Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout113060 MOUNTAIN CONSTRUCTORS INC - CONTRACT - BID - 8309 DRAKE & SHIELDS INTERSECTION IMPROVEMENTSCity Of
F6rt
Collinsi
�7���Putch'asing
SPECIFICATIONS
AND
Financial Services
Purchasing Division
215 N. Mason St. 2id Floor
PO Box 580
Fort Collins. CO 80522
970.221.6775
970.221.6707
fcgov.com/Purchasing
CONTRACT DOCUMENTS
DRAKE & SHIELDS INTERSECTION
IMPROVEMENTS
BID NO. 8309
PURCHASING DIVISION
215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS
MAY 20, 2016 - 3:00 P.M. (OUR CLOCK)
6.0 LABORATORY TESTING
Laboratory tests conducted on soil samples consisted of swell -compression, grain size distribution
(gradation), Atterberg limits (liquid and plastic limits), resistance R-value, natural moisture content, and
water-soluble sulfate concentrations. The laboratory tests results are shown on Figures 4 through 6, and
are summarized in Table 1.
Swell -Compression Tests: A swell -compression test (ASTM D4546) was conducted on a sample
of artificial fill to evaluate compressibility or swell characteristics under loading and wetting. The sample
was placed in an odometer ring between porous discs and a light surcharge load was applied. After
stabilization, the sample was submerged and the percent volume change or swell measured, then loading
continued. Volume change was monitored until deformation practically ceased under each load. The
swell -compression test results, shown on Figure 4, indicates that the sample of clayey sand tested had low
swell potential when subjected to a light surcharge load and wetting, and exhibited low to moderate
compressibility under increased loading.
Gradation Analyses and Atterberg Limits: These tests were used to classify the soils in
accordance with the American Association of State Highway and Transportation Officials (AASHTO)
classification system and the Unified Soil Classification System (USCS). These classifications provide
qualitative information on the suitability of soils for use in engineering applications. Gradation and
Atterberg limits test results are shown on Figure 5.
The test results indicate that samples of artificial fill encountered in the upper 5 feet of Boring P-1
were generally granular with medium plasticity and with an AASHTO soil classification of A-6 and a group
index of 5. The test results indicate that the on -site soils types consist of clayey sand with poor to
moderate pavement support characteristics.
Resistance R-value: The R-value is a measurement of the soils ability to transfer traffic loading
laterally. The test results shown on Figure 6 for a bulk sample obtained from the upper 5 feet of Boring P-
Drake and Shields Intersection Improvements — Fort Collins, Colorado GCOCAL
Subsurface Exploration and Pavement Design - G14.1565.000 Page 5 of 11
Client#: 33585
MOUCONPC
ACORD,. CERTIFICATE OF LIABILITY INSURANCE
DATE (MMIDD/YYYY)
1 06/30/2016
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
Holmes Murphy -Colorado
7600 East Orchard Rd, Ste 330
CONTACT pat Reece
NAME:
PHONE 720-622-8246 " 855-668-0069
A/C No Ext : A/C No
E-MAIL reece holmesmur h
ADDRESS: p p ycom
South
Greenwood Village, CO 80111
INSURER(S) AFFORDING COVERAGE
NAIC #
INSURER A: Charter Oak Fire Insurance Comp
25615
INSURED
INSURER B: Travelers Property Casualty Co.
25674
Mountain Constructors, Inc.
622 Main Street
PO Box 405
INSURERC: Pinnacol Assurance Company
41190
INSURER D :
Platteville, CO 80651
INSURER E :
INSURER F
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
ADDLSUB
INSR
WVD
POLICY NUMBER
POLICY EFF
MMIDD
POLICY EXP
MM/DD
LIMITS
A
X
COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE I OCCUR
BI/PD Ded:$1,000
X
DTC0326DO332161ND
7/01/2016
07/01/2017
EACH OCCURRENCE
$1 OOOOOO
PREMISESaoccu ence
$3000OO
X
MED EXP (Any one person)
$5 000
PERSONAL & ADV INJURY
$1,000,000
L AGGREGATE LIMIT APPLIES PER:
POLICY�JECT LOC
r,OTHER:
GENERAL AGGREGATE
$2,000,000PRO-
PRODUCTS-COMP/OPAGG
$ZOOOOOO
r
$
B
AUTOMOBILE
X
LIABILITY
ANY AUTO
ALL OWNED SCHEDULED
AUTOS AUTOS
HIREDAUTOS X NON -OWNED
AUTOS
Drive Oth Car
DT810326DO33216TIL
DTSMCUP326DO33216T
07/01/2016
07/01/2016
07/01/201
COMBINEDINGLELIMIT
Ea accidentS
$r 1 OOO,OOO
BODILY INJURY (Per person)
$
BODILY INJURY (Per accident)
$
X
X
PROPERTY DAMAGE
Per accident
$
$
B
X
UMBRELLA LIAB
EXCESS LIAB
X
OCCUR
CLAIMS -MADE
07/01/2017
EACH OCCURRENCE
$8 000 000
AGGREGATE
$$ 000 000
DED X RETENTION$$1O 000
$
C
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE YIN
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH)
If yes, describe under
DESCRIPTION OF OPERATIONS below
N / A
3027994
07/01/2016
07/01/201
X PER OTH-
LIT IER
E.L. EACH ACCIDENT
$1,000,000
E.L. DISEASE - EA EMPLOYEE
$1,000,000
E.L. DISEASE - POLICY LIMIT
$1,000,000
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
Project: 8309 Drake & Shields Intersection Improvements
As required by written contract or written agreement, the Certificate Holder and the State of Colorado are
included as Additional Insured under General Liability and Automobile Liability with respect to the above
referenced.
ULK I If I(:A I L HULULK
City of Fort Collins SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
P.O. Box 580 ACCORDANCE WITH THE POLICY PROVISIONS.
Fort Collins, CO 80522
AUTHORIZED REPRESENTATIVE
air
©1988-2014 ACORD CORPORATION. All rights reserved.
ACORD 25 (2014/01) 1 of 1 The ACORD name and logo are registered marks of ACORD
#S219020/M218884
ATEC1
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.
SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: CITY OF FORT COLLINS (OWNER)
DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: 8309 Drake & Shields
PROJECT OR SPECIFIED PART SHALL
INCLUDE:
Intersection Improvements Project
LOCATION: Fort Collins, Colorado
OWNER: Citv of Fort Collins
CONTRACTOR: Mountain Constructors Inc.
CONTRACT DATE: June 23, 2016
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
OWNER AUTHORIZED REPRESENTATIVE DATE
REMARKS:
SECTION 00640
CERTIFICATE OF FINAL ACCEPTANCE
120
TO: Mountain Constructors Inc.
Gentlemen:
You are hereby notified that on the day of , 20_, the City of Fort Collins,
Colorado, has accepted the Work completed by Mountain Constructors Inc. for the City of Fort
Collins project, 8309 Drake & Shields Intersection Improvements Project.
A check is attached hereto in the amount of $ as Final
Payment for all Work done, subject to the terms of the Contract Documents which are dated
June 23, 2016.
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: Citv of Fort Collins
By:
Title:
ATTEST:
Title:
SECTION 00650
LIEN WAIVER RELEASE
(CONTRACTOR)
TO: CITY OF FORT COLLINS, COLORADO (OWNER)
FROM: MOUNTAIN CONSTRUCTORS INC. (CONTRACTOR)
PROJECT: 8309 DRAKE & SHIELDS INTERSECTION IMPROVEMENTS PROJECT
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
ATTEST:
Secretary
day of , 20_.
STATE OF COLORADO )
)ss.
COUNTY OF LARIMER )
Subscribed and sworn to before me this
Witness my hand and official seal.
Notary Public
My Commission Expires:
CONTRACTOR: MOUNTAIN CONSTRUCTORS INC.
By:
Title:
day of , 20_, by
SECTION 00660
CONSENT OF SURETY
TO: CITY OF FORT COLLINS, COLORADO (hereinafter referred to as the "OWNER")
CONTRACTOR: MOUNTAIN CONSTRUCTORS INC.
PROJECT: 8309 DRAKE & SHIELDS INTERSECTION IMPROVEMENTS PROJECT
CONTRACT DATE: JUNE 23, 2016
In accordance with the provisions of the Contract between the OWNER and the CONTRACTOR
as indicated above, for
(Surety)
on bond of
hereby approves of the Final Payment to the CONTRACTOR, and agrees that Final Payment to
the CONTRACTOR shall not relieve the Surety Company of any of its obligations to the
OWNER, as set forth in the said Surety Company's Bond.
IN WITNESS WHEREOF, the Surety Company has hereunto set its hand this day of
(Surety Company)
ATTACH: Power of Attorney and Certificate of Authority of Attorney(s)-in-Fact.
No Text
SECTION 00670
APPLICATION FOR EXEMPTION CERTIFICATE
DR 0172 (08/30/13)
COLORADO DEPARTMENT OF REVENUE
Denver CO 80261 - 0009
(303) 238-SERV (7378)
Contractor Application
for Exemption Certificate
Pursuant to Statute
§ 39-2&708(1),(2),&(3)
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�hti ch are purchased, rented,
or consumed by the contractor and which do not become apart
of the structure; highway, road, street, or other public works
owned and used by the exempt organization.
Departmental Use Only
13III17�21����� 19991����
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.)
Send completed forms to: Colorado Department of Revenue, Denver, CO 80261 - 0009
Failure to accurately complete all boxes will cause the application to be denied.
Contractor/Account No (Leave blank if fling for the first time)
Period ., ,, i;' v r<,., �l
89-
Contractor Information
Trade name/DBA - — -- - — -
Owner, partner or corporate last name First Name Middy a Initial
Mailing Address City State Zip
E-Mail Address FEIN Bid amount for your contract
Fax number 7Business Phone number Colorado withholding tax account number
Exemption Information Copies of contract or agreement page, identifying the contracting parties, bid amount,
type of work, and signatures of contracting parties must be attached
Name of exempt organization (as show on contract)
Exempt organization's number
98
Address of exempt organization
City State Zip
i
Principal contact at exempt organization -Last Name
First Name
Middle Initial
Physical location of project site (give actual address when applicable and Cities and/or County lies) where project is located)
City State Zip Principal contact's telephone number
Scheduled construction start date (MM.? orr-; fi Estimated completion date (MMIDD/Y'r)Q
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 the business owner, partner or corporate officer --:Title of coryorate officer I Date (MvvoD, rr) p
(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.
1, indicate an R-value of 18. The test results indicate that the clayey sand (artificial fill) sample tested has
low to moderate strength for pavement support.
Water -Soluble Sulfates: The water-soluble sulfate test is a measurement of the potential degree
of sulfate attack on concrete exposed to the onsite soils. The severity of potential exposure is based on a
range of Class 0 (negligible) to Class 3 (severe) as presented in Table 601-2 of Section 601.04 Sulfate
Resistance of the 2011 Colorado Department of Transportation (CDOT) Standard Specifications for Road
and Bridge Construction (CDOT Standard Specifications). Water-soluble sulfates tests were performed on
a sample of clayey sand (artificial fill) obtained from Boring P-1. As shown on Table 1, the concentration of
water-soluble sulfates measured in the sample tested was 0.02%. The test results indicate that a Class 0
level of severity of sulfate exposure is applicable for concrete exposed to the onsite soils. Fill imported to
the site should have water-soluble sulfate concentrations that meet Class 0 sulfate requirements.
7.0 SITE GRADING
The soils encountered generally consist of sandy lean clay and clayey sand. Bedrock was not
encountered at the depths explored. Excavation of the onsite soils should be possible with conventional
heavy duty excavating equipment.
The re -use of onsite materials will be a function of where the material is taken from and what the
intended use is. Existing vegetation, debris and deleterious materials should be stripped and removed from
all proposed pavement and fill areas. Exposed surfaces should be free of mounds and depressions which
could prevent uniform compaction. Fill should be placed and compacted according to CDOT Standard
Specifications. Flatwork areas should be stripped of existing vegetation and topsoil, uniformly scarified to a
depth of 8 inches, moisture conditioned and compacted in accordance with the CDOT Standard
Specifications. Prepared subgrade areas should be proof rolled per standard CDOT Standard
Specifications prior to paving. Areas that deform, rut, or pump excessively should be excavated and
replaced with properly placed and compacted non -expansive, granular material, (greater than 50% retained
on the No. 200 sieve and with a plasticity index less than 8 and a liquid limit less than 15).
Drake and Shields Intersection Improvements — Fort Collins, Colorado GEOCAL
Subsurface Exploration and Pavement Design - G14.1565.000 Page 6 of 11
SECTION 00700
GENERAL CONDITIONS
GENERAL CONDITIONS
OF THE
CONSTRUCTION CONTRACT
These GENERAL CONDITIONS have been developed by using the
STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION
CONTRACT prepared by the Engineers Joint Contract Documents
Comm ittee, 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 deleW.
EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
WITH CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Article or Paragraph
Number & Title
TABLE OF CONTENTS OF GENERAL CONDITIONS
Page Article or Paragraph
Number Number & Title
DEFINITIONS..................................................... l
1.1
Addenda...............................,.............1
1.2
Agreement..........................................1
1.3
Application for Payment.......................1
L4
Asbestos...__.....................................J
L5Bid
............................................... ..#
1.6
Bidding Documents_...........................A
L7
Bidding Requirements ..........................1
1.8
Bonds.................................................1
1.9
Change Order......................................1
1.10
Contract Documents., ..............._..........I
1.11
Contract Price .......................... ........... 1
1.12
Contract Times,...................................1
1.13
CONTRACTOR..................................1
1.14
defective.............................................1
1.15
Drawings. . ......... .... __ ....................... J
1.16
Effective Date of the Agreement ... ,......1
1.17
ENGINEER........................................1
1.18
ENGINEER's Consultant„.................„_1
1.19
Field Order ......................................... 1
1.20
General Requirements .........................2
1.21
Hazardous Waste.. __ _ _. . ....... _ ....... 2
1.22.a
Laws and Regulations; Laws or
Regulations ...................................... 2
1.22.b
Legal Holidays .....................................
123
Liens.................................................2
1.24
Milestone............................................2
1.25
Notice of Award .............................
1,26
Notice to Proceed, ....................... ........ 2
1.27
OWNER.............................................2
1.28
Partial Utilization................................2
1.29
PCBs..................................................2
1.30
Petroleum ........................................... 2
1.31
Project..... ......... .... _ ........ .................. 2
1.32.a
Radioactive Material,..,...,._..................2
1.32.b
Regular Working Hours., ....... ........ 2
1.33
Resident Project Representative.._,,,,,,,,,2
1.34
Samples..............................................2
1,35
Shop Drawings ............................. ...2
136
Specifications.....................................2
1.37
Subcontractor.....................................2
1.38
Substantial Completion,,,,,,,,,,,,,,, ,2
1.39
Supplementary Conditions, ... ............... 2
1.40
Supplier ..............................................
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
Number
2. PRELLMINARY MATTERS...............................3
2.1
Delivery of Bonds ........................
.3
2.2
Copies of Documents .......................3
2.3
Commencement of Contract
Times; Notice to Proceed ...............
3
2.4
Starting the Work ............................3
2.5-2.7
Before Starting Construction;
CONTRACTOR's Responsibility
to Report, Preliminary Schedules;
Delivery of Certificates of
Insurance........... _......................3-4
2.8
Preconstruction Conference,,,,,,,,,,,,,
4
2.9
Initially Acceptable Schedule4_,.......4
3. CONTRACT DOCUMENTS: INTENT,
AMENDING, REUSE ..... ........ _....... ........ ...........4
3.1-3.2
Intent ................................ ........
4
3.3
Reference to Standards and Speci-
fications of Technical Societies;
Reporting and Resolving Dis-
crepancies .................................
4-5
3.4
Intent of Certain Terms or
Adjectives .....................................
5
3.5
Amending Contract Docunents,5
3.6
Supplementing Contract
Documents ......... ..........................
5
3.7
Reuse of Documents
4, AVAILABILITY OF LANDS;
SUBSURFACE AND PHYSICAL CONDITIONS;
REFERENCE POINTS.........................................5
4.1
Availability of Lands ............. ........
5-6
4.2
Subsurface and Physical
Conditions
6
4.2.1
Reports and Drawings... ........ ........
4.2-2
Lim ited Reliance by CONTRAC-
TORAuthorized; Technical
Data.............._............................
6
4.2.3
Notice of Differing Subsurface
or Physical Conditiong..................6
4.2.4
ENGINEER'S Review.......................6
4.2.5
Possible Contract Documents
Change.._...................................6
4.2.6
Possible Price and Times
Adjustments....,.,., ...... .......... ...
6-7
4.3
Physical Condtions--Underground
Facilities .......................................
7
43.1
Shown or Indicated.... ....... _.. __...1.7
4.3.2
Not Shown or Indicated., .........
... 7
4.4
Reference Points ................................
7
EJCDC MNERAL CONDITIONS 1910.8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATI ONS (REV 9199)
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
5, BONDS AND INSURANCE .................................
8
5.1-5.2
Performance, Payment and Other
Bonds..............................................
8
5.3
Licensed Sureties and Insurers;
Certificates of Insurance,,,,,,,,,,,,,,,,,,,,
8
5.4
CONTRACTOR's Liability
Insurance..........................................
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 Proasion.,..,
.... 10
5.9
CONTRACTOR's Responsibility
for Deductible Amounts ....................
10
5_10
Other Special Insurance....................10
5.11
Waiver of Rights. . ..............................
11
5.12-5.13
Receipt and Application of
Insurance Proceeds .....................
10-I1
5.14
Acceptance of Bonds and Inss-
ance; Option to Replace,,,,,,.,,,,,•,,,•„
11
5.15
Partial Utilization --Property
Insurance........................................11
6. CONTRACTOR'S RESPONSIBILITIES ...............11
6.1-6.2
Supervision and Superintendencg11
6-3.6.5
Labor, Materials and Equipment.,.
I1-12
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
Laws and Regulations ........................14
6.15
Taxes ............ ...............................
14-15
6.16
Use of Premises, . ... 1 ................. ......
15
6.17
Site Cleanliness..,...... I ......................
15
6.18
Safe Structural Loading.....................15
6.19
Record Documents ........... ............
.....15
6.20
Safety and Protection_.............._,.15-16
6.21
Safety Representative.. .... ...... ........
J6
6.22
Hazard Communication Programs ......
16
6.23
Emergencies.....................................16
6.24
Shop Drawings and Samples.. .........
..16
6.25
Submittal Proceedures; 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 ENGIN-EER's Review and
Approval of Required
Submlittals..........................,...
„17
629
Continuing the Work .....................
j 7
6.30
CONTRACTORS General
Warranty and Guarantee .........
_ 17
6.31-6.33
Indemnification,. _..... .. .............
17-18
6.34
Survival of Obligations ...................18
T OTHER WORK.................................................18
7.1-7.3
Related Work at Site... ....... ............
IS
7.4
Coordination._ ...... ..... ......... ......._18
S. OWNER'S
RESPONSIBILITIES .... .................
....19
8.1
Communications to CON-
TRACTOR _..........................»
18
8.2
Replacement of ENCIINTW...........
IS
8.3
Furnish Data andPay Promptly
Wluen Due..................................18
SA
Lands and Easements; Reports
and Tests., . ..... __ ............. _18-19
8.5
Insurance,,. ... . ....... _ ............ .........
19
9.6
Change Orders, .......... _._ ... .......
J9
8.7
Inspections, Tests and
Approvals...................................19
8.8
Stop or Suspend Work;
Terminate CONTRAGTOR's
Services, .......... ... _._ ... ___
...... 19
8.9
Limitations on OWNER'S
Responsibilities _..........................19
8.10
Asbestos, PCBs, Petroleums,
Hazardous Waste or
Radioactive
8.11
Evidence of Financal
Arrangements .............................19
9. ENGINEERS STATUS DURING
CONSTRUCTION.. _.................,.....
i9
9.1
OWNER's Representative...............19
9.2
Visits to Site..................................19
9.3
Project Representative ....... ........
19-21
9.4
Clarifications and Interpre-
tations. ...... .............. ........
...21
9.5
Authorized Variations in V&k"
. _ _21
EXMC OENEFLAL CONDITIONS 1910.8 (1990 EDITION)
W r CITY OF FORT COLLI CIS MODMCATIONs (REV 9r99:)
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 on Disputes; ENGI-
NEER as Initial lntcrprctcr..............22
9.13
Limitations on ENGINEER's
Authority and Responsibilitie§,,,,
22-23
CHANGES IN THE WORK .......................................
23
10.1
OWNER's Ordered Change................23
14.
10.2
Claim for Adjustment ........................23
10.3
Work Not Required by Contract
Documents -...................................
23
10.4
Change Orders .... ................ _............
23
10.5
Notification of Surety,........................23
CHANGE OF CONTRACT PRICE ............................23
11,1-11.3
Contract Price; Claim for
Adjustment; Value of
the Wok ............ ..................
23-24
11A
Cost of the Work ..........................24-25
11.5
Exclusions to Cost of the Worl;,.........25
11.6
CONTRACTOR's Fee
25
11.7
Cost Records
25 26
11.8
Cash Allowances ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,26
I L9
Unit Price Work................................26
CHANGE OF CONTRACT TIMES ............................26
12.1
Claim for Adjustment,_......................26
112
Time of the Essence ..........................26
12.3
Delays Beyond CONTRACTORS
Control ......................................
26-27
12A
Delays Beyond OWNEWs and
CONTRACTOR's Control,,,,,,,,,I
TESTS AND INSPECTIONS; CORRECTION,
REMOVAL OR ACCEPTANCE OF
DEFEC7711E WORK .......................
13.1
Notice of Defects ...............................,
7
13.2
Access to the Work ............................27
13.3
Tests and Inspections;
CONTRACTOR's Cooperation......,,,
27
13.4
OVbNERs Responsibilities;
Independent Testing Laboratory .......
27
13.5
CONTRACTOR's
Responsibilities ................ _._.........27
13.6-13.7
Covering Work Prior to Inspec-
tion, Testing or Approval.................27
13.8-13.9 Uncovering Work atENGI
1v_FMs Request .....................
r7-28
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 ofDefective Work .........
28
13.14
OWNER May Correct Defective
Work. ...................................
28-29
PAYMENTS
TO CONTRACTOR AND
COMPLETION .................................................
29
141
Schedule of Values ...............
14.2
Application for Progress
Payment.....................................
29
14.3
CONTRACTOR's Warranty of
Title...........................................29
14-4-14.7
Review of Applications for
Progress Payments, ....... __.....
29-30
14.8-14.9
Substantial Completion.,.... ............30
14,10
Partial Utilization .............. .......
30-31
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 Suspend Work
...... ... 32
15.2-15.4 OWNER May Terminate ..... ___
.... 2
15.5 CONTRACTOR May Stop
Work or Terminate,,,,,,,,,,,,,,,,
32-33
16. DISPUTE RESOLUTION ...... ............ ................
33
17. MISCELLANEOUS ........___ ........... .............
.., 33
17.1 Giving Notice......, .... __
. ...... 33
17.2 Computation of Times.. . ........
.......33
17.3 Notice ofClaim ,,,,,,,,,,,,,,,,,,,,,,,,,,,,
33
17.4 Cumulative Remedies.__...............33
17.5 Professional Fees and Court
Costs Included_.. I.......................33
17.6 Applicable State Laws................33-34
Intentionally left blank . .......... ....................
....., 35
EXHIBIT GC -A: (Optional)
Dispute Resolution Agreement .... .......... .......
GC -Al
16.1-16.6 Arbitration, ... ............
_GC -Al
16.7 Mediation...............................GC-AI
iv E1CDC GENEPUL CONDITIONS 1910.8 (1990 EDITION)
w/ CITY OF FORT COLUM MODIFICATIONS (REV 9199)
INDEX TO GENERAL. CONDITIONS
City of Fort Collins modifications to the General Conditions of the Construction Contract are not shown in this index
Article or Paragraph
Number
Acceptance of --
Bonds and Insurance,.......................................5.14
defective Work,,, „10.4.1, 13.5, 13.13
final payment . ......... ....... I ...... ,..... 19,12, 14.15
insurance ........................... .............................. 5.14
other Work, by CONTRACTOR ..........................7.3
Substitutes and "Or -Equal" Items, ,,,,,,,,,,,,,,,,,,,,$ 7.1
Work by OWNER..............................7,5, 6.30, 6.34
Access to the --
Lands, OWNER andCONTRACTOR
responsibilities........,...,...,, ........................... 4.1
site, related Work ........... ............_............._.......72
...
Work,.......................................13.2, 13.14, 14.9
Acts or Omissions--, Acts and Omissions--
CONTRACTOR...................................6.9.1, 9.13.3
ENGINEER..........................................5,20, 9.13.3
OWNER................................................... 6.20, 8,9
Addenda --definition of (also see
definition of Specifications) ,...... ,(1.6, 1.10, 6.19). 1.1
Additional Property Insurances ................................. 5.7
Adjustments --
Contract Price or Contract
Times ......................... 1,5, 3.5, 4.1, 4.3,2, 4.5.2,
.............................4.5.3, 9.4, 9.5, 10.2-10.4,
11, 12, 14.8. 15.1
progress schedule .............................................. 6.6
Agreement --
definition of......................................................1.2
"All -Risk" Insurance, policy form ..... ...................... $,.6.2
Allowances, Cash ........... ...... ......... ..........,......... ...... 11.8
Amending Contract Documents ................................ 3.5
Amendment, Written --
in general ....... I ....... _1.10, 1.45, 3.5, 5.10, 5,12, 6.6.2
.......................... .8,2 6,19, 10.1, 10.4, 11.2
... ....,..I .......... .............. .12-1, 13.12.2, 14.7.2
Appeal, OWNER or CONTRACTOR
intent to ..........................9.10, 9.11. 10.4. 16.2, 16.5
Application for Payment --
definition of......................................................1.3
ENGINEERS Responsibility ............................... 9.9
final payment„...............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 .................................... 14.1-14.7
review of .................................................MA-14.7
Arbitration...................................._..............16.1-16.6
Asbestos --
claims pursuant thereto, ........ ____ ........ 4.5.2.4A3
CONTRACTOR authorized to stop Work.......... 4.5.2
defurition of.......................................................1.4
Article or Paragraph
Number
OWNER responsibility for..., . . ............
...... 1 AS A, 8.10
possible price and times change .........
.... _.,..,,..4.5.2
Authorized Variations in Wor)5.........
3.6, 6.25. 6.27, 9.5
Availability of Lands............ ......................
_.......4.1. 8.4
Award, Notice of--defined.......................................1_ZS
Before Starting Cmstructioq..............................,'.5-2.8
Bid --definition of.-. ............ _.. _... 1. 5
(1.1, 1,10, 2.3, 3.3.
..,........ I ... 1........ 4.2.64, 6.13, 11.4.3, 11.9,1)
Bidding Documents -definition
of ........................1.6
(6.8.2)
Bidding Requirements --definition
of..........................................1.7
(L I, 42.6.2)
Bonds --
acceptance of., ........... ............. .........
........... .----- 5.14
additional bonds10.5,
11.4.5.9
Cost of the Work............................................11.5.4
definition of.........................................,........,..,.1.8
delivery of ................. ..................................
'.1, 5.1
final Application for
general......................................1.10,
5,1-5.3, 5,13,
............................ - ..........
9.13, 10.5, 14.7.6
Performance, Payment and Othe#.
......... _...... 5.1-5.2
Bonds and Insurance -in general5
Builder's risk "all-risk" policy
Cancellation Provisions, Insurance,,,,,_„
5.4.11, 5.8, 5.IS
Cash Allowances, ...................... ........................
... )1.8
Certificate of Substantial Completiorl
........ 1.38, 6.30.2.3,
..................................14.8,
14.10
Certificates of Inspecttoq .... ...............
9,13.4, 13.5, 14.12
Certificates of Insurance..............2,7.
5.3, 5A4 11. 5A.13,
...,_.._......... __,5,6.5, 5.8.
5.14, 9.13A, 14.12
Change in Contract Price --
Cash Allowances..............................................1I.8
claim for price
adjustment,,,.,..,,,,. 4.1, 4.2.6.
4.5. 5.15, 6.8.2, 9,4
..................9.5.9.11. 10.2, 10.5, 11.2. 13.9.
....I..................13.13,13.14,
14.7,15.1, 15.5
CON'TRACTORs fee.........................................11.6
Cost of the Work
general... _..........................................
I IA-11.7
Exclusions to, ...........................
....... __ ... __1 1 .5
Cost Records, ...............................................
__ 11.7
in general ...... _ ....1.19, 1.44, 9,11,
10.4.2, 10.4.3, it
Lump Sum Prichg..........................................11.3.2
Notification of Surety.. ............... ...............
.......10.5
Scope of_.. _ . ............. ........ . ...........
....... J0.3-10.4
Testing and inspection,
Uncovering the Work............
......................13.9
EJCDC GENERAL CONDmONS 1910.8 (1990 EDITION)
w' CITY OF FORT COLUNS MODIFICATIONS (REV 9/W)
Unit Price Work 1.11.9
Article or Paragraph
Num ber
Value of Work..................................................11.3
Change in Contract Times --
Claim for times adjustmenl.........
4.1, 42.6, 45. 5,15.
...... 6.8.2, 9.4, 9.5, 9.11.
10.2. 10.5, 12.1,
.,,,,,.... I .... 13.9, 13.13, 13.14, 14.7, 15.1, 15.5
Contractual time limits12.2
Delays beyond CONTRACTOR's
control........................................................12.3
Delays beyond OWNER's and
CONTRACTOR's control.............................12.4
Notification of surety .........................................
10.5
Scope of change.. .... ..............................
_10.3-10.4
Change Orders --
Acceptance of Defective 1Vork,._,-_
........ _____....... 13.13
Amending Contract Documen4 ..........................3.5
Cash Allowances.. ... .' .............
.... I ... ...' .... JI-8
Change of Contract Price ............
........... ............. I I
Change of Contract Time;...................................12
Changes in the Work ................
..........................10
CONTRACTOR's fee.......................................31.6
Cost of the Work.................,,...,,,.,,.,._._.,,.,11.4-11.7
Cast Records....................................................1
L7
definitiono............................................,......,...1.9
emergencies.....................................................0.23
ENGINEERs responsibility........
9.8. 10A, 11.2, 12.1
execution of .......................... ..................
.........10A
Indemnifiction .........................0.12, 6.16, 6.31.6.33
Insurance, Bonds and ...... .................5.10,
5.13, 10.5
OWNER may terminate.. ............................
1.5.2-15.4
OWNERs Responsibility .....................
........$.6, 10.4
Physical Conditions -
Subsurface and .............................................
4.2
Underground Facilities--,•.........................4.3.2
Record Documents .... ...... ....... ........
.... ....... ......6.19
Scope of Change.....................................10.3-10.4
Substitutes,,,, ....... .............................
__6.7.3, 6.8.2
Unit Price Work. .. .., .. .. . .................
.............. JI.9
value of Work, covered by .............
.11.3
Changes in the Work ...... ............... ...
........ ................. 10
Notification of surety.........................................10.5
OVvNERs and CONTRACTORS
responsibilities...........................................10.4
Right to an adjustment......................................10.2
Scope of change........................................10.3-10.4
Claims --
against CONTRACTOR....................................6.16
against ENGINEER ................................:.,..,... 6.32
against OWNER...............................................6.32
Change of Contract Price ...........................
9.4, 11.2
Change of Contract Times ...........................?A,
12.1
CONTRACTOR's .............A, 7.1,
9.4, 9.5. 9,11, 10.2.
.......................... 11.2,11.9,12.1,13.9,14.8,
......................................15.1,
15.5, 17.3
r1
CONTRACTOR's Fee ..................................... 11.6
Article or Paragraph
Number
CONTRACTOR's liability ........... 5.4, 6.12, 6.16, 6.31
Cost of the Work ................. ..... .... .._I1.4, 11.5
Decisions on Disputes ... ............................ 9.11, 9,12
Dispute Resolution............................................16.1
Dispute Resolution Agreement ....................j6.1-16,6
ENGINEER as initial interpretoC.......................
9.11
Lump Sum Pricing .......................... ...............
11.3.2
Noticeof..........................................................17.3
OWNERs....................9A, 9.5. 9.11,
10.2, 11.2. 11.9
........... ....... __.,.12.1. 13.9. 13.13.
13.14, IT3
OWNER's liability .................... ......................
..., 5.5
OWNER may refuse to make payment,,,, .........
, ....... 14.7
Professional Fees and Court Costs
Included......_.............................................17.5
request for formal decision on.............................9.11
Substitute Items ............................................
6.T1 2
Time Extension................................,...........I....12.1
Time requirements ...................................
9.11, 12.1
Unit Price Work ...... ..........................................11.9.3
Valueof...........................................................11.3
Waiver of --on Final Payment .................
j4.14, 14.15
Work Change Directive......................................10.2
written notice required,., .............. .... 9. 11. 11.2, 111
Clarifications and Interpretation:,,,,,,,,,,.,
3.6.3, 9.4, 9.11
Clean Site.._..............._........--............_............6.17
Codes of Technical Society, Organization
or Association ......... ..................................
....... 3-3.3
Commencement of Contract Times ......................._„23
Com m unications--
general , ....6.2,
............................
6.9.2, 8.1
Hazard Communication Programs .....................,6.M
Completion --
Final Application for Payment ......................
..14.12
Fina I Inspection ... ......... .. ........
.. j 4.11
Final Payment and Acceptance.,,,,,.,,,•,.„
14.13-14.14
Partial Utilization............................................14.10
Substantial Completion ......................1.38,
14.8-14.9
Waiver of Claims.............................�....,.„.,_.,14.15
Computation of Times...............................17.2.1-17.2.2
Concerning Subcontractors, Suppliers
and Others....... ........................................ _!5.8-611
Conferences --
initially acceptable schedules ..............................2
9
preconstruc lion...................................................2.8
Conflict, Error, Ambiguity, Discrepattcy--
CONTRACTOR to Report... ..... _........
_... 2.5, 3.3.2
Construction, before starting by
CONTRACTOR............................................15-2.7
Construction Nfachinery, Equipment, etc ..................
6.4
Continuing the Work......................................6.29,
10A
Contract Documents --
Amending., ........................................................
3.5
Bonds.............................................................5'
1
EJCDC GENERAL CONDITIONS 1910.8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (.REV 9t99)
Cash Allowances, ........... __ ..... __ ....... ........ _.11-8
Article or Fttragraph
Number
Change of Contract PriN........ ............................
1 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.....................................................1.10
ENGINEER as initial interpreter of,,,,,,,,,,,,,,,,,,
9.11
ENGINEER as OWNER's representative.............9.1
general3
Insurance....... _..................................................5.3
Intent.......................................................
3.1-3.4
minor variations in the Work ................... ...........3.6
OWNERs responsibility to furnish data ... ........
,.,8,3
OWNER's responsibility to make
prompt payment ....... ................... $.3, 14.4,14.13
precedence................................................3.1,
3.3,3
Record Documents,. ........... ..............................
0.19
Reference to Standards and Specifications
of Technical Societieg...................................
3.3
Related Work ........... ....... ...............................
..., 7.2
Reporting and Resolving Discrepancies,„,,,,_
2.5, 3.3
Reuseof.............................................................3.7
Supplementing..... .......... .......... _........... ,........
,, 3.6
Termination of ENGINBER's Employment
.......... 8.2
Unit Price Work.......:.......................................11.9
variations .......................................... 3.6, 6.23, 6.27
Visits to Site, ENGINEER'S..... ..._..................
9.2
Contract Price -
adjustment of .......,„..... 3.5, 4.1, 9.4, 103,
11.2-11.3
Changeof.................................:.......I.....I...........)
I
Decision on Disputes........................................9.11
definitionof ....... ............ ........... ....... ................
JAI
Contract Times. -
adjustment of., ........ ......... 3.5, 4.1, 9A, 10.3, 12
Change of.......................:.........................12.1-12.4
Corn encem ent of ............................................
2.3
definition of,,, ........................ ...........................1.12
CONTRACTOR -
Acceptance of Insurance.
5.14
Communications......................................6.2,
6.9.2
Continue Work .... __................................6.29,
10A
coordination and scheduling ,,,,,,,,,,,,,,,,,,,,,,,,,,,,6,,9.2
definition of.....................................................1.13
Limited Reliance on Technical
Data Authorized, ....... .......... .........
4.2.2
May Stop Work or Term inate............................1,5.5
provide site access to others .......................
7.2, 13.2
Safety and Protection, .................. 4.3.1.2.6.16, 6.18,
......................................621-6.23, 7,2, 13.2
Shop Drawing and Sample Review
Prior to Submittal, .......................................
5,25
Stop Work requirements--... . ..................... .... . 45-2
CONTRACTOR's-
Article or paragraph
Number
Compensation, .... .................. __ .... ___ ...
11.1-1l .2
Continuing Obligatiork....................................14.15
Defective Work,,,,,,,,,,,,,,,, 9.6. 13,10-13.14
...............
Duty to correct defective Work .........................13.11
Duty to Report --
Changes in the Work caused by
Emergency. ..........................................
6.23
Defects in Work of Others .............................
7.3
Differing conditions.. . . ...............................
4.23
Discrepancy in Documents,...,.., 2.5. 3.3.2,
6.14.2
Underground Facilities not indicated,,,,,,,,,,
4.3.2
Emergencies ................ ..................................
6,23
Equipment and Machinery Rental, Cast
of the Work..... ............................. ........
IL4,53
Fee --Cost Plus .... „............ ....... 11.4.5.6, 11.5.1,
11.6
General Warranty and Guarantee___ ..........
6.30
Hazard Communication Programs. ..............
...... 6.22
Indemnification..-_,_.............__6.12, 6.16. 6,31-6.33
Inspection of the Work ...............................
7.3, 13.4
Labor, Materials and Equipment, ....... ,...........
6,3-6.5
Laws and Regulations, Compliance by ...........
,614.1
Liability Insurance ..............................................
5.4
Notice of Intent to Appeal .........................9.10,
10A
obligation to perform and complete
theWork....................................................0.30
Patent Fees and Royalties, paid for by .................
6.12
Performance and Other Bonds ............................
5.1
Permits, obtained and paid for by,,,,,,,,,,,,,,,,,,,,,,6.13
Progress Schedule ...........................2.6, 18,19,
6.6,
6.29, 10A, 15.2.1
Request for formal decisionon disputes,,,,,,,,,,,,,,
9.11
Responsibilities --
Changes in the Work...._._ ............. ..........
10.1
Concerning Subcontractors, Suppliers
and Others .........:...........................
6.8-6.11
Continuing the Work .... _ ........... . ........6.29.
10.4
CONTRACTOR'S expense ..........................6.7.1
CONZRACTORs General Warranty
and Guarantee. . ... __ .... ... __ ..........
_6.30
CONTRACTORs review prior to Shop
Drawing or Sample submittal.................0.25
Coordination of Work.. .....,..I ..........I ......
-- 6.92
Emergencies ...............................................
6-23
ENGINEERS evaluation. Substitutes
or "Or -Equal" Items.............................6.7.3
For Acts and Omissions
of Others.............................6.9.1-6419.13
for deductible amounts,insurance...................5,9
general........................................6, 7.Z
7.3, 8.9
Hazardous Communication Program s...........
.' 2
Indemnification, . . . ...............................
6.31-6.33
vii EXVC GENERAL CONDITIONS 1910-8 (1990 EDITION)
wt CITY OF FORT COLLINS MOMICATiONS (REV 9199)
Labor, Materials and Equipment... ........... 0,345
Laws and Regulations..................................6.14
Liability Insurance........ ................................ 5.4
Article or Paragraph
Number
Notice of variation from Contract
Documents—-
Patent Fees and Royalties.............................f.12
Permits,.., . ..................................................
6.13
Progress Schedule, ................. ........................6.6
Record Documents _....... .........................6,19
related Work performed prior to
ENGINEERs approval of required
submittals... _ .......................................
628
safe structural loading.................................6.18
Safety and Protection ....................6.20,
7.2, 13.2
Safety Representative__ —.........6.21
Scheduling the Work.. ... ............................
6,9.2
Shop Drawings and Samples. .. ...................
A24
Shop Drawings and Samples Review
by ENGINEER......................................6.26
Site Cleanliness .........................................
5.17
Submittal Procedures...................................6,25
Substitute Construction Methods
and Procedures6.7.2
Substitutes and "Or -Equal" Items................6.7.1
Superintendence ...........................................
6.2
Supervision...................................................6.1
Survival of Obligations................................6.34
Taxes....... .......... ............ **,
... 6.15
:
Tests and Inspections....... .......... ...... ...
13.5
ToReport_ . ..... ........................... __ ...........
2.5
Use of Premises .................... .6.16-6.18, 6.30.2.4
Review Prior to Shop Drawing or
Sample Submittal ........................................
6.25
Right to adjustment for changes in the Worys ..... 10.2
right to claim,.,_ __ 4, 7.1, 9.4, 9.5. 9.11,
10.2,11.2,
11.9, 12.1, 13.9, 14.8. 15.1,
15.5, 17.3
Safety and Protection .................. 6.20-6.22, 7.2, 13.2
Safety Representative ......... ............... _...........
..6.21
Shop Drawings and Samples Submittals .....
6.24-6.28
Special Consultants,_ .. . . .................................
1144
Substitute Construction Methods and Procedures.6.7
Substitutes and "Or -Equal" Items,
Expense,.. ............ ..._......... ......., 6.7.1,
6.7.2
Subcontractors, Suppliers and Uthers........
_68-6.11
Supervision and Superintendence.........6.1. 6.2, 6.21
Taxes, Payment by..... _............... ...................
6.15
Use ofPremises..I.._._..................... ...... .6.16-6.18
Warranties and guarantees.........................0.5,
6.30
Warranty of Title ............ ...................................
14.3
Written Notice Required --
CONTRACTOR stop Work or terminate
.... _ 15.5
Reports of Differing Subsurface
and Physical Conditions .......................
4.2.3
Substantial Completion................................14.8
Viii
CONT R.ACT ORS --other .............................................. 7
Contractual Liability Insurance..............................$.4.10
Contractual Time Limits........................................12.2
Article or Paragraph
Number
Coordination—
CONTRACTORs responsibility ...................
....6.9.2
Copies of Documents ...............................................
2.2
Correction Period..................................................13.12
Correction. Removal or Acceptance
of Defctive Work--
in general.... . .............................. 10.4.1.
13.10-13.14
Acceptance ofDejectiive Work...........................13.13
Correction or Removal of
Defective Work.................................6.30,
13.11
Correction Period .................. ............ .............
13.12
OWNER May Correct Defective Work..............13.14
OWNER May Stop Work.................................13.10
cost__
ofTests and Inspections....................................13.4
Records11.7
Cost of the Work —
Bonds and insurance, additional ...................11.4.5.9
Cash Discounts ... .. .........................................11.4.2
CONTRACTOR's Fee.......................................11.6
Employee Expenses, ...........................
1.4.5.1
Exclusions to....................................................11.5
General 11.4-11.5
Home office and overhead expense*, ....
......... .... 11.5
Losses and damages. I ................... .............
1.11.4.5.6
Materials and equipment.........................„_..,.11.4.2
Minor expenses..........................................11.4.5.8
Payroll costs on changes.................................11.4.1
performed by Subcontractors............................11.4.3
Records 11.7
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, CONTRACTOR's..,.
........ 11.4.4
Supplemental .......... ................... .........
........ ...11, 4.5
Taxes related to the Work.. ............ ............
_11.4.5,4
Tests and Inspection, .........................................13.4
Trade Discounts.............................................11A.2
Utilities, fuel and sanitary facilities..............1L4.5.7
Work after regular hours.................................11.4.1
Covering Work...............................................13.6-13.7
Cumulative Remedies_ ........ - ......... ______114-17.5
Cutting, fitting and patching ....................................
7.2
Data, to be furnished by OWNED.............................11.3
Day --definition of...............................................17.2.2
Decisions on Disputes, ...................................
9.11, 9.12
&fective--definition of...........................................1.14
defective Work—
Acceptance of ......................... .............
10.4.1, 13.13
E1CDC GE NMAL CONDITIONS 1910.8 (1990 EDITION)
wl C1 TY OF FORT COLLMS MODIFICATI ONS (REV 9199)
Correction or Removal of ... .... ....... __,.10.4,1, 1111
Correction Period__., ..... _ ... ____.....,,....,..13.12
in general ............. ..... ........ .,........ ...,.,13, 14.7, 14.11
Article or Paragraph
Number
Observation by ENGINEER ................................
9.2
OVPNER May Stop Work_ ,, . ...... ___ .............
13.10
Prompt Notice of Defects...................................131
Rejecting............. ..... ............... .:........................
.9.6
Uncovering the Work........................................13.8
Definitions.. ................. ............... ............. ..........
....--.1
Delays.....................................4.1, 6,29, 12.3-12.4
Delivery of Bonds_..........................__.............,,.,,.2,1
Delivery of certificates of insuranc@...........................2.7
Determinations for Unit Prices ................................
9.10
Differing Subsurface or Physical Conditions --
Notice of ......................... ...........4.2.3
ENGINEER's Review.. ........ .......... ..........
A 2.4
Possible Contract Documents Changc,,,,,,,4.2.5
Possible Price and Times Adjustments. .............
4.2.6
Discrepancies -Reporting
and Resolving_, ......... ...... ___15, 3.32,
6.14.2
Dispute Resolution —
Agreement .................................. ...........16.1-16,6
Arbitration ........................ ... ....... ,
16.1-16.5
genera116
Mediation, ......... ......... .........
16.6
Dispute Resolution Agreement.........................J6.1-16,6
Disputes, Decisions by ENGINEER .................. ................
Docum ents-
Copies of___._ ..........
....... .7-2
Record 6.19
Reuseof ......... ................... ......,..........................
3.7
Drawings --definition of..........................................)AS
Easements.............................................................4.1
Effective date of Agreement -- definition gf..............1.16
Emergencies.................................. _,.....................
. 6.23
ENGINEER --
as initial interpreter on disputes,,,,,,,,,,,,,,,,,9.1I-9.12
definition ot....................................................
1.17
Limitations on authority and responsibilities., ... 9,13
Replacement of..................................................8.2
Resident Project Representative,_..,,,,-,,,„-..,.,..--.-9:3
ENGINEER's Consultant -- definition of..................1.18
ENGINEERS —
authority and responsibility, limitations on,.,,,,,, 9,13
Authorized Variations in the Work.....................9.5
Change Orders, responsibility for......, 9-7, 10, i 1, 12
Clarifications and Interpretations ...............3.6,3,
9A
Decisions on Disputes . ........... ........... .......
9.11-912
defective Work, notice of., . ....... _ .............
___13-1
Evaluation of Substitute Item4 ..........................63.3
Liability ....... .... .......................... ..............
6,32, 9.12
Notice Work is Acceptable ............................
_ 14,13
Observations ...........................................
b.30,2. 9,2
OWNERs Representative. I --- I ....... 9.1
Payments to the CONTRACTOR,
Responsibility for . ..... ......... ..... ........ ........ .9,9, 14
Recommendation of Payment-_ ... .,,.14,4,14.13
Article or Paragraph
Number
Responsibilities --Limitations on ................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 C(rtstruotion--
authorized variations in the Work.._...............9.5
Clarifications and Interpretations.. .....
__... ... 9A
Decisions on Disputes ........... ..............
9.11-9.12
Determinations on Unit Price....................._9,10
ENGINEER as Initial Interpreter,-_.- .....
.11-9.12
ENGINEERS Responsibilities .............
... 9,1-9.12
Limitations on ENGINTER's Authority
and Responsibilities .........................
....9.1-1
OGVtv'ER's Representative ..............................
9.1
Project Representative...,,.-„..........................9,3
Rejecting Defective Work..... ........
..... 9.6
Shop Drawings, Change Orders
and Payments----........"-, ...........
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.... .... ..........
_6.3-65
Equipment rental, Cost of the Worn_ ................
31,4,5.3
Equivalent Materials and Equipment .........................6.7
error or amissions..................................................0.33
Evidence of Financial Arrangements. ....... ......
___?,11
Explorations of physical condition*....... .................
4.2.1
Fee, CONTRAGTORs--Costs Plus, ....... ..................
11,6
Field Order —
definition of.....................................................1.19
issued by ENGINEER...._ .........................
3.6.1, 9.5
Final Application for Payment,,,,.
Final inspection ........ .................. ..................14.11
Final Payment --
and Acceptance ............. ....... ..................
14.13.14.14
Prior to, for cash allovances..............................11.8
General Provisions, ......... ........ _ ........... ......
_17.3-17A
General Requirements --
definition of. . . . _ . ... _ .............
principal references to,, ......... _2.6.6.4. 6.6-6.7, 6,24
Giving Notice, .........
........ _171
Guarantee of Work —by CONTRACTOR..__ ...
0.30, 14.12
Hazard Communication Programs,., ........ __
............ 0.22
Hazardous Waste —
definition of, ............ __ ......... ...............
.......... 1,21
general................_......._.........-.........._................4.5
OWNER'S responsibility for .......................,.......
8.10
EJi DG GENERAL CONDITIONS 1910.8 (1990 EDITION)
wt CITY OF FORT COLLINS MODMCA710NS {REV 91K)
The existing onsite soils should be suitable for use as engineered fill for support of pavements and
for common embankment, however, some isolated high plasticity clays may also be encountered and these
soils should be omitted as engineered fill. If temporary sloped excavations are used, such as for utilities,
stockpiled material should be kept at least a distance equal to the height of the cut away from the top of the
excavation. Sloped excavations should conform to applicable OSHA regulations for Type C soil. The
contractor's competent person should confirm the soil type and assume responsibility for an excavation that
is safe for workers.
8.0 PAVEMENT DESIGN
A pavement section is a layered system designed to distribute concentrated traffic loads to the
subgrade without overstressing the subgrade soils. Performance of the pavement structure is a function of
several factors including but not limited to the physical properties of the subgrade soils, drainage, and traffic
loadings. The pavement sections presented in this report are based on Larimer County pavement
thickness design procedures. We have assumed that hot mixed asphalt pavement (HMAP) will be used in
the proposed right turn lanes, to be consistent with the existing pavement onsite.
Subgrade Soil Strength: Gradation and Atterberg limits test results were used to evaluate the
AASHTO classification for the subgrade soils. The subgrade soils encountered in the area of the proposed
additional right turn lanes have AASHTO soil classifications of A-6 with group indices of 5. These materials
typically have poor to moderate pavement support characteristics.
For pavement design purposes, we have assumed that new pavement will be supported by at least
3 feet of soil with a minimum R-value of 15. This will require that material types are monitored during
construction and the soils of lesser quality be removed and replaced with soils meeting the minimum
strength requirements. For design, the R-value of 15 was converted to a Resilient Modulus (Mr) of 4,195
Drake and Shields Intersection Improvements — Fort Collins, Colorado GEOCAL
Subsurface Exploration and Pavement Design - G14.1565.000 Page 7 of 11
Indemnit`ication,........ ,.... ........ .......¢.12, 6.16, 6.31-6.33
Initially Acceptable schedules ............ ................._.. 2.9
Inspection—
Certificatesof..............................9.13A, 13.5, 14.12
Final... .................. ......................................14.11
Article or Paragraph
Number
Special, required byENGINHER.........................9:6
Tests and Approval„ ...........................$.7, 13.3-13A
Insurance —
Acceptance of, by OWNER...............................5.14
Additional, required by changes
in the Work............................................11.4.5.9
Before starting the Work, .................. ............
_.. .2.7
Bonds and --in general..........................................5
Cancellation Provisions .....................................
5.8
Certificates of ...................2.7, 5, 5.3, 5.4.11,
5.4.13,
.............. ..........5.6.5,5.8,5.14,9.13.4.14.12
completed operations ....................................
SAA3
CONTRACTOR's Liability., . ...... ......
......5A
CONTRACTOR"s objection to coverage....,,.......
5.14
Contractual Liability......................................5.4.10
deductible amounts, CONTRACTOIts
responsibility .....................................
5.9
Final Application for Payment .........................14.12
Licensed Insurers..............................................5.3
Notice requirements, material changes,,,,,,,
5.8, 10.5
Option to Replace. ................... ........................5.14
other special insurances ...................................
5.10
OWNER as fiduciary for insureds ...... ........
$.12-5.13
OWNER's Liability .......................... ..............
...5.5
OWNER's Responsibility .....................................8.5
Partial Utilization, Property Insurance...............5.15
Property.... ................. ___ ............... .........
5.6-5.10
Receipt and Application oflnsurance
Proceeds ..............................................
5.12-5.13
Special Insurance... ....... __ ...... .... _ ...... __
.....5.10
Waiver of Rights..............................................5.11
Intent of Contract Documents..............................3.1-3.4
Interpretations and Clarifications .....................3.6.3,
9.4
Investigations of physical conditions .........................
4.2
Labor. Materials and Equipment .........................
¢,345
Lands --
and Easements...................................................$.4
Availability of, ......... _ ............
1. 8.4
Reports and Tests,.................................
.8.4
Laws and Regulations —Laws or Regulations --
Bonds .....
Changes in the Work........................................10.4
Contract Documents ...... .................... .......
....... _. .1
CONTRACTOR's Responsibilities .....................6.14
Correction Period,&fective Work ,,,,,,,,,.,,,,.,,,„13.12
Cost of the Work, taxes ...... ..........................
11.4.5.4
definition of- ..._...... .............. ........ ___ ....
.... ...1.22
general6.14
Indemnification.. 6.31-6.33
Insurance . ................................................. .........5.3
Precedence............................._.._._............3,1, 3.3.3
Reference to, ............ . ...... 3.3.1
Safety and Protection................................6.20, 13.2
Subcontractors, Suppliers and Others,,,,,.. ... 6,8-6.11
Article or Paragraph
Number
Tests and Inspections.............................,....13.5
Useof Premises .................................................6.16
Visits to Site-, ................ ........ ............ .......
9,2
Liability Insurance --
CONTRACTOR s..................................... .:........
5.4
OWNER's............. ..
..5.5
Licensed Sureties and Insurers .................................
5.3
Liens --
Application for Progress Payment .... ......... .........
J*2
CONfRACTOR's Warranty of Title....................14.3
Final Application for Payment........ ...... ..... __J4.12
definition of ............... ..................... .................
A-23
Waiverof Claims............................................14.15
Limitations on ENGINEER's authority and
responsibilities..................._.._.....,..._.................2.13
Limited Reliance by CONTRACTOR
Authorized....... ....................... .................. ......
4.2.2
Maintenance and Operating Manuals --
Final Application for Payment ..........................14.12
Manuals (of others) --
Precedence...... _........ .................... ... ........
3.3.3.1
Reference to in Contract Document4 .... ...........
..3:3,1
Materials and equipment --
furnished by CONTRACTOR,.._, ............. .........0-3
not incorporated in Work..................................14.2
Materials or equipment --equivalent,, ....................
__0.7
Mediation (Optional) ... ...........................................
k6.7
Milestones --definition of.......................................1.24
Miscellaneous --
Computation of Tunes.......................................17.2
Cumulative Remedies- ....... ....... _.____j7.4
Giving Notice_, .... _ ........ ___ ..................
... _17.1
Notice of Claim............................................_A7.3
Professional Fees and Court Costs Included .......17.5
Multi -prime contracts ...... ....... ........... .........................?
Not Shown or Indicated...................:.:...:...............4.3.2
Notice of --
Acceptability of Pro.jest...................................
14.13
Award, definition of.........................................1.25
Claim............................................................17.3
Defects,13.1
Differing Subsurface or Physical Conditiom .....4.2.3
Giving........ ......... ...................... ....................
}.7.1
Tests and Inspections ....................... I3.3
Variation, Shop Drawing and Sample................0.27
Notice to Proceed —
definition ition o ............
givingof ......................................... ......2.3
EJCDC MWEM COMMONS 1910.9 (1990 EDITION)
w/ QTY of FORT CoLLim Mo1)rF wiom my 9199)
Notification to Surety-___.„ .......................
.,_10.5
.-_...._..
Observations, by ENGINEER.... .................
... _030, 9.2
Occupancy of the Work ..................
5.15. 6.30.2.4. 14.10
Omissions or acts by CONTRACTOR ............ _09, 9.13
(,)pen Peril policy form, insuranaq .........................5.6.2
Option to Replace .................................
.........5.14
Article or Paragraph
Number
"Or Equal" Items......................................................6.7
Other work 7
Overtime Work —prohibition of ... ............ ..............
.... 6.3
OWNTER--
Acceptance of defective Work ................. ........
.13.13
appoint an ENGINEER ......................................
8.2
as fiduciary .......... ............. ........................
5.12-5.13
Availability of Lands, responsibility ..................14.1
definition of .............. ......
data, furnish ...... ......... ....... ................ ___
..... ..... .3
May Correct Defective Work............................13.14
May refuse to make payment.............................14.7
May Stop the Work.........................................13.10
May Suspend Work,
Terminate_ .......... ............. $,8. 13.10,
15.1-15.4
Payment, make prompt. .......... ......... $. 3, 14.4,
14.13
performance of other work ..................................
7.1
permits and licenses, requirements ...................6.13
purchased insurance requirements ...............5.65.10
OWNER's--
Acceptance of the Work . ............... ..............
0,30.2.5
Change Orders, obligation to executq .........
8.6, 10.4
Comm unications...............................................
8.1
Coordination of the Work.
7.4
Disputes, request for decisiorl............................9.11
Inspections, tests and approvals..................F.7,
13.4
Liability Insurance.....,........... I ...........................
5.5
Notice of Defects..............................................13.1
Representative --During Construction,
ENGINEER'S Status......................................9-1
Responsibilities --
Asbestos, PCBs, Petroleum, Hazardous
Waste or Radioactive Material................F.10
Change Orders, . ....... ...... ........ ...............
8,6
Changes in the Work...................................10.1
communications............................................
8.1
CON IRACTOR's responsibiliticA..................
8.9
evidence of financial arrangement,s..............$.11
inspections, tests and approval$.....................8.7
insurance......................................................
8.5
lands and easements .....................................
8.4
prompt payment by .... ,---- ,,.,,,..
..8.3
replacement of ENGINEER ..................
......$.2
reports and tests._..........................................8.4
stop or suspend Work.................8.8, I3.10.
15.1
terminate CONTRACTOR's
sere ices ........................................
_.8.8. 15.2
separate representative at site„ . ....................
...... 9-3
testing, independent.........................................13.4
use or occupancy
of the Wodc ..........................�A5, 6.30.2.4, 14.10
written consent or approval
required ....................... .............9.1, 6.3, 11.4
EJCDC GENERAL CONDITIONS 1910-8 (1990 EDITION)
wl CITY OF FORT COLLMS MODR'ICATIONS (REV 9f99)
Article or Paragraph
Number
written notice required, ........... ..... .
.... .7.1, 9A, 911,
..................... ............... 11-2, It 9. 14.7. 15A
PCBs --
definition of _....._ ................... ..................
......1-29
general.............................................................4.5
OWNER's responsibility for ...............................
$.10
Partial Utilization --
definition of,, .......... ........................................
1.28
general 6.30. 2.4. 14.10
Property insurance ............................................
5.15
Patent Fees and Royalties........................................6.12
Payment Bonds. . . ....... ............... .........
.......... 5.1-5.2
Payments, Recommendation of .... ..........
14A-14.7, 14.13
Payments to CONTRACTOR and Completion —
Application for ProgressPayments._
... ...............14.2
CONTRACTORS Warranty of Title....
............ _ 14.3
Final Application for Payment„_„....................14,12
Final Inspection ......................... . ..............I
.....14-11
Final Payment and Acceptance ...............14.13-14.14
general.........................................................$.3,
14
Partial Utilization...........................................14.10
Retainage..........................................................14.2
Review of Applications for
Progress Payments ...............................
I4.4-14,7
promptpayment ..........................................
........ $.3
Schedule of Values.........::................................14.1
Substantial Completiork .......... ...................
.14.8-14.9
Waiver of Claims ...........................................
-14.15
when payments due................................14.4,
14.13
withholding payment.........,...............................14.7
PerformanceBonds....... .........................
..........P`.1-5.2
Permits...................................................13
Petroleum --
definition of., ........................... _.....................,1.30
general..............................................................4.5
OWNER's responsibility for__ . .........................
$.10
Physical Conditions --
Drawings of, in or relating tQ........................
4.2.1?
ENGWEER's review ........................................
4.2.4
existing structures............................................4.2.2
general4.2.1.2 ........................... °... .............
., ....
Notice of Differing Subsurface or,,,,,,,,,,,,,,,,,,,,,,
4.2.3
Possible Contract Documents Change...............4.2.5
Possible Price and Times Adjustment4..............4.2.6
Reports and Drawings......................................4.2.1
Subsurface and,....., . ............... .. ....... __
.... __-.4.2
Subsurface Conditions ...... ..... _....................
4.2.1.1
Technical Data, Limited Reliance by
CONTRACTOR Authorized ........................4.2.2
Underground Facilities--
general........................................................
4.3
Not Shown or Indicud..............................4.3.2
Protection of.........................................4.3,
6.20
Article or Paragraph
Number
Shown or Indicated ...............................................
4.3.1
Technical Data..........._ ..................................
4.2 2
Preconstruction Conference.......................................2.8
Preliminary Matters.....................................................2
Preliminary Scheduleq.....................................
......... .2,6
Premises, Use of ............................................,
6.16-6.18
Price, Change of Contract .................................
.......... I I
Price, Contract --definition of., ................................
1,11
Progress Payment, Applications fo(..........................14.2
Progress Payment--retainage...................................
14.2
Progress schedule, C0NTRACT0Rs............ zA 2.8. 2.9,
.....I........ ........... I....... 6.6. 6.29. 10.4, 15.2.1
Project —definition of...............................................1.31
Project Representative—
ENGI EERs Status During Construction...........
9.3
Project Representative, Resident --definition of
.... _,,.,1,33
prompt payment by OWNER.....................................8.3
Property Insurance—
Additional .........................................................5.7
general5.6-5.10
Partial Utilization................................5.15.
14.10.2
receipt and application of proceeds ............
5.12-5.13
Protection, Safety and__,_,_,,,._ ................ _6.20.6.21, 13.2
Punch list ............................. .................... ...,.....
14.11
Radioactive Material--
defintion of ....................................................
J.32
general4,5
OWNER's responsibility for ........ ........ ............
...$.10
Recommendation of Payment................14.4, 14.5, 14.13
Record Documents.......................................6.19, 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 ,..,.,,,,,,,,,,,,,,5.28
Remedies, cumulative....................................17.4,
17.5
Removal or Correction of Defective Work... ..............
13.11
rental agreements. OWNER approval requirel..,,.i
1.4.5.3
replacement of ENGINEER, by OWNER. ........
... t2
Reporting and Resolving
Discrepancies................................25, 3.3-2,
6.14.2
Reports --
and Drawings .... -................ _............. .............4.2.1
and Tests, OWIKERs responsibility .....................8A
Resident and Project Representative --
definition of....................................................1.33
provision for............................................................ 9.3
xli EXI)CCIENERAL CONDITIONS 1910.8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/99)
Article or Paragraph
Number
Resident Superintendent, CONTRAC'TOR's...............62
Responsibilities --
CONTRACTOR s-in general, ................................. 6
ENGINEER's-in general ......... ...............................
Limitations on.............................._..............9.13
OWNER's-in general ............................................
g
Retainage..... ........ ................... .........................
..,14.2
Reuse of Documents........................._......_........._.....3.7
Review by CONTRACTOR: Shop Drawings
and Samples Prior to Submittal ........................6.25
Review of Applications for
Progress Payments.....................................14A-14.7
Right to an adjustment...........................................1O,
2
Rightsof Way .................................. ..._._.............._...4.1
Royalties, Patent Fees an4......................................
6,12
Safe Structural Loading, .............. __ ..
..............0,18
Safety --
and Protection ...........................
4.3.2, 6.16, 6.18,
. _...... ....................... ...6,20-6.21.
7.2. 13.2
general ......................... ..... .... ..........
......... 0.20-6.23
Representative, CONTRACTOR's......................0,21
Samples--
.
definition of........ .......................................,..,..,
. 4
general ....................................................
6.24-6.28
Review by CONTRACTOR ...............................
6.25
Review by ENGINEER ......... ...............
...... 6,26, 6,27
related Work .......................................
.............. 6,28
........_........................6-24.2
submittal of...__ ........ ...........
submittal procedures.........................................0.25
Schedule of progress-_. ............ ...........
7.6,2.8-2.9, 6.6,
.........................
6,29, 10.4, 15.2.1
Schedule of Shop Drawing and Sample
Submittals..............................2.6, 28-2,9, 6.24-6.28
Schedule of Values......__..................2.6,
2.8-2.9, 14,1
Schedules --
Adherence to..................................................15.2.1
Adjusting ......................
¢.6
Change of Contract Times.................................10A
Initially Acceptable.. ....................................
2.8, 2.9
Preliminary ....... ....... ......... .... ...... .....
............ .....2.6
Scope of Changes, ......................................
10.3-10.4
Subsurface Conditions .............................
.......... 4.2.1.1
Shop Drawings—
and Samples, general ........... .................
_.. 6.24-6.28
Change Orders & Applications for
Payments, and.........................................9.7-9.9
definition of......................................................1.35
ENGINEER's approval of__., .......................
_3.6.2
ENGINEER's responsibility
for review.....................................P.7,
6.24-6.28
related Work.._._ ................ .........................
._.-4.28
review procedures ...............................
2.8, 6.24-6.28
Article or Paragraph
Number
submittal required__. .........................................624.1
Submittal Procedures.....,, ..............
............. _ ... 6.25
use to approve substitutions... ........
1 ..............
Shown or Indicated................................................4.3.1
Site Access......................................................7.2,
13.2
Site Cleanliness......................................................0-17
Site, Visits to --
by ENGINEER..........................................9.2.
13.2
byothers ..... ........ ..... ........ ......................
_..... 13.2
"special causes of loss" policy form,
insurance ............................
-5.6.2
definition of....................................................J.36
Specifications—
defutation of. ....... ............................................1.36
of Technical Societies, reference tp............. _... 13.1
precedence ........................,.............................3.3.3
Standards and Specifications
of Technical Societies
3.3
Starting Construction, Before.............................�.5-2.8
Starting the Work _ .... _.............................................2.4
Stop or Suspend Work --
by CONTRACTOR...........................................15.5
by OWNER..................................,,.8.8,
1110, 15.1
Storage of materials and equipment ....................4.1,
7.2
Structural Loading, Safety........................................6.18
Subcontractor—
Concerni ng................................................6.8-6.11
definition of., .............. .......................
........ _J.37
delays............................................................12.3
waiver of rights, ............................
. .........
Subcontractors --in general .... ...................
.........6.8-6,11
Subcontracts --required provisions .........
5.11, 6.11, 11.4.3
Subm ittals—
Applications for Payment... ..............................
14.2
Maintenance and Operation Manuals..............14.12
Procedures,,.,,,., .......... __ ......................
..6.25
Progress Schedules......................................2.6,
2.9
Samples .........................,.....................
.6.24-6.28
Schedule of Values.....................................2.6,
14.1
Schedule of Shop Drawings and Samples
Submissions.... ........ .............
.......2.6, 2.8-2.9
Shop Drawings. .......... ........................
6.24-6.28
Substantial Completion--
certilication of ...... ................. _0
30.2.3, 14.8-14.9
definition of.....................................................1.38
Substitute Construction Methods or Prooedures,._.....6.7.2
Substitutes and "Or Equal" Item..........
.....................6.7
CONTRACTOR's Expense............................0.7.1.3
ENGINEER's Evaluation6.7.3
"Or-Equal"...................................................6.7.1.
i
Substitute Construction Methods
xiii EJCDC GENU AI. CONDITIONS 1910 8 (1990 EDITION)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9/W)
Article or Paragraph
Num ber
or Procedures .................................
............ 5.7.2
Substitute Items., ......... ___ ....... ................
Subsurface and Physical Conditions. -
Drawings o� in or relatng to,,,,,,,,;,,,,,,,,,,,,,,,
4.11.2
ENGINEER's Review ......................................
4.2A
general, . ... ........ . ........................ . ......................4.
Limited Reliance by CONTRACTOR
Authorized.............._................................4.2.2
Notice of Differing Subsurface or
Physical Conditions .........................................
4.2.3
Physical Conditions.......................................4.2.1.2
Possible Contract Documents Change...............4.2.5
Possible Price andTimes Adjustments .,,,,,,,:,,,,..4,2.6
Reports and Drawings ......................................
4,2.1
Subsurfaceand ...................................................
4.2
Subsurface Conditions at the Site,,,,,,,,,,,,,,,,,,
4.2.1.1
Technical Data...".., ...... I ......... ....... - ........
I ..... 4.22
Supervision—
CONTRACTORs responsibility ...........................
6.1
OWNER shall not supervise................................8.9
ENGINEER shall not supervise....,,,.,,,_,,,.
9.2, 9.13.2
Superintendence ..................... _......................I........
6.2
Superintendent, CONTRACTOR's resident...............0.2
Supplemental costs ....... ..........,..,,,,.,, ...................
11.4.5
Supplementary Conditions--
definition of .......................... .......................1.39
principal references tq.................1.10,
1.18, 2.2. 2.7,
........... ............ 4.2, 43, 5 1, 5-3, 5.4, 5.6-5.9,
......... ......5.11,6.8,6.13,7.4,8.11,9.3,9.10
Supplementing Contract Documents ..... ................
..3.6
Supplier --
definition of ................................................
.....1.40
principal references tq........... �3, 6.5, 6.8-6.11, 6.20,
6.24, 9.13, 14.12
Waiver of Rights...............................................6.11
Surety --
consent to final payment .......................14.12,
14.14
ENGINEER has no duty tq................................
9.13
Notification of..................................10.1. 10.5, 15.2
qualification of.............................................51.5.3
Survival of Obligations, .........................................
. 6.34
Suspend Work, OWNER May .......................)3.10,
15.1
Suspension of Work and "Termination .......................15
CON TRACTOR May Stop Work
or Terminate...........................................,..IS.S
OWNER May Suspend Work... .......... ................
15.1
OWNER May Terminate,__ ........ ............
J5.2-13.4
Taxes --Payment by CONTRACTOR.....
.,.....,..0.15
. ..........
Technical Data --
Limited Reliance by CONTRACTOR................4.2.2
Possible Price and Times Adjustments ..............
4.16
Reports of Differing Subsurface and
Physical Conditions ........ _.......................,4.2.3
xiv
'rem porary construction facil ities . _ .. _ . _ _ _ , _ _ _ _ _.. _ _. 4.1
Article cr Paragraph
Number
Termination -
by CONTRACTOR ...........................................15.5
by OWNER........................................8.8,
15.1-15.4
of ENGINEERS employment ....................
.......... $.2
Suspension of Work-in general .............................15
Terns and Adjectives..............................................3.4
Tests and Inspections --
Access to the Work, by others.. .....................
CONTRACTOR's responsibilities,
.... ................ J3_5
cost of 13.4
covering Work prior to ..............................J
.6-13.7
Laws and Regulations (or),,,,,,,
.... 13.5
Notice of Defects. ..............................................
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 ENGINEER's
request.....................................
............13.8-13,9
Times--
Adjusting .............................. _.........
.................. 6.6
Change of Contract.............................................
12
Computation of ...... ....... ...............
,....,.....,.......,17.2
Contract Times --definition of .....
......................1.12
day_.._..................................................17.2.2
Milestones_, ..........................-.........
.........12
Requirements—
appeals..._ ................. ....................
. ._..9.10, 16
clarifications,
claims and disputes ,,,,,,,,,,,9.11,
11.2, 12
Commencement of Contract Times,,,,,,,,,,,,,,, 2.3
Preconstruction Conference ...........................2.8
schedules... ......................................
r.6, 2.9, 6.6
Starting the Work_.......................................2-4
Title, Warranty of.. . ... .............. .............................
14.3
Uncovering Work .............. ........... ....
............... 13.8-13.9
Underground Facilities, Physical Conditions --
definition of,, ..... ..... __ ...........................
....... AI
Not Shown or Indicated.,.. ...............................
4.3.2
protection of .............................................
4.3, 6.20
Shownor Indicated ..................,.....................
4.3.1
Unit Price Work--
claims........................................................�1.9.3
definitionof....................................................1.42
general] 1.9. 14.1. 14.5
Unit Prices--
gencral l 1.3.1
Determination for
„9.10
Use of Premise.................................
6.16. 6-18, 6.301A
Utility owners .............................¢ 13,
6.20, 7.1-7.3, 13.2
Utilization, Partial--..,-.,. ... _ _ _ 1.28, 5,15. 6.30.2.4. 14.10
Value of the Wort..................................................1
l .3
Values. Schedule of............................_2.6,
2.8-2.9, 14.1
EJCDC GENERAL CONDITIONS 1910.8 (1990 EDITION)
w/ CITY OF FORT COLONS MODIFICATIONS (REV 909)
Variations in Work --Minor
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 partie$..................5.11,
6.11
Warranty and Guarantee, General --by
CONTRACTOR . . .............................................6.30
Warranty of Title, CONTRACTORs ........................14.3
Work -
Accessto._.._ ...... ..........................._......-.-..........13.2
byothers..............................................................
7
Changes in the ..................................
........... ....... JO
Continuing the,. ................................................
6.29
CONTRACTOR May Stop Work
or Terminate...............................................15.5
Coordination of
7.4
Cost of the_._ ........... ...........................
31.4-11.5
definition of
1.43
neglected by CONTRACTOR„ ..........................13.14
other Work
i
OWNER May Stop Work .....................
............ 13.10
OWNER May Suspend Work....................13.10,
15.1
Related, Work at Site.....................................7.1-7.3
Startingthe_ ... ..................................................
2A
Stopping by CONTRACTOR..............................t5.5
Stopping by OWNER ........... ...................
...15.1-15.4
Variation and deviation authorized, minor ........... 3.6
Work Change Directive --
claims pursuant to. ............................
............... JO.2
definition af..................
................................. ...1.44
principal references to......................3.5.3,
10.14U.2
Written Amendment --
definition of ......... ... ..... ...........................
..1.45
principal references to..............1.10,
3.5, 5.10,15.12,
.........................6.6.2,
6.8.2, 6.19, 10.1, 10A,
............................11.2,
12,1, 13.12.2, 14,7-2
Written Clarifications and
Interpretations..................................3.6.3,
9.4, 9.11
Written Notice Required —
by CONTRACTOR ...........................3.l,
9.10.9.11,
_.........................................
104, 11.2. 12.1
by OWNER ....................
9,10-9,11, 10.4, 11.2, 13,14
Vv EXW GENERAL CONDITIONS 1910.8 (1990 EDITION)
wl CITY OF FORT COLLINS MODMICATIONS (REV 9199')
(This page left blank intentionally)
EICDC GENERAL COTD1TIONS 19104 (1990 EDITION)
w,` CITY OF FORT COLLINS MODIFICATIONS (REV 9199)
GENERAL CONDITIONS
ARTICLF 1 DF.FINMONS
Wherever used in these General Conditions or in the other
Contract Documents the following terms have the
meanings indicated which are applicable to both the
singular and plural thereof:
1.1. Addenda --Written or graphic instnmunts issued
prior to the opening of Bids which clarify, correct or
change the Bidding Requirements or the Contract
Documents
1.2. Agreement —The written contract between OWNER
and CONTRACTOR covering the Work to be performed,
other Contract Documents are attached to the Agreement
and made a part thereof as provided therein.
1.3. Application for Patment—The form acceptedby
ENGINI•FR which is to be used by CONTRACTOR in
requesting progress or final payments and which is to he
accompanied by such supporting documentation as is
required by the Contract Documents.
1 A. Asbestos- Arty material that contains more than one
percent asbestos and is &fable 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.
L6. Bidding Doewnents—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.
L8. Bonds —Performance and Payment bonds and other
instruments of security.
1.9. Change Order —A document recommended by
ENGINEER, which is signed by CONTRACTOR and
OWNER and authorizes an addition, deletion or revision in
the Work, or an adjustment in the Contract Price or the
Contract Times, issued on or after the Effective Date of the
Agreement
1.10. Contract Documents --The Agreement, Addenda
(which pertain to the Contract Documents),
CONTRACTOR"s Bid (including documentation
accompanying the Bid and any post Bid documentation
submitted prior to the Notice of Award) when attached as
an exhibit to the Agreement, the Notice to Proceed, the
Bonds, these General Conditions, the Supplementary
Conditions, the Specifications and the Drawings as the
EJCDC 004ERAL COMMONS 1910-8 (1990 EStioa)
VO CITY OF FORT OOLLINS MODIFICATIONS pt N 4/2000)
same are more specifically identified in the Agreement,
together with all Written Amendments, Change Orders,
Work Change Directives, Field Orders and ENGINEERS
written interpretations and clarifications issued pursuant to
paragraphs 3.5, 3.6.1 and 3.6.3 on or after the Effective
Date of the Agreement- Shop Drawing submittals
approved pursuant to paragraphs 6.26 and 6.27 and the
reports and drawings referred to in paragraphs 4 2,1 and
4.2 2 are not Contract Documents.
1.11. Contract Price —The moneys payable by
OWNER to CONTRACTOR for completion of the Work
in accordance with the Contract Documents as stated in
the Agreement (subject to the provisions of
paragraph 11.9 1 in the case of Unit Price Work).
1.12. Contract Times —The numbers of days or the
dates stated in the Agreement: (i) to achieve Substantial
Completion, and (in) to complete the Work so that it is
ready for final payment as evidenced by ENGINEER's
written recommendation of final payment in accordance
with paragraph 14.13.
1.13 CONTRACTOR --The person, firm or corporation
with whom OWNER has entered into the Agreement
1.14. defective —An adjective which when modifying
the word Work refers to Work that is unsatisfactory, faulty
or deficient in that it does not conform to the Contract
Documents, or does not meet the requirements of any
inspection, reference standard, test or approval referred to
in the Contract Documents, or has been damaged prior to
ENGINEER's recommendation of final payment (unless
responsibility for the protection thereof has been assumed
by OWNER at Substantial Completion in accordance with
paragraph 14.8 or 14.10).
1,15. Drawings -=The drawings which show the scope,
extent and character of the Work to be furnished and
performed by CONTRACTOR and which have been
prepared or approved by ENUMER and are referred to
in the Contract Documents. Shop drawings are not
Drawings as so defined
1.16. Effective Date of ore Ag+vement—The date
indicated in the Agreement on which it becomes elective,
but if no such date is indicated it means the date on which
the Agreement is signed and delivered by the last of the
two parties to sign and deliver.
1.17. ENGINEER —The persons, firm or corporation
named as such in the Agreement.
L I S. ENGINEER's Consultant —A person, firm or
corporation having a contract with ENGINEER to firmish
services as ENGINEER's independent professional
associate or consultant with respect to the Projed and who
is identified as such in the Supplementary Conditions.
1.19. Field Order —A written order issued by
ENGINEER which orders minor changes in the Work in
accordance with paragraph 9.5 but which does not involve
a change in the Contract Price or the Contract Times.
1.20. General Requirements —Sections of Division 1 of
the Specifications.
1.21. Hazardous Waste —The team 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.
122.a. laws and Regulations; Laws or Regulations —Any
and all applicable laws, rules, regulations, ordinances,
codes and orders of any and all governmental bodies,
agencies, authorities and courts having jurisdiction
1 22.b. Legal Holidcns--shall be those holidays observed
by the City of Fort Collins.
1,23, Liens --Liens charges, security interests or
encumbrances upon real property or personal property.
1.24. Ifilestone--A prTeipal event specified in the
Contract Documents relating to an intermediate completion
date or time prior to Substantial Completion of all the
Work.
1.25, Notice of Award --A written notice by OWNER to
the apparent successful bidder stating that upon compliance
by the apparent successful bidder with the conditions
precedent enumerated therein, within the time specified,
OWNER will sign and deliver the Agreement.
1.26. Notice to Proceed —A written notice given by
OWNER to CONTRACTOR (with a copy to ENGINEER)
fixing the date on which the Contract Times will
commence to run and on which CONTRACTOR shall start
to perform CONTRACTOR'S obligations under the
Contract Documents.
1.27. OOAIER--The public body or authority,
=poration, 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 Wank for the purpose
for which it is intended (or a related purpose) prior to
Substantial Completion of all the Work.
1.29. PCBs—Potychlorimted biphenyls.
1.30. Petroleum —Petroleum, including dude oil or any
fraction thereof which is liquid at standard conditions of
temperature and pressure (60 degrees Fahrenheit and
14.7 pounds per square inch absolute), such as oil,
petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene
and oil mixed with other non -Hazardous Wastes and crude
oils.
1.3I. Project —The total construction of which the Work
to be provided under the Contract Documents may be the
whole, or a part as indicated elsewhere in the Contract
Documents.
1.32.a. Radioactive Material —Source, special nuclear, or
byproduct material as defined by the Atomic Energy Act of
EtCDC GENERAL CONDITIO*s 1910-8 (1990 Eation)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4I1000)
1954 (42 USC Section 2011 et seq.) as amended from
time to time.
13211 Regular Worfdn%, Hours —Regular working_hours
are defined as 7:00am to 6:00pm urdess otherwise
specified in the General Requirements.
1.33. Resident Project Representathti—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 workmanshi that are representative of
some portion of the Work and which establish the
standards by which such portion of the Work will be
judged
1.35. Shop Drawings -All drawings, diaxrams,
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, starx]arcls 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.
1.35. Substantial Completion —The Work (or a
specified pan thereof) has progressed to the point where,
in the opinion of ENGINEER as evidenced by.
ENTGINEER'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 ENGIN-EER'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
139. Supplementary Co n&tions—The part of the
Contract Documents which amends or supplements these
General Conditions.
1.40. Supplier —A manufacturer, fabricator, supplier,
distributor. materialman or vendor having a direct contract
with CONTRACTOR or with any Subcontractor to
furnish materials or equipment to be incorporated in the
Work by CONTRACTOR or any Subcontractor.
1.41. Underground Facilities —All pipelines, conduits,
ducts, cables, wires, manholes, vaults, tanks tunnels or
other such facilities or attachments, and any encasements
containing such facilities which have been installed
underground to furnish any of the following services or
materials: electricity, gases, steam, liquid petroleum
products, telephone or other communications, cable
television, sewage and drainage removal, traffic or other
control systems or water_
1,42. Unit Price Work --Work to be paid for on the basis
of unit prices.
1.43. Work —The entire completed construction or the
various separately identifiable �parts thereof required to be
furnished under the Contract Documents. Work includes
and is the result of performing or furnishing labor and
furnishing and incorporating materials and equipment into
the construction, and performing or furnishing services and
furnishing documents, all as required by the Contract
Documents,
1.44. Work Change Directive —A written directive to
CONTRACTOR, issued on or after the Effective Date of
the Agreement and signed by OWNER and recommended
by LNGINEER ordering an addition, deletion or revision
in the Work, or responding to differing or unforeseen
physical conditions under which the Work is to be
performed as provided in paragraph 4.2 or 43 or to
emergencies under paragraph 6.23. A Work Change
Directive will not change the Contract Price or the Contract
Times, but is evidence that the parties expect that the
change directed or documented by a Work Change
Directive will be incorporated in a subsequently issued
Change Order following negotiations by the parties as to its
effect, if any, on the Ccmtract Price or Contract Times as
provided in paragraph 10.2.
1,45. Written Antem wnt—A written amendment of the
Contract Documents, signed by OWNER and
CONTRACTOR on or after the Effective Date of the
Agreement and normally dealing with the nonengineering
or nontechnical rather than strictly construction -related
aspects of the Contract Documents.
ARTICLE 2—PRELIMINARY MATTERS
Delivery of Bonds:
2.1, When CONTRACTOR delivers the executed
Agreements to OWNER CONTRACTOR shall also
deliver to OWNER such Bonds as CONTRACTOR may
be required to furnish in accordance with paragraph 5.1.
Copies of Documents
2 2 OWNER shall furnish to CONTRACTOR up to ten
copies (unless otherwise specified in the Supplementary
Conditions) of the Contract Documents as are reasonably
necessary for the execution of the Work. Additional copies
will be furnished upon request, at the cost of reproduction.
Commencement of Contract Times; Notice to Proceed•
2.3. The Contract Times will commence to our on the
thirtieth day after the Effective Date of the Agreement, or,
EJCDC 004BttAL CONDITIONS 1910-8 (19W Edition)
wf CITY OF FORT COLLINS MODIFICATIONS (FEV 4I2000)
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 no on$ .,:n a :. C:.. Times
sf #3id �erting-aFtlte- ive �rte
ef-the
rta rvhie}rever�ate-is earlier
Starting the Work:
2.4 CONTRACTOR shall start to perform the Work
on the date when the Contract Times commence to run,
but no Work shall be done at the site prior to the date on
which the Contract Tunes commence to run
Before Starting Construction:
2.5. Before undertaking each part of the work-,
CONTRACTOR shall carefully study and compare the
Contract Documents and check and verify t
figures shown thereon and all applicableert field
measurements. CONTRACTOR shall promptly report in
writing to ENGINEER arty 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
Doc ment% unless CONTRACTOR knew or reasonably
should have known thereof
2.6. Within ten days after the Effective Date of the
Agreement (unless otherwise specified in the General
Requirements), CONTRACTOR shall submit to
E"TGIIQEER for review:
2.6.1. a preliminary progress schedule indicating
the tones (numbers of days or dates) for starting and
completing the various stages of the Work, including
any Wl eskones specified in the Contract Documents;
2.6.2, a preliminary schedule of Shop Drawing and
Sample submittals which will list each required
submittal and the times for submitting, reviewing and
processing such submittal;
2.62.1. In no case will a schedule be
acceptable which allows less than 21 calendar
days for each review by Erwineer.
2.6.3. A preliminary schedule of values for all of
the Work which will include quantities and prizes 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 etzd O%WiER shall welt deliver to dw
motet: OWNED' with copies to
identifiedENGINEER
pounds per square inch (psi), in accordance with the CDOT methodology. Any imported soils should have
similar or better strength characteristics.
The following parameters were used for the pavement design:
General
Initial Serviceability 4.5
Terminal Serviceability 2.5
Reliability Level 90%
Soils
R-Value 15
Resilient Modulus (Mr) 4,195 psi
Asphalt
Structural Coefficient (HMAP) 0.44
Structural Coefficient (Class 6 ABC) 0.11
Overall Standard Deviation 0.44
Drainage Coefficient 1.0
Traffic Load and ESAL Calculations: The 18 kip Equivalent Single Axle Load (ESAL) is the
equivalent 18,000 pound single axle loading for different vehicle types, and the design period ESALs are
the total number of equivalent loadings to pavements for the design period. The 2014 Average Daily Traffic
(ADT) of 31,000 vehicles per day was assumed, based on available information obtained from the City of
Fort Collins FCMaps website. Based on information provided by the client, a 40% increase in traffic over
the 20 year design life of the pavement was assumed, which corresponds to a design ADT of 37,495
vehicles per day. A 3.2% truck traffic distribution was obtained from the CDOT website for SH-287 in the
project area, and was assumed for Shields Street. A 20% lane distribution factor was calculated based on
the Drake and Shields Turning Movement Report also available on the Fort Collins FCMaps website.
Printouts from the FCMaps website and a copy of the Turning Movement Report are included in the
Appendix. Applying the CDOT vehicle equivalency factors for flexible pavements, a 20 year design ESAL20
of 1,329,308 was calculated for the proposed right turn lanes (ESAL calculation is presented in the
Appendix).
Pavement Thickness Recommendations: New composite hot mix asphalt pavement (HMAP)
over aggregate base course (ABC) sections were calculated using the WinPAS 12 computer modeling
program, based on the AASHT01993 pavement design methodology and developed by the American
Drake and Shields Intersection Improvements — Fort Collins, Colorado GEOCAL
Subsurface Exploration and Pavement Design - G14.1565.000 Page 8 of 11
certificates of insurance (and other evidence of insurance
races b Fertst requested by OWNER) which
CO2iTR.4CT0 is required
to purchase and maintain in accordance with
paragraphs
Preconstruetion Conference:
2.8. Within twenty days after the Contract Tunes start to
run, but before any Work at the site is started, a conference
attended by CONTRACTOR ENGINEER and others as
appropriate will be held to establish a working
understanding among the parties as to the Work and to
discuss the schedules referred to in paragraph 2.6,
procedures for handling Shop Drawings and other
submittals processing Applications for payment and
maintaining required records.
Initially Acceptable Schedules:•
2.9. Unless otherwise provided in the Contract
Documents
r'4ppiicatmfor Payment before any work at the site be in
a conference attended by CONTRACTOR, ENGINEER
and others as approprited by OWi lER will be
held to review or� awl acceptability to ENG INFER as provided
below the schedules submitted in accordance with
paragraph 2.6. and Division I _ Umml Reguiremer"
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 arty specified Milestones and the
Contract Times, but such acceptance will neither impose on
ENGINEER responsibility for the sequencing, scheduling
or progress of the Work nor interfere with or relieve
CONTRACTOR from 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
CONfRACTOR's schedule of values will be acceptable to
ENGINEER as to form and substance.
ARTICLE 3--00NTRACf DOCUMENTS. INTENT,
ANIFNI)ING, REUSE
Intent:
3.1, The Contract Documents comprise the entire
agreement between OWNER and CONTRACTOR
concerrung the Work. The Contract Documents are
complementary; what is called for by one is as binding as if
celled for by all. The Contract Documents will be
construed in accordance with the law of the place of the
Project.
3.2. It is the intent of the Contract Documents to
EJCDC OENERAL CONDITIONS 1910-8 (1990 Edition)
wl CITY OF FORT COLLINS MODiF1CATIOM (REV 4/2000)
describe a functionally complete Project (or part thereon
to be constructed in accordance with the Contract
Documents. Arry Work, materials or equipment that may
reasonably be inferred from the Contract Documents or
from prevailing custom or trade usage as being required to
produce the intended result will be furnished and
performed whether or not specifically called for. When
words or phrases which have a well-known technical or
construction industry or trade meaning are used to
describe Work, materials or equipment, such words or
phrases shall be interpreted in accordance with that
meaning. Clarifications and interpretations of the Contract
Documents shall be issued by ENGINEER as provided in
paragraph 9.4.
3.3. Reference to SUndards and Specifications of
Technical Societies, Reporting and Resohing
Discrepancies.•
33.1. Reference to standards, specifications,
manuals or codes of any technical society, organization
or association, or to the Laws or Regulations of any
governmental authority, whether such reference be
specific or by implication, shall mean the latest
standard, specification, manual, code or Laws or
Regulations in effect at the time of opening of Bids (or,
on the Effective Date of the Agreement if there were
no Bids), except as may be otherwise specifically
stated in the Contract Documents.
33,2. If during the performance of the Work,
CONTRACTOR discovers arty 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 code or of any
instruction of any Supplier referred to in paragraph 6.5.
CONTRACTOR shall report it to h1GINEER in
writing at once, and, CONTRACTOR shall not
proceed with the Work affected thereby (except in an
emergency as authorized by paragraph 6.23) until an
amendment or supplement to the Contract Documents
has been issued by one of the methods indicated in
paragraph 3.5 or 3.6; provided however, that
CONTRACTOR shall not be liable to OWNER or
ENGINEER for failure to report any such conflict,
error, ambiguity or discrepancy unless
CONTRACTOR knew or reasonably, should have
known thereof.
3.3.3. Except as otherwise specifically stated in the
Contract Documents or as may be provided by
amendment or supplement thereto issued by one of the
methods indicated in paragraph 3.5 or 3 6, the
provisions of the Contract Documents shall take
precedence in resolving any conflict, error, ambiguity
or discrepancy between the provisions of the Contract
Documents and.
3.3.3.1. the provisions of any such standard
specification, manual, code or instruction (whether
or not specifically incorporated by reference in the
Contract Documents); or
3.3.3.2. the provisions of any such Laws or
Regulations applicable to the performance of the
Work (unless such an interpretation of the
provisions of the Contract Documents would result
in violation of such Law or Regulation).
No provision of any such standard- specification, manual,
code or instruction shall be effective to change the duties
and responsibilities of OWNER, CONTRACTOR or
ENGINEER, or any of their subcontractors, consultants,
agents or employees from those set forth in the Contract
Documents, nor shall it be effective to assign to OWNER,
ENGINEER. or any of ENGINEER's Consultants, agents or
employees any duty or authority to supervise or direct the
famishing 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
Contract Documents and conformance with the design
concept of the completed Project as a functioning whole as
shown or indicated in the Contract Documents (unless there
is a specific statement indicating otherwise). The use of
any such term or adjective shill 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 otter provision of the
Contract Documents.
Amen&ng and Supplementing Contract Documents:
3.5. The Contract Documents may be amended to
provide for additions, deletions and revisions in the Work
or to modify the terms and conditions thereof in one or
more of the following ways:
3.5.1. a formal Written Amendment,
3.5.2. a Change Order (pursuant to paragraph 10.4),
or
ErDC GE2 iMAL CONDITIONS 1910-8 (1990 Edtim)
w! CITY OF FORT OOLLINS MODIFICATIONS (REV 42000)
3.5.3. a Work Change Directive (pursuant to
paragraph 10.1).
3.6. Tn addition, the requirements of the Contract
Documents may be supplemented- and mina variations
and deviations in the Work may be authorized, in arse 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. ENGDTEERs written interpretation or
clarification (pursuant to paragraph 9.4).
Reuse ojDocuments:
3.7. CONTRACTOR, and any Subcontractor or
Supplier or other person or organization performing or
furnishing any of the Work under a direct or indirect
contract with OWNER (i) shall not have or acquire any
title to or ownership rights in any of the Drawings,
Specifications or other documents (or copies of any
thereof) prepared by or bearing the seal of ENGINEER or
ENGTNEEWs Consultant, and (ii) shall not reuse any of
such Drawings, Specifications, other documents or copies
on extensions of the Project or any other project without
written consent of OWNER and ENGINEER and specific
written verification or adaptation by ENGINEER
ARTICLE 4--AVAILABILITY OF LANDS;
SUBSURFACE AND PHYSICAL CONDITIONS;
REFERENCE POINTS
4swilabilio, ojl ands:
4.1. 0"NI ER shall funush, as indicated in the Contract
Documents, the lands upon which the Work is to be
perforated, rights -of -way and easements for access
thereto, and such other lands which are designated for the
use of CONTRACTOR
oyI g. MAII
kwAs-+ipm .
9Z,3SR's-infer givirv-n *iee
of-9r_-41ing a—ntec#tat 5 4i i Suek2-dNrtdS itt
OWNER shall identify any encumbrances or restrictions
not of general application but specifically related to use of
lards so furnished with which CONTRACTOR will have
to comply in performing the Work. Easements for
permanent structures a permanent changes in existing
facilities will be obtained and paid for by OWNER, unless
otherwise provided in the Contract Documents, Lf
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 f mush' these lands, rights -of=
way or easements, CONTRACTOR may make a claim
therefor as provided in Articles 11 and 12.
CONTRACTOR shall provide for all additional lands and
access thereto that may be required for temporary
construction facilities or storage of materials and
equ ipment.
4.2. Subsurface and Physical Conditions•
4.2.1. Reports and Drawings: Reference is made to
the Supplementary Conditions for identification of:
4.2.1.1, SliAsarface Conditions: Those reports of
explorations and tests of subsurface conditions at or
coatiguous to the site that have been utilized by
ENGINEER in preparing the Contract Documents;
and
4.2.1.2. Physical Conditions: Those drawings of
physical conditions in or relating to existing surface
or subsurface structures at or contiguous to the site
(except Underfround Facilities) that have been
utilized by ENGINEER in preparing the Contract
Documents.
4.2.2. Limited Reliance by MWRr1CTOR Aielwrired'
Technical Data: CONTRACTOR may rely upon the
general accuracy of the "technical data" contained in such
reports and drawings, but such repots and drawings are not
Contract Documents. Such "tedtnical 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 ENGMI ER or any of
ENGINEER's Consultants with respect to:
4.2.2.1. the completeness of such reports and
drawings for CONTRACTOR's purposes,
including, but not limited to, any aspects of the
means, methcxis, techniques, sequences and
procedures of construction to be employed by
CONTRACTOR and safety precautions and
programs incident thereto, or
4.2 2.2. 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. Notice of Differing Subsurface or Physical
Conditions: If CONTRACTOR believes that any
subsurface or physical condition at or contiguous to the site
that is uncovered or revealed either.
4.2.3.1. is of such a nature as to establish that
any "technical data" on which CONTRACTOR is
entitled to rely as provided in paragraphs 4.2.1 and
4.2.2 is materially inaccurate, or
4.2.3.2. is of such a nature as to require a
charge in the Contract Documents or
4 2.33 differs materially from that shown or
EJCDCr}ENERAL CONDITIONS 1910.8 (1990 FAtian)
wl CITY OF FORT COLLINS MODIFICATIONS (REV 412000)
indicated in the Contract Documents, or
4.2.3.4. is of an unusual nature, and differs
materially from conditions ordinarily encountered
and generally recognized as inherent in work of
the character provided for in the Contract
Documents; then
CONTRACTOR shall, pwmptly immediately after
becoming aware thereof and before further disturbing
conditions affected thereby or performing any Work in
connection therewith (except in an emergency as
ppecrmitted by paragraph 6.23), notify OWNER and
ENGLNEER in writing about such contention.
CONTRACTOR shall not further disturb sttch conditions
or perform any Work in connection therewith (except as
aforesaid) until receipt of written order to do so.
414. Eh`GIVEER's Review: ENGINEER will
promptly review the pertinent conditions, determine the
necessity of OWNER's obtaining additioral exploration or
tests with respect thereto and advise OWNER in writing
(with a copy to CONTRACTOR) of ENGINEER's
findings and conclusions.
4.15. Possible Contract Docmrents Change: If
ENGINEER concludes that a change in the Contract
Documents is required as a result of a condition that meets
one or more of the categories in paragraph 4.2.3, a Work
Change Directive or a Change Order will be issued as
provided in Article 10 to reflect and document the
consequences of such change.
4.2.6. Possible Price and Times At#urbnents: An
equitable adjustment in the Contract Price 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 cost
of, or time required for performance ot� the Work; subject,
however, to the following:
4.2.6.1. such condition must meet any one or
more of the categories described in
paragraphs 4.2.3.1 through 4.2.3.4, inclusive,
4.2.6.2. a change in the Contract Documents
pursuant to paragraph 4.2.5 will not be an
automatic authorization of nor a condition
precedent to entitlement to any such adjustment;
4.2.6.3. with respect to Work that is paid for
on a Unit Price Basis, any adjustment in Contract
Price will be subject to the provisions of
paragraphs 9.10 and 11.9; and
4.2.6.4. CONTRACTOR shall not be entitled
to any adjustment in the Contract price or Times
4.2.6.4.1. CONTRACTOR knew of
the existence of such conditions at the
time CONTRACTOR made a final
commitment to OWNER in respect of
Contract Price and Contrast Times by the
submission of a bid or becoming bound
under a negotiated contract, or
42642 the existence of such
condition could reascriably have been
discovered or revealed as a result of any
examination, investigation, exploration,
test or study of the site and contiguous
areas required by the Bidding
Requirements or Contract Documents to be
conducted by or for C01 TRACTOR prior
to CONTRACTORS making such final
commitment, or
42.6.4.3. CONTRACTOR failed to
give the written notice within the time and
as required by paragraph 42.3.
If OWNER and CONTRACTOR are unable to agree on
entitlement to or as to the amount or length of any such
equitable adjustment in the Contract Price or Contract
Times, a claim may be made therefor as provided in
Articles 1 I and 11 However, OWNER, ENGINEER and
ENGINEERs Consultants shall not be liable to
CONTRACTOR for any claims• costs, losses or damages
sustained by CONTRACTOR on or in co rtection with any
other project or anticipated project.
4.3. Physical Conditions —Underground Facilities:
4.3.1. Shown orindicated• 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 an information and data
furnished to OWNER or ENGINEER by the owritas of
such Underground Facilities or by others Unless it is
otherwise expressly provided in the Supplementary
Conditions:
4.3.1.1. OWNER and ENGINEER shall not be
responsible for the accuracy or completeness of any
such information or data; and
4.3.1.2. The cost of all of the following will be
included in the Contract Price and CONTRACTOR
shall have full responsibility for: (i) reviewing and
checking all such information and data, (n) locating
all Underground Facilities shown or indicated in the
Contract Documents,(iii) coordination of the Work
with the owners of such Underground Facilities
during construction, and (iv) the safety and
protection of all such Underground Facilities as
provided in paragraph 6.20 and repairing any
damage thereto resulting from the Work.
4.3.2. Not Shown or Indicated- If an Underground
Facility is uncovered or revealed at or contiguous to
the site which was not shown or indicated in the
Contract Documents, CONTRACTOR shall, pra$tptly
immediately after becoming aware thereof and before
further disturbing conditions affected thereby or
performing any Work in connection therewith (except
in an emergency as required by paragraph 6.23),
identify the owner of such Underground Facility and
EJCDC GENERAL CONDITIONS 1910.8 (1990 Edtim)
wt CITY OF FORT COLLIN5 MODIFICATIONS (REV 4,12000)
give written notice to that owner and to OWNER and
ENGINEER. ENGINEER will promptly review the
Underground Facility and determine the extent, if
any, to which a change is required in the Contract
Documents to reflect and document the consequences
of the existence of the Underground Facility. If
ENGINEER concludes that a change in the Contract
Documents is required, a Work Change Directive or a
Change Order will be issued as provided in Article 10
to reflect and document such consequences. During
such time, CONTRACTOR shall be responsible for
the safety and protection of such Underground
Facility as provided in paragraph 6.20.
CONTRACTOR 10 be allowed an increase in
the Contract Rice or an extension of the Contract
Times, or both, to the ea -tent that they are attributable
to the existence of any Underground Facility that was
not shown or indicated in the Contract Documents
and that CONTRACTOR did riot know of and could
not reasonably have been ex to be aware of or
to have anticipated If OWNER and CONTRACTOR
are unable to agree on entitlement to or the amount or
length of any such adjustment in Contract Price or
Contract Tines, CONTRACTOR may make a claim
therefor as provided in Articles 11 and 12. However,
OA ER, ENGINEER and ENGINEERS
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 Pointe:
4.4. OWNER shall provide engineering surveys to
establish reference points for construction which in
ENGINEERS judgment are necessary to enable
CONTRACTOR to proceed with the Work.
CONTRACTOR shall be responsible for laying out the
Wort., shall protect and preserve the established reference
points and shall make no changes or relocations without
the prior written approval of OWNER- CONTRACTOR
shall report to ENGINEER whenever any reference point
is lost or destroyed or requires relocation because of
necessary changes in grades or locations, and shall be
responsible for the accurate replacement or relocation of
such reference points by professionally qualified
personnel.
A.S. Asbestos, PCBs, Petroleum, Hazardous Waste or
Radioactive Material:
4.5A. 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 t]ne site. OW NFR shall not be responsible for any
such materials brought to the site by
CONTRACTOR, Subcontractors, Suppliers or
anyone else for whom CONTRACTOR is
responsible.
:-{t}�teP ell
in an am "ency
OIMNER suoh
.oh a fl _a am ..I .,w_. h.•., ,.L"..:.,_a
tte, and delivered to
that %wh Geaditiant net 811y-11ft' aren-isar�been
spxsi€yingany speoial cond'hens 'under which such
CON? RAGI
to be FeStER
t#perty tmay-atako-a Florin t#teraiar�s prevwded-in
-VTW. t ,. , . .... . .
L. ..
e
3 ,. M•
ot
N
EJCDC OENF(AL CONDITIOVS t91O-S II99O Eft4m)
w! U TY OF FORT C OLLI N'S MODIFICATIONS (REV J 1QOO)
ARTICLE S -BONDS AND INSURANCE
Performance, Payment and Other Bondr.
5.1, CON'TRACTOR shall furnish Performance and
Payment Bolds, each in an amount at least equal to the
Contract Price as security for the faithful performance and
payment of all CONTRACTOR's obligations under the
Contract Documents. These Bonds shall remain in effect
at least until one year after the date when final payment
becomes due, except as provided otherwise byy Laws or
Regulations or by the Contract Documents.
CONTRACTOR shall also furnish such other Bolds as
are required by the Supplementary Conditions. All Bonds
shall be in the form prescribed by the Contract Documents
except as provided otherwise by Laws a Regulations and
shall be executed by such sureties as are named in the
current list of "Companies Holding Certificates of
Authority as Acceptable Sureties on Federal Bonds and as
Acceptable Reinsuring Companies" as published in
Circular 570 (amended) by the Audit 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 arty Bond famished 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; Certificates 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 inswanoe policies
for the limits and coverages so required Such surety
and insurance companies shall also meet such
additirml 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
OWNER or any other additional insured) which
CONTRACTOR is required to purchase and maintain
in accordance with paragraph 5.4. 9W4 -AaR
C'OATR4C'TOR's Liability Insurance:
54 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 Supplier, or by anyone directly or
indirectly employed by any of them to perform or furnish
any of the Work, or by anyone for whose acts any of them
may be liable:
5.4.1. claims under workers' compensation, disability
benefits and other similar employee benefit acts;
5.42. claims for damages because of bodily injury,
occupational sickness or disease, or death of
CONTRACTOR's employees;
5.4.3 claims for damages because of bodily injury,
sickness or disease, or death of any person other than
CONTRACTOR's employees,
5 4 # -slei is ter dam- insured-by-vustomary
ink}' re}atedte t#tecvnP}eynient-of:uokt person -by
ethe�reasom
5.4.5. claims for damages, other than to the Work
itself: because of injury to or destruction of tangible
property wherever located, including loss of use
resulting therefrom; and
5.4.6. claims for damages because of bodily injury or
death of any person or property damage arising out of
the ownership, maintenance or use of any motor
vehicle.
The policies of insurance so required by this paragraph 5.4
to be purchased and maintained shall:
5.4.7with respect to ins u nice required by
paragraphs 5.4.3 through 5.4.6 inclusive and 5.4.9,
include as additional insureds (subject to any
customary exclusion in respect of professional
liability), OWNER. EINGLNEER, ENGLNEER's
Consultants and any other persons or entities identified
in the Supplementary Conditions, all of whom shall be
listed as additional insureds, and include coverage for
the respective officers and employees of all such
additional insureds;
5.4.8. include the specific coverages and be written
for not less than the limits of liability provided in the
Supplementary Conditions or required by Laws or
Regulations, whichever is greater,
5.4.9. include completed operations insurance;
EXDC OENEM COMITIONS 19105 (1990 E6tim)
w/CITY OF FORT COLUM. MODIFICATIONS (REV 42000)
5.4.1 b. include contractual liability insurance
covering CONTR.,kCTOR's indemnity obligations
under paragraphs 6.12, 6.16 and 631 through 633;
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);
54.12. remain in effect at least until final payment
and at all times thereafter when CONTRACTOR Wmor
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 lei two
years after final payment (and CONTRACTOR shall
furnish OWNER and each other additional insured
identified in the Supplementary Conditions to whom
a certificate of insurance has been issued evidence
satisfactory to OWNER and any such additional
insured of continuation of such insurance at final
payment and one year thereafter).
097VER's Liability Insurance:
5.5. In addition to insurance required to be provided
by CONTRACTOR under paragraph 5.4, OWNER at
OWNER's option, may purchase and maintain at
OWNER's expense OWNBR's own liability insurance as
will protect OWNER against claims which may arise from
operations under the Contract Documents.
Property Insurance:
�:Cr—k1n
OWOOf sUbjest--te-sit
SwF - -
Ragitlatiens}. T#tis instaeneardtall:
y r100
v %V!t.
�,/r...1�ri•� �.�ir,• �\'ate001-0.
Risk "all of
leeA
BM eqUipffierAslefedfitdV Silo
t-etx�t�teF- Fhet �uas agtea -Ee tit r atng-by
Fw9vided that suGh fnatemis have-�eer3
by E 4GU TER, arxi
ex-eff;wt until final P"erA
theme} �ay�'-uiitte»--aetlf e"ta
acl`
i%dee ed . tfit2s..v1"B — --.--�3C"fit—sted89
a _
......_ .. .. ... ... ...
Y V
5.9. OWNER shall not be responsible for purchasing
and maintaining any property umzancc to protect the
interests of CONTRACTOR Subcontractors or others In
-ef
any of _BP@Ftl!' -UMMANWO
f1M1[4}4xpePm.
O E1CDC GENERAL CONDITIONS 1910-8 (1990 &titian)
wt Ci TY OF FORT COLLINS MODIFICATIONS (REV 412000)
MA *044AM
1�`ISe�Y��137!�fi.Tfl`III� 7r�_ jR}YFl
3 3
N. •..
•t'
3
.. 9 :.�. • • . II • • C' •..
+r. a w . w .. a l%I Y
Receipt andApplication oflnsuranceProceeds:
5.12. Any insured loss under the policies of insurance
required by paragraphs 5.6 and 5.7 will be adjusted with
OWNER and made payable to OWNER as fiduciary for the
insureds, as their interests may appear, subject to the
requirements of any applicable mortgage clause and of
paragraph 5.13. OWNER shall deposit in a separate
account any morn so received, and shall distribute it in
accordance with such agreement as the parties in interest
may reach. If no other special agreement is reached the
damaged Work shall be repaired or replaced, the moneys so
received applied on account thereof and the Work and the
cost thereof covered by an appropriate Change Order or
Written Amendment.
5.13. OWNER as fiduciary shall have power to adjust
and settle any loss with the insurers unless one of the
parties in interest shall object in writingg within fifteen days
after the occurrence of loss to OWNER's exercise of this
power. If such objection be made, OWNER as fiduciary
shall make settlement with the insurers in accordance with
such agreement as the parties in interest may reach If no
such agreement among the parties in interest is reached,
OWNER as fiduciary shall adjust and settle the loss with
the insurers
}rater bond for- the
Acceptance of Bonds and Insurance; Option to Replace:
5,14, If
OWNER has any objection to the coverage afforded by or
other provisions of the $ends er insurance required to be
purchased and maintained by the 11
pe
CONTRACTOR in accordance with Article 5 on the basis
of non-conformance with the Contract Documents. the
OWNER will
IlQq CONTRAQJQR in writing within ten sett days
after reeeipt deldeliv of the certificates (4-oitef-eAdeme
retested) to QBJMLz required by paragaph 2.7.
ethtar
prev+lecf-es-tha-e*er- V
Fan'to'�cxs•-not-pHre�sse-ea-msir�� erfF ef-�e- $ands-arrd
+ruranca-t••egtt red e� suukr'- poky >yY-#ha--'£ ettFr asi
writingof in
of the
OF Of SU6h
er-rerreedy. 4he-etTre gsrty 3ney elm te�abte}rriv�k�t
ttrpreEeeE tile
--3— tPrieeaeeortltrigly:
Partial Utitization-PropeMInsurance:
5.15. If OWNER finds it necessary to occupy or use a
portion or portions of the Work prior to Substantial
EXM GE1ORAL CONDITION31910S (1990 E ttim)
w/ CITY OF FORT COLUM MODiFICATTONS O(EV 4P_000)
Completion of all the Work, such use or occupancy may
be accomplished in accordance with paragraph 14.I0,
pruvided 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
RESPONSIMLITIES
Supervision and Superintendence:
6.1. CONTRACTOR shall supervise, inspect and
direct the Work competently and efficiently, devoting
such attention thereto and applying such skills and
expertise as may be necessary to perform the Work in
accordance with the Contract Wctmtents-
CONTRACTOR shall be solely responsible for the means,
methods, techniques, sequences and procedures of
construction, but CONTRACTOR shall not be responsible
for the negligence of others in the design or specification
of a specific means, method, technique, sequence or
procedure of construction which is shown or indicated in
and expressly required by the Contract Documents.
CONTRACTOR shall be responsible to see that the
completed Work complies accurately with the Contract
Documents.
6.2. CONTRACTOR shall keep on the Work at all
times during its progress a competent resident
superintendent, who shall not be replaced without written
notice to OWNER and hNI GINFEIIR 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:
63. CONTRACTOR shall provide competent,
suitably qualified personnel to survey, lay out and
construct the Work as required by the Contract
Documents, CONTRACTOR shall at all times maintain
good discipline and order at the site. Except as otherwise
required for the safety or protection of persons or the
Work or property at the site or adjacent thereto, and
except as otherwise indicated in the Contract documents,
all Work at the site shall be performed during regular
working hours and CONTRACTOR will not permit
overtime work or the performance of Work on Saturday,
Sunday or any legal holiday without OWNERs written
consent given after prior written notice to ENGINEER
CONTRACTOR shall submit requests to the ENGUEER
no less than 48 hours in advance of arty Work to be
performed on Saturday, Sunday, Holidays or outside the
Regular Waking Hours.
6.4. unless otherwise specified in the General
Requirements, CONTRACTOR shall furnish and assume
full responsibility for all materials, equipment, labor,
transpcxtanon, construction equipment and machinery,
tools, appliances, fuel. power, light, hest telephone, water,
sanitary facilities, temporary facilities and all other
facilities and incidentals necessary for the furnishing,
performance, testing, start-up and completion of the Work.
6.4.1. Purchasir Restrictions. CONTRACTOR
must commonly with the Citv's purchasing restrictions. A
copy of the resolutions arc available for review in the
offices... of the _Purchasing_. and Risk Management
Division or the Citv Clerk's office.
6.4.2. Cement Restrictions: City of Fort Collins
Resolution 91-121 requires that suppliers and producers
of cement or products containing cement to certify that
the cement was not made in cement kilns that bum
hazardous waste as a fuel.
6.5. All materials and equipment shall be of good
rquality and new, except as otherwise provided in the
ontmct Documents. All warranties and guarantees
specifically called for by the Specifications shall expressly
run to the benefit of OWNER if required by ENGINEER,
CONTRACTOR shall furnish satisfactory evidence
(including reports of required tests) as to the kind and
quality of materials and equipment. All materials and
equipment shall be applied, installed, connected, erected,
used cleaned and conditioned in accordance with
instructions of the applicable Supplier, except as otherwise
provided in the Contract Documents.
Progress Schedule:
6.6. CONTRACTOR shall adhere to the progress
schedule established in accordance with paragraph 2.9 as it
may be adjusted from time to time as provided below:
6.6.1. CONTRACTOR shall submit to ENGINEER
for acceptance (to the extent indicated in
paragraph2.9) 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 any provisions of the General
Requirements applicable thereto.
6.62. Proposed adjustments in the progress schedule
that will change the Contract Times (or Milestones)
shall be submitted in accordance with the requirements
of paragraph 12A. Such adjustments may only be
made by a Change Order or Written Amendment in
accordance with Article 12.
6.7. Substitutes and "Or -Equal" Items:
6.7.1. Whenever an item of material or equipment is
specified or described in the Contract Documents by
using the name of a proprietary item or the name of a
Particular Supplier, the specification or description is
untended to establish the type, function and quality
required. Unless the specification or description
VCDC OENUkAL CONDITIONS 1910-8 (1990 EMon)
w/ C1TY OF FORT COLLINS MODIFICATIONS (REV 4n_000)
contains cc is followed by words reading that no like,
equivalent or "or -equal" item or no substitution is
permitted, other items of material or equipment or
material or equipment of other Suppliers may be
accepted by ENGINEER under the following
circumstances:
6.7.1.1. "Or -Equal". If in ENGINEER's sole
discretion an item of material or equipment
proposed by CONTRACTOR is functionally
equal to that named and sufficiently similar so that
no change in related Work will be required, it may
be considered by ENGINEER as an "or -equal"
item, in which case review and approval of the
proposed item may, in ENG NEER's sole
discretion, be accomplished without compliance
with some or all of the requirements for
acceptance ofproposed substitute items.
6.7.1.2. Substitute Items: If in ENGINEER's sole
discretion an item of material or equipment
proposed by CONTRACTOR does not qualify as
an "or -equal" item under subparagraph 6.7.1.1, it
will be considered a proposed substitute item.
CONTRACTOR shall submit sufficient
information as provided below to allow
ENGINEER to 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 not be accepted by
ENGINEER from anyone other than
CONTRACTOR. If CONTRACTOR wishes to
furnish or use a substitute item of material or
equipment, CONTRACTOR shall first make
written application to ENGINEER for acceptance
thereof, certifying that the proposed substitute will
perform adequately the functions and achieve the
results called for by the general design, be similar
in substance to that specified and be suited to the
same use as that specified The application will
state the extent if any, to which the evaluation
and acceptance of the proposed substitute will
prejudice CONTRACTOR's achievement of
Substantial Completion on time, whether or not
acceptance of the substitute for use in the XVork
will require a change in any of the Contract
Documents (or in the provisions of any other
direct contract with OWNER for work on the
Project) to adapt the design to the proposed
substitute and whether or not incorporation or use
of the substitute in connection with the Work is
subject to payment of any license fee or royalty.
All variations of the proposed substitute from that
specified will be identified in the application and
available maintenance, repair and replacement
service will be indicated. The application will
also contain an itemized estimate of all costs or
credits that will result directly or indirectly from
acceptance of such substitute, including costs of
redesign and claims of other contractors affected
by the resulting change,, all of which will be
considered by ENGWEER in evaluating the
proposed substitute. ENGINEER may require
CONTRACTOR to famish additional data ehout
the proposed substitute.
6.7.1.3. CONTRACTOR's Expanse: All data to be
provided by CONTRACTOR in support of any
proposed "or -equal" or substitute item will be at
CONTRACTOR's expense.
6.7.2. Substitute Construction Methods or
Procedures: If a specific means, method technique,
sequence or procedure of construction is shown or
indicated in and expressly required by the Contract
Documents, CONTRACTOR may famish or utilize a
substitute means, method, technique, sequence or
procedure of construction acceptable to ENGINEER.
CONTRACTOR shall submit sufficient information to
allow ENGINEER in ENGINEER's sole discretion, to
determine that the substitute proposed is equivalent to
that expressly called for by the Contract Documents.
The procedure for review by ENGINEER will be
similar to that provided in subparagraph 6.7.1.2
6.7.3. Engineer's Evuivation: ENGINEER will be
allowed a reasonable time within which to evaluate
each proposal or submittal made pursuant to
paragraphs 6.7.1.2 and 6.7.2, ENGINEER will be the
sole judge of acceptability. No "a -equal" or
substitute will be ordered, installed or utilized without
ENGINEER's prior written acceptance which will be
evidenced by either a Change Order or an approved
Shop [hawing. OWNER may require
CONTRACTOR to furnish at CONTRACTOR's
expense a special performance guarantee or other
surety with respect to any "or -equal" or substitute.
ENGINEER will record time required by
ENGINEER and ENGI NEER's Consultants in
evaluating substitutes proposed or submitted by
CONTRACTOR pursuant to paragraphs 6.7.1.2 and
6.7.2 and in making changes in the Contract
Documents (or in the provisions of any other direct
contract with OWNER for work on the Project)
occasioned thereby. Whether or not ENGINEER
accepts a substitute item so proposed or submitted by
CONTRACTOR CONTRACTOR shall reimburse
OWNER for the charges of ENGINEER and
ENGINEER's Consultants for evaluating each such
proposed substitute item.
6.8. Concerning Subcontractors, Suppliers and
fhhers:
6.8.1. CONTRACTOR shall not employ any
Subcontractor, Supplier or other person or organization
(including those acceptable to OWNER and
ENGINEER as indicated in paragraph 6.8.2), whether
Initially or as a substitute, against whom OWNER or
ENGINEER may have reasonable objection
CONTRACTOR shall not be required to employ any
Subcontractor, Supplier or other person or organization
to famish or perform any of the Work against whom
CONTRACTOR has reasonable objection.
ElCDC OENERe1L CONDITIONS 1910 4 (1990 E(itim)
w/ CITY OF FORT ODLLINS MODIFICATIONS OtEV 412000)
62
CONTRACTOR shall perform not less than 20
percent of the Work with its own faces (that is,
without subcontractina). The 20 percent requirement
shall be understood to refer to the Wak the value of
which totals not less than ^_• 0 Dercent of the Contract
Price
6.8.2. $_ iddint
Documents require the identity of certain
Subcontractors, Suppliers or other persons or
organizations (including those who are to furnish the
Principal items of materials or equipment) to be
submitted to OWNER in-advenee- a€ the-s otf�ed
dens prior to the Effective Date of the Agreement fa
acceptance by OWNER and ENGINEER—arA-if
accordance -with- tht- Supplementary Conditions,
OWNERs or ENGINEER's acceptance (either in
writing a by failing to make written objection thereto
by the date indicated for acceptance or objection in
the bidding documents or the Contract Documents) of
any SupplieF err- ogw-person-er
be
basis of nwscr>able objection after due investigation
xeeeptalxle ti""-the (?caitrac t Erie -will be
suety subs£i&tEior� end-runt-eppregrieta EitaAge 8rder
constitute a condition of the Contract regniring the
use of the named subcontractors suppliers or other
persons or organization on the Work unless prior
written approval is obtamd from OWNER and
ENGINEER. No acceptance by OWNER or
ENGINEER of any such Subcontractor, Supplier or
other person or organization shall constitute a waiver
of any right of OWNER or ENGINEER to reject
defective Work.
69.1. CONTRACTOR shall be fully responsNe to
OWNER and ENGINEER for all acts and omissions
of the Subcontractors, Suppliers and other persons
and organizations performing or furnishing any of the
Work under a direct or indirect contract with
CONTRACTOR just as CONTRACTOR is
responsible for CONTRACTOR's own acts and
omissions. Nothing in the Contract Documents shall
create for the benefit of any such Subcontractor,
Supplier or other person or organization any
contractual relationslup between OWNER. or
ENGINEER and any such Subcontractor, Supplier or
other person or organization, no shall it create any
obligation on the part of OWNER or ENGINEER to
pay or to see to the payment of any moneys due any
such Subcontractor, Supplier or other person or
organization except as may otherwise be required by
Laws and Regulations. OWNER or ENGINEER may
furnish to any subcontractor, supplier or other person
or organization evidence of amounts. paid to
CONTRACTOR in accordance with
CONTRACTOR'S "Applications for Payment".
13
Concrete Pavement Association (ACPA). Based on the Larimer County standards, full depth asphalt
pavement sections are generally not used within the City of Fort Collins limits. The calculated minimum
required composite pavement section was less than the Larimer County default composite pavement
section for four lane arterial roadways, shown in the following table. Software printouts are in the Appendix.
Pavement Section
New Pavement —
Composite Section
Alternative Section
Minimum Thickness of
New HMAP (inches)
6'/z
Thickness of New
Class 6 ABC (inches
15
12
The pavement cores drilled near the Drake and Shields intersection encountered a composite
pavement section consisting of approximately 11'/4 inches to 12 inches of asphalt on a layer of aggregate
base course. A functional overlay (mill at least 2 inches of the existing asphalt and replace with new
asphalt), may be considered for the transitional zone between the new pavements and the existing
pavements. Functional overlays provide temporary ride quality improvements with minimal extension of the
design life.
Hot Mix Asphalt Pavement (HMAP): HMAP should consist of a bituminous plant mix composed
of a mixture of aggregate and bituminous material that meets the requirements of a job -mix formula
established by a qualified engineer in accordance with the Larimer County standards. The following mix
types are suggested for asphalt pavements:
Top Layer (2 inches thick) ....................... Grading S (75) PG64-28
Lower Layers >2 inches below surface.... Grading S (75) PG58-28
Aggregate Base Course (ABC): ABC material should meet CDOT specifications for Class 5 or
Class 6 aggregate base course and have a minimum R-value of 72. The material should be placed and
compacted in accordance with the standard specifications. The aggregate base course for the new
pavement should be continuous with the old aggregate base course to facilitate drainage and help prevent
the accumulation of water beneath the pavement.
Subgrade Preparation: Old pavement, debris, and any otherwise unsuitable materials should be
removed from the pavement subgrade and replaced with soils meeting the minimum strength requirements.
Drake and Shields Intersection Improvements — Fort Collins, Colorado GEOCAL
Subsurface Exploration and Pavement Design - G14.1565.000 Page 9 of 11
6.9.2. CONTRACTOR shall be solely responsible
for scheduling and coordinating the Work of
Subcontractors, Suppliers and other persons and
organizations performing or furnishing any of the
Work under a direct or indirect contract with
CONTRACTOR CONTRACTOR shall require all
Subcontractors, Suppliers and such other peens and
organizations performing or furnishing any of the
Work to communicate with the ENGINEER through
CONTRACTOR
6.10. The divisions and sections of the Specifications and
the identifications of any Drawings shall not control
CONTRACTOR in dividing the Work among
Subcontractors or Suppliers or delineating the Work to be
performed by any specific trade.
6.11. All Work performed for CONTRACTOR by a
Subcontractor or Supplier will be pursuant to an
a nate agreement between CONTRACTOR and the
S�rtractor or Supplier which specifically binds the
Subcontractor or Supplier to the applicable terms and
conditions of the Contract Documents for the benefit of
OWNER and E GMER. Whenever -arty such agreement
mcI1Eiesarl-irnsured orr -pro ided-in
F;E3�r"TR�C-�'�-�trttl-the-SaEweRtrec�tar-or-Suppliar-will
all oth
arising et+t ef-0r resulting from err c3€the perilgeaveredd key
Xk.eri any-such-pelieies -rquire
Patent Fees and Rnpaltles:
6.12. CONTRACTOR shall pay all license fees and
royalties and assume all coats incident to the use in the
performance of the Work or the incorporation in the Work
of any invention, design, process, product or device which
is the subject of patent rights or copyrights held by others.
If a particular invention, design, process, product or device
is specified in the Contract Documents for use in the
performance of the Work and if to the actual knowledge of
OWNER or ENGINEER its use is subject to patent rights
or copyrights calling for the payment of any license fee or
royalty to others, the existence of such rights shall be
disclosed by OWNER m the Contract Documents. To the
fullest extent permitted by Laws and Regulations
CONTRACTOR shall indemnify and hold harmless
OWNER, ENGINEER, ENGINEER's Consultants and the
officers, directors, employees, agents and other consultants
of each and any of them from and against all claims, costs,
losses and damages arising out of or resulting from any
infringement of patent rights or copyrights incident to the
use in the performance of the Work or from the
incorporation in the Work of any invention, design,
process, product or device not specified in the Contract
Ikxuments
EJCDC 0ENEFAL CONDITIOM 19104 (1990 Ecttion)
14 ore! CITY OF FORT COLLINS MODIFICATIONS (REV 4/2_000)
Permits;
6.13. Unless otherwise provided in the Supplementary
Conditions, CONTRACTOR shall obtain and pay for all
construction permits and licenses. OWNER shall assist
CONTRACTOR, when necessary, in obtaining such
permits and licenses. CONTRACTOR shall pay all
goverinettal 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, of the
Effective Date of the Agreement. CONTRACTOR shall
pay all charges of utility owners for connections to the
Work, and OWNER shall pay all charges of such utility
owners for capital costs related thereto such as plant
investment fees.
6.14. Laws and Regulations:
6.14.1. CONTRACTOR shall give all notices and
comply with all Laws and Regulations applicable to
furnishing and performance of the Work. Except
where otherwise expressly required by applicable
Laws and Regulations, neither OWNER nor
ENGINEER shall be responsible for monitoring
CONTRACTOR's compliance with any Laws or
Regulations.
6.14.2. If CONTRACTOR performs any Work
knowing or having reason to know that it is contrary
to Laws or Regulations, CONTRACTOR shall bear
all claims, costs, losses and damages caused by,
arising out of ar resulting therefrom; however, it shall
not be CONTR.ACTOR's primary responsibility to
make certain that the Specifications and Drawings are
in accordance with Laws and Regulations, but this
shall not relieve CONTRACTOR of
CONTRACTOR's obligatiorts under paragraph 3.3.2.
Tares:
6.15. CONTRACTOR shall pay all sales, consumer,
use and other similar taxes required to be paid by
CONTRACTOR in accordance with the Laws and
Regulations of the place of the Project which are
applicable during the performance of the Work.
6.15.1. OWNER is exempt from Colorado State and
local sales and use taus on materials to be
permanently incorporattd into the project. Said taxes
shall not be included in the Contract Price.
Address:
Colorado Deaartment of Revenue
State Capital Aitmx
1375 Sherman Street
Denver. Coloado• 80261
Sales and Use Taxes fog the State of Colorado,
Regional Transportation District (R.TD) and certain
Colorado counties are collected by the State of
Colorado and are included in the Certification of
Exemption.
All amlicable Sales and Use Taxes (including State
collected taxes} on any items other than construction
and building materials physically incorporated into the
a ect_are__to_be_�m dot CONTRACTOR and are to
included m amooriate bid items.
Use ofrr'remiser
6.16. CONTRACTOR shall confine construction
equipment, the storage of materials and equipment and the
operations of workers to the site and land and areas
identified in and permitted by the Contract Documents and
other land and areas permitted by Laws and Regulations,
right f-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 arty claim be
made by any such owner or oecueant because of the
performance of the Work, CONTRACTOR shall promptly
settle with such other parry by negotiation or otherwise
resolve the claim by arbitration or other dispute resolution
proceeding or at law. CONTRACTOR shall, to the fullest
Latent permitted by Laws and Regulations indemnify and
hold harmless OWNER, ENGINEER ENGINEERs
Consultant and anyone directly or indirectly employed by
anv 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. ENGIIdEER or any other party
indemnified hereunder to the dent caused by or based
upon CONTRACTOR's performance of the Work.
6,17, During the progress of the Work. CONTRACTOR
shall keep the premises free from accumulations of waste
materials, rubbish and other debris resulting from the
Work. At the completion of the Work CONTRACTOR
shall remove all waste materials, rubbish and debris from
and about the premises as well as all tools, appliances,
construction equipment and machinery and surplus
materials. CONTRACTOR shall leave the site clean and
ready for occupancy by OWNER at Substantial
Completion of the Work CONTRACTOR shall restore to
original condition all property not designated for alteration
by the Contract Documents.
6.18. CONTRACTOR shall not load nor permit any part
of env structure to be loaded in any mariner 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 Documeno.-
EJCDC GENERAL CONDITIONS 1910.8 (1990 Edtim)
wf CITY OF FORT COLLINS MODIFICATIONS %FV 412000)
6A9. CONTRACTOR shall maintain in a safe place at
the site one record copy of all Drawings, Specifications,
Addenda, Written Amendments, Change Orders, Work
Change Directives, Field Orders and written
interpretations and clarifications (issued pursuant to
paragraph 9.4) in good order and annotated to show all
changes made during construction. These record
documents together with all approved Samples and a
counterpart of all approved Shop Drawings will be
available to ENGINEER. for reference Upon completion
of the Work, and prior to release of final payment, these
record documents, Samples and Shop Drawings will be
delivered to E14GLNEER for OWNER.
Safety and Protertion:
6.20. CONTRACTOR shall be responsible for
initiating, maintaining and supervising all safety
precautions and programs in connection with the Work.
CONTRACTOR shall take all necessary precautions for
the safety of and shall provide the necessary protection to
prevent damage, injury or loss to:
6.20.1. all persons on the Work site or who may be
affected by the Work;
6.20.2. all the Work and materials and equipment to
be incorporated therein, whether in storage on or off
the site; and
6.20.3. other property at the site or adjacent thereto,
including trees, shrubs, lawns, walks, pavements,
roadways, structures, utilities and Underground
Facilities not designated for removal, relocation or
replacement in the course of construction.
CONTRACTOR shall comply with all applicable Laws
and Regulations of any public body having jurisdiction for
safety of persons or property or to protect them from
damage, injury or loss; and shall erect and maintain all
necessary safeguards for such safety and protection.
CONTRACTOR shall notify owners of adjacent property
and of Underfound Facilities and utility owners when
prosecution of the Work may affect them, and shall
cooperate with them in the protection, removal, relocation
and replacement of their property. All damage. injury or
loss to any property referred to in paragraphs 6.20.2 or
6.20.3 caused, directly or indirectly, in whole or in part, by
CONTRACTOR, any Subcontractor, Supplier or any
other parson or organization directly or indirectly
employed by any of them to perform or furnish any of the
Wok 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
ENGINEERs Consultant or anyone employed by any of
them or anyone for whose acts any of them may be liable,
and not attributable, directly or indirectly, in whole or in
part, to the fault or negligence of CONTRACTOR or any
Subcontractor, Supplier or other person or organization
directly or indirectly employed by any of them).
CONTRACTORS duties and responsibilities for the safety
and protection of the Work shall continue until such time
as all the Work is completed and ENGINTEER has zzued a
notice to OWNER and CONTRACTOR in accordance
with paragraph 14.13 that the Work is acceptable (e-tcept as
otherwise expressly provided in connection with
Substantial Cornpletum).
ri.21. Safe); Representative:
CONTRACTOR shall designate a qualified and
experienced safety representative at the site whose duties
and responsibilities shall be the prevention of accidents and
the maintaining and supervising of safety precautions and
programs.
Hazard Communication Programs:
6.22. CONTRACTOR shall be responsible for
coordinating any exchange of material safety data sheets or
other hazard communication information required to be
made available to or exchanged between or among
employers at the site in accordance with Laws or
Regulations.
Emergencies:
6.23, In emergencies affecting the safety or protection of
persons or the Work or property at the site or adjacent
thereto, CONTRACTOR, without special instruction or
authorization from OWNER or ENGINEER, is obligated to
act to prevent threatened damage, injury or loss.
CONTRACTOR shall give ENGINEER prompt written
notice if CONTRACTOR believes that any significant
changes in the Work or variations from the Contract
Documents have been caused thereby. If ENGINEER
determines that a change in the Contract Documents is
required because of the action taken by CONTRACTOR in
response to such an emergency, a Work Change Directive
or Change Order will be issued to document the
consequences of such action
6.24. Shop Drawings and Samples:
6.24.1. CONTRACTOR shall submit Shop Drawings
to ENGINEER for review and approval in accordance
with the accepted schedule of Shop Drawings and
Sample subtittals (see paragraph 2.9). All submittals
will be identified as ENGINEER may require and in
the number of copies specified is the General
Requirements. The data shown on the Shop Drawings
will be complete with respect to quantities,
dimensions, specified performance and design criteria,
materials and similar data to show ENGINEER the
materials and equipment CONTRACTOR proposes to
provide and to enable ENGINEER to review the
information for the limited purposes required by
paragraph 626.
6.242. 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
VCDC GEidRAL CON•DIT1OM 1910-8 (1990 Edition)
16 w/ CITY OF FORT COLIINS MODIFICATIONS (REV 4R000)
purposes required by paragraph 6.26. The numbers
of each Sample to be submitted will be as specified in
the Specifications.
6.25. .Submidal Procedures:
6.25.1. Before submitting each Shop Drawing or
Sample. CONTRACTOR shall have determined and
verified:
625.1.1. all field measurements, quantities,
dimensions, specified performance criteria,
installation requirements, materials catalog
numbers and similar information with respect
thereto,
6.25.1.2. all materials with respect to untended
use, fabrication, shipping, handling, storage,
assembly and installation pertaining to the
performance of the Work, and
6.25.1.3. all information relative to
CONTRACTOR's sole responsibilities in respect
of means, methods, techniques, sequences and
procedures of construction and safety precautions
and programs incident thereto.
CONTRACTOR shall also have reviewed and
coordinated each Shop Drawing or Sample with other
Shop Drawings and Samples and with the
requirements of the Work and the Contract
Documents.
6.25.2. Each submittal will bear a stamp or specific
written indication that CONTRACTOR has satisfied
CONTRACTOR's obligations under the Contract
Documents with respect to CONTRACTOR's review
and approval of that submittal
6.25.3. At the time of each submission,
CONTRACTOR shall give ENGINEER specific
written notice of such variations, if any, that the Shop
Drawing or Sample submitted may have from the
requirements of the Contract Documents, such notice
to be in a written communication separate from the
submittal; and, in addition_ shall cause a specific
notation to 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. ENGINEE.R's
review and approval will be only to determine if the items
covered by the submittals will, after installation or
incorporation in the Work, oonform to the information
given in the Contract Documents and be compatible with
the design concept of the completed Project as a
functioning whole as indicated by the Contract
Documents. ENGINEER's review and approval will not
extend to means, methods, techniques sequences or
procedures of construction (except where a particular
means, method, technique, sequence or procedure of
construction is specifically and expressly called for by the
Contract Documents) or to safety precautions or programs
incident thereto. The review and approval of a separate
item as such will not indicate approval of the assembly in
which the item functions. CONTRACTOR shall make
corrections required by ENGINEER and shall return the
required number of corrected copies of Shop Drawings and
submit as required new Samples for review and approval.
CONTRACTOR shall direct specific attention in writing to
revisions other than the corrections called for by
ENGINEER on previous submittals.
6.27. ENGINEER's review and approval of Shop
Drawings or Samples shall not relieve CONTRACTOR
from responsibility for any variation from the requirements
of the Contract Documents unless CONTRACTOR has in
writing called ENGINEER's attention to each such
variation at the time of submission as required by
paragraph 6.25.3 and ENGINNEER 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 625.1.
6.28. Where a Shop Drawing or Sample is required by
the Contract Documents or the schedule of Shop Drawing
and Sample submissions accepted by ENGINEER as
required by paragraph 2.9, any related Work performed
prior to ENGINEER's review and approval of the pertinent
submittal will be at the sole expense and responsibility of
CONTRACTOR.
Continuing the Work:
6.29. CONTRACTOR shall carry on the Work and
adhere to the progress schedule during all disputes or
disagreements with OWNER. No Work shall be delayed or
postponed pending resolution of any disputes or
disagreements, except as permitted by paragraph 15.5 or as
OWNER and CONTRACTOR may otherwise agree in
writing.
630. CONTRACTOR's General Warranty and
Guarantee;
6.30.1. CONTRACTOR warrants and guarantees to
OWNER, ENGINEER and ENGINEER's Consultants
that all Work will be in accordance with the Contract
Documents and will not be defectme.
CONTRACTOR's warranty and guarantee hereunder
excludes defects or damage caused by:
6.30.1.1. abuse, modification or improper
maintenance a operation by persons other than
CONTRACTOR, Subcontractor or Suppliers; or
6.30.1.2. normal wear and tear under normal
usage.
6.30.2. CONTRACTOR's obligation to perform and
complete the Work in accordance with the Contract
Documents shall be absolute. Nate of the following
will constitute an acceptance of Work that is not in
VCDCOENERAL CONDITIONS 1910.8 (1990 Edotim)
w/ aTY OF FORT COLLINS MODIFICATIONS (REV 4/2000)
accordance with the Contract Documents or a release
of CONTRACTOR's obligation to perform the Work
in accordance with the Contract Documents.
6.30.2.1. observations by ENGINEER,
6.30.2.2. recommendation of any progress or
final payment by ENGINEER,
6.30.2.3. the issuance of a certificate of
Substantial Canpletion or any payment by
OWNER to CONTRACTOR under the Contract
Documents-,
6.30.2.4 use or occupancy of the Work or any
part thereof by OWNER,
6.30.2.5. any acceptance by OWNER or any
failure to do so,
6,30 2.6. any review and approval of a Shop
Drawing or Sample submittal or the issuance of a
notice of acceptability by ENGINEER pursuant
to paragraph 14.13;
6,30.2.7. any inspection, test or approval by
othcrs; or
6,30.2.8. any correction of ciefectiue Work by
OWNER.
Indemnification:
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, employet.— 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
Wale, out
that any such claim, cast, lass or damage.
(i) is attributable to bodily injury, sickness, disease or
death, or to injury to cr 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 orgatuzaticn
directly or indirectly employed by any of them to perform
or furnish any of the Work or anyone for whose acts any
of them may be liable, regardless of whether or not caused
in part by any negligence or omission of a person or entity
indemnified hereunder or whether liability is imposed
upon such indemnified party by Laws and Regulations
regardless of the negligence of any such person or entity.
6.32. In any and all claims against OWNER or
ENGDsTEER or any of their respective consultants, agents,
officers. directors or employees by any employee (or the
survivor or personal representative of such employee) of
CONTRACTOR, any Subcontractor, any Supplier, any
person or organization directly or indirectly employed by
17
any of them to perform or furnish any of the Work or
anyone for whose acts any of them may be liable, the
indemnification obligation under paragraph 6.31 shall not
be limited in any way by any limitation on the amount or
type of damages, compensation or benefits payable by or
for CONTRACTOR or any such Subcontractor, Supplier or
ether person or organization under workers' compensation
acts, disability benefit acts or other employee benefit acts.
6.33. The indemnification obligations of
CONTRACTOR under paragraph 631 shall not extend to
the liability of ENGINEER and �TGINEER's Consultants,
officers, directors, employees or agents caused by the
professional negligence, errors or omissions of any of them.
Sun>ival of Obligations
6.34. All representations, indemnifications, warranties
and guarantees made in, required by or given in accordance
with the Contract Documents, as well as all continuing
obligations indicated in the Contract Documents, will
survive final payment, completion and acceptance of the
Work and termination or completion of the Agreement.
ARTICLE 7--OTHER WORK
Related Work at Site.:
7.1. OWNER may perform other work related to the
Project at the site by OWNER's own forces, or let other
direct contracts therefor which shall contain General
Conditions similar to these, or have other work performed
by utility owners. If the fact that such other work is to be
performed was not noted in the Contract Documents, then.
(i) written notice thereof will be given to CONTRACTOR
prior to starting any such other work and
(ii) CONTRACTOR may make a claim therefor as
provided in Articles 11 and 12 if CONTRACTOR believes
that such performance will involve additional expense to
CONTRACTOR or requires additional time and the parties
are unable to agree as to the amount or extent thereof.
7.2. CONI'RACfOR shall afford each other contractor
who is a party to such a direct ccxntract and each utility
owner (and OWNER, if OWNER is performing the
additional work with OANER'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 other work and shall properly connect
and coordinate the Work with theirs. Unless otherwise
provided in the Contract Documents, CONTRACTOR
shall do all cutting, fitting and retching 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
cuttirng, excavating or otherwise altering their work and
will only cut or alter their work with the written consent of
ENGINEER and the others whose work will be affected.
The duties and responsibilities of CONTRACTOR under
this paragraph are for the benefit of such utility owners and
other contractors to the extent that there are comparable
EJCDC GENERAL CONDITIONS 1910.8 (1990 EdMon)
is w/ CITