR ................. ............
. ........... 15.5
by OWNER ............ ................ .
...... 8.8, 13.10, 15.1
Storage of materials and equipment . ..................
4. t. 7.2
Structural Loading, Safety ............... .
...................... 6.18
Subcontractor —
Concerning.............................
. ..............
definition of� .................. __ ..............................
J37
delays............................... _ ....
__ ......... ........ 12.3
waiver of rightk ............................
.................. 0.11
Subcontractors —in general .................................
6.8-6.11
Subcontracts --required provision$ ....
5.11. 6.11. 11.4.3
Subm ittals—
Applications for Paymen..................................14.2
Maintenance and Operation Manuals ..............14.12
Procedures .......................................................0.25
Progress SchoduleA ......................................
2.6.2.9
Samples ..... ................. ...........
............... 0.24-6.28
Schedule of Values, ....................................
2.6,14.1
Schedule of Shop Drawings and Samples
Submissions,... ............ __ .................
2.6, 2.8-29
Shop Drawing; ..................
A24-6.28
Substantial Completion --
certification of ..... .................. -A.30-2.3,
14.8-14.9
definition of .....................................................1.38
Substitute Construction Methods or Procedures....... 6.7.2
Substitutes and "Or Equal" Items ...............................6.7
CONTRACTOR's Expense ............................
0.7.1.3
ENGINEER's Evaluation
6.7.3
"Or -Equal".................................................
Substitute Construction Methods
xiii EJCDC GENERAL C01,01-FIONS 1910-8(1990 EDIT10M
wl CITY OF FORT COLLINS MODEFICATIONS (REV 91W
Article or Paragraph
Number
or Procedures.............................................6.7.2
Substitute Items ............................._ ............
.6.7.1.2
Subsurface and Physical Conditions —
Drawings ol: in or relatitg to ........................4.2.1.2
ENGINEER's Review, .....................................
4.2.4
general..............................................................4.2
Limited Reliance by CONTRACTOR
Authorized: ------- .......................... I ............
4.2-2
Notice of Differing Subsurface or
Physical Conditions .... ................ .....................
:4.2.3
Physical Conditions ......................................
4.2.1.2
Possible Contract Documents Change...............4.2.5
Possible Price andTimes Adjustments...............4.2.6
Reports and Drawings._..................................4.2.1
Subsurface and....................................................4.2
Subsurface Conditions at the Sitq...................4.2.1.1
Technical Data................................................4.2.2
Supervision--
CONTRACTORs responsibility ...........................0.1
OWNER shall not supervise............................_.8.9
ENGINEER shall not supervisq.................
.2, 9.13.2
Superintendence.. . .......................... .........................0.2
Superintendent. CONTRACTORsresident...............0.2
Supplemental costs,,,_„........................................11.4.5
Supplementary Conditions —
definition of ............................ ........................
1.39
principal references to.................).10, 1.18,
2.2, 2.7,
....................4.2, 43, 5.1, 5.3, 5.4, 5.6-5.9,
... ..,...... * 5.11, 6.8. 6.13, 7.4. 9.11,
9.3. 9.10
Supplementing Contact Document* .........................
.6
Supplier --
definition of ..... ........................ _......................
1.40
principal references to... .... 6... 33, 6S, 6.8-6.11,
6.20,
.................................6.24, 9.13, 14.12
Waiver of Right....................................4.6........
ISM
Surety —
consent to final payment . _....................
) 4.12. 14.14
ENGINEER has no ditty to..................4.............9.13
Notification of .......... ......... ............. 10.1, 10.5, 15.2
qualification of ...........................................
Survival of Obligations.................................4.........6.34
Suspend Work. OWNER May ............. .......
..13.10, 15.1
Suspension of Work and TerminaLion- ..............4.......15
CONTRACTOR May Stop Work
or Term irate..............................................15.5
OWNER May Suspend Wade ...................
__....... 15.1
OWNER May Terminste...... ......................
15.2-15.4
Taal —Payment by CONTRACTOR .........................0.15
Technical Data --
Limited Reliance by CONTRACTOR, .............
_4.2.2
Possible Price and Times Adjustments..............4.2.6
Report of Differing Subsurface and
Physical Conditions... ...............
.....4.2.3
av
Temporary construction facilities....._.. _.....-__.- _ 4.1
Article or Paragraph
Number
Term instion—
by CONTRACTOR .................. _.........
...... __... 15.5
by OWNER .........................................
.8, 15.1-15.4
of ENGINEERS employment...............................6.2
Suspension of Work-in general .............................15
Terms and Adjectives ..................................
............ $A
Tests and Inspections —
Access to the Work, by others ................
_,_........ 13.2
CONTRACTOR's responsibilities
...................... J3.5
cost of 13.4
covering Work prior to ................
.............. 13.6-13.7
Laws and Regulations(or)................................
13.5
Notice of Defect ...... .......................
................. 13.1
OWNER May Stop Work ......... .......................13.10
OWNER's independent testing ..........................13.4
special, required by ENGINEER„
........................9-6
timely notice required.......................................13.4
Uncovering the Work, at ENGINEERS
request ................................
_............_13.8-13.9
Times--
Adjustin&.............................._..........................0.6
Change of Contract. ............................_............
12
Computation of...............................................17.2
Contract Times deftn[tian of ...........................1.12
day.........................................................17.2.2
Milestones..........................................................12
Requirements --
appeals.................................................
9.10, 16
clarifications,
claims and disputes. .................
9. 11, 1 LZ 12
............... 2.3
Commencement of Contract Times ..................
Preconstruction Conference ...........................7.8
schedules.........................................2.6.
2.9, 6.6
Starting the Work__................_......._..........2A
Title, Warranty of...................................................14.3
Uncovering Work .......................... .............
..... 13.8-13.9
Underground Facilities. Physical Conditions —
definition of ....................................................
AI
Not Shown or Indicated ...................................
4.3.2
protection of ........................ __.._........----
4.3, 6.20
Shown or Indicated ........................................
4.3.1
Unit Price Work —
claims...... ......................... _........................11.9.3
definition of ..................... _..... ...
...................... 1.42
general l 1.9. 14.1. 14.5
Unit Prices--
generall 1.3.1
Determination for ............................................
9.10
Use of Premises.................................6.16,
6.18, 630.2.4
Utility owners.............................0.13, 6.20, 7.1-7.3, 13.2
Utilization. Partial...................1.28. 5.15. 6.30.2.4. 14.10
Value of the Work...................................................11.3
Values, Schedule o(..............................2.6,
2.8-2.9, 14.1
EJCW GENERAL coNIXTIO lS 1910.8 (1990 EDITION)
w/ CITY OF FORT COLLIM MODIFICATIONS (RF.V 9/99)
Variations in Work —Manor
Authorized ....................................... 6.25, 6.27, 9.5
Article or Paragraph
Number
Visits to Site —by ENGINEER ................................... 9.2
Waiver of Claims --on Final Payment ................„.„
14.15
Waiver of Rights by insured partic*..................5.11.
6.11
Warranty and Guarantee, General —by
CONTRACTOR................................................0.30
Warranty of Title, CONTRACTORS .......................14.3
Work --
Accessto ......................... - ........................13.2
byothers .............................. -..............................
7
Changes in the....................................................JO
Continuing the..................................................0.29
CONTRACTOR May Stop Work
or Terminate ........................ ..........
............ 15.5
Coordination of ........ ...........................................
7.4
Cost of the .............................. _...............
11.4-11.5
definition of........................ ..............................
1.43'
neglected by CONTRACTOR............................13.14
otherWork .............................. .............................
7
OWNER May Stop Work .................
................ 13.10
OWNER May Suspend Work...................13.10,
13.1
Related, Work at Site....................................7.1-7.3
Startingthe,, ................ .....................................
2.4
Stopping by CONTRACTOR..............................15.5
Stopping by OWNER ..... ............................
15.1-15.4
Variation and deviation authorized minor ........... 3.6
Work Change Directive —
claims pursuant to.............................................10.2
definition of
1.44
principal references to„....................3.5.3.
10.1-10.2
Written Amendment --
definition of..
principal references tq..............1.10. 3.5, 5.10,15.12.
........................§6.2, 6.8.2,
6.19, 10.1, 10.4,
............................1.1.2, 12.1, 13.12.2, 14.7.2
Written Clarifications and
Interpretations..................................3.6.3.9.4.9.11
Written Notice Required —
by CONTRACTOR............................7.1.
9.10-9.11,
................... I.— ...-.......... .....
10.4. 11.2. 12.1
by OWNER .................... 9.10-9.11,
10.4, 11.2, 13.14
xv EJCDC MNEM CONDITIONS 1910.8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
(phis page led blank intentionally)
mi rJCDC GENERAL CONDITIONS 19to-8 (1990 EDITION)
a•/ CITY OF FORT COLLINS MODIFICATIONS (RF.V 9l99)
GENERAL CONDITIONS
ARTICLE 1-DEFINMONS
Wherever used in these General Conditions or in the other
Contract Documents the following terms have the
memun= indicated which are applicable to both the
singular and plural thereof
1.1 Addenda -Written or graphic irstntments issued
prior to the opening of Bids wltich clarify, correct or
change the Bidding Requiremems or the Contract
Documents
12. Agreement -The written contract between OWNER
and CON fRACI.OR covering the Work to be performeck
other Contract Documents are attached to the Agreement
and made a part thereof as provided therein.
13. A lication for Payment -The form acecjntud by
ENGiNR which is to he used by CONTRACTOR in
rcq=-ting progress or final payments and which is to he
accompanied by such supporting documentation as is
required by the Contract Documents.
1.4. Asbestos--Atty material that contains more than one
percent asbestos and IS friable or is releasing asbestos fibers
into the air above current action levels established by the
United States Occupational Safety and Health
Administration.
1.5. Bid -The offer or proposal of the bidder submitted
on the prescribed form setting forth the prices for the Work
to be performed.
1.6. Bidding Doctsnents-The advertisement or
invitation to Bid, instructions to bidders, the Bid form, and
the proposed Contract Documents (including all Addenda
issued prior to receipt of Bids).
1.7. Bidding Requirements --The advertisement or
invitation to Bid instructions to bidders, and the Bid form.
1.8. Bondi -Performance and Payment bonds and other
instruments of security.
1.9. Change Omer -A document recommended by
ENGINEER, which is signed by CONTRACTOR and
OWNER and authorizes an addition, deletion or revision in
the Work, or an adjustment in the Contract Price or the
Contract Times, issued an or after the Effective Date of the
Agreement.
1.10. Contract Documents -The Agre.•ernent, Addenda
(which pertain to the Contract Documents),
CONTRACTOR's Bid (including documentation
accompanying the Bid and any pow Bid documentation
submitted prior to the Notice of Award) when attached as
an exhibit to the Agreement, the Notice to Proceed, the
Bonds, these General Conditions, the Supplementary
Conditions, the Specifications and the Dmwings as the
Exec OENERAL col N TIOM 1910s u990 Eaiiumi
w,'t7TY OF FORT COLUM MODIFICATIONS (REV 420M)
same are more specifically identified in the Agreement,
together with all Written Amendments, Change Orders,
Work Change Directives, Field Orders and ENGINEER's
written interpretations and clarifications issued pursuant to
paragmphs3.5, 3.6.1 and 3.6.3 on or after the Effective
Date of the Agreement. Shop Drawing submittals
approved pursuant to paragraphs 6.26 and 6.27 and the
reports and drawings referred to in paragraphs 4 2.1 and
4.2.2 are not Contract Documents.
1.11. Contract Price -The moneys payable by
OWNER to CONTRACTOR for completion of the Work
in accordance with the Contract Documents as stated in
the Agreement (subject to the provisions of
paragraph 11.9.1 in the case of Unit Price Work)
1.12. Contract Times -The numbers of Clays or the
dates stated in the Agreement: () to achieve Substantial
Completion, and (u) to complete the Work so that it is
ready for final payment as evidenced by ENGINEER's
written recommendation of final payment in accordance
with paragraph 14.13.
1.13. COArMCTUR-The person, firth or corporation
with whom OWNER has entered into the Agreement
1.14. defective -An adjective which when modifying
the word Work refers to Work that is unsatisfactory, faulty
or deficient in that it does not conform to the Contract
Documents, or does not meet the requirements of an)
inspection, reference standard, test or approval referred to
in the Contract Documents, or has been damaged prior to
ENGINEER's recommendation of final payment (unless
responsibility for the protection thereof has been assumed
by OWNER at Substantial Completion in accordance with
paragraph 14.8 or 14.10).
1.15. Drawings -The drawings which show the scope,
extent and character of the Work to be furnished and
performed by CONTRACTOR and which have been
prepared or approved by ENGINEER and are referred to
in the Contract Documents. Shop drawings are riot
Drawings as so defined
1,16. Effective Date of the Agrvenient-The date
indicated in the Agreement on which it becomes effective,
but if no such date is indicated it meats the date on which
the Agreement is signed and delivered by the last of the
two parties to sign and deliver.
1.17. ENGINEER -The person, firm or corporation
reamed as such in the Agreement.
1.18. ENGINEER's Consultant -A person, firm or
corporation having a contract with ENGINEER to furnish
services as ENGINEER's independent professional
associate or consultant with respect to the Project and who
is identified as such in the Supplementary Conditions
1.19. Field Order -A written order issued by
ENGINEER which orders minor changes in the Work in
accordance with paragraph 9.5 bin which does not involve
a change in the ContactPrice ar the Contract Times.
120. General Requirements —Sections of Division 1 of
the Specifications.
121. Hazardous Waste —The term Hazardous Waste shall
have the meaning provided in Section 1004 of the Solid
Waste Disposal Act (42 USC Section 6903) as amended
from time to time.
122a. Laws and Regulations, Laws or Regulations Any
and all applicable laws, rules, regulations, ordinances,
codes and orders of any and all governmental bodies,
agencies, authorities and courts having jurisdictioa
122.6. Legal Holidays—shall be those holidays observed
by the City of Fort Collins.
1.23. Liens —Liens, charges, security interests or
enctanbrances upon real property or personal property.
1.24. Milesrone--A principal event specified in the
Contract Documents relating to an intermediate completion
mate or time prior to Substantial Completion of all the
Work.
1.25. Notice ojAwmzt—A written notice by OWNER to
the apparent successful bidder stating that upon compliance
by the apparent successful bidder with the conditions
precedent enumerated therein, within the time specified,
OWNER will sign and deliver the Agreement.
1.26. Notice to Proceed —A written notice given by
OWNER to CONTRACTOR (with a copy to ENGINEER)
fixing the date on which the Contract Times will
commence to run and onwhich CONTRACTOR shall start
to perform CONTRACTOR'S obligations under the
Contras Documents.
1.27. OWATER—The public body or authority,
corporation, association, firm or person with whom
CONTRACTOR has entered into the Agreement and for
whom the Work is to be provided
128. Partial Utilization —Use by OWNER of a
substantially completed part of the Work for the purpose
for which it is intended (or a related purpose) prior to
Substantial Completion of all the Work.
129 PCBs —Polychlorinated biphenyls.
130. Petroleum --Petroleum, including crude oil or any
fraction thereof which is liquid at standard coalitions of
temperature and pressure (60 degrees Fahrenheit and
14.7 pounds per square inch absolute), such as oil,
petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene
and oil mixed with other ron-Hazardous Wastes and crude
oils.
1.31. ProVect—The total construction of which the Work
to be provided under the Contract Documents may be the
whole, or a part as indicated elsewhere in the Contract
Documents
1.32.a. Radioactive Material —Source, special nuclear, or
byproduct material as defined by the Atomic Energy Act of
FJCDC GENERAL CONDITIONS 1910-8 (1990 Edition)
wt CITY OF FORT COLLINS MODIFICATIONS MEV 42000)
1954 (42 USC Section 2011 et seq.) as amended from
time to time.
1.32.b. Regular Worldne How,&- zular working hours
are defined as 7:00am to 6:00= unless otherwise
specified in the General Requirements.
1.33. Resident Project Representative —The authorized
representative of ENGINEER who may be assigned to the
site or any part thereof.
1.34. Samples —Physical examples of materials,
equipment, or workmanship that are representative of
same portion of the Work and which establish the
standards by which such potion of the Work will be
judged
1.35. Slwp Drawings--AII drawings, diagrams,
Illustrations, schedules and other data or information
which are specifically prepared or assembled by or for
CONTRACTOR and submitted by CONTRACTOR to
illustrate some portion of the Work.
1.36. Specifications —Those portions of the Contract
Documents consisting of written technical descriptions of
materials, equipment, construction systems, standards and
workmanship as applied to the Work and certain
administrative details applicable thereto.
1.37. Subcontractor —An individual, firm or corporation
having a direct contract with CONTRACTOR or with any
other Subcontractor for the performance of a part of the
Work at the site.
1.38. Substantial Completion --The Work (or a
specified pan thereof has progressed to the point where.
in the opinion of ENGINFER as evidenced by
ENGINEER's definitive certificate of Substantial
Completion, it is sufficiently complete, in accordance with
the Contract Documents, so that the Work (or specified
part) can be utilized for the purposes for which it is
intended; or if no such certificate is issued), when the
Work is complete and ready for final payment as
evidenced by ENCr1NEER's written recommendation of
final payment in accordance with paragraph 14.13. The
terms "substantially complete" and "substantially
completed" as applied to all or part of the Work refer to
Substantial Completion thereof
1.39. Supplementary Conditions —The pan of the
Contract Documents which amends or supplements these
General Conditions.
1.40. Supplier —A manufacturer, fabricator, supplier,
distributor, materiahnan or vendor having a direct contract
with CONTRACTOR or with any Subcontractor to
furnish materials or equipment to be incorporated in the
Work by CONTRACTOR or any Subcontractor.
1.41. Underground Facilities —All pipelines, conduits,
ducts, cables, wires, manholes, vaults, tanks. tunnels or
other such facilities or attachments, and any encasements
containing such facilities which have been installed
underground to furnish any of the following services or
materials: electricity, gases, steam. liquid petroleum
products, telephone or other communications, cable
television, sewage and drainage removal, traffic or other
control systems or water.
1.42. flint Price Work —Work to be paid for on the basis
of unit prices.
1.43. Rork —The entire completed construction or the
various separately identifiable parts thereof required to be
furnished under the Contract Documents. Work includes
and is the result of performing or furnishing labor and
furnishing and incorporating materials and equipment into
the wmtructim and perform ing or furnishing services and
furnishing documents, all as required by the Contract
Documents
1.44. Work Change Directive —A written directive to
CONTRACTOR, issued cn or after the Effective Date of
the Agreement and signed by OWNER and recommended
by ENGINEER. ordering an additicrn deletion or revision
in the Work or responding to differing or unforeseen
physical conditions under which the Work is to be
performed as provided in pawgraph4.2 or 4.3 or to
emergencies under paragraph 6.23. A Work Change
Directive will not change the Contract Price or the Contract
Times, but is evidence that the parties expect that the
change directed or documented by a Work Change
Directive will be incorporated in a subsequently issued
Change Cider following negotiations by the parties as to its
effect, if any, on the Contract Price or Contract Tines as
provided in paragraph 10.2.
1 A5. W7itten Amendment—.4 written amendment of the
Contract Documents, signed by OWNER and
CONTRACTOR on or after the Effective Date of the
Agreement and normally dealing with the noncngi Bering
or nontechnical rather than strictly construction -related
aspects of the Contract Documents.
ARTICLE 2—PRELIMINARYMATTERS
Delivery of Bonds:
2A When CONTRACTOR delivers the executed
Agreements to OWNER. CONTRACTOR shall also
deliver to OWNER such Bonds as CONTRACTOR may
be required to furnish in accordance with paragraph 5.1.
Copies ofDocaments.•
22 OWNER shall furnish to CONTRACTOR up to ten
copies (unless otherwise specified in the Supplementary
Conditions) or the Contract Documents as are reasonably
necessary for the execution of the Work. Additional copies
will be furnished, upon request, at the cost of reproduction.
Commencement of Contrary Times; Notice to Proceed
2.3. The Contract Times will commence to run on the
thirtieth day after the Effective Date of the Agreement, or,
FJCDC (]D*XAL CONDITIONS 19104 (1990 Edtim)
M CITY OF FORT COLLINS MODIFICATIONS (REV 42000)
if a Notice to Proceed is given, on the day indicated in the
Notice to Proceed. A Notice to Proceed may be given at
any time within thirty days after the Effective Date of the
Agreement. in nevent w4l he Gentraet Tim
of Bid opening or the thirtiethdey-after-tho-EfleetiveTgete
of-ihe:Agreement vhieheverdate-isewlier
Starting the Work:
2A. CONTRACTOR shall start to perform the Wok
on the date when the Contract Times commence to run,
but no Work shall be done at the site prior to the date on
which the Contract Timm commence to run
Before Martmg Consirreetion:
2.5. Before undertaking each part of the Work,
CONTRACTOR shall carefully study and compare the
Contract Documents and check and verify inert
figures shown thereon and all applicable field
measurements. CONTRACTOR shall promptly report in
writing to ENGINEER aT conflict, error, ambiguity or
discrepancy which CONTRACTOR may discover and
shall obtain a written interpretation or clarification from
ENGINEER before proceeding with any Work affected
thereby; however, CONTRACTOR shall not be liable to
OWNER or ENGINEER for failure to report any conflict,
error, ambiguity or discrepancy in the Contract
Documents, unless CONTRACTOR knew or reasonably
should have known thereof
2.6. Within ten days after the Effectve Date of the
Agreement (unless otherwise specified in the General
Requirements), CONTRACTOR shall submit to
ENGINEER for review:
2.6.1. a preliminary progress schedule indicating
the times (numbers of days or dates) for starling and
oompleting the various stages of the Work, including
any Milestones specified in the Contract Documents;
2.6.2. a preliminary schedule of Shop Drawing and
Sample submittals which will list each required
submittal and the times for submitting, reviewing and
processing such submittal;
�.62.1„_ In no case will a schedule be
acceptable which allows less than 21 calendar
revs for each review by Ent ineer.
2.6.3. A preliminary schedule of values for all of
the Work which will include quantities and prices of
items aggregating the Contract Price and will
subdivide the Work into component parts in sufficient
detail to serve as the basis for progress payments
during construction Such prices will include an
appropriate amount of overhead and profit applicable
to each item of Work.
2.7. Before any Work at the site is started.
CONTRACTOR and Q;W shall eaeh deliver to the
ether OWNER with copies to
identified in the Supplementary Conditions FTIGINEER
certificates of insurance (and other evidence of insurance
requested by_ OWNER) which
CONTRACTOR is required
to purchase and maintain in accordance with
paragraphs 5.4-5:6-aM 5:7.
Preconstruchan Conference:
2.8. Within twenty days after the Contract Tunics scan to
run, but before any Work at the site is started, a conference
attended by CONTRACTOR ENGINEER and others as
appropriate will be held to establish a working
undcrstarding, among the parties as to de Work and to
discuss the schedules referred to in pamgraph 2.6,
procedures for handling Shop Drawings and other
submittals processing Apphoatioas for Payment and
maintaining required records.
Initingy Acceptable Schedules:
2.9, Unless otherwise provided in the Contract
Documents
App{ieetien-fed-aaayment before any work at the site begina
a conference attended by CONTRACTOR, ENGINEER
and others as apprc>prrete designated by OWNER will be
held to review Orr to ENGINEER as provided
below the schedules submitted in accordance with
paragraph 2.6. �d�vj;jp�] -General Reat ugments.
CONTRACTOR shall have an additional ten days to make
corrections and adjustments and to complete and resubmit
the schedules. No progress payment shall be made to
CONTRACTOR until the schedules are submitted to and
acceptable to ENGINEER as provided below. The
progress schedule will be acceptable to ENGINEER as
providing an orderly progression of the Work to
completion within any specified Milestones and the
Contract Times, but such acceptance will neither impose on
ENGINEER responsibility for the sequenci% scheduling
or progress of the Work nor interfere with or relieve
CONTRACTOR from CONTRACTOR's full
responsibility therefor. CONTRACTOR's schedule of
Shop Drawing and Sample submissions will be acceptable
to ENGINEER as providing a workable arrangement for
reviewing and processing the required submittals
CONTRACTOR's schedule of values will be acceptable to
ENGINEER as to form and substance.
ARTICLE 3—CONTRACT DOCUMENTS: INTENT,
AMENDING, REUSE
Intent
3.1. The Contract Documents comprise the entire
agreement between OWNER and CONTRACTOR
concerning the Work The Contract Documents are
complementary: what is called for by me is as binding as if
called for by all. The Contract Documents will be
mnstnred in accordance with the law of the place of the
Project.
32. It is the intent of the Contract Documents to
EXDC OENEEF At. CONDMONSS 1910-8 (1990 Edition)
wl CITY OF FORT CX)U 1NS MODII7CATION3 OtEV 4/2000)
describe a functionally complete Project (or pan thereof)
to be constructed in accordance with the Contract
Documents. Any Work materials or equipment that may
reasonably be inferred from the Contract Documents or
from prevailing custom or trade usage as being required to
produce the intended result will be furrushed and
performed whether or not specifically called for. When
words or phrases which have a well-known technical or
construction industry or trade meaning are used to
describe Work. materials or equipment, such words or
phrases shall be interpreted in accordance with that
meaning. Clarifications and interpretations of the Contract
Documents shall be issued by ENGINEER as provided in
paragraph 9.4.
33. Reference to Standards and SpecifrmSons of
Technical Societies, Reporting and Resolving
Discrepancies•
33.1. Reference to standards, specifications,
manuals a codes of any technical society, organization
or association, or to the Laws or Regulations of env
governmental authority, whether such reference be
specific or by implication, shall mean the latest
standard, specification, manual, code or Laws or
Regtdatiom to elleot at the time of opening of Bids (or,
on the Effective Date of the Agreement if there were
no Bids), except as may he otherwise specifically
stated in the Contract Documents
3.3.2. It during the performance of the Work,
CONTRACTOR discovers any conflict, error,
ambiguity or discrepancy within the Contract
Documents or between the Contract Documents and
any provision of any such Law or Regulation
applicable to the performance of the Work or of any
such standard, specification, manual or axle or of any
instruction of any Supplier referred to in paragraph 6.5.
CONTRACTOR shall report it to ENGINEER in
writing at once, and, CONTRACTOR shall not
proceed with the Work affected thereby (except in an
emergency as authorized by paragraph 6.23) until an
amendment or supplement to the Contract Documents
has been issued by one of the methods indicated in
paragraph 3.5 or 3.6; provided however, that
CONTRACTOR shall not be liable to OWNER or
ENGINEER for frtilure to report any such conflict,
error, ambiguity or discrepancy unless
CONTRACTOR knew or reasonably should have
known thereof.
3.3.3. Except as otherwise specifically stated in the
Contract Documents or as may be provided by
amendment or supplement thereto issued by one of the
methods indicated in paragraph3.5 or 3.6. the
provisions of the Contract Documents shall take
precedence in resolving any conflict, error, ambiguity
or discrepancy between the provisions of the Contract
Documents and.
3.3.3.1. the provisions of any such standard,
specification, manual, code or instruction (whether
or not specifically incorporated by reference in the
Contract Documents): or
3.3.3.1. the provisions of any such Laws or
Regulations applicable to the performance of the
Work (unless such an interpretation of the
provisions of the Contract Documents would result
in violation of such Law or Regulation).
No provision of any such standard, specification, manual,
cork or instruction shall be effective to change the duties
and responsibilities of OWNER, CONTRACTOR or
ENGINEER. or any of their subeantractors, cormhants,
agents or employees from those set forth in the Contract
Documents, nor shall it be effective to assign to OWNER,
ENGINEER or any of FNGIN'EFR's Consultrnts, agents or
employees any duty or authority to supervise or direct the
furnishing or performance of the Work or any duty or
authority to undertake responsibility inconsistent with the
provisions of paragraph 9.13 or any other provision of the
Contract Documents.
3.4. Whenever in the Contract Documents the terms "as
ordered", "as directed", "as required", "as allowed", "as
approved" or terms of like effect or import are used, or the
adjectives "reasonable", "suitable". "acceptable", "proper"
or "satisfactory" or adjectives of like effect or import are
used to describe a requirement, direction, review or
judgment of ENGINEER as to the Work, it is intended that
such requirement, direction, review or judgment will be
solely to evaluate, in general, the completed Work for
compliance with the requirements of and information in the
Contact Documents and conformance with the design
concept of the completed Project as a functioning whole as
shown or indicated in the Contract Documents (unless there
is a specific statement indicating otherwise). The use of
any such term or adjective shall not be effective to assign to
ENGINEER any duty or authority to supervise or direct the
famishing or performance of the Work or any duty or
authority to undertake responsibility contrary to the
provisions of paragraph 9.13 or any other provision of the
Contract Documents.
Amending and Supplementing Conoud Documents
3.5. The Contract Documents may be amended to
provide for additions, deletions and revisions in the Work
or to modify the terms and conditions thereof in one or
more of the following ways:
3.5.1. a formal Written Amendmcnt,
3.5.2. a Change Order (pursuant to paragraph 10.4),
or
EICDC CIDIERAL COMMT1ors 19104t (1990 Edtim)
x/ CITY OF FORT COLLIIIS MODIRCATIOt1S QtEV 42000)
3.5.3. a Work Change Directive (pursuant to
paragraph 10.1).
3.6. In addition, the requirements of the Contract
Documents may be supplemented, and mina variations
and deviations in the Work may be atnhariad, in one or
more of the following ways:
3.6.1. A Field Order (pursuant to paragraph 9.5),
3.6.2. ENGINEER's approval of a Shop Drawing or
Sample (pursuant to paragraphs 6.26 and 6.27). or
3.6.3. ENGINEER's written interpretation or
clarification (pursuant to pamgtaph 9.4).
Reuse ojDocumentL
3.7. CONTRACTOR, and anv Subcontractor or
Supplier or other person or organisation performing or
furn firing any of the Work under a direct or irdlrect
contract with OWNER (i) shall not have or acquire any
title to or ownership rights in any of the Drawings,
Specifications or other docranents (or copies of any
thereof) prepared by or bearing the seal of ENGINEER or
FNGINF.F.R's Consultant, and (ii) shall not reuse arty of
such Drawings, Specifications, other documents or copies
on eMensions of the Project or any other project without
written consent of OWNER and ENGINEER and specific
written verification or adaptation by ENGINFFR.
ARTICLE 4-AVAILABILITY OF LANDS;
SUBSURFACE AND PHYSICAL CONDITIONS;
REFERENCE POINTS
Aradabillty of Lands:
4.1. OWNER shall furnish, as indicated ated in the Contract
Documents, the lands upon which the Work is to be
performed, rights -of -way and easements for access
thereto, and such other lands which are designated for the
useofCONTRACTOR ilponreasoaable-wratenrequest,
statement of -k gal%asariptaxro€the
lards -upon which -the,- �lktrk-is-b-be-fixmdcl �arKl
OWAER's-interest-therein an-rneessary-for-gvirw-rota x
of-or-fFling--e-madtertiE's-4iert--egeirtat-rusk-lards-art
OWNER shall identify any encumbrances at restrictions
not of general application but specifically related to use of
lands so furnished with which CONTRACTOR will have
to comply in performing the Work. Easements for
permanent structures or permanent changes in existing
facilities will be obtained and paid for by OWNER, unless
otherwise provided in the Contract Documents. If
CONTRACTOR and OWNER are unable to agree on
entitlement to or the amount or extent of any adjustments
in the Contract Price or the Contract Times as a result of
any delay in OWNER's furnishing these lands, rights -of -
way of easements, CONTRACTOR may make a claim
therefor as provided in Articles 11 and 12.
The hot mix asphalt top layer shall not contain any reclaimed or recycled asphalt pavement.
Hot mix asphalt for patching shall conform to the gradation requirements for Hot Mix Asphalt (Grading
S) (100).
To prevent stripping, 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 at the location specified in Method B of CP-41.
Subsection 403.03 shall include the following:
The Contractor shall construct the work such that all roadway pavement placed prior to the time paving
operations
end for the year, shall be completed to the full thickness required by the plans. The Contractor's
Progress Schedule shall show the methods to be used to comply with this requirement.
Delete subsection 403.05 and replace with the following:
403.05 The accepted quantities of hot mix asphalt will be paid for in accordance with subsection 401.22,
at the contract unit price per ton for the bituminous mixture.
Payment will be made under:
Pay Item Pay Unit
Hot Mix Asphalt (Patching) (Asphalt) Ton
Hot Mix Asphalt (Grading S) (75) (PG 64-22) Ton
Hot Mix Asphalt (Grading S) (75) (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 measured and paid for
separately, but shall be included in the work. When the pay item does not include the PG binder grade,
asphalt cement will be measured and paid for in accordance with Section 411. Asphalt cement used in
Hot Mix Asphalt (Patching) will not be measured and paid for separately, but shall be included in the
work.
Excavation, preparation, and tack coat of areas to be patched will not be measured and paid for
separately, but shall be included in the work.
Addendum 1
8125 Intersection Improvements at Vine & Shields Page 8 of 31
CONTRACTOR shall provide for all additional lands and
aura thereto that may be required for temporary
construction facilities or storage of materials and
equipment.
J.Z. Subsurface and Physical Conditions:
4.2.1. Reports and Drawings: Reference is made to
the Supplementary Coalitions for identification of:
4.2.1.1. Subsurface Con&lions. Those reports of
explorations and tests of subsurface conditions at or
contiguous to the site that have been utilized by
ENGINEER in preparing the Cuntract Documents,
and
4.2.1.2. Physical Conditions: 'Those drawings of
physical conditions in or relating to existing surface
or subsurface structures at or contiguous to the site
(except Underground Facilities) that have been
utilized by ENGINEER in preparing the Contract
Documents.
4.2.2. Limited Reliance by CONTRACTOR Authorized. -
Technical Data: CONTRACTOR may rely upon the
general accuracy of the "technical data" contained in such
repots and drawings, but such repots and drawings are not
Contract Documents. Such "technical data" is identified in
the Supplementary Conditions. Except for such reliance on
such "technical data", CONTRACTOR may not rely upon
or make any claim against OWNER ENGINEER or any of
ENGINEER's Consultants with respect to:
42 2.1. the completeness of such reports and
drawings for CONTRACTOR's purposes
including, but not limited to, any aspects of the
means, methods, techniques, sequences and
procedures of construction to be employed by
CONTRACTOR and safety precautions and
programs incident thereto, or
41.2.1. other data interpretations, opinions
and information contained in such reports or shown
or indicated in such drawings, or
4.2.23. any CONTRACTOR interpretation of
or conclusion drawn from any "technical data" or
any such data, interpretations. opinions or
information.
4.2.3. Notion of Differing Subsurface or Physical
Condtianr if CONTRACTOR believes that any
subsurface or physical condition at or contiguous to the site
that is uncovered or revealed either.
41.3.1. is of such a nature as to establish that
any "technical data" on which CONTRACTOR is
entitled to rely as provided in paragraphs 4.2.1 and
4.2.2 is materially inaccurate, or
4.2.3.2. is of such a nature as to require a
change in the Contract Documents, or
4.2.33. differs materially from that shown or
VCDC UENER.U. CONDITIONS 19108 (1990 Edition)
wi CITY OF FORT COLLINS MODIFICATIONS (REV 42000)
indicated in the Contract Documents, or
4.2.3.4. is of an unusual nature, and differs
materially from conditions ordinarily encountered
and generally recognized as inherent in work of
the character provided for in the Contract
Documents; then
CONTRACTOR shah, promptly it Itlediately after
becoming aware thereof and before further disturbing
conditions affected thereby or perfuming any Work in
connection therewith (except in an emergency as
permitted by paragraph 6.23), notify OWNER and
EIIGTNEER in writing about such condition.
CONTRACTOR shall not further disturb such conditions
or perform any Work in connection therewith (except as
aforesaid) until receipt of written order to do so.
42.4, ENGINEERS Review: ENGINEER will
promptly review the pertinent conditiom determine the
necessity of OWNER'S obtaining additional exploration or
tests with respect thereto and advise OWNER in writing
(with a copy to CONTRACTOR) of ENGINEER'S
findings and conclusions.
4.2.5. Possible Contract Documents Change: If
ENGINEER concludes that a change in the Contract
Documents is required as a result ora condition that meets
one or more of the categories in paragraph 4.2.3. a Wok
Change Directive or a Change Order will be issued as
provided in Article 10 to reflect and document the
consequences of such change.
4.2.6. Possible Price and Trines Az#ustments. An
equitable adjustment in the Contract Prim or in the
Contract Times, or both, will be allowed to the extent that
the existence of such uncovered or revealed condition
causes an increase or decrease in CONTRACTOR'S cog
of, or time required for performance o[ the Work; subject,
however, to the following
4.2.6.1. such coalition must meet any one or
more of the categories described in
paragraphs 4.2.3.1 through 4.2.3.4, inclusive;
4.2.6.1 a change in the Contract Documents
pursuant to paragraph 42.5 will not be an
automatic authorization of nor a condition
precedent to entitlement to any such adjustm ent;
4.2.6.3. with respect to Work that is paid for
on a Unit Price Basis• any adjustment in Contract
Price will be subject to the provisions of
paragraphs 9.10 and 11.9; and
4.2.6.4. CONTRACTOR shall not be entitled
to any adjustment in the Contract Price or Times
if;
4.2.6.4,1. CONTRACTOR knew of
the existence of such conditions at the
time CONTRACTOR made a final
commitment to OWNER in raped of
Contract Price and Contact Times by the
submission of a bid or becoming bound
under a negotiated contract, or
4.2.6.4.2. the existence of such
condition could reasonably have been
discovered or revelled as a result of any
examination, investigation, exploration,
test or study of the site and contiguous
areas required by the Bidding
Requirements or Contract Documents to be
conducted by or for CONTRACTOR prior
to CONTRACTOR's making such final
commitment; or
4.2.6.4.3. CONTRACTOR failed to
give the written notice within the time and
as required by paragraph 4.2.3.
If OWNER and CONTRACTOR are unable to agree on
entitlement to or as to the amount or length of any such
equitable adjustment in the Contract 1?rice or Contract
Times, it claim may be made therefor as provided in
Articles 11 and 12. However, OWNER, ENGINEER and
hTIG1NEER's Consultants shall not be liable to
CONTRACTOR for any claims, coats, losses or damages
sustained by CONTRACTOR on or in connection with any
other project or anticipated project.
43. Physical Condtions-Underground Facilities:
4.3.1. Shown or Indcared.• The information and data
shown or indicated in the Contract Documents with
respect to existing Underground Facilities at or
contiguous to the site is based on information and data
furnished to OWNER or ENGINEER by the owners of
such Underground Facilities or by others. Unless it is
otherwise expressly provided in the Supplementary
Conditions:
431 1. OWNER and ENGINEER shall not be
responsible for the accuracy or completeness of any
such information or data; and
43.1.2. The cost of all of the following will be
included in the Contract Price and CONTRACTOR
shall have full responsibility for: (i) reviewing and
checking all such information and data, (il) locating
all Underground Facilities shown or indicated in the
Contract Documents,(iii) coordination of the Work
with the owners of such Underground Facilities
during construction, and (iv) the safety and
protection of all such Underground Facilities as
provided in paragraph620 and repairing any
damage thereto resulting from the Work.
4.3.2. Not Shown or Indcated.- If an Underground
Facility is uncovered or revealed at or contiguous to
the site which was trot shown or indicated in the
Contract Documents, CONTRACTOR shall, promptly
immediately after becoming aware thereof and before
further disturbing conditions affected thereby or
performing any Work in connection therewith (except
in an emergency as required by paragraph6.23).
identify the owner of such Underground Facility and
EJCDC GENERAL CONDITIONS 19103 (1990 E(kim)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 412000)
give written notice to that owner and to OWNER and
ENGINEER ENGINEER will promptly review the
Underground Facility and determine the o¢en L if
any, to which a change is required in the Contract
Documents to reflect and document the consequences
of the existence of the Underground Facility. If
ENGINEER concludes that a change in the Contract
Documents is required, a Wort: Change Directive or a
Change Order will be issued as provided in Article 10
to reflect and document such consequences. During
such time, CONTRACTOR shall be responsible for
the safety and protection of such Underground
Facility as provided in paragraph 6.20.
CONTRACTOR skill may be allowed an increase in
the Contract Price or an extension of the Contract
Times, or both, to the extent that they are attributahlc
to the existence of any Underground Facility that was
not shown or indicated in the Contract Documents
and that CONTRACTOR did not know of and could
not reasonably have been expected to be aware of or
to have anticipated. If OWNnt CONTRACTOR
are unable to agree on entitlement to or the amount or
length of any such adjustment in Contract Price or
Contract Times, CONTRACTOR may make a claim
therefor as provided in Articles I and 12. However,
OWNER, ENGINEER and ENGTNEER's
Consultants shall not be liable to CONTRACTOR for
any claims, costs, losses or damages incurred or
sustained by CONTRACTOR on or in connection
with any other project or anticipated project.
Reference Points:
4.4. OWNER shall provide engineering surveys to
establish reference points for construction which in
ENGINE s judgment are necessary to enable
CONTRACTOR to proceed with the Work.
CONTRACTOR shall be responsible for laying out the
Work, shall protect and preserve the established reference
points and shall make no changes or relocations without
the prior written approval of OWNER CONTRACTOR
shall report to ENGINEER whenever any reference point
is lost or destroyed or requires relocation because of
necessary changes in grader or locations, and shall be
responsible for the accurate replacement or relocation of
such reference points by professionally qualified
personnel.
4.5. Asbestos, PCBs, Peroleam, Hazardous Waste or
Radioactive Material:
4.5.1. OWNER shall be responsible for any
Asbestos, PCBs, Petroleum, Hazardous Waste or
Radioactive Material uncovered or revealed at the site
which was not shown or indicated in Drawings or
Specifications or identified in the Contract
Documents to be within the scope of the Work and
which may present a substantial danger to persons or
property exposed thereto in connection with the Work
at the site. OWNER shall not be responsible for any
such materials brought to the site by
CONTRACTOR, Subcontractors, Suppliers or
anyone else for whom CONTRACTOR is
responsible.
43�2-f '4-TILAC,T-OR shell immediately; -(i)-stop all
much-notice...in-writing) -- 0;k"N'ER- shall -promptly
eaanvetit-with-£1dGLNER�.rxnernirp;tFte-necessity-for
F3t?.TR-to ratairt a[ptaltCtad axperEto evaluate- such
CONTRACTOR shall -not bL- uired to resume Work
iF-inarw
anv-r red --permits related -thereto -and -delivered -to
thy-aayy-aAeetect-area-15 OF kats been
rendered sale far the .
(ii}spncifyingarty spacial oomlitiom taderwhiahsuch
Work
be
E�A'FRma�6T9R eesumed safaiym if 03AWWR and
EmnuF
the MOUN Of
Wont-stoppage-nr-m+sh-'sperich-eanditioris.,,,,d�,-..,,_ •.a, ^h
to
to he FeSUM
e$
ores-prewdad in
ARielea-l-f-Ind -I I
CON-PRACTOR-dges-not agnse to resume such wrxk
-&vs-not
ergeo r-•-
--F_ - of
-1 {_
condition-.;' ••,ph .. N'..�. �d nr.._ * L.. deIete"ent
agree as to entitlement to or the amount or e)<tent of -an
44he-W k;-kkain
either-party-may-makea-claim, then>foFas-lsovide4-in
trial,
portion- c f the -Work- -performed by OWNER'S -own
Domasor.Nhers ina"ordktnce with Article 7
red -by -haws -and
Regulations:--0WNIER shall-indenttufy and -hold
harmless _--COATRACT'OD----Subcimtmctors,
CAIGRiFEF L4tGPTE W9 r.._....I..._.., and .ham.
officers.- -directors. -employees.. __.agents. �tther
arrewltank;-oral- nulxomnwl<as-d�-wtub-and-ony-al'
Them -from -oral against all claims,--costs;-losses-and
damages -arsing--out-.o€-a- resupetg -from-such
hasrdous+Ieaditiaa.�roY-idecl-that-{�}anY-st+eh-alt>im:
cost, -loss a- damage is attributable- to bodily..mjury.
of ..._era., .. (other then the v err& . _el)
including--the�loss-ol-use -resulting-Iherelrcun. and
(igrtething-in this -subparagraph -43:4-shall-obligate
OWNER -to indernmWarly perun-csentity-from -arid
own neghgencr
1.5.5. TL hs A 2 I 1 ] .
a�rovisidats-�f�a.oP�,.n--.,_ ,a>o�-r�--m.,
not ded to rppl. Ashester PCBs; Pelmleurn
UMCGOORAL CONDrnotu Islas (1990 E(lition)
w/aTY OF FORTOC)UJ SRIODIrICATIONS[REV4R000)
ARnCLE S--DONDs Aim ESISURANCE
Performance, Payment and Other Bonds:
5.1. CONTRACTOR shall furnish Performance and
Payment Bonds, each in an amottrtt at least equal to the
Contract Price as security for the faithful performance and
payment of all CONTRACTORS ubliRations under the
Contract Documents. These Bonds Sher I remain in effect
at least until one year after the date when final payment
becomes due, except as provided otherwise by Laws or
Regulations or by the Contract Documents.
CONTRACTOR shall also furnish such other Bonds as
are required by the Supplementary Conditions. All fonds
shall be in the form prescribed by the Contract Documents
except as provided otherwise by Laws or Regulations and
shall be executed by such sureties as are named in the
current list of "Companies Holding Certificates of
Authority as Acceptable Sureties on Federal Broods and as
Acceptable Reinsuring Companies" as published in
Circular 570 (amended) by the Audit Staff: Bureau of
Government Financial Operations, U S. Treasury
Department. All Bonds signed by an agent must be
accompanied by a certified copy of such agent's authority
to act.
5.2. If the surety on any Bond furnished by
CONTRACTOR is declared a bankrupt or becomes
insolvent or its right to do business is terminated in any
state where any part of the Project is located or it ceases to
meet the requirements of paragraph 5.1, CONTRACTOR
shall within ten days thereafter substitute another Bond
and surety, both of which must be acceptable to OWNER.
5.3. Licensed Sureties and Insurers; CerYiftantes of
Insurance:
5.3.1. All Bonds and insurance required by the
Contract Documents to be purchased and maintained
by OWNER or CONTRACTOR shall be obtained
from surety or insurance companies that are duly
licensed or authorized in the jurisdiction in which the
Project is located to issue Bonds or insurance policies
for the limits and coverages so required Such surety
and insurance companies shall also meet such
additional requirements and qualifications as may be
provided in the Supplementary Conditions.
53.2. CONTRACTOR shall deliver to OWNER,
with copies to each additional insured identified in the
Supplementary Conditions, certificates of insurance
(and other evidence of insurance requested by
OWNER or any other additional insured) which
CONTRACTOR is required to purchase and maintain
in accordance with paragraph 5.4. OWNER- stroll
additional-tnsued-idcmdied-ut-tle Supplementary
-. E;etralitians.-eertifie of any either addrtiensl ifarfed) whieh OWNER
CONTRACTOR's Liability Insoance.•
5.4. CONTRACTOR shall purchase and maintain such
liability and other insurance as is appropriate for the Work
being performed and furnished and as will provide
protection from claims set forth below which may arise out
of or result from CONTRACTOR's performance and
furnishing of the Work and CONTRACTOR's other
obligations under the Contract Documents. whether it is to
be performed or furnished by CONTRACTOR, any
Subcontractor or Supplies, or by anyone directly or
indirectly employed by env of them to perform or furnish
any of the Work, or by anyone for whose acts any of then
may be liable:
5.4.1. claims tinder workers' compensation disability
benefas and other similar employee benefit acts;
5.4.2. claims for damages berausc of bodily injury,
occupational sic nests or disease, or death of
CONTRACTOR's employees,
5.43. claims for damages because of bodily injury,
sickness or disease, or death of any person other than
CONTRACTOR's employees;
e. A-. oaaas-for-damages--insured--by-customary
a ... /. ,.r .,....rc ^sedireetlyts
r
indiraetty reletpl wment of uch perrson-kx
G(*P;P,.A9F0R.--er- by any other person for any
5.4.5. claims for damages, other than to the Work
itself: because of injury to or destruction of tangible
property wherever locate including loss of use
resulting therefrom; and
5.4.6. claims for damages because of bodily injury or
death of any person or property damage arising out of
the ownership, maintenance or use of any motor
vehicle.
The policies of insurance so required by this paragraph 5.4
to be purchased and maintained shall:
5A 7. with respect to irsumnce required by
paragraphs 5.43 through S.4.6 inclusive arui 5.4.9,
include as additional insureds (subject to any
customary exclusion in respect of professional
liability), OWNER ENGINEER ENGINEER's
Consultants and any other persons or entities identified
in the Supplementary Conditions, all of whom shall be
listed as additional insureds, and include coverage for
the respective officers and employees of all such
additional insureds;
5.4.8. include the specific coverages and be written
for not less than the limits of liability provided in the
Supplementary Conditions or required by Laws or
Regulations, whichnever is greater,
5.4.9. include completed operations insurance;
EJCDC GENERAL CONDITIONS 191" (1990 E66M)
w/ CITY OF FORT COLUM MODIFICATIONS (LEY 412000)
54.10. include contractual liability insurance
covering CONTRACTOR's indemnity obligations
under Para graphs 6.12, 6.16 and 6.31 through 6.33;
5.4.11. contain a provision or endorsement that the
coverage afforded will not be cancelled materially
changed or renewal refused until at least thirty days'
prior written notice has been given to OWNER and
CONTRACTOR and to each other additional insured
identified in the Supplementary Conditions to whom
a certificate of insurance has been issued (and the
certificates of insurance furnished by the
CONTRACTOR pursuant to paragraph 5.3 2 will so
provide);
5.4,12. remain uh effect at least until final payment
and at all times thereafter when CONTRACTOR may
be correcting. removing or replacing defective Work
in accordance with paragraph 13.12; and
5.4.13. with respect to completed operations
insurance, and any insurance coverage written on a
claims -made basis, remain in effect for at least two
years after final payment (and CONTRACTOR shall
furnish OWNER and each other additional insured
identified in the Supplement= Conditions to whom
a certificate of imsumnce has been issued evidence
satisfactory to OWNER and any such additional
insured of continuation of such insurance at final
payment and one year thereafter).
OiL1VER's Liability Insurance.,
5.5. In addition to insurance required to be provided
by CONTRACTOR under paragraph 5A, OWNEFL at
OWNER's option, may purchase and maintain at
OWNER's expense OWNER's own liability insurance as
will protect OWNER against claims which may arise from
operations under the Contract Documents,
Propertr Insurance.
Sf>>.- I�nlris-oFFt.�wive-provided-et-thz-Suepkawnmry
Conditions, OWNER--shall--purchase-and-ma ntain
s€-Flit-fi+ll repincrnmx...east--thseof-(subjrtx�o-such
deducuble - emcwnns - as may-bee-ltrevidnrl--vr--the
Suppiementarj^-Conditions or- rtgn:rcil-by--)=eras-aril
Regulations).--This-insurance shill:
3.{r, i—atol ude-�e -�aerests--ef-9lVNER.
enttlied-tole }-Ccnnditions,
each of whom isdeemrd-tohavratrinsurable-interest
ortd-AAI-Vielisted asan-insured or-additicxal4risunhd;
c 6 2. be-m rr'on-e -l3ud icl S-ita91�"911 F 9k"-or
shall- at -least- nc
the -following- peakfire, lightning, exten-dd
.xwaraga: t3tel}.-�awdalsnr end -malicious -mischief,
kegulatiW1
wa .1..__,.. __.1riLsPes-fnay be
§G3- inclaek-ecpemes- irlearred irx the --repair .or
replacomentof any-irtetued-property-(ineludulg Last -not
i:_ita j to vat. and charges o �ii.eers-anti
erahitects)
crateanother-location-that-was-eWeed-to-un =vtgby
#peientiiav,- en
mmended
r�TlNfSb]:arid
56 5 be fil-f}Ael--payrr enl-LS
made unless otherwise agree t � I n 14, kimp �;,
thirty dq4 written ri3dEiitlOnai
ks- -
uea
and matntain-such bo lcv
and
es-may-be-iequuLd by the-Supplemealtary Cnaditiuns-car
(Arrla +nwrrn A rvrno P. L_..... { Enwnpw ck;
ta-deenr'a..(Dlcintlisted „_
red-
maintauKd by4DVR4BR:and -in-aswrdense-with paragraphs-t:G
5.7 ill ___,..__ _PfEwr en _.e_-� ,,. L. th
..-a$or�lee�wll not-be-camMlad-or--materielly
clapped ve-renewal-rafused-until-at-least-ihirty-dsys'_prior
written- -notice-- has- bee"eveer- ter-OW34ER-and
l NFR A4.49R _mA . eaelt other
a4d u_1 :ems .w.l a
whom-t-oertificate-of-hmurance-has-.been-ish a -and will
contain- waiver- previsietu -in- accordance- - with
59. OWNER shall not be responsible for purchasing
and maintamme any property insurance to protect the
interests of CONTRACTOR, Subcorttractors or others in
Lie Work to the amen� of a" deductible a-mam's thal. gr�
identified -in the--5upplementerv-Conditions-'the-risk-of
hers -suffering .any
such- and-ire�ny-atf-them-wishes-property -,insurance
eaverage wit}rirr-the-limit¢of such-amount9;_.each--may
purcima end maiNain�Ea4tl+a-pacheser-'srnvrtaxperxa.
6.1�IF6ONT-RAUFOR feyuests-i n special
policies i�uranaa loreinaludad '
poli
.-I be charged to GQ�4RACTORb5 appEopfiia
Change order ^ u�» menent met t
FJCDC GENERAL CONDITIOM 19108 (1990 Edilicia
10 w/ aTY OF FORT COLLI NS MODIFICATIOI-S atEV 4/2000)
wmmansem.�Lt�.Etha Wc1rlE at-Lhaaita; B�Vf*FfiR-shaA in
1-i-k.-OWN$t�and�AN�11�4C�'-0R-ink�eckifieEaB
polieic�a-purshaead-in-ecc�danee-with-pefa�irplis-S�i
Saiia011�8f�IX5.--m�li�v ll�1F31� ��il`r�iFtR�9
., .6�OlY+uhaniSAnd;al'.... pdrs1 ns oliGBS rititims m-Afiod
1... I:.. ..
insureds-or-additional-insureds-irt-sueArpalieies and
damages Caus by the perils Gevered thereby Al
Leh'
�.. LL.�....�3eRk-8f BRj'-I055-Bf-dam@$tl-ille
insure
Lie—ins,,e
agairw!J each Nl.x ...1 theirFew ..fin..
directern,
mipl-ev_v�eas .,,l ng ,.. f .Ail I.....e. ....,1
Qn�-a€-trl ---5 and any
�-waive -11 .-` �I.--gaiRst
sabeanaa�rr>;—€ll�ler�.t, �tN�raR
F,or>su}tams-and$1l-cn#aFpatsans orarrtitiasidanu€icd
payable- under-arty-peHoy-so-issued
5.111 r_ Rd&*Ofl, /llAWEU ..II i._Le..
Aainst_..---CONTRA(7TOR---Subc�-)ntmetam
o€�eees,-�ueetor�-aml�loYees-ancF'nganEs' of-'arty-0f
them;-for-
o�t�ve ear- other-cotisequer that -loss extanding
beyond -direct --physica-l--loss--m -damage-to
arising©utof-or-reKulLing-from-fua ur other-pertk
whathar-nr-nnL-insured by-6WPIF8R_-W%l
3-H�.'t-2--1� - arr-damega�to--tHa-cmnpktod
}�rojesttu-pert'therna
resulti g from fire -or other -insured -peril -covered
Ift
during - --partial-....u€ili�tion -- pursuant - ka
paragraph-l4: I4.--after-Substantial-4ompletion
pursuantto-para�rply-k4%-cu alter- final -payment
Fred u) in
he effect that
ar - n pdamage
[c the --M ..:1 hav
e , rights-4
reeoveq-egeinst-any-et-C-.ONTRAC-Tjo&- Sukatractom
Reeeq#andAMUcadoe ofinatrance Proceeds:
5.12. Any insured loss under the policies of insurance
required by paragraphs 5.6 and 5.7 will be adjusted with
OWNER and made payable to OWNER as fiduciary for the
insureds, as their interests may appear, subject to the
requirements of any applicable mortgage clause and of
paragraph5.13. OWNER shall deposit in a separate
account any money so received, and shall distribute it in
accordance with such agreement as the parties in interest
may reach If no other special agreement is reached the
damaged Work shall be repaired or replaced, the moneys so
received applied on account thereof and the Work and the
cost thereof covered by an appropriate Change Order or
Written Amendment.
5.13. OWNER as fiduciary shall have power to adjust
and settle anv lass with the insurers unless one of the
parties in interest shall object in writing within fifteen days
after the occurrence of loss to OWNER's exercise of this
power. If such objection be made, OWNER as fiduciary
shall make settlement with the insurers in accordance with
such agreement as the parties in interest may reach if no
such agreement among the parties in interest is reached,
OWNER as fiduc any shall adjust and settle the loss with
the insurers and
Accepraace aff3ondc and In.vvanee; Option to Replace:
5.14. If
OWNER has any objection to the coverage afforded by or
other provisions of the Ben&er insurance required to be
purchased and maintained by the other p",
CONTRACTOR in accordance withArticle 5 on the basis
of nonconformance with the Contract Documents, the
objecting -pally --hall sonotrfy theotherparty OWNER will
notiCv Q(2�_MACTOR in writing within tans fftg.M days
after receipt delivery of the certificates for -other -evidence
requested) t-Q OWLJ�R as required by paragraph 2.7,
PrI
other such -additional -information -in -respect of-utsurance
prcwidetl--as-theto4w-may-raasrxarbly-easy.., rf-eiFher
party-doc&rnN-.purchase or. maintain all -of the Bondsand
insurance--required --of - su&--party--by--the --Contract
writing-ofsuoh-failtue-topun�taso-baior-tv flier start of the
eF-remedy; the other-parly-tray-elact 4o abtein-e(Mval nt
Boralsor insurat>ceioprotece saeh otlterty's-interests at
Fhe-expanse of-4he-partv--who-was required-ta provide such
seyffaa•
Gentraet-price-accordingly:
Portia[ Utikmrion-Properly Insurance:
5.15. If OWNER finds it necessary to occupy or use a
portion or portions of the Work prior to Substantial
EJrncOEMi Ai.cormitloxs I910-s t19901idtionh
wa tin of FORT txxraNs MODIFICATIONS patsy naooat
Completion of all the Wort:• such use or occupancy may
be accomplished in accordance with paragraph 14IQ,,
provided that no such use or occupancy shall commence
before the insurers providing the property insurance have
acknowledged notice thereof and in writing effected any
changes in coverage necessitated thereby_ The insurers
providing the property insurance shall consent by
endorsement on the policy or policies, but the property
insurance shall not be cancelled or permitted to lapse on
account of any such partial use or occupancy.
ARTICLE 6-CONTRACTOR'S
RE"NSIMUTIES
Supervision and Supoinrendence:
6.1. CONTRACTOR shall supervise, inspect and
direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and
expertise as may be necessary to perform the Work in
accordance with the Contract Documents.
CONTRACTOR shall be solely responsible for the means,
methods, techniques sequences and procedures of
construction, but CONTRACTOR shall not be responsible
for the negligence of others in the design or specification
of a specific means, method, technique, sequence or
procedure of construction which is shown or indicated in
and expressly required by the Contract Documents.
CONTRACTOR shall be responsible to see that the
completed Work complies accurately with the Contract
Document&
6.2. CONTRACTOR shall keep on the Work at all
times during its progress a competent resident
superintendent, who shall not be replaced without written
notice to OWNER and FTFGHJEFR except under
extraordinary circumstances. The superintendent will be
CONTRACTOR'S representative at the site and shall have
authority to act on behalf of CONTRACTOR All
communications to the superintendent shall be as binding
as if given to CONTRACTOR -
Labor, Materials and Equipment:
6.3. CONTRACTOR shall provide competent,
suitably qualified personnel to survey, lay out and
construct the Work as required by the Contract
Documents CONTRACTOR shall at all times maintain
good discipline and order at the site. Except as otherwise
required for the safety or protection of persons or the
Work or property at the site or adjacent thereto, and
except as otherwise indicated in the Contract Documents,
all Work at the site shall be performed during regular
working hours and CONTRACTOR will not permit
overtime work or the performance of Work on Saturday,
Sunday or arty legal holiday without OWNER's written
consent given after prior written notice to ENGINEER.
CONTRACTOR shall submit requests to the ENGINEER
no less than 48 hens in advance of any Work to be
performed on Saturday. Sunday. Holidays or outside the
Regular Working Hours.
m
6.4. Unless otherwise specified in the General
Requirements, CONTRACTOR shall furnish and assume
full responsibility for all materials. equipment, labor,
transportation, construction equipment and machinery,
tools, appliances, fuel, power, light, heat, telephone, water,
sanitary facilities, temporary facilities and all other
facilities and incidentals necessary for the furnishing,
performance, testing, start-up and completion of the Work
641. Purchasing Restrictions: CONTRACTOR
must comply with the Citv's purchasirg restnctions. A
coov of the resolutions are available for review in the
offices of the Purchasing and Risk Mariagement
Division or the City Clerk's office.
6.4.2. Cement Restrictions: Citv of Fort Collins
Resolution 91-121 requires that suppliers and producers
of cement or ! n ets containing cement to certif}_that
the cement was not made in cement kilns that bum
hazardous waste as a fuel
6.5. All materials and equipment shall be of good
quality and new, except as otherwise provided in the
Contract Documents. All warranties and guarantees
specifically called for by the Specifications shall expressly
run to the benefit of OWNER. if required by ENGINEER,
CONTRACTOR shall furnish satisfactory evidence
(including reports of required tests) as to the kind and
quality of materials and equipment. All materials and
equipment shall bit applied, installed, connected, erected,
used cleaned and conditioned in accordance with
instructions of the applicable Supplier, except as otherwise
provided in the Contract Documents.
Progress Schedule:
G.G. CONTRACTOR shall adhere to the progress
schedluk established in accordance with paragraph 2.9 as it
may be adjusted from time to time as provided below:
6.6.1. CONTRACTOR shall submit to ENGINEER
for acceptance (to the extent indicated in
paragraph 2.9) proposed adjustments in the progress
schedule that will not change the Contract Times (or
Milestones). Such adjustments will conform generally
to the progress schedule then in effect and additionally
will comply with arty provisions of the General
Requirements applicable thereto.
6.6.2. Proposed adjustments in the progress schedule
that will change the Contract Times (or Milestones)
stroll be submitted in accordance with the requirements
of paragraph12.1. Such adjustments may only be
made by a Change Order or Written Amendment in
accordance with Article 12.
6.7. Substitutes and "Or -Equal" Items.
6.7.1. Whenever an item of material or equipment is
specified or described in the Contract Documents by
"sing the name of a proprietary item or the name of a
particular Supplier, the specification or description is
intended to establish the type, function and quality
required Unless the specification or description
E1CUcoENffitAi, cONmnomi910-s o" atim)
12 wi MY OF FORT GOWNS MODa7CAT1ONS atEV 4r2000)
contains or is followed by work reading that no like,
equivalent or "or -equal" item or no substitution is
permitted other items of material or equipment or
material or equipment of other Suppliers may be
accepted by ENGINEER under the following
circumstances:
6.7.1.1. "Or -Equal". If in ENGINEER's sole
discretion an item of material or equipment
proposed by CONTRACTOR is functionally
equal to that named and sufficierdy similar so that
no change in related Work will be required, it may
be considered by ENGINEER as an "or -equal"
item, in which case review and approval of the
proposed item may, in ENGINF.ER's sole
discretion, be accomplished without compliance
with some or all of the requirements for
acceptance of proposed substitute items.
6.7.1.2. Substitute Items. if in FNGINBER's sole
discretion an item of material or equipment
proposed by CONTRACTOR does not qualify as
an "or -equal" item under subpangmph 6.7.1.1, it
will be considered a proposed substitute item.
CONTRACTOR shall submit sufficient
information as provided below to allow
ENGINEER to determine that the item of material
or equipment proposed is essentially equivalent to
that named and an acceptable substitute therefor.
The procedure for review by the ENGINEER will
include the following as supplemented in the
General Requirements and as ENGINEER may
decide is appropriate under the circumstances.
Requests for review of proposed substitute items
of material or equipment will no be accepted by
ENGINEER from anyone other than
CONTRACTOR If CONTRACTOR wishes to
famish or use a substitute item of material or
equipment, CONTRACTOR shall first make
written application to ENGINEER for acceptance
thereof, certifying that the proposed substitute will
perform adequately the functions and achieve the
results called for by the general design, be similar
in substance to that specified and be suited to the
same use as that specified The application will
state the extent, if any, to which the evaluation
and acceptance of the proposed substitute will
prejudice CONTRACTOR's achievement of
Substantial Completion on time, whether or not
acceptance of the substitute for use in the Work
will require a change in any of the Contract
Documents (or in the provisions of any other
direct contract with OWNER for work on the
Project) to adapt the design to the proposed
substitute and whether or not incorporation or use
of the substitute in correction with the Work is
subject to payment of any license fee or royalty.
All variaticros of the proposed substitute from that
specified will be identified in the application and
available maintenance, repair and replacement
service will be indicated The application will
also contain an itemized estimate of all costs or
credits that will result directly or indirectly from
acceptance of such substitute, including casts of
redesign and claims of other contractors affected
by the resulting charge, all of which will be
CONTRACTOR shall verfom not less than 20
considered by Eh1GiNEER in evaluating the
percent o, the Work with its own forces that i
proposed substitute. ENGINEER may require
without subcontractiry . The 20 percent reauirtsn
CONTRACTOR to furnish additional data about
shall be tmderstood to refer to the Work the value of
the proposed substitute.
which totals not less than 20 percent or the Contract
Price.
6.7.13. COMMICTOR's E#wnse: All data to be
provided by CONTRACTOR in support of any
6.8.2. i -the-Suppinmentaw-Condition Bidding
proposed 'or -equal" or substitute item will be at
Documents require the identity of certain
CONTRACTOR's expense
Subcontractors, Suppliers or oiler persons or
organizations (including those who are to furnish the
6.7.2. S» bsutule Construction Medhods or
principal items of materials or equipment) to be
Procedures: If a specific means, method, technique,
submitted to OWNER in -advance of -the -specified
sequence or procedure of construction is shown or
date prior to the Effective Date of the Agreement for
indicated in and expressly required by the Contract
acceptance by OWNER and ENGINEER —and --if
Documents, CONTRACTOR may furnish or utilize a
GG?"'° ^ ^q0R ,.__ _ bmmad _ list thereof '_
substitute means, method, technique, sequence or
a000rdttrtee--with-4ha—Supplementary Conditien:11
procedure of construction acceptable to ENGINEER.
OW NEWS or ENGiNEER's acceptance (either in
CONTRACTOR shall submit sufficient information to
writing or by failing to make written objection thereto
allow ENGINEEi, in ENGiNF.ER's sole discretion, to
by the date indicated for acceptance or objection in
determine that the substitute proposed is equivalent to
the bidding documents or the Contract Duahmaus) of
that expressly called for by the Contract Documents.
arty .
The procedure for review by ENGINEER will be
similar to that provided in subparagraph 6.7.12.
bestir,-eFravastigetien;
/`�Iw ITO n/�l'/1D
6.7.3. Engineer's Evaluation: ENGTNEER will be
iH�6._h ___ AhA11 ....A�a
we grtable su{r.+UWW, -the--Contrsot--Price-will— be
allowed a reasonable time within which to evaluate
adjus�ed by the di ffe.....__ in tom_ ._st ___mooed �..
each proposal or submittal made pursuant to
saalt-su�s[iaxian�rtd--en-appropriate- eng�Order
paragraphs 6.7.1.2 and 6.7.2. ENGINEER will be the
. will
sole judge of acceptability. No "ore I" or
Wrrditute a cunditiut of the Contracts wr.ng the
substitute will I he ordered, installed or utilized without
use of the named subcontractors. sutxhlias or other
ENGINEER's prior written acceptance which will be
rztsrms or organization on the Work unless prior
evidenced by either a Change Order or an approved
written atmoval is obtained from OWNER and
Shop Drawing. OWNER may require
ENGINEER No acceptance by OWNER or
CONTRACTOR to furnish at CONTRACTOR's
ENGTNEFR of any such Subcontractor. Supplier or
expense a special performance guarantee or other
other person or organization shall oanstitute a waiver
surety with respect to any "or -equal" or substitute.
of any right of OWNER or ENGINEER to reject
ENGINEER will record time required by
defective Work.
ENGINEER and ENG]2%=s Corultants in
evaluating substitutes proposed or submitted by
6.9.
CONTRACTOR pursuant to paragraphs 6.7.12 and
6.7.2 and in making charges in the Contract
6.9.1. CONTRACTOR shall be fully rcgxxmble to
Documents (or in the provisions of any other direct
OWNER and ENGINEER for all acts and om scions
contract with OWNER for work on the Project)
of the Subcontactor%, Suppliers and other persons
occasioned thereby. Whether or not ENGINEER
and organizations performing or furnishing any of the
accepts a substitute item so proposed or submitted by
Work under a direct or indirect contract with
CONTRACTOR CONTRACTOR shall reimburse
CONTRACTOR just as CONTRACTOR is
OWNER for the charges of ENGINEER and
responsible for CONTRACTOR's own acts and
ENGMEM's Consultants for evaluating each such
omissions. Nothing in the Contract Documents shall
proposed substitute item.
create for the benefit of any such Subcontractor,
Supplier or other person or organization any
6.8. Concerning Sxbcontractors, Suppliers and
contractual relationship between OWNER or
Others:
ENGINEER and any such Subcontractor, Supplier or
other person or oganvation, nor shall it create any
6.8.1. CONTRACTOR shall not employ any
obligation an [he p rt of OWNER or ENGINEER to
Subcontractor, Supplier or other person or organization
pay or to see to the payment of any moneys due any
(including those acceptable to OWNER and
such Subcontractor, Supplier or other person or
ENGINEER as indicated in paragraph 6.8.2� whether
organization except as may otherwise be required by
initially or as a substitute, against whom OWNER or
laws an l Regulations. OWNER a ENGINEER ma}
ENGINEER may have reasonable objection.
Finnish to am subcontractor, supplier or other »arson
CONTRACTOR shall not be required to employ any
or organization evidence of amounts paid to
Subcontractor, Supplier or other person or organization
CONTRACTOR in accordance with
to furnish or perform any of the Work against whom
CONTRACTOR'S "Applications for Payment".
COlv'TRACTOR has reasonable objection.
EJCDC GENERAL COMMONS 1910-8 (1999 Edtion)
13
w/ aTY OF FORT COLLINS MODIFICATIONS (REV A20001
6.9.1_. CONTRACTOR shall be solely responsible
for scheduling and coordinating the Work of
Subcontractors. Suppliers and other persons and
organizations performing or firnishing any of the
Work under a direct or indirect contract with
CONTRACTOR. CONTRACTOR shall require all
Subcontractors, Suppliers and such other persons and
organizations performing or furnishing anv of the
Work to communicate with the ENGINEER through
CONTRACTOR
6.10. The divisions and sections of the Specifications and
the identifications of any Drawings shall not control
CONTRACTOR in dividing the Work among
Subcontractors or Suppliers or delineating the Work to be
performed by any spcohc trade.
6-11. All Work performed for CONTRACTOR by a
Subcontractor or Supplier will be pursuant to an
appropriate agreement between CONTRACTOR and the
SMSu ntractcr or Supplier which specifically binds the
Subcontractor or Supplier to the applicable terms and
eonditiors of the Contract Documents for the benefit of
OWNER and ENGINEER Whenever anysueh off e4we t
addammal--ireured-on-+e-pFop rty-im rare--provided-in
GONTRACTOR and the Subcontractor ix Supplier-"l
-N F
r� rr Tcrp � c-r.*r mnnn�c ....s.�.,....� ,,.,J All OtherC-ONTRACTOR�
s
.fi_ __J_ r f all lass_ and daro_gei _ed by,
eavered e
sueh pal:_. J _ .. _ _ e «, : m. M apphe
the Work.--IF-the-insurers on any suchpoliciesrequire
Patent Fees andRoyaldes:
6.12. CONTRACTOR shall pay all license fees and
royalties and assume all costs incident to the use in the
performance of the Work or the incorporation in the Work
of any invention, design, process, product or device which
is the subject of patens rights or copyrights held by others.
If a particular invention, desiM process, product or device
is specified in the Contract Documents for use in the
performance of the Wort and if to the actual knowledge of
OWNER or ENGINEER its use is subject to patent rights
or copyrights calling for the payment of any license fee or
royalty to others, the existence of such rights shall be
disclosed by OWNER in the Contract Documents. To the
Fullest extant permitted by Laws and Regulations.
CONTRACTOR shall inaleirmify and hold harmless
OWNER, ENGINEER, ENGIIvTEER's Consultants and the
officers, directors, employees, agents and other consultants
of each and any of them from and against all claims, costs.
losses and damages arising out of or resulting from any
mfiringemem of patent rights or copyrights incident to the
use in the performance of the Work or resulting from the
incorporation in the Work of any inventiom design
process, product or device no specified in the Contract
Documents.
F.tCDCo&Nxu.co1,UTIO s1910.8(1990Hdaim)
14 w/ CITY OF FORT (X)UJNS MODIFICATIONS OCLN 412000)
Permits:
6.13. Unless otherwise provided in the So lementary
Conditions, CONTRACTOR shall obtain and pay for all
construction permits and licensm OWNER shall assist
CONTRACTOR, when necessary, in obtaining such
permits and licenses. CONTRACTOR shall pay all
governmental charges and inspection fees necessary for
the prosecution of the Work, which are applicable at the
time of opening of Bids, or, if there are no Bids, on the
Effective Date of the Agreement. CONTRACTOR shall
pay all charges of utility owners for connections to the
Work, and OWNER shall pay all charges of such utility
owners for capital costs related thereto such as plant
investment fees.
6.14. Lawsanditularians:
6.14.1. CONTRACTOR shell give all notices and
comply with all Laws and Regulations applicable to
furnishing and performance of the Work. Except
where otherwise expressly required by applicable
Laws and Rcgulauors, neither OWNER nor
ENGINEER shall be responsible for monitoring
CONTRACTOR's compliance with any laws or
Regulations.
6.14.2. If CONTRACTOR performs any Work
knowing or having reason to know that it is contrary
to Laws or Regulations, CONTRACTOR shall bear
all claims, costs, losses and damages caused by,
arising out of or resulting therefrom; however, it shall
no be CONl'RACTOR's primary responsibility to
make certain that the Specificanons and Drawings are
in accordance with Laws and Regulations, but this
shall not relieve CONTRACTOR of
CONTRACTOR's obligations under paragraph 3.3.2.
Taxes:
6.15. CONTRACTOR shall pay all sales, consumer,
use and oilmen similar tares required to be paid by
CONTRACTOR in accordance with the Laws and
Regulations of the place of the Project which are
applicable during the performance of the Work.
6.15.1. OWNER is exempt from Colorado State and
local sales end usx taxes an materials tcbe
pemumen0y ineorporated into the project. -Said tares
shall not be included in the Contract Rice.
Address:
Colorado Department of Revenue
State Capital Annex
1375 Sherman Street
Denver, Colorado 80201
Sales and Use Taxes for the State of Colorado
Reizional Trarsportation District (RTD) and certain
Colorado counties are collected by the State of
Colorado and are included in the Certification Of
Exemption — — ^--
All ajrpiicable Saks and Use Tarns (including State
wllected tares), on any items other than construction
and buildirm materials physically incorporated into the
ti ect ere to be i CONTRACTOR and are to
mcltuled in appropriate bid items.
Use of Pranases:
6.16. CONTRACTOR shall confine construction
equipmera, die storage of materials and equipment and the
operations of workers to the site and land and areas
identified in and permitted by the Contract Documents and
other land and areas permitted by Laws and Regulations,
rights -of -way, permits and easements, and shall not
unreasonably encumber the premises with construction
equipment or other materials or equipment.
CONTRACTOR shall assume full responsibility for any
damage to any such land or area, or to the owner or
occupant thereof or of any adjacent land or areas, resulting
from the performance of the Work. Should any claim be
made by any such owner or occupant because of the
performance of the Work, CONTRACTOR shall promptly
settle with such other party by negotiation or otherwise
resolve the claim by arbitration or other dispute resolution
proceeding or at law. CONTRACTOR shall, to the fullest
extent permitted by Laws and Regulations, indemnify and
hold harmless OWNER ENGLNEER ENGINEERs
Consultant and anyone directly or indirectly employed by
any of them from and against all claims, costs, losses and
damages arising out of or resulting from any claim or
action, legal or equitable, brought by any such owner or
occupant against OWNER ENGINEER or any other party
indemnified hereunder to the extent caused by or based
upon CONTRACTOR's performance of the Work.
6.17. During the progress of the Work, CONTRACTOR
shaft keep the premises free from accumulations of waste
materials, rubbish and other debris resulting from the
Work. At the completion of the Wort: CONTRACTOR
shall remove all waste materials, rubbish and debris from
and about the premises as well as all tools, appliances,
construction equipment and machinery and surplus
materials. CONTRACTOR shall leave the site clean and
ready for occupancy by OWNER at Substantial
Completion of the Work. CONTRACTOR shall restore to
original condition all property not designated for alteration
by the Contact Documents.
6.18. CONTRACTOR shall not load nor permit any part
of any structure to be loaded in any master that will
endanger the structure, nor shall CONTRACTOR subject
any part of the Work or adjacent property to stresses or
pressures that will endanger it
Record Documews:
EJODC OENERAL CONEXT10tx•S 1910E (1990 E&kn)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 412000)
6.19. CONTRACTOR shall maintain in a safe place at
the site one record copy of all Drawings, Specifications,
Addenda, Written Amendments, Change Orders. Work
Change Directives, Field Orders and written
interpretations and clarifications (issued pursuant to
pamgmph 9A) in good order and annotated to show all
changes made during construction These record
documents together with all approved Samples and a
counterpart of all approved Shop Drawings will be
available to ENGINEER for refertuice. Upon completion
an of the Work, d prior to release oC finial payment, these
record documcriLs, Samples aril Shop Drawings will be
delivered to ENGINEER for OWNER
Safety and Protection:
6.20. CONTRACTOR shall be responsible for
initiating, maintaining and supervising all safety
precautions and programs in connection with the Work.
CONTRACTOR shall take all accessary precautions for
the safety of and shall provide the necessary protection to
prevent damage, injury or loss to:
6.20.1. all persons on the Work site or who may be
affected by the Work;
6.20.1 all the Work and materials and equipment to
be incorporated therein, whether in storage on or off
the site; and
6.20.3. other property at the site or adjacent thereto,
including trees, shrubs, lawns, walks, pavements,
roadways, structures, utilities and Underground
N'acilitics not designated for removal, relocation or
replacement in the course of construction.
CONTRACTOR shall comply with all applicable Laws
and Regulations of any public body having jurisdiction for
safety of persons or property or to protect them from
damage, injury or loss; and shall crest and maintain all
necessary safeguards for such safety and protection.
CONTRACTOR shall notify owners of adjacent property
and of Underground Facilities and utility owners when
prosecution of the Work may affect them, and shall
cooperate with them in the protection, removal, relocation
and replacement of their property. All damage, injury or
loss to any property referred to in paragraphs G 20J or
6.20.3 caused, directly or indirectly, in whole or in part, by
CONTRACTOR any Subcontractor, Supplier or any
other person or organization directly or indirectly
employed by any of them to perform or furnish any of the
Work or anyone for whose acts any of them may be liable.
shall be remedied by CONTRACTOR (except damage or
loss attributable to the fault of Drawings or Specifications
or to the acts or omissions of OWNER or ENGINEER or
ENGINEER's Consultant or anyone employed by any of
than or anyone for whose acts any of them may be liable,
and not attributable, directly or indirectly, in whole or in
part, to the fault or negligence of CONTRACTOR or any
Subcontractor, Supplier or other person or organization
directly or indirectly employed by any of them).
CONTRACTOR's duties and responsibilities for the safety
and protec ian of the Work shall continue until such time
as all the Work is completed and ENGINEER has issued a
15
REVISION OF SECTION 403
HOT MIX ASPHALT (WARRANTY)
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
she 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 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
defried in the Revision of Section Acceptance.
The Contractor further warrants that it will ensure proper and prompt performance and
completion of warranty work in accordance with this specification. Warranty work shall be
_ performed when any defect occurs in the hot mix asphalt materials or workmanship within that 2
year period and warranty work is required or needed on that pavement. Prompt performance and
Addendum 1
8125 Intersection Improvements at Vine & Shields Page 9 of 31
notice to OWNER and CONTRACTOR in accordance
with paragraph 14.13 that the Work is acceptable (except as
otherwise expressly provided in connection with
Substantial Completion).
6.2L Safety Representative:
CONTRACTOR shall designate a qualified and
experienced safety representative at the site whose duties
and responsibilities shall be the prevention of accidents and
the maintaining and supervising of safety precautions and
programs.
Hazard Communication Programs:
6.22. CONTRACTOR shall be responsible for
coordinating any exchange of material safety data sheets or
other hazard communication information required to be
made available to or exchanged between or among
employers at the site in accordance with Laws or
Regulations.
Earergenchm
6.23. In emergencies affecting the safety or protection of
persons or the Work or property at the site or adjacent
thereto, CONTRACTOR, without special instruction or
authorization from OWNER or ENGINEER, is obligated to
act to prevent threatened damage, injury or loss.
CONTRACTOR shall give ENGINEER prompt written
notice if CONTRACTOR believes that any significant
changes in the Work or variations from the Contract
Documents have been caused thereby. If ENGINEER
determines that a change in the Contract Documents is
required because of the action taken by CONTRACTOR in
response to such an emergency, a Work Change Directive
or Change Order will be issued to document the
consequences of such action
6.24. Shop Drawings and Samples:
6.24.1. CONTRACTOR shall submit Shop Drawings
to ENGINEER for review and approval in accordance
with the accepted schedule of Shop Drawings and
Sample submittals (see paragraph 2.9). All submittals
will be identified as ENGINEER may require and in
the number of copies specified in the General
Requirements. The data shown on the Shop Drawings
will be complete with respect to quantities,
dimensions, specified performance and design criteria,
materials tram similar data to show ENGINEER the
materials and equipment CONTRACTOR proposes to
provide and to sable ENGINEER to review the
information for the limited purposes required by
paragaph 6.26.
6.24.2. CONTRACTOR shall also submit Samples to
ENGINEER for review and approval in accordance
with said accepted schedule of Shop Drawings and
Sample submittals. Each Sample will be identified
clearly as to material. Supplier, pertinent data such as
catalog numbers and the use for which intended and
otherwise as ENGINEER may require to enable
ENGINEER to review the submittal for the limited
FJCDC OEi+tF CONDITIOM 1910-8(199a Editim)
16 WCITY OF FORT IX)LIINS MODIFICATIONS at6V 4,2000)
purposes required by paragaph 6.26. The numbers
of each Sample to be submitted will be as specified in
the Specifications.
6,25. Submittal Procedures:
6.25.1. Before submitting each Shop Drawing or
Sample, CONTRACTOR shall have determined and
verified:
6.25A.1. all field measurements, quantities.
dmensiorrs, specified performance criteria,
installation requirements, materials, catalog
numbers and similar information with respect
thereto,
6.25.1.2. all materials with respect to intended
use, fabrication, sh Aping, handling, storage,
assembly and installation pertaining to the
performance of the Work, and
6.25.1.3. all information relative to
CONTRACTOR's sole responsibilities in respect
of means, methods, techniques, sequences and
procedures of construction and safety precautions
and programs incidentthereto.
CONTRACTOR shall also have reviewed and
coordinated each Slop Drawing or Sample with other
Shop Drawings and Samples and with the
requirements of the Work and the Contract
Documents,
6.25.2. Each submittal will bear a stamp or specific
written indication that CONTRACTOR has satisfied
CONTRACTOR's obligations under the Contract
Documents with respect to CONTRACTOR's review
and approval of that submittal.
6.25.3. At the time of each submission,
CONTRACTOR shall give ENGINEER specific
written notice of such variations, if any, that the Shop
Drawing or Sample submitted may have from the
requirements of the Contract Documents, such notice
to be in a written communication separate from the
submittal; and, in addition, shall cause a specific
naation to be made on each Shop Drawing and
Sample submitted to ENGINEER for review and
approval of each such variation.
6.26. ENGINEER will review and approve Shop
Drawings and Samples in accordance with the schedule of
Shop Drawings and Sample submittals accepted by
ENGINEER as required by paragraph 2.9. ENGINEER's
review and approval will be only to determine if the items
covered by the submittals will, after installation or
incorporation in the Work, conform to the information
given in the Contract Documents and be compatible with
the design concept of the completed project as a
functioning whole as indicated by the Contract
Documents. ENGINEER's review and approval will not
extend to means, methods, techniques, sequences or
procedures of construction (except where a particular
means, method, technique, sequence or procedure of
construction is specifically and expressly called for by the
Contract Documents) or to safety precautions or programs
incident thereto. The review and approval of a serte
item as such will not indicate approval of the assembly in
which the item functions. CONTRACTOR shall make
corrections required In}• ENGINEER, and shall return the
required number of corrected copies of Shop Drawings and
submit as required new Samples for review and approval.
CONTRACTOR shall direct specific attention in writing to
revisions other than the corrections called for by
ENGINEER on previous submittals.
6.27. ENGINEER's review and approval of Shop
Drawing or Samples shall not relieve CONTRACTOR
from responsibility for any variation from the requirement%
of the Contract Documents unless CONTRACTOR has in
writing called ENGINEER's attention to each such
variation at the time of submission as required by
paragraph 6.25.3 and ENGINEER has given written
approval of each such variation by a specific written
notation thereof incorporated in or accompanying the Shop
Drawing or Sample approval; nor will any approval by
ENGINEER relieve CONTRACTOR from responsibility
for complying with the requirements of paragraph 6 25.1.
U.S. Where a Shop Drawing or Sample is required by
the Contract Documents or the schedule of Shop Drawing
and Sample submissions accepted by ENGINEER as
required by paragraph 2.9, any related Work performed
prior to ENGINEER's review and approval of the pertinent
str6nnittal will be at the sole expense and responsibility of
CONTRACTOR
Conanuingrhe Work
6.29. CONTRACTOR shall carry on the Work and
adhere to the progress schedule during all disputes or
disagreements with OWNER No Work shall be delayed or
postponed pending resolution of any disputes or
disagreements, except as permitted by paragraph 15.5 or as
OWNER and CONTRACTOR may otherwise agree in
writing.
630. CONTRACTOR's Gmerat Warranty and
Guarantee:
6.30.1. CONTRACTOR warrants and guarantees to
OWNER, ENGINEER and ENGfNEER's Consultants
That all Work will be in accordance with the Contract
Documents and will trot be defective.
CONTRACTOR's warranty and guarantee hereunder
excludes defects or damage caused by:
4530.1.1. abuse, modification or improper
maintenance or operation by persons other than
CONTRACTOR. Subcontractors or Suppliers; or
630.1.2. normal wear and tear under normal
usage.
6.30.2. CONTRACTOR's obligation to perform and
complete the Work in accordance with the Contract
Documents shall be absolute. None of the following
will constitute an acceptance of Work that is not in
FJCDC OEMMAL CONEXTIONS 1910.8 (1990 Edum)
tv! CITY OF FORT C'OLUM MODIFICATIONS (REV 412000)
accordance with the Contract Documents or a release
of CONTRACTOR's obligation to perform the Work
in accordance with the Contract Documents.
6.30.2.1. observations by ENGINEER;
6.30.12. recommendation of any progress or
final payment by ENGINEER;
6.30.2.3. the issuance of a certificate of
Substantial Completion or any payment by
OWNER to CONTRACTOR under the Contract
Documents;
6.30.2.4. use or occupancy of the Work or any
part thereof by OWNER;
6.30.2.5. any acceptance by OWNER or any
failure to do so;
6.30.2.6. any review and approval of a Shop
Drawing or Sample submittal or the issuance of a
notice of acceptability by ENGINEER pursuant
to paragraph 14.13;
6,30.2.7. any inspection, hest or approval by
others; or
6.30.2.8. any correction of defective Work by
OWNER
fndemnificodon:
6.31. To the fullest extent permitted by Laws and
Regulations, CONTRACTOR shall indemnify and hold
harmless OWNER, ENGINEER, ENGINEERS
Consultants and the officers, directors, employees, agents
and other consultants of each and any of them from and
against all claims, costs, losses and damages (including,
but not limited to, all fees and charges of engineers,
architects, attorneys and other professionals and all court
or arbitration or other dispute resolution costs) caused by,
arising out of or resulting from the performance of the
Work, provided that anysuch claim, cost, loss or damage:
(1) is attributable to bodily injury, sickness, disease or
death, or to injury to or destruction of tangible property
(other than the Work itself), including the loss of use
resulting therefrom, and (ii) is caused in whole or in part
by any negligent act or omission of CONTRACTOR any
Subcontractor, any Supplier, any person or organization
directly or indirectly employed by any of them to perform
or famish any of the Work or anyone for whose acts any
of them may be liable, regardless of whether or not caused
in partniflby any negligence or omission of a person or entity
inttemed hereunder or whether liability is imposed
upon such indemnified party by Laws and Regulations
regardless of the negligence of any such person or entity.
6.32. In any and all claims against OWNER or
ENGINEER or any of their respective consultants, agents,
officers, directors or employees by any employee (or the
survivor or personal representative of such employee) of
CONTRACTOR, arry Subcontractor, any Supplier, am y
person or organization directly or indirectly employed by
17
any of them to perform or famish any of the Work or
anyone for whose acts any of them may be liable, the
indernnnifieation obligation under Imragrsph6.31 shall not
be limited in any way by any limitation on the amount or
type of damages, compensation or benefits payable by or
for CONTRACTOR or any such Subcontractor, Supplier or
other person or organization under workers' compensation
acts, disability benefit acts or other employee benefit acts.
6.33. The indemnification obl gations of
CONTRACTOR under paragraph 6.31 shall riot extend to
the liability ofENGINEER and ENGINEER's Consultants,
officers, directors, employees or agents caused by the
professional negligence, errors or omissions of any of them.
Sum iWofObligahons:
6.34. All representations, indemnifications, warranties
and guarantees made in, required by or given in accordance
with the Contract Documents, as well as all continuing
obligations indicated in the Contract Documents, w ll
survive final payment, completion and acceptance of the
Wok and termination or completion of the Agreement.
ARTICLE 7--4DTHER WORK
ReWed Work at Me.
7.1. OWNER may perform other work related to the
Project at the site by OWNERN own Woes, or let other
direct contracts therefor which shall contain Gencral
Conditions similar to these, or have other work performed
by utility owners. If the fact that such other wok is to be
performed was not noted in the Contract Documents, then:
(t) written notice thereof will be given to CONTRACTOR
prior to starting any such other work and
(u)CONTRACTOR may make a claim therefor as
provided in Articles 11 and 12 if CONTRACTOR believes
that such performance will involve additional expense to
CONTRACTOR or requires additional time and the parties
are ratable to agree as to the am ount or extent thereof.
7.2. CONTRACTOR shall afford each other contractor
who is a party to such a direct contract and each utility
owner (and OWNER if OWNER is performing the
additional work with OWNER's employees) proper and
safe access to the site and a reasonable opportunity for the
introduction and storage of materials and equipment and
the execution of such outer work and shall properly connect
and coordinate the Work with theirs Unless otherwise
provided in the Contract Documents, CONTRACTOR
shall do all cutting, fitting and patching of the Work that
may be required to make its several parts come together
properly and integrate with such other work.
CONTRACTOR shall not endanger any work of others by
cutting excavating or otherwise altering their work and
will only cut or alter their work with the written consent of
ENGINEER and the others whose work will be affected.
The duties and responsibilities of CONTRACTOR tinder
this paragraph are for the benefit of such utility owners and
other contactors to the extent that there are comparable
MDC GENERAL CONDITIONS 1910-8 (1990 Editiau)
is W/C,7TY OFFORT ODLWNS MODIFICATIONS U(EV 412000)
provisions for the benefit of CONTRACTOR in said
direct contracts between OWNER and such utility owners
and other contractors.
7.3. If the proper execution or results of any part of
CONTRACTOR's Work depends upon work performed
by others under this Article 7, CONTRACTOR shall
inspect such other work and promptly report to
ENGINEER in writing any delays, defects or deficiencies
in such other work that render it unavailable or unsuitable
for the proper execution and results of CONTRACTOR's
Wok. CONTRACTOR's failure so to report will
constitute an acceptance of such other work as fit and
proper for integration with CONTRACTOR's Wok
except for latent or nonapparent defects and deficiencies
in such other work.
Coon*nadon,;
7.4- If OWNER contracts with others for the
performance of other work on the Projed at the site, the
followingwill be set forth in Supplementary Conditions:
7.4.1. the person, firm or corporation who will have
authority and responsibility for coordination of the
activities among the various prime contractors will be
identified;
7.4.2. the spccific matters to be covered by such
authority and responsibility will be itemized; and
7.4.3. the extem of such authority and
responsibilities will be provided.
Unless otherwise provided in the Supplementary
Conditions, OWNER shall have sole authority and
responsibility in respect of such coordination.
ARTICLE "VYWEICS RESPONSE ITIES
81 Except as otherwise provided in these General
Conditions, OWNER shall issue all communications to
CONTRACTOR through ENGINEER.
8.2. In case of termination of the employment of
ENGINEER, OWNER shall appoint an engineer against
wbem-C-ONTRAC-TGR--mak-e mot&-ressormble Vejectiom
whose status under the Contract Documents shall be that
of the former ENGINEER
83. OWNER shall furnish the data required of
OWNER under the Contract Documents promptly amd
shall make payments to CONTRACTOR promptly when
they are due as provided in paragraphs 14.4 and 14.13.
8.4. OWNER's duties in respect of providing lands
and easements and Providing engineering surveys to
establish reference points are set forth in paragraphs 4.1
and 4.4. paragraph 4.2 refers to OWNER's identifying
and making available to CONTRACTOR topics of
reports of explorations and tests of subsurface conditions
at the site and drawings of physical conditions in existing
structures at or contiguous to the site that have been utilized
by ENGINEER in preparing the Contract Documents.
9 -9 AW M's in reap ri�f purshesntg
err -are -set
forth-irtpersgraphs-F -Sthretish 5
8.6. OWNER is obligated to execute Change Orders as
indicated in pamgraph 10.4.
8.7. OWNERs responsibility in respect of certain
inspections, tests and approvals is set forth in
paragraph 13 4.
8.8. In connection with OWNER's right to stop Work or
suspend Work, sec paragraphs 13,10 and 15.1.
Paragraph 15.2 deals with OWNER's right to terminate
services of CONTRACTOR under certain circumstances.
8.9. The OWNER shall nor supervise, direct or have
control or authority over. nor be responsible for,
CONTRACTOR's means, methods, techniques, sequences
or procedures of construction or the safety precautions and
programs incident thereto, or for any failure of
CONTRACTOR to comply with Laws and Regulations
applicable to the furnishing or performance of the Work.
OWNER will not be responsible for CONTRACTOR's
failure to perform or furnish the Work in accordance with
the Contract Documents.
oar„_ctiy, _.. unc
overed d r revealed at the site is
set (4th in paragraph 44.
8.11, if arid to the e�aent OWNER
f`/1AT6 crimp FoRgenlim ..:.J..�.... •Mr C......_:..r
arsangearents- -nave berm - made- -to-sAW4.--- 0WPI1 is
raspwrLsibility-in-respect thereof-will-be-asset-fort}r-vrihe
SupplemernterrCond+tions
ARTICLE 9-FNGINEER'S STATUS DURING
CONSTRUCTION
OWNER'S Represmtarive..
9.1. ENGINEER will be OWNER's representative
during the construction period The duties and
responsibilities and the limitations of authority of
ENGINEER as OWNER's representative during
construction are set forth in the Contract Documents and
shall not be extended without written consent of OWNER
and ENGINEER.
I rsils to Site.,
9.1 ENGINEER will make visits to the site at intervals
appropriate to the various stages of construction as
ENGINEER deems necessary in order to observe as an
experienced and qualified design professional the progress
EXDC GENERat, =,UTIONS 1910s (1990 Editim)
av CITY OF FORT COLLIM MODIFICATIONS ptEV 412000)
that has been made and the quality of the various aspects
of CONTRACTOR's executed Work- Based on
information obtained during such visits and observations,
EATGINFF.R will endeavor for the benefit of OWNER to
determine, in general, if the Work is proceeding in
accordance with the Contract Documents ENGINEER
will not be required to make exhaustive or continuous on -
site inspections to check the quality or quantity of the
Work. ENGINEER's efforts will be directed toward
providing for OWNER a greater degree of confidence that
the completed Work will conform generally to the
Contract Documents. On the basis of such visits and on -
site observations, ENGINEER will keep OWNER
informed of the progress of the Work and will endeavor to
guard OWNER against defective Work. ENG1NEER's
visits and on -site observations are subject to all the
limitations on 040MER's authority and responsibility
set forth in paragraph 9.13, and particularlyy, but without
limitation, during or as a result of ENGINfiER's on -site
visits or observations of CONTRACTOR's Work
ENGINEER will not supervise, direct, control or have
authority over or be responsible for CONTRACTOWs
means, methods, techniques, sequences or procedures of
construction, or the safety precautions and programs
incident thereto, or for any failure of CONTRACTOR to
comply with Laws and Regulations applicable to the
furnishing or performance of the Work.
Projeer Representatipe:
9.3. If OWNER and ENGINEER agree, ENGINEER
will famish a Resident Project Representative to assist
ENGINEER in providing more continuous observation of
the Work. The responsibilities and authority and
limitations thereon of any such Resident Project
Representative and assistants will be as provided in
pamgraphs9.3 and 9.13 Fmd in the c..__ie_.e_a
Conditions of these General Conditions. If OWNER
designates another representative or agent to represent
OWNER at the site who is not ENGINEER's Consultant,
agem or employee, the responsibilities and authority and
limitations thereon of such other person will be as
provided in upplementary Getiditiers onragralh-21
of these General Conditions. If the ENGINEER_ funs_ ishm
a $�j5jent Project Reoresen�v�(I3p131 or 4I�I
assistants, or if the OWNER designates a Rmresentative
or aizeru. all as provided in paragraph 9.3 of the General
Conditions, these I�epreserrtatives shall have the auk
and limitations as provided in ixaazmoh 9.13 of the
General Conditions and shall be subject to the followine:
93.1. The Representative's dealirres in matters
MARimim. to the onsite work will, in neneral, be with
the ENGINEER and CONTRACTOR But- tine
Representative will keep the 91NIER properly
advised about such matters. The Recresentatives
dealings with subcontractors will only throw or
with the full knowledee and i m roval of the
CONTRACTOR
93.2. Duties and Responsibilities. RgMesentative
will:
9.3.2f,Schedules - Review the ixopress
19
schedule and other schedules prepared by the
WNTRACTOR and consult with the
ENGINEER concemin¢ acceptability.
9.3.2.2. Conferences and Meetinm - Attend
meeting with the CONTRACTOR such as
hr�econstruction wnferences. prowess meetings
and other iob conferences and prepare and
eirculau copies pf minutes of meetings
93.2.3. Liaison
9.3.2.3.1- Serve as ENGINEER'S liaison
with CONTRACTOR working principally
through CONTRACTORS superintendent to
assist the CONTRACTOR m understanding
the Contract Doe melts.
9.3.2.3.2. Assist in obtaining from OWNER
additional details or information when
required. for proper execution of the Work.
93.23.3 Advice thu WGINEER and
CONTRACTOR of the commencement of
any Work rcgmM a Shop Drawing or
sample submission if the submission has not
been approved by the ENGINEER.
9.3 2 4 Review of Work- Reiection of DefeGiv
Work, lnspectiom and Tests -
9.32.4.1. Conduct on -site observations of
the Work in progress to assist the ENGINEER
in determining that the Work isZoc¢cding in
accordance with the Contract Documents
9_3.2_43 Accom�sr_ty visitittg._M_p-gctg—
representing public or other agencies having
iuurisdiction over the Ptoiect record the results
of these inspections and report to the
ENGWEE
9.3.2.5, Irtcaetatidm dil Ccetlract
Doctanerhts Report to ENGIIdEER when
clarifications and irder bitions of the Contract
Documents are needed and trartvntil to
CONTRACTOR clarification and mtertxetation
of the Contract Documents as issued by the
ia.feiIvma A
9.3.2.6. Modifications. Consider and
evaluate CONTRACTOR'S suggestions for
EX'DC GENE M CONDITIONS 1910s (t990 Editim)
20 wi an of FORT pow ra MODIFICATIONS tits' an000>
modification in Dmwinms or Specifications and
re n these reahmmerdations to ENGINEER,
Aceutately ttumt.�it to CONTRACTOR
decisions issued by the ENGINEER
9.3.2.7, Records.
9. 3 2 81 Furnish ENGINEER oeiodic
rejwrts as required. of the progress of the
Work and of the CONTRACTOR'S
compliance with the press schedule arrd
schedule of shop Drawing and sample
submittala
93.2.8.2. Consult WitE9—MT41 R in
advance of scheduling_ maior tests.
inscections or start of important phases of the
Work.
932.8.3. Draft proposed Change Orders
and Work Directive Changes, obtainaan
backup material from the CONTRACTOR
and recommend to ENGINEER thmhge
Orders Work Directive Charmes and field
orders
9.3.2.8A. Report immediately to
ENGINEER_and OWNER the occurrence of
any accident --- -
9,329. Patent Requesm Review applicatipns
f__Inr�mhem with CONTRACTOR for oompliance
with the established procedure for their
submission and forward with recommendation to
ENGINEER notine particularly the relationship of
QW-PR_ rr cnt requzsted to the mhedµle ofyalues,
work completed and materials and ogffacnt
delivered at the site but not incorporated m the
Wait.
9.3.2.10. Completion
9.3.2.10.1. Before ENGINEER issues a
Certificate of Substantial Completion submit
to CONTRACTOR a list or observed items
reauirine correction or completion.
9.3.2.10.2. Conduct final inspection in the
company of the ENGINEER. OWNER and
CONTRACTOR and prepare a final list of
items to be corrected or completed.
9.3.2.10.3. Observe that all items on the
final list have been corrected or completed and
make recommendations to ENGINEER
concemtn¢ acoemmnce
9.3.3. Limitation of Authaity: The Representative shall
not:
9.3.11. Authorize any deviations from the
Contract Documents a accept any substitute
Materials or auipmem. unless authgnZ2d by the
ENGINEER
93.3'2. Exceed limitations of ENGINEER'S
authority as set forth in the Contract Doomnerts
9.3.3.3_ Undertake am of the rtsMsibilitics
Of the CONTRACTOR Subcontractors. or
-CQNXKAG`_f_ORatpWMM!Jens
934__Advjse on yrssue di�jsrs relative
to or _assume control over any aspect of the
mean}g,_met}todtechm_.�nnes,, sequences, or
prs�e�ltlr4s�or co�.g tit tin unless such is
specifiallv called for in the Contract Documents.
9.3.3.5. Advise an or issue directions
ratardinit a assume control over safety
pecgutions andgrogcams in connections with the
Work.
933_6. Accept Shp-lhawin _ or sample
submittals from anvone other than the
CONTRACTOR
9.3.3.7. Authorize OWNER to occupy the
Work in whole or in earl
9.3.3.8. Participate in specialized field or
lau&m tests or inspections caducted by others
excent as specifically author read by the
l tfei .lax:7
Clan'freations and Interpretations
9.4. ENGINEER will issue with reasonable promptness
such written clarifications or interpretations of the
FKDC GENERAL CONNTIONS 191" (1990 Ednm)
w/ ©TY OF FORT COLLINS MODIFICATIONS (aEV 4/2000)
requirements of the Contract Documents (in the form of
Drawings or otherwise) as ENGINEER may determine
necessary, which shall be consistent with the intent of and
reasonably inferable from the Contract Documents. Such
written clarifications and interpretations will be binding on
OWNER and CONTRACTOR If OWNER or
CONTRACTOR believes that a written clarification or
interpretation justifies an adjustment in the Contract Price
or the Contract Tines and the parties are unable to agree
to the amount or extent thereof if any, OWNER or
CONTRACTOR may make a written claim therefor as
provided in Article I I or Article 12.
Authorized Y'ariadons in Work.
9.5. ENGINEER may authorize minor variations in
the Work from the requirements of the Contract
Documents which do not involve an adjustment in the
Contract Price or the Contract Times and are compatible
with the design concept of the completed Project as a
functioning whole as indicated by the Contract
Documents. These may be accomplished by a Field Order
and will be binding on OWNER and also on
CONTRACTOR who shall perform the Work involved
promptly. If OWNER or CONTRACTOR believes that a
Field Order justifics an adjustment in the Contract Price or
the Contract Times and the parties are unable to agree as
to the amount or evtent thereof, OWNER or
CONTRACTOR may make a written claim therefor as
provided in Article 11 or 12.
Rejecting Defective A%orkc
9.6. ENGINEER will have authority to disapprove or
reject Wok which ENGINEER believes to be defective,
or that ENGINEER believes will not produce a completed
Project that conforms to the Contract Documents or that
will prejudice the integrity of the design concept of the
completed Project as a functioning whole as indicated by
the Contract Documents ENGINEER will also have
authority to requere special inspection or testing of the
Work as provided in paragraph 13.9, whether or not the
Work is fabricated, installed or completed.
Shop Drawings, Change Orders and Pay meats
9.7. In connection with ENGINEER's authority as to
Shop Drawings and Samples, see paragraphs 624 througb
6.28 inclusive.
9.8. In connection with ENGINEER's authority as to
Change Orders, see Articles 10,11, and 12.
9.9. In connection with ENGINEER's authority as to
Applications for Payment, we Article 14.
Determinations for U dt Prices.
9.10. ENGINEER will determine the actual quantities
and clasaifications of Unit Price Work performed by
CONTRACTOR. ENGINEER will review with
CONTRACTOR the ENGINEER's preliminary
determinations on such matters before rendming a written
decision thereon (by recommendation of an Application
21
for Payment or otherwise). ENGESTaR's written decision
thereon will be final and binding upon OWNER and
CONTRACTOR unless, within ten days after the date of
any such decision, either OWNER or CONTRACTOR
delivers to the other and to ENGINEER written notice of
intention to appeal from ENGINEER's decision and (i) an
appeal from ENGINEER's decision is taken within the time
limits and in accordance with the procedures set forth in
Exhibit GC -A, "Dispute Resolution Agreement", entered
into between OWNER reed CONTRACTOR pursuant to
Article 16, or (ii) if no such Dispute Resolution Agreement
has been entered into, a formal proceeding is instituted by
the appealing party in a forum of competent jurisdiction to
e ==w such rights or remedies as the appealing party may
have with respect to ENGINEER's decision, unless
otherwise agreed in writing by OWNER and
CONTRACTOR Such appeal will rot be subject to the
Procedures of paragraph 9.11.
Decisions on Disputes
9_11 ENGINEER will he the initial interpreter of the
requirements of the Contract Documents and judge of the
acceptability of the Work thereunder. Claims, disputes and
other matters relating to the acceptability of the Work or
the interpretation of the requirements of the Contract
Documents pertaining to the performance and furnishing of
the Work and claims under Articles 11 and 12 in respect of
changes in the Contract Price or Contract Times will be
referred initially to ENGINEER in writing with a request
for a formal decision in accordance with this paragraph.
Written notice of each such claim, dispute or other matter
will be delivered by the claimant to ENGINEER and the
other party to the Agreement promptly (but in no event
later than thirty days) after the start of the occurrence or
event giving rise thereto, and written supporting data will
be submitted to ENGINEER and the other party within
sixty days alter the start of such occurrence or event unless
ENGINEER allows an additional period of time for the
submission of additional or more accurate dam in support
of such claim, dispute or other matter. The opposing party
shall submit any response to ENGINEER and the claimant
within thirty days after receipt of the claimant's last
submittal (unless ENGINEER allows additional time).
ENGINEER will render a formal decision in writing within
thirty days alter receipt of the opposing party's submittal, if
any, in accordance with this paragraph. ENGINEER's
written decision on such claim, dispute or other matter will
be fuel and binding upon OWNER and CONTRACTOR
unless: (i) an appeal from ENGINEER's decision is taken
within the time limits and in accordance with the
procedures set forth in EXMIT GC -A. "Dispute
Resolution Agreement% entered into between OWNER and
CONTRACTOR pursuant to Article 16. or (ii) if no such
Dispute Resolution Agreement has been entered into, a
written notice of intention to appeal from ENGINEER's
written decision is delivered by OWNER or
CONTRACTOR to the other and to ENGINEER within
thirty days alter the date of such decision and a formal
proceeding is instituted by the appealing party in a forum of
competent jurisdiction to exercise such rights or remedies
as the appealing party may have with respect tosuch claim,
dispute or other matter in accordance with applicable Laws
and Regulations within sixty days of the date of such
EJCDC OENEM CONDITIONS 1910-3(09oEdifim)
'2 w! CITY OF FORT COLUNS MODIFICATIONS (REV 412000)
decision, unless otherwise agreed in writing by OWNER
and CONTRACTOR.
9.12. When functioning as interpreter and judge under
paragraphs9.10 and 9.11, ENGINEER will not show
partiality to OWNER or CONTRACTOR and will not be
liable in connection with any interpretation or decision
rendered in good faith in such capacity. The rendering of
a decision by ENGINLER pursuant to paragraphs 9. 10 or
9.11 with respect to any such claim, dispute or other
matter (except arry which have been waived by the making
or acceptance of final payment as provided in
paragraph 14,15) will be a condition precedent to any
exercise by OWNER or CONTRACTOR of such rights or
remedies as either may otherwise have under the Contract
Documents or by Laws or Regulations in respect of any
such claim, dispute or other matterTrursuant taArtrole+b.
9.13. Limitations on ENGINEER's Authority and
Responsibilities.•
9.13.1. Neither FAIGINEER's authority or
responsibility under this Article 9 or under any other
provision of the Contract Documents no any decision
made by ENGINEER in good faith either to exercise
or not exercise such authority or responsibility or the
undertaking, exercise or performance of any authority
or responsibility by ENGINEER shall create, impose
or give rise to any duty owed by ENGINEER to
CONTRACTOR, any Subcontractor, am, Supplier,
any other person or organization, or to arty surety for
or employee or agent of any of them.
9.13.2. ENGINEER will not supervise, direct,
control or have authority over or be responsible for
CONfRACTOR's meims, methods, techniques,
sequences or procedures of construction, or the safety
precautions and programs incident thereto, or for any
failure of CONTRACTOR to comply with Laws and
Regulations applicable to the famishing or
performance of the Work. ENGINEER will not be
responsible for CONTRACTOR's failure to perform
or furnish the Work m accordance with the Contract
Documents.
9.13.3. ENGINEER will not be responsible for the
acts or omissions of CONTRACTOR or of any
Suboonracor, any Supplier, or of any other person or
organization performing or furnishing any of the
Work.
9.13.4. ENGINEER's review of the final Application
for Payment and accompanying documentation and
all maintenance and operating instructions schedules,
guarantees, Bonds and certificates of inspection, tests
and approvals and other documentation required to be
delivered by paragraph 14.12 will only be to
determine generally that their content complies with
the requirements of, and in the case of certificates of
inspections, tests and approvals that the results
certified indicate compliance with the Contract
Documents.
9.13.5. The limitations upon authority and
responsibility set forth in this paragraph 9.13 shall also
apply to ENGINEER'S Consultants, Resident Project
Representative and assistants.
ARTICLE 10-CHANGES IN THE WORK
10.1. Without invalidamg the Agreement and without
notice to any =rely, OWNER may, at any time or from
time to time, order additions, deletions or revisions in the
Work. Such additions deletions or revisions will be
authorized by a Written Amendment. a Change Order, of a
Work Change Directive. Upon receipt of any Such
document, CONTRACTOR shall promptly proceed with
the Work involved which will be performed under the
applicable conditions of the Contract Documents (except as
otherwise specifically provided).
10.2. If OWNER and CONTRACTOR are unable to
agree as to the extent, if any, of an adjustment in the
Contract Price or an adjustment of the Conn -Ad Times that
should be allowed as a result of a Work Change Directive,
a claim may be made therefor as provided in Article I l or
Article 12.
103. CONTRACTOR shall not be entitled to an increase
in the Contract Price or an extension of the Contract Times
with respect to arty Work performed that is no refit ' ed by
modified the Contract Documents as amended, and
supplemented as provided in paragraphs 3.5 and 3.6, except
in the case of an emergency as provided in paragraph 6.23
or in the case of uncovering Work as provided in
paragraph 13.9.
10A. OWNER and CONTRACTOR shall c=cutc
appropriate Change Orders reeommentded by ENGINEER
(or Written Amendments) covering:
104.1 changes in the Work which are (i) ordered
by OWNER pursuant to paragraph 10.1, (ii)requred
because of acceptance of defective Wok under
p=graph 13.13 or correcting defective Work under
paragraph 13.14, or (iii) agreed to by the parties:
10 4.2, changes in the contract Price or Contract
Times which are agreed to by the parties, and
104.3. changes in the Contract Price or Contract
Times which embody the substance of any written
decision rendered by ENGINEER pursuant to
paragraph 9.11;
provided that, in lieu of executing any such Change Order,
an appeal may be taken from any such decision in
accordance with the provisions of the Contract Documents
and applicable Laws and Regulations, but during any such
appeal, CONTRACTOR shall carry on the Wok and
adhere to the progress schedule as provided in
paragraph 6.29.
10.5. If notice of any change affecting the general scope
Of the Work or the provisions of the Contract Documents
(including, but not limited to, Contract Price or Contract
Times) is required by the provisions of any Bond to be
gtYen to a surety, the givu' lg of any such notice will be
CONTRACTOR'S responsibility, and the amount of each
applicable Bond will be adjusted accordingly.
ARTICLE Il-CHA-NGE OF CONTRACT PRICE
11.1. The Contract Rice constitutes the total
compensation (subject to authorized adjustments) payable
to CONTRACTOR for performing the Work. All duties,
responsibilities and obligations to or undertaken
by CONTRACTOR shall he at CONTRACTORS expense
without change in the Contract Price.
112. The Contract Price may only be changed by a
Change Order or by a Written Amendment Arty claim
for an adjustment in the Contract Price shall be based on
written notice delivered by the parry making the claim to
the other parry and to ENGINEER promptly (but in no
event later than thirty days) after the %tart of the
occurrence or event giving rise to the claim end stating the
general nature of the claim. Notice of the amount of the
claim with supporting data shall be delivered within sixty
days after the start of such occurrence or event (unless
ENGINEER allows additional time For claimant to submit
additional or more accurate data in support of the claim)
and shall be accompanied by claimant's written statement
that the adjustment claimed covers all known amounts to
which the claimant is entitled as a result of said
occurrence or event. All claims for adjustment in the
Contract Price shall be determined by ENGINEER in
accordance with peragmph9.11 if OWNER and
CONTRACTOR canto otherwise agree on the amount
involved. No claim for an adjustment in the Contract
Price will be valid if not submitted in accordance with this
paragraph 11.2.
113- The value of any Work covered by a Change
Order or of any claim for an adjustment in the Contract
Price will be determined as follows:
11.3.1. where the Work involved its covered by unit
prices oomained in the Contract Documents, by
application of such unit prices to the quantities of the
items involved (subject to the provisions of
E1CDC OENEtt4L CONDITIONS 1910-8 (1990 E660M 23
V O rY OF FORT CULUNS MODIFICATIONS OLEY 42000)
paragraphs 11.9.1 throtigh 11.9.3. inclusive),
11.3.2. where the Work involved is not covered by
unit prices contained in the Contract Documents, by a
mutually agreed payment basis, including lump sum
(which may include an allowance for overhead and
profit not necessarily in accordance with
paragraph 11.6.2);
11.3.3. where the Work involved is not covered by unit
prices contained in the Contrail Documents and
agreement to a lump sum is not reached under
paragraph 11.3.2, on the basis of the Cast of the Work
(determined as provided in paragraphs 11.4 and 11.5)
plus a CONTRACTOR's fee for overhead and profit
(determined as provided in paragraph 11.6).
Cost of the Work.
11.4. The term Cost of the Work means the sum of all
costs necessarily incurred and paid by CONTRACTOR in
the proper performance of the Work. Except as otherwise
may be agreed to in writing by OWNER, such costs shall
be in amounts no higher than those prevailing in the
locality of the project, shall include only the following
items and shall not include any of the costs itemized in
paragraph 11.5,
11.4.1. Payroll casts for employees in the direct
employ of CONTRACTOR in the performance of the
Work under schedules of job classifications agreed
upon by OWNER and CONTRACTOR. Such
employees shall include wither limitation
superintendents, foremen and other personnel
employed full-time at the site. Payroll costs for
employees not employed full-time on the Work shall
be apportioned on the basis of thew time spent on the
Work Payroll costs shall owlude butt -net be limited to
salaries and wages plus the costof fringe benefits
which shall include social security contributions,
unemployment, excise and payroll taxes, workers
compensation health arid retirement benefits; -bonuses;
applicable thereto.
The exprnses of performing Work after regular
working hours, on Saturday, Sunday or legal holidays,
shall be included in the above to the extent authorized
by OWNER.
11.4.2. Cost of all materials and equipment furnished
and incorporated in the Work including costs of
transportation and storage thereof, and Suppliers' field
services rin connection therewith All cash
discounts s}mll accrue to CONTRACTOR unless
OWNER deposits funds with CONTRACTOR with
which to make payments, in which case the cash
discounts shall accrue to OWNER All trade
discounts, Tebate5 and refllrd5 and returns from sale of
surplus materials and equipment shall accrue to
OWNER, and CONTRACTOR shall make provisions
so that they may be obtained
11.4.3. Payments made by CONTRACTOR to the
Subcontractors for Work performed era furnished by
Subcontractors If required by OWNER,
UMCoENE M. comnONS 191"(1990 Mien)
24 w/ CITY OF FORT ODII.INS MODIFICATIONS (REV 412000)
CONTRACTOR shall obtain competitive bids from
Subcontractors acceptable to OWNER and
CONTRACTOR and shall deliver such bids to
OWNER who will then determine, with the advice of
ENGINEER, which bids if any, will be accepted. If
any subcontract provides that the Subcontractor is to
be paid on the basis of Cost of the Work plus a fee,
the Subcontractor's Cost of the Work and fee shall be
determined in the same manner as CONTRACTOR's
Cost of the Work and fee as provided in
paragraphs l l.4, 11.5, 11.6 and 11.7. All
subcontracts shall be subject to the other provisions of
the Contract Documents insofar as applicable.
11.4.4. Costs of special consultants (including but
not limited to engineers, architects, testing
laboratories, surveyors, attorneys and accountants)
employed for services specifically related to the
Work.
11.4.5. Supplemental costs including the following:
11.4.5.1. The proportion of necessary
transportation, travel and subsistence expenses of
CONTRACTOR's employees incurred in
discharge of duties connected with the Work.
11.4.5.2. Cost, including transportation and
maintenance. of all materials. supplies.
equipment, machinery, appliances, ogee and
temporary facilities at the site and hand trials not
owned by the workers, which arc consumed in the
performance of the Work, and test less market
value of such items used but not consumed which
remain the property of CONTRACTOR
11.4.5.3. Rentals of all construction
equipment end machinery and the parts thereof
whether rented from CONTRACTOR or others in
accordance with rental agreements approved by
OWNER with the advice of ENGINEER and the
touts of transportation, loading, unloading,
installation dismantling and removal thereof -all
in accordance with terms of said rental
agreements. The rental of any such equipment,
machinery or parts shall cease when the use
thereof is no longer necessary for the Work.
11.4.5.4. Sales consumer, use or similar taxes
related to the Work and for which
CONTRACTOR is liable, imposed by Laws and
Regulations.
11.4.5.5. Deposits lost for causes other than
negligence of CONTRACTOR any
Subcontractor or anyone directly or indirectly
employed by any of them or for whose acts any
of them may be liable, and royalty payments and
foes for permits and licenses.
11.4.5.6. Lasses and damages (and related
expenses) mused by damage to the Work, not
compensated by insurance or otherwise, sustained
by CONTRACTOR in connection with the
performance and furnishing of the Work (except
losses and damages within the deductible amounts
of property instance established by OWNER in
accordance with paragraph 5.91 provided they
have resulted from causes other than the
negligence of CONTRACTOR, any
Subcontractor, or anyone directly or indirectly
employed by any of them or for whose acts any of
them may be liable. Such lasses shall include
settlements made with the written consent and
approval of OWNER No such losses, damages
and expenses shall be included in the Cost of the
Work for the purpose of determining
CONTRACTOR's fee. IC however, any such less
or damage requires reconstruction and
CONTRACTOR is placed in charge thcrcok
CONTRACTOR shall be paid for services a fee
proportionate to that stated in paragraph 11.&2..
11.4.5.7. The cast of utilities, fuel and sanitary
facilities at the silt
11.4.5.8. Mina expenses such as telegrams,
long distance telephone calls, telephone service at
the site, expressage and similar petty cash items in
connection with the Work.
11.4.5.9. Cast of premiums for additional Bonds
and insurance required because of changes in the
Work.
11.5. The term Cost of the Work shall not include any of
the following.
11.5.1. Payroll costs and other compensation of
CONTRACTOR's otRoers, executives. principals (of
partnership and sole proprietorships), general managers,
engineers, architects, estimators, attorneys, auditors,
accountants, purchasing and contracting agents,
expediters, timekeepers, clerks and other personnel
employed by CONTRACTOR whether at the site or in
COIxTRACTOWs principal or a branch office for
general administration of the Work and not specifically
included in the agreed upon schedule of jab
classifications referred to in paragraph 11.4.1 or
specifically covered by paragraph 11.4.4-:ill of which
are to be considered administrative costs covered by the
CONTRACTOR's fee.
11.5.2. Expenses of CONTRACTOR's principal and
branch offices other than CONTRACTOR's office at
the site.
1153. Any pan of CONTRACTOR's capital
expenses, including interest on CONTRACTOR'S
capital employed for the Work and charges against
CONTRACTOR for delinquent payments
11.5.4. Cost of premiums for all Bonds and for all
insurance whether or not CONTRACTOR is required
by the Contract Documents to ptuchase and maintain
the same (except for the cost of premiums covered by
subparagraph 11.4.5.9 above).
EpCOC (JENMAL CONXTIONS tvtos (1 M eatim)
w/CITY OF FORT C'OLLIh6 MODIFiCAT1ONS(REV 4/2WO)
11.5.5. Costs due to the negligence of
CONTRACTOR any Subcontractor, or anyone
directly or indirectly employed by any of them or for
whose acts any of them may be liable, including but
not limited to, the correction of dejectne Work
disposal of materials or equipment wrongly supplied
and making good any damage to property.
11.5.6. Other overhead or general expense costs of
any kiral and the costs of any item not specifically and
expressly included in paragraph 11.4.
11.6. The CONTRACTOR's fee allowed to
CONTRACTOR for overhead and profit shall be
determined as follows'
11.6.1. a mutually acceptable fixed fee; or
11.6.2. if a fixed fee is not agreed upon, then a fee
based on the following percentages of the various
portions of the Cost of the Work:
11.6.2.1. for cores incurred under
paragraphs 11.4.1 and 11-4.2, the
CONTRACTOR's fee shall be fifteen percent;
11.62.2, for costs incurred under
paragraph 11.4.3, the CONTRACTOR's fee shall
be five percent,
11.6.2.1 where one or more tiers of
subcontracts arc on the basis of Cost of the Work
plus a fee and no fixed tee is agreed upon, the
intent of paragraphs 11.4.1, 11.42, 11.43 and
11.6.2 is that the Subcontractor who actually
performs or furnishes the Work, at whatever tier,
will be paid a fee of fifteen percent of the costs
incurred by such Subcontractor under paragraphs
11.4.1 and 11.4.2 and that any higher tier
Subcontractor and CONTRACTOR will each be
paid a fee-of-five-peroent..of the emcwat txtid-to
the next -lower tier3abeentraeton to be negotiated
in eood faith wgild e OI but mat to steed
vc rant oC the amount maid to the ne�R lower
]lS�$,y12S0J1traC?gr,
11.6.2.4. no fee shaU be payable on the basis
of costs itemized under paragraphs 11.4.4. 11.4.5
and l 1 S;
11.6.2.5. the amount of credit to be allowed
by CONTRACTOR to OWNER for any change
which results in a net decrease in cost will be the
amount of the actual net decrease in cost plus a
deduction in CONTRACTOR's fee by an amount
equal to five percent of such net decrease; and
11.6.2.6. when both additions and credits are
involved in any one change, the adjustment in
CONTRACTOR's fee shall be computed of the
basis of the net change in accordance with
paragraphs 11.6.2.1 through 11.6-2.5, inclusive.
11.7. Whenever the cost of any Work is to be
25
completion of warranty work includes payment for all labor performed and for all equipment and
materials used.
All such warranty work shall be solely at the Contractor's expense up to $50,000. The City 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 City.
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 $50,000.
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 Department 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 City of Fort Collins 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 City 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.
(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 the project specifications and plans and current City of Fort Collins and
CDOT standards and coordinated with the Engineer. Innovative materials and techniques may be
considered. The PET will render a final decision by majority vote.
Addendum 1
8125 Intersection Improvements at Vine & Shields Page 10 of 31
determined pursuant to paragnaphs 11.4 and 11.5,
CONTRACTOR will ea1ablish and maintain records
thereof in accordance with generally accepted accounting
practices and submit in form acceptable to ENGINEER an
itemized cost breakdown together with supporting data.
Cash Alluwana .-
I I .S. It is understood that CONTRACTOR has included
in the Contract Price all allowances so named in the
Contract Documents and shall cause the Work so covered
to be furnished and performed for such sums as may be
sccepable to OWNER and ENGINEER. CONTRACTOR
agrees that:
U.S.I. the allowances include the cost to
CONTRACTOR (less any applicable trade discounts)
of materials and equipment required by the allowances
to be delivered at the site, and all applicable taxes: and
11.8.2. CONTRACTOR's costs for unloading and
handling on the site, labor, installation costs, overhead,
profit and other expenses contemplated for the
allowances have been included in the Contract Price
and not in the allowances and no demand for
additional payment on account of any of the foregoing
will be valid
Prior to final payment, an appropriate Change Order will be
issued as recommended by ENGINEER to reflect actual
amounts due CONTRACTOR on account of Work covered
by allowances, and the Contract Price shall be
correspondingly adjusted.
11.9. Unit Price Wok
11.9.1. 1Nhere the Contract Documents provide that all
or part of the Work is to be Unit Price Work initially
the Contract Price will be deemed to include for all
Unit Price Work an amount equal to the sum of the
established unit prices for each separately identified
item of Unit Price Work tines the estimated quantity
of each item as indicated in the Agreement. The
intimated quantities of items of Unit Price Work are
not guaranteed and are solely for the purpose of
comparison of Bids and determining an initial Contract
Price. Detemtinations of the actual quantities and
classifications of Unit Price Work performed by
CONTRACTOR will be made by ENGINEER m
accordance with paragraph 9.10.
1 L9.2. Each unit price will be deemed to include an
amount considered by CONTRACTOR to be adequate
to cover CONTRACTOR's overhead and profit for
each separately identified item.
119.3.OWNER or CONTRACTOR may make a
claim for an adjustment in the Contract Price in
accordance with Article 11 it
11.9.3.1. the quantity of any item of Unit Price
Work performed by CONTRACTOR differs
materially and significantly from the estimated
quantity of such item indicated in the Agreement
EJCDC OEN&M CONDITIONS 1910-8 (1990 Editicn)
26 w/CITY OFF'ORT CC)UMS MODIFICATIONS(REV412000)
and
11.9.3.2. there is no corresponding adjustment
with respect to any other item of Work; and
11.9.3.3. if CONTRACTOR believes that
CONTRACTOR is entitled to an increase in
Contract Price as a result of having incurred
additional expense or OWNER believes that
OWNER is entitled to a decrease in Contract Price
and the parties are marble to agree as to the
amount of any such increase or decrease.
11 9 3 4 CONTRACTOR acknowledges that
the OWNER has the right to add or delete items inthe Bid or change ntities at OWNER'S sole
discretion without allectina the Contract price of
aaMromaining item so Iona as the deletion or
addition does not exceed twenty-five Percent of
the original total Contract Price
ARTICLE 12—CHANGE OF CONTRACT TIMES
121- The Contract Times (or Milestones) may only be
changed by a Change Order or a Written Amendment.
Any claim for an adjustment of the Contract Times (or
Milestones) shall be based on written notice delivered by
the party making the claim to the other party and to
ENGINEER promptly (but in no event later than thirty
days) after the occurrence of the event giving rise to the
claim and stating the general nature of the claim. Notice
of the extent of the claim with supporting data shall Inc
delivered within sixty days after such occurrence (unless
ENGINEER allows additional time to ascertain more
accurate data in support of the claim) and shall be
naccormpam by the claimant's written statement that the
adjustment claimed is the entire adjustment to which the
claimant has reason to believe it is entitled as a result of
the occurrence of said event. All claims for adjustment in
the Contract Times (or Milestones) shall be determined by
ENGINEER in accordance with pamgraph9.11 if
OWNER and CONTRACTOR cannot otherwise agree.
No claim fax an adjustment in the Contract Times (or
Milestones) will be valid if not submitted in accordance
with the requirements of this paragraph 12.1.
121. All time limits stated in the Contract Documents
are of the essence of the Agreement.
12.3. Where CONTRACTOR is prevented from
completing any part of the Work within the Contract
Times (or Westanes) due to delay beyond the control of
CONTRACTOR, the Contract Tunes (or Milestones) will
be extended in an amount equal to time lost due to such
delay if a claim is made therefor as provided in
paragraph 121. Delays beyond the control of
CONTRACTOR shall include, but not be limited to, acts
or neglect by OWNER acts or neglect of utility owners or
other contractors performing other work as contemplated
by Article 7, fires, floods, epidemics, abnormal weather
conditions or acts of God. Delays attributable to and
within the control of a Subcontractor or Supplier shall be
deemed to be delays within the control of CONTRACTOR
12.4. Where CONTRACTOR is prevented from
completing any part of the Work within the Contract Times
(or Milestones) due to delay beyond the control of both
OWNER and CONTRACTOR, an extension of the
Contract Times (or Milestones) in an amount equal to the
time last due to such delay shall be CONTRACTOR's sole
and exclusive remedy for such delay. In no event shall
OWNER be liable to CONTRACTOR, any Subcontractor,
any Supplier, any other person or organization, or to any
surety for or employee or agent of an of them, for
damages arising; out of or resulting from (i) delays caused
by or within the control of the CONTRACTOR, or
(ii) delays bevond the control of both parties including, but
not limited to, fires, floods, epidemics, abnormal weather
conditions, acts of God or acts or neglect by utility owners
or other contractors perfuming other work as contemplated
by Article 7.
ARTICLE 13—TESTS AND INSPECTIONs;
CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFFCTIVE WORK
13.1. Norim ofDefeets•
Prompt nice of ail defective Work of which OWNER or
ENGINEER have actual knowledge will be given to
CONTRACTOR All defective Work may be rejected,
corrected or accepted as provided in this Article 13.
Access to Work-
13.2. OWNER ENGINEER ENGNEER's Consultants,
other representatives and personnel of OWNER,
independent testing laboratories and gov emmental agencies
with jurisdictional interests will have access to the Work at
reasonable times for their observation, inspecting and
testing. CONTRACTOR shall provide them proper and
safe conditions for such access and advise them or
CONTRACTOR's site safety procedures and programs so
that they may comply therewith as applicable.
Teas and lsspedions:
13.3. CONTRACTOR shall give ENGINEER timely
notice of readiness of the Work for all required inspections,
tests or approvals, and shall cooperate with inspection and
testing personnel to facilitate required inspections or tests
13.4. OWNvTER shall employ and pay for the services of
an independent testing laboratory to perform all
inspections, tests, or approvals required by the Contact
Documents except:
13.4.1. for inspections, tests or approvals covered
by paragraph 13.5 below;
13.4.2. that costs inctirred in connection with tests
or inspections conducted pursuant to paragraph 13.9
EJCDC GENERAL CONDITIONS 1910-8 oavo Eaasat
wi aTY OF FORT COLLINS MODIFICATIONS (REV moos)
below shall be paid as provided in said
paragraph 13.9; and
13.4.3. as otherwise specifically provided in the
Contract Documents.
13.5. If Laws or Regulations of any public body having
jurisdiction require any Work (or part thereof) specifically
to be inspected, tested or approved by an employee or
other representative of such public body, CONTRACTOR
shall assume full responsibility for arranging and
obtaining such inspections, tests or approvals, pay all costs
in connection therewith, and furnish ENGINEER the
required certificates of inspection, or approval.
CONTRACTOR shall also be responsible for arranging
and obtaining and shall pay all costs in connection with
any Inspections, tests or approvals required for OWNER's
and FNGiNEER's acceptance of materials or equipment to
be incorporated in the Work or of materials, mix designs,
or egwpmera submitted for approval prior to
CONTRACTOR's purchase thereof for incorporation in
the Work.
13.6. If arty Work (or the work of others) that is to be
inspected, tested or approved is covered by
CONTRACTOR without written concurrence of
ENGINEER, it must, if requested by FNGTNEE'R, be
uncovered for observation.
13.7. Uncovering Work as provided in paragraph 13,6
shall be at CONTRACTOR's expense unless
CONTRACTOR has given ENGINEER tanely notice of
CONTRACTOR's intention to cover the same and
ENGINEER has not acted with reasonable promptness in
response to such notice.
Uncovering Work:
13.8. If any Work is covered contrary to the written
request of ENGINEER, it must, if requested by
ENGINEER, be uncovered for ENGINEER's observation
and replaced at CONTRACTOR's expense.
13.9. If ENGINEER considers R necessary or advisable
that covered Work be observed by ENGINEER or
inspected or tested by others, CONTRACTOR at
ENGiNEER's request, shall uncover, expose or otherwise
make available for observation, inspection or testing as
ENGINEER may require, that purtion of the Work in
question_ famishing all necessary labor, material and
equipment If it is found that such Work is dfective.
CONTRACTOR shall pay all claims, costs, losses and
damages caused by, arising out of or resulting from such
uncovering, exposure, observation, inspection and testing
and of satisfactory replacement or reconstruction,
(including but not limited to all costs of repair or
replacement of work of others); and OWNER shall be
entitled to an appropriate decrease in the Contract Pricy,
and, if the parties are unable to agree as to the amount
thereof: may make a claim therefor as provided in
Article 11. If, however, such Wok is not found to be
defective, CONTRACTOR shall be allowed an increase in
the Contact Price or an extension of the Contract Times
(or Milestones), or both directly attributable to such
27
uncovering, exposure, observation, inspection, testing,
replacement and reconstruction, and, if the parties are
unable to agree as to the amount or extent thereof,
CONTRACTOR may make a claim therefor as provided in
Articles 11 and 12
OWNER May Stop the Work:
13.10. If the Work is defective, or CONTRACTOR fails
to supply sufficient skilled workers or suitable materials or
equipment, or fails to furnish or perform the Work in such a
way that the completed Work will conform to the Contract
Documents, OWNER may order CONTRACTOR to stop
the Work, or any portion thereof, until the cause for such
ceder has been eliminated; however, this right of OWNER
to stop the Work shal I not give rise to any duty on the part
of OWNER to exercise this right for the benefit of
CONTRACTOR or an) surcty or other panty.
Carre7ion or Removal ofDefective Work:
13.11. If required by ENGINEER, CONTRACTOR shall
promptly, asdirected, either correct all defective Work,
whether or not fabricated, installed or oompeeted, or, if the
Work has been rejected by ENGINEER remove it from the
site and replace it with Work that is not defective.
CONTRACTOR shall pay all claims, costs, losses and
damages caused by or resulting front such correction or
removal (including but not limited to all costs of repair or
replacement of work of others).
13.12. Correction Period
13,12.1. If within one two years after the date of
Substantial Completion or such longer period of time as
may be presented by Laws or Regulations or by the
terns of any applicable special guarantee required by
the Contract Documents or by any specific provision of
the Contract Documents, toy Work is found to he
capfec rve, CONTRACTOR shall promptly, without cost
to OWNER and in accordance with OWNiER's written
instructions: (i) correct such defective Work, or, if it has
been rejected by OWNER, remove it from the site and
replace it with Work that is not defective, and (ii)
satisfactorily correct or remove and replace any damage
to other Work or the work of others resulting therefrom.
If CONTRACTOR does not promptly comply with the
terms of such instructions, or in an emergency where
delay would cause serious risk of loss or damage,
OWNER may have the defective Work corrected or the
rejected Wort: removed and replaced, and all claims,
costs, losses and damages caused by or resul.i g from
such removal and replacement (including but not
limited to all costs of repair or replacement of work of
others) will be paid by CONTRACTOR
13.122.In special circumstances where a particular
item of equipment is placed in continuous service
before Substantial Completion of all the Work, the
correction period for that item may start to run from an
earlier date if so provided in the Specifications or by
Written Amendment
13.123. Where defective Work (and damage to other
UCDCOETIF1iAL CONDITIONS 1910-8(1990 Edina) 28
w/rITY OF FORT COLLINS MODIFICATIONS (REV 4R000)
Work resulting therefrom) has been corrected,
removed or replaced under this paragraph 13.12. the
correction period hereunder with respect to such Work
will be extended for an additional period of one year
two years after such correction or removal and
replacement has been satisfactorily completed
Acceptance ofDefechve Work:
13.13. If, instead of requiring correction or removal and
replacement of defective Work, OWNER (anal, prior to
ENGINEER's recommendation of final payment. also
ENGINEER) prefers to accept it, OWNER may do so.
CONTRACTOR shall pay all claims, costs. losses and
damages attributable to OWNER's evaluation of and
determination to accept such defective Work (such costs to
be approved by ENGINEER as to reasonableness). if any
such acceptance occurs prior to ENGiNEER's
recommendation of final payment, a Change Order will be
issued incorporating the necessary revisions in the
Contract Documents with respect to the Works and
OWNER shall be entitled to an appropriate decrease in the
Contract Price, and if the parties are unable to agree as to
the amount thereof, OWNER may make a claim therefor
as provided in Article 11. If the acceptance occurs after
such recommendation, an appropriate amount will be paid
by CONTRACTOR to OWNER.
OWNER May Correct Defective Work.-
13.14. If CONTRACTOR fails within a reasonable time
after written notice from ENGINEER to correct defective
Work or to remove and replace rejected Work as required
by ENGINEER in accordance with paragraph 13.11, or if
CONTRACTOR fails to perform the Work in accordance
with the Contract Documents, or if CONTRACTOR fails
to comply with any other provision of the Contract
Documents, OWNER may, alter seven days' written
notice to CONTRACTOR, correct and remedy any such
deficiency. In exercising the rights and remedies under
this paragraph OWNER shall proceed expeditiously. In
connection with such corrective and remedial action,
OWNER may exclude CONTRACTOR from all or part of
the site, take possession of all or part of the Work, and
suspend CONTRACTOR's services related thereto, take
possession of CONTRACTOR's tools, appliances,
construction equipment and machinery at the site and
incorporate in the Work all materials and equipment
stored at the site or for which OWNER has paid
CONTRACTOR but which are stored elsewhere.
CONTRACTOR shall allow OWNER OWNERS
representatives, agents and employees. OWNER's other
contractors and ENGINEER and ENGINEERS
Consultants access to the site to enable OWNER to
exercise the rights and remedies under this paragraph All
claims, costs, losses and damages incurred or sustained by
OWNER in exercising such rights and remedies will be
charged against CONTRACTOR and a Charge Order will
be issued incorporating the necessary revisions in the
Contract Documents with respect to the Work: and
OWNER shall be entitled to an appropriate decrease in the
Contract Price, and, if the parties are unable to agree as to
the amount thereof. OWNER may make a claim therefor
as provided in Article 11. Such claims coats, losses and
damages will include but not be limited to all costs of
repair or replacement of work of others destroyed or
damaged by correction removal or replacement of
CONTRACTOR's defecrtve Work. CONTRACTOR shall
not be allowed an extension of the Contract Torres (or
Milestones) because of any delay in performance of the
Work attributable to the exercise by OWNER of OWNER's
rights and remedies hereunder.
ARTICLE 14—PAYMENTS TO CONTRACTOR AND
COMPLETION
Schedule of Values.
14.1. The schedule of values established as provided in
paragraph 2.9 will serve as the basis for progress payments
and will be incorporated into a form of Application for
Payment acceptable to ENGINEER. Progress payments on
account of Unit Price Work will be based on the number of
units completed.
Application for Progress Payment:
14.2. At least twenty days before the date established for
each progress payment (but not more often than once a
month), CONTRACTOR shall submit to ENGINEER for
review an Application for Payment filled out and signed by
CONTRACTOR covering the Work completed as of the
date of the Application and accompanied by such
supporting documentation as is required by the Contract
Documents. If payment is requested on the basis of
materials and equipment not incorporated in the Work irut
delivered and suitably stored at the site or at another
location agreed to in writing, the Application for Payment
shall also be accompanied by a bill of sale, invoice or other
documentation warranting that OWNER has received the
materials and equipment free and clear of all Liens and
evidence that the materials and equipment are covered by
appropriate property insurance and other arrangements to
protect OWNER's interest therein all of which will be
satisfactory to OWNER. The amount of retainage with
respect to progress payments will be as stipulated in the
Agreement. Am, funds that are withheld bye OWNER
shall not be subject to subs[ttuton by the CONTRACTOR
with securities or aW arras ments involving an escrow or
custodianslu'n. II �ceeuting the aor payment
Form the CONTRACTOR expressly waives his right to the
benefits of Colorado Revise Statute Section 24-91-101
of sea.
CONTRACTOR's Wm7anty of Title.
14.3. CONTRACTOR warrants and guarantees that title
to all Work, materials and equipment covered by any
Application for payment, whether incorporated in the
Project or not, will pass to OWNER no later than the time
of payment free and clear of all Lies.
Review of.4pp1iea6onsforProgrmPayment
14.4. ENGINEER will, within ten days after receipt of
each APplication for Payment, either indicate in writing a
FJCDC GENERAL CON71riOM 1910.8 (1990 Edtim)
w! QrY OF FORT COLLIM MODIFICAT1ONS (REV 42000)
recommendation of payment and present the Application
to OWNER or return the Application to CONTRACTOR
indicating in writing ENTGINEER's reasons for refusing to
recommend payment. In the latter case, CONTRACTOR
may make the necessary corrections and resubmit the
Application. Ten days after presentation of the
Application for Payment to OWNER with ENGINEER's
recommendation, the amount recommended will (subject
to the provisions of the last sentence of paragraph 14.7)
become due and when due µrill be paid by OWNER to
CONTRACTOR.
14.5. ENGINEER's recommendation of any payment
requested in an Application for Payment will constitute a
representation by ENGINFF.R to OWNER, based on
ENGMEFR's on -site observations of the executed Work
as an experienced and qualified design professional and on
ENGMER's review of the Application for payment and
the accompanying data and schedules, that to the best of
ENGINEER's knowledge, information and belief:
14,5.1. the Work has progressed to the point
indicated,
14.51 the quality of the Work is generally in
accordance with the Contract Documents (subject to
an evaluation of the Work as a functionmg whole
prior to or upon Substantial Completion, to the results
of any subsequent tests called for in the Contract
Documents, to a fmal determination of quantities and
classifications for Unit Price Work under
paragraph 9.10, and to any other qualifications stated
in the recommendation), and
14.5.3. the conditions precedent to
CONTRACTOWs being entitled to such payment
appear to have been fulfilled insofar as it is
ENGINEER's responsibility to observe the Work.
However, by recommending any such payment
ENGINEER will not thereby be deemed to have
represented that: (i)exhaustive or continuous on -site
inspections have been made to check the quality or the
quantity of the Work beyond the responsibilities
specifically assigned to ENGINEER in the Contract
Documents or (ii) that there may not be other matters or
issues between the parties that might entitle
CONTRACTOR to be paid additionally by OWNER or
entitle OWNER to withhold payment to CONTRACTOR
14.6. ENGINEERS recommendation of any payment,
including final payment, shall not mean that ENGINEER
is responsible for CONTRACTOR's means; methods,
techniques, sequences or procedures of construction or
the safety precautions and programs incident thereto, or
for any failure of CONTRACTOR to comply with Laws
and Regulations applicable to the furnishing or
performance of Work, or for any failure of
CONTRACTOR to perform or furnish Work in
accordance with the Contract Documents.
141. FNGINEFR may refuse to recommend the whole
or any part of any payment iC in ENGDMER's opinion it
would be incorrect to make the representations to
19
OWNER referred to in paragraph 14.5. ENGINEER may
also refine to recommend any such payment, or, because of
subsequently discovered evidence or the results of
subsequent inspections or tests, nullify any such payment
previously recommended, to such extent as may be
necessary in ENGiNEER's opinion to protect OWNER
from losbecause:
14.7.1. the Work is defective, or completed Work has
been damaged requiring correction or replacement,
14.7.2. the Contract Price has been reduced by
Written Amendment or Change Order,
14.7.3. OWNER has been required to correct
defecrne Work or complete Wait in accordance with
paragraph 13.14, or
14.7.4. ENGINEER has actual knowledge of the
occurrence of any of the events enumerated in
paragrapls 15.2.1 through 15.2.4 inclusive.
OWNER may refuse to make payment of the full amount
recommended by ENGINEER because:
14.7.5. claims have been made against OWNER on
account of CONTRACTOR's performance or fianishing
of the Work,
14.7.6. Liens have been filed in connection with the
Wok, except when CONTRACTOR has delivered a
speci6c Bond satisfactory to OWNER to secure the
satisfaction and discharge of such Liens,
14.7.7. there arc other items entitling OWNER to a set-
off against the amount recommended or
14.7.8. OWNER has actual knowledge of the
occurrence of any of the events enumerated in
paragraphs 14.7.3 through 14.7.3 or paragmphs 15.2.1
through 152.4 inclusive;
but OWNER must give CONTRACTOR immediate
written notice (with a copy to ENGINEER) stating the
reasons for such action and promptly pay CONTRACTOR
the amount so withheld or any adjustment thereto agreed
to by OWNER and CONTRACTOR when
CONTRACTOR corrects to OWNER's satisfaction the
reasons for such action
Substantial Compledm:
14.8. When CONTRACTOR considers the entire Work
ready for its intended use CONTRACTOR shall notify
OWNER and ENGINEER in writing that the entire Work
is substantially complete (except for items specifically
listed by CONTRACTOR as incomplete) and request that
ENGINEER issue a certificate of Substantial Completion.
Within a reasonable time thereafter, OWNER.
CONTRACTOR and ENGINEER shall make an inspection
of the Work to determine the status of completion. If
ENGINEER does not consider the Wort: substantially
complete, ENGINEER will notify CONTRACTOR it
writing giving the reasons therefor. If ENGINEER
E.ICDC GENERAL CONDITIONS 1910-8 (1990 Men)
30 w/CITY OFFORT OOLLINSMODIFICATIONS(RGV42000)
considers the Work substantially complete. ENGINEER
will prepare and deliver to OWNER a tentative certificate
of Substantial Completion which shall Ex the date of
Substantial Completion. There shall be attached to the
certificate a tentative list of items to be completed or
corrected before final pay-ment. OWNER shall have seven
days after receipt of the tentative certificate during which
to make written objection to ENGINEER as to any
provision of the certificate or attached list. If, after
consideiin� such objections, ENGINEER concludes that
the Work is not substantially complete. ENGINEER will
within fourteen days after submission of the tentative
certificate to OWNER notify CONTRACTOR in writing,
stating the reasons therefor. If, after consideration of
OWNER's objections, ENGINEER considers the Work
substantially complete, ENGINEER will within said
fourteen days execute and deliver to OWNER and
CONTRACTOR a definitive certificate of Substantial
Completion (with a revised tentative list of items to be
completed or corrected) reflecting such changes from the
tentative certificate as ENGINEER believes justMel alter
consideration of any objections from OWNER. At the
time of delivery of the tentative certificate of Substantial
Completion ENGINEER will deliver to OWNER and
CONTRACTOR a written recommendation as to division
of responsibilities pending final payment between
OWNER and CONTRACTOR with nspect to security,
operation safety, maintenance, heat, utilities, insurance
and warranties and guarantees. Unless OWNER and
CONTRACTOR agree otherwise in writvg and so inform
ENGINEER in writing prior to ENGINEER's issuing the
definitive certificate of Substantial Completion.
ENGMEER's aforesaid recommendation will be binding
on OWNER and CONTRACTOR until final payment
14.9. OWNER shall have the right to exclude
CONTRACTOR from the Work after the date of
Substantial Completion. but OWNER shall allow
CONTRACTOR reasonable access to complete or Lvrrect
items on the tentative list.
Partial Ufa imtion:
14.10. Use by OWNER at OWNER'S option of any
substantially completed part of the Work, which: (i) has
specifically been identified in the Contract Documents, or
(ii) OWNER ENGINEER and CONTRACTOR agree
constitutes a separately functioning and usable part of the
Work that can be used by OWNER for its intended
purpose without significant interference with
CONTRACTOWs performance of the remainder of the
Work, may be accomplished prior to Substantial
Completion of all the Work subject to the following:
14.10.1.OWNER at any time may request
CONTRACTOR in writing to permit OWNER to use
any such part of the Work which OWNER believes to
be ready for its intended use and substantially
compete. If CONTRACTOR agrees that such pan of
the Work is substantially complete. CONTRACTOR
will certify to OWNER and ENGINEER that such
part of the Work is substantially complete and request
ENGINEER to issue a certificate of Substantial
Completion for that part of the Work.
CONTRACTOR at any time may notify OWNER and
ENGINEER in writing that CONTRACTOR considers
any such part of the Work ready for its intended use
and substantially complete and request ENGINEER to
issue a certificate of Substantial Completion for that
part of the Work. Within a reasonable time after either
such request, OWNER, CONTRACTOR and
ENGINEER shall make an inspection of that part of
the Work to determine its status of completion If
ENGINEER does not consider that part of the Work to
be substantially complete, ENGINEER will notify
OWNER and CONTRACTOR in writing giving the
reasons therefor. If ENGINEER considers that part of
the Work to be substantially complete. the pruvisiors
of paragraphs 14.8 and 14-9 will apply with respect to
certification of Substantial Completion of that part of
the Work and the division of responsibility in respect
thereof and access thereto.
14.102. No occupancy or separate operation of part
of the Work will be accomplished prior to compliance
with the requirements of paragraph 5.15 in respect of
property insurance.
Metal lnspeeBon:
14.11. Upon written notice from CONTRACTOR that the
entire Work or an agreed portion thereof is complete,
ENGINEER will make a final inspection with OWNER
and CONTRACTOR and will notify CONTRACTOR in
writing of all particulars in which this inspection reveals
that the Work is incomplete or defective. CONTRACTOR
shall immediately take such measures as are necessary to
complete such work or remedy such deficiencies.
Final Application forPayment
14.12. After CONTRACTOR has completed all such
corrections to the satisfaction of ENGINEER and delivered
in accordance with the Contract Ikicuments all
maintenance and operating instructions, schedules,
guarantees, Bonds, certificates or other evidence of
insurance required by paragraph 5.4, certificates of
inspection, marked -up record documents (as provided in
paragraph 6.19) and other documents. CONTRACTOR
may make application for final payment following the
procedure for progress payments. The final Application for
Payment shall he accompanied (except as previously
delivered) by: (i) all documentation called for in the
Contract Documents, including but not limited to the
evidence of insurance required by subparagraph5.4.13,
(u) consent of the surety, if any, to final payment, and
(hi) complete and legally effective releases or waivers
(satisfactory to OWNER) of all Lies arising out of or filed
in connection with the Work - In lieu of such releases or
waivers of Liens and as approved by OWNER,
CONTRACTOR may furnish receipts or releases in full
and affidavit of CONTRACTOR that 01 the releases and
receipts include all labor, services, material and equipment
for which a Lien could be filed, anal (ii) all payrolls,
material and equipment bills, and other indebtedness
connected with the Wort: for which OWNER or OWNER's
property might in any way be responsible have been paid or
otherwise satisfied If any Subcontractor or Supplier fails
VMC aEt4RAI, CONDITIONS Isnaa (1990 Editim)
out CITY OF FORT COLLINS MODIFICATIONS (REV 4,7000)
to furnish such a release or receipt in full.
CONTRACTOR may fumish a Bond or other collateral
satisfactory to OWNER to indemnify OWNER against
any Lien Releases or waivers of liens and the consent or
the surety to finalize wvmera are to be submitted on
forms conformimto the ftrmat of the OWNER'S standard
fars botad in Ponied manual.
Final Payment anrdAcceptance
14.13, If, on the basis of ENGINEER's observation of
the Work during construction and final inspection, and
ENGINEER's review of the final Application for Payment
and accompanying documentation as required by the
Contract Documents, ENGINEER is satisfied that the
Work has been completed and CONTRACTOR's other
obligation under the Contract Documents have been
fulfilled, ENGINEER will, within ten days after receipt of
the final Application for Payment, micate in writing
ENGINEER's recommendation of payment and present
the Application to OWNER for payment. At the same
time ENGINEER will also give written notice to OWNER
and CONTRACTOR that the Work is acceptable subject
to the provisions of paragraph 14.15. Otherwise,
ENGINEER will return the Application to
CONTRACTOR, indicating in writing the reasons for
refusing to r==mcnd final payment in which case
CONTRACTOR shall make the necessary corrections and
resubmit the Application. Thirty days after presentation to
OWNER of the Application and accompanying
documentation, in appropriate fomt and substance end
with ENGINE.ER's recommendation and notice of
acceptability, the amount recommended by ENGINEER
will become due and will be paid by OWNER to
CONTRACTOR subject to puagrar)h 17.6.2 of these
QemretC_mdi11ons.
14.14. IL through no fault of CONTRACTOR final
completion of the Wok is significmdly delayed and if
ENGINEER so confirms, OWNER shall, upon receipt of
CONTRACTOR's fatal Application for Payment and
recommendation of ENGINEER, and without terminating
the Agreement, make payment of the balance due for that
portion of the Work fully completed and accepted. If the
remaining balance to be held by OWNER for Work not
fully completed or corrected is less than the retainage
stipulated in the Agreement, and if Bonds have been
furnished as required in paragraph 5.1, the written consent
of the surety to the payment of the balance due for that
portion of the Work fully completed and accepted shall be
submitted by CONTRACTOR to ENGINEER with the
Application for such payment. Such payment shall be
made under the terms and conditions governing final
payment. except that it shall not constitute a waiver of
claims.
Waiver of Claims
14.15. The making aril acceptance of finat payment will
constitute:
14.15.1,a waiver of all claims by OWNER against
CONTRACTOR, except claims arising from
unsettled Liens, from defective Work appearing after
01
final inspection pursuant to paragraph 14.11, from
failure to comply with the Contract Documents or the
terns of any special guarantees specified therein, or
from CONTRACTOR's continuing obligations under
the Contract Documents; and
14.15.2.A waiver of all claims by CONTRACTOR
against OWNER other than those previously made in
writing and still unsettled
ARTICLE I5-SUSPENSION OF WORK AND
TERMINATION
OWNER May SmWend Work:
15.1. At any time and without cause. OWNER may
suspend the Work or any portion thereof for a period of not
more than ninety days by notice in writing to
CONTRACTOR and ENGINEER which will fix the date
on which Work will be resumed. CONTRACTOR shall
resume the Work on the date so fixed CONTRACTOR
shall be allowed an adjustment in the Contract Price or an
extension of the Contract Times, or both, directly
attributable to any such suspension if CONTRACTOR
makes an approved claim therefor as provided in
Articles 1 i and 12.
OWNER May Terminate:
152. Upon the occurrence of any one or more of the
Mowing events:
15.2.1. if CONTRACTOR persistently fails to perform
the Work in accordance with the Contract Documents
(including, but not limited to, failure to supply sufficient
skilled workers or suitable materials or equipment or
failure to adhere to the progress schedule established
under paragraph29 as adjusted from time to time
pursuant to paragraph 6.6);
152.2. if CONTRACTOR disregards Laws or
Regulations of any public body having jurisdiction;
15.2.3. if CONTRACTOR disregards the authority of
ENGINEER: or
15.2.4. if CONTRACTOR otherwise violates in any
substantial way any provisions of the Contract
Documents,
OWNER may, after giving CONTRACTOR (and the
surety, if any) seven days written notice acid to the extent
permitted by Laws amp Regulations, terminate the services
of CONTRACTOR exclude CONTRACTOR from the site
and take possession of the Work and of all
CONTRACTOR's tools, appliances, construction
equipment and machinery at the site and use the same to
the full extent they could be used by CONTRACTOR
(without liability to CONTRACTOR for trespass or
conversion), incorporate in the Work all materials and
equipment stored at the site or for which OWNER has paid
EXDcostmtnL C0NDtnota 191" (1990E(Itim)
32 wI CITY OF FORT OOUMS MODIFICATIONS atEV 412000)
CONTRACTOR but which are stored elsewhere, and
finish the Work as OWNER may deem expedient In such
case CONTRACTOR shall not be entitled to receive any
further payment until the Work is finished If the unpaid
balance of the Contract Rice exceeds all claims, costs,
losses and damages sustained by OWNER arising out of
or resulting from completing the Work such excess will be
paid to CONTRACTOR If such claims, costs, losses and
damages exceed such unpaid balance, CONTRACTOR
shall pay the difference to OWNER. Such claims, costs,
losses and damages incurred by OWNIER will be reviewed
by ENGINEER as to their reasonableness and when so
approved by ENGINEER incorporated in a Chasse Order,
provided that when exercising any rights or remedies
under this paragraph OWNER shall not he required to
obtain the lowest price for the Work performed.
15.3. Where CONTRACTOR'& services have been so
terminated by OWNER the termination will not affect
any rights or remedies of OWNER against
CONTRACTOR then existing or which may thcreaflcr
accnie. Any retention or payment of moneys due
CONTRACTOR by OWNER will not release
CONTRACTOR from liability.
15.4. Upon seven days' written notice to
CONTRACTOR and ENGINEER, OWNER may,
without cause and without prejudice to any other right or
remedy of OWNER, elect to terminate the Agreement. In
such case, CONTRACTOR shall be paid (without
duplication of any items):
15.4.1. for completed and acceptable Work executed
in accordance with the Contract Documents prior to
the effective date of termination, including fair and
reasonable sums for overhead and profit on such
Work,
15.42. for expenses sustaired prior to the effective
date of termination in performing services and
Furnishing labor, materials or equipment as required
by the Contract Documents in connection with
uncompleted Work, plus fair and reasonable sums for
overhead and profit on such expenses;
15.4.3. for all claims, costs, losses and damages
incurred in settlement of terminated contracts with
Subcontractors, Suppliers and others; and
15.4.4. for reasonable expenses directly attributable
to termination
CONTRACTOR shall not be paid on account of loss of
anticipated profits or revenue or other economic loss
arising out of or resulting from such termination.
CONTRACTOR May Srop Work or Terminate:
155. If throu€h no actor fault of CONTRACTOR, the
Work is suspended for a period of more than ninety days
by OWNER or under an order of court or other public
authority, or ENGINEER fails to act on any Application
for Payment within thirty days after it is submitted or
OWNER fails for thirty days to pay CONTRACTOR any
sum finally determined to be due, then CONTRACTOR
may, upon seven days' written notice to OWNER and
ENGINEER, and provided OWNER or ENGINEER do not
remedy such suspension or failure within that time,
terminate the Agreement and recover from OWNER
payment on the same terms as provided in paragraph 15.4.
In lieu of terminating the Agreement and without prejudice
to any other right or remedy, if ENGINEER has failed to
act on an Application for Payment within thirty days alter it
is submitted, or OWNER has failed for thirty days to pay
CONTRACTOR any sum finally determined to be due,
CONTRACTOR may upon seven days written notice to
OWNER and ENGINEER stop the Work until payment of
all such amounts due CONTRACTOR including interest
thereon The provisions of this paragraph 15.5 are not
intended to preclude CONTRACTOR from making claim
under Articles I l and 12 for an increase in Contract Price
or Contract Times or otherwise for expenses or damage
directly attributable to CONTRACTOR's stopping Work as
permitted by this paragraph.
ARTICLE 16—DISPUTE RESOLUTION
If and to the extent that OWNER and CONTRACTOR
have agreed on the method and procedure for resolving
disputes between them that may arise under this
Agreement, such dispute resolution method and procedure,
if any, shall be as set forth in ExhibitGC-A Dispute
Resoluum Agreement", to be attached hereto and made a
part hereof. If no such agreement on the method and
procedure for resolving such disputes has been reached,
and subject to the provisions of paragraphs 9.10, 9.11 and
9.12. OWNER and CONTRACTOR may exercise such
rights or remedies as either may otherwise have under the
Contract Documents or by Laws or Regulations in respect
of any dispute.
ARTICLE 17—MISCELLANEOUS
Gni ng Notice:
17.1 Whenever any provision of the Contract
Documents requires the giving of written notice, it will be
deemed to have been validly given if delivered in person to
the individual or to a member of the firm, or to an officer of
the corporation for whom it is intended or if delivered at or
sent by registered or certified mail, postage prepaid to the
last business address known to the giver of the notice.
17.2. Computation of Time.
17.2.1. When any period of time is referred to in the
Contract Documents by days, it will be axnputed to
exclude the first and include the last day of such
period If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday
by the law of the applicable jurisdiction. such day will
be omitted from the computation.
E)CDC GENERAL CONDITIONS 1910-8 (1990 ENtiaa)
w/ MY OF FORT COLL111-S MODIFICATIONS (REV 412000)
17.2.2. A calendar day of twenty-four hours measured
fiom midnight to the next midnight will constitute a
day.
Notice of Claim:
17.3. Should OWNER or CONTRACTOR suffer injury
or damage to person or property because of any error,
omission or act of the other party or of any of the other
party's employees or agents or others for whose acts the
other party is legally liable, claim will be made in writing
to the other within a reasonable time of the fins
observance of such injury or damage. The provisions of
this paragraph 17.3 shall not be conswed as a substitute
for or a waiver of the provisions of any applicable statute
of limitations or repose.Cumulative Remedies:
17.4. The duties and obligations unposed by these
General Conditions and the rights and remedies available
hereunder to the parties hereto, and. in particular but
without limitation, the warranties, guarantees and
obligations imposed upon CONTRACTOR by
paragraphs 6.12, 6.16, 6.30, 6.31, 6.32,13.1,13.12, 13.14,
14.3 and 15.2 and all of the rights and remedies available
to OWNER and ENGINEER thereunder, are in addition
to, and arc not to be construed in any way as a limitation
of, any rights and remedies available to any or all of them
which are otherwise imposed or available by Laws or
Regulations by special warranty or guarantee or by other
provisions of the Contract Documents, and the provisions
of this paragraph will be as effective as if repeated
specifically in the Contract Documents in connection with
each particular duly, obligation, right and remedy to which
they apply,
professional Fees and Court Cons Included-
175. Whenever reference is made to "claims, costs,
losses and damages", it shall include in each case, but not
be lim ited to, all fees and charges of engineers, architects,
attorneys and other professionals and all court or
arbitration or other dispute resolution costs.
IZ6. The laws of the State of Colorado apRjy to this
Agreement Reference to two pertinant Colorado statutes
are as follows
1762 If a claim is filed OWNER is required by
law (CRS 35-26-107) to withhold from all payments to
CONTRACTOR sufficient funds to insure the
payment of all claims for labn_materials, team hire.
sustenance, provisions, provender, or other supplies
used or consumed by CONTRACTOR or his
33
V=OeWLAL COMMONS 191" (1990 Edition)
34 W OITY OF FORT OOLUM MODIFICATIONS (REV 412000)
EXHIBIT GC -A to General Conditions
of the Construction Contract Between
OWNER and CONTRACTOR
DISPUTE RESOLUTION AGREEMENT
OWNER and CONTRACTOR hereby agree that
Article 16 of the General Conditions of the Concoction
Contract between OWNER and CONTRACTOR is
amended to include the following agreement of the parties:
16.1. All claims, disputes and other matters in
question between OWNER and CONTRACTOR arising
out of or relating to the Contract Documents or the breach
thereof (except for claims which have been waived by the
making or acceptance of final payment as provided by
paragraph 14.15) will be decided by arbitration in
accordance with the Construction Industry Arbitration
Rules of the American Arbitration Association then
obtaining, subject to the limitations of the Article 16. This
agreement so to arbitrate and any other agreement or
consent to arbitrate entered into in accordance herewith as
provided in this Article 16 will be specifically enforceable
under the prevailing law of any court having jurisdiction
16.2. No demand for arbitration of any claim, dispute
or other matter that is required to be referred to
ENGINEER initially for decision in accordance with
paragraph 9.11 will be made until the earlier of (a) the date
on which ENGINEER has rendered a written decision or
(b) the thirty-first day after the parties have presented their
evidence to ENGINEER if a written decision has not been
rendered by ENGINEER before that date. No demand for
arbitration of any such claim, dispute or other matter will
be made later than thirty days after the date on which
ENGINEER has rendered a written decision in respect
thereof in accordance with paragraph 9.11; and the failure
to demand arbitration within said thirty days period will
result in ENGINEER's decision being final and binding
upon OWNER and CONTRACTOR If ENGINEER
renders a decision after arbitration proceedings have been
initiated, such decision may be entered as evidence but will
nor supersede the arbitration proceedings, except where the
decision is acceptable to the parties concerned. No demand
for arbitration of arty written recision of ENGINEER
rendered in aoco lance with paragraph 9.10 will be made
pater than ten days after the parry making such demand has
delivered written notice of intention to appeal as provided
in paragraph 9 10,
16.3. Notice of the demand for arbitration will be
filed in writing with the other party to the Agreement and
with the American Arbitration Association. and a copy will
be sent to ENGINEER for information The demand for
arbitration will be made within the thirty -clay or ten-day
period specified in paragraph 16.2 as applicable, and in all
alter cases within a reasonable time alter the claim, d sputa
or other matter in question has arisen, and in no event shall
any such demand be made after the date when institution of
legal or equitable proceedings based on such claim, dispute
or other matter in question would be barred by the
applicable statute of limitation
EX1)C GENERAL CONDITIONS 1910.8 (1990 Mum)
eN CITY OF FORT COLONS MODIFICATIONS (REV W99)
16.4. Except as provided in paragraph 16.5 below,
no arbitration arising out of or relating to the Contract
Documents shall include by consolidation, joinder or in any
other manner any other person or entity (including
ENGINEER. ENGINEERS Consultant and the officers,
directors, agents, employees or consultants of any of them)
who is not a party to this contract unless:
16.4.1. the inclusion of such other person or entity is
necessary if complete relief is to be afforded among
those who are already parties to the arbitration, and
16.4.2. such other person or entity is substantially
involved in a question of law or fact which is common
to those who are already parties to the arbitration and
which will arise in such proceedings, and
16.4.3 the written consent of the other person or
entity sought to be inclusW and of OWNER and
CONTRACTOR has been obtained for such inclusion,
which consent shall make specific reference to this
paragraph; but no such consent shall constitute consent
to arbitration of any dispute not specifically described
in such consent or to arbitration with any party not
specifically identified in such consent.
16.5. Notwithstanding paragraph 16 4, if a claim,
dispute or other matter in question battveen OWNER and
CONTRACTOR involves the Work of a Subcontractor.
either OWNER or CONTRACTOR may join such
Subcontractor as a party to the arbitration between OWNER
and CONTRACTOR hereunder. CONTRACTOR shall
=to in all subcontracts required by paragraph 6.11 a
specific provision whereby the Subcontractor consents to
being joined in an arbitration between OWNER and
CONTRACTOR involving the Work of such
Subcontractor. Nothing in this paragraph 16.5 nor in the
provision of such subcontract consenting to joinder shall
create any claim, right or cause of action in favor of
Subcontractor and against OWNER, ENGINEER or
ENGINMRs Consultants that does riot otherwise exist.
16.6. The award rendered by the arbitrators will be
final, judgment may be entered upon it in any court having
jurisdiction thereof: and it will not be subject to
modification or appeal.
16.7. OWNER and CONTRACTOR agree that they
shall first submit any and all unsettled claims,
oounterclaims, disputes and other matters in question
between them arising out of or relating to the Contract
Documents or the breach thereof ("disputes ), to mediation
by the American Arbitration Association under the
Construction Industry Mediation Rules of the American
Arbitration Association prior to either of them initiating
against the other a demand for arbitration pursuant to
paragraphs 16.1 through 16.6. unless delay in initiating
arbitration would irrevocably prejudice one of the parties.
The respective thirty and ten day time limits within which
to rile a demand for arbitration as provided in paragraphs
16.2 and 16.3 above shall be suspended with respect to a
dispute submitted to mediation within thou same
applicable time limits and shall remain suspended until ten
days after the termination of the mediation. The mediator
of any dispute submitted to mediation under this Agreement
shall not serve as arbitrator of such dispute unless otherwise
ageed.
GC -AI
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
Department.
Warranty work that requires a resurfacing of the pavement shall be performed only when
weather conditions are in accordance with subsection 401.07.
The Contractor shall maintain traffic at all times as detailed in the Traffic Control Plan. Warranty
work shall be performed during the times of day and days of week specified for the original
contract work.
(d) Pavement Distress Indicators, Thresholds and Remedial Action. Pavement distress indicators
shown below shall be used as the basis for determining the distress types to be considered for repair
under the warranty and as the basis for determining the methods for measuring distresses.
The pavement distress surveys are conducted by dividing the roadway into nominal one -mile
sections. A one -tenth mile segment in each mile will be evaluated for pavement distress. The
segment evaluated shall he 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 Department.
Addendum 1
8125 Intersection Improvements at Vine & Shields Page 11 of 31
SECTION 00800
SUPPLEMENTARY CONDITIONS
SECTION 00800
CDOT SUPPLEMENTARY CONDITIONS
Conditions of the Contract
These Supplementary Conditions amend or supplement the corresponding paragraphs as
indicated of the General Conditions of the Construction Contract (EJCDC General Conditions
1910-8, 1990 edition with City of Fort Collins modifications) and other provisions of the Contract
Documents as indicated below.
SC-4.2 Subsurface and Physical Conditions:
A. Add the following language to paragraph 4.2.1 of the General Conditions.
4.2.1.1.1 The following report(s) of exploration and tests of subsurface
conditions at the site of the Work:
Geotechnical Engineering Study prepared by Kumar & Associates Inc.,
Proiect No. 13-1-338, dated February 14, 2014.
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 (CSQ.
5.4.9 This policy will include completed operations coverage/product liability
coverage with limits of $1,000,000 combined single limits (CSL).
SC-6.4.1 Purchasing Restrictions
Delete the complete paragraph
SC-6.4.2 Cement Restrictions
Delete the complete paragraph
SC-6.5 Contractor Responsibilities —Amended in its entirety to read:
All materials and equipment shall be of good quality and new, except as otherwise
provided in the Contract Documents. All warranties, if any, provided in the
Specifications shall run specifically to the benefit of Owner. If required by Engineer
prior to final payment as provided for herein. Contractor shall furnish satisfactory
evidence (including reports of required tests) as to the kind and quality of the
materials and equipment. All materials and equipment shall be applied, installed,
connected. erected, used, cleaned and conditioned in accordance with instructions of
the applicable Supplier, except as otherwise provided in the Contract Documents.
SC- 6.30.1. - Contractor General Warranty and Guarantee -
Delete the complete paragraph
6.30.1.1 Specific Warranties. Contractor further warrants and guarantees that any Work
covered by a specific warranty provision contained in the Specifications shall be
performed in accordance with the applicable warranty and any such Work shall
conform to the warranty requirements during the warranty period stated in the
specific warranty.
SC-13.12 Correction Period
Delete the complete paragraph
SC-14.15.1- Waiver of Claims- Amended in its entirety to read:
14.15.1 a waiver of all claims by Owner against Contractor, except claims arising
from unsettled Liens, from defective Work identified and reported to Contractor
during final inspection pursuant to 14.11, from failure to comply with the Contract
Documents, or the terms of any specific guarantees or warranties specified therein,
or from Contractors' continuing obligations under the Contract Documents;
SC-17.6.1 Delete the complete paragraph
SC -FED Federal Terms & Conditions
A. The terms and conditions set forth in the following pages are hereby
incorporated as part of this agreement.
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)
1. The Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal
Equal Employment Opportunity Construction Contract Specifications" set forth herein.
2. The goals and timetables for minority and female participation, expressed in percentage terms
for the Contractor's aggregate workforce in each trade on all construction work in the
covered area are as follows:
Goals and Timetable for Minority Utilization
Timetable - Until Further Notice
Economic
Standard Metropolitan
Counties
Goal
Area
Statistical Area SMSA
Involved
157
2080 Denver -Boulder
Adams, Arapahoe, Boulder, Denver,
(Denver)
Douglas, Gilpin, Jefferson ...................
13.8%
2670 Fort Collins
Larimer................................................
6.9%
3060 Greeley
Weld ....................................................
13.1 %
Non SMSA Counties
Cheyenne, Clear Creek, Elbert, Grand, Kit
Carson, Logan, Morgan, Park, Phillips,
Sedgwick, Summit, Washington &
Yuma ............................
12.8%
158
1720 Colorado Springs
El Paso, Teller .....................................
10.9%
(Colo. Spgs. -
6560 Pueblo
Pueblo .................................................
27.5%
Pueblo)
Non SMSA Counties
Alamosa, Baca, Bent, Chaffee, Conejos,
Costilla, Crowley, Custer, Fremont,
Huerfano, Kiowa, Lake,
Las Animas, Lincoln, Mineral, Otero,
Prowers, Rio Grande, Sa uache........
19.0%
159
Non SMSA
Archuleta, Delta, Dolores, Eagle, Garfield,
(Grand Junction)
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)
ANTAAT
GOAD TIMEBLES FOR FEMALE UTILIZ
............ ...LS
Until Further Notice..................................................... ........ .....................................ION .....6.9% —Statewide
February 3, 2011
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
These goals are applicable to all the Contractor's construction work (whether or not it is Federal or federally
assisted) performed in the covered area. If the Contractor performs construction work in a geographical
area located outside of the covered area, it shall apply the goals established for such geographical area
where the work is actually performed. With regard to this second area, the Contractor also is subject to the
goals for both its federally involved and non -federally involved construction.
The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be
based on its implementation of the Equal Opportunity Clause specific affirmative action obligations required
by the specifications set forth in 41 CFR 60-4.3(a), and its efforts meet the goals established for the
geographical area where the contract resulting form this solicitation is to be performed. The hours of
minority and female employment and training must be substantially uniform throughout the length of the
contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and
women evenly on each of its projects. The transfer of minority or female employees or trainees from
Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goals
shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Par 60-4.
Compliance with the goals will be measured against the total work hours performed.
3. The Contractor shall provide written notification to the Director of the Office of Federal Contract
Compliance Programs within 10 working days of award of any construction subcontract in excess of
$10,000 at any tier for construction work under the contract resulting from this solicitation. The
notification shall list the name, address and telephone number of the subcontractor; employer
identification number; estimated dollar amount of the subcontract; estimated starting and completion
dates of the subcontract; and the geographical area in which the contract is to be performed.
4. As used in this specification, and in the contract resulting from this solicitation, the "covered area" is
the county or counties shown on the Invitation for Bids and on the plans. In cases where the work is
in two or more counties covered by differing percentage goals, the highest percentage will govern.
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);
February 3, 2011
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
(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.
5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the
Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse
the Contractors obligations under these specifications, Executive Order 11246, or the regulations
promulgated pursuant thereto.
6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the
goals, such apprentices and trainees must be employed by the Contractor during the training period,
and the Contractor must have made a commitment to employ the apprentices and trainees at the
completion of their training, subject to the availability of employment opportunities. Trainees must
be trained pursuant to training programs approved by the U.S. Department of Labor.
February 3, 2011
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The
evaluation of the Contractor's compliance with these specifications shall be based upon its effort to
achieve maximum results from its actions. The Contractor shall document these efforts fully, and
shall implement affirmative action steps at least as extensive as the following;
a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all
sites, and in all facilities at which the Contractor's employees are assigned to work. The
Contractor, where possible, will assign two or more women to each construction project. The
Contractor shall specifically ensure that all foremen, superintendents, and other on -site
supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a
working environment, with specific attention to minority or female individuals working at such
sites or in such facilities.
b. Establish and maintain a current list of minority and female recruitment sources, provide written
notification to minority and female recruitment sources and to community organizations when the
Contractor or its union have employment opportunities available, and maintain a record of the
organization's responses.
c. Maintain a current file of the names, addresses and telephone numbers of each minority and female
off -the -street applicant and minority or female referral from a union, a recruitment source of
community organization and of what action was taken with respect to each individual. If such
individual was sent to the union hiring hall for referral and was not referred back to the
Contractor by the union or, if referred, not employed by the Contractor, this shall be documented
in the file with the reason therefor, along with whatever additional actions the Contractor may
have taken.
d. Provide immediate written notification to the Director when the union with which the Contractor has a
collective bargaining agreement has not referred to the Contractor a minority person or woman
sent by the Contractor, or when he Contractor has other information that the union referral
process has impeded the Contractor's efforts to meet its obligations.
e. Develop on-the-job training opportunities and/or participate in training programs for the area which
expressly include minorities and women, including upgrading programs and apprenticeship and
trainee programs relevant to the Contractor's employment needs, especially those programs
funded or approved by the Department of Labor. The Contractor shall provide notice of these
programs to the sources compiled under 7b above.
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.
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
February 3, 2011
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
construction work at any job site. A written record shall be made and maintained identifying the
time and place of these meetings, persons attending, subject matter discussed, and disposition
of the subject matter.
h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news
media, specifically including minority and female news media, and providing written notification
to and discussing the Contractors and Subcontractors with whom the Contractor does or
anticipates doing business.
i. Direct its recruitment efforts, both oral and written, to minority, female and community organizations,
to schools with minority and female students and to minority and female recruitment and training
organizations serving the Contractor's recruitment area and employment needs. Not later than
one month prior to the date for the acceptance of applications for apprenticeship or other training
by any recruitment source, the Contractor shall send written notification to organizations such as
the above, describing the openings, screening procedures, and tests to be used in the selection
process.
j. Encourage present minority and female employees to recruit other minority persons and women
and, where reasonable, provide after school, summer and vacation employment to minority and
female youth both on the site and in other areas of a Contractor's workforce.
k. Validate all tests and other selection requirements where there is an obligation to do so under 41
CFR Part 60-3.
I. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel
for promotional opportunities and encourage these employees to seek or to prepare for, through
appropriate training, etc. such opportunities.
m. Ensure that seniority practices, job classifications, work assignments and other personnel practices,
do not have a discriminatory effect by continually monitoring all personnel and employment
related activities to ensure that the EEO policy and the Contractor's obligations under these
specifications are being carried out.
n. Ensure that all facilities and Contractor's activities are nonsegregated except that separate or single -
user toilet and necessary changing facilities shall be provided to assure privacy between the
sexes.
o. Document and maintain a record of all solicitations of offers for subcontracts from minority and
female construction contractors and suppliers, including circulation of solicitations to minority and
female contractor associations and other business associations.
p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the
Contractor's EEO policies and affirmative action obligation.
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
February 3, 2011
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
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
February 3, 2011
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
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).
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.
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
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.
Addendum 1
8125 Intersection Improvements at Vine & Shields Page 12 of 31
February 3, 2011
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
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 cllassification 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.
(2) All new supervisory or personnel office employees will be given a thorough indoctrination by the
EEO Officer or other knowledgeable company official, covering all major aspects of the
Contractor's equal employment opportunity obligations within thirty days following their
reporting for duty with the Contractor.
(3) All personnel who are engaged in direct recruitment for the project will be instructed by the EEO
Officer or appropriate company official in the Contractor's procedures for locating and hiring
minority group employees.
b. In order to make the Contractor's equal employment opportunity policy known to all employees,
prospective employees and potential sources of employees, i.e., schools, employment agencies,
labor unions (where appropriate), college placement officers, etc., the Contractor will take the
following actions:
(1) Notices and posters setting forth the Contractor's equal employment opportunity policy will
be placed in areas readily accessible to employees, applicants for employment and
potential employees.
(2) The Contractor's equal employment opportunity policy and the procedures to implement such
policy will be brought to the attention of employees by means of meetings, employee
handbooks, or other appropriate means.
5. Recruitment.
a. When advertising for employees, the Contractor will include in all advertisements for employees
the notation; "An Equal Opportunity Employer." All such advertisements will be published in
newspapers or other publications having a large circulation among minority groups in the
area from which the project work force would normally be derived.
b. The Contractor will. unless precluded by a valid bargaining agreement, conduct systematic and
direct recruitment through public and private employee referral sources likely to yield
qualified minority group applicants, including, but not limited to, State employment agencies,
schools, colleges and minority group organizations. To meet this requirement, the
Contractor will, through his EEO Officer, identify sources of potential minority group
employees, and establish with such identified sources procedures whereby minority group
applicants may be referred to the Contractor for employment consideration.
February 3, 2011
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
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.
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.
February 3, 2011
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
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.
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 February
3, 2011
AFFIRMATIVE ACTION REQUIREMENTS
EQUAL EMPLOYMENT OPPORTUNITY
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.
DISADVANTAGED BUSINESS ENTERPRISE (DBE)
DEFINITIONS AND REQUIREMENTS
1. Overview
December 26. 2013
The Disadvantaged Business Enterprise (DBE) Program is a federally -mandated program that seeks to
ensure non-discrimination in the award of U.S. Department of Transportation (DOT) -assisted contracts and
to create a level playing field on which DBEs can compete fairly for DOT -assisted contracts. To such end,
CDOT sets a contract goal for DBE participation for each DOT -assisted Contract.
In order to be awarded the Contract, the bidder shall show that it has committed to DBE participation
sufficient to meet the goal or has otherwise made good faith efforts to do so. CDOT will amend the goal
prior to award if the lowest apparent bidder demonstrates that good faith efforts were made but sufficient
commitments to meet the goal could not be obtained.
CDOT will monitor the progress of the Contractor throughout the project to ensure that the Contractor's DBE
commitments are being fulfilled. Modifications to the commitments must be approved by CDOT. CDOT
may withhold payment or seek other contractual remedies if the Contractor is not complying with the
requirements of this special provision. Upon completion of the Contract, CDOT may reduce the final
payment to the Contractor if the Contractor has failed to fulfill the commitments or made good faith efforts to
meet the contract goal.
For general assistance regarding the DBE program and compliance, contact CDOT's Civil Rights and
Business Resource Center (CRBRC) at (303)757-9234. For project specific issues, contact the Engineer.
All forms referenced herein can be found on the CDOT website in the forms library:
http://www.coloradodot.info/Iibrary/forms/cdot-forms-by-number
2. Contract Assurance
By submitting a proposal for this Contract, the bidder agrees to the following assurance and shall include it
verbatim in all (including non -DBE) subcontracts:
The contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national
origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of
49 CFR Part 26 in the award and administration of DOT -assisted contracts. Failure by the contractor to
carry out these requirements is a material breach of this contract, which may result in the termination of this
contract or such other remedy as CDOT deems appropriate.
3. Definitions
Terms not defined herein shall have the meaning provided in the CDOT Standard Specifications for Road
and Bridge Construction.
A. Commitment. A commitment is a portion of the Contract, identified by dollar amount and work area,
designated by the bidder or Contractor for participation by a particular DBE. Commitments are
submitted to CDOT via Form 1414, Anticipated DBE Participation Plan, or via Form 1420, DBE Plan
Modification Request. Once approved, commitments are obligations of the Contract that are
enforceable by CDOT.
B. Commercially Useful Function (CUF). Responsibility for the execution of the work and carrying out
such responsibilities by actually performing, managing and supervising the work as further described
in Section 8 below.
December 26, 2013
DISADVANTAGED BUSINESS ENTERPRISE (DBE)
DEFINITIONS AND REQUIREMENTS
C. Contract Goal. The percentage of the contract designated by CDOT for DBE participation. The
contract goal for this contract is provided in the Project Special Provision Disadvantaged Business
Enterprise Contract Goal.
(1) The bidder/Contractor shall make good faith efforts to fulfill the contract goal with eligible
DBE participation. For determining whether the contract goal was met prior to award, the
contract goal shall be based upon the proposal amount excluding force account items.
For determining whether the contract goal was met during and upon completion of the
project, the contract goal shall be based upon the total earnings amount.
(2) If the lowest apparent bidder demonstrates that it was unable to meet the contract goal
but made good faith efforts to do so, the contract goal will be amended and the revised
contract goal will be provided on Form 1417, Approved DBE Participation Plan.
D. Disadvantaged Business Enterprise (DBE). A Colorado -certified Disadvantaged Business
Enterprise listed on the Colorado Unified Certification Program (UCP) DBE Directory at
www.coloradodbe.org.
E. DBE Program Manual. The manual maintained by the CRBRC which details CDOT's policies and
procedures for administering the DBE program. A copy of the DBE Program Manual is available on
the CRBRC webpage.
F. Eligible Participation. Work by a DBE that counts toward fulfillment of the contract goal as described
in Section 4 below.
G. Good Faith Efforts. All necessary and reasonable steps to achieve the contract goal which, by their
scope, intensity, and appropriateness to the objective, could reasonably be expected to obtain
sufficient DBE participation, even if not fully successful. Good faith efforts are evaluated prior to
award and throughout performance of the Contract. For guidance on good faith efforts, see 49 CFR
Part 26, Appendix A.
H. Joint Check. A check issued by the Contractor or one of its subcontractors to a DBE firm and a
material supplier or other third party for materials or services to be incorporated into the work.
I. Reduction. A reduction occurs when the Contractor reduces a commitment to a DBE. A reduction
constitutes a partial termination.
J. Subcontractor. An individual, firm, corporation or other legal entity to whom the Contractor sublets
part of the Contract. For purposes of this special provision, the term subcontractor includes
suppliers.
K. Substitution. Substitution occurs when a Contractor seeks to find another DBE to perform work on
the contract as a result of a reduction or termination.
L. Termination. A termination occurs when a Contractor no longer intends to use a DBE for fulfillment
of a commitment.
M. Total Earnings Amount Amount of the Contract earned by the Contractor, including approved changes
and approved force account work performed, but not including any deductions for liquidated damages,
price reduced material, work time violations, overweight loads or liens. The amount of the Contract
December 26, 2013
DISADVANTAGED BUSINESS ENTERPRISE (DBE)
DEFINITIONS AND REQUIREMENTS
earned does not include plan force account items (i.e. OJT, pavement incentives, etc).
N. Work Code. A code to identify the work that a DBE is certified to perform. A work code includes a
six digit North American Industry Classifications System code plus a descriptor. Work codes are
listed on a firm's profile on the UCP DBE Directory. The Contractor may contact the CRBRC to
receive guidance on whether a work code covers the work to be performed.
4. Eligible Participation
The following rules will be used to determine whether work performed by a DBE qualifies as eligible
participation on the Contract:
A. Work Must be Identified in Commitment. The work performed by the DBE must be reasonably
construed to be included in the work area and work code identified by the Contractor in the approved
commitment.
(1) If the Contractor intends to use a DBE for work that was not listed in the commitment, the
Contractor shall submit Form 1420, DBE Participation Plan Modification for approval of
the modification. Unapproved work will not count toward the contract goal.
(2) A DBE commitment cannot be modified to include work for which the DBE was not
certified at the time of the approval of the original commitment.
B. DBE Must be Certified to Perform the Work. The DBE must be certified to perform the work upon
submission of the commitment and upon execution of the DBE's subcontract.
(1) When a commitment has been made, but upon review of Form 205 or 20513, Sublet
Permit, CDOT determines that the DBE is no longer certified in the work code which
covers the work to be performed, the Contractor may not use the DBE's participation
toward the contract goal. The Contractor shall terminate the DBE commitment and seek
substitute DBE participation in accordance with Section 9 below.
(2) A DBE's work will continue to count as eligible participation if the DBE was certified upon
approval of Form 205 or 20513, Sublet Permit and the certification status changes during
the performance of the work.
(3) Suppliers must be certified upon execution of the purchase order.
C. DBE Performs the Work. Eligible participation will only include work actually performed by the DBE
with its own forces.
(1) Work performed by the DBE includes the cost of supplies and materials obtained by the
DBE for its work on the Contract, including any equipment leased by the DBE, provided
that such supplies or equipment are not purchased or leased from the Contractor or a
subcontractor that is subletting to the DBE.
(2) If CDOT determines that a DBE has not performed a CUF on the project, no participation
by such DBE shall count toward the contract goal.
D. DBE Subcontracts to Another Firm. When a DBE subcontracts part of the work, the value of the
December 26, 2013
DISADVANTAGED BUSINESS ENTERPRISE (DBE)
DEFINITIONS AND REQUIREMENTS
subcontracted work may only be counted toward the goal if the subcontractor is a DBE. Performance by
non -DBE subcontractors, including non -DBE trucking firms and owner -operators, shall be deducted from
the DBE's participation.
E. DBE Received Payment for the Work. Eligible participation only includes work for which the DBE
has received payment, including the release of its retainage.
F. Special Calculations for Suppliers. When a DBE supplies goods on a project, the DBE may be
classified as a manufacturer, dealer or broker. The DBE's status as a manufacturer, dealer or
broker is determined on a contract -by -contract basis and is based upon the actual work performed.
(1) When a DBE is deemed to be acting as a manufacturer, one hundred percent of the
commitment will count as eligible participation.
(2) When a DBE is deemed to be acting as a regular dealer (i.e. non -manufacturer supplier),
only sixty percent of the commitment will count as eligible participation.
(3) When a DBE is deemed to be acting as a broker, only the reasonable brokerage fee will
count as eligible participation.
G. Reasonable Fee for Contract -Specific Services. Services shall count toward the contract goal only if
they are specifically required for the performance of the Contract. Non -contract specific expenses
may not be counted toward the contract goal. Fees for services must be reasonable. Services
include but are not limited to professional services, public involvement, etc. In the case of temporary
employment placement agencies, only the placement fee for an individual to be specifically and
exclusively used for work on the contract shall count as eligible participation.
H. Pre -Approval for Joint Venture Participation. When a DBE is a participant in a joint venture, the DBE
must apply to CDOT to determine how much of the work performed by the joint venture will count
toward the contract goal. The DBE shall complete Form 893, Information for Determining DBE
Participation when a Joint Venture Includes a DBE. Form 893 shall be submitted to CDOT no less
than ten days before the submission of the Proposal to ensure sufficient time for review.
5. Proposal Requirements
In order to be eligible for award, the following shall be submitted with the proposal, or, for electronic bidders,
via email to cdot hq dbeforms(d�state.co.us by the proposal submission deadline. In order to avoid an error
within the electronic bidding system, electronic bidders shall also enter the total percentage of anticipated
eligible DBE participation into the Form 714 and electronically sign the form.
A. Form 1413. Bidders List. The bidder shall list each subcontractor (including both DBE and non -DBE
subcontractors) that submitted a quote for participation on the project. Failure to submit a signed
Form 1413 will result in rejection of the proposal.
B. Form 1414. Anticipated DBE Participation Plan. If the Contract Goal is greater than zero, the bidder
shall submit Form 1414 to document anticipated DBE participation.
(1) If the Bidder has not obtained any DBE commitments, it shall still submit Form 1414
documenting zero anticipated participation. If the Contract Goal is greater than zero, failure
to submit a signed Form 1414 shall result in rejection of the proposal.
December 26, 2013
DISADVANTAGED BUSINESS ENTERPRISE (DBE)
DEFINITIONS AND REQUIREMENTS
(2) The bidder shall list the DBE, work area(s), commitment amount and estimated eligible
participation for each commitment. Once Form 1414 is submitted, a commitment may only
be terminated or reduced in accordance with Section 9 below. The bidder is responsible for
ensuring that commitments, and the estimated eligible participation resulting therefrom, have
been properly calculated prior to submitting its proposal.
(3) If the bidder is a DBE, the bidder must include itself in Form 1414 and list the work area(s)
and amount that it intends to self -perform and count as eligible participation on the contract.
(4) Commitments may be made to second tier or lower DBE subcontractors; however, the
Contractor is ultimately responsible for the fulfillment of the commitment and shall sign the
Form 1415, Commitment Confirmation.
6. Additional Forms Due Prior to Award.
If the contract goal is greater than zero, or if the bidder has voluntarily made commitments, the Bidder shall
submit the following forms within five calendar days of selection as the lowest apparent bidder:
A. Form 1415, Commitment Confirmation. A Form 1415, Commitment Confirmation shall be obtained
from each DBE listed on Form 1414. The bidder shall complete Section 1 and the DBE shall
complete Section 2 of Form 1415. Form 1415s shall be consistent with the commitments listed on
Form 1414. The bidder shall not modify commitments listed on Form 1414 without good cause and
approval from CDOT. The bidder shall contact CDOT if any issues arise which may require the
bidder to alter or terminate a commitment.
B. Form 1416, Good Faith Effort Report. If the total eligible participation listed on Form 1414 does not
meet the contract goal, the lowest apparent bidder shall also submit Form 1416, Good Faith Effort
Report and any supporting documentation that the bidder would like considered by CDOT as
evidence of good faith efforts.
7. Commitment and Good Faith Effort Review
A. Commitment Review. CDOT will evaluate the Form 1414 and each Form 1415 to ensure that it the
commitment is valid and has been properly calculated. CDOT may investigate or request additional
information in order to confirm the accuracy of a commitment. If CDOT determines that the total
estimated eligible participation of the commitments does not meet the contract goal, within two
business days of notice from CDOT or within the original five calendar day deadline, whichever is
later, the bidder shall submit Form 1416 to CDOT.
B. Good Faith Effort Review. If the total eligible participation of Form 1414 and all supporting Form
1415s does not meet the contract goal, CDOT will review Form 1416 and all supporting
documentation submitted by the bidder in order to determine whether the bidder has demonstrated
good faith efforts to obtain DBE participation. CDOT will use 49 CFR Part 26, Appendix A as a
guide for determining whether the bidder made good faith efforts to meet the contract goal. A bidder
will be deemed to not have made good faith efforts if the bidder lists a DBE for a work area for which
the DBE is not certified and the bidder cannot establish a reasonable basis for its determination.
CDOT may consider and approve commitments made after submission of the bid if the Bidder
demonstrates that (1) good faith efforts were made prior to submission of the bid and (2) there is a
reasonable justification for not obtaining the commitments prior to submission of the bid.
December 26, 2013
DISADVANTAGED BUSINESS ENTERPRISE (DBE)
DEFINITIONS AND REQUIREMENTS
C. Administrative Reconsideration. If CDOT determines that the bidder did not demonstrate good faith
efforts to meet the contract goal, it will provide the bidder with written notice of its determination and
an opportunity to appeal. The process for reconsideration is set forth in the Good Faith Effort Appeal
Process, which is an Appendix I to the DBE Program Manual. A copy of the Good Faith Effort
Appeal Process will be included in the written notice from CDOT.
D. Form 1417, Approved DBE Participation Plan. If CDOT determines that the bidder has met the
contract goal
or made good faith efforts to do so, CDOT will issue Form 1417, Approved DBE Participation Plan,
documenting the approved commitments. If CDOT determines that the bidder did not meet the
contract goal but made good faith efforts to do so, via the Form 1417 CDOT will amend the contract
goal in accordance with the commitments that were obtained and attach an explanation of its
determination.
8. Ongoing Oversight of DBE Participation
A. Consistency Review. CDOT will review Form 205 or 20513, Sublet Permit Application to determine
whether the work being sublet is consistent with the DBE commitments. CDOT may withhold
approval of the sublet or stop performance of the work if the Contractor has reduced, terminated, or
otherwise modified the type or amount of work to be performed by a DBE without seeking prior
approval.
B. Form 1419, DBE Participation Report. The Contractor shall submit Form 1419, DBE Participation
Report to the Engineer on a quarterly basis (January 15, April 15, July 15, and October 15) and
upon completion of the Contract. CDOT may withhold progress payments if the quarterly Form 1419
is not received on time. CDOT will not provide final payment on the Contract in accordance with
subsection 109.09 of CDOT's Standard Specifications for Road and Bridge Construction until the
final Form 1419 has been reviewed and approved.
C. Joint Checks. All joint checks must be approved by CDOT before they are used in payment to a
DBE. Joint checks used in payments to DBEs will be monitored closely to ensure (1) the DBE is
performing a CUF and (2) the joint checks are not being used in a discriminatory manner. The
Contractor shall request approval for the use of a joint check in a written letter signed by the DBE
and the Contractor, stating the reason for the joint checks and the approximate number of checks
that will be needed.
D. Commercially Useful Function. CDOT will monitor performance during the Contract to ensure each
DBE is performing a CUF. If CDOT determines that a DBE is not performing a CUF, no work
performed by such DBE shall count as eligible participation. The DBE, Contractor, and any other
involved third parties may also be subject to additional enforcement actions.
(1) When determining whether a DBE is performing a CUF, CDOT will consider the amount of
work subcontracted, industry practices, the amount the firm is to be paid compared to the work
performed and eligible participation claimed, and any other relevant factors.
(2) With respect to material and supplies used on the Contract, in order to perform a CUF the DBE
must be responsible for negotiating price, determining quality and quantity, ordering the
material, installing the material, if applicable, and paying for the material itself.
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:
Table A: 2 year Warranty Rutting Rate of
Loading Table
Time after Pavement Acceptance
(sampling intervals)
Maximum Accumulated ESAL's
(where D = 3 year projection design lane
ESAL's) "w"
6 months
0.25 x D
12 months
0.50 x D
18 months
0.75 x D
24 months
D
If the rutting is suspected to be caused by the base or subgrade, coring (or cross
sectional sampling) will be conducted by the Department to determine the cause
of the rutting. The Contractor shall have the option to obtain cores and cross-
section samples at his own expense, including repair of the sampled areas, and
traffic control.
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
< 1 inch deep and > 0.2 feet2
Seal coat or crack / joint seal
Moderate
1 inch to 2 in. deep and > 0.2 feet2
Patch
High
> 2 inch deep and > 0.2 feet2
Remove and replace to 2 feet beyond
apparent distress.
Addendum 1
8125 Intersection Improvements at Vine & Shields Page 13 of 31
(3) With respect to trucking, in order to perform a CUF, the DBE trucking firm must own and
December 26, 2013
DISADVANTAGED BUSINESS ENTERPRISE (DBE)
DEFINITIONS AND REQUIREMENTS
operate at least one fully licensed, insured and operational truck used on the Contract.
Additionally, the DBE trucking firm must be responsible for the management and supervision of
the entire trucking operation for which it is responsible on the Contract.
(4) A DBE does not perform a CUF when its role is limited to that of an extra participant in a
transaction, contract or project through which funds are passed in order to obtain the
appearance of DBE participation. CDOT will evaluate similar transactions involving non -DBEs
in order to determine whether a DBE is an extra participant.
(5) 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 than
would be expected on the basis of normal industry practice for the type of work involved,
CDOT will presume that the DBE is not performing a CUF. The DBE may present evidence to
rebut this presumption.
(6) If the Contractor disagrees with CDOT's determination regarding CUF, in accordance with 49
CFR 26.55 the Contractor may seek review of the determination by the applicable USDOT
operating administration, however, CUF determination is not subject to administrative appeal.
9. DBE Participation Plan Modifications
A. Form 1420, DBE Participation Plan Modification Request. During the performance of the Contract,
the Contractor shall use Form 1420, DBE Participation Plan Modification Request to communicate
all requests for termination, reduction, substitution, and waivers to CDOT. One Form 1420 may
include multiple requests and must be submitted at the time of the occurrence or, if that is not
possible, within a reasonable time of the occurrence requiring termination, reduction, substitution or
waiver.
B. Commitment Terminations and Reductions. No commitment shall be terminated or reduced without
CDOT's approval. Terminations and reductions include, but are not limited to, instances in which a
Contractor seeks to perform work originally designated for a DBE subcontractor with its own forces,
those of an affiliate, a non -DBE firm or with another DBE firm. In order to receive approval, the
Contractor shall:
(1) Have good cause for termination or reduction. Good cause may include:
(i) the DBE fails or refuses to execute a written contract;
(ii) the DBE fails or refuses to perform the work of its subcontract consistent with normal
industry standards, provided that such failure is not the result of bad faith or
discriminatory actions of the Contractor or one of its subcontractors;
(iii) the DBE fails to meet reasonable, nondiscriminatory bond requirements;
(iv) the DBE becomes bankrupt, insolvent, or exhibits credit unworthiness;
(v) the DBE is ineligible to work because of suspension or debarment proceedings or other
state law;
(vi) the DBE is not a responsible contractor;
December 26. 2013
DISADVANTAGED BUSINESS ENTERPRISE (DBE)
DEFINITIONS AND REQUIREMENTS
(vii)the DBE voluntarily withdraws from the project and provides written notice to CDOT,
(viii) the DBE is ineligible to receive DBE credit for the work required;
(ix) the DBE owner dies or becomes disabled and is unable to complete the work;
(x) the DBE ceases business operations or otherwise dissolves,
(xi) or other documented good cause that compels termination. Good cause does not exist if
the Contractor seeks to terminate a DBE it relied upon to obtain the contract so that the
Contractor can self -perform the work for which the DBE was engaged or so that the
Contractor can substitute another DBE or non -DBE contractor after contract award.
(2) Provide the DBE notice of the Contractor's intent to terminate or reduce the commitment and
the reason for such termination or reduction, with a copy to CDOT;
(3) In the notice of intent, provide the DBE at least five calendar days to respond to the notice
and inform CDOT and the Contractor of the reasons, if any, why it objects to the proposed
termination or reduction and any reasons that it shall not be approved. The Contractor is not
required to provide the five calendar days written notice in cases where the DBE in question
has provided written notice that it is withdrawing from the subcontract or purchase order.
The notice period may be reduced by CDOT if required by public necessity.
(4) Following the notice period, if the Contractor decides to proceed, submit Form 1420
requesting approval of the termination or reduction.
(5) When a commitment is terminated or reduced (including when a DBE withdraws), make good
faith efforts to find another DBE to substitute. These good faith efforts shall be directed at
finding another DBE to perform at least the same amount of work under the contract as the
participation that was terminated or reduced up to the contract goal.
C. Contract Changes. In the event of a contract change:
(1) If CDOT eliminates or reduces work committed to a DBE, such change shall be considered
good cause for termination or reduction in accordance with Section 9.B above. The
Contractor shall follow the processes outlined in Section 9.13 but is not required to substitute.
If the change reduces the Contractor's DBE participation to below the contract goal, the
Contractor shall indicate so on a Form 1420 and request a waiver of the unmet participation.
(2) If CDOT issues a change which increases or adds new work items, the Contractor shall
ensure that it has obtained sufficient DBE participation to meet the Contract Goal, or has
made good faith efforts to do so.
D. Process for Substitution or Increase in Participation to Meet the Contract Goal. When the Contractor
must obtain additional DBE participation to meet the Contract Goal, whether resulting from an
approved termination or reduction or a change to the Contract, the Contractor shall:
(1) Increase the participation of a DBE for any work items previously identified in an approved
December 26, 2013
DISADVANTAGED BUSINESS ENTERPRISE (DBE)
DEFINITIONS AND REQUIREMENTS
commitment without seeking CDOT approval; provided, however, that at its discretion, CDOT
may request a Form 1420 documenting such additional participation, or
(2) If the Contractor needs to add new work to a commitment or obtain additional participation
from a DBE that is not already participating on the contract pursuant to an approved
commitment, submit a Form 1420 and Form 1415 requesting approval of the additional
participation; or
(3) If the Contractor determines that additional DBE participation cannot be obtained, submit a
Form 1420 requesting waiver of the participation. The Contractor shall include its justification
for not obtaining additional participation and, at its discretion, CDOT may require additional
information regarding the efforts of the Contractor.
10. Payment Reduction
The Contractor's retainage will not be released until CDOT has determined whether the Contractor will be
subject to a payment reduction. Payment reductions will be calculated as follows:
A. Failure to Fulfill Commitments. If the Contractor terminated or reduced a commitment. the
Contractor will be subject to a payment reduction for any termination or reduction which was not
approved via a Form 1420.
B. Failure to Meet Contract Goal. If the Contractor failed to meet the contract goal, the Contractor will
be subject to a payment reduction for the portion of the contract goal that was not met and was not
waived via an approved Form 1420.
C. Duplication. The contractor will not be subject to duplicate reduction for the same offense.
D. Adjustments. CDOT may adjust the payment reduction wherein the Contractor demonstrates that its
failure to obtain DBE participation was due to circumstances outside of its control.
11. Other Enforcement
A. Investigations. As it determines necessary, CDOT may conduct reviews or investigations of
participants. All participants, including, but not limited to, DBE firms and applicants for DBE
certification, complainants, and contractors using DBE firms to meet contract goals, are required to
cooperate fully and promptly with compliance reviews, certification reviews, investigations, and other
requests for information.
B. Intimidation and retaliation. Participants shall not intimidate, threaten, coerce, or discriminate against
any individual or firm for the purpose of interfering with any right or privilege secured by the DBE
program or because the individual or firm has made a complaint, testified, assisted, or participated in
any manner in an investigation, proceeding, or hearing under the DBE program.
C. Consequences of Non -Compliance. Failure to comply with subsections 11 A. or 11 B. shall be a
ground for appropriate action against the party involved (e.g., with respect to recipients, a finding of
noncompliance, with respect to DBE firms, denial of certification or removal of eligibility and/or
suspension and debarment; with respect to a complainant or appellant, dismissal of the complaint or
appeal; with respect to a contractor which uses DBE firms to meet goals, findings of non -
responsibility for future contracts and/or suspension and debarment).
December 26, 2013
DISADVANTAGED BUSINESS ENTERPRISE (DBE)
DEFINITIONS AND REQUIREMENTS
D. Fraud and Misrepresentation. If CDOT determines that a Contractor or subcontractor was a
knowing and willing participant in any intended or actual subcontracting arrangement contrived to
artificially inflate DBE participation or any other business arrangement determined by CDOT to be
unallowable, or if the Contractor engages in repeated violations, falsification or misrepresentation,
CDOT may:
(1) refuse to count any fraudulent or misrepresented DBE participation;
(2) withhold progress payments to the Contractor commensurate with the violation;
(3) suspend or reduce the Contractor's prequalification status;
(4) refer the matter to the Office of Inspector General of the US Department of Transportation for
investigation; or
(5) seek any other available contractual remedy.
January 9, 2015
U.S. DEPT. OF LABOR DAVIS BACON MINIMUM WAGES, COLORADO
HIGHWAY CONSTRUCTION. GENERAL DECISION NUMBER — C0150024
Decision Nos. C0150024 dated January 02, 2015
supersedes Decision Nos. C0140024 dated January
03, 2014.
Modifications
ID
MOD Date Page
Number Number(s)
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. C0150024 applies to the following counties: Larimer, Mesa, and Weld
counties.
General Decision No. C0150024
The wage and fringe benefits listed below reflect collectively bargained rates.
Cod
e
Classification
Basic
HourlyRate
Fringe Benefits
Last
Mod
POWER EQUIPMENT OPERATOR:
Drill Rig Caisson
1714
Smaller than Watson 2500 and similar
24.73
9.15
1715
Watson 2500 similar or larger
25.04
9.15
Oiler
1716
Weld
24.88
9.15
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
16.54
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
General Decision No. CO150024
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Code
Classification
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
General Decision No. CO150024
The wage and fringe benefits listed below do not reflect collective)y bargained rates.
Cod
e
Classification
Basic
HourlyRate
Fringe Benefits
Last
Mod
LABORER (con't):
Traffic Control (Sets Up/Moves Barrels, Cones,
Installs
signs, Arrow Boards and Place Stationary Flags),
(Excludes Fla ers
1743
Larimer, Weld
12.43
3.22
1744
PAINTER (Spray Only)
16.99
2.87
POWER EQUIPMENT OPERATOR:
F1745
Asphalt Laydown
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
BackhoelTrackhoe
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
General Decision No. CO150024
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Cod
e
Classification
Basic
HourlyRate
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
General Decision No. CO150024
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Cod
e
Classification
Basic
HourlyRate
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
City of
Fort Collins
Purchasing
ADDENDUM NO. 2
SPECIFICATIONS AND CONTRACT DOCUMENTS
Description of BID 8125: Intersection Improvements at Vine & Shields
OPENING DATE: 3:00 PM (Our Clock) June 17, 2015
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
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 Schedule
Exhibit 2 — Clarifications & Revisions
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
8125 Intersection Improvements at Vine & Shields Page 1 of 5
3. Longitudinal Joint Separation. Longitudinal joint separation is loss of the pavement surface
or depressions within 18 inches of a longitudinal joint.
Severity
Quantity
Preferred Actions
(Mean
(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.
Moderate
> 0.25 inch and <`- 0.75 inch
Seal cracks with hot poured joint and crack
sealant materials which meet the requirments
of ASTM D 3405, ASTM D 5078 or ASTM D
5078 with 22% scrap rubber
High
> 0.75 in.
Remove and replace a minimum of 6 inches
beyond distress laterally and 2 feet beyond
distress longitudinally. In no instance shall
resulting joints be placed in the wheelpath.
4. Raveling and Weathering. Raveling and weathering are the wearing away of the pavement
surface caused by the dislodging of aggregate particles (raveling) and the loss of asphalt
binder (weathering). Affected area shall be repaired to 24" beyond apparent distress.
Preferred actions include slurry seal, chip seal, Novachip, ultra -thin overlay or remove and
replace. The actual action shall be approved by the PET.
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
High
Asphalt free on surface
Remove and replace full width of lane or
and tire tracks
shoulder to two feet longitudinally beyond
affected area.
Addendum 1
8125 Intersection Improvements at Vine & Shields Page 14 of 31
General Decision No. CO150024
The wage and fringe benefits listed below do not reflect collectively bargained rates.
Cod
e
Classification
Basic
HourlyRate
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.
January 9, 2015
U.S. DEPT. OF LABOR DAVIS BACON MINIMUM WAGES, COLORADO
HIGHWAY CONSTRUCTION, GENERAL DECISION NUMBER — COI 50024
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.
END OF GENERAL DECISION NO. CO150024
July 29, 2011
ON THE JOB TRAINING
This training special provision is an implementation of 23 U.S.C. 140 (a). The Contractor shall meet the
requirements of the FHWA 1273 for all apprentices and trainees.
As part of the Contractor's Equal Employment Opportunity Affirmative Action Program, training shall be
provided on projects as follows:
1. The Contractor shall provide on the job training aimed at developing full journey workers in the
skilled craft identified in the approved training plan. The Contractor shall provide at a minimum,
required training hours listed in the Project Special Provisions for each project.
2. The primary objective of this specification is to train and upgrade women and minority candidates to
full journey worker status. The Contractor shall make every reasonable effort to enroll and train
minority and women workers. This training commitment shall not be used to discriminate against
any applicant for training whether or not the applicant is a woman or minority.
3. The Contractor may employ temporary workers from CDOT supportive services providers to meet
OJT requirements. Information pertaining to supportive services providers may be obtained by
calling the CDOT OJT Coordinator at the number shown on the link
http://www.coloradodot. info/business/equal-opportunity/training. 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 (aid ot. 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.
July 29, 2011
ON THE JOB TRAINING
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.
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
hftpi//www.coloradodot.info/business/bidding/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. 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:
July 29, 2011
ON THE JOB TRAINING
Minimum total
Contract dollar
training hours to
value
be provided on
the project
Up to 1 million
0
>1 - 2 million
320
>2 - 4 million
640
>4 - 6 million
1280
>6 - 8 million
1600
>8 - 12 million
1920
>12 - 16 million
2240
>16 - 20 million
2560
For each
increment of $5
million, over $20
1280
million
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.
February 3, 2011
PARTNERING PROGRAM
The Colorado Department of Transportation actively encourages partnering and invites the Contractor and
his subcontractors and suppliers to participate in a voluntary partnering agreement for this project.
The following information summarizes the partnering process. More information is available through the
Resident Engineer listed in the project special provisions.
This partnership will be structured to draw on the strengths of each organization to identify and achieve
mutual goals. The objectives are effective and efficient Contract performance with reciprocal cooperation,
and completion within budget, on schedule, and in accordance with the Contract.
This partnership will be bilateral in make-up and all costs associated with this partnership will be agreed to
by both parties and will be shared equally. The Contractor shall assume full responsibility for all costs
associated with partnering during the implementation of the partnering process. CDOT will reimburse the
Contractor for the agreed amount.
The CDOT Program Engineer or the Resident Engineer will contact the Contractor within ten days after the
award of this project to ask if the Contractor wants to implement this partnership initiative. If the Contractor
agrees, the Contractor's on -site project manager shall meet with CDOT's Resident Engineer to plan a
partnering development and team building workshop. At this planning session, arrangements shall be made
to determine the facilitator and the workshop, attendees, agenda, duration, and location.
The workshop shall be held prior to the commencement of any major work item and preferably before the
preconstruction conference. The following persons shall attend the workshop: CDOT's Resident Engineer,
Project Engineer, and key project personnel, the Contractor's on -site project manager and key project
supervision personnel: and the subcontractors' key project supervision personnel. The following personnel
shall also be invited to attend as needed: project design engineer, key local government personnel,
suppliers, design consultants, CDOT maintenance foreman, CDOT environmental manager, key railroad
personnel. and key utility personnel. The Contractor and CDOT shall also have Regional or District
managers and Corporate or State level managers on the partnering team.
Follow-up workshops may be held periodically throughout the duration of the Contract as agreed by the
Contractor and the Engineer at the initial workshop. A closeout workshop shall be held to evaluate the
effectiveness of the partnership.
The establishment of a partnership charter, which identifies the workshop participants' mutual goals on the
project, will not change the legal relationship of the parties to the Contract or relieve either party from any
terms of the Contract.
October 31. 2013
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:
For TAP (Transportation Alternatives Program) funded Recreational Trails projects, Section 1 (4) regarding
convict labor and all of Section IV of the FHWA 1273 do not apply.
October 31, 2013
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
I. General
II. Nondiscrimination
III. Nonsegregated Facilities
IV. Davis -Bacon and Related Act Provisions
V. Contract Work Hours and Safety Standards Act Provisions
VI. Subletting or Assigning the Contract
VII. Safety: Accident Prevention
Vill. False Statements Concerning Highway Projects
IX. Implementation of Clean Air Act and Federal Water Pollution Control Act
X. Compliance with Governmentwide Suspension and Debarment Requirements
XI. Certification Regarding Use of Contract Funds for Lobbying
ATTACHMENTS
A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian
Local Access Road Contracts (included in Appalachian contracts only)
I. GENERAL
1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23
(excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must
insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding
purchase orders, rental agreements and other agreements for supplies or services).
The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any
purchase order, rental agreement or agreement for other services. The prime contractor shall be
responsible for compliance by any subcontractor, lower -tier subcontractor or service provider.
Form FHWA-1273 must be included in all Federal -aid design -build contracts, in all subcontracts and in
lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and
other agreements for supplies or services). The design -builder shall be responsible for compliance by any
subcontractor, lower -tier subcontractor or service provider.
Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents,
however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts,
subcontracts and lower -tier subcontracts (excluding purchase orders, rental agreements and other
agreements for supplies or services related to a construction contract).
2. Subject to the applicability criteria noted in the following sections, 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.
October 31, 2013
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient
grounds for withholding of progress payments, withholding of final payment, termination of the contract,
suspension / debarment or any other action determined to be appropriate by the contracting agency and
FHWA.
4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for
any purpose within the limits of a construction project on a Federal -aid highway unless it is labor performed
by convicts who are on parole, supervised release, or probation. The term Federal -aid highway does not
include roadways functionally classified as local roads or rural minor collectors.
II. NONDISCRIMINATION
The provisions of this section related to 23 CFR Part 230 are applicable to all Federal -aid construction
contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part
230 are not applicable to material supply, engineering, or architectural service contracts.
In addition, the contractor and all subcontractors must comply with the following policies: Executive Order
11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as
amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations
including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633.
The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause
in 41 CFR 60-1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal
Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3.
Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order
11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The
contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title
23
USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights
Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts
200, 230, and 633.
The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to
the U.S. Department of Labor (US DOL) and FHWA requirements.
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, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) 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 provisions of the Americans with 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 contracting agency and the Federal Government to ensure that it has
made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of
employment and in their review of activities under the contract.
October 31, 2013
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
b. The contractor will accept as its 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, pre -apprenticeship, and/or on-the-job training."
2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer
who will have the responsibility for and must be capable of effectively administering and promoting an active
EEO program and who must be assigned adequate authority and responsibility to do so.
3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise,
promote, and discharge employees, or who recommend such action, or who are substantially involved in
such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual
responsibilities to provide EEO in each grade and classification of employment. To ensure that the above
agreement will be met, the following actions will be taken as a minimum:
a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of
work and then not less often than once every six months, at which time the 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 minorities and women.
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 minorities and women 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 minorities and
women. To meet this requirement, the contractor will identify sources of potential minority group
employees, and establish with such identified sources procedures whereby minority and women applicants
may be referred to the contractor for employment consideration.
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. Since the top mat of asphalt pavement will be placed over Portland
Cement Concrete Pavement, transverse cracks determined to be caused by existing joints in the
concrete pavement will not be included as part of the warranty. Spalling with transverse cracks is
the cracking, breaking or chipping of the pavement surface within two feet of the transverse crack.
Severity
Quantity
Preferred Action
(actual action to be approved by
PET)
I ow
< 0.25 inch wide
Seal cracks with hot poured joint
and crack sealant materials that
meet the requirements of ASTM D
3405.
Moderate
< 0.75 inch wide
Seal cracks with hot poured joint
< 0.25 inch wide with spalling or
and crack sealant materials which
random cracking
meet the requirments of ASTM D
3405, ASTM D 5078 or
ASTM D 5078 with 22% scrap
rubber.
Fl i uII
>_-10.75 in. wide
Remove and replace full width of
< 0.75 in. wide with spalling and
lane or shoulder to one foot
random cracking
longitudinally beyond the
apparent distress.
Addendum 1
8125 Intersection Improvements at Vine & Shields Page 15 of 31
October 31, 2013
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals,
the contractor is expected to observe the provisions of that agreement to the extent that the system meets
the contractor's compliance with EEO contract provisions. Where implementation of such an agreement
has the effect of discriminating against minorities or women, or obligates the contractor to do the same,
such implementation violates Federal nondiscrimination provisions.
c. The contractor will encourage its present employees to refer minorities and women as applicants for
employment. Information and procedures with regard to referring such applicants will be discussed with
employees.
5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and
administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer,
demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin,
age or disability. The following procedures shall be followed:
a. The contractor will conduct periodic inspections of project sites to insure that working conditions and
employee facilities do not indicate discriminatory treatment of project site personnel.
b. The contractor will periodically evaluate the spread of wages paid within each classification to
determine any evidence of discriminatory wage practices.
c. The contractor will periodically review selected personnel actions in depth to determine whether there is
evidence of discrimination. Where evidence is found, the contractor will promptly take 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 its 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 their avenues of
appeal.
6. Training and Promotion:
a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who
are applicants for employment or current employees. Such efforts should be aimed at developing full
journey level status employees in the type of trade or job classification involved.
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. In the event a special provision for
training is provided under this contract, this subparagraph will be superseded as indicated in the special
provision. The contracting agency may reserve training positions for persons who receive welfare
assistance in accordance with 23 U.S.C. 140(a).
c. The contractor will advise employees and applicants for employment of available training programs and
entrance requirements for each.
October 31, 2013
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
d. The contractor will periodically review the training and promotion potential of employees who are
minorities and women 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 good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities
and women. 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 good faith efforts to develop, in cooperation with the unions, joint training
programs aimed toward qualifying more minorities and women for membership in the unions and increasing
the skills of minorities and women so that they may qualify for higher paying employment.
b. The contractor will use good faith 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 contracting
agency 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 referrals within the
time limit set forth in the collective bargaining agreement, the contractor will, through independent
recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin,
age or disability, making full efforts to obtain qualified and/or qualifiable minorities and women. The failure
of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the
terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this
paragraph. 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 contracting agency.
8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be
familiar with the requirements for and comply with the Americans with Disabilities Act and all rules and
regulations established there under. Employers must provide reasonable accommodation in all
employment activities unless to do so would cause an undue hardship.
9. 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. The
contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of
this contract.
a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO
obligations under this contract.
b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO
obligations.
October 31. 2013
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
10. Assurance Required by 49 CFR 26.13(b):
a. The requirements of 49 CFR Part 26 and the State DOT's U.S. DOT -approved DBE program are
incorporated by reference.
b. The contractor or subcontractor shall not discriminate on the basis of race, color, national
origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of
49 CFR Part 26 in the award and administration of DOT -assisted contracts. Failure by the contractor to
carry out these requirements is a material breach of this contract, which may result in the termination of this
contract or such other remedy as the contracting agency deems appropriate.
11. 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 the date of
the final payment to the contractor for all contract work and shall be available at reasonable times and
places for inspection by authorized representatives of the contracting agency and the FHWA.
a. The records kept by the contractor shall document the following:
(1) The number and work hours 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; and
(3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities
and women;
b. The contractors and subcontractors will submit an annual report to the contracting 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 FHWA-1391. The staffing data should represent the project work force on board in all or
any part of the last payroll period preceding the end of July. If on-the-job training is being required by
special provision, the contractor will be required to collect and report training data. The employment data
should reflect the work force on board during all or any part of the last payroll period preceding the end of
July.
NONSEGREGATED FACILITIES
This provision is applicable to all Federal -aid construction contracts and to all related construction
subcontracts of $10,000 or more.
The contractor must ensure that facilities provided for employees are provided in such a manner that
segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may
neither require such segregated use by written or oral policies nor tolerate such use by employee custom.
The contractor's obligation extends further to ensure that its employees are not assigned to perform their
services at any location, under the contractor's control, where the facilities are segregated. The term
"facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms,
washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation
or entertainment areas, transportation, and housing provided for employees. The
October 31, 2013
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
contractor shall provide separate or single -user restrooms and necessary dressing or sleeping areas to
assure privacy between sexes.
IV. DAVIS-BACON AND RELATED ACT PROVISIONS
This section is applicable to all Federal -aid construction projects exceeding $2,000 and to all related
subcontracts and lower -tier subcontracts (regardless of subcontract size). The requirements apply to all
projects located within the right-of-way of a roadway that is functionally classified as Federal -aid highway
This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt.
Contracting agencies may elect to apply these requirements to other projects.
The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 "Contract
provisions and related matters" with minor revisions to conform to the FHWA-1273 format and FHWA
program requirements.
1. Minimum wages
a. All laborers and mechanics 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 issued by the Secretary of Labor under the
Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents
thereof) due at time of payment computed at rates not less than those contained in the wage determination
of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual
relationship which may be alleged to exist between the contractor and such laborers and mechanics.
Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the
Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or
mechanics, subject to the provisions of paragraph 1.d. of this section; also, regular contributions made or
costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or
programs which cover the particular weekly period, are deemed to be constructively made or incurred
during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe
benefits on the wage determination for the classification of work actually performed, without regard to skill,
except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one
classification may be compensated at the rate specified for each classification for the time actually worked
therein: Provided, That the employer's payroll records accurately set forth the time spent in each
classification in which work is performed. The wage determination (including any additional classification
and wage rates conformed under paragraph 1.b. of this section) and the Davis -Bacon poster (WH-1321)
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.
b. (1) The contracting officer shall require that any class of laborers or mechanics, including helpers,
which is not listed in the wage determination and which is to be employed under the contract shall be
classified in conformance with the wage determination. The contracting officer shall approve an additional
classification and wage rate and fringe benefits therefore only when the following criteria have been met:
(i) The work to be performed by the classification requested is not performed by a classification in the
wage determination; and
October 31, 2013
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
(ii) The classification is utilized in the area by the construction industry; and
(iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to
the wage rates contained in the wage determination.
(2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or
their representatives, and the contracting officer agree on the classification and wage rate (including the
amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the
contracting officer to the Administrator of the Wage and Hour Division, Employment Standards
Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized
representative, will approve, modify, or disapprove every additional classification action within 30 days of
receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period
that additional time is necessary.
(3) In the event the contractor, the laborers or mechanics to be employed in the classification or their
representatives, and the contracting officer do not agree on the proposed classification and wage rate
(including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer
the questions, including the views of all interested parties and the recommendation of the contracting
officer, to the Wage and Hour Administrator for determination. The Wage and Hour 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.
(4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs
1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this
contract from the first day on which work is performed in the classification.
c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics
includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit
as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash
equivalent thereof.
d. If the contractor does not make payments to a trustee or other third person, the contractor may consider
as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing
bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon
the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met.
The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting
of obligations under the plan or program.
2. Withholding
The contracting agency shall upon its own action or upon written request of an authorized representative of
the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any
other Federal contract with the same prime contractor, or any other federally -assisted contract subject to
Davis -Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the
accrued payments or advances as may be considered necessary to pay laborers and mechanics, including
apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of
wages required by the contract. In the event of failure to pay any laborer or mechanic, including any
apprentice, trainee, or helper, employed or working on the site of the work, all or
•REQUIRED CONTRACT PROVISIONS October 31, 2013
FEDERAL -AID CONSTRUCTION CONTRACTS
part of the wages required by the contract, the contracting agency 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.
3. Payrolls and basic records
a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of
the work and preserved for a period of three years thereafter for all laborers and mechanics working at the
site of the work. Such records shall contain the name, address, and social security number of each such
worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs
anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section
1(b)(2)(B) of the Davis -Bacon Act), daily and weekly number of hours worked, deductions made and actual
wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any
laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a
plan or program described in section 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall maintain
records which show that the commitment to provide such benefits is enforceable, that the plan or program is
financially responsible, and that the plan or program has been communicated in writing to the laborers or
mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing
such benefits. Contractors employing apprentices or trainees under approved programs shall maintain
written evidence of the registration of apprenticeship programs and certification of trainee programs, the
registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable
programs.
b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy
of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all
of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security
numbers and home addresses shall not be included on weekly transmittals. 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). The required weekly payroll information may be submitted in any form
desired. Optional Form WH-347 is available for this purpose from the Wage and Hour Division Web site at
http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible
for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain
the full social security number and current address of each covered worker, and shall provide them upon
request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour
Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing
wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to
provide addresses and social security numbers to the prime contractor for its own records, without weekly
submission to the contracting agency..
(2) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor
or subcontractor or his or her agent who pays or supervises the payment of the persons employed under
the contract and shall certify the following:
(i) That the payroll for the payroll period contains the information required to be provided under §5.5
(a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5
(a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete;
0
October 31. 2013
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
(ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the
contract during the payroll period has been paid the full weekly wages earned, without rebate, either
directly or indirectly, and that no deductions have been made either directly or indirectly from the full
wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3;
(iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe
benefits or cash equivalents for the classification of work performed, as specified in the applicable wage
determination incorporated into the contract.
(3) The weekly submission of a properly executed certification set forth on the reverse side of Optional
Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by
paragraph 3.b.(2) of this section.
(4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil
or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code.
c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section
available for inspection, copying, or transcription by authorized representatives of the contracting agency,
the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview
employees during working hours on the job. If the contractor or subcontractor fails to submit the required
records or to make them available, the FHWA may, after written notice to the contractor, the contracting
agency or the State DOT, take such action as may be necessary to cause the suspension of any further
payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request
or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12.
4. Apprentices and trainees
a. Apprentices (programs of the USDOL).
Apprentices will be permitted to work at less than the predetermined rate for the work they performed when
they are employed pursuant to and individually registered in a bona fide apprenticeship program registered
with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship
Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or
if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an
apprenticeship program, who is not individually registered in the program, but who has been certified by the
Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where
appropriate) to be eligible for probationary employment as an apprentice.
The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be
greater than the ratio permitted to the contractor as to the entire work force under the registered program.
Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as
stated above, shall be paid not less than the applicable wage rate on the wage determination for the
classification of work actually performed. In addition, any apprentice performing work on the job site in
excess of the ratio permitted under the registered program shall be paid not less than the applicable wage
rate on the wage determination for the work actually performed. Where a
REQUIRED CONTRACT PROVISIONS October 31, 2013
FEDERAL -AID CONSTRUCTION CONTRACTS
contractor is performing construction on a project in a locality other than that in which its program is
registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified
in the contractor's or subcontractor's registered program shall be observed.
Every apprentice must be paid at not less than the rate specified in the registered program for the
apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the
applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions
of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices
must be paid the full amount of fringe benefits listed on the wage determination for the applicable
classification. If the Administrator determines that a different practice prevails for the applicable apprentice
classification, fringes shall be paid in accordance with that determination.
In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship
Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no
longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work
performed until an acceptable program is approved.
b. Trainees (programs of the USDOL).
Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined
rate for the work performed unless they are employed pursuant to and individually registered in a program
which has received prior approval, evidenced by formal certification by the U.S. Department of Labor.
Employment and Training Administration.
The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan •
approved by the Employment and Training Administration.
Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level
of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage
determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee
program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of
fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division
determines that there is an apprenticeship program associated with the corresponding journeyman wage
rate on the wage determination which provides for less than full fringe benefits for apprentices. Any
employee listed on the payroll at a trainee rate who is not registered and participating in a training plan
approved by the Employment and Training Administration shall be paid not less than the applicable wage
rate on the wage determination for the classification of work actually performed. In addition, any trainee
performing work on the job site in excess of the ratio permitted under the registered program shall be paid
not less than the applicable wage rate on the wage determination for the work actually performed.
In the event the Employment and Training Administration withdraws approval of a training program, the
contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for
the work performed until an acceptable program is approved.
n
LJ
October 31, 2013
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part
shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as
amended, and 29 CFR part 30.
d. 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.
5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of
29 CFR part 3, which are incorporated by reference in this contract.
6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and
also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime
contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all
the contract clauses in 29 CFR 5.5.
7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for
termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR
5.12.
8. Compliance with Davis -Bacon and Related Act requirements. All rulings and interpretations of the
Davis -Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference
in this contract.
9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this
contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved
in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7.
Disputes within the meaning of this clause include disputes between the contractor (or any of its
subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their
representatives.
10_ Certification of eligibility.
a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm
who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government
contracts by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1).
b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government
contract by virtue of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1).
c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001
October 31, 2013 •
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT
The following clauses apply to any Federal -aid construction contract in an amount in excess of $100,000
and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These
clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in
this paragraph, the terms laborers and mechanics include watchmen and guards.
1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work
which may require or involve the employment of laborers or mechanics shall require or permit any such
laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of
forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less
than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such
workweek.
2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause
set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be
liable for the unpaid wages. In addition, such contractor and 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 or mechanic, including watchmen and guards, employed in violation of the clause set forth
in paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual was
required or permitted to work in excess of the standard workweek of forty hours without payment of the .
overtime wages required by the clause set forth in paragraph (1.) of this section.
3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall
upon its own action or upon written request of an authorized representative of the Department of Labor
withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor
or subcontractor under any such contract or any other Federal contract with the same prime contractor, or
any other federally -assisted contract subject to the Contract Work Hours and Safety Standards Act, which is
held by the same prime contractor, such sums as may be determined to be necessary to satisfy any
liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the
clause set forth in paragraph (2.) of this section.
4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in
paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these
clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any
subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this
section.
VI. SUBLETTING OR ASSIGNING THE CONTRACT
This provision is applicable to all Federal -aid construction contracts on the National Highway System.
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
U
Elective or Preventive Action. Elective or Preventive action shall be a Contractor or Surety option, at the
Contractor or Surety expense, subject to the approval of the Engineer. The Contractor or Surety shall
notify the Engineer in writing if it proposes to perform elective or preventive work. Elective or Preventive
work shall be done during times set forth in the Contract for original contract work. Lane rental fees will
be assessed.
(e) 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.
(f) Traffic Control. Construction Traffic control for warranty work shall be performed in accordance
with Section 630 at the Contractor's expense.
(g) 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.
Addendum 1
8125 Intersection Improvements at Vine & Shields Page 16 of 31
October 31, 2013
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
items designated by the contracting agency. 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
635.116).
a. The term "perform work with its own organization" refers to workers employed or leased 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 or lower tier subcontractor, agents of the prime
contractor, or any other assignees. The term may include payments for the costs of hiring leased
employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements.
Leased employees may only be included in this term if the prime contractor meets all of the following
conditions:
(1) the prime contractor maintains control over the supervision of the day-to-day activities of
the leased employees;
(2) the prime contractor remains responsible for the quality of the work of the leased employees,
(3) the prime contractor retains all power to accept or exclude individual employees from
work on the project; and
(4) the prime contractor remains ultimately responsible for the payment of predetermined minimum
wages, the submission of payrolls, statements of compliance and all other Federal regulatory
requirements.
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 or propose 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 VI 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 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 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 contracting agency has assured that each subcontract is evidenced in writing and
that it contains all pertinent provisions and requirements of the prime contract.
5. The 30% self -performance requirement of paragraph (1) is not applicable to design -build contracts;
however, contracting agencies may establish their own self -performance requirements.
REQUIRED CONTRACT PROVISIONS October 31, 2013
FEDERAL -AID CONSTRUCTION CONTRACTS
VII. SAFETY: ACCIDENT PREVENTION
This provision is applicable to all Federal -aid construction contracts and to all related subcontracts.
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 contracting officer may determine, to be reasonably necessary to protect the life and health of
employees on the job and the safety of the public and to protect property in connection with the
performance of the work covered by the contract.
2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor
enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any
employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary,
hazardous or dangerous to his/her health or safety. as determined under construction safety and health
standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the
Contract Work Hours and Safety Standards Act (40 U.S.C. 3704).
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.3704).
VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS
This provision is applicable to all Federal -aid construction contracts and to all related subcontracts.
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, Form
FHWA-1022 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:
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 connection with the construction of any highway or related project approved
by the Secretary of Transportation, or
0
October 31. 2013
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
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 approved July 1, 1916.
(39 Stat. 355), as amended and supplemented;
Shall be fined under this title or imprisoned not more than 5 years or both."
IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT
This provision is applicable to all Federal -aid construction contracts and to all related subcontracts.
By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the
bidder, proposer, Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to
have stipulated as follows:
1. That any person who is or will be utilized in the performance of this contract is not prohibited from
receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air
Act.
2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this
Section X in every subcontract, and further agrees to take such action as the contracting agency may direct
as a means of enforcing such requirements.
X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY
EXCLUSION
This provision is applicable to all Federal -aid construction contracts. design -build contracts, subcontracts,
lower -tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered
transaction requiring FHWA approval or that is estimated to cost $25,000 or more — as defined in 2 CFR
Parts 180 and 1200.
1. Instructions for Certification — First Tier Participants:
a. By signing and submitting this proposal, the prospective first tier 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 first tier 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 first tier 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 contracting agency determined to enter into this transaction. If it is later determined that the prospective
participant
•REQUIRED CONTRACT PROVISIONS October 31, 2013
FEDERAL -AID CONSTRUCTION CONTRACTS
knowingly rendered an erroneous certification, in addition to other remedies available to the Federal
Government, the contracting agency may terminate this transaction for cause of default.
d. The prospective first tier participant shall provide immediate written notice to the contracting agency to
whom this proposal is submitted if any time the prospective first tier 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," "participant," "person,"
"principal," and 'voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200.
"First Tier Covered Transactions" refers to any covered transaction between a grantee or subgrantee of
Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered Transactions"
refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier
Participant' refers to the participant who has entered into a covered transaction with a grantee or
subgrantee of Federal funds (such as the prime or general contractor). "Lower Tier Participant' refers any
participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier
Participants (such as subcontractors and suppliers).
f. The prospective first 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 entering into this transaction.
g. The prospective first tier 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 Transactions," provided by the department or contracting agency, entering into this covered
transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier
covered transactions exceeding the $25,000 threshold.
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 is responsible for
ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered
transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective
participants, each participant may, but is not required to, check the Excluded Parties List System website
(https://www.epis.govo, which is compiled by the General Services Administration.
i. Nothing contained in the foregoing shall be construed to require the establishment of a system of
records in order to render in good faith the certification required by this clause. The knowledge and
information of the prospective 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.
October 31. 2013
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
2. Certification Regarding Debarment. Suspension, Ineligibility and Voluntary Exclusion — First Tier
Participants:
a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its
principals:
(1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from participating in covered transactions by any Federal department or agency;
(2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment
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,
(3) 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 (a)(2) of this
certification; and
(4) Have not within a three-year period preceding this application/proposal had one or more public
transactions (Federal, State or local) terminated for cause or default.
b. Where the prospective 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 Participants:
(Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA
approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200)
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," "participant," "person,"
"principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200.
You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those
regulations. "First Tier Covered Transactions" refers to any covered transaction between a grantee or
subgrantee of Federal funds and a participant (such as the prime or general contract). "Lower Tier Covered
Transactions" refers to any covered transaction under a First Tier Covered Transaction (such as
October 31, 2013 •
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
subcontracts). "First Tier Participant" refers to the participant who has entered into a covered transaction
with a grantee or subgrantee of Federal funds (such as the prime or general contractor).
"Lower Tier Participant" refers any participant who has entered into a covered transaction with a First Tier
Participant or other Lower Tier Participants (such as subcontractors and suppliers).
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 exceeding the $25,000 threshold.
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 is responsible for
ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered
transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective
participants, each participant may, but is not required to, check the Excluded Parties List System website •
(https://www.epls.gov/), which is compiled by the General Services Administration.
h. Nothing contained in the foregoing shall be construed to require establishment of a system of records
in order to render in good faith the certification required by this clause. The knowledge and information of
participant is not required to exceed that which is normally possessed by a prudent person in the ordinary
course of business dealings.
i. Except for transactions authorized under paragraph a of these instructions, if a participant in a covered
transaction 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
Participants:
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 participating in covered transactions 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.
October 31, 2013
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING
This provision is 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.
3. The prospective participant also agrees by submitting its bid or proposal that the participant 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.
October 31. 2013
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN
DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS
This provision is applicable to all Federal -aid projects funded under the Appalachian Regional Development
Act of 1965.
1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably
may be, done as on -site work, shall give preference to qualified persons who regularly reside in the labor
area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian
counties of the State wherein the contract work is situated, except:
a. To the extent that qualified persons regularly residing in the area are not available.
b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel
necessary to assure an efficient execution of the contract work.
c. For the obligation of the contractor to offer employment to present or former employees as the result of
a lawful collective bargaining contract, provided that the number of nonresident persons employed under
this subparagraph (1 c) shall not exceed 20 percent of the total number of employees employed by the
contractor on the contract work, except as provided in subparagraph (4) below.
2. The contractor shall place a job order with the State Employment Service indicating (a) the
classifications of the laborers, mechanics and other employees required to perform the contract work, (b) .
the number of employees required in each classification, (c) the date on which the participant estimates
such employees will be required, and (d) any other pertinent information required by the State Employment
Service to complete the job order form. The job order may be placed with the State Employment Service in
writing or by telephone. If during the course of the contract work, the information submitted by the
contractor in the original job order is substantially modified, the participant shall promptly notify the State
Employment Service.
3. The contractor shall give full consideration to all qualified job applicants referred to him by the State
Employment Service. The contractor is not required to grant employment to any job applicants who, in his
opinion, are not qualified to perform the classification of work required.
4. If, within one week following the placing of a job order by the contractor with the State Employment
Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or
less than the number requested, the State Employment Service will forward a certificate to the contractor
indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's
permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not
normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of
subparagraph (1c) above.
5. The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual
preference for the use of mineral resource materials native to the Appalachian region.
6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every
subcontract for work which is, or reasonably may be, done as on -site work.
0
SECTION 00900
ADDENDA, MODIFICATIONS AND PAYMENT
00950 Contract Change Order
00960 Application for Payment
SECTION 00950
CHANGE ORDER NO.
PROJECT TITLE: 8125 INTERSECTION IMPROVEMENTS AT VINE & SHIELDS
CONTRACTOR: DURAN EXCAVATING INC
PROJECT NUMBER: 8125
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 .00
TOTAL PENDING CHANGE ORDER .00
TOTAL THIS CHANGE ORDER .00
TOTAL % OF THIS CHANGE ORDER %
TOTAL C.O.% OF ORIGNINAL CONTRACT %
ADJUSTED CONTRACT COST $ .00
(Assuming all change orders approved)
ACCEPTED BY:
Contractor's Representative
ACCEPTED BY:
Project Manager
REVIEWED BY:
Title:
APPROVED BY:
Title:
APPROVED BY:
cc: City Clerk
Project File
Engineer
DATE:
DATE:
DATE:
DATE:
DATE:
Contractor
Architect
Purchasing
•
0
SECTION 621
DETOUR PAVEMENT
Section 621 is hereby added to the Standard Specifications for this project and shall include the following:
DESCRIPTION
This work shall consist of construction of detour pavement as shown on the plans. It is the intent of the
City that this item include all work and materials necessary to provide a detour roadway meeting or
exceeding the requirements as contained herein and as shown on the plans.
MATERIALS
The Contractor shall be responsible for quality control required to assure adequate quality of Hot Mix
Asphalt used in the construction of the detour.
CONSTRUCTION REQUIREMENTS
Detour pavement construction shall include grading, embankment material, planing and other items of
work necessary for the construction of detour pavement. The Contractor shall construct temporary
ditches, temporary culvert pipe, and maintain existing storm sewer necessary for the control of storm
drainage. Detour pavement thickness shall be at least 4 inches. The Contractor shall remove the detour
pavement when it is no longer needed to maintain traffic.
Earthwork shall be constructed in accordance with the requirements of Section 203.
The Contractor shall maintain the detour for the entire period that it is open to traffic. Any distress that
affects the ride, safety or serviceability of the detour roadway shall be corrected immediately at the
Contractor's expense as directed by the Engineer.
The Contractor shall provide smooth pavement transitions between new and existing roadways.
Transverse joints between new and existing pavement shall be constructed with Hot Mix Asphalt.
Grade differences shall not exceed 4% break -over. Longitudinal joints which have a vertical drop-off
of one inch or greater shall be tapered with Hot Mix Asphalt. Tapers shall be 8 horizontal to 1 vertical
or flatter.
METHOD OF MEASUREMENT
Detour Pavement will be measured by the square yard of hot mix asphalt placed in the detour.
BASIS OF PAYMENT
The accepted quantities will be paid for at the contract unit price for each of the pay items listed below
that appears in the bid schedule.
Pay Item Pay Unit
Detour Pavement Square Yard
Addendum 1
8125 Intersection Improvements at Vine & Shields Page 17 of 31
NUMBER
1
2
3
Section 00960
APPLICATION FOR PAYMENT
PROJECT: APPLICATION NUMBER:
APPLICATION DATE:
PERIOD BEGINNING:
CONTRACTOR: PERIOD ENDING:
Application is made for Payment as shown below in connection with Contract
The present status of the account for this Contract is as
follows:
Original Contract Amount:
Net Change by Change Order:
Current contract Amount: $0.00
Total Completed and Stored to Date:
Less Previous Applications:
Amount Due this Application - Before Retainage: $0.00
Less Retainage:
Net Change by Change Order $0.00 AMOUNT DUE THIS APPLICATION: $0.00
1 OF 4
OWNER: City of Fort Collins
ENGINEER:
CHANGE ORDERS
DATE AMOUNT
CERTIFICATION:
The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with
the Work have been satisfied as required in Paragraph 14.3. of the General Conditions of the Contract.
The above Amount Due This Application is requested by the CONTRACTOR.
Date: By:
Payment of the above Amount Due This Application is recommended by the ENGINEER.
Date: By:
Payment of the above Amount Due This Application has been reviewed by the OWNER'S Project Manager.
Date: By:
Payment of the above Amount Due This Application is approved by the OWNER.
Date: By:
APPLICATION FOR
CONTRACT AMOUNTS
PAYMENT
PAGE 2 OF 4
Work
Work
Work
Completed
Completed
Completed
Stored
This
Previous
To
Bid
Month
Periods
Date
Materials Total
Item
This Earned Percent
Unit
To
Number Description Quantity Units Price Amount
Qty. Amount
Qty. Amount
Qty. Amount
Period Date Billed
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
TOTALS $0.00
$0.00
$0.00
$0.00
$0.00
U
CHANGE ORDERS
APPLICATION FOR PAYMENT
PAGE 3 OF 4
Work
Work
Work
Completed
Completed
Completed
Stored
This
Previous
To
Bid
Month
Periods
Date
Materials Total
Item
This Earned Percent
Unit
To
Number Description Quantity Units
Price Amount
Qty. Amount
Qty. Amount
Qty. Amount
Period Date Billed
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
TOTALS CHANGE
ORDERS
$0.00
$0.00
$0.00
$0.00
$0.00
PROJECT TOTALS
$0.00
$0.00
$0.00
$0.00
$0.00
STORED MATERIALS
SUMMARY
On Hand
Item Invoice Previous
Number Number Description Application
Received
This
Period
Installed
This
Period
PAGE 4 OF 4
On Hand
This
Application
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
TOTALS $0.00
$0.00
$0.00
$0.00
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
COLORADO DEPARTMENT OF TRANSPORTATION
SPECIAL PROVISIONS
VINE DRIVE AND SHIELDS STREET INTERSECTION IMPROVEMENTS
The 2011 Standard Specifications for Road and Bridge Construction controls construction of this project. The
following special provisions supplement or modify the Standard Specifications and take precedence over the
Standard Specifications and plans.
PROJECT SPECIAL PROVISIONS INDEX
Date
Page
Project Special Provisions Index Pages
(4-17-15)
1-2
Standard Special Provisions
(4-17-15)
3-4
Notice to Bidders
(4-17-15)
5
Commencement and Completion of Work
(4-17-15)
6-7
Disadvantaged Business Enterprise (DBE) Contract Goal
(4-17-15)
8
On the Job Training Contract Goal
(4-17-15)
9
Definition of Terms
(4-17-15)
10
Revision of Section 102 — Project Plans and Other Data
(4-17-15)
11
Revision of Section 105 — Control of Work
(4-17-15)
12-14
Revision of Section 105 — Cooperation between Contractors
(4-17-15)
15
Revision of Section 105 — Claims for Contract Adjustment
(4-17-15)
16
Revision of Section 105 — Control of Material
(4-17-15)
17-20
Revision of Section 107 — Insurance
(4-17-15)
21
Revision of Section 107 — Environmental Controls
(4-17-15)
22-23
Revision of Section 107 — Legal Relations and Responsibility to Public
(4-17-15)
24
Revision of Section 108 — Prosecution and Progress
(4-17-15)
25-27
Revision of Section 108 — Limitation of Operations
(4-17-15)
28
Revision of Section 201 — Clearing and Grubbing
(4-17-15)
29
Revision of Section 202 — Removal of Pipe
(4-17-15)
30
Revision of Section 202 — Removal of Sidewalk
(4-17-15)
31
Revision of Section 202 — Removal of Curb and Gutter
(4-17-15)
32
Revision of Section 202 — Removal of Concrete Pavement
(4-17-15)
33
-1-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
Revision of Section 202 — Removal of Asphalt Mat
(4-17-15)
34
Revision of Section 202 — Removal of Fence
(4-17-15)
35
Revision of Section 202 — Removal of Traffic Signal Equipment
(4-17-15)
36
Revision of Section 202 — Removal of Structures and Obstructions
(4-17-15)
37
Revision of Section 207 — Topsoil (Special)
(4-17-15)
38-39
Revision of Section 208 — Erosion Control
(4-17-15)
40
Revision of Section 210 — Valve Box and Manhole Adjustments
(4-17-15)
41-42
Revision of Section 210 —Modify Manhole
(4-17-15)
43
Revision of Section 213 — Mulching
(4-17-15)
44-45
Revision of Section 214 — Planting
(4-17-15)
46-48
Revision of Section 304 — Aggregate Base Course
(4-17-15)
49
Revision of Section 403 — Hot Mix Asphalt
(4-17-15)
50-52
Revision of Section 412 — Portland Cement Concrete Pavement
(4-17-15)
53-54
Revision of Section 412 — Portland Cement Concrete Pavement Warranty
(4-17-15)
55-56
Revision of Section 504 — Cribbing
(4-17-15)
57
PROJECT SPECIAL PROVISIONS INDEX (continued)
Date
Page
Revision of Section 605 — Bioretention Sand Media
(4-17-15)
58-60
Revision of Section 607 — Fence (Special)
(4-17-15)
61
Revision of Section 608 — Sidewalks
(4-17-15)
62-63
Revision of Section 608 — Concrete Curb Ramp
(4-17-15)
64-66
Revision of Section 609 — Curb and Gutter
(4-17-15)
67
Section 621 — Detour Pavement
(4-17-15)
68-69
Revision of Section 623 — Irrigation System
(4-17-15)
70-72
Revision of Section 625 — Construction Surveying
(4-17-15)
73-74
Revision of Section 630 — Portable Message Sign Panel
(4-17-15)
75-76
Revision of Section 630 — Construction Zone Traffic Control
(4-17-15)
77-78
Force Account Items
(4-17-15)
79
i
-2-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
Traffic Control Plan — General
Utilities
(4-17-15) 80-81
(4-17-15) 82-85
COLORADO DEPARTMENT OF TRANSPORTATION
SPECIAL PROVISIONS
VINE DRIVE AND SHIELDS STREET INTERSECTION IMPROVEMENTS
STANDARD SPECIAL PROVISIONS (based on 04-09-15)
No.
Date of Pages
Revision of Section 105 — Violation of Working Time Limitation (February 3, 2011) 1
Revision of Section 106 — Buy America Requirements
(November 6, 2014) 1
Revision of Section 106 — Certificates of Compliance and Certified Test Reports
(February 3, 2011) 1
Revision of Section 106 — Material Sources
(October 31, 2013) 1
Revision of Section 106 — Supplier List
(January 30, 2014) 1
Revision of Section 107 — Contractor Obtained Stormwater Construction Permit
(July 31, 2014) 1
Revision of Section 107 — Project Payrolls
(May 2, 2013) 1
Revision of Section 107 - Responsibility for Damage Claims,
(February 3; 2011) 1
Insurance Types, and Coverage Limits
Revision of Section 107 — Warning Lights for Work Vehicles and Equipment
(January 30, 2014) 1
Revision of Section 108 — Liquidated Damages
(May 2, 2013) 1
Revision of Section 108 — Notice to Proceed
(July 31, 2014) 1
Revision of Section 108 — Project Schedule
(July 31, 2014) 6
Revision of Section 108 — Subletting of Contract
(January 31, 2013) 1
Revision of Section 108 - Payment Schedule (Single Construction Year)
(October 31, 2013) 1
Revision of Section 109 — Asphalt Cement Cost Adjustment
(April 5, 2013) 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 Section 109 — Prompt Payment
(January 31, 2013) 1
Revision of Sections 203, 206, 304 and 613 - Compaction
(July 19, 2012) 2
Revision of Section 208 — Aggregate Bag
(January 31, 2013) 1
-3-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
Revision of Section 212 — Seed
(April 26, 2012)
Revision of Section 213 — Mulching
(January 31, 2013) 4
Revision of Section 250 — Environmental, Health and Safety Management
(January 15, 2015) 14
Revision of Section 401 — Compaction of Hot Mix Asphalt
(April 26, 2012)
Revision of Section 401 — Compaction Pavement Test Section (CTS) .
(July 19, 2012)
Revision of Section 401 — Temperature Segregation
(February 3, 2011) 1
Revision of Section 401 and 412 — Safety Edge
(May 2, 2013)
Revision of Sections 412 — Portland Cement Concrete Pavement Finishing
(February 3, 2011) 1
Revision of Sections 412, 601, and 711 - Liquid Membrane -Forming
(May 5, 2011)
Compounds for Curing Concrete
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)
Revision of Section 601 — Concrete Slump Acceptance
(July 29, 2011)
Revision of Sections 601 and 701 — Cements and Pozzolans
(November 6, 2014) 4
Revision of Section 630 — Construction Zone Traffic Control
(February 17, 2012) 1
Revision of Section 630 — Signs and Barricades
(January 31, 2013) 1
Revision of Section 703 - Aggregate for Bases (Without RAP)
(October 31, 2013) 1
Revision of Section 703 — Aggregate for Hot Mix Asphalt
(November 1, 2012) 2
Revision of Section 703 — Concrete Aggregate
(July 28, 2011)
Revision of Section 712 — Water for Mixing or Curing Concrete
(February 3, 2011) 1
Affirmative Action Requirements — Equal Employment Opportunity
Disadvantaged Business Enterprise (DBE) Requirements
On the Job Training
Partnering Program
Required Contract Provisions — Federal -Aid Construction Contracts
1
1
1
2
1
1
(February 3, 2011) 10
(Dec.26, 2013) 9
(July 29, 2011) 3
(February 3, 2011) 1
(October 31, 2013) 14
-4-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
NOTICE TO BIDDERS
Pursuant to subsections 102.04 and 102.05, it is recommended that bidders on this project review the work
site and plan details with an authorized Department representative. Prospective bidders shall contact one of
the following listed authorized Department representatives at least 12 hours in advance of the time they wish
to go over the project.
Project Manager - Timothy Kemp, PE City of Fort Collins
Office Phone: (970)-416-2719
Cell Phone: (970) 219-9762
Project Engineer - Daniel Woodward, Project Manager City of Fort Collins
Office Phone: (970) 416-4203
Cell Phone: (603) 370-7967
Project Inspector TBD
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.
Questions received from bidders along with City responses will be posted as an addendum online at the City of
Fort Collins Buy Speed Webpage, www. c ov.com/�procurement as they become available.
All questions shall be directed to the City contacts listed above no later than 7. 00 A.M. one week prior to the
bid opening.
Questions and answers shall be used for reference only and shall not be considered part of the Contract.
COMMENCEMENT AND COMPLETION OF WORK
The Contractor shall commence work under the Contract on or before the 10th day following the issuance of the
"Notice to Proceed." The Contractor shall complete all work in accordance with the Contract within one hundred
thirty five (135) calendar days.
Section 108 of the Standard Specifications is hereby revised for this project as follows:
Stockpiling of materials before the beginning date is subject to the Engineer's approval. If such approval is given,
stockpiled material will be paid for in accordance with Sections 109 and 626.
Subsection 108.03 shall include the following:
-5-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
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.
The Contractor shall be responsible for planning, scheduling, coordinating, and reporting the progress of the work
to be completed by City of Fort Collins Forces. The City of Fort Collins Forces shall be considered as
subcontractor for the purposes of scheduling the work. The City will comment on the Contractors initial schedule
submittal for coordination of the completion of their work items.
Salient features to be shown on the Contractor's progress schedule are:
Mobilization
• Construction Surveying (By City Forces)
• Erosion Control
• Construction Traffic Control
• Removals and Adjustments
• Removal of Traffic Signal
• Earthwork
• Curb, Gutter and Sidewalk
• Asphalt Pavement
• Concrete Pavement
• Signing and Striping (By City Forces)
• Roadway Lighting (By City Forces)
• Utility Coordination and Relocations
Subsection 108.08 shall include the following:
Substantial Completion o Substantial Completion is defined by:
Traffic is following the lane arrangements shown on the plans for finished roadway All
curb and gutter, pavement, joint sealing, median and island construction is complete Traffic control
devices and pavement markings are within their final positions. o Substantial Completion will be
completed within one hundred twenty (120) calendar days. In accordance with the "Schedule of
Liquidated Damages" in Section 108.09, Liquidated Damages per Calendar Day will be $1,778 per
day.
-2-
COMMENCEMENT AND COMPLETION OF WORK
• Final Completion o Final Completion is defined by:
All sidewalks, final grading, landscaping, fencing, clean up, project record documents shall
be turned over to the owner, all punch list items completed, and all processing of change
orders.
IM
Embankment used in the detour that will become part of the ultimate roadway embankment will be
measured and paid for in accordance with Section 203. Placement of other embankment required for
the detour and removal of excess embankment when the detour is removed will not be paid for
separately, but shall be included in the price of detour pavement.
All work necessary and incidental to the construction, maintenance, and removal of the detour
pavement, including grading, temporary drainage facilities, temporary embankment material, asphalt,
and planing will not be measured and paid for separately but shall be included in the work.
Addendum 1
8125 Intersection Improvements at Vine & Shields Page 18 of 31
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
The work must be ready for final payment and acceptance.
Final completion will be within fifteen (15) calendar days of substantial completion date. In accordance with the
"Schedule of Liquidated Damages" in Section 108.09, Liquidated Damages per Calendar Day will be $1,778 pet
day.
-7-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
Disadvantaged Business Enterprise (DBE) Contract Goal
This is a federally -assisted construction project. As described in the CDOT DBE Standard Special Provision, the
Bidder shall make good faith efforts to meet the following contract goal:
6.5
Percent DBE participation.
-8-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
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 3U hours.
-9-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
REVISION OF SECTION 101
DEFINITIONS OF TERMS
Technical Specifications related to construction materials and methods for the work embraced under this Contract
shall consist of the "Colorado Department of Transportation, State of Colorado, Standard Specifications for Road
and Bridge Construction" dated 2011.
Certain terms utilized in the Specifications referred to in the paragraph above shall be interpreted to have different
meanings within the scope of this Contract. A summary of redefinitions follows:
Where reference is made in the plans and specifications to Owner, Department, Chief Engineer, Resident
Engineer, Project Engineer, Engineer, and Inspection and Testing Agency it is understood to mean the
City of Fort Collins, Colorado or the City's representative.
Where reference is made in the plans and specifications to Surveyor it is understood to mean provided by
the City of Fort Collins with City of Fort Collins crews, but acting as a subcontractor to the project.
-10-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
REVISION OF SECTION 102
PROJECT PLANS AND OTHER DATA
Section 102 of the Standard Specifications is hereby revised for this project as follows:
Subsection 102.05 shall include the following:
A copy of the bid may be obtained as follows:
1. Download the Proposal/Bid from the BuySpeed Webpage, www.fcgov.com/eprocurement
2. Come by Purchasing at 215 North Mason St. 2nd floor, Fort Collins, and request a copy of the Bid
The following supporting information is available:
Geotechnical Engineering Study — Proposed Intersection Improvements — Vine Drive and Shields Street;
February 14, 2014; Kumar & Associates
Memo — Supplemental Pavement Thickness Design Recommendations; March 19, 2014; Kumar &
Associates
Hydraulic Design Report — Vine and Shields Intersection Improvements; February 16, 2015; Interwest
Consulting Group
Upon receiving Concurrence to Award from Colorado Department of Transportation, the low responsive,
responsible bidder may obtain from the City of Fort Collins at no cost;
3 sets of 11x17 plans, 1 full size set, and 3 sets of special provisions
REVISION OF SECTION 105
CONTROL OF WORK
Section 105 of the Standard Specifications is hereby revised for this project as follows:
Subsection 105.10 shall include:
Traffic Closures and Operations
The Contractor shall submit a Traffic Control Plan as outlined in Section 630 of the project specifications. All
construction phasing and construction traffic control requests shall be coordinated with the City Traffic
Department.
Shields Street is currently closed to the north of Vine Dr. as part of Larimer County's North Shields Street
Improvement Project. This closure is anticipated to be in effect until August 15, 2015 and may be subject to
change. The contractor may work within the limits of this closure but must maintain all local access as well as
construction access for Larimer County, see Section 105 Cooperation Between Contractors.
-11-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
Once the County opens Shields Street to public traffic, the contractor will be required to maintain through traffic
in both directions.
The contractor may request a full closure of Vine Dr., east of Shields Street during this time. Once Shields Street
is open to traffic, Vine Dr. must also be open to traffic. The contractor is required to allow the following traffic
movements at all times during any closures:
Northbound Shields Street to Westbound Vine Dr.
Eastbound Vine Dr. to Southbound Shields Street
The contractor shall maintain travel lanes in all directions once the Larimer County closure is no longer in effect.
Significant coordination with Larimer County and their contractor will be required during construction. As work
progresses, the City will coordinate the exact opening date of Shields Street with Larimer County.
Coordination with Property Owners and Tenants
The City of Fort Collins is committed to maintaining a positive working relationship with the businesses and
residents in the project area. Every effort will be made to maintain pedestrian and bicycle flow and to
accommodate special events and holidays for businesses, pedestrians, parking, and vehicle traffic. The
Contractor shall be responsible to coordinate all work activities with private property owners and tenants along
the project corridor. Access shall be maintained at all times. The Contractor shall be responsible for
communicating accurate scheduling information to the project team to assure proper notification of businesses
and residents.
In particular, any proposed disruption or closure to an existing access must be communicated to the property
Owners and tenants with as much notice as possible. The minimum notice that will be allowed for any proposed
access change is 48 hours. The Contractor shall ensure that adequate alternate access is in place for vehicles and
pedestrians and any property -specific access needs are addressed prior to any change in existing access. The
Contractor shall coordinate his method of maintaining these accesses with the City of Fort Collins Traffic
Operations Department.
Coordination with Traffic Engineer and Traffic Control Supervisor
The Contractor shall coordinate with the Owner's Traffic Engineer for all traffic control activities. Requests for
initial Setup of the major project phases (road closures) must be made 3 weeks prior to projected set up. Allow
up to 5 days for advanced warning signs. Requests for flaggers must be made and updated at the weekly progress
meetings for the following week. Requests for minor traffic control set ups (lane drops, etc.) must be made 72
hours in advance of set up. Increased Traffic Control costs caused by delays assessed to the Contractor will be
the responsibility of the Contractor.
Delete subsection 105.12 and replace with the following:
The City, County, CDOT, and local utilities including but not limited to Xcel Energy, ELCO, and CenturyLink
may contract for and perform other or additional work on or near the Work of the project. When separate
contracts are let within the limits of the project, each Contractor shall conduct the Work without interfering or
hindering the progress or completion of the work performed by other contractors. Contractors working on the
same project shall cooperate with each other as directed.
-12-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
City forces will perform the following work as required by this project:
Permanent Pavement Marking
Permanent Signing
Traffic Signals/Fiber Optic Lines
Street Lights
-2-
REVISION OF SECTION 105
CONTROL OF WORK
Traffic Coordination
1. The Contractor shall coordinate with the City Traffic Engineer for all traffic control activities. This
shall include, but not be limited to, closure of any City Streets, closure of any partial intersection
movements, lane reductions, and detours.
City Traffic Control Contact: Syl Mireles
Phone:(970)221-6815
Email: smireles(aHc¢ov.com
2. The City will remove existing traffic signal equipment. City Traffic Signal Contact: Britney Sorenson
Phone:970-222-5533
Email: bsorensonAfceov.com
3. The Contractor shall coordinate with the City Traffic Engineer to schedule the traffic signal work/fiber
optic line relocation in conjunction with other project activities taking into account time needed for
order and delivery of materials. The Contractor shall cooperate with the City Traffic Department in
their removal and installation operations so that progress is expedited, duplication of work is
minimized, and impacts to traffic are minimized.
4. The City will remove and install all permanent signing. The City will install all permanent pavement
markings.
City Signing and Striping Contact: Rich Brewbaker
Phone:970-221-6792
Email:rbrewbaker(@fceov.com
5. The Contractor is responsible for removal of pavement markings and installation and maintenance of
temporary pavement markings necessary to control traffic during construction.
This work will not be paid separately, but shall be included in Construction Traffic Control, Lump
Sum. The Contractor shall coordinate with the City Traffic Engineer to schedule permanent signing
and striping work in conjunction with other project activities. Full -compliance pavement markings in
accordance with Section 627 shall be in place prior to opening the roadway to traffic. The Contractor
shall cooperate with the City Traffic Department in their removal and installation operations so that
progress is expedited, duplication of work is minimized, and impacts to traffic are minimized.
Street Light Coordination
1. City Light and Power Crews will remove and install all street lighting and associated electric
utilities for the project.
City Survey Contact: Luke Unruh
Phone: (970) 221-6700
-13-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
Email: 1unruh(a( ,fcgov.com
2. The Contractor shall cooperate with the City Light and Power Department in their removal and
installation operations so that progress is expedited, duplication of work is minimized, and impacts
to traffic are minimized. Refer to Utility specification for additional information.
Each Contractor involved shall assume all liability, financial or otherwise, in connection with the Contract and
shall protect and save harmless the Owner from any and all damages or claims that may arise because of
inconvenience, delay , or loss because of the presence and operations of Contractors working within the limits
of the same or adjacent project.
Contractor is responsible to coordinate with private utilities. Any work to be performed by private utilities
shall be identified in Contractor's schedule. Delays due to coordination issues will be the responsibility of the
contractor.
-3-
REVISION OF SECTION 105
CONTROL OF WORK
Subsection 105.13 shall include:
Surveying Coordination
A. The Owner will provide construction surveying for the project. City Survey Crews will perform the
surveying required.
B. The Contractor must submit a survey request form to the City Surveyors a minimum of 72 hours prior to
needing surveying.
C. If the requested surveying cannot be accomplished in the time frame requested by the Contractor, the survey
personnel shall notify the Contractor with the date on which the requested work will be completed.
D. Should a sudden change in the Contractor's operations or schedule require the survey personnel to work
overtime, the Contractor shall pay the additional overtime expense.
E. The Contractor shall protect all survey monuments and construction stakes. If it is unavoidable to remove a
survey monument or construction stakes, the Contractor is responsible for notifying the Surveyor and
allowing enough time for the monuments or stakes to be relocated. The Contractor will be responsible for the
cost of restaking construction stakes and for the cost of re-establishing a destroyed monument.
The Contractor shall be responsible for transferring the information from the construction staked to any
necessary forms and for constructing all pipelines, drainage ways, pavements, inlets, walls, and other
structures in accordance with the information on the stakes and grade sheets supplied by the Owner.
REVISION OF SECTION 105
COOPERATION BETWEEN CONTRACTORS
Section 105 of the Standard Specifications is hereby revised for this project as follows:
-14-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
Subsection 105.11 shall include the following:
Other agencies may have active construction or maintenance projects within the vicinity of this project. The
Contractor shall coordinate the work so as not to interfere or hinder the progress or completion of the work being
performed by other agencies or contractors. All construction/traffic control conflicts that arise between the needs
of the various construction contractors and other agencies shall be brought to the attention of the Engineer.
Coordination meetings shall be held by Contractor to address conflicts and schedule adjustments maybe required
to minimize impacts to adjacent projects.
Active Project - North Shields Street Improvements; Larimer County — directly north of project location
• The anticipated end date of the Larimer County North Shields Street Improvement contract is August 15,
2015 (subject to change). The contractor is responsible for coordinating and accommodating construction
traffic through the project so as not to delay the Larimer County contract. This traffic may include but is
not limited to aggregate base hauling, asphalt hauling, concrete mix trucks, general construction traffic
and other site deliveries. Coordinating operations with Larimer County shall not be grounds for
additional contract time.
Active Project - US 287 Conifer to Willox
Potential Project - US 287 SH 01 to Laporte Bypass
-15-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
REVISION OF SECTION 105
CLAIMS FOR CONTRACT ADJUSTMENT
Section 105 of the Standard Specifications is hereby revised for this project as follows:
Subsections 105.22, 105.23 and 105.24 shall be revised as follows:
The Colorado Department of Transportation will not participate in the resolution process for any claims filed by
the Contractor.
-16-
w
tl
TEMP CONST.
EASEMENT
I PROP ROW
VARIES
10, 8'
la.MAX WALK
____ 1 4;1 22 MAI
� 1'
CONCRETE SIDEWALK Is INCH)
CONCRETE TRUCK AP
CURB &
TYPE. 2 (SECTI
TEMP CONST.— PROP ROW
EASEMENT \\
B' VARIES 2.5'
WALK PARK STRIP
2X MAX
I
CIO' ITYP1
CONCRETE SIDEWALK (S INCH)
STA.1D+68.70 TO STA.11+58.32
CL SHIELDS ST
CONTROL LINE DETAILS EDP -NE CONTROL LINE
S% POLL. VARIES%
SEE SPLITTER ISLAND
GEOMETRY SHEETS FCR
ALIGNMENT & PROFILE (TYP.)
CURB & GUTTER
TYPE 2 (SECTION I-B)
6 INCH TPBC (CLASS B(BTYPI
INCH) ON
SHIELDS ST ))
STA. 10+46.01 TO STA. 11+58.32
AND GUTTER
2 (SECTION 11-B)
PROP ROW
2 1
ECIAL) I
5' —{
B' I TEMP CONST.
WALK EASEMEENT
I 1.� I
%MAX 2'
y_
MATCH EXISTING GROUND
HMA PATCHING
MINOR RETAINING WALL
CONCRETE SIDEWALK (6 INCH)
CURB & CUTTER
TYPE 2 (SECTION II-B)
Iry HMA (GRADING S)(75)(PG 64-28)
'^. HMA (GRADING S)(75)(PG 64-22)
+. HMA (GRADING S)(75)(PG 64-22)
•�•y�&T v, ARC (CLASS 6)
HMA LIFT DETAIL
CL SHIELDS ST
TEMP CONST.,_,
EASEMENT \
PROP ROW
42,
50'
IS'
UTILITY EASEMENT
24'
24'
1
8' 9.5' 2.5'
612'
I
' 12' 6'
12,51,
9.5' 6'
I
- 1'
r-- <:I I
PARK STRIP
A_
RIKE LANE
LANE
2X
PAINTED
MEDIAN
p�
1
LANE BIKE
LM)E
2X
PARK STRIP WALK
1'
2Y. MAX 41
1
I
-=_ E%]STING ROW
-I --- a:1
?22
•u Ar w,'IrvN•Ae• •av•....Q,,.
• •CURB•&
•
F--10'
CONCRETE SIDEWALK (6 INCH)
GUTTER
I �TYP) TYPE 2 (SECTION 11-8)
J0,
2 INCH NMA (GRADING S)
(75) (PG 64-28) ON
5.5 INCH HMA (GRADING S)
(75)(PC 54-22) ON
18 INCH ARC (CLASS 6)
I
CONCRETE SIDEWALK Is INCH)
CUR8 & CUTTER
TYPE 2 (SECTION II-B)
• 8-TEMP CONST.EASEMENT FROM
STA 12+07.33 TD STA. I6140.12
EXISTING ROW
SHIELDS ST
STA. 11+58.32 TO STA. 16+18.93 NOTE;
SEE LANDSCAPE PLANS FOR MEDIAN AND GRADING SURFACE TREATEMENTS
Print Data: 6/5/2015
Sheet Revisions
a City of I
l
Fort COLGI I a'� IS
Reg on 4 1_HN /-•` �1
1420 Second Street
Create CO 80633
Phone: 670-350-2126
As Constructed
VINE & SHIELDS
TYPICAL SECTIONS
Project No./Code
File Nome: 16877-RDWY-TYPICN SECTIONS.
Dale:
comment.
(nit.
No Reviaione:
STU M455-108
Horiz. Scale: I•LO Vert. Scale: As Noted
Unit Information Unit Leader Initial.
C�
RevieeC:
DeaJgn.r: BSH
svuctve
18877
0elailer: DWS
NUmbera
&COMPANY i i� ai-a'o ):
Void;
Sheet Number 7
Sheet Sub.et TYPICALS
Sweet SKeels: 4 of 5
Addendum
B125 Intersection Improvements at Vine & shields
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
REVISION OF SECTION 106
CONTROL OF MATERIAL
Section 106 of the Standard Specifications is hereby revised for this project as follows:
Subsection 106.01 shall include:
Substitutions and Product Options
A. Description:
1. This section describes the procedure required by the Contractor for product substitutions.
2. Requests for Substitution:
a. Base all bids on materials, equipment and procedures specified.
b. Certain types of equipment and kinds of material are described in specifications by means of trade
names and catalog numbers, and/or manufacturer's names. Where this occurs, it is not intended to
exclude from consideration such types of equipment and kinds of material bearing other trade names,
catalog numbers and/or manufacturer's names, capable of accomplishing purpose of types of
equipment or kinds of material specifically indicated.
c. Other types of equipment and kinds of material may be acceptable to the Owner and Engineer.
d. Types of equipment, kinds of material and methods of construction, if not specifically indicated must
be approved in writing by Engineer and the Owner.
3. Submission of Requests for Substitution:
a. After Notice to Proceed, the Owner / Engineer will consider written requests for substitutions of
products, materials, systems or other items.
b. The Engineer reserves the right to require substitute items to comply color and pattern -wise with base
specified items, if necessary to secure "design intent".
c. Submit six (6) copies of request for substitution. Include in request:
1) Complete data substantiating compliance of proposed substitute with Contract Documents.
2) For products:
i. Product identification, including manufacturer's name.
ii. Manufacturer's literature, marked to indicate specific model, type, size, and options to be
considered: Product description; performance and test data; reference standards; difference
in power demand; dimensional differences for specified unit.
-17-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
iii. Name and address of similar projects on which product were used date of installation and
field performance data.
-2-
REVISION OF SECTION 106
CONTROL OF MATERIAL
3) For construction methods:
i. Detailed description of proposed method.
ii. Drawings illustrating methods.
4) Itemized comparison of proposed substitution with product or method specified.
5) Data relating to changes in construction schedule.
6) Relation to separate contracts.
7) Accurate cost data on proposed substitution in comparison with product or method specified.
d. In making request for substitution, or in using an approved substitute item, Supplier / Manufacturer
represents:
I) He has personally investigated proposed product or method, and has determined that it is equal or
superior in all respects to that specified and that it will perform function for which it is intended.
2) He will provide same guarantee for substitute item as for product or method specified.
3) He will coordinate installation of accepted substitution into work, to include building
modifications if necessary, making such changes as may be required for work to be complete in
all aspects.
4) He waives all claims for additional costs related to substitution which subsequently become
apparent.
4. Substitutions: Request sufficiently in advance to avoid delay in construction.
5. Contractor's Option:
a. For products specified only by reference standards, select any product meeting standards by any
manufacturer indicate selected type in submission.
b. For products specified by naming several products or manufacturers, select any product and
manufacturer named, indicate selected type in submission.
-18-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
c. For products specified by naming one or more products, but indicating option of selecting equivalent
products by stating "or equivalent" after specified product, Contractor must submit request, as
required for substitution, for any product not specifically named.
6. Rejection of Substitution or Optional Item: Substitutions and/or options will not be considered if they are
indicated or implied on shop drawings, or project data submittals, without formal request submitted in
accordance with this section.
-3-
REVISION OF SECTION 106
CONTROL OF MATERIAL
Add subsection 106.14 as follows:
106.14 Quality Control For Warranted Hot Mix Asphalt and Concrete Pavements
Quality Control (QC) is the responsibility of the Contractor. The Contractor shall establish and maintain all
necessary inspection and materials testing procedures to assure the quality of work and the completed
pavement.
The Contractor's QC Manager is responsible for compliance with the quality requirements specified in the
Contract and the Contractor's approved QC plan (QCP). The QC Manager shall not be the Contractor's
Superintendent.
The Contractor shall make provisions such that the Engineer can inspect QC work in progress, including
sampling, testing, plants, and the Contractor's testing facilities at any time.
A. Quality Control Plan (QCP). The Contractor shall submit a written QCP to the Engineer at least two weeks
prior to the beginning of work that is controlled by the QCP. The QCP shall list all inspection and materials
testing procedures utilized by the Contractor to ensure that the work conforms to contract requirements.
The QCP shall address the following:
1. The name, qualifications, duties, responsibilities and authorities of each person assigned a QC function.
The QC Manager shall be the person responsible for the process control sampling and testing. This
person must possess at least one of the following qualifications:
a. Registration as a Professional Engineer in the State of Colorado.
b. Level II A, B, and C certifications from the Laboratory Certification for Asphalt Technicians
(LABCAT).
Technician Qualifications. Technicians taking samples and performing tests must possess the following
qualifications:
a. Technicians taking samples and conducting compaction tests must have Level II A
certification from the Laboratory Certification for Asphalt Technicians (LABCAT).
-19-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
b. Technicians conducting process control tests must have Level 11 B certification from the
Laboratory Certification for Asphalt Technicians (LABCAT).
c. Technicians determining asphalt mixture volumetrics and strength characteristics must have
Level Il C certification from the Laboratory Certification for Asphalt Technicians (LABCAT).
-4-
REVISION OF SECTION 106
CONTROL OF MATERIAL
2. A description of the responsibilities and authority, and a resume of experience, of the QC Manager.
3. Materials testing schedule, showing sampling and testing procedures and frequencies.
4. The standards to which the pavement is to be constructed, such as: in place density, asphalt content,
voids criteria, gradation, or all other criterion the Contractor intends to use to maintain the quality of the
work.
5. Reporting procedures, including proposed reporting formats for materials sampling, testing, and
inspection for all phases of the work.
6. Names of testing and engineering firms to be used, if any, with licenses as appropriate.
7. Procedures for identifying, evaluating, and reporting non-conformance discovered during QC
inspections and testing.
8. Provisions for increased frequencies of inspection and testing when work does not conform to the
standards set for the construction.
B. Documentation. The Contractor shall maintain current records of quality control operations activities, and
tests performed including the work of vendors and subcontractors. These records shall be in the form shown
in the QCP and shall indicate, as a minimum, the subcontractor, if any, the number of personnel working,
the weather conditions encountered, delays encountered, locations corresponding to project stationing as
shown on the plans, and acknowledgment of deficiencies noted along with the corrective actions taken on
deficiencies. These records shall include factual evidence that required activities or tests have been
performed, including but not limited to the following:
I. Type and number of quality control activities and tests involved.
2. Results of quality control activities or tests.
3. Nature of defects, causes for rejection, etc.
4. Proposed remedial action.
5. Corrective actions taken.
Such records shall cover both conforming and defective or deficient features and shall include a statement
that work and materials incorporated in the project comply with this Contract. Copies of these records
shall be reviewed by the QC Manager and submitted to the Engineer prior to payment for the work.
-20-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
C. Frequency. QC inspection and testing at all intervals of work shall be performed at the frequencies in the
accepted QCP.
D. Certification. Prior to acceptance of the project, the Contractor's QC Manager shall certify, in writing, that
all work and materials incorporated into the project meet the requirements of the Contract.
REVISION OF SECTION 107
INSURANCE
Section 107.18 is hereby revised to read:
For this project all insurance certificates shall name the City of Fort Collins and the Colorado Department of
Transportation as an additionally insured party.
-21-
CITY OF FORT COLLINS
PROJECT NO. STU M455-I08 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
REVISION OF SECTION 107
ENVIRONMENTAL CONTROLS
Section 107 of the Standard Specifications is hereby modified to include the following:
Environmental Controls
The work of this section consists of obtaining permits and providing environmental controls consistent with
regulatory permits through the duration of the work required under this project.
A. Dust Control Application:
The Contractor shall execute work by methods to minimize raising dust from construction operations.
2. The Contractor shall provide and apply dust control at all times, including evenings, holidays and
weekends, as required to abate dust nuisance on and about the site that is a direct result of construction
activities. The use of non -approved chemicals, oil, or similar palliatives will not be allowed. Dust
control agents may be used only after prior approval of the Owner. The Contractor shall be required to
provide sufficient quantities of equipment and personnel for dust control sufficient to prevent dust
nuisance on and about the site.
3. The Owner will have authority to order dust control work whenever in its opinion it is required, and
there shall be no additional cost to the Owner. The Contractor shall be expected to maintain dust control
measures effectively whether the Owner or Engineer specifically orders such Work.
B. Preservation of Natural Features: Confine operations as much as possible. Exercise special care to maintain
natural surroundings in an undamaged condition. Within the work limits, barricade trees and natural features
to be preserved.
C. Housekeeping: Keep project neat, orderly, and in a safe condition at all times. Store and use equipment,
tools, and materials in a manner that does not present a hazard. Immediately remove all rubbish. Do not
allow rubbish to accumulate. Provide on -site containers for collection of rubbish and dispose of it at frequent
intervals during progress of work.
D. Disposal
Disposal of Waste (Unsuitable) Materials: All material determined by the Engineer to be waste will be
disposed of in approved landfill in a manner meeting all regulations. Dispose of waste materials, legally,
at public or private dumping areas. Do not bury wastes inside of the limits of construction. All costs for
dump fees, permits, etc., shall be borne by the Contractor.
2. Disposal of Garbage and Other Construction Materials: Provide sanitary containers/dumpsters and haul
away contents such that no overflow exists.
Excess excavation shall become the property of the Contractor and shall be legally disposed of by him
outside the limits of construction to an approved disposal site. Excess excavated material suitable for
backfill shall not be disposed of until all backfill operations are complete.
-22-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
4. The Contractor is to immediately inform Engineer of any hazardous materials encountered during
construction. Dispose of waste materials legally at private or public facilities.
E. Burning: No burning of debris will be permitted.
-2-
REVISION OF SECTION 107
ENVIRONMENTAL CONTROLS
F. Noise Control: All mechanical equipment shall be equipped with the best available mufflers to reduce noise.
The Contractor shall be responsible for obtaining any necessary permits and shall limit noise to the permitted
levels. Noise level monitoring shall be performed by the Contractor as necessary to show that the permitted
levels are not being exceeded_
Permission from Owner must be obtained prior to the operation of any machinery and/or vehicles between the
hours of 6 p.m. and 7 a.m.
G. Erosion and Sediment Control: It shall be the responsibility of the Contractor to obtain an approved Erosion
and Sediment Control Plan from the Owner.
H. Permits
All work must be performed in accordance with all applicable regulatory permits.
2. It shall be the responsibility of the Contractor to prepare a Stormwater Management Plan (SWMP), and
submit the SWMP to the Colorado Department of Public Health and Environment for review and
approval. The Contractor shall also provide inspection reports as required by the SWMP to the Owner
upon completion of each inspection.
3. The Contractor shall be responsible for obtaining all other necessary permits associated with the Work.
REVISION OF SECTION 107
LEGAL RELATIONS AND RESPONSIBILITY TO PUBLIC
Section 107 of the Standard Specifications is hereby revised for this project as follows:
Subsection 107.25 shall include the following:
All hauls traveling to or from Martin Marietta Materials, Inc. (MMM) located at 1800 North Taft Hill Road, Fort
Collins, Colorado shall enter and exit the site from the North to CR 54G.
No vehicle shall be driven or moved on any private or public highway, street, road or right of way if the vehicle is
transporting aggregate material or asphalt paving material unless the load is covered by a tarp or other cover in a
manner that prevents the load from escaping the vehicle and which minimizes fumes and emissions. Aggregate
material means any rock, clay, silts, gravel, limestone, dimension stone, marble and shale; except that aggregate
material does not include wet concrete or other materials not susceptible to blowing. Asphalt paving material
-23-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
means any material formed by mixing aggregate and asphalt cement and includes hot mix asphalt, warm mix
asphalt, and bituminous concrete.
This work consists of the proper treatment and disposal of ground water collected from dewatering operations
during excavation activities.
The Contractor shall obtain a construction dewatering permit from the Colorado Department of Public Health and
Environment (CDPHE). A completed application must be submitted to CDPHE at least 30 days prior to
dewatering operations. Dewatering operations shall be conducted in a manner that avoids pollution and erosion.
Water from dewatering operations shall not be directly discharged into any state waters including wetlands,
irrigation ditches, canals, or storm sewers, unless allowed by a permit. Discharge into sanitary sewers will not be
allowed unless written permission is obtained from the owner or controlling authority and a copy of this approval
is submitted to the Engineer. Unless prohibited by law or otherwise specified in the Contract, the water from
dewatering operations shall be contained in basins for dissipation by infiltration or evaporation, shall be hauled
away from the project for disposal in accordance with applicable laws and regulations, or shall be land applied to
approved non -wetland vegetated areas.
Depending upon the quality of the water, land application of water to vegetated areas may require a written
concurrence or permit from CDPHE and from the owner of the facility. Based on guidelines and criteria from
CDPHE, the Contractor shall determine the quality of the water, obtain applicable concurrences or permits, and
furnish copies of the concurrences or permits obtained to the Engineer.
REVISION OF SECTION 108
PROSECUTION AND PROGRESS
Section 108 of the Standard Specifications is hereby revised as follows:
Subsection 108.03 shall include the following:
Project Meetings
A. Pre -Construction Conference: A Pre -Construction Conference will be held after Notice of Award and before
the Notice to Proceed, the date, time and location will be determined after Notice of Award.
The conference shall be attended by:
1. Contractor and Contractor's Superintendent
2. Contractor's Subcontractors (including the city provided Surveyor)
3. Engineer
4. Owner
5. Utility Companies
6. Larimer County — coordinated by the City
7. Others as requested by the Contractor, Owner, or Engineer.
Prior to the conference, the contractor shall submit a schedule of the construction project, include in the
schedule shop drawings and other submittals. Any submittals requiring long lead times and therefore must
be expedited shall be submitted at the pre -construction conference, or as soon thereafter as possible.
-24-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
The purpose of the conference is to designate responsible personnel and establish a working relationship.
Matters requiring coordination will be discussed and procedures for handling such matters established. The
agenda will include:
1. Contractor's tentative Schedule
2. Permit applications and submittals, including Dewatering Permit, Erosion and Sediment Control
Plan, and Traffic Control Plan
3. Transmittal, review and distribution of Contractor's submittals
4. Processing applications for payment
5. Maintaining record documents
6. Critical work sequencing
7. Field decision and change orders
8. Use of premises, office and storage areas, staging area, security, housekeeping, and Owner's needs
9. Contractor's assignment of safety and first aid
B. Construction Progress Meetings for the Federal Aid Project No. STU M455-108 (18877): Progress meetings
will be conducted weekly or at some other frequency, if approved by the Engineer. These meetings shall be
attended by the Owner, the Engineer, the Contractor's representative and any others invited by these people.
The Engineer will conduct the meeting and the Engineer will arrange for keeping the minutes and distributing
the minutes to all persons in attendance.
The agenda of these project meetings will include construction progress, the status of submittal reviews, and
the status of information requests, critical work sequencing, review of strategies for connections into existing
facilities, status of field orders and change orders, and any general business.
The Contractor will prepare a "two week look ahead" schedule to facilitate coordination of work items.
-2-
REVISION OF SECTION 108
PROSECUTION AND PROGRESS
Modifications to Time of Completion in the Approved Schedule
The date of beginning and the time for completion of the work are essential conditions of the Contract Documents
and the work embraced shall be commenced on a date 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
-25-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
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 accepted) 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 calendar days for which work
was delayed during each month.
At the end of each month, if the number of work 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, and 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.
-3-
REVISION OF SECTION 108
PROSECUTION AND PROGRESS
The Contractor's schedule must reflect the above -anticipated adverse weather delays on all weather -dependent
activities.
While extensions of time shall be granted for "unusually severe" weather or climate conditions, the Owner shall
make no monetary compensation for any costs to the Contractor arising out of such delays. The Contractor shall
comply with the portions of the Contract Documents relating to his project schedule and amendments thereto
which result from the "unusually severe" weather condition.
Breakdowns in equipment or lack of performance by the Contractor will not be considered justification for an
extension of time. Liquidated damages will be assessed as delineated elsewhere.
-26-
INDEX
CONTRACT
ITEM NO.
CONTRACT REM
UNIT
ROADWAY
PROJECT
TOTALS
SWIG
PAGE
SHEET
PLAN AS CONST.
212-00032
SOILCONDITIOMNG
AC
0.11
0.11
212-OOD40
SOIL PREPARATION (LAWN)
AC
0.37
0.37
212-00050
SOD
SF
15886
15886
213-00004
MULCHING (WEED FREE STRAW)
AC
0.11
0.11
213-00005
MULCHING (DECORATIVE)
CF
1614
1614
213-00008
MULCHING (WOOD CHIP)
CF
166
166
213--00087
ROCK MULCH (WEED FREE)
SF
2029
2029
213-MO70
LANDSCAPE WEED BARRIER FABRIC
BY
734
734
213-M40
METAL LANDSCAPE BORDER(118 X 41NCH)
LF
85
85
213-00700
LANDSCAPE BOULDER
EA
117
117
214-0000
LANDSCAPE MAINTENANCE
LS
1
1
214-00215
DECIDIOUS TREE (13 INCH CALIPER)
EA
B
8
214.00220
DECIDIOUS TREE (2 INCH CALIPER)
EA
33
33
_
214-00350
DECIDIOUS SHRUB (5 GALLON CONTAINER)
EA
120
120
214.00506
EVERGREEN TREE(6 FOOT)(BALL AND BURLAP)
EA
1
1
214-00650
EVERGREEN SHRUB (5 GALLON CONTAINER)
EA
34
34
214-00910
PERENNIALS (1 GALLON CONTAINER)
EA
310
310
304-08000
AGGREGATE BASE COURSE (ABC)(CLASS 6)
TON
2036
2038
403-00720
HOT MIX ASPHALT(PATCHING)(ASPHALT)
TON
19
19
403-33741
HOT MIX ASPHALT (GRADING S) (75) (PG 64-22)
TON
731
731
403.34751
HOT MIX ASPHALT (GRADING S)(75)(PG 64-28)
TON
266
266
412-00800
CONCRETE PAVEMENT (8INCH)
SY
427
427
412-00801
CONCRETE PAVEMENT IS INCH) (SPEICAL) (DAVIS COLOR TILE RED 1117)
SY
217
217
412-00801
CONCRETE PAVEMENT IS INCH) (SPEICIAL) (DAVIS COLOR OMAHA TAN 5084
BY
287
287
412-00801
CONCRETE PAVEMENT (8 INCH) (SPECIAL) (DAVIS COLOR COCOA 6130)
SY
126
128
412-00850
CONCRETE PAVEMENT(8.5')
BY
2823
2823
412-00870
CONCRETE PAVEMENT (8.5') (FAST TRACK)
BY
941
941
420-00300
GEOTEXTILE(REINFORCEMENT)
BY
1200
1200
504-08050
STONE LANDSCAPE WALL
SF
298
296
506-00210
RIPRAP IS INCH)
CY
2
2
601-00000
IART FOUNDATION
L S
1
1
601-03000
CONCRETE CLASS
CY
21
21
602-00000
REINFORCI NG STEEL
LB
829
829
805-00004
41NCH NWN-PERFORATED PIPE UNDERDRAIN
LF
233
233
1 Cma:6i5i2015
Q
Sheet Revisions
CRY'Of
C �J^S
Region 4 LHN �-'� `' 1
Gres y, CO Street
0reeley� CO 80631
Phone: 97D-350-2126
As Constructed
SUMMARY OF
APPROXIMATE QUANTITIES
Project No./Code
rle Nome: Ie677_s0w.egn
oats:
Comments
m4.
No Revisions:
STU M455-108
r
Norii. Scale: Vert. Notnitia
.n
Volt Inlormvtivn lNtit Leader INtivls
t Lea er
C�
Revisatl:
Designer: BSN
IqUuetuej
16877
i lvyO+�inTe
1-1. NY Tua� .;-INN.-
Delviln: Ow5
umboa
Voie:
Sheet Number 10
Sheet Subscl: SOAO
SWxI Sheet.: 2 of 3
$126 Intersection Improvements at Vine 8 Shields Page 20 of 31
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
Coordination with the Larimer County — North Shields Street Improvement Project shall not be considered
justification for an extension of time.
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.
3. To any delays of Subcontractors occasioned by any of the causes specified in paragraphs 1 and 2, above.
REVISION OF SECTION 108
LIMITATION OF OPERATIONS
Section 108 of the Standard Specifications is hereby revised as follows:
Subsection 108.05 shall include the following:
Work Hours: Work hours are 7 AM to 6 PM, Monday through Friday. Extended hours and weekend work are
anticipated and will be permitted with written approval from the Project Manager. Night time work shall be
permitted with written approval from Project Manager. Work shall be permitted on holidays with written
approval from the Project Manager. Work requests beyond working hours must be submitted to the Project
Manager a minimum of (5) working days prior to the request date.
Night and weekend work will be allowed with 5 days prior notice to the Project Manager. All costs associated
with nighttime work will be incidental to the work.
Demolition work will not be permitted before 7 AM or after 6 PM.
-27-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
REVISION OF SECTION 201
CLEARING AND GRUBBING
Section 201 of the Standard Specifications is hereby revised for this project as follows:
Subsection 201.02 shall include the following:
Ralph Zentz, Assistant City Forester (970-221-6302), shall be responsible for identifying the removal of tree
branches, stumps, shrubs and/or other plant materials beyond those trees identified in the removal plans for
removal and/or transplant. Coordinate with the Assistant City Forester to have tree branches, stumps, shrubs,
and other plant materials marked for removal.
Clearing and grubbing shall include the removal of trees less than six (6) inches in diameter, bushes and shrubs as
identified by the Engineer or the Assistant City Forester to be either removed or trimmed. All removed debris
shall become the property of the Contractor and shall be removed from the project site, not buried on -site.
Clearing and grubbing shall include the removal of landscape rock within the construction limits that is not
specified to remain. All removed landscape rock shall become the property of the Contractor and shall be
removed from the project site, not buried on -site.
Subsection 201.04 shall include the following:
Pay Item Pay Unit
Clearing and Grubbing Lump Sum
-28-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
REVISION OF SECTION 202
Section 202 of the Standard Specifications is hereby revised for this project as follows:
REMOVAL OF PIPE
Subsection 202.01 shall include the following:
This work includes removal and disposal of existing waterlines within the project limits as shown on the plans or
at locations directed by the Engineer.
In Subsection 202.02 delete the seventh paragraph and replace with the following:
The removed pipe shall become the property of the Contractor and shall be disposed of outside the project site
legally.
Subsection 202.11 shall include the following:
The removal of the existing pipe will be measured by the linear foot of pipe removed, and accepted.
Excavation and backfilling will not be paid separately and shall be included in the cost for removal of pipe.
Subsection 202.12 shall include the following:
Payment will be made under:
Pay Item
Removal of Pipe
Pay Unit
Linear Foot
Work shall include all material, equipment, labor, and disposal of materials to complete the work.
REMOVAL OF SIDEWALK
Subsection 202.01 shall include the following:
This work includes removal and disposal of existing sidewalk within the project limits as shown on the plans or at
locations directed by the Engineer. This item includes the removal of the existing concrete drain and sidewalk
drain as shown on the plans.
-29-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
REVISION OF SECTION 202
Section 202 of the Standard Specifications is hereby revised for this project as follows:
In subsection 202.02 delete the seventh paragraph and replace with the following:
The existing sidewalk (assumed 4-6 inches thick) shall be removed in a manner that minimizes contamination
of the removed sidewalk with underlying material. The removed sidewalk shall become the property of the
Contractor and shall be disposed of outside the project site legally. The Contractor may dispose the removed
sidewalk at the City of Fort Collins Recycling Center at 1380 Hoffman Mill Road. It is the responsibility of the
Contractor to be familiar with acceptable disposal specifications of the City Recycling Center.
Subsection 202.11 shall include the following:
The removal of the existing sidewalk will be measured by the square yard of sidewalk removed to the required
depth, and accepted.
Sawcutting will not be paid separately and shall be included in the cost for removal of sidewalk.
Subsection 202.12 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Removal of Sidewalk Square Yard
Work shall include all material, equipment, labor, and disposal of materials, including hauling, to complete the
work.
REMOVAL OF CURB AND GUTTER
Subsection 202.01 shall include the following:
This work includes removal and disposal of existing curb and gutter within the project limits as shown on the
plans or at locations directed by the Engineer.
In subsection 202.02 delete the seventh paragraph and replace with the following:
The removed curb and gutter shall become the property of the Contractor and shall be disposed of outside the
project site legally. The Contractor may dispose the removed curb and gutter at the City of Fort Collins
Recycling Center at 1380 Hoffman Mill Road. It is the responsibility of the Contractor to be familiar with
acceptable disposal specifications of the City Recycling Center.
-30-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
REVISION OF SECTION 202
Section 202 of the Standard Specifications is hereby revised for this project as follows:
Subsection 202.11 shall include the following:
The removal of the existing curb and gutter will be measured by the linear foot of curb and gutter removed, and
accepted.
Sawcutting will not be paid separately and shall be included in the cost for removal of curb and gutter.
Subsection 202.12 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Removal of Curb and Gutter Linear Foot
Work shall include all material, equipment, labor, and disposal of materials, including hauling, to complete the
work.
REMOVAL OF CONCRETE PAVEMENT
Subsection 202.01 shall include the following:
This work includes removal and disposal of existing concrete pavement within the project limits as shown on the
plans or at locations directed by the Engineer.
In Subsection 202.02 delete the seventh paragraph and replace with the following
The existing concrete pavement (assumed 8 inches thick) shall be removed in a manner that minimizes
contamination of the removed pavement with underlying material. The removed pavement shall become the
property of the Contractor and shall be disposed of outside the project site legally. The Contractor may dispose
the removed pavement at the City of Fort Collins Recycling Center at 1380 Hoffman Mill Road. It is the
responsibility of the Contractor to be familiar with acceptable disposal specifications of the City Recycling
Center.
Subsection 202.11 shall include the following:
-31-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
REVISION OF SECTION 202
Section 202 of the Standard Specifications is hereby revised for this project as follows:
The removal of the existing concrete pavement will be measured by the square yard of pavement removed to the
required depth, and accepted.
Location of sawcutting shall be as directed by the Engineer. Sawcutting will not be paid separately and shall be
included in the cost for removal of concrete pavement.
Subsection 202.12 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Removal of Concrete Pavement Square Yard
Work shall include all material, equipment, labor, and disposal of materials, including hauling, to complete the
work.
REMOVAL OF ASPHALT MAT
Subsection 202.01 shall include the following:
This work includes removal and disposal of existing asphalt mat within the project limits as shown on the plans
or at locations directed by the Engineer.
In Subsection 202.02 delete the seventh paragraph and replace with the following:
The existing asphalt mat (assumed 6 inches thick) shall be removed in a manner that minimizes contamination of
the removed asphalt with underlying material. The removed mat shall become the property of the City and be
disposed of by any one or more of the following described methods:
1. Place material in bottom of fills as approved by the Engineer.
2. Haul offsite to City of Fort Collins Recycling Center at:
1380 Hoffman Mill Road
Fort Collins, Colorado
(970)482-1249
-32-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
REVISION OF SECTION 202
Section 202 of the Standard Specifications is hereby revised for this project as follows:
It is the responsibility of the Contractor to be familiar with acceptable disposal specifications of the City
Recycling Center.
Subsection 202.09 shall include the following:
Removal of Asphalt Mat will be full depth asphalt removal.
Subsection 202.11 shall include the following:
The removal of the existing asphalt mat will be measured by the square yard of mat removed, and accepted.
Location of saw cutting shall be as directed by the Engineer. Saw cutting will not be paid separately and shall be
included in the cost for removal of asphalt mat.
Subsection 202.12 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Removal of Asphalt Mat Square Yard
Work shall include all material, equipment, labor, and disposal of materials, including hauling, to complete the
work.
-33-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
REVISION OF SECTION 202
REMOVAL OF FENCE
Section 202 of the Standard Specifications is hereby revised for this project as follows:
Subsection 202.01 shall include the following:
This work includes the removal of fencing at locations shown on the plans.
Subsection 202.02 shall include the following:
Removed fencing shall become the property of the Contractor and disposed of off -site. Fencing materials
including posts and foundations shall be completely removed and holes backfilled. Backfilled holes shall be
seeded to match the surrounding landscape. Coordinate with Engineer on appropriate seeding if disturbance is
outside of the proposed landscape improvements.
Subsection 202.11 shall include the following:
The removal of existing fencing will be measured by the linear foot of fence removed.
Subsection 202.12 shall include the following:
Payment shall be made at the contract unit price per linear foot for the accepted quantity removed.
Payment will be made under:
Pay Item
Removal of Fence
Pay Unit
Linear Foot
Payment will be full compensation for all work necessary to complete the item including backfilling any
remaining holes and seeding the finished grade.
-34-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
REVISION OF SECTION 202
REMOVAL OF TRAFFIC SIGNAL EQUIPMENT
Section 202 of the Standard Specifications is hereby revised for this project as follows:
Section 202.02 shall include the following:
The Contractor shall make sure traffic operations for new intersection and pedestrian movements can be
implemented and fully operational prior to removal as per approved MHT.
Subsection 202.03 shall include the following:
The Contractor shall coordinate with the following contact for removal of all traffic signal equipment.
City Traffic Signal Contact: Britney Sorenson
Phone: 970-222-5533
Email: bsorenson@fcgov.com
All salvable material shall be removed, without unnecessary damage, in sections or pieces that may be readily
transported by the City of Fort Collins, or as directed by the Engineer. The Contractor shall be held responsible
for the safekeeping of all salvable materials during the period of the Contract until they are delivered to the City.
The Contractor shall make good or replace at his own expense any such materials damaged, stolen or otherwise
lost prior to receipt by the City. All salvable materials, as designated on the plans, shall remain the property of the
City.
Subsection 202.04 shall include the following:
Removal of the traffic signal equipment shall include signal poles (without luminaries), pedestal poles, span wire
cable, all attachment hardware, attached signs, and all incidental equipment, except as noted on plans. All existing
pull boxes shall be removed and backfilled. All wiring shall be removed from existing conduit and the conduit
shall be abandoned in place.
-35-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
REVISION OF SECTION 202
Subsection 202.12 shall include the following:
Pay Item Pay Unit
Removal of Traffic Signal Equipment Lump Sum
REMOVAL OF STRUCTURES AND OBSTRUCTIONS
Section 202 of the Standard Specifications is hereby revised for this project as follows:
Subsection 202.01 shall include the following:
Areas and removal items include but are not limited to:
1. Gasamat fuel price sign in the northeast corner of intersection
Subsection 202.02 General shall include the following:
Contractor shall contact property owner to coordinate termination of power to the sign prior to removal.
Caissons shall be removed two feet below finished grade level.
Contractor will protect and avoid items and areas that are not to be removed as a part of this project.
Contractor is responsible for damage to areas and items that are not a part of the project and will coordinate
with owner for repair or replacement at no cost to the project.
Subsection 202.02 shall include the following:
At least 5 days before beginning the removals the Contractor shall submit to the Engineer details of the
removal operations showing the methods and sequence of removals.
Subsection 202.12 shall include the following:
-36-
•
•
INDEX
CONTRACT
ITEM NO.
CONTRACT REM
UNIT
ROADWAY
PROJECT
TOOK(
MOT
THMT
PLAN
AS CONST.
805.00040 41NCH
PERFORATED PIPE UNDERORAIN
LF
194
194
805-85000 SURFACE
SAND FILTER
SF
158
158
607.11530 FENCE
(SPECIAL)
LF
210
210
608.00006
CONCRETE SIDEWALK (6 INCH)
BY
1398
1398
608-00010
CONCRETE CURB RAMP
BY
313
313
SDO.21010
CURB 6 GUTTER TYPE 2 (SECTION 1.8)
LF
1084
1084
B00-21020
CURB 8 GUTTER TYPE 2 (SECTION II.0)
LF
2130
2136
ODO.21021
CURB & GUTTER TYPE 2 (SECTION 11-M)
LF
297
297
609-20010
CURB TYPE 2(SECTION B)
LF
220
220
60940130
CURB MEDIARSPECIAL)
LF
411
411
614-80321
BARRICADE (TYPE 3 MA)
EA
1
1
61940480 6
INCH PLASTIC PIPE
LF
36
36
619-75048 6INCH
GATE VALVE
EA
2
2
619.78048 61NCH
FIRE HYDRANT
EA
2
2
621-00450
DETOUR PAVEMENT
BY
983
983
623-00000 IRRIGATION
SYSTEM
LS
1
1
023-00002 21NCH
PLASTIC PIPE (IRRIGATIONSLEEVE)
LF
900
900
623-00804 41NCH
PLASTIC PIPE (IRRIGATIONSLEEVE)
LF
375
375
626-0000
MOBILIZATION
LS
1
1
630-00000
FLAGGING
HOUR
12DO
1200
630-00007
TRAFFIC CONTROL INSPECTION
DAY
39
39
630-00012
TRAFFIC CONTROL MANAGEMENT
DAY
96
96
630-10005
TRAFFIC CONTROL
LS
1
1
630-80359
PORTABLE MESSAGE SIGN PANEL
DAY
10
10
630-803TO
CONCRETE BARRIER TEMPORARY
IF
600
60D
700-70010
F/A MINOR CONTRACT REVISIONS
FA
1.0
700.70011
F/A PARTNERING
FA
1.0
700-70016
F/A FUEL COST ADJUSTMENT
FA
1.0
700-70019
F/A ASPHALT CEMENT COST ADJUSTMENT
FA
1.0
700-70380
F/A EROSION CONTROL
FA
1.0
7DO.70021
F/A ON THE JOB TRAINING
HR
320
320
Print Dote: 6/4/2015
o
Sheet Revisions
'
City of
Fort Collins
Region 4 LHN ��
1420 Second Street
Oreetvy� CO 80631
Phone: 970-350-2126
As Constructed
SUMMARY AN
APPROXIMATE QUANTITIES
Project No./Code
File Nome: tW77.S0AD.46e
,��.�,:
Comments
hit.
"o Revisions:
STU N455-108
Ndrii. SOOIe: 1:10 Yert. SCOIY. AD Noted
unit Inlormothm unit Leader I.R.."
Revised:
Void:
Oew.er: BSH
51.ucture
I8877
0etolkr. Ows
�rneere
o w�lo�"
&COMPANY 3 1 :asu Y'
' '
(�
Sheet Number it
Sheet Subset: SOAO
Subset Steels: } of }
81251nlameotlon Improvements m Vine 0 Shields Page 21 of 31
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
REVISION OF SECTION 202
Payment shall be made at the contract unit price.
Pay Item
Removal of Sign (Special)
Unit
Each
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
REVISION OF SECTION 207
TOPSOIL (SPECIAL)
Section 207 of the Standard Specifications is hereby revised for this project as follows:
Subsection 207.01 shall be revised to include the following:
The Contractor will have the option to either purchase amended topsoil that meets the following requirements or
mix the existing material on -site to meet the requirements. If mixed on site, this work shall consist of using the
onsite stockpiled topsoil and mixing with the required imported soil amending material to produce the standard
75/25 topsoil mix material. This material shall be placed in the designated landscape medians and parkway areas
indicated on the plans.
Subsection 207.02 shall include the following:
Topsoil for this project shall consist of loose friable loam amended with organic enhancements.
A. Amended Topsoil Onsite shall have the following characteristics:
Shall have a range of three to four percent organic matter as determined by the ignition of moisture free sample
dried to determine loss in accordance with current methods of the Association of Official Agriculture
Chemists.
Shall have a pH between 6.5 to 8.0.
Sodium Absorption Rate (SAR) and Electrical Conductivity (EC) readings are not to exceed three
mmhos/cm.
Particle Sizes: Topsoil shall be loam to sandy loam.
Must be weed free at the time of spreading operations. This can be achieved by following subsection 217.03
B. Soil Amendment:
Onsite amended topsoil - Material brought to the site for amendment process shall meet the amendments at the
following rate:
3 cubic yards per 1,000 square feet of organic amendment
The organic amendment shall include the following:
An organic product containing a mixture of composted cow or sheep manure and wood residue that has been
aerobically and naturally processed in such a manner as to maintain a consistent temperature of 60 degrees
Celsius (140 degrees Fahrenheit) or greater for a period of time that is long enough to accomplish the
following specifications:
The windrows of composted organic amendment (cow or sheep manure) have to be composted for 70 to 90
days. Certification must be provided to prove the product has gone through this process.
5131
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
2. Eradicate harmful pathogens, including coliform bacteria.
3. Create a carbon to nitrogen ratio of no less than 15/1 to 25/1
4. Contain no solid particle greater than'/2 inch in diameter.
5. Have a non -offensive smell similar to fresh turned soil.
6. Contain no significant level of dirt or soil and contain a maximum of 30 percent composted wood residue
(pine or aspen wood).
-2-
REVISION OF SECTION 207
TOPSOIL (SPECIAL)
The ph after composting shall be between 5.0 and 7.5 with an organic matter content of no less than 30
percent. The Contractor shall submit a 2 lb. Sample of the product four weeks before its use on the
project site revision for the Engineer's approval. A Certificate of Compliance shall be provided to the
Engineer to verify the organic matter content, pH and carbon matter to nitrogen ratio.
The Contractor shall submit two samples of topsoil to a soils laboratory for analysis. The cost of the test shall
be at the Contractor's expense. The results will be submitted to the Engineer for review at least 60 days prior to
placement. Based on the results, the Engineer can request soil amendments appropriate to have topsoil conform
to these specifications at no cost to the project. The organic amendment shall be an organic product containing
a mixture of composted cow or sheep manure and wood residue that has been aerobically and naturally
processed in such a manner as to maintain a consistent temperature of 140 degrees. Fahrenheit or greater for a
period of time of 70 to 90 days, and be approved by the Engineer.
Subsection 207.03 shall include the following:
All areas planted behind the curb (parkway area) shall have the top 8 inches of soil tilled. Upon completion of
tilling, the Contractor shall disk soil so as to break up all dirt clods to a size of two inches or smaller.
Topsoil placement shall occur immediately after disking is complete. All areas shall be seeded or temporarily
stabilized within seven calendar days after topsoil placement is completed.
Spread topsoil over all areas to be planted with shrubs, to a depth of three inches. Spread topsoil over all
areas to receive sod, to a depth of four inches. Begin placement after all rough grading, tilling, and
disking operations are complete.
Ten days before notice to proceed, Contractor shall submit a weed mitigation plan t the Engineer for approval.
This plan shall include a graphic time line showing milestone and completion dates of herbicide treatment,
topsoil stockpiling, topsoil spreading and all seeding and planting times.
Delete Subsection 207.04 and replace with the following:
Topsoil salvaged from the roadway placed in stockpile shall paid by the cubic yard per plan quantity as Stockpile
Topsoil.
Topsoil special shall be measured in place by measuring random depths of topsoil, and computing the volume by
multiplying the area times the average depth. Topsoil special includes the amended material secured from a source
outside the right-of-way, mixing the stockpiled topsoil material with the amended material to meet the
requirements for an approved 75/25 mix, and placing in the designated areas.
-39-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
Subsection 207.05 shall include the following:
Payment will be made under:
Pay Item
Topsoil (Special)
Pay Unit
Cubic Yard
Tilling and disking operations will not be paid for separately, but shall be included in the work. Organic
amendment will not be paid for separately but shall also be included in the work.
REVISION OF SECTION 208
EROSION CONTROL
Section 208 of the Standard Specifications is hereby revised for this project as follows:
Section 208.01 of the Standard Specifications is hereby revised for this project to include the following:
Any loss of time or materials related to erosion shall be the sole responsibility of the Contractor. Any damage to
surrounding properties or facilities (either on site or off site) related to erosion caused by construction of this
project, will be the sole responsibility of the Contractor.
Subsection 208.05 shall include the following:
It shall be the responsibility of the Contractor to ensure that all roadways near the project are kept clean of
construction debris.
Section 208.12 shall include the following:
All erosion control measures identified in the Contract and as directed by the Project Manager will not be measured
and paid for separately but will be the plan quantities. The unit cost price bid will be full compensation for all
work required to complete the item.
-40-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
REVISION OF SECTION 210
VALVE BOX AND MANHOLE ADJUSTMENTS
Section 210 of the Standard Specifications is hereby revised for this project as follows:
Subsection 210.10 shall include the following:
The Contractor shall notify each utility company (Owner) prior to any construction that will involve the
adjustment of its valve boxes or manholes.
Each Owner will mark all of its valve boxes and manholes that will be involved in the specified construction area
Prior to commencing construction, the Contractor shall coordinate and conduct, with the Engineer and each Owner,
an inspection of all impacted manholes and valve boxes. The purpose of this inspection will be to account for all
valve boxes and manholes involved in the construction and determine their accessibility and condition. The
Contractor shall provide traffic control for this inspection and for the final inspection. The Contractor shall
coordinate construction with the Owner to allow sufficient time for the Owner to make all necessary repairs to, or
supply replacements for valve boxes and manholes before construction begins in the area of the valve boxes and
manholes. All parties shall agree on the condition of each valve box and manhole prior to construction.
The Contractor shall replace all valve box sections damaged or misplaced during construction with new valve box
sections complying with the requirements of the Owner's specifications. The Contractor shall set each valve box
to be adjusted so that it is '/4 inch to '/z inch below the final grade of the paved surface, or to the satisfaction of the
Owner, and so that it is plumb over the operating nut of the valve.
The Contractor shall replace all manhole sections damaged or misplaced during construction with new manhole
ring and cover complying with the requirements of the Owner's specification. The Contractor shall adjust each
manhole so that it is ''A inch to % inch below the final grade of the paved surface, or to the satisfaction of the
Owner. Some adjustments may require the addition, removal, or replacement of a manhole or cone section. If
manhole adjustment requires a manhole cone or barrel section to be added, removed, or replaced, this work will
not be considered as "Adjust Manhole", but shall be performed in accordance with the Section 210 requirements
for the item "Modify Manhole".
The Contractor shall prevent tools, concrete, dirt, or debris of any kind from falling into the channel of the existing
manhole. The Contractor shall clean or remove debris from downstream sewer that enters as a result of the
Contractor's work.
When the project includes planing prior to resurfacing, the Contractor shall first lower all valve boxes and
manholes below the surface to be planed and then adjust them up to final grade after the paving operation is
complete.
Prior to the final inspection, the Contractor shall thoroughly clean all valve boxes designated for cleaning. This
work shall be performed in accordance with the Section 202 requirements for the item "Clean Valve Box".
The Contractor shall coordinate and conduct, with the Engineer and each Owner, a final inspection upon completion
of construction. This inspection shall assure that all valve boxes and manholes are in compliance with these
requirements. The Engineer will obtain the Owner's written approval before accepting the work.
-2-
REVISION OF SECTION 210
-41-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
VALVE BOX AND MANHOLE ADJUSTMENTS
Subsection 210.12 shall include the following:
The Contractor will be paid separately for each valve box or manhole adjustment completed down and for each
adjustment completed up.
Subsection 210.13 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Adjust Valve Box Each
Adjust Manhole Each
Adjustments that include adding, removing, or replacing a manhole cone or barrel section will be paid for under the
Section 210 pay item, Modify Manhole.
-42-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
REVISION OF SECTION 210
MODIFY MANHOLE
Section 210 of the Standard Specifications is hereby revised for this project as follows:
Subsection 210.01 shall include the following:
Modify manhole consists of adding or removing manhole sections to raise or lower the existing manhole to
the proposed grade lines established by roadway construction, rotating the eccentric cone so that the ring
and cover is located as indicated on the plans (if necessary).
Subsection 210.02 shall include the following:
Modification of manhole shall be done in accordance with the requirements of the utility company's
(Owner's) current details and specifications.
The Contractor shall, as necessary to meet the final grades shown in the plans:
Remove the portion of the existing manhole to the top of the barrel;
Add or remove barrel sections to the required height;
Add or remove eccentric cones to the required height;
Rotate the eccentric cone so that the ring and cover is located as indicated on the plans;
Add additional steps as required and remove existing steps that are no longer functional.
Reset the manhole ring and cover to the finished grade. If the ring and cover is damaged or misplaced or
in the opinion of the Engineer cannot be reused, provide a new manhole ring and cover complying with the
Utility Owner's specifications.
Upon completion the Contractor shall coordinate and conduct, with the Engineer and the Owner, an
inspection of each modified manhole. The Contractor shall provide traffic control for this inspection.
The Engineer will obtain the Owner's inspection and written approval before accepting the work.
Subsection 210.12 shall include the following:
Modify Manhole will be measured by the actual number modified and accepted.
Subsection 210.13 shall include the following:
Pay Item
Modify Manhole
Pay Unit
Each
Payment for Modify Manhole will be full compensation for all work and material required to complete the item.
Structure excavation and structure backfill required for "Modify Manhole" will not be measured and paid for
separately but shall be included in the work.
-43-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
REVISION OF SECTION 213
MULCHING
Section 213 of the Standard Specifications is hereby revised for this project as follows:
Add the following to Subsection 213.01:
This work consists of furnishing and placing Mulching (Wood Chip) in areas indicated on the plans.
This work consists of furnishing and placing Mulching (Decorative) in areas indicated on the plans.
This work consists of furnishing and placing Rock Mulch (Weed Free) in areas indicated on the plans. This
work consists of furnishing and placing Landscape Boulder in areas indicated on the plans.
Add the following to Subsection 213.02:
Mulching (Wood Chip) shall be shredded western red cedar. A sample shall be submitted to the Engineer for
review and approval.
Mulching (Decorative) shall consist of 50% - 3/4"" and 50% - 1 1/2" earth tone cobble rounded river rock. A
sample shall be submitted to the Engineer for review and approval.
Rock Mulch (Weed Free) shall consist of 50% - 2" to 4" and 50% - 4" to 6" earth tone cobble rounded river rock. A
sample shall be submitted to the Engineer for review and approval.
Landscape Boulder shall consist of varying types and sizes of boulders as described in the plans and details.
Contractor to provide photos of each boulder type and size to the Engineer for preliminary approval. The
Engineer and Contractor to visit the selected supplier prior to shipment to review and approve pre -selected
landscape boulders organized by size and type.
Add the following to Subsection 213.03:
Mulching (Wood Chip). The Contractor shall excavate 4" as necessary to install Mulching (Wood Chip).
Mulching (Wood Chip) operations shall not begin until the underlying surface has been prepared. Mulching
(Wood Chip) shall be placed without landscape weed barrier fabric to a uniform depth of 4 inches in locations as
indicated on the plans or as designated by the Engineer. Mulching (Wood Chip) shall also be placed in all tree
and shrub saucers where plantings occur in sod areas and/or various types of rock and cobble mulch areas.
Mulching (Decorative). The Contractor shall excavate 4" as necessary to install Mulching (Decorative).
Mulching (Decorative) operations shall not begin until the underlying surface has been prepared. Mulching
(Decorative) shall be placed over landscape weed barrier fabric to a uniform depth of 4 inches in locations as
indicated on the plans or as designated by the Engineer.
-2-
-44-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
REVISION OF SECTION 213
MULCHING
Rock Mulch (Weed Free). The Contractor shall excavate 4" as necessary to install Rock Mulch (Weed Free).
Rock Mulch (Weed Free) operations shall not begin until the underlying surface has been prepared. Rock Mulch
(Weed Free) shall be placed by hand over landscape weed barrier fabric to a uniform depth of 4" for smaller cobbler
and a uniform depth of 6" (4" below and 2" above grade) for larger cobble in locations as indicated on the plans or
as designated by the Engineer. Place Rock Mulch (Weed Free) with a balance of colors and a random mixture of
sizes.
Landscape Boulder. The Contractor shall install Landscape Boulders as indicated in the plans and details.
Contractor shall stake boulder locations for review and approval by the Engineer prior to installation. Croce the
landscape boulders are placed by the Contractor, the Engineer shall provide final approval of the locations prior to
backfil ling.
Add the following to Subsection 213.04:
The quantity of Mulching (Decorative), Rock Mulch (Weed Free) and Landscape Boulder will not be measured but
shall be the quantity designated in the contract.
Add the following to Subsection 213.05:
Pay Item Pay Unit
Mulching (Wood Chip) Cubic Foot
Mulching (Decorative) Cubic Foot
Rock Mulch (Weed Free) Square Foot
Landscape Boulder Each
Any excavation related to the installation of Mulching (Wood Chip), Mulching (Decorative), Rock Mulch (Weed
Free) and Landscape Boulder will not be measured and paid for separately but shall be included in the work.
REVISION OF SECTION 214
PLANTING
Section 214 of the Standard Specifications is hereby revised for this project as follows:
DESCRIPTION
Subsection 214.01 shall include the following:
This work also consists of a Landscape Maintenance period.
MATERIALS
Subsection 214.02 shall include the following:
-45-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
Plant List. A plant list is provided on the plans. Quantities shown on the list are for information only. Contractor
shall be responsible for verifying quantity takeoffs as shown on the drawings. In the event of a discrepancy
between quantities shown on the plant list and quantities depicted on the plans, the quantities depicted on the
plans shall govern.
Guying and Staking. Material includes 14AWG wire with 1 /2"x12" PVC sleeves and stake protection cap per each
stake.
CONSTRUCTION REQUIRMENTS
Subsection 214.04
Landscape Establishment.
The duration of the Landscape Establishment period shall be twenty-four (24) months and will commence upon
receipt of Notice of Substantial Completion from the Engineer.
If Notice of Substantial Landscape Completion is issued during the spring planting season, the Landscape
Establishment period begins immediately and lasts for a period of twenty-four (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 (April 1') and lasts for a period of twenty-four (24) months.
After all planting on the project is complete, a plant inspection shall be held including the Contractor, Engineer,
CDOT and the Landscape Architect to determine acceptability of plant material. During inspection, an inventory
of rejected, dead or dying material will be made, and corrective and necessary cleanup /replacement measures will
be determined.
From the time of installation, during construction, and throughout the Landscape Establishment Period, the
Contractor shall maintain plant material, sodded and seeded areas in a healthy and vigorous growing condition, and
ensure the successful establishment of vegetation.
-2-
REVISION OF SECTION 214
PLANTING
During the Landscape Establishment Period, the Contractor shall water, cultivate, and prune the plants, and repair,
replace or re -adjust guy material, stakes and posts. The Contractor will provide weekly mowings, grass trimming, a
minimum of three (3) fertilizations per year (six (6) total over the source of the 24 month Landscape Establishment
Period), and remove grass clippings from the projects hard surfaces. The Contractor shall also remove weeds from
planting beds and tree area saucers on a monthly basis during the growing season, maintain specified depths of
mulching material annually and fertilize trees via a root feeder during the spring of each growing season (two (2)
times).
-46-
TABULATION OF SURFACING ITEMS
STATION
PAVEMENT
AREA
304-08000
403-00721
403-33741
40344761
41240800
41240801
412-00801
41240801
412-00850
412-00870
AGGREGATE BASE
COURSE (ABC)
(CLAS88)
ATCHINHOTIAASPHALT
(PATGHING)(ABPHALT)
NOT MIX ASPHALT
(GRADINGS)(78)
(PG 64-22)
HOT FAX ASPHALT
(ORADINGS)(75)
(PG64.28)
CONCRETE
PAVEMENT
(8.0 INCH)
CONCRETE PAVEMENT
(SPECIAL)
D VISC COLOR
(DAVIS TILE
RED 1117)
CONCRETE PAVE(DAVIS
COLOR OMAHATAN 6084)
COLOR OMAHA TAN 608
INCH)(TEPAVEMENT (9
COLOR COCOA B130)
ICOLO COCOA
CONCRETE
PAVEMENT
(8.61NCH)
CONCRETE
PAVEMENT
(BA TRACK],
TRACK)
ALIGNMENT
BEGIN
END
SF
Ton
TON
Ton
Ton
BY
SY
BY
SY
BY
BY
VINE
29.94.36
TO
30+10.92
190.70
8.0
VINE
30-16.92
TO
32-35.75
8.511.39
3332
700.3
236A
VINE
30+22.15
TO
30+70.18
1061.88
118.0
VINE
32+35.75
TO
32.43.90
509.79
193
88.6
VINE
32+38A0
TO
32+96.40
314.53
34.9
VINE
32+40M
TO
32+88.03
230.97
26.7
VINE
33+63.01
TO
34.06.19
192.72
222
VINE
33.99.86
TO
34.07.93
4119,42
16A
$22
VINE
34.07.53
TO
36+56.93
4,748.95
192.9
3952
131.9
VINE
34M4.D6
TO
34+86.16
19221
202
VINE
34+46.54
TO
34.43.02
5492
5.1
VINE
34+49.73
TO
34-97.66
633.24
592
SHIELDS
7+94.97
TO
9+00.67
0,292A7
242A
52"
1742
SHIELDS
9+00.67
TO
9+0894
493.71
1B.6
66A
SHIELDS
9408.64
TO
10-6227
10,967.60
494.3
816A
3052
SHIELDS
10462.27
TO
10+70.32
470.90
17.9
52.3
SHIELDS
10+70.32
TO
11+68.32
3,34DA2
130.7
278A
92.8
SHIELDS
11-60.97
TO
11-99.19
685.74
762
SHIELDS
11+66J2
TO
19+16A3
21,742.87
467.7
7304
266J
SHIELDS
11+92.34
TO
12+40.36
795.00
66.3
SHIELDS
1340396
TO
13+30.86
383.67
42.6
SHIELDS
14450.01
TO
11e87,01
390All
42.3
CENTER ISLAND TRUCK APRON
177.E
12"
NE MINOR RETAINING WALL
10.1
PROJECTTOTALS
1964.1
15.9
730.0
265.7
426.6
216.6
286.9
126.3
2823A
941.1
Print Dale: 6/5/2015
o
C�
Sheet Revisions
�e4��
B city of
Fort Collins
Region 4 LHN /�
1420 Serene Street
Creeey, Cc 90631dCOMP1NY
Phone: 970-350-2126
As Constructed
VINE & SHIELDS
TABULATION OF SURFACING
Project No./Code
File Nome: 18877-Rooesa tap Sheels.L n
00te:
Comments
Irvi.
No Revisions:
$TU M455-108
Horb,. Scale: 1:10 Vert. Stale: Ae Net"
Unit Information Unit Leader Iniliols
Ravlsee:
D.i,nen BSH
Slru.Wn
18877
Delailer: OW$
NumOerc
WWRAWKim 1.s
pp��es•
rei ,:
Vaio:
Sheet Number 27
Sheet Subsea RDWY TAB
Subset Wets: I of 4
8125 Intersection Improvements el Vine 8 Shields Page 22 of 31
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
Dead, dying or rejected material shall be removed each month during the Landscape Establishment Period as
directed by the Engineer or City Forester. 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 original contract specifications and is subject to all requirements specified for the original
material. Plant replacement shall be at the Contractor's expense.
Subsection 214.04
Delete paragraphs 5 and 6 and replace with the following:
The trees planted by the Contractor shall be watered twice per month at the rate of twenty (20) gallons per tree per
watering for the months May through October during the twenty-four (24) month Landscape Establishment Period,
or as needed, and the trees shall also be watered once per month at the rate of twenty (20) gallons per tree for the
months November through April during the twenty-four (24) month Landscape Establishment Period, or as needed.
The shrubs planted by the Contractor shall be watered twice per month at the rate of five (5) gallons per shrub per
watering event for the months May through October during the twenty-four (24) month Landscape Establishment
Period, or as needed, and the shrubs shall also be watered once per month at the rate of five (5) gallons per shrub for
the months November through April during the twenty-four (24) month Landscape Establishment Period, or as
needed.
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.
METHOD OF MEASUREMENT
Subsection 214.05 shall include the following:
Soil material for tree, shrub, ornamental grass and perennial backfill mix, guy, webbing, tree stakes, protective
caps and PVC pipe sleeve and wrap for trees, will not be measured and paid for separately but shall be included in
the work.
-3-
REVISION OF SECTION 214
PLANTING
BASIS OF PAYMENT
Subsection 214.06
Delete the fifth paragraph and replace with the following:
The initial watering during the planting of trees and shrubs will not be paid for separately, but shall be included in
the price of the work.
Watering of trees and shrubs after receipt of the Notice of Substantial Landscape Completion will not be measured
and paid for separately but shall be included in the work.
-47-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
Water used for the Landscape Establishment Period will not be measured and paid or separately but shall be
included in the work.
Subsection 214.06
Delete the seventh paragraph including item (1) and (2), and the last paragraph of the subsection. Payment
will be made under:
Pay Item Pay Unit
Landscape Maintenance (24 months) Lump Sum
REVISION OF SECTION 304
AGGREGATE BASE COURSE
Section 304 of the Standard Specifications is hereby revised for this project as follows:
Subsection 304.02 shall include the following:
Materials for the base course shall be Aggregate Base Course (Class 6) as shown in subsection 703.03
Subsection 304.08 shall include the following:
Pay Item Pay Unit
Aggregate Base Course (Class 6) Ton
Compaction, water, impervious membrane, excavation, and removal of unsuitable material and all other work
necessary to complete this item will not be measured and paid for separately but shall be included as part of the
work.
-48-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
REVISION OF SECTION 403
HOT MIX ASPHALT
Section 403 of the Standard Specifications is hereby revised for this project as follows:
Subsection 403.02 shall include the following:
The design mix for hot mix asphalt shall conform to the following:
TABLE 403-1
Value For Grading
Test
Property
Method
SX (100)
S (75)
(Patching)
Air Voids, percent at:
CPL 5115
3.5 — 4.5
N (design)
3.5 — 4.5
3.5 — 4.5
Lab Compaction (Revolutions):
CPL 5115
100
N d
(design)
75
75
Stability, minimum
CPL 5106
28
28
28
Minimum % of the aggregate
retained on the 4.75 mm (No. 4)
sieve having at least 2
CP 45
60
60
60
mechanically induced fractured
faces
Accelerated Moisture Susceptibility
CPL 5109
Tensile Strength Ratio (Lottman),
Method B
80
80
80
minimum
Minimum Dry Split Tensile
CPL 5109
205 (30)
205 (30)
205 (30)
Strength, kPa (psi)
Method B
Grade of Asphalt Cement, Top
PG 64-22
Layer
Grade of Asphalt Cement, Layers
PG 64-22
PG 64-22
below Top
Voids in the Mineral Aggregate
See Table
See Table
See Table
(VMA) % minimum
CP 48
403-2
403-2
403-2
Voids Filled with Asphalt (VFA), %
AI MS-2
65-80
65-80
65-80
Dust to Asphalt Ratio
Fine Gradation
CP 50
0.6 - 1.2
0.6 - 1.2
0.6 - 1.2
Coarse Gradation
0.8 - 1.6
0.8 - 1.6
0.8 - 1.6
-49-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT - APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
Note: Al MS-2 = Asphalt Institute Manual Series 2
Note: The current version of CPL 5115 is available from the Region Materials Engineer.
Note: Mixes with gradations having less than 40% passing the 4.75 min (No. 4) sieve shall
approached with caution because of constructability problems.
Note: Gradations for mixes with a nominal maximum aggregate size of one -inch or larger are
considered a coarse gradation if they pass below the maximum density line at the #4
screen.
Gradations for mixes with a nominal maximum aggregate size of 3/4 inch or smaller are
considered a coarse gradation if they pass below the maximum density line at the #8
screen.
-2-
REVISION OF SECTION 403
HOT MIX ASPHALT
All mix designs shall be run with a gyratory compaction angle of 1.25 degrees and properties must satisfy Table
403-1. Form 43 will establish construction targets for Asphalt Cement and all mix properties at Air Voids up to
1.0 percent below the mix design optimum
Table 403-2
Minimum Voids in the Mineral Aggregate (VMA)
Nominal
***Design Air Voids **
Maximum Size*,
mm (inches)
3.5%
4.0%
4.5%
5.0 /" )
37.5 (1'/z)
11.6
11.7
11.8
25.0(1)
12.6
12.7
12.8
19.0(3 4)
13.6
13.7
13.8
N/A
12.5 (%2)
14.6
14.7
14.8
9.5 (%)
15.6
15.7
15.8
4.75 (No. 4)
16.6
16.7
16.8
16.9
* The Nominal Maximum Size is defined as one sieve
larger than the first sieve to retain more than 10%.
** Interpolate specified VMA values for design air voids
between those listed.
*** Extrapolate specified VMA values for production air
voids beyond those listed.
-50-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
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.
The hot mix asphalt top layer shall not contain any reclaimed or recycled asphalt pavement.
Hot mix asphalt for patching shall conform to the gradation requirements for Hot Mix Asphalt (Grading S) (100).
To prevent stripping, 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 at the location specified in Method B of CP-41.
Subsection 403.03 shall include the following:
The Contractor shall construct the work such that all roadway pavement placed prior to the time paving operations
end for the year, shall be completed to the full thickness required by the plans. The Contractor's Progress Schedule
shall show the methods to be used to comply with this requirement.
3-
REVISION OF SECTION 403
HOT MIX ASPHALT
Delete subsection 403.05 and replace with the following:
403.05 The accepted quantities of hot mix asphalt will be paid for in accordance with subsection 401.22, at the
contract unit price per ton for the bituminous mixture.
Payment will be made under:
Pay Item Pay Unit
Hot Mix Asphalt (Patching) (Asphalt)
Ton Hot Mix Asphalt (Grading S) (75) (PG 64-22)
Ton
Hot Mix Asphalt (Grading SX) (100) (PG 64-22) Ton
Aggregate, asphalt recycling agent, additives, hydrated lime, and all other work necessary to complete each hot mix
asphalt item will not be paid for separately, but shall be included in the unit price bid. When the pay item includes
the PG binder grade, the asphalt cement will not be measured and paid for separately, but shall be included in the
work. When the pay item does not include the PG binder grade, asphalt cement will be measured and paid for in
accordance with Section 411. Asphalt cement used in Hot Mix Asphalt (Patching) will not be measured and paid
for separately, but shall be included in the work.
Excavation, preparation, and tack coat of areas to be patched will not be measured and paid for separately, but shall
be included in the work.
-51-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
REVISION OF SECTION 412
PORTLAND CEMENT CONCRETE PAVEMENT
Section 412 of the Standard Specifications is hereby revised for this project as follows:
Subsection 412.03 shall include the following:
Concrete (8 Inch) & Concrete Pavement (8.5 Inch): Concrete shall be Class "P" concrete. Concrete for Fast
Track shall be Class "E" concrete. The unit price shall include the entire cost of the installation. Price will
include saw cutting, furnishing and installing dowel bars and keyways; supplying, forming, placing, finishing,
and edging the concrete surface; curing and sealing materials, joint materials and sealers.
Concrete Pavement (8 Inch) (Special) (Color): Concrete crosswalks, exterior and interior truck aprons shall
be Class "P" concrete. The concrete shall be integrally colored with the required lbs. of Davis Color per sack
of cement, with color and location as indicated in the plans. The surface of the concrete crosswalks, exterior,
and interior truck aprons shall be sealed and protected from drying with Davis W-1000 Clear Cure and Seal
(or approved equal). The unit price shall include the entire cost of the installation. Price will include saw
cutting, furnishing and installing dowel bars and keyways; supplying, forming, placing, finishing, stamping
and edging the concrete surface; curring and sealing materials, joint materials and sealers; texturing
equipment.
Contractor shall provide up to three mock-up slabs of each colored concrete paving. Finished products that do not
match the approved test slab shall be removed and replaced by the Contractor at no cost to the Owner.
Subsection 412.03 shall include the following:
Driveway approaches shall be class P concrete in accordance with Section 601 and shall be installed in accordance
with details 706 and 707 as shown on the plans.
Subsection 412.18 shall include the following:
The Contractor shall cut the transverse and longitudinal joints to the width and depth required. The cut shall be
made with a power drive saw equipped with diamond blades. The residue from sawing shall be removed from the
pavement by the Contractor. The material shall be removed at the time of the sawing operation using equipment
designed for that purpose. Any damage to the concrete pavement such as spalling or fracturing shall be repaired
by the Contractor as directed by the Engineer at no cost to the project. The joints shall be immediately flushed
with water to remove any sawing residue.
Cleaning, repairing, and proper curing of any spills, fractures, breaks, or voids in the concrete surface of the joints
shall be accomplished prior to installing the backer rod material or joint sealant.
The backer rod shall be placed in such a manner that the grade for the proper depth of the seal material is
maintained.
-52-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
-2-
REVISION OF SECTION 412
PORTLAND CEMENT CONCRETE PAVEMENT
Subsection 412.24(a) shall include the following:
Pay Item
Pay Unit
Concrete Pavement (8 Inch) Square Yard
Concrete Pavement (8 Inch) (Special) (Color) Square Yard
Concrete Pavement (8.5 Inch)
Square Yard Concrete Pavement (8.5 Inch) (Fast Track)
Square Yard
The price of all pay items shall be full compensation for furnishing and placing all materials including test slabs,
and demolition of test slabs, excavation, concrete, color additives, stamp mold, forms, joint materials,
reinforcement, tooling and finishing.
-53-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
REVISION OF SECTION 412
PORTLAND CEMENT CONCRETE PAVEMENT (WARRANTY)
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 mid point of the slab, half the panel can be removed and replaced. If the
damage extends past the mid point 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 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
-54-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
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.
-2-
REVISION OF SECTION 412
PORTLAND CEMENT CONCRETE PAVEMENT (WARRANTY)
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.
Cost of the two year warranty will be incidental to the placement of all concrete pavement.
-55-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
REVISION OF CDOT SECTION 504
CRIBBING
Section 504 of the Standard Specifications is hereby revised for this project as follows:
Add the following to Subsection 504.01:
This work consists of furnishing and installing Stone Landscape Wall in areas indicated on the plans.
Add the following to Subsection 504.02:
Stone Landscape Wall shall consist of varying types and sizes of stone boulders as described in the plans and
details. Contractor to provide photos of typical boulder to the Engineer for preliminary approval. The Engineer and
Contractor to visit the selected supplier prior to shipment to review and approve pre -selected boulders to be used to
construct the retaining wall.
Add the following to Subsection 504.03:
Stone Landscape Wall. The Contractor shall install Retaining Wall (Boulder) as indicated in the plans and details.
Contractor shall stake retaining wall alignment for review and approval by the Engineer prior to installation.
Once the stone boulders are placed by the Contractor, the Engineer shall provide final approval of the
alignment prior to backfilling.
Add the following to Subsection 504.05:
Pay Item Pay Unit
Stone Landscape Wall SF
Any labor and materials related to the installation of Stone Landscape Wall will not be measured and paid for
separately but shall be included in the work.
REVISION OF SECTION 605
BIORETENTION SAND MEDIA
Section 605 of the Standard Specifications is hereby revised for this project as follows:
Subsection 605.01 shall include the following:
This work consists of installing bioretention sand media, including pea gravel, as permanent water quality treatment,
in accordance with these specifications and in accordance with the lines and grades shown in the plans.
Subsection 605.02 shall include the following:
Materials for bioretention sand media shall meet the following requirements:
-56-
TABULATION OF ROADWAY ITEMS SHEET 1 OF 2
ALIGNMENT
SIDE
STATION TO STATION
608.00006
608-00010
809.20010
809.21010
609.21020
609-21021
609-40130
601-03000
602.00000
007-11530
CONCRETE
SIDEWALK
(B INCH)
CONCRETE
CURB RAMP
(SECTION B)
SECTION B)
CURB &
GUTTERTYPEI-B)
(Section l•8)
CURB 8
GUTTER TYPE
(Seconn ll-B)
CURB 8
GUTTER TYPE
2
(Sacdon ll-M)
CURB
(MEDIAN
(SPECIAL)
CONCRETE
CLASS
REINFORCING
STEEL
FENCE
(SPECIAL)
BY
BY
LF
LF
LF
LF
LF
CY
LB
LF
VINE
LT
30+16.82
TO
32+40.69
227.7
VINE
LT
30+16.89
TO
30+28.15
6.2
VINE
I RT
30+15.92
TO
32+42.08 1
220.5
VINE
RT
30+59.41
TO
31-09.64
26.0
30.1
VINE
RT
30+64.15
TO
32+23.68
118.4
VINE
RT
30+82.88
TO
32+25.71
124.9
VINE
LT
30+88.06
TO
31+47.18
35.0
39.8
VINE
MID
31+58.33
TO
32+34.76
160.1
VINE
MID
31+70.68
TO
32+33.27
1'54.1
VINE
LT
32+23.68
TO
32+44.16
222
13.7
VINE
RT
32+25.71
TO
32+41
21.8
11.8
VINE
LT
32+40.89
TO
33+00.75
76.2
VINE
RT
32+42.06
TO
32+9229
80.1
VINE
LT
32+43.26
TO
32+8D.32
34.9
VINE
MID
32+44.89
TO
32+57.54
54.6
VINE
RT
32+46.04
TO
32+57.73
10.1
VINE
MID
32-48.38
TO
32+56.04
45.2
VINE
LT
33+58.98
TO
34+97.66
1322
VINE
LT
33+59.28
TO
33+88.03
25.1
VINE
RT
33+82.82
TO
34+7528
141.0
VINE
MID
33+81
TO
33+98.88
59.6
VINE
LT
33+88.03
TO
34+18.35
18.6
VINE
MID
33+68.09
TO
33+97AI
48.8
VINE
RT
33+98.37
TO
34+48.84
75.6
VINE
RT
34+05.01
TO
34+13.96
4.7
VINE
MID
34+08.83
TO
34482.19
205.6
VINE
LT
34+18.35
TO
34+49.73
27.5
VINE
RT
34-M.64
TO
34+7828
25.7
VINE
RT
34+76.28
TOI
35+57.44
82.2
VINE
RT
34+78.28
TO
35+57.45
35.4
CENTRALISLAND
249.2
1 NSI DE TRUCK APRON
161.3
NE FENCE 8 MINOR RETAINING WALL
16.0
784,0
210.0
VINE DRIVE SUBSUMMARY
456.1
154.0
95.2
736.9
868.8
297.3
410.5
18.0
784.0
210.0
Sheet Revisions As Constructed VINE & SHIELDS Project No./Code
5neele4gn Data: Comments Init. e City of No Revisions: ROADWAY ITEMS I OF 2 STU M455-108
Vert. Scale: As Noted Fort Collins
Unit Leader Initials 4 LHN Region Designer: BSH Slruclma
1420 Second Street ��f``. Revisetl: IB877
0 Greeley Co 80631 -Wile': pWs INUmDer.
�^ r-) Phonvti'9]0-350-2126 void: Sheet Subsel: RDWY TAB Swn.t Vesls:2 If Sheet Number 22
8125 Intersedion Improvements at Vine 4 Shields rage [a or 31
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
A. Bioretention Sand Media (BSM) shall be uniformly mixed, uncompacted, free of stones, stumps, roots, or
other similar objects larger than two inches. No other materials or substances shall be mixed or dumped
within the bioretention area that may be harmful to plant growth or prove a hindrance to the facility's
function and maintenance.
B. BSM shall be free of plant or seed material of non-native, invasive species, or weeds.
C. Fully mixed BSM shall be tested prior to installation and meet the following criteria:
1. P-Index of less than 30
2. pH of 5.5-6.5. Should pH fall outside of the acceptable range, it may be modified with lime (to raise) or
iron sulfate plus sulfur (to lower). The lime or iron sulfate must be mixed uniformly into the BSM prior
to use in the bioretention facility.
3. Cation Exchange Capacity (CEC) greater than 10
4. Phosphorous (Phosphate, P205) not to exceed 69 ppm
5. BSM that fails to meet the minimum requirements shall be replaced at the Contractor's expense.
D. BSM shall be delivered fully mixed in a drum mixer. Onsite mixing of piles will not be allowed. Mixing of
the BSM to a homogeneous consistency shall be done to the satisfaction of the Owner.
E. BSM shall contain the following individual materials:
1. Sand - BSM shall consist of 60-70% sand by volume meeting ASTM C-33.
2. Shredded Paper - BSM shall consist of 5-10% shredded paper by volume.
i. Shredded paper shall be loosely packed, approximate bulk density of 50-100 Ibs/CY. ii.
Shredded paper shall consist of loose leaf paper, not shredded phone books, and shall be
thoroughly and mechanically mixed to prevent clumping.
3. Topsoil - BSM shall consist of 5-10%topsoil by volume.
i. Topsoil shall be classified as sandy loam, loamy sand, or loam per USDA textural triangle with
less than 5% clay material.
ii. Onsite, native material shall not be used as topsoil. iii. Textural analysis shall be performed on
topsoil, preferably at its source, prior to including topsoil in the mix. Topsoil shall be free of
subsoil, debris, weeds, foreign matter, and any other material deleterious to plant health.
-2-
REVISION OF SECTION 605
BIORETENTION SAND MEDIA
iv. Topsoil shall have a pH range of 5.5 to 7.5 and moisture content between 25-55%.
v. Contractor shall certify that topsoil meets these specifications.
4. Leaf Compost - BSM shall consist of 10-20% leaf compost by volume.
-57-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
i. Leaf compost shall consist of Class I organic leaf compost consisting of aged leaf mulch
resulting from biological degradation and transformation of plant -derived materials under
controlled conditions designed to promote aerobic decomposition.
ii. The material shall be well composted, free of viable weed seeds and contain material of a
generally humus nature capable of sustaining growth of vegetation, with no materials toxic to
plant growth.
iii. Compost shall be provided by a local US Composting Council Seal of Testing Assurance (STA)
member. A copy of the provider's most recent independent STA test report shall be submitted to
and approved by the Owner prior to delivery of BSM to the project site.
iv. Compost material shall also meet the following criteria:
a. 100 percent of the material shal I pass through a 1 /2 inch screen
b. PH of the material shall be between 6.0 and 8.4
c. Moisture content shall be between 35 and 50 percent
d. Maturity greater than 80 percent (maturity indicator expressed as percentage of
germination/vigor, 80+/80+)
e. Maturity indicator expressed as Carbon to Nitrogen ration < 12
f. Maturity indicator expressed as AmmoniaN/NltrateN Ratio <4
g. Minimum organic matter shall be 40 percent dry weight basis
h. Soluble salt content shall be no greater than 5500 parts per million or 0-5 mmhos/cm
i. Phosphorus content shall be no greater than 325 parts per million
j. Heavy metals (trace) shall not exceed 0.5 parts per million
k. Chemical contaminants: meet or exceed US EPA Class A standard, 40 CFR 503.13, Tables I
& 3 levels
1. Pathogens: meet or exceed US EPA Class A standard, 40 CFR 503.32(a) levels
Pea gravel shall be clean and graded, washed river run gravel, ASTM C33, size no. 7. Pea gravel shall be free of
plant material.
Subsection 605.05 shall include the following:
Pea gravel shall be placed to the thickness shown in the plans, without compaction.
BSM shall be spread in even layers, not to exceed 9 inches in depth. BSM shall not be compacted.
Subsection 605.07 shall include the following:
Bioretention Sand Media will be measured by the square foot of material installed and accepted, including the pea
gravel layer.
-58-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
-3-
REVISION OF SECTION 605
BIORETENTION SAND MEDIA
Subsection 605.08 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Surface Sand Filter SF
Payment shall be full compensation for all work and materials required to complete the surface sand filter, including
excavation and backfill, the bioretention sand media layer, and the pea gravel layer. Aggregate Base Course for the
surface sand filter, as depicted in the plans, will be paid for under Pay Item 304.
-59-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
REVISION OF SECTION 607
FENCE (SPECIAL)
Subsection 607.04 shall include the following:
Fence will be measured by the linear foot. Measurement will be along the base of the fence from outside to outside
of end structural tubes for each continuous run. Post foundations will be paid for separately.
Subsection 607.05 shall include the following:
The accepted quantity of the fence will be paid for at the contract unit price.
Payment will be made under:
Pay Item Pay Unit
Fence (Special) Linear Foot
Payment will be full compensation for all work necessary to complete the item including furnishing and installing
all structural members, panels, anchorage assemblies, angles, and other miscellaneous hardware required.
-60-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
REVISION OF SECTION 608
SIDEWALKS
Section 608 of the Standard Specifications is hereby revised for this project as follows:
Subsection 608.03 shall include the following:
Finished products that do not match the approved test slab shall be removed and replaced by the Contractor at no
cost to the Owner.
Record date, location, and quantity of pour, as well as air temperature at time of pour.
Subsection 608.03(b) shall include the following:
For Surfaces Exposed to View: Form faces must be free from raised grain, tears, worn edges, patches, dents, or
other defects which would impair texture of the concrete surfaces. Minimize number of seams in form
material, and arrange seams in an orderly fashion.
To minimize potential cracking, no section of concrete shall have any angle less than 90 degrees.
After stripping of the forms, if any concrete is found to be not formed as shown on the drawings, is out of
alignment of level, or shows a defective surface, it will be considered as not conforming with the intent of these
standards and specifications, and shall be removed and replaced at the Contractor's expense, unless the
Engineer gives permission to patch the defective area.
Delete subsection 608.03(d) and replace with the following:
Sidewalk: Concrete sidewalks shall be medium broom finished.
All outside edges of the slab and all joints shall be edged with a 1/4-inch radius edging tool.
Thoroughly wash the surface with water prior to acceptance.
Surface Planeness for Concrete Paving. Unless otherwise specified, produce slabs with the following tolerance.
Finishes shall be true planes within 1/4-inch in 10 feet, as determined by a 10 foot straight edge placed anywhere on
the slab in any direction.
Subsection 608.03(e) shall include the following:
A. Expansion joints/construction joints/ for concrete paving:
1. Expansion joints to be spaced no greater than every 300 feet.
2. Extend joint filler the full depth of the slab. Hold back filler 1/2-inch from top of slab.
3. Joint sealant or caulk shall match color of concrete; caulking shall not extend above level of pavement.
-61-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
-2-
REVISION OF SECTION 608
SIDEWALKS
B. Score Joints.
1. Construct sawcut and tooled score joints as detailed on the plans.
2. Score joints shall be '/< of paving depth.
3. Tooled joints to have a 1/4-inch radius and shall not incorporate a trowelled edge except where
indicated on the drawings. Score joints into plastic concrete during finishing operations.
Subsection 608.06 shall include the following:
Pay Item
Concrete Sidewalk (6 Inch)
Pay Unit
SY
The price all pay items shall be full compensation for furnishing and placing all materials including excavation,
concrete, forms, joint materials, reinforcement, tooling and finishing.
-62-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
REVISION OF SECTION 608
CONCRETE CURB RAMP
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 plans. Domes shall be
prefabricated by the manufacturer as a pattern on cast steel 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 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
CAST in TACT Warning
303-295-6050
TMA Construction Supply
Panels
800-626-4653
East Jordan Iron Works, Inc.
Truncated Dome Plates
Neenah Foundry
Detectable Warning 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 = B'— B X 100
Br
-63-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
Where B, = Light Reflectance Value (LRV) of the lighter area
Bz = LRV of the darker area
Absolute black and white will not be permitted.
-2-
REVISION OF SECTION 608
CONCRETE CURB RAMP
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.
-64-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
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.
(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.
-3-
REVISION OF SECTION 608
CONCRETE CURB RAMP
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 the work.
Subsection 608.06 shall include the following:
Pay Item
Concrete Curb Ramp
Pay Unit
Square Yard
-65-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
REVISION OF SECTION 609
CURB AND GUTTER
Section 609 of the Standard Specifications is hereby revised for this project as follows:
Subsection 609.02 shall include the following:
All concrete mix designs utilized shall be submitted to the City representative and approved a minimum of one
week prior to the beginning of construction.
Concrete mixes will be subject to inspection and tests as required to assure compliance with quality requirements.
Subsection 609.06 shall include the following:
Pay Item Pay Unit
Curb and Gutter Type 2 (Section I-B) LF Curb
and Gutter Type 2 (Section II-B) LF
Curb and Gutter Type 2 (Section II-M) LF
Curb Type 4 (Section B) LF
Curb Median (Special) LF
The price of all pay items shall be full compensation for all excavation, concrete, forms, joint materials,
reinforcement, tooling and finishing.
SECTION 621
DETOUR PAVEMENT
Section 621 is hereby added to the Standard Specifications for this project and shall include the following:
DESCRIPTION
This work shall consist of construction of detour pavement as shown on the plans. It is the intent of the City that
this item include all work and materials necessary to provide a detour roadway meeting or exceeding the
requirements as contained herein and as shown on the plans.
MATERIALS
The Contractor shall be responsible for quality control required to assure adequate quality of Hot Mix Asphalt used
in the construction of the detour.
CONSTRUCTION REQUIREMENTS
-66-
EXHIBIT 1 — REVISED BID SCHEDULE
REM NO.
ITEM DESCRIPTION
UNIT
QUANTITY
UNITCOST
COST
201-00000
CLEARING AND GRUBBING
LS
1
$ -
202-00010
REMOVAL OF TREE
EA
59
$ -
202-00031
REMOVAL OF FIRE HYDRANT
EA
1
$ -
202-00032
REMOVAL OF VALVE
EA
1
$ -
202-00035
REMOVAL OF PIPE
LF
20
$ -
202-00200
REMOVAL OF SIDEWALK
SY
449
$ -
202-00203
REMOVAL OF CURB AND GUTTER
LF
680
$ -
202-00205
REMOVAL OF WHEEL STOP
EA
9
$ -
202-00210
REMOVAL OF CONCRETE PAVEMENT
SY
37
$ -
202-00220
REMOVAL OF ASPHALT MAT
BY
6627
$ -
202-00810
REMOVAL OF GROUND SIGN
EA
8
$ -
202-00815
REMOVE SIGN (SPECIAL)
EA
1
$ -
202-00828
REMOVAL OF TRAFFIC SIGNAL EQUIPMENT
LS
1
$ -
202-01000
REMOVAL OF FENCE
LF
1093
$ -
203-00010
UNCLASSIFIED EXCAVATION (COMPLETE N PLACE)
CY
2355
$ -
203-00010
MUCK EXCAVATION
CY
450
$ -
203-01597
POTHOLING
HOUR
j 50
$ -
206-00510
FILTER MATERIAL (CLASS A)
CY
0.7
$ -
207-00210
STOCKPILE TOPSOIL
CY
50
$ -
207-00405
TOPSOL(SPECIAL)
CY
279.4
$ -
208-00018
GRAVEL BAG
LF
198
$ -
208-00020
SILT FENCE
LF
2186
$ -
208-00045
CONCRETE WASHOUT STRUCTURE
EA
1
$ -
208-00050
STORM DRAIN INLET PROTECTION
EA
2
$ -
208-00070
VEHICLE TRACKING PAD
EA
1
$ -
208-00103
SEDIMENT REMOVAL AND DISPOSAL(LABOR)
HOUR
20
$ -
208-00105
SEDIMENT REMOVAL AND DISPOSAL (EQUIPMENT)
HOUR
20
$ -
208-00205
EROSION CONTROL SUPERVISOR
HOUR
40
$ -
210-00010
RESET MAILBOX STRUCTURE
EA
1
$ -
210-00035
RESET WATER METER
EA
2
$ -
210-00810
RESET GROUND SIGN
EA
7
$ -
210-04010
ADJUSTMANHOLE
EA
4
$ -
210-04015
MODIFYMANHOLE
EA
1
$ -
210-04050
ADJUSTVALVE BOX
EA
2
$ -
P2212-00006
SEEDING(NATIVE)
AC
0.11
$ -
12-00032
SOL CONDITIONTIG
AC
0.11
$ -
Addendum 2
8125 Intersection Improvements at Vine & Shields Page 2 of 5
81251nterseotion Improvements at Vine 8 Shields
Pape 24 o171
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
Detour pavement construction shall include grading, embankment material, planing and other items of work
necessary for the construction of detour pavement. The Contractor shall construct temporary ditches, temporary
culvert pipe, and maintain existing storm sewer necessary for the control of storm drainage. Detour pavement
thickness shall be at least the thickness shown on the plans. The Contractor shall remove the detour pavement
when it is no longer needed to maintain traffic.
Earthwork shall be constructed in accordance with the requirements of Section 203.
The Contractor shall maintain the detour for the entire period that it is open to traffic. Any distress that affects the
ride, safety or serviceability of the detour roadway shall be corrected immediately at the Contractor's expense as
directed by the Engineer.
The Contractor shall provide smooth pavement transitions between new and existing roadways. Transverse joints
between new and existing pavement shall be constructed with Hot Mix Asphalt. Grade differences shall not
exceed 4% break -over. Longitudinal joints which have a vertical drop-off of one inch or greater shall be tapered
with Hot Mix Asphalt. Tapers shall be 8 horizontal to I vertical or flatter.
METHOD OF MEASUREMENT
Detour Pavement will be measured by the square yard of hot mix asphalt placed in the detour.
-2-
SECTION 621
DETOUR PAVEMENT
BASIS OF PAYMENT
The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appears
in the bid schedule.
Pay Item Pay Unit
Detour Pavement Square Yard
Embankment used in the detour that will become part of the ultimate roadway embankment will be measured and
paid for in accordance with Section 203. Placement of other embankment required for the detour and removal of
excess embankment when the detour is removed will not be paid for separately, but shall be included in the price
of detour pavement.
All work necessary and incidental to the construction, maintenance, and removal of the detour pavement,
including grading, temporary drainage facilities, temporary embankment material, asphalt, and planing will not be
measured and paid for separately but shall be included in the work.
REVISION OF CDOT SECTION 623
IRRIGATION SYSTEM
Section 623 of the Standard Specifications is hereby revised for this project as follows:
-67-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
Subsection 623.02 shall include the following:
The contractor shall perform the excavation and backfill for the irrigation tap to the water line. The City of Fort
Collins shall provide the physical tap of the water line.
Subsection 623.04 shall include the following:
Contractor shall install a Weathermatic SL4800 Control system as specified in the irrigation plans & details per
City of Fort Collins standards. Coordinate with City of Fort Collins as required.
Attach wire markers to the ends of control wires inside the controller unit housing. Label wires with the
identification number (see drawings) of the remote control valve to which the control wire is connected.
In subsection 623.07(a) delete the first paragraph and replace with the following:
(a) Pop-up spray Sprinklers. The pop-up spray sprinkler body, stem, screen, and nozzle shall be constructed of
heavy duty plastic.
Subsection 623.10 shall include the following:
Plastic and Copper water lines listed below shall be paid for under section 619.
Subsection 623.10 (a) shall include the following:
Identify all pipe with the following indelible markings:
(a) Manufacturer's Name.
(b) Nominal pipe size.
(c) Schedule of class.
(d) Pressure rating
(e) NSF (National Sanitation Foundation) seal of approval.
(f) Date of extrusion.
Delete subsection 623.10 (b) and replace with the following:
(b) Lateral Line Pipe. Lateral line pipe shall be Class 200 PVC manufactured from virgin polyvinyl chloride (PVC)
compound in accordance with ASTM standards D2241 and D1784, cell classification 12454-13, Type 1, Grade I.
Fittings shall be standards weight Schedule 40 injection molded PVC conforming to ASTM D1784 and D2466, cell
classification 12454-B.
Subsection 623.10 (c) replace with the following:
-68-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
Drip irrigation laterals to pots, use UV radiation resistant polyethylene pipe manufactured from Prime Union
Carbide G-resin 7510 Natural 7 manufactured by Union Carbide or a Union Carbide Licensee with a minimum
of 2% carbon black, and minimum nominal pipe ID dimension of 0.810" for 3/4 inch pipe.
-2-
REVISION OF CDOT SECTION 623
IRRIGATION SYSTEM
Delete Subsections 623.10 (d), and 623.10 (e).
Subsection 623.10 shall include the following:
(f) Copper pipe: Pressure supply line from point -of -connection through backflow preventer shall be Type "K"
rigid conforming to ASTM Standard B88.
Use wrought copper or cast bronze fittings, soldered or threaded per the installation details. Use a 95% tin and 5%
antimony solder.
(g) Joint Cement and Primer —Weldon P-70 Primer and Weldon 711 Gray Glue or Weldon 725 Wet and Dry
Glue will be allowed.
(h) Irrigation Roadway and sidewalk sleeves. Lateral line pipe shall be Class 200 PVC manufactured from
virgin polyvinyl chloride (PVC) compound in accordance with ASTM standards D2241 and D1784, cell
classification 12454-B, Type I, Grade 1.
Delete Subsections 623.1 (c), 623.11 (d), and 623.11 (e).
Delete Subsection 623.11 (f) and replace with the following:
(f) Mainline Isolation Valves. Gate valves for 3/4-inch through 2-1/2-inch Pipe — Brass construction; solid wedge,
IPS threads, and non -rising stem with square operating nut.
Delete Subsection 623.13.
Subsection 623.23 First Sentence shall read as follows:
"After installation of...for leaks after a minimum 120 PSI static pressure... for four hours in a hydro static test."
Subsection 623.23 shall include the following:
The contractor shall conduct pressure tests in the presence of the Engineer or Engineer's representative. The
Contractor shall give 72 hour notice prior to testing. The test is acceptable if no loss of pressure is evident during
the test period. The Contractor shall retest system until test pressure can be maintained for the duration of the
test.
Subsection 623.26 shall include the following:
-69-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
The Contractor shall provide a valve sequencing chart for each automatic controller installed. Charts shall not be
prepared until as-builts plans have been approved by the Engineer. Charts shall be installed on the automatic
controller door with photo reduction prints of the as-builts plans. Reduction prints shall be kept to the largest size
possible to retain full legibility.
-3-
REVISION OF CDOT SECTION 623
IRRIGATION SYSTEM
A readable print of the as -built plans shall be provided showing the area covered by the automatic controller. The
area of coverage of each control valve shall be identified using a distinctly different pastel color, drain over the
entire area of coverage.
In Subsection 623.30, second paragraph, delete item (4) and replace with the following:
(4) Two of each Type of Valve box
Subsection 623.30 shall include the following:
One set of special tools required for removal, disassembling and adjusting each type of sprinkler head and valve
installed.
Two keys for each automatic controller enclosure.
In Subsection 623.32, delete the second and third paragraphs.
Under Subsection 623.33, add the following items:
Pay Item Pay Unit
Irrigation System LS
REVISION OF SECTION 625
CONSTRUCTION SURVEYING
Section 625 of the Standard Specifications is hereby revised for this project as follows:
Subsection 625.01 is hereby revised to include the following:
The City of Fort Collins will provide all construction survey staking for the project.
The Contractor must submit a survey request form to the City Surveyors a minimum of 72 hours prior to needing
any surveying.
-70-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
If the requested survey cannot be accomplished in the time frame requested by the Contractor and it will affect the
critical path on the construction schedule, the City will utilize a Contract Surveyor at the owner's expense.
Should a sudden change in the Contractor's operations or schedule require the survey personnel to work overtime,
the Contractor shall pay the additional overtime expense.
The Contractor shall specify the offsets required for each survey item. This information shall be provided at the
pre -construction meeting.
All survey staking destroyed by the Contractor, vandalism or by any other reason will be replaced at the
Contractor's expense. The Contractor's designated representative will be required to authorize any requested
restaking or additional services at the time the services are completed. Services designated as extra will be billed at
an hourly rate per the prevailing rate schedule of the surveyor.
The Contractor shall be responsible for transferring the information from the construction staked to any necessary
forms and for constructing all pipelines, drainage ways, pavements, inlets, walls, and other structures in
accordance with the information on the stakes and grade sheets supplied by the owner.
All existing survey monuments and property corner located outside of the project grading limits as defined on the
plans that are damaged or destroyed by the Contractor will be replaced at the Contractor's expense.
The Contractor shall have supervision, knowledge of the project requirements and proper installation, and
construction procedures, available in the field at all times that work is progressing.
All existing survey monuments and property corners located within the project grading limits which are intended to
remain in place and intact as defined on the plans shall be protected by the Contractor. Where necessary
monuments, property corners, and section corners will be adjusted or replaced by the City for this project.
1. Control
Location of horizontal and vertical control points will be provided at approximately 1000-foot intervals.
Monuments will be set outside the limits of construction.
2. Easements and Right of Way
Temporary construction easements (TCE) and those portions of right of way between TCE's will be staked at
100 foot intervals on tangents, PCs, 50 foot intervals on curves, angle points and corner points.
-71-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
-2-
REVISION OF SECTION 625
CONSTRUCTION SURVEYING
3. Excavation and Embankment
a. One set of slope stakes at 50-foot intervals (stations) on each side of the proposed road including
intersections. Staking information to include cut/fill for
"limit of cut" or "limit of fill" location
decision point (ditch flowline or grade break)
edge of pavement
roadway centerline
b. One set of shoulder and/or curb stakes at 50-foot stations on each side of the road including
intersections.
c. One set of slope or shoulder stakes for the grading of each driveway and field access.
d. Ditch grades shall be defined by the slope staking described above.
Storm Drainage
Applies to underdrains
2. Utility Crossing
One set of offset stakes for the utility conduit crossings.
3. Subgrade and Paving
a. One set of blue top subgrade stakes at 50-foot stations on tangents, PCs and PT's after
completion of the subgrade preparation. Stakes to be set at 25-foot stations for horizontal
curves with radius less than 1,000 feet and at all vertical curves. Blue tops will be set on
centerline and the edge of pavement on both sides of the roadway. These blue tops will
remain in place to be used for the aggregate base course or paving operations.
4. Signs
One set of stakes to locate each sign.
5. Delineators N/A
6. Stri in
The City of Fort Collins will provide layout of all temporary pavement striping. The City of Fort
Collins will provide layout for the permenant striping.
7. Mailboxes, Newsoaoer Boxes and Address Posts
-72-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
No survey will be provided. The Contractor shall reset all mailboxes, newspaper boxes and
address posts per agreement with the property owner and approval by the Engineer.
8. Property Corners and Section Corners
Reset property corners located along the right of way and section corners within the project
grading limits.
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 shalt 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) Each sign shall be furnished with an attached license plate and mounting bracket.
(5) 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:
-73-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
-2-
REVISION OF SECTION 630
The portable message sign panel shall be on the project site at least 5 working 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 630.15 shall include the following:
Portable message sign panels will be measured one of the two following ways:
(1) By the actual number of days each portable message sign is used on the project as approved by the Engineer.
(2) By the maximum number of approved units in use on the project at any one time.
PORTABLE MESSAGE SIGN PANEL
Subsection 630.16 shall include the following:
Pay Item Pay Unit
Portable Message Sign Panel Day
-74-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
Section 630 of the Standard Specifications is hereby revised for this project as follows:
Subsection 630.01 shall include the following:
Construction Zone Traffic Control items have been included for Traffic Control Inspection, Traffic Control
Management, Concrete Barrier (Temporary), and Construction Traffic Signs. Secondary line items for flagging
and portable message signs have been included in the project under the line items "Flagging" and "Portable
Message Sign Panel". These line items are intended for flagging and portable message sign panels necessary for
the construction zone traffic control for the project. The City will direct when additional flagging and portable
message sign panels are to be used on the project.
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.
If the Traffic Control Supervisor is replaced during the project, the Engineer shall be given a minimum of one (1)
week notice and qualifications shall be submitted for approval of the Traffic Control Supervisor's replacement.
Subsection 630.10(a) shall include the following:
For this project, a MHT shall be prepared and submitted for approval to the City Traffic Division by 12:00 noon,
two working days prior to the commencement of work for simple lane closures. (Note: MHT's for work done on
Monday and Tuesday shall be submitted the previous Friday by 9:00 a.m.). Facsimiles of plans shall not be
allowed. No phase of the construction shall start until the MHT has been approved. Failure to have an approved
MHT shall constitute cause for the City to stop work, as well as the Contractor's forfeiture of payment for all
work and materials at that location, with no adjustment in the contract time.
Subsection 630.14 shall include the following:
Additional flagging requested by others, including City Departments and utility representatives, must be approved
by the Engineer prior to performing the work.
Subsection 630.16 shall be revised as follows:
The Contractor shall supply and pay all costs associated with the traffic control for this project.
CONSTRUCTION ZONE TRAFFIC CONTROL
-75-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
-2-
REVISION OF SECTION 630
The accepted quantities will be paid for at the contract unit price for each of the pay items listed below:
Pay Item
Pay Unit
Flagging
Hour
Traffic Control Inspection
Day
Traffic Control Management
Day
Concrete Barrier (Temporary)
LF
Traffic Control
Lump Sum
Individual traffic control devices, labor required to erect and maintain traffic control in accordance with approved
MHT's, and Traffic Control Supervisor will not be measured and paid for separately, but shall be included in the
cost for Construction Zone Traffic Control.
The flaggers shall be provided with communication devices (no cell phones) when required. These devices will
not be measured and paid for separately, but shall be included in the Work.
The cost of batteries, electricity and/or fuel for all lighting or warning devices shall not be paid for separately but
shall be considered subsidiary to the item and shall be included in the Work. Sandbags will not be measured and
paid for separately, but shall be included in the Work.
The Contractor may provide larger construction traffic signs than those typically used in accordance with the
MUTCD, if approved; however, no additional payment will be made for the larger signs. The City shall not
be responsible for any losses or damage due to theft or vandalism.
Work Hours: Work hours are 7 AM to 6 PM, Monday through Friday. Extended hours and weekend work are
anticipated and will be permitted with written approval from the Project Manager. Night time work shall be
permitted with written approval from Project Manager. Work shall be permitted on holidays with written
approval from the Project Manager. Work requests beyond working hours must be submitted to the Project
Manager a minimum of (5) working days prior to the request date.
Night and weekend work will be allowed with 5 days prior notice to the Project Manager. All costs associated
with nighttime work will be incidental to the work.
Work Zone Phasing: The City has provided Phasing Plans, for informational purposes only, as a suggested way
to construct the project. The Contractor will be required to submit Construction Phasing Plans to the City, for
approval, prior to the start of construction. The Contractor will maintain through lanes and turn lanes, generally
as they are depicted in the Phasing Plans. North Shields Street will be closed for a duration common to Larimer
County Project No. 1153-094. The Contractor will be responsible to provide local access for residents and
businesses and construction traffic between Vine Drive and the Poudre River. The City will concurrently allow a
full closure of the east intersection leg during Phase One. The traffic signal system can be removed as soon as the
Phase One traffic control is in place. All future phases must accommodate all traffic movements. See Section 105
Control of Work for more details.
-76-
MA�T�'C'HLL�IINE STA. 11+00.00
IImo\\\
HOT MIX
E2AlCSYNG)(PSPHPLT) (DAVNS COLOR OMNiAAT34.9 5V) I
7 33 (3 9 5
CONCREcOAVIS ECOLOR R.5 INCH 6RED) '
i'
CONCRETE PAVEMENT
ON 6 INCH ABC
CONCRETE PAVEMENT (8 INCH))
(DAVIS COLOR OMNiA TAN 50843-�
25J SY
CONCRETE PAVEMENT (8.5 INCH)
ON 6 INCH Ail jgl�A4S 6
IIMA CA(CLASSI 6) NG 5)E]5)EP, 8�-22) ON
g A� NG
5.5 INCH HMCM A ECRAADDIN 8
(ASPHALT)
PAVE MENAST-6) INCH)
_PAVEOR ,IMEE TR(5EC}5 INCH)
ORppCOCOA 5830) H) )
SY)LETE OR OMAHIA TM 5084)
:DNCRETE PAVEMENT (8.5 INCH)
:DAVIS COLOR TILE RED)
:52.2 SY) CONCRETE PAVEMENT (8.5 IN(
SON 6 INCH ABC (CLASS 6)
C `1DAV 5YTS
OLOR OMgAHA 7)ANN5084)
I lDA IISSYOLORVCMAHA TANN5084)
(((((CC(ONCRETE PAVEMENT (8 5 INCH)
1 ISA SISSYLLOR TILE RED}
CpCp [
1 (8992�NCH PR CM(COA558.5) INCH)
�Y)) 8
1 1
) jfyNP
s I U
1 I
1 I
II I
� II 11 I
lu nl
1 ! MATCHLINE STA.11+00.00
a 30, w Ism
Print Date: 6/5/2015
Sheet Revisions
I of
• l
Region 4 LHN Fort Collins
1420 Sacontl Street
Crealey�C080631
Phone: 70-350-2126
As Constructed
VINE &SHIELDS
PAVEMENT DEFINITION
Project No./Code
1
File Nome: 18877-Payment Defitlene Sheet D1.den
Data:
Comments
Imt.
No Reyismne:
STU M455-108
Haria. Scale ion Vert Scale: As Noted
Unit Inmrmocon Unit Leader Initials
e
1%A1
O
Revised:
Designer: BSH
Sumbers
18877
Oataller: DMZ
umber
q,
&_CO_MPANY 1Ioiy ivi-xsii i:'
O
Void:
Sheet Number 25
Sheet Subset: PAVEMENT
Sweet Sheefs:
I of 1
Ad1 mlfI
81251nte section Improvements at Vine 8 Shields
Pepe 25 of 31
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
FORCE ACCOUNT ITEMS
DESCRIPTION
This special provision contains the Department's estimate for force account items included in the Contract. The
estimated amounts marked with an asterisk will be added to the total bid to determine the amount of the
performance and payment bonds. Force Account work shall be performed as directed by the Engineer.
BASIS OF PAYMENT
Payment will be made in accordance with subsection 109.04. Payment will constitute full compensation for all
work necessary to complete the item.
Force account work valued at $5,000 or less, that must be performed by a licensed journeyman in order to comply
with federal, state, or local codes, may be paid for after receipt of an itemized statement endorsed by the
Contractor.
Force Account Item
* F/A Minor Contract Revisions
F/A Fuel Cost Adjustment
F/A Asphalt Cement Cost Adjustment
F/A Erosion Control
F/A Partnering
F/A On -the -Job Trainee
Estimated
Ouantity
Amount
F.A.
$
60,000
F.A.
$
8,000
F.A.
$
15,000
F.A.
$
2,500
F.A.
$
2,500
F.A.
$
960
F/A Minor Contract Revisions — Payments are for contract adjustments authorized through contract modification
orders.
F/A Fuel Cost Adjustment — Adjustment to the contract to accommodate fluctuations in fuel prices in accordance
with Revision of Section 109.
F/A Asphalt Cement Cost Adjustment — This incentive is for Asphalt Cement Cost Adjustment that will be made
in accordance with Revision of Section 109.
F/A Erosion Control — This work shall include all necessary work and materials for erosion control items not
identified in the plans and at the Engineer's direction. Payment will be made based on time and materials used to
perform the work. Work must be performed in a workmanlike manner and properly scheduled to minimize cost
and inconvenience to the City and the adjacent property owners. The Force Account shall also be used to pay for
any additional BMPs or testing which may be required by future changes to the current storm water regulations
by either EPA or CDPHE and could include future effluent limits.
-77-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
-2-
REVISION OF SECTION 630
F/A On -the -Job Trainee payment is made for cost of maintaining on-the-job training program in compliance with
the provisions of On -The -Job Training in the Standard Special Provisions.
-78-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
TRAFFIC CONTROL PLAN — GENERAL
The key elements of the Contractor's method of handling traffic (MHT) are outlined in subsection 630.10.
The components of the Traffic Control Plan (TCP) for this project are included in the following:
(1) Subsection 104.04 and Section 630 of the specifications.
(3) City of Fort Collins Work Area Traffic Control Handbook, Manual of Uniform Traffic Control Devices,
2009 Edition, or applicable statutory requirements of authority having jurisdiction. Fort Collins
Handbook takes precedence over Manual of Uniform Traffic Control Devices.
(4) Standard Plan S-630-1, Revised December 8, 2014, Traffic Controls for Highway Construction, Case
No.
2, 18, 19, 20, 24 and Standard Plan S-630-2.
(5) Traffic Control Notes and Tabulation of Traffic Control Devices of the plans (6) Construction Phasing
Plans of the plans
Special Traffic Control Plan requirements for this project are as follows:
A. The Contractor will provide all construction traffic control for the project. The Contractor shall
coordinate all construction phasing and construction traffic control requests with the City Traffic Dept.
Submittals for major project phases shall be made at least three weeks before implementation of any
element of the plan. Adjustments to the approved plan may be required by the Owner based on actual
traffic operation.
B. No work interfering with traffic flow shall be permitted during the hours of 7:00 AM to 6:00 PM unless
authorized in writing by the Traffic Engineer.
C. Road closures will follow the phasing plan provided in the construction documents and plans, unless
approved otherwise by the City of Fort Collins.
D. The Contractor shall maintain pedestrian and bicycle movements through the project site and the
surrounding trails. The Traffic Control plan shall address the method of handling these movements.
E. The Contractor shall, at all times, provide for emergency vehicle access into and through the construction
site.
F. Keep traffic areas free of excavated material, construction equipment, pipe, and other materials and
equipment.
G. Keep fire hydrants and water control valves free from obstruction and available for use at all times.
H. Conduct operations in a manner to avoid unnecessary interference with public and private roads and
drives.
I. Provide and maintain continual temporary access for businesses and residences.
-79-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
J. 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.
K. The Contractor shall not have construction equipment or materials in the lanes open to traffic at any time,
unless directed.
-2-
TRAFFIC CONTROL PLAN — GENERAL
L. The Contractor shall coordinate Traffic Control activities with the City of Fort Collins Traffic
Engineering and Electric Departments to assure that work activities by those departments are coordinated
with the Contractor's activities. At the least 48 hours notice is required.
M. The Contractor shall maintain 12' lanes throughout the project.
N. The Contractor shall provide a flagger for equipment, trucks, or other pertinent construction equipment
entering or leaving the construction area into traffic at all times.
O. During the construction of this project, the Contract must maintain business and resident access at all
times.
The Contractor shall not have construction equipment or materials in the lanes open to traffic at any time, unless
directed.
Prior to starting construction, the Contractor shall notify the City of Fort Collins Traffic 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.
UTILITIES
Known utilities within the limits of this project are:
UTILITY
CONTACT
PHONE
E-MAIL
CenturyLink
Bill Johnson
(970) 490-7501 (w)
(970) 377-6436 (c)
william.iohnson@centw-ylink.com
City of Fort Collins —
Fiber Optic
Clint Reetz
(970) 221-6326 (w)
(970) 690-9848 (c)
creetz(-,fc og v.com
-80-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
City of Fort Collins —
Light and Power
Janet McTague
Luke Unruh
(970) 224-6154 (w)
(970) 416-2724 (w)
mctaeue(a,fcsov.com
lunruhafc¢ov.com
City of Fort Collins —
Stormwater
Glen Schlueter
(970) 224-6065 (w)
pschlueter@fcjzov.com
City of Fort Collins —
Water Utilities
Andrew Gingerich
(970) 221-6232
agineerichna,fcQov.com
Comcast
Don Kapperman
(970) 567-0245 (w)
don kappermanacable.comcast.com
East Larimer County
(ELCO) Water District
Randy Siddens
(970) 493-2044 (w)
(970) 690-9848 (c)
rand s a,elcowater.com
Platte River Power
Authority (PRPA)
Mike Slavick
(970) 229-5390 (w)
slavickm(a),pMa.org
Xcel Energy
Stephanie Rich
(970) 225-7828 (w)
stephanie.rich@,ccelenergy.com
The work described in these plans and specifications requires coordination between the Contractor and the utility
companies in accordance with subsection 105.11 in conducting their respective operations as necessary to
complete the utility work with minimum delay to the project.
PART I - CONTRACTOR SHALL PERFORM THE WORK LISTED BELOW:
Coordinate project construction with the performance by the utility owner of each utility work element listed in
Part 2 below. Perform preparatory work specified in Part 2 for each utility work element, including asphalt
pavement removal for the City Water and ELCO waterline relocations. Provide an accurate construction
schedule that includes all utility work elements to the owner of each impacted utility. Provide each utility owner
with periodic updates to the schedule. Conduct necessary utility coordination meetings, and provide other
necessary accommodations as directed by the Engineer. Notify each utility owner in writing, with a copy to the
Engineer, prior to the time each utility work element is to be performed by the utility owner. Provide the notice
the number of days specified in Part 2 immediately prior to the time the utility work must be begun to meet the
project schedule.
Provide traffic control, as directed by the Engineer, for any utility work by the utility owner expected to be
coordinated with construction. However, traffic control for utility work outside of typical project work hours
shall be the responsibility of the utility owner.
-81-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
Lill 01NJ10IV
641
Perform each utility work element for every utility owner listed here in Part 1. Notify each utility owner in
advance of any work being done by the Contractor to its facility, so that the utility owner can coordinate its
inspections for final acceptance of the work with the Engineer.
Project Limits — All Utility Owners
Prior to excavating, the Contractor shall positively locate all potential conflicts with existing underground utilities
and proposed construction, as determined by the Contractor according to proposed methods and schedule of
construction. The Contractor shall modify construction plans to avoid existing underground facilities as needed,
and as approved by the Engineer. Please note that UNCC marks only its members' facilities — Other facilities,
such as ditches and drainage pipes may exist, and it is the Contractor's responsibility to investigate, locate and
avoid such facilities.
City of Fort Collins — Utilities
Contractor to adjust or modify sanitary sewer manholes to proposed grade as shown on the plans.
City of Fort Collins — Water Utilities
Contractor to abandon water lines in Vine Drive as shown in the plans.
Contractor to remove fire hydrant, water valve and pipe at Sta 33+00.17 on the right side of Vine Drive.
Contractor to adjust water manholes and valve boxes as shown on the plans.
Contractor to reset water meters as shown on the plans.
Contractor to install fire hydrant and associated facilities per City Water Construction Detail 3 (attached) at Sta
9+07.27 on the right side of Shields Street and Sta 11+20.03 on the left side of Shields Street.
Contractor to notify City Water Utilities 48 hours in advance of needing'/" irrigation tap on existing 16" City
water line. Contractor to provide excavation, including trenching and shoring, and backfill for irrigation tap.
PART 2 - UTILITY OWNERS SHALL PERFORM THE WORK LISTED BELOW:
The Contractor shall provide traffic control for any utility work expected to be coordinated with construction, as
directed by the Project Engineer. However, traffic control for utility work outside of typical project work hours
shall be the responsibility of the utility owner. The utility owner shall prepare and submit to the City of Fort
Collins a Method of Handling Traffic for utility work to be performed outside typical project work hours. The
utility owner shall obtain approval of the Method of Handling traffic from the Project Engineer prior to beginning
the utility work to be performed outside typical project work hours.
-82-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
UTILITIES
All utility relocations and/or utility lowerings within the right of way are required to be backfilled with flowable
concrete (flowfill) from the top of the utility to the bottom of the paving section (bottom of aggregate base).
Flowfill is incidental to the work and will not be paid for separately.
City of Fort Collins — Light and Power
City to design and install new underground electric conduit for relocation of City electric lines as shown on the
plans.
-3-
City to relocate associated electric lines and electric vaults as shown on the plans.
City to install new duct bank backbone from just south of the Arthur Ditch through the project footprint on
Shields Street.
City of Fort Collins — Water Utilities
City to design and relocate 12" water lines in Vine Drive in the Phase One closures.
City will install 3/4" wet tap for irrigation on the existing 16" water line.
East Larimer County Water District
ELCO to remove existing water line in Vine Drive in the Phase One closures.
ELCO to design and relocate 14" water line in Vine Drive in the Phase One closures.
ELCO to relocate water meter on at 1052 W. Vine Drive.
CenturyLink
Owner to relocate underground fiber optic as shown on the plans.
Owner to relocate underground telephone and associated pedestals as shown on the plans. Owner to remove
and/or relocate associated vaults and switch cabinets as shown on the plans.
Comcast
Owner to relocate underground TV cable and associated pedestals as shown on the plans.
Platte River Power Authority
Owner to relocate PRPA and Poudre School District underground fiber optic and associated vaults as shown on
the plans.
-83-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT — APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
UTILITIES
Xcel Enerev
Owner to relocate overhead electric lines underground as shown on the plans.
GENERAL:
The Contractor shall comply with Article 1.5 of Title 9, CRS ("Excavation Requirements") when excavating or
grading is planned in the area of underground utility facilities. The Contractor shall notify all affected utilities at
least two (2) business days, not including the actual day of notice, prior to commencing such operations. The
Contractor shall contact the Utility Notification Center of Colorado (UNCC) at phone no. 811, to have locations
of UNCC registered lines marked by member companies. All other underground facilities shall be located by
contacting the respective owner. Utility service laterals shall also be located prior to beginning excavation or
grading.
The location of utility facilities as shown on the plan and profile sheets, and herein described, was obtained from
the best available information.
All costs incidental to the foregoing requirements will not be paid for separately but shall be included in the
work. -4-
-84-
CITY OF FORT COLLINS
PROJECT NO. STU M455-108 RELEASED FOR ADVERTISEMENT - APRIL 17, 2015 CONSTRUCTION
SUBACCOUNT 18877
UTILITIES
MUELLER HYDRANT
NUMBER A-423 OR
WATROUS PACER 250
lialLOCATOR STATION
(5EE DETAIL 25)
16 IN. to
0.1 FT.-0.2 FT. 22 IN.
EDGE OF SIDEWALK
OR BACK OF CURB
T-
12 IN.
I
FLOW —FILL
12
54 INCHES
MINIMUM
66 INCHES
MAXIMUM
IYORANT GRAIN OPENINGS
MUST REMAIN CLEAR OF
OBSTRUCTIONS
Yo� RESTRAINED
O p JOINTS
0
6 INCH DIA, PIPE
VALVE BOX
(REFERENCE
SECTION 02641)
T///���TRACER WARE
/ (PVC WATER
/ MAIN ONLY)
1 SWIVEL TEE
/ '41
�O c
°O0 o°pry
°0?I
I
RESILIENT SEAT
GATE VALVE
j
°
18 1N.
/
0O43o°
8 MIL SHEET OF
00 0I
o o°p
HYDRANT GRAVEL
POLYETHYLENE
(REF. SECTION 02644)
BLOCK
I
THRUST BLOCK
f-- 24 INCH MIN.
THRUST BLOCK
(REF. SECTION 02644)
NOTES
NO LANDSCAPING (TREES, SCRUBS, BOULDERS, ETC.), RETAINING
WALLS OR FENCES ALLOWED WITHIN 4 FEET OF FIRE HYDRANT.
FIRE HYDRANT PIPING, VALVES, ETC. SHALL BE WRAPPED IN
POLYETHYLENE.
Cit O{ CCTY OF FORT GOLI0N5 ^� °} °?�0 ° 6//223j/10
Fort Collins OFMM OPERATIONS FIRE HYDRANT INSTALLATION DETAIL
P.O. BOX On, FORT COLIlNs,
����� Co. eoozz (9ro) zzL-evao 3
I,
'��� Kumar &Associates, Inc. 2390 South , CO Street
Ged Environmental
and l Scientists
Engineers Denver, CO 80223
and Environmental Scientists phone: (303) 742-9700
1—�NMI x: -
fa303 7429666
XNNtVERSARY ( )
\ 1989-2014� email kadenver@kumarusa.com
www.kumarusa.com
Office Locations: Denver (HO), Colorado Springs, Fort Collins, and Frisco, Colorado
Prepared By:
Wade Gilbert, P.E.
GEOTECHNICAL ENGINEERING STUDY
PROPOSED INTERSECTION IMPROVEMENTS
VINE DRIVE AND SHIELDS STREET
FORT COLLINS, COLORADO
Reviewed By:
`Z�
Joshua L. Barker, P.E.
Prepared For:
Wilson & Company, Inc.
999 18`t' Street, Suite 2600
Denver, Colorado 80202
Attention: Mr. Steve Gomez, P.E.
Project No. 13-1-338 February 14, 2014
I
CONCRETE NOTES:
CONCRETE PAVEMENT is INCH) CURB
I (DAVIS COLOR OMAHA TAN $084) RAMP I. A FLOODPLAIN USE PERMIT MUST BE APPROVED BEFORE CONSTRUCTION
EXIST. ROW CAN BEGIN IN THE 100 YEAR FLOODPLAIN.
- - 2. A NO -RISE CERTIFICATION MUST BE APPROVED BEFORE CONSTRUCTION
TOE OF FILL CAN BEGIN IN THE FLOODWAY.
_ - N TEMP.CONST,ESMT.
CURB AND GUTTER TYPE 2
--- (SECTION 11-M)
7
1' EXIST. R0W
1,) ! MATCH LINE SEE SHEET - 4
pO I � ,, .; CONCRETE CURB RAMP
AN O } I I: I TEMP. CONST. ESMT
DINT .
ST0.t I 0.24,12'LT } N •—� to'{r 8'CONC. SIDEWALK (B INCH)
1'n )f
TEMP. 0o 81C0NC.'9 END CURB AND GUTTER TYPE 2 (SECTION l]-0) CURB AND GUTTER TYPE 2 (SECTION 11-8)
CONST. M AN p0 T SIDEWAL
DRIVEWAY ESMT. 5'CONC. ST26.86'LT (6 INC) BEGIN CURB AND GUTTER TYPE 2 (SECTION II-M) .. ; I HMA (PATCHING)(ASPHALT)
STA 30+50.15 SIDEW.,j5((,,I$ _-_ _ _ _ 7` CONC. PROPOSED ROW CURB �,�•PE 2 i FENCE (SPECIAL)
29.30 LT. (8 1NChO--n 1 SIDEWALK B'UTIL ESMT. (SECTION 8) I I
28' WIDTH _._ _,_ MINOR RETAINING WALL
28.5' LENGTH EX - 7ST. ROW -, . ••- i; ' r nt g
GUTTER (SPECIAL) p 4 V d+,
STA. 30+16.91A 26,74' LT•--- \ N
ANGLE POINT m CURB TYPE � M I �' �
100 YEAR CITY CURB TYPE 7 ""(SEC TfON`14) \ H
FLOODWAY (SECTION U) - �. J W
CONCRETE `
n - - CURB -RAMP'
VINE DRIVE
STA 3D+16.91
- �`J/INE D w
ANGLE POINT ,........1................... 2L62' _ )0+ N
STA. 3O+16,91A 25.26' RT _ to _ Z
n z
CURB MID GUTTER TYPE 2 OC
(SECTION 11-8) --- — — — v O _ r
- ¢ CONCRETE TRUCK
ANGLE POINT __ __ ____—_ ' � " ..� - T' APRON
STA. 3O+ 8.61A 25.20' RT SEE BIKE I CURB - A '�' _ �-
ACCESS DETAILS 1 (SECTIO . / \Y- '- I ...I•••••.
1 TOE OF 'L ;L t RI CURB AND GUTTER TYPE 2
1 (SECTION II-B)
CURB TYPE 2 t /
(SECTION B) ; , SIDEWALK (SECTION E)Z�.;t CONCRETE PAVEMENT (8 INCH)
_ f
T CONC.
/ (6 INCH) _ _ iA �J I (DAVIS COLOR OMAHA TAN 5084)
SIDEWALK f I CONCRETE CURB RAMP9}00
100 YEAR
6'UTIL. FLOODPLAINITY MATCH LINE SEE SHEET 3
ESMT.
STA. 32+41.87 N
AN
EXIST. ROW END CURB AND GUTTER TYPE 2 (SECTION 1I-8)
BEGCURB AND CUTTER TYPE 2 (SECTION II-M)
MATCH EXISTING WALK 12'UTIL.
ESMT.
ANGLE POINT CONCRETE PAVEMENT (B INCH)
STA. 3D+92.67, 20.07'RT (DAVIS COLOR OMAHA TAN 5084)
PROPOSED ROW
CURB AND GUTTER TYPE 2
(SECTION I1-M)
FENCE WOOD eo,
(BY OTHERS)
Print Date: 6/4/2015 Sheet Revisions As Constructed VINE & SHIELDS Project No./Code
File Name: RDWY_FLNI SWET_01 DW,,: I Comments Init. � City of No Revlelon¢: ROADWAY PLAN SHEET STU M455-108
Hari.. Scale: 1:40 Vert. Mid. Ae Noted Fort Collins
unit Information Unit Leader Ini(io�e Region 4 LHN Designer: BSH Structure
C� /��, Revised: 18877
I I420 Second Sheet `� Datallar. DWS umbers
q;�•l" Nn, ,.a� = Greeley CO 80631
&i- 1F?1N.1' 15071 »�-ae.a rm =I Phone: �70-350-2126 Vold: Sheet Subset, PLAN I Subset Sheets: t of 5 Shea[ Number 26
Addendum
8125 Intersection Improvements at Vme s 5111ems
TABLE OF CONTENTS
SUMMARY........................ ....... ......... ............................................................................................
1
PURPOSEAND SCOPE OF WORK............................................................................................2
PROPOSEDCONSTRUCTION....................................................................................................2
SITECONDITIONS......................................................................................................................3
SUBSURFACECONDITIONS......................................................................................................3
LABORATORYTESTING.............................................................................................................4
GEOTECHNICAL CONSIDERATIONS........................................................................................5
EXCAVATION AND GRADING CONSIDERATIONS...................................................................5
PAVEMENTTHICKNESS DESIGN..............................................................................................6
PIPELINE RECOMMENDATIONS.............................................................................................11
WATERSOLUBLE SULFATES..................................................................................................13
ELECTRICAL RESISTIVITY AND BURIED METAL CORROSION............................................13
DESIGN AND CONSTRUCTION SUPPORT SERVICES..........................................................14
LIMITATIONS............................................................................................................................14
FIG. 1 - LOCATIONS OF EXPLORATORY BORINGS
FIG. 2 - LOGS OF EXPLORATORY BORINGS AND LEGEND AND NOTES
FIGS. 3 through 5 — SWELL -CONSOLIDATION TEST RESULTS
FIG. 6 - GRADATION TEST RESULTS
FIG. 7 — LABORATORY RESISTIVITY RESULTS
FIG. 8 — MOISTURE -DENSITY RELATIONSHIPS
TABLE I - SUMMARY OF LABORATORY TEST RESULTS
AAPENDIX - DARWinTm AND RIGID PAVEMENT DESIGN CALCULATIONS
SUMMARY
The subsurface conditions encountered in the borings consisted of natural overburden
soils overlain by composite pavement sections consisting of 4.5 to 5 inches of asphalt
surfacing over about 2 inches of aggregate base course. The natural overburden soils
generally consisted primarily of clayey sands and lean clays with variable sand content,
and occasional deeper, poorly graded sands. Based on sampler penetration resistance,
the sands were medium dense to dense with isolated loose and very dense zones, and
the lean clays were stiff to hard.
Groundwater was not encountered in the borings during drilling, and the borings were
backfilled after completion of drilling. Based on relatively low in situ moisture contents of
the soils encountered in the borings, stabilized groundwater is anticipated to be relatively
deep at the site. However, seasonal groundwater perched above shallow clay zones
may occur following precipitation or snow melt.
2. Based on the data from the field exploration and laboratory testing programs, we believe
site subsurface conditions are conducive to support new pavements with limited
subgrade preparation. The anticipated pavement subgrade soils exhibited generally low
swell potential, and subgrade preparation consisting of scarification, moisture
conditioning and compaction of the upper 12 inches of the existing site soils should be
appropriate.
3. The following table presents the minimum pavement thickness recommendations for the
project:
Full Depth
Composite
HMA
HMA/ABC
PCCP
Location
inches
inches
inches
Vine Drive West of
Shields Street
10.5
7.5/11.0
7.5
Vine Drive East of Shields
Street
10.5
7.5/11.0
7.5
Shields Street North of
Vine Drive
11.5
7.5/16.0
8.5
Shields Street South of
Vine Drive
10.5
7.5/11.0
8.0
Intersection of Vine Drive
and Shields Street
12.5
7.5/20.0
9.5
HMA = Hot mix asphalt
ABC = Aggregate base course
PCCP = Portland cement concrete pavement
2
PURPOSE AND SCOPE OF WORK
This report presents pavement thickness design recommendations for the improvements to the
intersection of West Vine Drive and North Shields Street in Fort Collins,. Colorado. The project
site is shown on Fig. 1. The study was conducted in general accordance with the scope of work
outlined in our Subconsultant Agreement with Wilson & Company, Inc.
A field exploration program consisting of exploratory borings was conducted to obtain
information on subsurface conditions. Samples of the soils obtained during the field exploration
program were tested in the laboratory to determine their classification and engineering
characteristics. The results of the field exploration and laboratory testing programs were
analyzed to develop geotechnical engineering recommendations for use in design and
construction of the proposed intersection improvements.
This report has been prepared to summarize the data obtained during this study and to present
our conclusions and recommendations based on the proposed construction and the subsurface
conditions encountered. Design parameters and a discussion of geotechnical engineering
considerations related to construction of the proposed intersection improvements are included in
the report.
PROPOSED CONSTRUCTION
We understand that the intersection will be converted to a single -lane roundabout. Construction
of the roundabout will include roadway improvements extending approximately 250 to 300 feet
from the center of the intersection in the east, south and west directions, and approximately 600
feet to the north. Improvements include widening of the roadways, realignment of the
approaches to the intersection and associated sidewalks, construction of bike paths, and
possible relocation and/or upgrading of existing buried utilities. Grade changes are anticipated
to be minor. Existing pavement will be replaced with new asphalt and/or concrete pavement
sections.
If the proposed construction varies significantly from that generally described above or depicted
in this report, we should be notified to reevaluate the conclusions and recommendations
provided herein.
Kumar & Associates. Inc.
3
SITE CONDITIONS
The project site is located in the northwest portion of Fort Collins and about a third of a mile
south of the Cache La Poudre River. At the time of this study, the subject roadway segments
consisted of two-lane, asphalt -paved arterials with asphalt- and gravel -surfaced shoulders. The
roadways and surrounding areas are relatively flat, with site grades generally sloping gradually
down toward the north-northwest with an overall grade change of less than 10 feet. There are
generally minor grade differences beyond the roadway shoulders. Portions of the surrounding
properties north of Vine Drive are apparently located within the 100-year flood zone of the
Cache La Poudre River.
SUBSURFACE CONDITIONS
The subsurface conditions at the site were explored by drilling five (5) exploratory borings to
depths of about 10 feet below ground surface. The approximate locations of the exploratory
borings are shown on Fig. 1. Graphic logs of the borings are presented on Fig. 2, along with a
legend and associated explanatory notes describing the soils encountered.
The exploratory borings were advanced through the overburden soils using solid, 4-inch-
diameter continuous -flight augers. Samples of the soils encountered in the borings were
obtained with a 2-inch diameter California -type drive sampler driven into the various strata with
blows from a 140-pound hammer falling 30 inches. This sampling procedure is similar to the
standard penetration test (SPT) described by ASTM D 1586. Penetration resistance values,
when properly evaluated, indicate the relative density or consistency of the soils encountered.
Subsurface Soil and Bedrock Conditions: The subsurface conditions encountered in the borings
consisted generally of natural overburden soils. Although not identified in the borings, minor fills
consisting of locally derived soils may be present in places. Composite pavement sections
consisting of asphalt over an aggregate base course layer were encountered at the boring
locations. The asphalt surfacing ranged in thickness from about 4.5 to 5 inches at the boring
locations, and the thickness of the aggregate base course layer was estimated to be about 2
inches at all of the boring locations.
The natural overburden soils generally consisted primarily of clayey sands and lean clays with
variable sand content, and occasional deeper, poorly graded sands. The sands were fine to
coarse grained with occasional gravel, slightly moist to moist, and brown to red -brown. The
lean clays consisted of lean clay with sand to sandy lean clay with isolated gravel and were
moist and brown to red -brown. Based on sampler penetration resistance, the sands were
Kumar 8 Associates. Inc.
Is
medium dense to dense with isolated loose and very dense zones, and the lean clays were stiff
to hard.
Groundwater Conditions: Groundwater was not encountered in the borings during drilling, and
the borings were backfilled after completion of drilling. Based on relatively low in situ moisture
contents of the soils encountered in the borings, stabilized groundwater is anticipated to be
relatively deep at the site. However, seasonal groundwater perched above shallow clay zones
may occur following precipitation or snow melt.
LABORATORY TESTING
Laboratory testing was performed on selected soil samples obtained from the borings to
determine soil moisture content, dry density, gradation, Atterberg limits, swell -consolidation
characteristics, concentration of water soluble sulfates, pH, electrical resistivity, moisture -
density relationship (standard Proctor), and R-value (Hveem Stabilometer). The results of the
laboratory tests are shown to the right of the logs on Fig. 2 and summarized in Table 1. The
results of specific laboratory tests are graphically plotted on Figs. 3 through 8. The testing was
conducted in general accordance with recognized test procedures, primarily those of the
American Society for Testing of Materials (ASTM) and the American Association of State
Highway and Transportation Officials (AASHTO).
Swell -Consolidation Testinq: Swell -consolidation tests were conducted on samples of the
natural clayey sand and lean clay soils in order to determine their compressibility and swell
characteristics under loading and when submerged in water. Each sample was prepared and
placed in a confining ring between porous discs, subjected to a surcharge pressure of 200 psf,
and allowed to consolidate before being submerged. The sample height was monitored until
deformation practically ceased under each load increment.
Results of swell -consolidation tests are presented on Figs. 3 through 5 as plots of the curve of
the final strain at each increment of pressure against the log of the pressure. Based on the
results of the laboratory swell -consolidation testing and the criteria outlined in the Larimer
County Urban Area Street Standards, the tested soils generally exhibited low swell potential
(less than 1%) when wetted under the applied surcharge pressure. One sample of lean clay
with sand exhibited medium swell potential (less than 2%).
Index Properties: Samples were classified into categories of similar engineering properties in
general accordance with the Unified Soil Classification System. This system is based on index
properties, including liquid limit and plasticity index and grain size distribution. Values for
Kumar & Associates, Inc.
92
moisture content, dry density, liquid limit and plasticity index, and the percent of soil passing the
U.S. No. 4 and 200 sieves are presented in Table I and adjacent to the corresponding sample
on the boring logs. A grain size distribution curve is presented on Fig. 6.
GEOTECHNICAL CONSIDERATIONS
Based on the data from the field exploration and laboratory testing programs, we believe site
subsurface conditions are conducive to support new pavements with limited subgrade
preparation. The anticipated pavement subgrade soils exhibited generally low swell potential,
and subgrade preparation consisting of scarification, moisture conditioning and compaction of
the upper 12 inches of the existing site soils should be appropriate
EXCAVATION AND GRADING CONSIDERATIONS
Temporary Excavations: We assume that the site excavations will be constructed by generally
over -excavating the side slopes to a stable configuration where enough space is available. All
excavations greater than 4 feet in depth should be constructed in accordance with OSHA
requirements, as well as state, local and other applicable requirements. The natural granular
overburden soils classify as OSHA Type C soils, and the natural lean clays classify as OSHA
Type B soils.
Groundwater was not encountered in the borings at the time of exploration. However, it is
possible that some seasonal perched groundwater conditions may be encountered, particularly
where lean clay lenses and layers are present. If encountered, we believe that dewatering can
generally be effectively handled using trenches and sumps within the excavations.
Surface water runoff into the excavations can act to erode and potentially destabilize the trench
slopes and result in soft ground conditions along the trench bottom, and should not be allowed.
Diversion berms and other measures should be used to prevent surface water runoff into the
trenches from occurring. If significant runoff into the excavations does occur, further excavation
to remove and replace the soft subgrade materials or stabilize the slopes may be required.
Permanent Cut and Fill Slopes: Based on our experience with soils similar to those
encountered on the site, we recommend that permanent fill slopes and cuts in existing
overburden soils be constructed no steeper than 2H:1V based on stability requirements and
3H:1 V for reducing erosion susceptibility. No formal stability analyses were performed to
evaluate the slopes recommended above. Published literature and our experience with similar
cuts and fills indicate the recommended slopes should have adequate factors of safety. If a
Kumar & Associates, Inc.
r�
L
detailed stability analysis is required, we should be notified. The risk of slope instability will be
significantly increased if seepage is encountered in cuts, and a stability investigation should be
conducted to determine if the seepage will adversely affect the cut.
Slopes of 2H:1 V constructed of or excavated in on -site natural soils are expected to be
moderately to highly susceptible to surface erosion under moderate sheet flows and highly
susceptible to erosion under concentrated flows. Susceptibility to erosion can be limited by
constructing the slopes at flatter inclinations, as recommended above, by establishing an
appropriate vegetative cover or providing appropriate erosion protection, and by diverting runoff
away from the slopes.
To provide a uniform base for fill placement, the ground surface underlying all fills should be
carefully prepared by removing all organic matter. scarifying to a depth of 12 inches, and re -
compacting to 95% of the standard Proctor (ASTM D 698) maximum dry density at moisture
contents within 2 percentage points of optimum. Fills should be benched into cuts or natural
slopes exceeding 4H:1 V. Vertical bench heights should be between 2 and 4 feet. As previously
discussed, the roadway alignments and surrounding areas are relatively flat,
PAVEMENT THICKNESS DESIGN
A pavement section is a layered system designed to distribute concentrated traffic loads to the
subgrade. Performance of the pavement structure is directly related to the physical properties
of the subgrade soils and traffic loadings. Soils are represented for pavement design purposes
by means of a soil support value for flexible pavements and a modulus of subgrade reaction for
rigid pavements. Both values are empirically related to strength.
Pavement design procedures are based on strength properties of the subgrade and pavement
materials assuming stable. uniform conditions. Certain soils, such as those encountered on this
site, are potentially expansive and can require additional precautions to provide for adequate
pavement performance. Expansive soils are problematic only if a source of water is present.
While the site subgrade soils are expected to have nil to low swell potential, differential
movement could result if those soils are wetted. Pavement design procedures address
expansive soils only by assuming they will not become wetted, and proper surface drainage is
essential for adequate performance of pavement on these soils.
Kumar & Associates, Inc.
The pavement thickness design provided herein is based on AASHTO design methodology and
is the standard practice used across the Front Range and required methodology per the Larimer
County Urban Area Street Standards.
Subgrade Materials: Samples of the on -site materials classified as A-6 soils with group indices
between 1 and 14. in accordance with the American Association of State Highway and
Transportation Officials (AASHTO) soil classification system. An R-value less than 5 was
determined for on -site clayey sand soils. Based on our experience and CDOT design
procedures, a minimum R-value of 5 was used for the site subgrade soils. An R-value of less
than 5 correlates to a subgrade resilient modulus (MR) of 3,025 psi in accordance with CDOT
procedures. A corrected modulus of subgrade reaction of 34 pci was used for design of the
rigid pavement sections.
Design Traffic: The design traffic for the intersection improvements was based on information
provided by Wilson & Company supplemented by traffic data from the City of Fort Collins'
website. The data included current average daily traffic (ADT) volumes for the roadway
segments and the intersection, distribution of vehicle types based on traffic count data, and
anticipated traffic growth rates. ADT volumes were calculated for 20-year design periods based
on a starting year of 2015 and an average annual traffic growth rate of 1.5 percent. The ADT
volumes for Year 2015 were linearly interpolated from ADT volumes for Year 2013.
CDOT methodology was used to determine the number of 18-kip equivalent single axle loads
(ESALs) for pavement thickness design. The following vehicle traffic distribution percentages
were used for calculating the ESALs for all of the subject street segments.
Percent ADT
Vine Drive
Shields
Shields
Intersection of
Vine Drive
East of
Street North
Street
Vine Drive
West of
Shields
of Vine
South of
and Shields
Vehicle Category
Shields Street
Street
Drive
Vine Drive
Street
Cars and Light
Trucks
93.4
88.9
84.6
94.2
90.1
Single -Unit Trucks
5.3
9.6
13.1
4.4
8.2
Combo -Unit Trucks
0.7
0.8
1.5
1.1
1.1
Transit Busses
0.6
0.7
0.8
0.3
0.6
The CDOT method applies different load equivalency factors to specific vehicle categories. The
following vehicle load equivalency factors were used for calculating the ESALs for all of the
subject street segments. The load equivalency factors for the car and truck categories are per
Kumar & Associates. Inc.
f3
CDOT. CDOT includes busses in the single -unit truck category. However, axle loads for transit
busses can be significantly higher than most single -unit trucks. Accordingly, we have used a
larger equivalency factor based on criteria from the standards established by the Metropolitan
Government Pavement Engineers Council (MGPEC). If different vehicle distributions or load
equivalency factors are required, we should be contacted to reevaluate our recommendations.
Vehicle Category
Vehicle Load E ivalency Factors
Hot Mix Asphalt Pavement
HMA
Portland Cement Concrete
Pavement
PCCP
Cars and Light Trucks
0.003
0.003
Single -Unit Trucks
0.249
0.285
Combo -Unit Trucks
1.087
1.692
Transit Busses
3.848
3.848
The following table summarizes the calculated ADT volumes and design ESALs for each street
segment based on the available traffic data. The ESALs for Vine Drive and Shields Street are
based on a lane distribution factor of 0.6 for two-lane roadways per CDOT methodology for
determining the design lane traffic. For the single -lane roundabout, a lane distribution factor of
1.0 was used.
Street Segment
Design
20-Year Mid-
Point ADT
20-Year
Flexible ESAL
20-Year
Rigid
ESAL
Vine Drive West of Shields Street
3,640
744,521
842,465
Vine Drive East of Shields Street
1,768
481,770
546,024
Shields Street North of Vine Drive
5,100
1,837,236
2,145,304
Shields Street South of Vine Drive
4,638
756,782
924,764
Intersection of Vine Drive and Shields Street
7,740
3,286,498
3,829,313
The Larimer County Urban Area Street Standards require designing the thickness of arterial
pavements based on a minimum 20-year design ESAL of 750,000. Accordingly, the flexible
pavement sections for Vine Drive both east and west of Shields Street are based on a 20-year
design ESAL of 750,000, instead of the values listed in the above table. To calculate the 20-
year ESAL values for Vine Drive, the ADT values for those street segments were adjusted,
resulting in 20-year rigid design ESALs of 850,106 for Vine Drive east of Shields Street and
848,804 for Vine Drive west of Shields Street. If ADT volumes, lane distribution factors, and
Kumar 8 Associates, Inc.
G
the 20-year design ESALs are known to be different from those listed above, we should be
provided with this information in order to reevaluate the pavement sections provided below.
Pavement Sections: Pavement sections were determined by using the 1993 AASHTO
pavement design procedure for flexible pavements and the 1998 AASHTO Supplemental Guide
for rigid pavements. Although full -depth asphalt pavement sections are not typically allowed per
the Larimer County Urban Area Street Standards, we understand that full -depth sections may
be considered under certain circumstances and have included them for the subject street
segments. We have also included full -depth and composite flexible pavement sections for the
intersection. although we understand that a Portland cement concrete pavement section will
likely be used for the intersection. The DARWinTM Pavement Design and Analysis System
computer program was used in the analysis of the flexible pavement sections, and the LTPP
RIGID pavement program was used in the analysis of the rigid pavement sections. The
printouts of the results of the DARWinTm and RIGID programs are presented in Appendix A and
summarized below:
Full Depth
Composite
HMA
HMA/ABC
PCCP
Location
inches
(inches)
(inches)
Vine Drive West of Shields
Street
10.5
7.5/11.0
7.5
Vine Drive East of Shields
Street
10.5
7.5/11.0
7.5
Shields Street North of Vine
Drive
11.5
7.5/16.0
8.5
Shields Street South of Vine
Drive
10.5
7.5/11.0
8.0
Intersection of Vine Drive
12.5
7.5/20 0
9.5
and Shields Street
hiwH = hot mix aspnait
ABC = Aggregate base course
PCCP = Portland cement concrete pavement
We have determined the composite pavement sections based on the minimum HMA thickness
of 7.5 inches as required by the Larimer County Urban Area Street Standards. If a thicker HMA
layer is desired, the ABC can be reduced using a ratio of 4:1 (4 inches ABCA inch HMA). In
determining the thickness of the pavement section components, a structural coefficient of 0.44
was assumed for asphalt materials as prescribed for SuperPave paving materials, and a
structural coefficient of 0.11 was used for the ABC, based on gradation criteria for CDOT Class
6 aggregate base course.
Kumar & Associates. Inc.
N
CURB AND GUTTER TYPE 2
(SECTION II-8)
CURB AND GUTTER TYPE 2
8'CONC. (SECTION 1-8)
s10EwA(6 INCH) MATCH LINE SEE SHEET 4
TOE OF FILL }QQ I PLAT
UTIO ESMT. PER
_EXIST. ROW I Ex[ST. R W {�PLAt OF SNYDER
I', ,'�CONCRE�I� CURB R�I`{°R' MINOR SUED. ANGLE POINT
CONCRETE PAVEMENT TEMP• )f N PROP ED IROW `� 1 I CONCRETE PAVEMENT STA. 34+97.52, 14.2W LT
(8 INCH)(COLORED) CONST.� .r llllll _` (8 INCH)(DAVIS COLOR
ESMT. / ; ) TEMP.I I �`'-� ' OMAHA TAN 5084) ANGLE POINT
PROPOSED ROW / 1 COMT." }
/� _� \``�.l STA¢35456.46, 17.82'LT
/ 11/ ESMT. M i i DRIVEWAY
8'CONIC. =
1' STA 34+74.27 ¢
SIDEWALK I N 1 FENCE (SPECIAL) O i w
LT. 18.07
(6 INCH) RETAINING WALL 48'WIDTH + tic
I. HMA (PATCHING)(ASPHALT) ILL LENC� on to
8' CONC. SIDEWALK (6 INCH)
W M ". CONCRETE /i s i
N _ _ _ j n ` CURB RAMP
Z iQ -
, VINE DRIVE
� ( STA 35+56.92
;VINE- OR -
ry
...nn.. ..............b v.
_i
r -
%IST. ROW
1 1 %1ST ROW - .� t...__
l00 YEAR FLOOD PLAIN "' 1�- - -- 'I MATCH EXI TINE WALK
I• 41CDNCII SIDEWALK (INCH) II
TOE OF FILL / ANGLE POINT CURB AND GUT ER TYPE 2 a as an e.•
FENCE WOOD T ,-GSEC"TION ]I-
`�- i '( ST0.144+8�33, 19.76' RT - 1
(BY OTHERS)
r 6 SEE BIKE ACCESS DETAILS
6'PROPDSEO :: I TEMP. CONST. ESMT.
UTILITY
EASEMENT MATCH LINE SEE SHEET 3 ANGLE POINT 1
SEE LANDSCAPE DETAILS STA 34+46.42, 17.01' RT
CONCRETE PAVEMENT (8 INCH)
PROPOSED ROW (DAVIS COLOR OMAHA TAN 5084)
CURB AND GUTTER TYPE 2 (SECTION II-M) 8'CONC. SIDEWALK (6 INCH)
8'CONC. SIDEWALK (6 INCH) CONCRETE CURB RAMP
CONCRETE TRUCK APRON CONCRETE PAVEMENT (8 INCH) STA, 34+05.49
(DAVIS COLOR OMAHA TAN 5084) END CURB AND GUTTER TYPE 2 (SECTION II-M)
BEGIN CURB AND GUTTER TYPE 2 (SECTION II-B) EXIST, ROW
CURB AND CUTTER TYPE 2 PROPOSED ROW
(SECTION 1-9) TOE OF FILL
Print Date:6/4/2015 Sheet Revisions As Constructed VINE & SHIELDS Project No./Code
File Name: ROWY-PLM SHM-92 Comments lnit" City of No Revisions: ROADWAY PLAN SHEET STU Mass -TDB
Horiz. Scale: 1:40 Vert. Scale: As Not-1 Q CAr1 �OI I •nC
Unit Information Unit Leader Inmo, RBV107nLIHIN Fort lu s Daeipner: BSH Structure
C] Revlead: 18877
1420 Second Street Number.
—. 00 °�°'°° r C� Creel< CO 80631 Detaller: OWS
SCUNYfi1JY i°U.e..: No ,'"°, Y' void: Sheet Number 27
Phone: 970-350-2126 Sheat Subset: PLAN Subset Sheets: 2 0( 5Addend.. 1
8125 Intersection Improvements BI Vine 6 Shields
.ape er ...a.
10
The rigid pavement section was calculated assuming that the pavement would be constructed
having the panels doweled at transverse joints and tied shoulders. If other construction
conditions are desired, we should be contacted to reevaluate our recommendations.
Pavement Material Type Recommendations: Both HMA pavement and PCCP should meet the
latest requirements of the CDOT Standard Specifications for Road and Bridge Construction.
PCCP should meet Class P specifications and requirements. We recommend that HMA
pavement placed for the project is designed in accordance with the SuperPave gyratory mix
design method. The mix should meet Grading S requirements. A SuperPave gyratory design
revolution (NprsiGN) of 75 should be specified in the project documents for the street segments
outside of the roundabout, and a NoEsiGN of 100 should be specified for the roundabout. A PG
64-22 asphalt cement should be used for the HMA mix.
ABC used beneath HMA pavements, and beneath PCCP if specified for levelling or as a
working surface, should meet the requirements for Class 6 aggregate base course in
accordance with CDOT specifications. The ABC should be compacted to a minimum of 95
percent of the modified Proctor (AASHTO T 180) maximum dry density at moisture contents
within 2 percentage points of optimum.
Pavement Subgrade Preparation: Prior to placing the pavement section, subgrade soil
consisting of natural soil should be thoroughly scarified and well mixed to a depth of at least 12
inches, adjusted to moisture content within -1 to plus 3 percentage points of optimum and
compacted to 95% of the standard Proctor (ASTM D 698) maximum dry density. If the
subgrade soils consist of existing fills, the top 12 inches of the existing fill should be removed
and the underlying soils prepared as recommended above prior to re -compacting the removed
material or placement of imported structural fill.
Proofrolling should be performed after the specified compaction is obtained. Proofrolling should
be performed with heavy rubber -tired equipment with a tire pressure of at least 100 psi and
capable of applying a minimum load of 18-kips per axle. Pavement design procedures assume
a stable subgrade. Areas that deform excessively under heavy wheel loads are not stable and
should be removed and replaced to achieve a stable subgrade prior to paving.
Pavement Drainage: The collection and diversion of surface drainage away from paved areas
is extremely important to the satisfactory performance of the pavement. Drainage design
Kumar 8 Associates. Inc.
11
should provide for the removal of water from paved areas and prevention of wetting of the
subgrade soils.
PIPELINE RECOMMENDATIONS
Pipe Backfill: Bedding material supporting the pipe bottom should consist of an uncompacted
layer of imported material meeting the City's specifications for pipe bedding. We recommend a
minimum uncompacted bedding thickness of 6 inches be considered, although the bedding
layer should be of adequate thickness to fully support the pipes when seated on top of the
bedding and may be thicker depending on the pipe diameter.
The pipe -zone material placed above the bedding and surrounding the pipe should consist of
imported granular material meeting the City's specifications, and should be compacted in
accordance with the City's specifications or, alternatively, to at least 75% relative density (ASTM
D 4253 and ASTM D 4254) along segments of the alignment within City streets and to at least
70% relative density elsewhere along the alignment to provide the required support around the
pipe. The pipe -zone material should also be placed and compacted in accordance with the
requirements of the pipe manufacturer. Since the pipe alignments are expected to be within
paved roadways, we have recommended the higher relative density criteria to help mitigate
potential backfill settlement. Special care should be taken to provide adequate compaction
below the haunches of the pipe using a concrete vibrator, vibratory plates or other light
compaction equipment as needed. In confined areas of the pipeline where compaction is
difficult. placement of a cementitious flow fill around the pipe should be considered.
Backfill placed above the pipe -zone materials to the pavement subgrade, or the ground surface
outside of roadways, should consist of suitable on -site soil obtained from the pipeline
excavation. Suitable soils should have a maximum size of 3 inches, a plasticity index of less
than 25, and a liquid limit of less than 50, and should be generally free of claystone fragments,
organics, wood, or other deleterious material that could decay over time. The backfill should be
compacted to at least 95% of the standard Proctor (AASHTO T99) maximum dry density at
moisture contents within 2 percentage points of optimum for granular soils and within -1 to +3
percentage points of optimum for clay soils.
Variable moisture contents were indicated for the soils encountered in the exploratory borings.
The contractor should anticipate that processing to add water, or allow time for material to dry
out, will likely be required.
Kumar & Associates, Inc.
12
The pipe should be buried an adequate depth below the surface to limit pipe deflections caused
by traffic loading. The minimum burial depth required for the pipe will depend on the material
and physical properties of the pipe, the soil/structure interaction between the pipe and the
backfill material, and traffic loading conditions. We recommend that the pipe burial depth be at
least 3 feet and satisfy manufacturer requirements for maximum allowable deflection and
minimum burial depth.
Pipeline Design Parameters: We recommend that a modulus of soil reaction, E', of 1,600 psi be
used for the design of pipe -zone material placed on the sides of the pipe, provided the pipe -
zone material is compacted following the requirements presented above. For evaluating the
load on the pipe due to the backfill above the pipe, we recommend using a compacted unit
weight of 125 pcf and a Rankine's ratio of 0.33 for compacted trench -zone backfill consisting of
existing on -site soils. We recommend using a coefficient of friction of 0.30 between backfill
consisting on excavated on -site soils and the soils exposed on the trench walls.
Thrust Forces: Above a depth of 12 feet, thrust blocks used for water lines to resist thrust
forces at horizontal bends in the pipe should be designed using an allowable bearing pressure
based on an equivalent fluid density of 250 pcf. The allowable bearing pressure should be
calculated by multiplying the equivalent fluid density value by the depth in feet below ground
surface corresponding to the mid -point height of the face of the thrust block. For thrust blocks
with a mid -point depth of 12 feet or more, a maximum allowable bearing pressure of 3,000 psf
should be used.
For PVC pipe and poly -wrapped ductile iron pipe, if used, resistance to thrust forces resulting
from frictional resistance developed between the pipe and the pipe -zone backfill should be
evaluated using a coefficient of friction of 0.40. The coefficient of friction recommended above
assumes mobilization of the ultimate soil strength, a suitable factor of safety should be used for
design.
Construction Monitoring and Instrumentation: Pipeline sections may be located adjacent to
existing sidewalks, structures and private landscape areas. To mitigate against potential
damage to adjacent structures, and provide information for evaluating potential claims of
damage, we recommend that a pre -construction survey of existing sidewalks, buildings and
other structures located adjacent to the proposed excavations be performed prior to beginning
the trench excavations. The condition of existing structures, including existing cracks or other
distress features should be documented in writing and with videos and/or photographs as
Kumar & Associates, Inc.
13
appropriate. Representatives of the general Contractor, the City of Fort Collins, and the
geotechnical engineer should perform the survey, in addition to private owners of the structures
where appropriate.
In areas where the trenches are in close proximity to existing sensitive structures,
instrumentation monitoring of the structure should be considered. If possible, requirements and
locations for instrumentation including survey points, crack monitors, or other instrumentation
should be established during the pre -construction survey.
WATER SOLUBLE SULFATES
The concentration of water-soluble sulfates measured in samples obtained from the exploratory
borings was 0.0%. This concentration of water-soluble sulfates represents a Class 0 to Class 3
level of severity for exposure in accordance with the guidelines presented by the American
Concrete Institute (ACI). The guidelines have severity levels for potential exposure of Class 0
through Class 3 as indicated by ACI 201.2R. Based on the laboratory test results, special
sulfate resistant cement generally would not be required for concrete exposed to the on -site
soils.
ELECTRICAL RESISTIVITY AND BURIED METAL CORROSION
The potential for corrosion of buried metals or metal pipes placed beneath the ground surface at
the site was evaluated based on the results of laboratory tests on a composited sample from the
exploratory borings. The sample was tested to determine pH and electrical resistivity. The
results of pH testing indicated the tested material was slightly basic, and should have a
negligible effect on corrosion.
The results of the electrical resistivity testing are plotted on Fig. 7 and indicate a minimum
resistivity of 390 ohm -centimeters at a moisture content of about 33 percent and a resistivity of
1,080 ohm -cm at the in -situ moisture content of the sample. Based on the resistivity test
results, the natural on -site clayey soils would generally be classified as very corrosive at in situ
moisture contents less than about 15 percent, moderately corrosive at in situ moisture contents
between about 10 and 15 percent, and mildly to slightly corrosive at moisture contents of less
than about 10 percent. The corrosion classification is based on a range of slightly, mildly,
moderately, to very corrosive as presented by the U.S. Bureau of Reclamation.
Kumar & Associates, Inc.
14
Based on laboratory test results, the in situ moisture contents of the natural on -site soils were
generally greater than 10 percent and frequently above 15 percent. The natural soils are
expected to exhibit poor drainage characteristics.
Corrosion of buried metal is a complex process and requires an understanding of the combined
effects of pH, ion content, electrical resistivity, soil moisture, and other conditions not evaluated
as part of this study. We recommend a qualified corrosion engineer review the information
presented herein to determine the need for an appropriate level of corrosion protection for
buried metals at the site.
DESIGN AND CONSTRUCTION SUPPORT SERVICES
Kumar & Associates, Inc. should be retained to review the project plans and specifications for
conformance with the recommendations provided in our report. We are also available to assist
the design team in preparing specifications for geotechnical aspects of the project, and
performing additional studies if necessary to accommodate possible changes in the proposed
construction.
We recommend that Kumar & Associates, Inc. be retained to provide construction observation
and testing services to document that the intent of this report and the requirements of the plans
and specifications are being followed during construction. This will allow us to identify possible
variations in subsurface conditions from those encountered during this study and to allow us to
re-evaluate our recommendations, if needed. We will not be responsible for implementation of
the recommendations presented in this report by others, if we are not retained to provide
construction observation and testing services.
LIMITATIONS
This study has been conducted in accordance with generally accepted geotechnical engineering
practices in this area for exclusive use by the client for design purposes. The conclusions and
recommendations submitted in this report are based upon the data obtained from the
exploratory borings at the locations indicated on Fig. 1, and the proposed type of construction.
This report may not reflect subsurface variations that occur between the exploratory borings,
and the nature and extent of variations across the site may not become evident until site grading
and excavations are performed. If during construction, fill, soil, rock or water conditions appear
to be different from those described herein, Kumar & Associates, Inc. should be advised at once
so that a re-evaluation of the recommendations presented in this report can be made. Kumar &
Kumar & Associates, Inc.
15
Associates, Inc. is not responsible for liability associated with interpretation of subsurface data
by others.
JWG/jw
cc: book. file
Kumar & Associates, Inc.
No Text
BORING i
BORING 2
BORING 3
BORING 4 BORING
5
43/12
22/12
WC=10.3
WC=15.5
0
(5)
DD=120.1
(5)
(5)
(4.5) 22/12
(5)
DO=109.9
0
(2)::.
-200=43
(2)'..1
3t /12
(2)
WC=12.0
(2J (2)
-200=52
22/12
LL=23
PI=12
WC=166
iDD=I Ii9
DD=122.4
WSS=O
ALL=30
iP1=12
WC=17.6
WSS=O
i
iA-6 (3)
w
9/12
A-5 (1)
431/12
14/12
120/12
W -
WC=1
WC7.5
'D0=108.0
19/12
jWC=15. 5
WC=13.4
�WC-16.3
I 5
-200=40
WC-16.9
DO=712.5
I_200=68
DD=115J
-200=55
ADD=110.7 5 I
-200=80
u
LL=35
DD=112.5
iLL=32
LL=28
iLL=35 u
o
PI=27
'PI=16
PI=14
;PI=19
WSS=O
:A-6 (8)
-. A-6 (4)
:A-6 (ib)
A-6 (5)
I
50/6
12/12
,
50/6
25/12
33/12
10
WC=12.7
WC=8.2 10
DD=123.4
DO=130.3
+4=1
-200=68
LL=34
PI=23
WSS=O
pH=7.57
RES=390
LEGEND
(5) 1
ASPHALT, THICKNESS IN INCHES SHOWN IN PARENTHESES TO LEFT OF THE LOG.
(2) BASE COURSE. THICKNESS IN INCHES SHOWN IN PARENTHESES TO LEFT OF THE LOG.
a
LEAN CLAY WITH SAND TO SANDY LEAN CLAY (CL). STIFF TO HARD, FINE TO COARSE SAND,
ISOLATED GRAVEL, MOIST, BROWN TO RED -BROWN.
F71CLAYEY SAND (SC), MEDIUM DENSE TO DENSE WITH ISOLATED LOOSE ZONES, FINE TO
COARSE WITH OCCASIONAL GRAVEL, MOIST, BROWN TO RED -BROWN.
POORLY -GRADED SAND WITH SILT (SP-SM), MEDIUM DENSE TO VERY DENSE, FINE TO
COARSE WITH OCCASIONAL GRAVEL. SLIGHTLY MOIST, BROWN.
DRIVE SAMPLE, 2-INCH I.D. CALIFORNIA LINER SAMPLE.
22/112 DRIVE SAMPLE BLOW COUNT, INDICATES THAT 22 BLOWS OF A 140-POUND HAMMER
FALLING 30 INCHES WERE REQUIRED TO DRIVE THE SAMPLER 12 INCHES,
DISTURBED BULK SAMPLE.
A-6
NOTES
1. THE EXPLORATORY BORINGS WERE DRILLED ON DECEMBER 23, 2013 WITH A 4-INCH DIAMETER
CONTINUOUS FLIGHT POWER AUGER.
2. THE LOCATIONS OF THE EXPLORATORY BORINGS WERE MEASURED APPROXIMATELY BY PACING
FROM FEATURES SHOWN ON THE SITE PLAN PROVIDED.
3. THE ELEVATIONS OF THE EXPLORATORY BORINGS WERE NOT MEASURED AND THE LOGS OF THE
EXPLORATORY BORINGS ARE PLOTTED TO DEPTH.
4. THE EXPLORATORY BORING LOCATIONS SHOULD BE CONSIDERED ACCURATE ONLY 70 THE DEGREE
IMPLIED BY THE METHOD USED.
5. THE LINES BETWEEN MATERIALS SHOWN ON THE EXPLORATORY BORING LOGS REPRESENT THE
APPROXIMATE BOUNDARIES BETWEEN MATERIAL TYPES AND THE TRANSITIONS MAY BE GRADUAL.
6. GROUND WATER WAS NOT ENCOUNTERED IN THE BORINGS AT THE TIME OF DRILLING.
7. LABORATORY TEST RESULTS:
WC = WATER CONTENT X) (ASTM D 2216);
DO = DRY DENSITY (pc1 (ASTM D 2216);
+4 = PERCENTAGE RETAINED ON NO. 4 SIEVE ASTM D 422);
-200 - PERCENTAGE PASSING NO. 200 SIEVE ASTM D 1140);
LL = LIQUID LIMIT (ASTM D 4318);
PI = PLASTICITY INDEX (ASTM 0 4318);
R = HVEEM R-VALUE (AT 300 psi) (ASTM D 2844);
RE = MINIMUM LABORATORY RESISTIVITY (ohm -cm.) (ASTM G 57);
WSS = WATER SOLUBLE SULFATES (%) (CPL-2103);
PH = HYDROGEN ION CONCENTRATION (ASTM E 70 ;
OMC = OPTIMUM MOISTURE CONTENT (%) (ASTM D 698);
MDD = MAXIMUM DRY DENSITY (pcf) (ASTM D 698).
1 13-1-338 I Kumar & Associates I VINE & SHIELDS INTERSECTION IMPROVEMENTS, FORT COLLINS, COLORADO I LOGS, LEGEND AND NOTES I Fig 2
OF EXPLORATORY BORINGS
SAMPLE OF: Clayey Sand (SC)
FROM: Boring 1 ® 4'
WC = 17.5%, DO = 108.0 pcf
—200 = 40%, ILL = 35, PI = 27
I
Ii
I EXPANSION UNDER CONSTANT
3 j i PRESSURE UPON WETTING
� I
o —2
H
Q
0 �
J j
0
N —3
z
0
0
—4
I j I
Ij
—5
1 to APPLIED PRESSURE — KSF 10 100
SAMPLE OF: Clayey Sand (SC)
FROM: Boring 2 G 1'
WC = 10.3%, DD = 120.1 pcf
1 ( —200 43%, LL = 23, PI 12
I ( I I
EXPANSION UNDER CONSTANT
J PRESSURE UPON WETTING
N 0
I o
o I
N
z —2
o
—3
f
E m amnq ieidIY
m. �..uno wn
nW^ by rc°r.6tt. ,. ^
K r, and the . —. ° - S• l a
nww, °ntl / t_ti,m, irc Swn
—' ce„wnmuon iA,»g nole,m.d »,
_ c°ra°rc..m
to APPLIED PRESSURE — KSF 10 100
m%
13-1 —338 Kumar &Associates SWELL —CONSOLIDATION TEST RESULTS Fig. 3
�
I I
I i
SAMPLE OF: Sandy Lean Clay (CL)
FROM: Boring 3 ® 4'
WC = 15.5%, DO = 112.5 pcf
I
I
I
I
I
I
I
—200 = 68%, LL = 32, PI = 16
I,
I
I
EXPANSION UNDER CONSTANT
I
�
-
I
I
� PRESSURE UPON WETTING
I
I
I
I
I
I
-
-
I
I
T
I
i
-t-
�
•� 1
J
0
I
Z
z
O -1
H
a
0
J
O
-2
O
U
-3
-4
.1 to APPLIED PRESSURE - KSF 10 100
v
1
J
JUj
n 0
i
z
o -1
a
0
J
z -2
0
-3
Eo -4
.1 1A APPLIED PRESSURE - KSF 10 100
13-1-338 Kumar &Associates SWELL —CONSOLIDATION TEST RESULTS Fig. 4
e%
i I
I'll
SAMPLE OF: Sandy Lean Clay (CL)
I
I
! FROM: Boring 4 @ 4'
WC
= 13.4%, DD = 115.7 pcf
I
fI
�
-200 = 55%, LL = 28, PI = 14
I
j
I
EXPANSION UNDER CONSTANT
' PRESSURE UPON WETTING
m.,. on mlm
. mp4Y brt.E
.nen net a
lull nlbVl !b wiltm opPOM o!
I
I
'
humv a,W NWtbt.e, Inp. Swll
Con.W tiv4m I.elYg pno.m.d In
a.Nmc. ate sru o-sus
�
I
I
i
111111111 CURB AND GUTTER TYPE 2
(SECTION II-M)
CONCRETE PAVEMENT
(8 INCH) (DAVIS COLOR
Il- i!f OMAHA TAN 5084)
!i'S FENCE WOOD
_ (BY OTHERS)
B' CONC.
SIDEWALK
(6 INCH)
� CONCRETE
I STD, 8+95.00 CURB RAMP MATCH LINE SEE SHEET CONCRETE TRUCK APRON
SEE LANDSCAPE DETAILS END CURB AND GUTTER TNPE 2 (SECTION I1-8) PROPOSED ROW
BEGIN CURB AND GUTTER YPE 2 (SECTION II-M) 8I yJ'
PROPOSED ROW 6'UTIL. (e INCH)SiDEWALK
CURB AND GUTTER TYPE 2 (SECTION O-B) ESMT. CURB
O TYPE 2 6 I-B) O CONCRETE PAVEMENT (8 INCH)
TOE OF FILL + 6'C /vq (DAVIS COLOR OMAHA TAN 5084)
6' UTIL
ESMT.
W
5' CONC. �'
SIDEWALK _
(6 INCH) v.,.-.'.___:_. n. N
W
IS
W
Z
y J
SEE BIKE ACCESS DETAILS ,^„SHIELDS ST
BEGIN PROJECT
SHIELDS STREET
STA 7+54.95 m r ^ i�
— `. ------ � FENCE (SPECIAL)
MATCH EXISTING WALK — — — - — - j�..•T TEMP. CONST.
—�'^JT ESMT.
CO TE
EXIST. ROW / MCRfl ^•i I PROPOSED ROW
i C
i RqH) (DAAVISVIS / COLOR O TOE OF FILL TAN SOB4) $4+DD HMA (PATCHING) + _'
✓MfNIJAiiAA ) •�
(ASPHALT)
W I e' CONC Qr�
CURB AND GUTTER TYPE 2 — — — _ _ — _I - — T : .. a
j I SIDEWALK (6 INCH) o' xoe �o is,
(SECTION 11-8) TEMP. CONST. ESMT. MATCH LINE SEE SHEET 2 CONCRETE CURB RAMP
S' GONG. SIDEWALK (8 INCH) 6INCH)SIDEWALK
MINOR RETAINING WALL
T CONC. SIDEWALK (6 INCH)
FENCE (SPECIAL)
CURB TYPE 2 (SECTION B) CONCRETE CURB RAMP
SEE BIKE ACCESS DETAILS CONCRETE PAVEMENT (8 INCH)
CONCRETE CURB RAMP (DAVIS COLOR OMAHA TAN 5084)
STA. 9+05.66
END CURB AND GUTTER TYPE 2 (SECTION 11-8)
BEGIN CURB AND GUTTER TYPE 2 (SECTION II-M)
Print Date: 6/4/2015 Sheet Revisions "
File Name: ROWY.PLNI S1EET-03 Date: Comments Init. As Constructed VINE &SHIELDS Project No./Code
City of ROADWAY PLAN SHEET STU M455-108
UnitI formScaleion Vert. t Lea ., Noted Q Fort Collins No Revisions:
Unit Information unit Leader mieols Region 4 LHN Designer: BSH Structure Q /"�!� Revised: 18877
e¢ I420 Seeond Street Numbers
irvnstiir med!¢v Q petaller: OWS
&CUA?N'WY t o5"W )iei ieoi �o:" Q Ore¢Ie 670 80671 Void: Shest Number 26
Addandumrl1 a
Phone: 70-350-2126 Sheet Subset: PLAN Subset She¢le: 3 of 5
3125 Intersection Imorovsments at Vine B Shields Pace 28 of 31
0
v 1
J
J
W
V) 0
I
z
O
H —1
Q
J
O
tn
—2
z
O
U
—3
—4
1
1A APPLIED PRESSURE — KSF 10
100
2
40
J
J
W
can 0
1
z
o
—1
a
0
J
O
z —2
z
a
OU
E6
_T
APPLIED PRESSURE — KSF 10 100
e °
13-1-338
Kumar & Associates
SWELL —CONSOLIDATION TEST RESULTS
Fig. 5
E
SAMPLE OF: Sandy Lean Clay (CL)
FROM: Boring 5 Cm 1'
WC = 15.5%, DO = 109.9 pcf
—200 = 52%, LL = 30, PI = 12
I
i
I
i
I
i
I
I
I
EXPANSION UNDER CONSTANT
PRESSURE UPON WETTING
i
I
i
SAMPLE OF: Lean Clay with Sand (CL)
�
FROM: Boring S ® 4'
WC = 16.3%, DO = 110.7 pcf
�—
I
I
—200 = 80%, LL = 35, PI = 19
_
I
EXPANSION UNDER CONSTANT
I
I PRESSURE UPON WETTING
I
i
I
I
I
I
n.s. tM nwb oppy my to Un
wmga. 1wtM. 1M Mn neat
I
i
I
tlMp rot M naoCpcM, ocept N
. .illaul Ua Mitm ^pVn"a W
NOKvn,ar
I
I,
I
and
Conwlbptlan inllni q pat Inc.
wm�E4N
I
ccertlmcnm •S1Y D-t5t6.
STANDARD SERIES
913
CLEAR SQUARE_11
w--awww��w��ww
�
ww����w��
��ow
.owww�wwww�
wwwwww�
�w����wwwwiww
Aiiiiiiiiiiiiiiii
�����wNw�•�w
wow
VIIIIIIIIIIMIl
--
.
ww•��
waw�•w
w
•
w��
�
�w�s��w
www
�
w��
�
wwa�•��
��
w�ww��wwwww
w��o�wwwwwwwwww��
•
• . 1
•
TIME I IS
01
ww"M��wwwww��w�
ww���
ww����w
ww�vww
w��.www�
w���oww�aw��wwww�w�
ww����
w
1IIIIIIIIII1IIIRI=
VIIIIIIIIIIIIIIIIW
=L_Ku7&
Associates
GRADATION TEST RESULTS
...so
MEN
ROME=
IN
... ,I
:.,.No
....OWNER
ERROR
..�ORION
0
0IN
Q:•■:
a
•■■::::•■aid:.!!:■
Gin
ill
�
�:Q.:.�.
a�i■
Qi■■i
'
a
••••
•Y
�ia�i
Emu
son
■
u■,■n,■
un,
n
.;;.;n..:�;
Via:
••
as
�
•
� :•a:an:
a:a::Aa:i:
aa:
�;;��aaia
MINIMUM
RESISTIVITY AT IN
CURVE
SAMPLE
SOIL OR BEDROCK TYPE
RESISTIVITY
SITU MOISTURE
CONTENT
SYMBOL
IDENTIFICATION
(ohm -cm)
(ohm -cm)
•
BORINGS 3 d< 5 01'-9'
Sandy Lean Clay (CL)
390
1.080
115
NMI
107
105
COMPACTION TEST REPORT
ZAV SpG
2. 60
I V I
9 P1 PI
Water content,
COMPACTION TESTING DATA
1
2
3
4
5
6
WM + WS
4079.0
4207. 0
4227. 0
4193. 0
WM
2263. D
2263.0
2263.0
2263.0
WW + T #1
550.6
556.2
588.7
620.7
WD + T #1
502.4
495.7
516.9
537.3
TARE #1
100.4
71.7
96.2
100.3
WW + T #2
WD + T #2
TARE #2
MOIST.
12.0
14. 3
16.7
19. 1
DRY DENS.
107. 3
112. 5
I11, 3
107. 2
Curve No, 1998
Preparation Method
Rammer: Wt. 5. 5 1b. Drop 12 in,
Type Manual
Layers: No. three Blows per 25
Moist Size 0.03333 cu. ft.
Test Performed on Material
Passing #4 Sieve
%>44 1 Z<No.200 68
Atterberg (D 4318), LL34 PI 23
NM ( D 2216) Sp. G. ( D 854) 2. 6
USCS (D 2487) CL
AASHTO (M 145) A-6(12)
Date, Sampled
Received 12-26-13
Tested 12-31-13
Tested By TM
SIEVE TEST RESULTS
e QTM n_All AeTM n_ttAn
Opening Size
% Passing
Specs.
3/B'
100
#4
99
#8
97
#16
94
#30
90
#50
84
4100
76
#200
68
TEST RESULTS Material Description
Maximum dry density = 112.9 pcf Sandy Lean Clay
Optimum moisture = 14.9
Remarks:
These test results apply only to the samples which were tested.
Protect No. 13-1-338 C t I entt
the testing report shall not be reproduced. except In full. without
rthe written approval of Kumar and Associates, Inc. Prot ec tt Vine and Shields Moisture/densiy, relationships performed in accordance with A571V
m D696, 01557. Alierberg limits performed in accordance with
O Locat ion B3 and B5 Sample Numbert 1998 ASTM 04318 sieve analysis performed in accordance wfih ASTM
v D422, 01140.
Checked by DS
Title Lab Manager
13-1-338 Kumar & Associates MOISTURE -DENSITY RELATIONSHIPS Fig. 8
TABLE
SUMMARY OF LABORATORY TEST RESULTS
PROJECT NO.: 13-1-338
PROJECT NAME: Vine and Shields
DATE SAMPLED: 12-20-13
DATE RECEIVED: 12-20-13
SAMPLE
LOCATION
DATE
TESTED
NATURAL
MOISTURE
CONTENT
(%)
NATURAL
DRY
DENSITY
(pd)
GRADATION
PERCENT
PASSING
NO. 200
SIEVE
ATTERBERG LIMITS
WATER
SOLUBLE
SULFATES
(%1
MINIMUM
ELECTRICAL
RESISTIVITY
(ohrh p )
MDD
(Fd)
OMC
R-VALUE
®
700 pet
pH
AASHTO
CLASSIFICATION
(group index)
SOIL OR BEDROCK TYPE
BORING
DEPTH
(raeU
GRAVEL
(%)
SAND
(%)
LIQUID
LIMIT
PLASTICITY
INDEX
1
1
12-30-13
17.6
Clayey Sand (SC)
1
4
12.30-13
17.5
108.0
40
35
27
0.0
A-5 (5)
Clayey Sand (SC)
2
1
12-30-13
10.3
120.1
43
23
12
0.0
A-6(1)
Clayey Sand (SC)
2
4
12-30-13
16.9
112.5
Clayey Sand (SC)
3
1
12-30-13
16.6
113.9
Sandy Loan Clay (CL)
3
4
12-30-13
15.5
112.5
68
32
18
A6 (e)
Sandy Loan Clay (CL)
4
1
12-30-13
12.0
122.4
0.0
Sandy Lean Clay (CL)
4
4
12-30-13
13 4
115.7
55
28
14
A-6 (4)
Sandy Leon Clay (CL)
4
9
12-30-13
12.7
123.4
Clayey Sand (SC)
5
1
12-3(.13
15.5
109.9
52
30
12
A-e (3)
Sandy Lean Clay (CL)
5
4
12-30-13
16.3
110.7
80
35
19
A6 (14)
Lean Clay with Sand (CL)
5
9
12-30-13
8.2
130.3
Lean Clay with Sand (CL)
3.5
1-9
12-30-13
1
31
68
34
23
00
390
112.9114.9
<5
7.57
A6 (13)
Sandy Lean Clay (CL)
APPENDIX A
DARWinTm AND RIGID PAVEMENT DESIGN
CALCULATIONS
1993 AASHTO Pavement Design
DARWin Pavement Design and Analysis System
A Proprietary AASHTOWare
Computer Software Product
Kumar & Associates, Inc
2390 South Lipan Street
Denver, Colorado 80223
Flexible Structural Design Module
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
Vine Drive West of Shields Street
Flexible Structural Design
750,123
4.5
2.5
90 %
0.44
3,025 psi
1
4.41 in
Specified Layer Design
Struct
Drain
Coeff,
Coef.
Thickness
Width
Calculated
Laver
Material Description
Ai
Mi
Di in
Lft-)
SN in
1
Hot Mix Asphalt
0.44
1
7.5
12
3.30
2
Aggregate Base Course
0.11
1
11
12
1.21
Total
-
-
18.50
-
4.51
Page 1
1993 AASHTO Pavement Design
DARWin Pavement Design and Analysis System
A Proprietary AASHTOWare
Computer Software Product
Kumar & Associates, Inc
2390 South Lipan Street
Denver, Colorado 80223
Flexible Structural Design Module
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
Vine Drive East of Shields Street
Flexible Structural Design
750,069
4.5
2.5
90 %
0.44
3,025 psi
1
4.41 in
Specified Layer Design
Struct
Drain
Coef.
Coef.
Thickness
Width
Laver
Material Description
Ai
Mi
(Di)(in)
1
Hot Mix Asphalt
0.44
1
7.5
12
2
Aggregate Base Course
0.11
1
11
12
Total
-
-
-
18.50
-
Calculated
SN in
3.30
1.21
4.51
Page 1
1993 AASHTO Pavement Design
DARWin Pavement Design and Analysis System
A Proprietary AASHTOWare
Computer Software Product
Kumar & Associates, Inc
2390 South Lipan Street
Denver, Colorado 80223
Flexible Structural Design Module
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
Shields Street North of Vine Drive
Flexible Structural Design
1,837,236
4.5
2.5
90 %
0.44
3,025 psi
1
5.00 in
Specified Layer Design
Struct
Drain
Coeff,
Coe£
Thickness
Width
Calculated
Laver
Material Description
(AD
(Mi)
(Di in
Uft
SN in
1
Hot Mix Asphalt
0.44
1
7.5
12
3.30
2
Aggregate Base Course
0.11
1
16
12
1.76
Total
-
-
23.50
-
5.06
Page 1
1993 AASHTO Pavement Design
DARWin Pavement Design and Analysis System
A Proprietary AASHTOWare
Computer Software Product
Kumar & Associates, Inc
2390 South Lipan Street
Denver, Colorado 80223
Flexible Structural Design Module
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
Shields Street South of Vine Drive
Flexible Structural Design
756,782
4.5
2.5
90 %
0.44
3,025 psi
1
4.41 in
Specified Layer Design
Struct
Drain
Coef.
Coef.
Thickness
Width
Laver
Material Description
Ai
Mi
Di in
1
Hot Mix Asphalt
0.44
1
7.5
12
2
Aggregate Base Course
0.11
1
11
12
Total
-
-
18.50
-
Calculated
SN in
3.30
111
4.51
Page 1
^ { Z
FENCE WOOD
(BY OTHI
PROPOSEB'CONC.
SIDEWALK
(6 INCH)
CONCRETE TRUCK
TEMP.
CONST
ESMT,
PROPOSED ROW —
MATCH LINE SEE SHEET 1
LINE SEE SHEET 2
:ONCRETE
TRUCK APRON CONCRETE CURB RAMP
81CONC. STA 10+77.77
—SIDEWALK END CURB AND GUTTER TYPE 2 (SECTION II-M)
(6 INCH) BEGIN CURB AND GUTTER TYPE 2 (SECTION 11-8)
CURB AND GUTTER TYPE 2 (SECTION I-W
PROPOSED MOLE POINT
F—ROW STA. 11+20.10, 19.97' LT
7' CONC. SIDEWALK (6 INCH)
CURB TYPE 2 (SECTION B)
ANGLE POINT
STA. 11+54,09, 24.DO' LT
O TEMP.CONST.ESMT.
O ED RFENCE (CHAINLINK)(BY OTHERS)
+ PROPOSOW 6-CONC.
EWALK DRIVEWAY
�� IS?CROW— — _ N (6DII CH�30.5'L ERGTH
(6D CH)K 111
`7.1t3�S�1�1
_ I
-Deli�iE E `
I CURB hAkIP' \ -
`+EXIST. ROW 7
�41NOR RETAINING W/yL
I .,r a
—1OPOSED ROw J
TEMP.-----
-CONST.
ESMT.
ICONIC.
SIDEWALK
(6 INCH)
AI
HMA (PATCHING)(ASPHALT) S
(CHAINLINK)(BY OTHERS)
AND GUTTER TYPE 2
ION 11-W
- _ _ _ _
SEE BIKE ACCESS DETAILS
Ed
SEE DIKE ACCESS DETA1�_r- _—'__ W
IL
Q
6'CONC.
DR EWAY SIDEWALK (6 INCH)
20' ll+YIS.14 ------ -----
ST --�--- -- ---- ROW
R1. 26.50 FENCE (WOOD)
36' IDTII (BY OTHERS)
ENGIN _
15'UTIL.
7' CONC.I I ESMT.
SIDEWALK o no' sa' eo•
(6 INCH) CURB AND GUTTER TYPE 2
(SECTION II-B)
CURB TYPE 2
(SECTION B)
ANGLE POINT
i POINT STA, 11+53.44, 24.00' RT
1+14,08. 18.03' RT
`' Print Dale: 6/4/2015 Sheet Revisions As Constructed VINE &SHIELDS Project No./Code
i F14 Name: ROWY_P-AN SHEET 0e Date: Comments Inil. i City of
e,, Hod:. scale: 1:4o Vert. Sane: Ae Noted p C.�e.} �OI Ilns. No R.�ieione: ROADWAY PLAN SHEET STU M455-108
s Unit m(armatian Lot Leader Initials p Region 4 LHN �-.�VI l�1lL Revised: Designer. B8H SVucture 18877
1420 Second Street
2,,,.r, p Greeley, CO 80631 Detailer. (1W5 umDen
{ g��� I�;>°2'2°°"' Phone: 970-350-2126 Void: Sheet Subset: PLAN Subset Sheets: 4 a( 5 Sheet Number 29
Andeednml
8125 Intarsaclbn Improvements at Vine a shields
rape ze o1 al
1993 AASHTO Pavement Design
DARWin Pavement Design and Analysis System
A Proprietary AASHTOWare
Computer Software Product
Kumar & Associates, Inc
2390 South Lipan Street
Denver, Colorado 80223
Flexible Structural Design Module
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
Intersection
Flexible Structural Design
3,286,498
4.5
2.5
90 %
0.44
3,025 psi
1
5.41 in
Specified Layer Design
Struct Drain
Coef. Coef
Thickness
Width
Calculated
Laver
Material Description
(Ai) tNID
(Di)(in){8)
SN in
1
Hot Mix Asphalt
0.44 1
7.5
12
3.30
2
Aggregate Base Course
0.11 1
20
12
2.20
Total
- -
27.50
-
5.50
Page 1
Rigid Pavement Online
Rigid Pavement Design - Based on AASHTO Suppfnnental Guide
Reference: LTPP DATA ANALYSIS -Phase I: Vardation of Guidelines for k-value selection and Concrete Pavement Performance Prediction
Results
Project Mrriber
VS 1
Project rrtle
Vine Drive and Shields Street Intersection
Project Location
Fort Collins, CO
Project Description
Vine Drive West of Shields Street
Slab Thickness Design
Pavement Type
18-kip ESALs over Initial Performance Period
Initial Serviceability
Terminal Serviceability
28-day mean PCC Modulus of Rupture
Elastic Modulus of Slab
Elastic Modulus of Base
Base Thickness
Mean Effective k-value
Reliability Level
Overall Standard Deviation
Calculated Design Thickness
Temperature Differential
Mean Annual Wind Speed
Mean Annual Air Temperature
Mean Annual Precipitation
Maximum Positive Temperature Differentlal
Modulus of Subgrade Reaction
Period Description
Seasonally Adjusted Modulus of Subgrade Reaction
Traffic
Performance Period
Two-way ADT
Number of Lanes in Design Direction
Percent of All trucks in Design Lane
Percent Trucks in Design Direction
Vehicle Percent of
Class ADT
1 93.4 %
2 5.3 %
3 .7 %
4 .6 %
Total Calculated Cumulative ESALs
Faulting
Doweled
Dowel Diameter
Drainage Coefficient
Average Fault for Design Years with Design Inputs
Criteria Check
Nondoweled
Drainage Coefficient
Average Fault for Design Years with Design Inputs
Criteria Check
Annual
Growth
1.5
1.5 %
1.5
Initial
Truck Factor
.003
.285
1.692
3.848
Subgrade k-value, psi
Annual
Growth in
Truck Factor
0 %
0 %
0 %
0%
JPCP
0.8488D4 million
4.5
2.5
650 psi
3400000 psi
10000 psi
0 in
34 psi/in
90 %
0.34
7.43 in
8.8 mph
50.3 OF
15.3 in
6.07 OF
34 psi/in
20 years
3187
1
100 %
60 %
Accumulated
18-kip ESALs
0.05
0.24
0.19
0.37
0.848804million
1 i❑
0.033
in
PASS
Rigid Pavement Design - Based on AASHTO Suppfimental Guide
Reference: LTPP DATA ANALYSIS - Phase L Validation of Guidelines for k-value selection and Concrete Pavement Performance Prediction
Results
Project Number
VS 2
Project Title
Vine Drive and Shields Street Intersection
Project Location
Fort Collins, CO
Project Description
Vine Drive Fast of Shields Street
Slab Thickness Design
Pavement Type
18-kip FSALs over Initial Performance Period
Initial Serviceability
Terminal Serviceability
28-day mean PCC Modulus of Rupture
Elastic Modulus of Slab
Elastic Modulus of Rase
Base Thickness
Mean Effective k-value
Reliability Level
Overall Standard Deviation
Calculated Design Thickness
Temperature Differential
Mean Annual Wind Speed
Mean Annual Air Temperature
Mean Annual Precipitation
Maximum Positive Temperature Differential
Modulus of Subgrade Reaction
Period Description
Seasonally Adjusted Modulus of Subgrade Reaction
Traffic
Performance Period
Two-way ADT
Number of Lanes in Design Direction
Percent of All trucks In Design Lane
Percent Trucks in Design Direction
Vehicle Percent of
Annual
Class ADT
Growth
1 88.9 %
1.5 %
2 9.6 %
1.5 %
3 0.8 %
1.5 %
4 0.7 %
Total Calculated Cumulative FSALs
Faulting
Doweled
Dowel Diameter
Drainage Coefficient
Average Fault for Design Years with Design Inputs
Criteria Check
Nondoweled
Drainage Coefficient
Average Fault for Design Years with Design Inputs
Criteria Check
Subgrade k-value, psi
Annual
Initial
Growth in
Truck Factor
Truck Factor
0.003
0 °h
0.285
0 %
1.692
ON.
3.848
0 NO
]PCP
0.850106 million
4.5
2.5
650 psi
3400000 psi
10000 psi
0 in
34 psi/in
90 %
0.34
7.43 in
8.8 mph
50.3 OF
15.3 in
6.07 OF
34 psi/in
20 years
2392
1
100 %
60 %
Accumulated
18-kip FSALs
0.03
0.33
0.16
0.33
0.850106 million
1 in
1 in
0.033
in
PASS
Rigid Pavement Online
Rigid Pavement Design -Based on AASHTO Suppranental Guide
Reference: LTPP DATA ANALYSIS - Phase I: Validation of Guidelines for k-value selection and Concrete Pavement Performance Prediction
Results
Project Number
VS 3
Project Title
Vine Drive and Shields Street intersection
Project Location
Fort Collins, CO
Project Description
Shields Street North of Vine Drive
Slab Thickness Design
Pavement Type
]PCP
18-kip FSAIs over Initial Performance Period
2.145304 million
Initial Serviceability
4.5
Terminal Sery oeabllity
2.5
28-day mean PCC Modulus of Rupture
650 psi
Elastic Modulus of Slab
3400000 psi
Elastic Modulus of Base
10000 psi
Base Thickness
0 in
Mean Effective k-value
34 psi/in
Reliability Level
90 %
Overall Standard Deviation
.. .34
Calculated Design Thickness 8.39 in
Temperature Differential
Mean Annual Wind Speed 8.8 mph
Mean Annual Air Temperature 50.3 OF
Mean Annual Precipitation 15.3 in
Maximum Positive Temperature Differential 6.87 OF
Modulus of Subgrade Reaction
Period Description Subgrade k-value, psi
Seasonally Adjusted Modulus of Subgrade Reaction 34 psi/in
Traffic
Performance Period
20 yea rs
Two-way ADT
4432
Number of Lanes in Design Direction
1
Percent of All trucks in Design Lane
100%
Percent Trucks in Design Direction
60%
Annual
Vehicle Percent of
Annual
Initial
Growth in
Accumulated
Class ADT
Growth
Truck Factor
Truck Factor
18-kip FSALs
1 84.6 %
1.5%
.003
0 %
0.06
2 13.1 %
1.5%
.285
0 %
0.84
3 1.5%
1.5%
1.692
0%
0.57
4 .8 %
1.5%
3.848
0 °k
0.69
Total Calculated Cumulative ESALs
2.145304million
Faulting
Doweled
Dowel Diameter 1.25 in
Drainage Coefficient 1 in
Average Fault for Design Years with Design Inputs 0.036
Criteria Check PASS
Nondoweled
Drainage Coefficient in
Average Fault for Design Years with Design Inputs
Criteria Check
Rigid Pavement Online
Rigid Pavement Design - Based on AASHTO Supplimental Guide
Reference: LTPP DATA ANALYSIS - Phase I: Validation of Guidelines for k-value selection and Concrete Pavement Performance Prediction
Results
Project Number VS 4
Project Title Vlne Drive and Shields Street Intersection
Project Location Fort Collins, CO
Project Description Shields Street South of Vine Drive
Slab Thickness Design
Pavement Type
]PCP
18-kip ESALs over Initial Performance Period
0.924764 million
Initial Serviceability
4.5
Terminal Serviceability
2.5
28-day mean PCC Modulus of Rupture
650 psi
Elastic Modulus of Slab
3400000 psi
Elastic Modulus of Base
10000 psi
Base Thickness
0 In
Mean Effective k-value
34 psi/in
Reliability Level
90 %
Overall Standard Deviation
0.34
Calculated Design Thickness 7.52 in
Temperature Differential
Mean Annual Wind Speed
8.8 mph
Mean Annual Air Temperature
50.3 OF
Mean Annual Precipitation
15.3 In
Maximum Positive Temperature Differential
6.15 OF
`\ Modulus of Subgrade Reaction
1 Period Description Subgrade k-value, psi
Seasonally Adjusted Modulus of Subgrade Reaction 34 psi/in
Traffic
Performance Period
20 years
Two-way ADT
4030
Number of Lanes in Design Direction
1
Percent of All trucks In Design Lane
100 %
Percent Trucks in Design Direction
60 %
Annual
Vehicle Percent of
Annual
Initial
Growth in
Accumulated
class ADT
Growth
Truck Factor
Truck Factor
18-kip ESALs
1 94.2 °!°
1.5 %
0.003
0 "/a
0.06
2 4.4 %
1.5 %
0.285
0 °/
0.26
3 1.1 %
1.5 %
1.692
0 %
0.38
4 0.3 %
1.5 %
3.848
0 %
0.24
Total Calculated Cumulative ESALs
0.924764million
Faulting
Doweled
Dowel Diameter 1 in
Drainage Coefficient 1 in
Average Fault for Design Years with Design Inputs 0.043
Criteria Check PASS
Nondoweled
-` Drainage Coefficient in
- \I Average Fault for Design Years with Design Inputs
Criteria Check
Rigid Pavement
Rigid Pavement Design - Based an AASHTO Suppfimental Guide
Reference: LTPP DATA ANALYSIS - Phase I: Validation of Guidelines for k-vakle selection and Concrete Pavement Performance Prediction
Results
Project number
VS 5
Project Title
Vine Drive and Shields Street Intersection
Project Location
Fort Collins, CO
Project Description
Intersection
Slab Thickness Design
Pavement Type
]PCP
18-kip ESALs over Initial Performance Period
3.829313 million
Initial Serviceability
4.5
Terminal Serviceability
2.5
28-day mean PCC Modulus of Rupture
650 psi
Elastic Modulus of Slab
3400000 psi
Elastic Modulus of Base
10000 psi
Base Thickness
0 in
Mean Effective k-value
34 psi/in
Reliability Level
90 %
Overall Standard Deviation
0.34
Calculated Design Thickness 9.05 in
Temperature Differential
Mean Annual Wind Speed 8.8 mph
Mean Annual Air Temperature 50.3 OF
Mean Annual Precipitation 15.3 in
Maximum Positive Temperature Differential 7.32 IF
Modulus of Subgrade Reaction
Period Description Subgrade k-value, psi
Seasonally Adjusted Modulus of Subgrade Reaction 34 psi/in
Traffic
Performance Period
20 years
Two-way ADT
6725
Number of Lanes in Design Direction
1
Percent of All trucks In Design Lane
100%
Percent Trucks in Design Direction
100%
Annual
vehicle Percent of
Annual
Initial
Growth in
Accumulated
Class ADT
Growth
Truck Factor
Truck Factor
18-kip ESALs
1 90.1 %
1.5 %
0.003
0 %
0.15
2 8.2 %
1.5 %
0.285
0 %
1.33
3 1.1 %
1.5 %
1.692
0 °.a
1.06
4 0.6%
1.5%
3.848
0°k
1.32
Total Calculated Cumulative ESALs
3.829313 million
Faulting
Doweled
Dowel Diameter 1.25 in
Drainage Coefficient tin
Average Fault for Design Years with Design Inputs 0.04
Criteria Check PASS
Nondoweled
Drainage Coefficient in
Average Fault for Design Years with Design Inputs
Criteria Check
�TDE OF FILL
0 a u as
_ - -
..........
. -. . -EDGE-F_WALK_
N
.
. F6.
STA 31+4].02, 33.98'1`------- •�-'-'-'-'
ELEV. 5009.98
EDGE OF WALK
of
STA 31+33.28, 36.96' LT
ELEV. SOOB.9]
BACK OF CUR
`a
STA 30+89.28.61' LT
ELEV. 5009.6565
BACK OF CURB
0
STA. 30+93.68, 24.53' LT
ELEV. 5009.23
STA. 31+43.32, 32.25' LT
CURB TYPE 2 END CURB TYPE 2
(SECTION B) (SECTION B)
STA. B9LT
CURT
BEGIN CURB TYPE PE E2
(SECTION 8) CURB AND GUTTER TYPE 2
(SECTION II-B)
CURB FLOW LINE
STA 30F93.51, 24.06' LT
ELEV. 5009.22
CURB AND GUTTER TYPE 2
CURB FLOW LINE
(SECTION II-B)
, 18.78' LT VINE DR
ELEV. 5 09.42
CURB FLOW LINE
CURB FLOW LINE
VINE DR
STA 34+7528, 21,01' RT
ELEV. 5011.66
CURB FLOW LINE
STA. 30+77.05, 23.90' RT
N
STA. 34+55.21, 20.12' RT
ELEV. 5011.19
CURB FLOW LINE
BACK OF CURB
ELEV. 5009.14
a e ar so
STA. 34+55.25, 19.63' RT
STA 34011.10 , 20.59' RT
STA 34011.5E , 21.51' RT
ELEV. 5011.58
BACK OF CURB
VINE DR
BEGIN CURB TYPE 2 (SECTION B)
ELEV. SOt1.l0
STA 30+77.11, 24.40' RT
CURB AND GUTTER TYPE 2
FRONT OF WALK
ELEV. 5009.18
(SECTION [I-B)
STA 21.71' RT
BACK OF CURB
ELEV.. 5011. 5011.54
STA. 30+83.07, 23.71' RT
ELEV. 5009.68
R18'
6. CURB AND CUTTER TYPE 2
n
(SECTION II-B)
a
DF WALK
STA 34+48,84, 23.73'RT
STA. 30+82.88, 28.10M
END CURB TYPE 2 (SECTION B)
5.23%
_
-
ELEV. 5009.30
1 -- • --- --
BACK OF WALK
CURB TYPE 2
--'�'-
STA 34+79,13, 26.64'R
.�
EDGE OF WALK
(SECTION B) _
- - FRONT OF WALK
ELEV. 5011.62
A A. 31+09.64, 34.02' RT
.,
STA, 34+66.46, 23.74' RT
`
\ ELEV. 5010+05
-,-.-•- -'- _
ELEV. 5011.19
- -
BACK OF WALK
FRONT OF WALK
STA. 34+67.31, 28,67' RT
STA 34+48.84, 23.73' RT
ELEV. 5011.29
N
CURB TYPE 2
(SECTION B)
-
ELEV. 5011.80
FRONT OF WALK
EDGE OF WALK
TOE OF
STA, 34+55.40, 22.60' RT
CURB FLOW LINE
00 STA. 30+68,94, 35.20' RT
'a
FILL
ELEV, 5011.26
STA 30+57.BB, 26.14' RT ELEV. 501D.D1
BACK OF WALK
BACK OF WALK
ELEV. 5009.00
-, _
STA. 341y0.19, 31.61' RT
STA 34+56.75, 30.48' RT
STA 30+57.93, 26.63' RT
_ _
STA 30+87,20, 3MV RT
ELEV. 5011,9E
ELEV. 5011.43
BEGIN CURB TYPE 2 (SECTION B) END CURB TYPE 2 (SECTION 8)
EDGE OF WALK TOE OF
CURB AND GUTTER TYPE 2
STA. 30+80.88, 32.81' RT FILL
0' a
m o
(SECTION 11-B)
ELEV. 5009.44
Print Dote: 6/4/2015
Q
Sheet Revisions
Region 4 LHN
9
1420 Second Street
City of
F - rt Cdhns
('� u1 1
As Constructed
VINE AND SHIELDS
-
BIKE ACCESS DETAILS
Project No./Code
File Norm 18877-BIKE-ACCESS-ETS
Date:
1
Init.
No Revisions
Horiz. Scale: 1:10 Vert. Scale: As Rated
Unit Information Unit Leader Initials
(]
Revised:
OOei ner. USIA
9
Structure
18877
rrnrso�%o ',,,,,,
Q
OeloJer. MAN
umber.
Vold:
Sheet Number 51
w }
$CC7A1{.''WY ali°,, a'e.`v„'^
Greeley CO 60631
Phase: 970-350-2126
Sheet Subset: DETAILS
Subset Shee}c 1 of 2
8126 Inamaction Improvements at Vine 6 Shields Page 30 of 31
CURB AND GUTTER TYPE 2 TOE OF FILL-------.
(SECTION I1-8) EDGE OF WALK ^
STA. 8+57.95, 30.65' LT CURB AND GUTTER TY$E 8' ^ �/
ELEV. 5013.04 (SECTION II-B), ^ • ^'
EDGE OF WALK '
STA. 8+51.27, 30.85' LT �•
EDGE OF WALK ELEV. 5012.54
STA 8+30.45, 30.87' LT
EDGE OF WALK ELEV. 5012.48 _
STA B+32.75, 30.72' LT
ELEV, 5012.94
BAOF
STA,CK e•t57.66CURB, 24.68' LT
ELEV. 5012.92
BACK OF CURB
STA, 8+51.13, 24.85' LT
BACK OF CURB
ELEV. 5012.42
CURB FLOW LINE
STA 8+33.03, 24.]1' LT
STA. B+SL12, 24.35' LT
ELEV. 5012.82
BACK OF CURB
ELEV. 5012.41
SHIELDS ST
STA 8+39.57, 24,87' LT
ELEV. 5012.36
CURB FLOW LINE
STA 8 39.57, 24.37' LT
ELEV. 5012.35
CURB FLOW LINE
a r ro• as STA 8+27.54, 19.62'
ELEV. 5012.38
} 2 CURB FLOW LINE
STA 8+21.96, 20.38' RT
ELEV. 5012.34
CURB FLO?ACK
STA 8+11.
ELEV. 501-S
STA. 8+11.89, 22.71' RTBEGIN CURB TYPE 2 (SECTION CURB AND GUTTER TYPE CURB
(SECTION fGU 2.02, 20.88'RT
12.34
CURB Ty
(SECTION B)
^ } Z
a r ar xa
SHIELDS ST
i CURB AND GUTTER TYPE 2
(SECTION II-B)
CURB FLOW LINE
-STA 8+27.59, 20.12' RT
ELEV. 5012.88
EDGE OF WALK
STA. 8H7.71, 44.62' RT
/38x ELEV. 5012.84
Or r m' xo'
STA. 33 71, D0: LT
TOE OF FILL
�� } _
- _ END_CURB TYPEE 2 (SECTION B)
_ _ -
EDGE OF WALK --
-
-' --._,_•
STA 11+32.65, MOO' LT
•�•�'-�
_
ELEV. 5009.70
_
m
CURB TYPE 2
(SECTION B
EDGE OF WALK
STA 11+51.92, 26.26' RT
STA, 11+21.55, 34.00' LT
BEGIN CURB TYPE 2 (SECTION B)
ELEV. 5009.90 BACK OF CURB
CURB FLOW LINE
STA 11+38.90, 24.72' LT
z•6q;,
STA. 11+52.69, 25.85' RT
ELEV. 5008.88
ELEV. 5008.68
BACK OF CURB
STA. 11+32.94, 24.01' LT
ELEV. 5009.38
CURB FLOW LINE
STA. 11+39.67. 24.31'
ELEV. 5008.87
YD GUTTER TYPE 2
N I1-8)
CURB FLOW LINE
STA. 11+40.32, 24.03'
ELEV. 5008.87
STA. 11+30.72, 24.45' RT
BEGIN CURB TYPE 2 (SECTION 8)�
GUTTER TYPE 2
l]-e) •
CURB TYPE
\ (SECTION 8)
GUTTER TYPE 21
11-8)
SHIELDS ST
SHIELDS ST
BACK OF CURB
STA. 11+SO.47, MOB' RT
ELEV. 5009.21
CURB FLOW LINE
STA. 11+51.06, 25.66'RT
ELEV. 5000.72
STA. 8+33.87, 40.84' RT
6T0. II+27.76, 32.83' RT
END CURB TYPE 2 (SECTION B)
END CURB TYPE 2 (SECTION 8)
m
EDGE OF WALK
STA. It 1+, 33.24 RT
ELEV. 5009.7009.75
STA.36,00 RT
ELEV..5009.64SOOB.64
. . ._._._._._.�._._.-._._.-._._.-'
EDGE OF WALK •_•_•_
-'-'-'---'-'---""
TOE OF FILL
STA. 8+39.34, 45.46' IT
s s e¢• x¢
ELEV. 5012.85
Print Date: 6/4/2015
Sheet Revisions
As Constructed
VINE AND SHIELDS
Project No./Code
File Name: IN77-811tE_ACCESS-DETS.
Comments
Intl.
FLH�
City of
No Revisions:
BIKE ACCESS DETAILS
sTu Mass -toe
Iwriz. Seale: 1:10 Vert. Sao.: As Not,
Fort Collins
Unit Information Unit Leader In,,,
0
Regio
Revised:
Cesigner. BSP
Structure
18877
m'r"sd}¢x
20 Second Stree
Detailer: MAN
NumDera
.TrL�,V1i'4N5, iw�i 9sr-rme .,a.
u¢ an-veu w
Greeley, CO 80631
Phone: 970-350-2126
Vold:
She<t Subset: DETAILS
Sweet She¢b: 2 a! 2
Sheet Number 52
8125 Intersection Improvements et Vine 8 Shields
rave a i m u,
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
SOILS REPORT
SECTION 00020
INVITATION TO BID
212-00040
SOL PREPARATION (LAWN)
AC
0.37
$ -
212-00050
SOD
SF
15886
$ -
213-00004
MULCHING (WEED FREE STRAW)
AC
0.11
$ -
213-00005
MULCHING (DECORATIVE)
CF
1614
$ -
213-00008
MULCHING (WOOD CHIP)
CF
166
$ -
213-00067
ROCK MULCH (WEED FREE)
SF
2029
$ -
213-00070
LANDSCAPE WEED BARRIER FABRIC
SY
734
$ -
213-00440
METAL LANDSCAPE BORDER(M x4 NCH)
LF
85
$ -
213-00700
LANDSCAPE BOULDER
EA
117
$ -
214-0000
LANDSCAPE MAINTENANCE
LS
1
$ -
214-00215
DECIDIOUS TREE (1.5 INCH CALIPER)
EA
8
$ -
214-00220
DECIDIOUS TREE (2 NCH CALIPER)
EA
33
$ -
214-DO350
DECIDIOUS SHRUB (5 GALLON CONTAINER)
EA
120
$ -
214-00506
EVERGREEN TREE (6 FOOT) (BALL AND BURLAP)
EA
1
$ -
214-00650
EVERGREEN SHRUB (5 GALLON CONTAINER)
EA
34
$ -
214-00910
PERENNIALS (1 GALLON CONTAINER)
EA
310
$ -
304-06000
AGGREGATE BASE COURSE (ABCXCLASS 6)
TON
3600
$ -
403-00720
HOT MIX ASPHALT(PATCHING)(ASPHALT)
TON
19
$ -
403-33741
HOT MIX ASPHALT (GRADING S) (75) (PG 64-22)
TON
730.8
$ -
403-34841
HOT MIX ASPHALT (GRADING S) (75) (PG 64-28)
TON
265.7
$ -
412-00800
CONCRETE PAVEMENT III INCH)
BY
426.6
$ -
412-00801
CONCRETE PAVEMENT(8 INCH) (SPECCAL) (DAVIS COLOR TILE RED 1117)
BY
216.6
$ -
412-00801
CONCRETE PAVEMENT(8 INCH) (SPECIAL) (DAVIS COLOR OMAHA TAN 508
BY
286.9
$ -
412-00801
CONCRETE PAVEMENT(8 INCH) (SPECIAL) (DAVIS COLOR COCOA 6130)
SY
126.3
$ -
412-00850
CONCRETE PAVEMENT(8.5')
SY
2823.4
$ -
412-00870
CONCRETE PAVEMENT (8.5')(FASTTRACK)
BY
941.1
$ -
420-00300
GEOTEXTILE (REINFORCEMENT)
BY
1200
$ -
504-08050
STONE LANDSCAPE WALL
SF
295.5
$ -
506-00210
RPRAP (9 INCH)
CY
2
$ -
601-00000
ARTFOUNDATION
LS
1
$ -
601-03000
CONCRETE CLASS
CY
21
$ -
602-00000
REINFORCING STEEL
LB
829
$ -
605-00004
4 NCH NON -PERFORATED PPE UNDERDRANN
LF
233
$ -
605-00040
4INCH PERFORATED PPE UNDERDRAN
LF
194
$ -
605-85000
SURFACE SAND FILTER
SF
158
$ -
607-11530
FENCE (SPECIAL)
LF
210
$ -
608-00006
CONCRETE SIDEWALK (6 INCH)
BY
1398
$ -
Addendum 2
8125 Intersection Improvements at Vine & Shields Page 3 of 5
SECTION 00020
INVITATION TO BID
Date: May 20, 2015
Sealed Bids will be received by the City of Fort Collins (hereinafter referred to as OWNER), at
the office of the Purchasing Division, 3:00 P.M., our clock, on June 17, 2015, for the Intersection
Improvements at Vine & Shields; BID NO. 8125. If delivered, they are to be delivered to 215
North Mason Street, 2Id 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 8125. The Work includes the
reconstruction of the intersection of Shields Street and Vine Drive. The intersection will be
changed from a signalized intersection to a single lane roundabout. The project includes:
removals as defined in the plans, erosion control, utility relocation and undergrounding, concrete
construction (decorative and structural), concrete curb and gutter, asphalt paving, sidewalks,
parkway construction, landscaped center island for roundabout with art piece, landscaped and
raised medians with plantings, decorative railings with urban design, Low -Impact -Development
areas for storm water runoff, drainage systems, irrigation system and tap, temporary traffic
signals, and construction zone traffic control. Construction survey and staking, signing and
striping, and street light installation will be completed by the City of Fort Collins. The project is
funded in part through a federal grant and is a Colorado Department of Transportation (CDOT)
Local Agency (LA) project. CDOT will maintain oversight of the project during construction.
This is a Federally funded project and the UDBE goal is 6.5%. If apparent low bidder does
not meet the project UDBE goal, three copies of the contractor's good faith effort needs to be
submitted to the City of Fort Collins Engineering Department by 4PM on the next business day
after bid opening.
The On -the -Job Training Program goal for this project is 320 hours.
Contractors must turn in CDOT Bidding forms 606, 1413 and 1414 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.
The City encourages all disadvantaged business enterprises to submit bid in response to all
invitations and will not be discriminated against on the grounds of race, color, national origin.
A prebid conference and job walk with representatives of prospective Bidders will be
held at 2:00 PM, on June 3, 2015, in Conference Room 2A 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:
• Rocky Mountain E-Purchasing System: www.rockymountainbidsystem.com
Bids will be received as set forth in the Bidding Documents
The Work is expected to be commenced within the time as required by Section 2.3 of General
Conditions. Substantial Completion of the Work is required as specified in the Agreement.
The successful Bidder will be required to furnish a Performance Bond and a Payment Bond
guaranteeing faithful performance and the payment of all bills and obligations arising from the
performance of the Contract.
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
Gerry Paul
Purchasing Director
SECTION 00100
INSTRUCTIONS TO BIDDERS
SECTION 00100
INSTRUCTIONS TO BIDDERS
1.0 DEFINED TERMS
Terms used in these Instructions to Bidders which are defined in the Standard General
Conditions of the Construction Contract (No. 1910-8, 1990 ed.) have the meanings
assigned to them in the General Conditions. The term "Bidder" means one who submits
a Bid to OWNER, as distinct from a sub -bidder, who submits a Bid to Bidder. The terms
"Successful Bidder" means the lowest, qualified, responsible and responsive Bidder to
whom OWNER (on basis of OWNER's evaluation as hereinafter provided) makes an
award. The term "Bidding Documents" includes the Advertisement or Invitation to Bid,
Instructions to Bidders, the Bid Form, and the proposed Contract Documents (including
all Addenda issued prior to receipt of Bids).
2.0 COPIES OF BIDDING DOCUMENTS
2.1. Complete sets of Bidding Documents may be obtained as stated in the Invitation
to Bid. No partial sets will be issued. The Bidding Documents may be examined
at the locations identified in the Invitation to Bid.
2.2. Complete sets of Bidding Documents shall be used in preparing Bids; neither
OWNER nor Engineer assumes any responsibility for errors or misinterpretations
resulting from the use of incomplete sets of Bidding Documents.
2.3. The submitted Bid proposal shall include Sections 00300, 00410, 00420, and
00430 fully executed.
2.4. OWNER and Engineer, in making copies of Bidding Documents available on the
above terms, do so only for the purpose of obtaining Bids on the Work and do not
confer a license or grant for any other use.
3.0 QUALIFICATION OF BIDDERS
3.1 To demonstrate qualifications to perform the Work, each Bidder must submit at
the time of the Bid opening, a written statement of qualifications including
financial data, a summary of previous experience, previous commitments and
evidence of authority to conduct business in the jurisdiction where the Project is
located. Each Bid must contain evidence of Bidder's qualification to do business
in the state where the Project is located or covenant to obtain such qualification
prior to award of the contract. The Statement of Qualifications shall be prepared
on the form provided in Section 00420.
3.2. In accordance with Section 8-160 of the Code of the City of Fort Collins in
determining whether a bidder is responsible, the following shall be considered:
(1) The ability, capacity and skill of the bidder to perform the contract or provide
the services required, (2) whether the bidder can perform the contract or provide
the service promptly and within the time specified without delay or interference,
(3) the character, integrity, reputation, judgment, experience and efficiency of the
bidder, (4) the quality of the bidder's performance of previous contracts or
services, (5) the previous and existing compliance by the bidder with laws and
ordinances relating to the contract or service, (6) 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
advisable by OWNER or Engineer.
5.4. Addenda will be mailed or delivered to all parties recorded by the OWNER as
having received the Bidding documents.
6.0 BID SECURITY
6.1. Each Bid must be accompanied by Bid Security made payable to OWNER in the
amount stated in the Invitation to Bid. The required security must be in the form
of a certified or bank cashier's check payable to OWNER or a Bid Bond on the
form enclosed herewith. The Bid Bond must be executed by a surety meeting
the requirements of the General Conditions for surety bonds.
6.2. The Bid Security of the successful Bidder will be retained until such Bidder has
executed the Agreement and furnished the required contract security, whereupon
Bid Security will be returned. If the successful Bidder fails to execute and deliver
the Agreement and furnish the required contract security within 15 days of the
Notice of Award, OWNER may annul the Notice of Award and the Bid Security of
that Bidder will be forfeited. The Bid Security of other Bidders whom OWNER
believes to have reasonable chance receiving the award may be retained by
OWNER until the earlier of the seventh day after the effective date of the
Agreement or the thirty-first day after the Bid Opening, whereupon Bid Security
furnished by such Bidders will be returned. Bid Security with Bids which are not
competitive will be returned within seven days after the Bid opening.
7.0 CONTRACT TIME.
The number of days within which, or the date by which the Work is to be substantially
complete and also completed and ready for Final Payment (the Contract Times) are set
forth in the Agreement.
8.0 LIQUIDATED DAMAGES.
Provisions for liquidated damages are set forth in the Agreement.
9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT
The Contract, if awarded, will be on the basis of material and equipment described on
the Drawings or specified in the Specifications without consideration of possible
substitute or "or equal" items. If a specific product type or brand of material or
equipment is indicated on the drawings or specified in the specifications, three types of
such product will be listed and the bidder may use anyone of the three or an approved
equal, if the equal is acceptable to the engineer. The procedure for submittal of any
such application by CONTRACTOR and consideration by Engineer is set forth in the
General Conditions which may be supplemented in the General Requirements.
10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS
10.1. Each Bidder shall submit at the Bid opening to OWNER a list of principal
subcontractors he proposes to use in the Work. Refer to Section 00430
contained within these Documents.
10.2. If OWNER or Engineer after due investigation has reasonable objection to any
proposed Subcontractor, either may, before the Notice of Award is given, request
the apparent successful Bidder to submit an acceptable substitute without an
increase in Bid price. If the apparent successful Bidder declines to make any
substitution, OWNER may award the contract to the next lowest responsive and
responsible Bidder that proposes to use acceptable subcontractors.
Subcontractors, suppliers, other persons or organization listed and to whom
OWNER or Engineer does not make written objection prior to the giving of the
Notice of Award will be deemed acceptable to OWNER and ENGINEER subject
to revocation of such acceptance after the effective date of the Agreement as
provided in the General Conditions.
10.3. CONTRACTOR shall not be required to employ any subcontractor, supplier or
other persons or organizations against whom he has reasonable objection. The
use of subcontractors listed by the Bidder and accepted by OWNER prior to the
Notice of Award will be required in the performance of the Work.
11.0 BID FORM
11.1. A copy of the Bid Form is bound in the Contract Documents which may be
retained by the Bidder. A separate unbound copy is enclosed for submission
with the Bid.
11.2. Bid Forms must be complete in ink or typed. All lump sum prices on the form
must be stated in words and numerals, in case of conflict, words will take
precedence. Unit prices shall govern over extensions of sums.
11.3. Bids by corporations must be executed in the corporate name by the president or
a vice-president (or other appropriate officer accompanied by evidence of
authority to sign) and the corporate seal shall be affixed and attested by the
secretary or an assistant secretary. The corporate address and state of
incorporation shall be shown below the corporate name.
11.4. Bids by partnerships must be executed in the partnership name and signed by a
partner, his title must appear under his signature and the official address of the
partnership must be shown below the signature.
11.5. Bids by joint venture shall be signed by each participant in the joint venture or by
an authorized agent of each participant. The full name of each person or
company interested in the Bid shall be listed on the Bid Form,
11.6. The Bid shall contain an acknowledgement of receipt of all Addenda (the
numbers of which must be filled in on the Bid Form).
11.7. No alterations in Bids, or in the printed forms therefore, by erasures,
interpolations, or otherwise will be acceptable unless each such alteration is
signed or initialed by the Bidder, if initialed, OWNER may require the Bidder to
identify any alteration so initialed.
11.8. The address and telephone number for communications regarding the Bid shall
be shown.
12.0 BID PRICING
Bids must be priced as set forth in the Bid Schedule or Schedules
13.0 SUBMISSION OF BIDS.
13.1. Bids shall be submitted at the time and place indicated in the Invitation to Bid and
shall be enclosed in an opaque sealed envelope marked with the Project title, Bid
No., and name and address of the Bidder and accompanied by the Bid Security,
Bid Form, Bid Bond, Statement of Bidders Qualifications, and Schedule of
Subcontractors as required in Section 00430. If the Bid is sent through the mail
or other delivery system, the sealed envelope shall be enclosed in a separate
envelope with the notation 'BID ENCLOSED" on the face of it.
13.2. Bids shall be deposited at the designated location prior to the time and date for
receipt of Bids indicated in the Invitation to Bid, or any extension thereof made by
addendum. Bids received after the time and date for receipt of Bids will be
returned unopened. Bidder shall assume full responsibility for timely delivery at
the location designated for receipt of Bids.
13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and will not receive
consideration.
13.4. No Bidder may submit more than one Bid. Multiple Bids under different names
will not be accepted from one firm or association.
14.0 MODIFICATION AND WITHDRAWAL OF BIDS.
14.1. Bids may be modified or withdrawn by an appropriate document duly executed
(in a manner that a Bid must be executed) and delivered to the place where Bids
are to be submitted at any time prior to the opening of Bids.
14.2. Bids may also be modified or withdrawn in person by the Bidder or an authorized
representative provided he can prove his identity and authority at any time prior
to the opening of Bids.
14.3. Withdrawn Bids may be resubmitted up to the time designated for the receipt of
Bids provided that they are then fully in conformance with these Instructions to
Bidders.
15.0 OPENINGS OF BIDS.
Bids will be opened and (unless obviously non -responsive) read aloud publicly as
indicated in the Invitation to Bid. An abstract of the amounts of the Base Bids and major
alternates (if any) will be made available after the opening of Bids.
16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE.
All Bids shall remain open for forty-five (45) days after the day of the Bid Opening, but
OWNER may, in his sole discretion, release any Bid and return the Bid Security prior to
that date.
17.0 AWARD OF CONTRACT.
17.1. OWNER reserves the right to reject any and all Bids, to waive any and all
informalities not involving price, time or changes in the Work, to negotiate
contract terms with the Successful Bidder, and the right to disregard all
nonconforming, nonresponsive, unbalanced or conditional Bids. Also, OWNER
reserves the right to reject the Bid of any Bidder if OWNER believes that it would
not be in the best interest of the Project to make an award to that Bidder, whether
because the Bid is not responsive or the Bidder is unqualified or of doubtful
financial ability or fails to meet any other pertinent standard or criteria established
by OWNER. Discrepancies between the indicated sum of any column of figures
and the correct sum thereof will be resolved in favor of the correct sum
17.2. In evaluating Bids, OWNER will consider the qualifications of the Bidders,
whether or not the Bids comply with the prescribed requirements, and such
alternates, unit prices and other data, as may be requested in the Bid Form or
prior to the Notice of Award.
17.3. OWNER may consider the qualification and experience of Subcontractors,
Suppliers, and other persons and organizations proposed for those portions of
the Work as to which the identity of Subcontractors, Suppliers, and other persons
and organizations is submitted as requested by OWNER. OWNER also may
consider the operating costs, maintenance requirements, performance data and
guarantees of major items of materials and equipment proposed for incorporation
in the Work when such data is required to be submitted prior to the Notice of
Award.
17.4. OWNER may conduct such investigations as OWNER deems necessary to
assist in the evaluation of any Bid and to establish the responsibility,
qualifications and financial ability of the Bidder's proposed Subcontractors,
Suppliers and other persons and organizations to do the Work in accordance
with the Contract Documents to OWNER's satisfaction within the prescribed time.
17.5. If the Contract is to be awarded, it will be awarded to the lowest responsive and
responsible Bidder whose evaluation by OWNER indicates to OWNER that the
award will be in the best interest of the OWNER. Award shall be made on the
evaluated lowest base bid excluding alternates. The basis for award shall be the
lowest Bid total for the Schedule or, in the case of more than one schedule, for
sum of all schedules. Only one contract will be awarded.
17.6. If the Contract is to be awarded, OWNER will give the Successful Bidder a Notice
of Award within forty-five (45) days after the date of the Bid opening.
18.0 CONTRACT SECURITY.
The General Conditions and the Supplementary Conditions set forth OWNER's
requirements as to performance and other Bonds. When the Successful Bidder delivers
the executed Agreement to the OWNER, it shall be accompanied by the required
Contract Security.
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.
END OF SECTION
608-00010
CONCRETE CURB RAMP
SY
313
$ -
609-21010
CURB & GUTTER TYPE 2 (SECTION I-B)
LF
1084
$ -
609-21020
CURB & GUTTER TYPE 2 (SECTION 14B)
LF
2136
$ -
609-21021
CURB & GUTTER TYPE 2 (SECTION II-M)
LF
297
$ -
60940010
CURB TYPE 2 (SECTION B)
LF
220
$ -
60940130
CURB MEDIAN(SPECIAL)
LF j
411
$ -
614-80321
BARRICADE (TYPE 3 M-A)
EA
1
$ -
619-50480
6INCH PLASTIC PIPE
LF
36
$ -
619-75048
6INCH GATE VALVE
EA
2
$ -
619-78048
6 INCH FIRE HYDRANT
EA
2
$ -
621-00450
DETOUR PAVEMENT
SY
983
$ -
623-00000
IRRIGATION SYSTEM
LS
j 1
$ -
623-00602
21NCH PLASTIC PIPE (IRRIGATIONISLEEVE)
LF
900
$ -
623-00604
4INCH PLASTIC PIPE (IRRIGATION/SLEEVE)
LF
375
$ -
626-0000
MOBILIZATION
LS
1
$ -
630-00000
FLAGGING
HOUR
1200
$ -
630-00007
TRAFFIC CONTROL INSPECTION
DAY
39
$ -
630-00012
TRAFFIC CONTROL MANAGEMENT
DAY
96
$ -
630-10005
TRAFFIC CONTROL
LS
1
$ -
630-80359
PORTABLE MESSAGE SIGN PANEL
DAY
10
$ -
63MO370
CONCRETE BARRIER TEMPORARY
LF
600
$ -
Force Account
700-70010
F/A MINOR CONTRACT REVISIONS
FA
1
$60,000.00
$ 60,000.00
700-70011
F/A PARTNERING
FA
1
$2,500.00
$ 2,500.00
700-70016
F/A FUEL COST ADJUSTMENT
FA
1
$8,000.00
$ 8,000.00
700-70019
F/A ASPHALT CEMENT COST ADJUSTMENT
FA
1
$15,000.00
$ 15,000.00
700-70380
F/A EROSION CONTROL
FA
1
$2,500.00
$ 2,500.00
700-70021
F/A ON THE JOB TRAINING
FA
1
$960.00
$ 960.00
TOTAL BASE BID
IN WORDS:
Addendum 2
8125 Intersection Improvements at Vine & Shields Page 4 of 5
SECTION 00300
BID FORM
SECTION 00300
BID FORM
PROJECT: 8125 Intersection Improvements at Vine & Shields
Place
Date - u- 1� , 2c7tS
In compliance with your Invitation to Bid dated_ LQ 20 Sand subject to all
conditions thereof, the undersigned bLXXra.r�E.xtr#vt% a Corporation,
L•i Part-Rersl4p, Joins �iP�ture, or Ssl priete) authorized to
do business in the State of Colorado hereby proposes to furnish and do everything
required by the Contract Documents to which this refers for the construction of all items
listed on the following Bid Schedule or Bid Schedules.
2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in
good faith, without collusion or connection with any other person or persons Bidding for
the same Work, and that it is made in pursuance of and subject to all the terms and
conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the
detailed Specifications, and the Drawings pertaining to the Work to be done, all of which
have been examined by the undersigned.
3. Accom anying this Bid is a certified or cashier's
of ej o o 1� —�') k A '%, s�
($ ) in accordance with the Invita
or standard Bid bond in the sum
to Bid and Instructions to Bidders.
4. The undersigned Bidder agrees to execute the Agreement and a Performance Bond and
a Payment Bond for the amount of the total of this Bid within fifteen (15) calendar days
from the date when the written notice of the award of the contract is delivered to him at
the address given on this Bid. The name and address of the corporate surety with which
the Bidder proposes to furnish the specified performance and payment bonds are as
follows: WeSifrv\ `�e-lzi 0 A. , 1ls . .��.
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.
1 through .L .
8125 INTERSECTION IMPROVEMENTS AT VINE & SHIELDS
REVISED BID SCHEDULE -ADDENDUM 2
ITEM NO.
ITEM DESCRIPTION
CLEARING AND GRUBBING
UNIT
QUANTITY
UNIT COST
COST
201-00000
LS
1
$17,000.00
S 17.000.00
202-00010
REMOVAL OF TREE
EA
59
S750.00
$ 44,250.00
202-00031
REMOVAL OF FIRE HYDRANT
EA
1
$1.130.00
S 1,130.00
202-00032
REMOVAL OF VALVE
EA
1
$362.00
$ 352.00
202-00035
REMOVAL OF PIPE
LF
20
S31.00
$ 620.00
202-00200
REMOVAL OF SIDEWALK
SY
449
$9.00
S 4.041.00
202-00203
REMOVAL OF CURB AND GUTTER
LF
580
$8.00
S 4,080.00
202-03205
REMOVAL OF WHEEL STOP
EA
9
S60.00
S 540.00
202-00210
REMOVAL OF CONCRETE PAVEMENT
SY
37
$18.00
S 666.00
202-00220
REMOVAL OF ASPHALT MAT
SY
0627
$4.50
$ 29.821.50
202-00810
REMOVAL OF GROUND SIGN
EA
8
$110.00
$ 880.00
202-00815
REMOVE SIGN(SPECIAL)
EA
1
$2.035.00
S 2,035.00
202-00928
REMOVAL OF TRAFFIC SIGNAL EQUIPMENT
LS
1
S20,044.00
S 20,044.00
2112-01000
REMOVAL OF FENCE
LF
1093
S7A0
$ 7.651.00
203-00010
UNCLASSIFIED EXCAVATION (COMPLETE IN PUCE)
CY
2365
S29.00
$ 68,295.00
203-00010
MUCK EXCAVATION
CY
450
S20.00
S 9.000.00
203-01597
POTHOLING
HOUR
50
S314.00
S 15,700.00
206-00510
FILTER MATERIAL (CUSS A)
CY
0.7
$150.00
S 10500
207-00210
STOCKPILE TOPSOIL
CY
50
$5-00
$ 250.00
207-00405
TOPSOIL (SPECIAL)
CY
279.4
$43.00
$ 12.01420
208-00018
GRAVEL BAG
LF
198
$12.00
S 2,376.00
208-00020
SILT FENCE
LF
2186
$2.00
S 4,372.00
20800095
CONCRETE WASHOUT STRUCTURE
EA
1
$1.551.00
$ 1.551.00
208-00050
STORM DRAIN INLET PROTECTION
EA
2
$342.00
$ 684.00
208-00070
VEHICLE TRACKING PAD
EA
1
$2,050.00
$ 2,050.00
208-00103
SEDIMENT REMOVAL AND DISPOSAL (LABOR)
HOUR
20
S45.00
$ 900.00
208-00105
SEDIMENT REMOVAL AND DISPOSAL (EQUIPMENT)
HOUR
20
S121.00
S 2,420.00
208-00205
EROSION CONTROL SUPERVISOR
HOUR
40
$193.00
$ 7,720.00
210-00010
RESET MAILBOX STRUCTURE
EA
1
$265.00
$ 255.00
210-00035
RESET WATER METER
EA
2
$743.00
S 1,466.00
210-00810
RESET GROUND SIGN
EA
7
$220A0
S 1.540.00
21 M4010
ADJUST MANHOLE
EA
4
$450.00
S 1,800.00
210-04015
MODIFY MANHOLE
EA
1
$1,177.00
S 1.177.00
21M4050
ADJUST VALVE BOX
EA
2
S274.00
$ 548.00
212-00006
SEEDING (NATIVE)
AC
0.11
$5.800.00
$ 638.00
212-00032
SOIL CONDITIONING
AC
0.11
$6,528.00
$ 718.08
212-00040
SOIL PREPARATION (LAWN)
AC
0.37
S9,890.00
S 3.659.30
212-00050
SOD
SF
15886
S0.50
S 7.943.00
213-00004
MULCHING (WEED FREE STRAW)
AC
0.11
$5.488.00
$ 603.68
213-00005
MULCHING (DECORATIVE)
CF
1614
$3.60
$ 5.810.40
213-00008
MULCHING (WOOD CHIP)
CF
106
$8.65
S 1.435.90
213,00067
ROCK MULCH (WEED FREE)
SF
2029
$4.00
S 8,116.00
ITEM NO.
ITEM DESCRIPTION
UNIT
QUANTITY
UNIT COST
COST
213-00070
LANDSCAPE WEED BARRIER FABRIC
SY
734
$1.90
$ 1.394.60
213-00440
METAL LANDSCAPE BORDER (118 x4INCH)
LF
85
$329.00
S 27,965.00
213-00700
LANDSCAPE BOULDER
EA
117
$202.00
$ 23,634.00
214.0000
LANDSCAPE MAINTENANCE
LS
1
$15,750.00
S 15,750.00
214-00215
DECIDIOUS TREE (1.5 INCH CALIPER)
EA
8
$378.00
$ 3.024.00
214-00220
DECIDIOUS TREE (2 INCH CALIPER)
EA
33
$449.00
$ 14,817.00
214.00350
DECIDIBUS SHRUB (5 GALLON CONTAINER)
EA
120
$33.40
3 4,008.OD
214-00506
EVERGREEN TREE (6 FOOT) (BALL AND BURLAP)
EA
1
$463.00
S 463.DD
214-00650
EVERGREEN SHRUBS GALLON CONTAINER)
EA
34
$33.40
$ 1,135.60
214-00910
PERENNIALS (1 GALLON CONTAINER)
EA
310
$12.75
$ 3,952.50
304-06000
AGGREGATE BASE COURSE (ABCXCLASS 6)
TON
3600
$20.00
$ 72,000.00
403.00720
HOT MD( ASPHALT (PATCHINGXASPHALT)
TON
18
$148.00
$ 2,79720
403.33741
HOT MIX ASPHALT (GRADING S) (75) (PG 64.22)
TON
730.8
$103.00
$ 75,272.40
403-34841
HOT NIX ASPHALT (GRADING S) (75) (PG 64-28)
TON
265.7
$95.00
S 26,241.50
412-00600
CONCRETE PAVEMENT (B INCH)
SY
426.6
$130.00
S 55.458.00
412-00801
CONCRETE PAVEMENTS INCH) (SPEICAL)(DAMS COLOR TILE RED 1117
SY
216.6
$152.00
S 32,923.20
412-00801
CONCRETE PAVEMENT(0 INCH) (SPEICLAL)(DAVIS COLOR OMAHA TAN 5
SY
286.9
$147.00
$ 42.174-30
412.00801
CONCRETE PAVEMENT(B INCH) (SPECIAL) (DAVIS COLOR COCOA 6130)
SY
126.3
$162.00
S 20,460.60
412-00850
CONCRETE PAVEMENT(8.6')
BY
2823A
$120.00
$ 338.808.00
412-00870
CONCRETE PAVEMENT (8.57(FAST TRACK)
SY
941.1
$121.00
$ 113.873.10
42MO30D
GEOTEXTILE(REINFORCEMENT)
SY
1200
56.00
S 7,200.00
504-08050
STONE LANDSCAPE WALL
SF
295.5
$109.00
$ 32,209.50
5D6.00210
RIPRAP(9 INCH)
CY
2
$314.00
$ 628.00
601-00000
ART FOUNDATION
LS
1
$600.00
S 600.00
601.03000
CONCRETE CLASS D
CY
21
51,171.00
$ 24,356.80
602-00000
REINFORCING STEEL
LS
829
53.30
$ 2,736.36
005.00004
41NCH NON -PERFORATED PIPE UNDERDRAIN
LF
233
$23.00
S 5,305.90
605-00040
4 INCH PERFORATED PIPE UNDERDRAIN
LF
194
S31.OD
$ 6.014.00
605415000
SURFACE SAND FILTER
SF
158
$6.00
S 945.60
607-11530
FENCE (SPECIAL)
LF
21D
$10.00
S 3,300.00
BOB-00006
CONCRETE SIDEWALK (6 INCH)
SY
1398
$52.00
$ 72,711.60
808-00010
CONCRETE CURB RAMP
SY
313
$142.00
$ 44,488.60
609-21010
CURB 6 GUTTER TYPE 2(SECTION 143)
LF
1084
$21.00
S 22,753.50
009.21020
CURB 8 GUTTER TYPE 2 (SECTION 11-B)
LF
2136
$11.00
S 23.49320
609-21021
CURB 6 GUTTER TYPE 2 (SECTION 11-M)
LF
297
$25.00
$ 7.432.50
609.40010
CURB TYPE 2 (SECTIONS)
LF
220
$27.00
$ 5,037.30
009I0130
CURB MEDIAN(SPECIAL)
LF
411
$31.00
S 12,725.50
614-00321
BARRICADE (TYPE 3 MA)
EA
1
5550.00
$ 550.00
819.50480
61NCH PLASTIC PIPE
LF
36
$42.00
$ 11512,00
619-75048
6INCH GATE VALVE
EA
2
$1,082.00
S 2,164.00
619-78M
6 INCH FIRE HYDRANT
EA
2
57,289.00
$ 14.578.00
621-00450
DETOUR PAVEMENT
SY
983
$36.00
$ 35.391,60
623-00000
IRRIGATION SYSTEM
LS
1
5591000.00
$ 59.000.00
623-00602
21NCH PLASTIC PIPE (IRRIGATIONISLEEVE)
LF
900
$10,00
S 9.000.00
REM ND.
REM DESCRIPTION
UNIT
QUANTITY
UNIT COST
COST
623-00604
4 INCH PLASTIC PIPE ORRIGATION/SLEEVE)
LF
376
$12.00
$ 4,500.00
626.0000
MOBILIZATION
LS
1
$135,900.00
S 135.900.00
630-00000
FLAGGING
HOLM
1200
$26.00
S 31,200.00
030-00007
TRAFFIC CONTROL INSPECTION
DAY
39
$110.00
S 4,29D.00
630-00012
TRAFFIC CONTROL MANAGEMENT
DAV
BB
5743.00
S 71,328.00
630-10005
TWIFFIC CONTROL
LS
1
$15,585.00
S 15,565.00
630-80359
PORTABLE MESSAGE SIGN PANEL
DAY
10
$220.00
S 2,200.00
630-80370
CONCRETE BARRIER TEMPORARY
LF
000
$82.00
$ 37,200.00
Force Account
700-70010
F/A b9NOR CONTRACT REVISIONS
FA
1
S60,000.00
S 60,000.00
700-70011
F/A PARTNERING
FA
1
$2.500.DD
$ 2.500.00
700-70016
F/A FUEL COST ADJUSTMENT
FA
1
$8,000.00
S 8.000.00
700-70019
F/A ASPHALT CEMENT COST ADJUSTMENT
FA
1
$15,000.00
S 15,000.00
700-70380
F/A EROSION CONTROL
FA
1
$2.500.00
S 2.500.00
700-70021
F/A ON THE JOB TRAINING
FA
1
$960.00
S 960.00
TOTAL BASE BID'
$ 1,957,737.62
IN WORDS:
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:
_ 1 J x J m
CONTRACTOR
BY:
a8ignat
a Date
ce sydv,�
Title
License Number (If Applicable)
(Seal - if Bid 's by corporation) n
Attest: 12
Address JJ,CI
6- e A �` O SS DLL
Telephone
Email t t fL L`ILvL+r�� �0.VG.�Y\ ' oCvrV�
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410 Bid Bond
00420 Statement of Bidder's Qualifications
00430 Schedule of Subcontractors
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Duran Excavating, 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 Five Percent (5%) of Total Bid Amount
($ ) 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, 8125 Intersection
Improvements at Vine & Shields.
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.
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals
this 17th day of June 20 ls. and such of them as are corporations have caused their
corporate seals to be hereto affixed and these presents to be signed by their proper officers, the
day and year first set forth above.
PRINCIPAL
Name: Duran Excavating, Inc.
Address: 14332 County Road 64
Greeley, C 631
By: /A
Title: Cfvv-sk E. a-vx ,
ATTEST:
By: r
✓zf
0_rr��ut>r� t Sec,
(SEAL)
SURETY
Western Surety Company
333 S. Wabash Avenue
Chicago, IL 60604
a
Title: K'Anne E. Vogel, Attorney -in -Fact
(SEAL)
Western Surety Company
POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT
Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation
having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby
make, constitute and appoint
Darlene Krings, Russell D Lear, Melanie A Lathouwers, Katherine E Dill, Royal R Lovell,
Diane Clementson, K Anne E Vogel, Wesley J Butorac, Steve J Blohm, Individually
of Greeley, CO, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds,
undertakings and other obligatory instruments of similar nature
- In Unlimited Amounts -
and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said
Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed.
This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by
the shareholders of the corporation.
In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be
hereto affixed on this I I th day of June, 2015.
WESTERN SURETY COMPANY
rro
:�^�4opPOggf\Oa
z
�CA� P
terry OM''er
P`Paul T. Bruflat, Vice President
State of South Dakota
ss
County of Minnehaha
On this 1 Ith day of June, 2015, before me personally came Paul T. Bmflat, to me known, who, being by me duly swam, did depose and say: that he
resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed
the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed
pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges
same to be the act and deed of said corporation.
My commission expires\\\\N\\\\\\\M\\\\\\\\\ S
r� S. EICH /�
I
February 12, 2021 �1%SOUiH MIfOTAII
\Y\\\\\\\\\\1\Y\\\\\\\\+
S. Eich, Notary Public
CERTIFICATE
1, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in
force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed
my name and affixed the seal of the said corporation this 1 K day of � } L't.YLIt 015 .
WESTERN SURETY COMPANY
AN^
z
4i ii �'o
L. Nelson, Assistant Secretary
Farnr F4280-1-2012
EXHIBIT 2 — CLARIFICATIONS & REVISIONS
I. Project Clarifications:
A. None at this time.
II. Revisions to the Project Planset:
B. The quantity of Aggregate Base Course (ABC) (Class 6) "SHIELDS 11+58.32 to
16+18.93" on Sheet 21 has been changed from 487.7 TON to 2000 TON.
III. Revisions to the Project Specifications:
C. None at this time
IV. Pre -Bid Clarifications Not Resulting in Changes to the Bid Documents:
D. None at this time
V. Pre -Bid Clarifications Resulting in Changes to the Bid Documents:
E. None at this time
VI. Revisions to the Project Bid Tab:
F. The quantity of aggregate base has been changed from 2035.5 TON to 3600 TON.
The quantity was changed due to a bust found in the quantities on Sheet 21 from
Shields ST 11+58.32 to 16+18.93. The original quantity for this area was 487.7
TON, and it should be 2000 TON.
Addendum 2
8125 Intersection Improvements at Vine & Shields Page 5 of 5
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: Duran Excavating, Tnc.
2. Permanent main office address: 14332 CR 64, Greeley, W 80631
3. When organized: Novenber 1978
4. If a corporation, where incorporated: Colorado
5. How many years have you been engaged in the contracting business under your present
firm or trade name? 36 Years
6. Contracts on hand: (Schedule these, showing the amount of each contract and the
appropriate anticipated dates of completion.)
See Attachment "A" — Current Projects
7. General character of Work performed by your company:
Farthvork, Excavation, Site Utilities, Road Construction, Frosion Control,
Denoliticn
8. Have you ever failed to complete any Work awarded to you? N0
If so, where and why?
9. Have your ever defaulted on a contract? N0
If so, where and why?
10. Are you debarred by any government agency? NO
If yes list agency name.
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.
See Attaclnent "B" - Nhj or Projects Completed Lest 5 Years
12. List your major equipment available for this contract.
See Attadnert "C" - Equiprent List
13. Experience in construction Work similar in importance to this project:
See Attacbrents "D" - Job Reference Sheets
14. Background and experience of the principal members of your organization, including
officers:
See Attachrert "E" - Re.% res
15. Credit available: $ 1,500,000.00
16. Bank Reference: let Nni-innal Rank,17r11 7Ard Ave. CrealP4 cn R-ml _(97n) AQS-76A4
17. Will you, upon request, fill out a detailed financial statement and furnish any other
information that may be required by the OWNER? YES
18. Are you licensed as a General CONTRACTOR? YES
If yes, in what city, county and state? See Attachient 'V1 - Licf-Lse List
What class, license and numbers?
19. Do you anticipate subcontracting Work under this Contract? Unl(n%m
If yes, what percent of total contract?
And to whom?
20. Are any lawsuits pending against you or your firm at this time? n'0
IF yes, DETAIL
21. What are the limits of your public liability? DETAIL $1,000,000 per occurance, $2,000,000 Aga.
What Company? Travelers Insurance Capany
22. What are your company's bonding limitations? $7,000,000 per project / $20,000,000 Agg.
23. The undersigned hereby authorizes and requests any person, firm or corporation to
furnish any information requested by the OWNER in verification of the recital comprising
this Statement of Bidder's Qualifications.
Dated at Greeley, CO
this 17 day of June
Diran Excav In
Name of r
By:
T;tic. Ernest E. Duran, President
State of Colorado
County of Weld
20 1'.
l��f 11eST P. -�-)ixra-VA being duly sworn deposes and says that he is
f'rest (�tA-� of and that (name of
organization) the answers to the foregoing questions and all statements therein contained are
true and correct.
N
s rib 0 bef $ this day of �i�_ 20�
Natary � u
Ll3�4 S OtJt,L
NOTARY PUBLIC
) STATE Os GOLCRADO
My commission expires l0 t NOYMY 10 40074016100
Duran Excavating, Inc.
rsirrnnt Prniprtc
Attachment "A"
Scheduled
.rob #
Project Name
Owner
General Contractor
Architect/ Engineer
Contract
Percent
Completion
School District #1
Company
LOA Architecture
City & County of Denver
25 North Cascade Suite 400
480 East 20th Ave.
1350 E 33rd Ave.
Colorado Springs, CO 80903
Denver, CO 80205
409
Stapleton Northfield Campus -Earthwork
Denver, CO 80207
(719)473-5321
(303)863-9080
S967,772.00
95%
June-15
DEI is the subcontractor for GE Johnson. DEI's description of work is erosion control, import of soil, fine grading, over excavation. and pre -
Job Description
compaction of the gym and school building.
Broomfield
Duran Excavating, Inc.
One DesCombes Drive
City & County of Broomfield
14332 County Road 64
Broomfield, CO 80020
1 DesCombes Dr.
Greeley. CO $0634
Katic Allen
416
Brainard Drive Relocation
Broomfield, CO 80020
(970)351-0192
Phone 303-438-6250
$1.195.760.90
90%
June-15
Relocation of approx. 4000 R. of Brainard Drive, this work consists of clearing & grubbing, demolition of curb, gutter & asphalt asphalt
milling, removal of fencing & culverts, import of fill material, strip & replace topsoil. erosion control, aggregate base course, asphalt paving and
.lob Descriptiun
installation ofsmnn pipe and structural concrete, guardrail. fencing and traffic control. Also includes installation of detour pavement.
HCA Healthcare
Batten & Shaw
Redland
One Park Plaza,
107 Music City Circle
8000 Lincoln St #206
Nashville, TN 37203
Nashville, TN 37214
Littleton, CO 80122
418
North Suburban Medical Center Addition
900-442-2273
615-292-2400
Mark CevaO (720)283-6783
S268275.00
90%
Jum-15
Building expansion for the North Suburban Medical Center. DEl is doing the demo work which includes, concrete, asphalt and utility
removals. Clearing & grubbing. & fine grading, backfill building & retaining wall. Install a new 8" waterline & fire hydrant Install 18" RCP,
Job Description
manholes, & inlets.
Colorado State University
PCL Construction Services, Inc.
JVA, Inc.
Housing and Dining Services
2000 South Colorado Blvd.
25 Old Town Square
1005 West Laurel St
Tower Two Suite 2-5D0
Ft. Collins CO 80524
419
Colorado Stare University Aggie Village
Ft Collins. CO 80523
Denver. CO 80222
303-444-1951
$1,257500.00
800%
July-15
Removal of existing utilities. Installation of 1000 if of 8" waterline. 6 fire services & 6 domestic services. 700 If of 6" sanitary sewer with 6
storm sewer services with 4,0001f of 6" & 8" roof drain.
Job Description
Larinecr County
Lorimer County
200 West Oak Street Suite 3000
Duran Excavating. Inc.
200 West Oak St # 3000
Fort Collins Colorado 80522
14332 County Road 64
Fort Collins Colorado 80522
Erich Purcell
Greeley. CO 90634
Erich Purcell
420
North Shields Street Road and Bridge Improvements
(970) 498-5733
(970).351-0192
(970) 498-5733
S5,814.028.80
48%
August-15
The work consists of reconstruction of .9 miles of roadway and replacement of the bridge over the Cache Is Poudre River on North Shields
Street (County Road 17). The work involves grading, asphalt paving, curb and gutter, sidewalk bikeways, storm sewer, irrigation system
Job Description
drilled caissons, prestressed concrete box girclers. ri rn , concrete box culvert fencing and landscaping.
GE Johnson Construction
Company
Martin7Mart4 Inc.
Cabela's Inc.
25 North Cascade Suite 400
12499 West Colfax Ave.
One Cabela Drive
Colorado Springs. CO 80903
Lakewood, CO 80215
421
Cabela's Concrete Project
Sidney, NE 69160
(719)473-5321
(303)131-6100
$314.209a00Jurre-15
FT
This project consists of concrete work including installation of approximately 7.300 IS.. of curb & gutter, 19,850 s.f. of sidewalk 16,000 s.t of
Job Description
concrete paving, 550 11 of 4' pans, 19 handicap ramps. I 1 sidewalk trench drains, 30 bollards and 32 fight pole bases.
611512015
Duran Excavating, Inc.
Currpnt Proipcts
Attachment W
GE Johnson Construction
Aspen Engioeering
University of Colorado Health
Company
AOld Town Square, M238
12401 E. 17th Ave.
25 North Cascade Suite 400
Fort Collins, CO 80524
Aurora, CO 80045
Colorado Springs, CO 80903
John Gooch (970) 420-
422
UCH Harmony Campus ED
Eric Roark (303)525-8333
(719>473-5321
5345
$329,000.00
50"A
July-15
This pmject consists of earthwork and excavation of the UCH Harmony Campus site including clearing and grubbing, 2.369 ay of site cut .&
fill, 2552 c.y. of structural f9l import. 1.247 c.y. of scarify and re -compact soils, 1.453 ay. ofover-excavation structural excavation and
Job Description
becicML fine grading and erosion control.
GE Johnson Construction
School District Nl
Company
LOA Architecture
City & County of Denver
25 North Cascade Suite 400
480 East 20th Ave.
1350 E 33rd Ave.
Colorado Springs, CO 90903
Denver, CO 80205
423
DPS Stapleton Northfield Campus Sports Complex
Denver. CO 80207
(719)473-5321
(303)863-9080
5473.600.00
50%
July-15
Tlus project consists of earthwork for a new sports complex including 27.968 c.y. of site cut & fill, 14,558 c.y. of export, fine grading,
Job Description
structural excavation and backfill, 1.275 tons of road base for the track and erosion control.
V `715
Major Projects Duran Excavating, Inc. Has completed In The Past Five'Years Attachment^B"
JOB
PROJECT
OWNER
ARCHITECT/
CONTRACT
DATE
NAME
OWNER
PHONE NUMBER
ENGINEER
AMOUNT
COMPLETED
V estas
357
Vestas Blade Factory Utilities
Windsor, CO Weld
970-674-3311
$157,000.00
Feb -10
City of Greeley
1000 loth St
10th. St & 32nd Ave. Storm
Greeley, CO 80631
358
Sewer
(970)336-4124
(970)336-4121
S542,610.05
June-10
359 /
Jefferson County Schools
GE Johnson Construction Co/GC
362
Jeffco Open Schools
Lakewood, CO
(719) 473-5321
$824,366.45
September-10
City of Fort Collins
215 N. Mason Street
PO Box 580
Fort Collins, CO 80522
360
Mason Bikc / Pedestrian Trail
(970) 222-3546
(970) 416-2292
City of Fort Collins
$408,924.00
May-10
West Alameda Parkway Sanitary
Green Mountain Water & Sanitation
McLaughlin Water Eng. (303)
361
Sewer Project
District
(303)985-1581
964-3333
$392,025.00
Ma -10
City of Aurora
15151 E. Alameda Parkway
2009 Sanitary Sewer
Suite 3500
363
Rehabilitation Project
Aurora, CO 80012
(720) 859-4403
City of Aurora
S856,525.00
October-10
City of Arvada
8101 Ralston Road
364
Pond Dredging Project
Arvada, CO 80002
720-898-7644
City of Arvada
$121,030.00
September-10
Denver Public Schools
City & County of Denver
Denver Public Schools Stapleton
1350 E. 33rd Ave,
GE Johnson Construction Co/GC
365
School
Denver, CO
(719) 473-5321
$544,411.96
May-11
City of Fort Collins
215 N. Mason Street
PO Box 580
Fort Collins, CO 80522
Hensel Phelps Construction / G.C.
366
Fort Collins Discovery Museum
(970) 222-3546
(970) 352-6565
City of Fort Collins
$401.980.00
Jul -11
Colorado State University
Stantec
367
CSU Parking Lot
Fort Collins, CO
(970) 491-0306
(970) 449-8607
$307,540.00
August- 10
Park Creek Metropolitan District
7350 East 29th Avenue, Suite 300
M.A. Mortenson-G.C.
Matrix Design Group
368
Stapleton Filing 32
Denver, CO 80238
(720) 920-4300
(303) 572-0200
$4,200,000.00
Febru -12
Phipps/McCarthyJV
1650 N. Victor Street,
The Children's Hospital
Aurora, CO 80045
1056 East 19th St. Suite 110
Mark Jenkins
370
Children's Hospital Utilities
Denver, CO 80202
720-224-9033
H + L Architecture
$161,736.00
October-11
City of Longmont / Public Works
1100 South Sherman Street
JUB Engineers
371
County Line Road Improvements
Longmont, Co. 80501
(303) 651-8310
970-377-3602
$544,411.96
May-11
Town of Bennett
Sanitary Sewer Replacement
355 Fourth St
RG & Associates
372
under Union Pacific RR
Bennett, CO 80102
303-644-3249
(303) 901-4553
S124,416.50
Junc-11
Major Projects Duran Excavating, Inc. Has completed In The Past Five Years Attachment"B"
JOB
PROJECT
OWNER
ARCHITECT/
CONTRACT
DATE
NAME
OWNER
PHONE NUMBER
ENGINEER
AMOUNT
COMPLETED
City of Central City
141 Nevada St
Central City 2011 Streetscapes
PO Box 249
Northstar Concrete - GC
374
Improvements Project
Central City, CO 80427
(970) 203-0500
5350,000.00
November-I1
Crestview Water & Sanitation District
2011 Pecos St Sewer Main
7145 Mariposa St.
Gary Hilderbrandt
RG & Associates, LLC
375
Replacement
Denver, CO 80221
(303) 430-4644
(303) 468-8463
$259,888.00
September- I 1
City of Greeley
I000 I Oth St
Intersection Improvements -
Greeley, CO 80631
Refael Samaniego
378
Highway 85 & 13th St
(970) 336-4124
(970) 336-4122
City of Greeley
$370,839.00
December-1
City of Aurora
15ISI E. Alameda Parkway
2011 Sanitary Sewer
Suite 3500
City of Aurora
City of Aurora
379
Rehabilitation
Aurora, CO 80012
(303) 739-7100
(303) 739-7100
$407,000.00
June-12
United Water and Sanitation District
8301 East Prentice Avenue, Suite 100
Robert Albbery
Civil Resources, LLC (303)
380
Interim Inflow Pipe Project
Greenwood Village, CO 80111
(303) 909-5921
833-1416
$273,000.00
March-12
Noble ncrgy
2115 117th Ave.
Noble Energy
Greeley, CO 80634
Justin Horsch-Project Mgr.
GE Johnson Construction
381
District 15 Field Office
970 336-4122
(970) 518-9718
(719) 473-5321
$127,252.00
Ma -12
City and County of Denver
Department of Public Works
City and County of Denver
201 W Colfax
City and County of Denver
Engineering Division
382
2012 General Storm
Denver, CO 80202
David Shaw (720) 271-8125
(303) 446-3617
$1,736,000.00
November-12
City of Evans
I Idr Ave. Waterline
1100 37th Street
Dawn Anderson
HDR Engineering, Inc.
383
Replacement
Evans, CO 80620
(970) 475-1160
(303) 764-1520
$430,000.00
Ma -12
Park Creek Metropolitan District
7350 East 29th Avenue, Suite 300
M.A. Mortenson-G.C.
Vision Land Consultants
384
Stapleton Filing I OA
Denver, CO 80238
(720) 920-4300
(303) 674-7355
$323,082.00
Au t-12
City of Fort Collins
215 N. Mason Street
H.D.R. Engineering
PO Box 580
303 E. 17th Ave.,
Fort Collins, CO 80522
Denver, CO $0203
3851
Fort Collins Transit Center
(970) 222-3546
(970) 353-6964
(303) 764-1581
$137,446.00
May-13
Town of Windsor
301 Walnut Street
King Survcyors
386
#2 Ditch Trail Paving 2012
Windsor, CO 80550
(970) 217-5266
(970) 539-9445
$266,478,00
November-12
Town of Nunn
JVA Engineers
Town of Nunn Water System
195 Lincoln Ave.
Will Ratz
1319 Spruce Street Boulder,
387
Improvements
Nunn, CO 80648
(303) 565-4961
CO 80302
$1,684,992.00
April-13
Denver Metropolitan Major League
Studio Completion
Baseball Stadium District
3000 Zuni St.
7400 E. Crestline Circle, Ste 200
Denver, CO 80211
3881
Coors Field Parking Structure
I Greenwood Village, CO 80111
1 (303) 773-1442
1 (303) 477-9156
1 5500,000.00
March-14
Major Projects Duran Excavating, Inc. Has completed In The Past Five Years Attachment "B"
JOB
PROJECT
OWNER
ARCHITECT/
CONTRACT
DATE
NAME
OWNER
PHONENUMBER
ENGINEER
AMOUNT
COMPLETED
city of Fort Collins
215 N. Mason Street
JVA, Incorporated
PO Box 580
Heath Construction (G.C.)
25 Old Town Square, Ste. 200
Transfon Maintenance Facility
Fort Collins, CO 80522
(970) 221-4195
Ft. Collins, CO 80522
389
Expansion
(970)222-3546
John Raycraft
(970)225-9099
$226,223.00
April-13
RG & Associates, LLC
Crestview Water & Sanitation District
4875 Ward Rd.,, Suite 100
2013 Water Main Replacement
7145 Mariposa St.
Mike Parker
Wheatridge, CO 80033
390
C.W.
Denver, CO 80221
(303) 434-3708 Cell
(303) 293-8107
$1,086,635.00
June-13
Bob Villano
13215 Cty Rd. 8
Ft. Lupton, CO 80621
Bob Villano
391
Demolition House
(303)210-9842
303)210-9842
na
$40,000.00
June-13
Adams County
4430 S. Adams Cty. Pkwy.
Adams County
Brighton, CO 80601-8218
Rene Valdez
Vince Jungles
392
York St. Culvert Replacement
(720)523-6991
(720) 523-6991
(720) 523-6963
$198,600.00
Ma -13
CO Christian University
GE Johnson onstruction
8787 W. Alameda Ave.
25 N. Cascade Ave, Suite 400
CO Christian University
Lakewood, CO 80226
Colo Springs, CO 80903
393
Modular Bldgs
(303)725-8621
Mike Kosters (719) 331-6609
$255,413.00
June-13
a m n onsu lung
City of Federal Heights
Engineers
2380 W. 90th Ave.
Charles Esterly
12499 West Colfax Ave.
Federal Heights, CO 80260
303412-2521
Lakewood, CO 80215
394
2012 Capital C Imp.
(303)412-2521
Phone (303) 431-6100
$537,490.00
November-13
City of Greeley
1000 1 Oth St
City of Greeley
65th. Ave. Roadway
Greeley, CO 80631
Rafael Samaniego
Rafael Sameniego
3951
Improvements
(970)336-4124
(970)336-4122
(970)336-4122
$689,000.00
September- 13
The City of Golden
City of Golden
1445 Tenth Street
Joe Puhr
Golden Colorado 80401
Joe Puhr
(303)384-8115
396
So. Golden Road Corridor
(303)384-8150
(303)384-8115
$1,079,633.25
July-13
CO Christian
CO Christian University
University Infrastructure
8787 W. Alameda Ave.
Larry Cooley
397
-EARTHWORK
Lakewood, CO 80226
(303)725-8621
5767,607.00
S tember-14
CO stian University
CO Christian University
8787 W. Alameda Ave.
Larry Cooley
398
Infrastructure -UTILITIES
Lakewood, CO 80226
(303)725-8621
$1,2551280.00
September-14
City of Greeley
BHA "Design
1000 1 Oth St.
Joe Marcisofsky
1603 Oakridge Dr.
8th Ave. & 16th St.
Greeley, CO 80631
970-396-8978
Fort Collins, CO 80525
P399
Pedestrian Improvements
970 336-4122
(970) 223-7577
$47,382.50
November-13
barber Architecture
Noble Energy
Corporation
2115 117th Ave.
303 16th St. Ste. 300
Greeley, CO 80634
Denver, CO 80202
400
Noble Energy Phasel❑
970 336-4122
970-336-4122
(303)320-9385
$596,706.00
October-14
Major Projects Duran Excavating, Inc. Has completed In The Past Five Years Attachment"B^
JOB
PROJECT
OWNER
ARCHITECT/
CONTRACT
DATE
NAME
OWNER
PHONE NUMBER
ENGINEER
AMOUNT
COMPLETED
Boulder County Transportation
Boulder County Lefthand
Boulder County Transportation District
District
Canyon Dr. Winter Rd.
2025 14th SL
Bill Eliascn
2025 14th St.
401
Flood Repairs
Boulder, CO 80302
(720)564-2661
Boulder, CO 80302
$976,000.00
November-13
Tunrikey Builders
3650 35th Ave.
Oil States Gas
Greeley, CO 80620
265 Basher St.
Chad Sanger
402
Oil States Gas
Johnstown, CO 80534
970-539-0616
$48,000.00
November-13
GHAFARI
Woodward Governor Company
17101 Michigan Ave.
Woodward Iron Mountain Phase
1000 East Drake Rd.
Dearborn, Ml 48126
403
2
Fort Collins, CO 80525
(970)482-5811
313-441-3000
$45,711.00
Janua -14
Boulder Transportation
Department
Boulder County Transportation District
5201 St. Vrain Rd.
2025 14th St.
Building 5
Jamestown Canyon Dr. Winter
Boulder, CO 80302
Bill Eliasen
Boulder, CO 80302
404
Roads
720-564-2661
720-564-2661
720-564-2661
52,376,289.00
Fcbru -14
City or LovelandLoveland
u is Works
500 East Third St.
Duran Excavating, Inc.
Department
State Highway 287 Underpass,
Suite 230
418 N. 9th Ave.
500 E. 3rd St Ste.230
Big Thompson River Path
Loveland, CO 80537
Greeley, CO 80631
Loveland, CO 80537
405
Repairs
(970)962.2451
(970)351-0192
970-962-2636
$237,256.00
April-14
City of Aurora
Duran Excavating, Inc.
MWH Americas, Inc.
ISI51 E. Alameda Parkway
418 N. 9th Ave.
1801 California St. Ste. 2900
Robinson Gulch Sewer
Suite 3500
Greeley, CO 80631
Denver, CO 80202
4061
Realignment
Aurora, CO 80012
(970)351-0192
303-382-4952
$222,330.00
May-14
Weld County Public works
Duran Excavating, Inc.
Department
Weld County Dept of Public Works
418 N. 9th Ave.
I I I I H. Street
Espanola Subdivision
1 111 H. Street
Greeley, CO 80631
Greeley, CO 80631
407
Improvements
Greeley, CO 80631
(970)351-0192
970-304-6496
$810,543.00
June-14
uran Excavating,Inc.
mar
City of Greeley
418 N. 9th Ave.
3521 W. Eisenhower Blvd.
20014 Substandard Sewer
1000 1Oth St.
Greeley, CO 80631
Loveland, CO 80537
408
Rehabilitation Project
Greeley, CO 80631
(970)351-0192
970-667-6286
$517,480.00
August-14
jam2slownt—onstruction
UUrHn EXCaVaUng, inc.
Services Permanent Repairs to
Town of Jamestown
418 N. 9th Ave.
Road & Water Distribution
PO Box 298
Greeley, CO 80631
410
System
Jamestown, CO80455
(970)351-0t92
$2,675,916.90
December-14
s t
School District#1
Company
LOA Architecture
City & County of Denver
25 North Cascade Suite 400
480 East 20th Ave.
Stapleton Northfield Campus-
1350 E 33rd Ave.
Colorado Springs, CO 80903
Denver, CO 80205
4111Utilities
Denver, CO80207
(719)473-5321
(303)863-9080
$1,318,902.00
April-15
oulder County I ransportauon rstnct
Duran Excavating, Inc.
2025 14th St.
14332 County Road 64
Lefthand Canyon Dr. Minor
Boulder, CO 80302
Greeley, CO 80634
112
Resurfacing & Repair
(720)564-2661
(0-151-0192
$1,826,101.00
October-14
Major Projects Duran Excavating, Inc. Has completed In The Past Five Years Attachment"B"
JOB
PROJECT
OWNER
ARCHITECT!
CONTRACT
DATE
NAME
OWNER
PHONE NUMBER
ENGINEER
.AMOUNT
COMPLETED
Ut Johnson onstmctton
Company
Martin/Martin, Inc.
Cabela's Inc.
25 North Cascade Suite 400
12499 West Colfax Ave.
Cabela's Corporate Expansion
One Cabela Drive
Colorado Springs, CO 80903
Lakewood, CO 80215
413
Phase I
Sidney, NE 69160
(719)473-5321
(303)431-6100
$285,250.00
April-15
uran Excavaung, Inc.
KU & ASSOCIaleS,
Crestview Water & Sanitation District
14332 County Road 64
4885 Ward Road,
2014 Water Main Replacement
7145 Mariposa St.
Greeley, CO 80634
Suite 100
4141
Project
Denver, CO 80221
(970)351-0192
Wheat Ridge, CO 80033
$675,647.00
December-14
Lidstone & Associates
Duran Excavating, Inc.
4025 Automation Way
City of Greeley
14332 County Road 64
Building E
Island Grove Well Project Civil
1000 I Oth St.
Greeley, CO 80634
Fort Collins, CO
415
Phase
Greeley, CO 80631
(970)351-0192
80525
$278,945.00
January-15
City Of
Fort Collins
Purchasing
ADDENDUM NO. 1
SPECIFICATIONS AND CONTRACT DOCUMENTS
Description of BID 8125: Intersection Improvements at Vine & Shields
OPENING DATE: 3:00 PM (Our Clock) June 17, 2015
Financial Services
Purchasing Division
215 N. Mason St. 21tl Floor
PO Box 580
Fort Collins, CO 80522
970.221.6775
970.221.6707
fcgov.com/Purchasing
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 Schedule
Exhibit 2 — Clarifications & Revisions
Exhibit 3 — Revised Specifications
Exhibit 3 — Revised Drawings
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 1
8125 Intersection Improvements at Vine & Shields Page 1 of 31
DURAN EXCAVATING, INC. Attachment "C"
COMPANY EQUIPMENT
YEAR
DESCRIPTION
UNIT #
V.I.N #
1995
GMC Pickup
A21
1AGDGC24KSZ547507
1999
GMC Sierra Pickup
A22
1CTEK14V2XE531807
2001
Ford Pickup
A23
1FDAF56F11ED15269
2012
Toyota Tacoma
A27
3TMLU4EN4CM082801
2012
GMC 1500 Reg. Cab
A28
1GTN2TEOXCZ256642
2013
GMC 2500 Crew Cab
A29
1GT125EG6DF190035
2013
GMC 2500 Crew Cab
A30
1GT125EG9DF226915
2013
GMC Sierra
A31
1GT02ZCGODZ189340
2014
GMC Sierra
A32
3GTU2VEC2EG445290
2014
GMC Sierra
A33
3GTU2WEJ2EG524298
2011
Chevrolet 1500 Crew Cab
A34
3GCPKREA8BG317456
2005
Cat Backhoe Model 420D
BH42
FDP-25467
1996
Dynapac Compactor
C95
59811135
1998
Dozer
D1
3WN01123
2001
Komatsu PC400 LC
EX40
A84248
TO- 05
Komatsu PC200 LC
EX42
A87280
2003
Komatsu PC228
EX43
20903
2006
Komatsu PC30OLC
EX44
A88372
2007
Komatsu
EX45
A87182
2005
Komatsu PC30OLC-7L
EX46
A81819
2006
Bobcat 325G Mini Excavator
EX47
234113410
1981
KD Manitou Forklift
F21
606862
2007
Cat 140H Motor Grader
G55
OAPM03424
2006
Cat 938 Loader
L53
OCRD001912
1999
Cat 938G Wheel Loader w/Forks
L54
CAT0938GERTBO1508
2014
Cat 950K FC
L55
OFER00752
2014
Cat 938K Wheel Loader
L56
OSWL03410
1999
Cat SSL 236 Skid Loader
SL51
4YZ00889
2012
Cat SSL 236 Skid Loader
SL53
A9HO2118
2014
Cat SSL 236 Skid Loader
SL54
CAT0236DJBGZ00740
2008
Site & Plan Pilot RTK Agtek
SP1
2CK81602T2
2000
FL702281 Service Truck
TK18
1FV6HFBA2YHB97088
1993
Leased Kenworth
TK24
1 XKADB9X2PJ582521
2002
International DumpTruck
TK29
13784
2002
International DumpTruck
TK30
13581
2006
Kenworth Truck Tractor
TK31
153767
2015
Kenworth Truck Tractor
TK32
1XKZP4TXXFJ431794
1979
Loadking Trailer Belly Dump
TL72
8074
2006
Loadking 55Ton Lowboy
TL77A
5LKL5335461025964
2006
Loadking Booster
TL77B
5LKF1411961026204
DURAN EXCAVATING, INC. Attachment "C"
COMPANY EQUIPMENT
YEAR
DESCRIPTION
UNIT #
V.I.N #
2012
Smithco Hi -Cap Side Dump Trailer
TL78
476060
2007
Sidumpr Side Dump Trailer
TL79
2027
1978
Office Trailer Van
TL85
T92920
1970
Office STK SMI Trailer
TL86
121891
2004
Haul Trailer
TL87
16HGB20214U034397
2005
Skid Loader Trailer
TL88
1T9P4616X5M73211
1985
Storage Trailer
TL89
lS11E8285FE272542
1989
IHC 7140 Case Tractor
TR10
JJA0008510
1980
Mack Water Truck
WT17
DMM6856S3081
1995
Ford LN 8000 Water Truck
WT20
1 FTYR82EOSVA51049
2000
GMC 2000 Gal Water Truck
WT21
1GDL7H1C8YJ517306
Tamper
Z201
Hotsy
Z240
Duetzy Diesel Pump
Z280
Gorman Rupp Pump 4" Elec.
Z281
JOB REFERENCE SHEET
Attachment "D"
JOB #: 395
JOB NAME: 65th Ave. Roadway Improvements
ADDRESS & LOCATION: 65TH Ave. & U5 Hwy 34
Greeley, CO 80634
OWNER: _ City of Greeley
ADDRESS: 1000 loth St.
Greeley, CO 80631
TELEPHONE: 970-336-4122
CONTACT & TITLE: Rafael Samaniego, Project Engineer
GENERAL CONTRACTOR: Duran Excavating, Inc
ADDRESS: 418 N. 9th Ave.
Greeley, CO 80631
TELEPHONE: (970) 351-0192
CONTACT & TITLE:
PROJECT COORDINATOR: Josh Duran
PROJECT SUPERINTENDENT: Larry Duran
CIVIL ENGINEER: City of Greeley
ADDRESS: 1000 10" 5t.
Greeley, CO 80631
CONTACT & TELEPHONE: Rafael 5amaniego
970-396-5334
STARTING DATE: 7/20/13
COMPLETION DATE:
BEGINNING CONTRACT AMOUNT: $661,981.75
ENDING CONTRACT AMOUNT: $698,696.45
DESCRIPTION OF WORK: _Reconstruction of exsisting roadway on Hwy 34 & 65'h Ave.
Detailed work includes replacement of traffic signal lights, traffic control, asphalt, & concrete
paving, electrical, removal of existing asphalt roadway and replace roadway to allow turn lanes
and deceleration lanes. Work also included construction of concrete sidewalk, curb & gutter,
median work, landscape, irrigation and ling and replacement of a large mass arm for traffic
lights. DEI has to construct this pro iect in phases due to having to keep road open during
construction.
JOB REFERENCE SHEET
Attachment "D"
JOB #: 378
JOB NAME: Intersection Improvements - Hwy 85 & 131h Street
ADDRE55 AND LOCATION: Hwy 85 & 131h ST
Greeley, CO
OWNER: City of Gree
ADDRESS: 10o0 loth 5t
Greeley, CO 80631
TELEPHONE: (970) 336-4122 or (970) 396-5334
CONTACT & TITLE: Rafael Samaniego
GENERAL CONTRACTOR; Duran Excavating, Inc.
ADDRESS: 418 N. 9th Ave.
Greeley, CO 80631
TELEPHONE: (970) 351-0192
DEI PROJECT COORDINATOR: Ellie Duran
DEI PROJECT SUPERINTENDENT: Larry Duran
STARTING DATE: 10/17/11
COMPLETION DATE: 12/14/11
BEGINNING CONTRACT AMOUNT: $370,839.00
ENDING CONTRACT AMOUNT: $459,897.23
DE5CRIPTION OF WORK: Remove approx.. 2,400 sy of existing 8" thick Concrete
Intersection. plus shoulder and complete unclassified excavation. Install new 12" concrete
pavement and install class 6" roadbase. Work also includes erosion control, density and
concrete testing, installation of approx. 500 If of 42" RCP and Concrete Headwall and
Extensive Preformed thermoplastic pavement marking. Work is along and at the Intersection
of HWY 85 & 13' ST, which required major traffic control.
JOB REFERENCE SHEET
Attachment "D"
JOB #:
JOB NAME: Hwy 392 & CR 31 Intersection Improvements
PROJECT #: SHE3921-008
ADDRESS AND LOCATION: State Highway 392 & County Rd 31
Weld County
OWNER: Colorado Department of Transportation
ADDRE55: 2207 East Highway 402
Loveland, CO 80537
TELEPHONE: (970) 622-1276
CONTACT & TITLE: Michael Command
GENERAL CONTRACTOR: Duran Excavating, Inc.
ADDRE55: 418 N 9th Avenue
CO 80631
TELEPHONE: (970) 351-0192
CONTACT & TITLE: Josh Duran, Pro ject Manager
Gary Duran, Project Superintendent
ENGINEER / Project Mgr: Colorado Department of Transportation
ADDRESS: 2207 East Highway 402
Loveland, CO 80537
TELEPHONE: (970) 622-1276
CONTACT & TITLE: Michael Command
STARTING DATE: 7/27/08
COMPLETION DATE: 11/30/08
BEGINNING CONTRACT AMOUNT: $314,002.50
ENDING CONTRACT AMOUNT: $371,572,30
DESCRIPTION OF WORK: Project consists of intersection improvements. Work includes adding a
turn lane and culvert replacement. Pro iect details include removal of 125 sa. yds of removal and
disposal of asphalt,1791 Cubic yards of excavation and embankment construction, sediment
removal, 685 tons of road base and 1600 tons of asphalt. Work also included erosion control,
asphalt marking, roadway signage, sediment removal, mulching and seeding and traffic control.
ATTACHMENT `D'
JOB REFERENCE SHEET
JOB #:
JOB NAME: Nelson Road Improvements
ADDRESS AND LOCATION: Nelson Road
Airport Road to Nelson Park Ln
Longmont. CO 80501
OWNER:
City of Longmont
ADDRESS:
408 Third Avenue
Longmont, CO 80501
TELEPHONE:
(303) 651-8310
CONTACT A TITLE:
Curtis Ansel
GENERAL CONTRACTOR: Duran Excavating, Inc.
ADDRESS: 418 N gth Avenue
Greeley, CO 80931
TELEPHONE: (970) 351-0192
DEI PROJECT COORDINATOR: Ernest E. Duran
DEI PROJECT SUPERINTENDENT: Larry Duran
CIVIL ENGINEER: City of Longmont
ADDRESS: 408 Third Avenue
Longmont. CO 80501
TELEPHONE: (303) 651-8310
STARTING DATE: 9/2007
COMPLETION DATE: 7/2008
Work delayed due to winter shutdown of project as well as delays by utility relocation
companies.
BEGINNING CONTRACT AMOUNT: 1,530,930.00
ENDING CONTRACT AMOUNT: $1,526,045.00
DESCRIPTION OF WORK: Removal of 14,032 cubic yards of asphalt pavement, curb &
gutter, removal of existing storm pipe, excavation and embankment of subgrade (30,000
sy) installation of 12,950 cy asphalt paving and road base, installation of concrete
flatwork new storm sewer installation system. 4,620 l.f. of18"-42" RCP sewer and
waterline installation and earthwork. Work also included landscape restoration, seeding,
water control and mulching. This project is located along Nelson road which required
difficult Traffic Control and communications with local residences and businesses.
JOB REFERENCE SHEET
Attachment "D"
JOB #: Job 416
JOB NAME: Brainard Drive Relocation
ADDRESS & LOCATION: Brainard Drive & Midway Blvd, Broomfield
OWNER: City & County of Broomfield
ADDRESS: 1 Descombes Dr.
Broomfield. CO 80020
TELEPHONE: 303-438-6250
CONTACT & TITLE: Katie Allen - Pr
GENERAL CONTRACTOR: Duran Excavating, Inc.
ADDRESS: 14332 County Road 64
Greelev. CO 80631
TELEPHONE: f9701351-0192
DEI PROJECT COORDINATOR: Josh Duran
DEI SUPERINTENDENT: Gary Duran
CIVIL ENGINEER: Muller Engineering Company
ADDRESS: 777 5. Wadsworth Blvd. #4-100
Lakewood, CO 80226
CONTACT & TITLE: Dean Harris
TELEPHONE: 303-988-4939
STARTING DATE:
COMPLETION DATE:
BEGINNING CONTRACT AMOUNT: $1,195,760.90
ENDING CONTRACT AMOUNT:
DESCRIPTION OF WORK: Relocation of approximately 4,000 ft. of Brainard Drive. The
work includes 14,000 C.Y. of import, installation of 400 I.f. of 36" RCP storm sewer, asphalt
removal, installation of 1000 tons of asphalt paving, native landscape restoration. Work also
includes demolition of curb, gutter & asphalt, asphalt milling, removal of fencing & culverts,
strip & replace topsoil, erosion control, aggregate base course, structural concrete, guardrail,
fencing and traffic control and installation of detour pavement.
Attachment "E"
LARRY D. DURAN
Experience: November 1978 to present Project Superintendent
Duran Excavating, Inc. Corporate Officer / Secretary
June 1971 to November 1978 Equipment Operator / Asst. Superintendent
NCC Construction, Greeley, CO
Qualifications: Over 30 years Experience in Project Supervision and Management of field operations, Supervision of 14
crews and personnel of 5-100 people and project scheduling from start to finish. Verifiable track record of consistently
supervising and completing over 150 projects ranging from $100,000 to $8,000,000 on time and within budget, while
maintaining quality control and a positive safety record.
• Supervision and construction of Sanitary Sewer Systems and Waterlines
Extensive experience with installation of 2" to 42" pipe, installation from 8' to 35' depth, experience working with
Copper, Ductile Iron, PVC, HDPE, Fusion Pipe and steel welded pipe. Experience in By-passing sewage systems, meter
vaults, dewatering, horizontal direct drilling and boring, and abandoning existing systems.
• Supervision and construction of Storm Sewer Systems
Experience in 12" to 108" drain pipe including CMP, RCP, Steel Welded Pipe, DIP, HDPE and PVC, installation depths
up to 30', drop structures, installation of large storm septors, installation of head walls & wing walls, wet wells,
dewatering and installation of box culverts. Installation of inlets, manholes and concrete structures.
• Supervision and construction of Water Treatment Plants, Lift Stations, Non -Potable Water systems
Extensive experience with installation of 4"-24" raw waterlines and reclaimed water systems, installation of scada
systems, construction of treatment plant buildings and hrstallation of pumps.
Supervision and construction of Road Improvement projects and airport runways including excavation and
embankment work, asphalt and concrete paving, curb & gutter installation and traffic control. Road improvements have
included major highway construction, intersection improvements and widening projects, downtown city street
reconstruction and landscaping projects. Airport runways include relocation and new construction of runways and
taxiways up to 10,000 ft, cement and asphalt paving and associated earthwork, electrical work and other improvements.
Supervision and completion of Excavation Projects.
Extensive knowledge in earthwork projects, site cut & fills and grading projects up to 500,000 c.y. of dirt, over excavation,
structure and foundation excavation, capping landfills up to 300,000 c.y., pond dredging and detention pond excavation
and drainage projects, channel excavation and wetland mitigation and blasting.
• Supervision and construction of Parks, including soccer and baseball fields and city parks, concrete bike/walking trails
and pedestrian bridge construction, landscaping and irrigation systems. Projects have also included construction of
campsites for state and local parks.
• Supervision and Demolition Projects.
Demolition of buildings up to three stories, including wood, brick, metal and concrete buildings, demolition of attached
buildings and associated disconnections of utility systems and site demolition projects.
• Supervision of Subdivision & Infrastructure projects
Project management of subdivision construction including all earthwork and site utilities, coordination of all
subcontractors for concrete work, asphalt, utility installation including gas, electric and cable, surveying, landscaping and
quality control.
■ Other experience includes erosion control, dewatering, construction of ponds and dams and hazardous materials removal.
Detailed knowledge of construction standards and materials, various types of alignment and engineering equipment, as
well as reading plans and interpret engineering criteria.
Safety Project Supervisor in charge of supervision of company safety policy and procedures. Training provided by
National Safety programs and Training, Inc. Knowledgeable in trench boxes and shoring devises and responsible for
employee training, weekly safety meetings and following OSHA standards.
Pagel of 2
Attachment "E"
Certifications & Licenses
Row Trenching & Earthwork Supervisor
City of Aurora
Demo B Supervisor, Class D Drain Layer, Water Service Supervisor
City of Denver
D- Concrete & Foundation Supervisor
City of Denver
Fire Suppression System Contractor
State of Colorado
Training:
National safety program and training for federal hazardous materials program.
OSHA Stormwater Management and Erosion Control Training Class
Completed 40 hours of hazardous waste operation, and emergency response training (29 CFR 19910.120).
Completed 6 hours of safety supervisor training and is designated a safety supervisor.
Completed refresher for hazardous waste operation and emergency response.
Completed 8 hours of confined Space Training and Trench Safety Training.
Knowledge of equipment operation including backhoes, scrapers, excavators, loaders, skid steers, graders, dozers compaction
equipment and trucking. Clearance for working on Military bases.
Page 2 of 2
Attachment "E"
GARY L. DURAN
Experience: November 1978 to present Project Superintendent
Duran Excavating, Inc. Corporate Officer / Treasurer
June 1971 to November 1978 Equipment Operator / Asst. Superintendent
NCC Construction, Greeley, CO
Qualifications: Over 30 years Experience in Project Supervision and Management of field operations, Supervision of 1-4
crews and personnel of 5-100 people and project scheduling from start to finish. Verifiable track record of consistently
supervising and completing over 150 projects ranging from $100,000 to $8,000,000 on time and within budget, while
maintaining quality control and a positive safety record. Over 30 years experience with all types of construction
including open cut sanitary sewer pipe installation, bypass pumping & dewatering,
• Supervision and construction of Sanitary Sewer Systems and Waterlines
Extensive experience with installation of 2" to 42" pipe, installation from 8' to 35' depth, experience working with
Copper, Ductile Iron, PVC, HDPE, Fusion Pipe and steel welded pipe. Experience in By-passing sewage systems,
meter vaults, dewatering, horizontal direct drilling and boring, and abandoning existing systems.
• Supervision and construction of Storm Sewer Systems
Experience in 12" to 108" drain pipe including CMP, RCP, Steel Welded Pipe, DIP, HDPE and PVC, installation
depths up to 30', drop structures, installation of large storm septors, installation of head walls & wing walls, wet wells,
dewatering and installation of box culverts. Installation of inlets, manholes and concrete structures.
• Supervision and construction of Water Treatment Plants, Lift Stations, Non -Potable Water systems
Extensive experience with installation of 4"-24" raw waterlines and reclaimed water systems, installation of scada
systems, construction of treatment plant buildings and installation of pumps.
• Supervision and construction of Road Improvement protects and airport runways including excavation and
embankment work, asphalt and concrete paving, curb & gutter installation and traffic control. Road improvements
have included major highway construction, intersection improvements and widening projects, downtown city street
reconstruction and landscaping projects. Airport runways include relocation and new construction of runways and
taxiways up to 10,000 fit, cement and asphalt paving and associated earthwork, electrical work and other improvements.
• Supervision and completion of Excavation Proiects.
Extensive knowledge in earthwork projects, site cut & fills and grading projects up to 500,000 c.y. of dirt, over
excavation, structure and foundation excavation, capping landfills up to 300,000 c.y., pond dredging and detention
pond excavation and drainage projects, channel excavation and wetland mitigation and blasting.
• Supervision and construction of Parks, including soccer and baseball fields and city parks, concrete bike/walking
trails and pedestrian bridge construction, landscaping and irrigation systems. Projects have also included construction
of campsites for state and local parks.
■ Supervision and Demolition Projects.
Demolition of buildings up to three stories, including wood, brick, metal and concrete buildings, demolition of attached
buildings and associated discormections of utility systems and site demolition projects.
Supervision of Subdivision & Infrastructure projects
Project management of subdivision construction including all earthwork and site utilities, coordination of all
subcontractors for concrete work, asphalt, utility installation including gas, electric and cable, surveying, landscaping
and quality control.
Other experience includes erosion control, dewatering, construction of ponds and dams and hazardous materials
removal. Detailed knowledge of construction standards and materials, various types of alignment and engineering
equipment, as well as reading plans and interpret engineering criteria.
Page 1 of 2
EXHIBIT 1 - REVISED BID SCHEDULE
ITEM NO.
REM DESCRIPTION
UNIT
QUANTITY
UNIT COST
.COST - -
201-00000
CLEARING AND GRUBBING
LS
1
$ -
202-00010
REMOVAL OF TREE
EA
59
$ -
202-00031
REMOVAL OF FIRE HYDRANT
EA
1
$ -
202-00032
REMOVAL OF VALVE
EA
1
$ -
202-00035
REMOVAL OF PIPE
LF
20
$ -
202-00200
REMOVAL OF SIDEWALK
SY
449
$ -
202-00203
REMOVAL OF CURB AND GUTTER
LF
680
$ -
202-00205
REMOVAL OF WHEEL STOP
EA
9
$ -
202-00210
REMOVAL OF CONCRETE PAVEMENT
BY
37
$ -
202-00220
REMOVAL OF ASPHALT MAT
SY
6627
$ -
202-00810
REMOVAL OF GROUND SIGN
EA
8
$ -
202-00815
REMOVE SIGN (SPECIAL)
EA
1
$ -
202-00828
REMOVAL OF TRAFFIC SIGNAL EQUIPMENT
LS
1
$ -
202-01000
REMOVAL OF FENCE
LF
1093
$ -
203-00010
UNCLASSIFIED EXCAVATION(COMPLETE IN PLACE)
CY
2355
$ -
203-00010
MUCK EXCAVATION
CY
450
$ -
203-01597
POTHOLING
HOUR
50
$ -
206-00510
FILTER MATERIAL (CLASS A)
CY
0.7
$ -
207-00210
STOCKPILETOPSOL
CY
50
$ -
207-00405
TOPSOIL (SPECIAL)
CY
279.4
$ -
208-00018
GRAVELBAG
LF
198
$ -
208-00020
SILTFENCE
LF
2186
$ -
208-00045
CONCRETE WASHOUT STRUCTURE
EA
1
$ -
208-00050
STORM DRAIN INLET PROTECTION
EA
2
$ -
208-00070
VEHICLE TRACKING PAD
EA
1
$ -
208-00103
SEDIMENT REMOVAL AND DISPOSAL (LABOR)
HOUR
20
$ -
208-00105
SEDIMENT REMOVAL AND DISPOSAL (EQUIPMENT)
HOUR
20
$ -
208-00205
EROSION CONTROL SUPERVISOR
HOUR
40
$ -
210-00010
RESET MAILBOX STRUCTURE
EA
1
$ -
210-00035
RESET WATER METER
EA
2
$ -
210-00810
RESET GROUND SIGN
EA
7
$ -
210-04010
ADJUST MANHOLE
EA
4
$ -
210-04015
MODIFYMANHOLE
EA
1
$ -
21 U-04050
ADJUST VALVE BOX
EA
2
$ -
212-00006
SEEDING (NATIVE)
AC
0.11
$ -
212-00032
SOIL CONDITIONING
AC
0.11
$ -
212-00040
SOIL PREPARATION (LAWN)
AC
0.37
$ -
212-00050
SOD
SF
15886
$ -
Addendum 1
8125 Intersection Improvements at Vine & Shields Page 2 of 31
Certifications & Licenses:
Row Trenching & Earthwork Supervisor
D- Concrete & Foundation Supervisor
City of Aurora
City of Denver
Attachment "E"
Training: National safety program and training for federal hazardous materials program.
Completed 40 hours of hazardous waste operation, and emergency response training (29 CFR 19910.120).
Completed 6 hours of safety supervisor training and is designated a safety supervisor.
Completed refresher for hazardous waste operation and emergency response.
Completed 8 hours of Confined Space Training and Trench Safety Training.
Completed 4 hours of Asbestos Removal Training.
OSHA Stormwater Management and Erosion Control Training Class
Knowledge of equipment operation including backhoes, scrapers, excavators, loaders, skid steers, graders, dozers
compaction equipment and trucking.
Page 2 of 2
Attachment "E"
ERNEST E. DURAN (ELLIE)
Experience: November 1983 to Present Estimator /Manager
Duran Excavating, Inc. Corporate Officer / President
June 1973 to November 1983 Estimator and Job Coordinator
NCC Construction Company
Greeley, Colorado 80634
Qualifications: Over 30 years experience with all types of construction including open cut sanitary sewer pipe
installation, bypass pumping & dewatering, pipeline construction, excavation & earthwork, site
utilities, demolition and site infrastructure.
Supervision and Estimating, including visiting with owners, reviewing all blueprints and plans,
reviewing proposals, completing takeoffs and job cost estimation, scheduling, and organization of
suppliers and subcontractors and managing safety and quality control.
Project Management for contracted work for projects ranging from $100,000 to over $3,000,000 in size;
Duties include organizing and scheduling of subs and suppliers, ordering materials, coordination of all
contract paperwork, working with owners and contractors throughout all stages of the job including
scheduling as well as being familiar with drawings and have the ability to compensate for engineering
conflicts. Project Management and coordinating experience includes:
• Sanitary Sewer Systems and Waterlines projects with installation of 2" to 42" pipe, installation from 8' to 35' depth,
experience working with Copper, Ductile Iron, PVC, HDPE, Fusion Pipe and steel welded pipe. Experience in By-
passing sewage systems, meter vaults, dewatering, horizontal direct drilling and boring, and abandoning existing
systems.
• Storm Sewer Systems projects ranging from 12" to 108" drain pipe including CMP, RCP, Steel Welded Pipe, DIP,
HDPE and PVC, installation depths up to 30', drop structures, installation of large storm septors, installation of head
walls & wing walls, wet wells, dewatering and installation of box culverts, inlets, manholes and concrete structures.
• Water Treatment Plants Lift Stations Non -Potable Water systems projects including installation of 4"-24" raw
waterlines and reclaimed water systems, installation of scada systems, construction of treatment plant buildings and
installation of pumps.
• Road Improvement projects and airport runways including excavation and embankment work, asphalt and concrete
paving, curb & gutter and traffic control. Road improvements have included major highway construction, intersection
improvements and widening projects, downtown city street reconstruction and landscaping projects. Airport runways
include relocation and new construction of runways and taxiways up to 10,000 ft, cement and asphalt paving and
associated earthwork, electrical work and other improvements.
• Excavation Projects including site cut & fills and grading projects up to 500,000 c.y. of dirt, over excavation,
structure and foundation excavation, capping landfills up to 300,000 c.y., pond dredging and detention pond
excavation and drainage projects, channel excavation and wetland mitigation and blasting.
• Construction of Parks including soccer and baseball fields and city parks, concrete bike/walking trails and pedestrian
bridge construction, landscaping and irrigation systems. Projects have also included construction of campsites for
state and local parks.
• Demolition Projects of buildings up to three stories, including wood, brick, metal and concrete buildings, demolition
of attached buildings and associated disconnections of utility systems and site demolition projects.
• Project Management of Subdivision & Infrastructure projects including all earthwork and site utilities, coordination of
all subcontractors for concrete work, asphalt, utility installation including gas, electric and cable, surveying,
landscaping and quality control.
Ernest E. Duran (Ellie) Resume Pagel of 2
Attachment "E"
Managerial Duties have consisted of management of business, including estimating, supervision and
coordination of engineering department and field department, obtaining bonding, insurance and
financing as well as evaluation of financial aspects of daily business.
Training: Completed 40 hours of Hazardous Waste Operating and Emergency Response Training (29 CFR
19910.120).
Completed 6 hours of Safety Supervisor Training and is a designated Safety Supervisor.
Completed refresher for Hazardous Waste Operation and Emergency Response.
AGC Certification of Construction Management and Job Estimating, Blue print, labor and management
certification, critical path method and scheduling.
Computer proficient in Microsoft Windows 2000, Microsoft Word, and Microsoft excel, Computer
Ease, Microsoft Project and Agteck and cad files.
Ernest E. Duran (Ellie) Resume Page 2 of 2
Attachment "E"
JOSHUA J. DURAN
Experience: November 2001 to present Estimator / Project Coordinator
Duran Excavating, Inc.
Education: University Of Wyoming
B.S. in Business Communication
Graduated May of 2005
Qualifications: Over 5 years Experience in Estimating and Project Coordinating in the field of Construction
Operations. Four years of field experience working on mass excavation and utility projects.
Supervision and completion of job estimating, including visiting with owners, reviewing all blueprints and plans,
reviewing proposals, completing takeoffs and job cost estimation, scheduling, and organize suppliers and
subcontractors.
Project Coordinator for contracted work; Duties include organizing and scheduling of subs and suppliers, ordering
materials, working with owners and contractors throughout all stages of the job including scheduling as well as
being familiar with drawings and have the ability to compensate for engineering conflicts. Completion of
construction schedules, submittals, progress reports, job cost and budgeting and subcontract agreements.
Estimating and Project Coordinating of over 50 projects ranging from $100,000 to $2,000,000 in the following
areas:
■ Sanitary Sewer Systems and Waterlines projects with installation of 2" to 36" pipe, installation from 8' to 20'
depth, experience working with Copper, Ductile Iron, PVC, HDPE, Fusion Pipe and steel welded pipe.
Experience in By-passing sewage systems, meter vaults, dewatering, horizontal direct drilling and boring, and
abandoning existing systems.
Storm Sewer Systems projects ranging from 12" to 72" drain pipe including CMP, RCP, Steel Welded Pipe, DIP,
HDPE and PVC, installation depths up to 30', drop structures, installation of large storm septors, installation of
head walls & wing walls, wet wells, dewatering and installation of box culverts, inlets, manholes and concrete
structures.
• Water Pump Station, Lift Stations & Non -Potable Water systems projects including installation of 4"-24"
waterlines, installation of 12 ft. wet wells, 20 ft. deep, water treatment vaults, and installation of pumps.
• Road Improvement proiects and airport runways including excavation and embankment work, asphalt and
concrete paving, curb & gutter and traffic control. Road improvements have included major highway
construction, intersection improvements and widening projects, downtown city street reconstruction and
landscaping projects.
• Excavation Projects including site cut & fills and grading projects up to 500,000 c.y. of dirt, over excavation,
structure and foundation excavation, capping landfills up to 300,000 c.y., pond dredging and detention pond
excavation and drainage projects, channel excavation and wetland mitigation and blasting.
Other experience includes erosion control, dewatering and construction of ponds. Detailed knowledge of
construction standards and materials, various types of alignment and engineering equipment, as well as reading
plans and interpret engineering criteria.
Joshua J. Duran Resume Page 1 of 1
Attachment "F"
Type of License Name Date Date
Registered Under Issued Expires
BOULDER COUNTY
Contractor's License 4/8/14 4/8/17
Lic# CON-14-0073
CITY OF AURORA
R.O.W. Earthwork 3/3/15 4/1/16
License #2015 928820 00 CL
CITY OF AURORA
R.O.W. Trenching 3/3/15 4/1/16
License #2015 928895 00 CL
General Business License CITY OF AURORA 8/11/14 8/12/16
#168902
CITY & COUNTY OF BROOMFIELD
Class C General Contractor 12/16/14 12/16/15
License #OL-15-08353
CITY AND COUNTY OF DENVER
Contractor - Sewer
License #235942 Duran Excavating, Inc. 3/23/15 3/31/16
Contractor - D -Water Service
(Demo & Fire Line) Duran Excavating, Inc. 3/23/15 3/31/18
License #20287 Larry Duran Supervisor
RW-EXCVTR Duran Excavating, Inc. 3/23/15 3/31/16
License # 90539
Demo B
License # 012350
Duran Excavating, Inc. 9/25/12 9/30/15
D-Concrete & Foundation
Duran Excavating, Inc. 3/3/15 2/28/18
License # 16992
Duran Excavating, Inc.
Dept. of Public Works
3/27/15 3/31/16
$31dil IE(4) - Piped Sewer
$1.5Mil IE(5) -Sewer Open Channel/Pond
Mil IE(1) - Piped Water
Attachment "I"'
Type of License
Name
Date
Date
Registered Under
Issued
Expires
CITY OF EVANS
Business and Tax
Duran Excavating, Inc.
12/29/2014
12/31/2015
License # 1695
Contractor
License #06-0054
CITY OF FEDERAL HEIGHTS
Duran Excavating, Inc.
1/9/2015
1/31/2016
CITY OF FT. COLLINS
Contractor License
Duran Excavating, Inc.
1/9/15
Right -of -Way
Contractor License
Duran Excavating, Inc.
1/9/15
Asphalt Endorsement
Contractor License
Duran Excavating, Inc.
1/9/15
Structural Concrete Endorsement
Contractor License
Duran Excavating, Inc.
1/9/15
Non -Structural Concrete Endorsement
Contractor License
Duran Excavating, Inc.
1/9/15
Utility Endorsement
CITY OF FT. LUPTON
General Contractor License
12/9/14
12/31/15
License Type B A12015023
CITY OF GOLDEN
Contractor - Registration(GENERAL)
5/7/14
5/30/15
License # 5058
DO NOT RENEW
CITY OF GREELEY
Concrete and Paving
Duran Excavating, Inc.
2/4/15
12/5/15
0200-00046
License # 100754
CITY OF LAKEWOOD
Municipal
License #16667
Duran Excavating, Inc.
4/8/15
4/8/18
Attachment "F"
Type of License Name Date Date
Registered Under Issued Expires
Department of Public Works CITY OF LOUISVILLE
Prequalification Duran Excavating, Inc. 2/5/15 1/30/16
D-Public Way CITY OF WESTMINSTER
Contactor Duran Excavating, Inc. 10/21/14 10/31/15
80229041
CRESTVIEW WATER & SANITATION DISTRICT
Contractor
License #120871 Duran Excavating, Inc. 10/1/14 1011115
ContractorLiocnsc
GREENWOOD VILLAGE
Do Not Do Not
Duran Excavating, Inc.
Have Date Have Date
STATE OF COLORADO
State Buildings
Duran Excavating, Inc.
8/31/09
Real estate programs
No longer required - Sec wcbsitc
Registered Fire Suppression
Duran Excavating, Inc.
1/7/15 12/31/15
System
Contractor
Reg#15-U379
CDOT Prequalification
CDOT Prequalification
Duran Excavating, Inc.
3/27/15 4/30/16
$7,000,000
Codes #954A
Contractor License
TOWN OF ERIE
4/5/11 12/31/11
OL-708086
Duran Excavating, Inc.
oo NOT RENEW
TOWN OF WINDSOR
Business License # BL003999
Duran Excavating, Inc.
1110115 12/31/15
(License N changed 12/2014)
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors performing over
15% of the contract.
ITEM
1.,
SUBCONTRACTOR
CO-"
Ja
\�riv`e -21 LC� n�T�nar, ,ty�I
1�.10 . l� nl n � �YL \t c. �L11tiTYCl
COLORADO DEPARTMENT OF TRANSPORTATION
BIDDERS LIST
Project Name and Number
Project Code
Date
FfEESE,
Contractor
Region
—
ubcontractorstSuppliersNendors: The bidder must list all firms seeking to participate on the contract. This inforja ion is used by the
Colorado Department of Transportation (COOT) to determine overall goals for the Disadvantaged Business Enterprise Program. Failure to
submit this form may result in the proposal being rejected.
Firm Name
Email
Work Proposed
(Select all that apply)
DBE
(YIN)
Selected
(YIN)
t ntr
6
1 �r\ -
r'
-
tlb
Y -t
�r 1525
fsaAes,(w
\
)
1Avg,
t
t
�
*h
C
I certify that the Information provided herein is tru d rre t to the best or my knowledge.
wr E
t e u
t 1
Name
[Ki-gKaturdA71nitials
Title
Datc
Work Proposed Categories: 11. Structural Steel and Steel Reinforcement 21. Clearing, Demolition. Excavation and
i. t.latenals and Supplies 12. Riprap and Anchored Retaining Walls Earluork
2. Flagging and Traffic Control 13. Landscape and Erosion Control 22. Engineering and Surveying Services
3. Trucking and Hauling 14. Bridge and Bridge Deck Construction 23. Public Relations and involvement
4. Precast Concrete, Foundations. and 15. Asphalt Paving 24, Piles and Deep Foundations
Footings 16. Road and Parking Lot Afarking 25 Waste Management and Recycling
5. Concrete Paving. Flahyork and Repair 17. Chip Seal, Crack Seel. Joint Seal and 26. Site Clean Up
6. Lighting and Electrical Crack fill 27. Alechanical and HVAC
7 Signs.. Signal Installation and Guardrail 18. Bridge Painting and Coaling 28 Tunnel Construction
8. Fencing 19 Stairway and Ornamental Alefal 29. Profiling and Grinding
9 Buildings and Vertical Structures 20 Paiking Lots and Commercial Sidewalks 30 Environmental Health and Safety
10 Utility, Water and Sei\er Lines
his form must be submitted by the proposal deadline. For CDOT projects, submit to cdot_hr_dbeformsPstate.co.us.
COOT Form #1413 01114
COLORADO DEPARTMENT OF TRANSPORTATION
ANTICIPATED DBE PARTICIPATION PLAN
Bidder:
Project.
_
Contact
} -
Project Code:
` b
Phone:
Z_
Date of Proposal:
t —
Email:
�: L� ` 0.v
Contract Goal.
o o
Preferred Contact
Method
kti1
Region:
-u Cull v
D ECommitments
DBE Firm Name
Work to Be Performed
Commitment
Amount
Eligible
Participation
R�o. CDlCviuto Ire for
�1rc���c Corev
�, :; .
Icy
Total Eligible Participation
£ y,150
Total Bid Amount
<r
Total Eligible Participation Percentage
t
Bidder Signature
This section must be signed by an individual with the authority to bind the Bidder. By signing this form, as an authorized
representative of the Bidder, you 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 your knowledge. Further, you attest that you have read
the Standard Special Provision Disadvantaged Business Enterprise Requirements and understand the following:
CDOT shall not award a contract until it has been determined that the contract goal has been met or that you have otherwise
demonstrated good cause. Once your proposal has been submitted, commitments may not be modified or terminated without the
approval of CDOT. If selected as the lowest apparent bidder, you shall submit a Form 1415 for each commitment listed above. If you
have not met the contract goal, you will also be required to submit documentation of all good faith efforts to meet the contract goal.
It is your responsibility to ensure that the selected DBEs are certified for the work to be performed and that their eligible participation
has been properly counted. For additional information and instructions on calculating eligible participation, see the Standard Special
Provision Disadvantaged Business Enterprise Requirements.
Name �y
Title
Signature
Date
This form must be submitted by the proposal deadline. For CDOT projectg,'subm it to cdWhq_dbeforms@state.co.us.
Civil Rights and Business Resource Center CDOT Form # 1414 01f14
\ IMS
213-00004
MULCHING (WEED FREE STRAW)
AC
0.11
$ -
213 00005
MULCHING (DECORATIVE)
CF
1614
$ -
213-00008
MULCHING (WOOD CHIP)
CF
166
$ -
213-00067
ROCK MULCH (WEED FREE)
SF
2029
$ -
213-00070
LANDSCAPE WEED BARRIER FABRIC
SY
734
$ -
213-00440
METAL LANDSCAPE BORDER (118 x41NCH)
LF
85
$ -
213-DO700
LANDSCAPE BOULDER
EA
117
$ -
214-0000
LANDSCAPE MAINTENANCE
LS
1
$ -
214-00215
DECIDIOUS TREE (1.5 INCH CALIPER)
EA
8
$ -
214-00220
DECIDIOUS TREE (2 INCH CALIPER)
EA
33
$ -
214-00350
DECIDIOUS SHRUB (5 GALLON CONTAINER)
EA
120
$ -
214-00506
EVERGREEN TREE (6 FOOT) (BALL AND BURLAP)
EA
1
$ -
214-00650
EVERGREEN SHRUB (5 GALLON CONTAINER)
EA
34
$ -
214-00910
PERENNIALS (1 GALLON CONTAINER)
EA
310
$ -
304-06000
AGGREGATE BASE COURSE (ABC)(CLASS 6)
TON
2035.5
$ -
403-00720
HOT MRASPHALT(PATCHING)(ASPHALT)
TON
19
$ -
403-33741
HOT MIX ASPHALT (GRADING S) (75) (PG 64.22)
TON
730.8
$ -
403-34841
HOT MIX ASPHALT (GRADING S) (75) (PG 64-28)
TON
265.7
$ -
412-OO800
CONCRETE PAVEMENT (B INCH)
SY
426.6
$ -
412-00801
CONCRETE PAVEMENT Is INCH) (SPEICAL) (DAVIS COLOR TILE RED 1117)
SY
216.6
$ -
412-00801
CONCRETE PAVEMENT (8 INCH) (SPECIAL) (DAVIS COLOR OMAHA TAN 5084)
SY
286.9
$ -
412-00801
CONCRETE PAVEMENT (B INCH) (SPECIAL) (DAVIS COLOR COCOA 6130)
SY
126.3
$ -
412-00850
CONCRETE PAVEMENT(8.5')
SY
2823.4
$ -
412-00870
CONCRETE PAVEMENT (8.5")(FAST TRACK)
SY
941.1
$ -
420-00300
GEOTEXTILE (REINFORCEMENT)
SY
1200
$ -
504-08050
STONE LANDSCAPE WALL
SF
295.5
$ -
506-D0210
RIPRAP (91NCH)
CY
2
$ -
601-00000
ARTFOUNDATION
LS
1
$ -
601-03000
CONCRETE CLASS D
CY
21
$ -
602-00000
REINFORCING STEEL
LB
829
$ -
60500004
4 INCH NON -PERFORATED PIPE UNDERDRAIN
LF
233
$ -
605-00040
41NCH PERFORATED PIPE UNDERDRAIN
LF
194
$ -
605-85000
SURFACE SAND FILTER
SF
158
$ -
607-11530
FENCE (SPECIAL)
LF
210
$ -
608-00006
CONCRETE SIDEWALK (6 INCH)
SY
1396
$ -
608-00010
CONCRETE CURB RAMP
SY
313
$ -
609-21010
CURB & GUTTER TYPE 2 (SECTION 4B)
LF
1084
$ -
609-21020
CURB & GUTTER TYPE 2 (SECTION II-B)
LF
2136
$ -
609-21021
CURB & GUTTER TYPE 2 (SECTION IFM)
LF
297
$ -
Addendum 1
8125 Intersection Improvements at Vine & Shields Page 3 of 31
COLORADO DEPARTMENT OF TRANSPORTATION
PROJECT NO �—
Y
ANTI-COLLUSION AFFIDAVIT
LOCATION
I hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of this
bid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below on
his or her behalf and on behalf of my firm.
I further attest that:
1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or
agreement for the purpose or with the effect of restricting competition with any other firm or person who Is a bidder
or potential prime bidder.
2A. Neither the prioe(s) nor the amount of this bid have been disclosed to any other firm or person who is a bidder or
potential prime bidder on this project, and will not be so disclosed prior to bid opening.
28. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder on
this project have been disclosed to me or my firm.
3A. No attempt has been made to solicit, cause or induce any firm or person who Is a bidder or potential prime bidder to
refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-
competitive bid or other form of complementary bid.
3B. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidder
on this project to submit an intentionally high, noncompetitive or other form of complementary bid an 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 firms bid on this project and have been advised by each of
them that he or she has not participated in any communication, consultation, discussion, agreement, collusion, or
other conduct inconsistent with any of the statements and representations made In this affidavit.
8. 1 understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulent
concealment from the Colorado Department of Transportation, of the true facts relating to submission of bids for this
contract.
I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE OR
FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BEST
OF MY KNOWLEDGE.
c on!ramofs Ii1m or company nam9
By
Dal¢
A ({.� _ram /�
v �t
�` �1
T
tN-� /�- (mow ..
` l ` il=
L
i)IiAVOa16
2ntl CanUaaWl'9 flan or company Tana. {II ioinl venwra.l
By
Title
Sworn to before s i Z day of, �L y� 20
1
1 �
Notary tic
USA S DULL
NOTARY PUBLIC
my colnmuslon
STATE OF COLORADO
NOTARYIosDo¢g1610o
NOTE: This document must be signed in ink.
COOT Forth 4606 1102
SECTION 00500
AGREEMENTFORMS
00510 Notice of Award
00520 Agreement
00530 Notice to Proceed
SECTION 00510
NOTICE OF AWARD
DATE: JULY 7, 2015
TO: DURAN EXCAVATING INC.
PROJECT: 8125 INTERSECTION IMPROVEMENTS AT VINE & SHIELDS
OWNER: CITY OF FORT COLLINS
(hereinafter referred to as "the OWNER")
You are hereby notified that your Bid dated June 17, 2015 for the above project has been
considered. You are the apparent successful Bidder and have been awarded an Agreement for
8125 Intersection Improvements at Vine & Shields.
The Price of your Agreement is One Million Nine Hundred Fifty -Four Thousand Six Hundred
Seventy -Four Dollars and Thirty -Two Cents ($1,954,674.32). The Price represents the Total
Base Bid as set forth in Section 300 with the following line item revisions:
• 213-00440 Metal Landscape Border (1/8 x 4" ) from $329.00 Per LF to $4.00 Per LF,
and this is because of imputing a decimal in the wrong spot.
• 609-211020 Curb & Gutter Type 2 (Section II-B) from $11.00 Per LF to 22.50 Per LF,
and this is because of imputing a wrong number.
Three (3) copies of each of the proposed Contract Documents (except Drawings) accompany
this Notice of Award. Three (3) sets of the Drawings will be delivered separately or otherwise
made available to you immediately.
You must comply with the following conditions precedent within fifteen (15) days of the date of
this Notice of Award, that is by July 22. 2015.
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.
OWNE
By: r
Gerry Pliul, Purchasilng Director
SECTION 00520
AGREEMENT
THIS AGREEMENT is dated as of the 7th day of July in the year of 2015 and shall be effective
on the date this AGREEMENT is signed by the City.
The City of Fort Collins (hereinafter called OWNER) and
Duran Excavating 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 8125 Intersection Improvements at
Vine & Shields.
ARTICLE 2. ENGINEER
The Project has been designed by Wilson & Company Engineers & Architects. The City of
Fort Collins Engineering Department is hereinafter called ENGINEER and will assume all
duties and responsibilities and will have the rights and authority assigned to ENGINEER in
the Contract Documents in connection with completion of the Work in accordance with the
Contract Documents.
ARTICLE 3. CONTRACT TIMES
3.1 The Work shall be Substantially Complete within 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 Fifteen (15) calendar
days after the date when the Contract Times commence to run.
3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the
essence of this Agreement and that OWNER will suffer financial loss if the Work is
not completed within the times specified in paragraph 3.1. above, plus any
extensions thereof allowed in accordance with Article 12 of the General Conditions.
They also recognize the delays, expenses and difficulties involved in proving in a
legal proceeding the actual loss suffered by OWNER if the Work is not completed on
time. Accordingly, instead of requiring any such proof, OWNER and CONTRACTOR
agree that as liquidated damages for delay (but not as penalty) CONTRACTOR shall
pay OWNER the amounts set forth hereafter.
1) Substantial Completion:
One Thousand Seven Hundred Seventv-Eight Dollars ($1178.00) 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:
After Substantial Completion, One Thousand Seven Hundred Seventy -Eight
Dollars ($1178.00) for each calendar day or fraction thereof that expires after
the Fifteen (15) calendar day period for Final Payment and Acceptance until
the Work is ready for Final Payment and Acceptance.
ARTICLE 4. CONTRACT PRICE
4.1. OWNER shall pay CONTRACTOR for performance of the Work in accordance with
the Contract Documents in current funds as follows: One Million Nine Hundred Fifty -
Four Thousand Six Hundred SeventV-Four Dollars and Thirty -Two Cents
($1,954,674.32), in accordance with Section 00300, attached and incorporated
herein by this reference.
ARTICLE 5. PAYMENT PROCEDURES
CONTRACTOR shall submit Applications for Payment in accordance with Article 14 of the
General Conditions. Applications for Payment will be processed by ENGINEER as provided
in the General Conditions.
5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account of
the Contract Price on the basis of CONTRACTOR's Application for Payment as
recommended by ENGINEER, once each month during construction as provided
below. All progress payments will be on the basis of the progress of the Work
measured by the schedule of values established in paragraph 2.6 of the General
Conditions and in the case of Unit Price Work based on the number of units
completed, and in accordance with the General Requirements concerning Unit Price
Work.
5.1.1. Prior to Substantial Completion, Owner will be entitled to withhold as contract
retainage five percent (5%) of each progress payment, but, in each case, less
the aggregate of payments previously made and less such amounts as
ENGINEER shall determine, or OWNER may withhold, in accordance with
paragraph 14.7 of the General Conditions. If , in the sole discretion of Owner,
on recommendation of Engineer, Owner determines that the character and
progress of the Work have been satisfactory to OWNER and ENGINEER,
OWNER may determine that as long as the character and progress of the
Work remain satisfactory to them, there will be no additional retainage on
account of Work completed in which case the remaining progress payments
prior to Substantial Completion will be in an amount equal to 100% of the
Work completed. 95% of materials and equipment not incorporated in the
Work (but delivered, suitably stored and accompanied by documentation
satisfactory to OWNER as provided in paragraph 14.2 of the General
Conditions) may be included in the application Section 00520 Page 3 for
payment.
5.1.2. Upon Substantial Completion payment will be made in an amount sufficient, if
necessary, to increase total payments to CONTRACTOR to 95% of the
Contract Price, less such amounts as ENGINEER shall determine or OWNER
may withhold in accordance with paragraph 14.7 of the General Conditions or
as provided by law.
5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in
accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the
remainder of the Contract Price as recommended by ENGINEER as provided in said
paragraph 14.13.
ARTICLE 6. CONTRACTOR'S REPRESENTATION
In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the
following representations:
6.1. CONTRACTOR has familiarized himself with the nature and extent of the Contract
Documents, Work, site, locality, and with all local conditions and Laws and
Regulations that in any manner may affect cost, progress, performance or furnishing
of the Work.
6.2. CONTRACTOR has studied carefully all reports of explorations and tests of
subsurface conditions and drawings of physical conditions which are identified in the
Supplementary Conditions as provided in paragraph 4.2 of the General Conditions.
6.3. CONTRACTOR has obtained and carefully studied (or assumes responsibility for
obtaining and carefully studying) all such examinations, investigations, explorations,
tests, reports, and studies (in addition to or to supplement those referred to in
paragraph 6.2 above) which pertain to the subsurface or physical condition at or
contiguous to the site or otherwise may affect the cost, progress, performance or
furnishing of the Work as CONTRACTOR considers necessary for the performance
or furnishing of the Work at the Contract Price, within the Contract Times and in
accordance with the other terms and conditions of the Contract Documents, including
specifically the provisions of paragraph 4.2 of the General Conditions; and no
additional examinations, investigations, explorations, tests, reports, studies or similar
information or data are or will be required by CONTRACTOR for such purposes.
6.4. CONTRACTOR has reviewed and checked all information and data shown or
indicated on the Contract Documents with respect to existing Underground Facilities
at or contiguous to the site and assumes responsibility for the accurate location of
said Underground Facilities. No additional examinations, investigations,
explorations, tests, reports, studies or similar information or data in respect of said
Underground Facilities are or will be required by CONTRACTOR in order to perform
and furnish the Work at the Contract Price, within the Contract Times and in
accordance with the other terms and conditions of the Contract Documents, including
specifically the provision of paragraph 4.3. of the General Conditions.
6.5. CONTRACTOR has correlated the results of all such observations, examinations,
investigations, tests, reports and data with the terms and conditions of the Contract
Documents.
6.6. CONTRACTOR has given ENGINEER written notice of all conflicts, errors or
discrepancies that he has discovered in the Contract Documents and the written
resolution thereof by ENGINEER is acceptable to CONTRACTOR.
ARTICLE 7. CONTRACT DOCUMENTS
7.1 The Contract Documents which comprise the entire Agreement between OWNER
and CONTRACTOR concerning the Work consist of the General Conditions,
Supplementary Conditions, those items included in the definition of "Contract
Documents" in Article 1.10 of the General Conditions, and such other items as are
referenced in this Article 7, all of which are incorporated herein by this reference.
7.2 Forms for use by CONTRACTOR in performing the Work and related actions in
carrying out the terms of this Agreement are deemed Contract Documents and
incorporated herein by this reference, and include, but are not limited to, the
following:
7.2.1
Certificate of Substantial Completion
7.2.2
Certificate of Final Acceptance
7.2.3
Lien Waiver Releases
7.2.4
Consent of Surety
7.2.5
Application for Exemption Certificate
7.2.6
Application for Payment
7.3 Drawings,
consisting of a cover sheet and sheets numbered as follows:
1 TITLE SHEET
2 STANDARD PLANS LIST
3 GENERALNOTES
4-8 TYPICAL SECTIONS
9-11 SUMMARY OF APPROXIMATE QUANTITIES
12 TABULATION OF REMOVALS
13-17 REMOVAL PLAN SHEETS
18-20 TREE INVENTORY PLAN SHEETS
21 TABULATION OF SURFACING
22-23 TABULATION OF MISC ROADWAY ITEMS
24 TABULATION OF DRAINAGE AND EARTHWORK
25 PAVEMENT DEFINITIONS SHEET
26-30 ROADWAY PLAN SHEETS
31-32 ROADWAY PROFILE SHEETS
33 VINE AND SHIELDS GEOMETRIC DETAILS
34-35 GEOMETRY EDGE OF PAVEMENT SHEETS
36-42 GEOMETRY MEDIAN DETAILS
43-47 GRADING PLAN SHEETS
48 JOINT DETAIL SHEETS
49-50 CURB RAMP DETAILS
51-52 BIKE ACCESS RAMP DETAILS
53-55 DRIVEWAY PROFILE SHEETS
56-57 FENCE AND MINOR WALL DETAILS
58-61 DRAINAGE DETAILS (CURB CUT DETAILS AND UNDERDRAINS)
62-63 STORM WATER MANAGEMENT PLAN
64-66 EROSION CONTROL PLANS
67-82 LANDSCAPE SHEETS
83-93 IRRIGATION SHEETS
94 TABULATION OF TRAFFIC ITEMS
109 SIGN DETAILS
110-114 SIGNING AND STRIPING SHEETS
115 TRAFFIC CONTROL FOR DETOUR ROUTES
116 TABULATION OF TRAFFIC CONTROL
117-136 TRAFFIC CONTROL PLANS
137-147 CROSS SECTIONS
148-163 ROW 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.
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.
OWNER: CITY OF FORT
By: _
D RIN ATTEB Rf
Dat
By:
CITY MANAGER
PURCHASING DIRECTOR /
Date: 1 d f� /
��JJ Of fORt�C
Attest:
City Clerk : SEAL
Address for giving notices:
P. O. Box 580
Fort Collins, CO 80522
Approved as to Form \
Assistant City Attorney
CONTRA R: DUR EXCAVATING INC
By:
Printed: FnPsi E DuirnN
Title: ?Q pj
Date:
(CORPORATE SEAL)
ss for giving notices:
kA S-3 a e%e, Lyy
K' o D U
LICENSE NO.:
SECTION 00530
NOTICE TO PROCEED
Description of Work: 8125 Intersection Improvements at Vine & Shields
To: Duran Excavating Inc
This notice is to advise you:
That the contract covering the above described Work has been fully executed by the
CONTRACTOR and the OWNER.
That the required CONTRACTOR's Performance Bond and Payment Bond have been received
by the OWNER.
That the OWNER has approved the said Contract Documents.
Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and
directed to proceed within (_) calendar days from receipt of this notice as required by the
Agreement.
Dated this _day of , 20_
The dates for Substantial Completion and Final Acceptance shall be 20_ and
, 20_, respectively.
City of Fort Collins
OWNER
By:
Title:
ACKNOWLEDGMENT OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged this day of
20
CONTRACTOR: Duran Excavating Inc
93
Title: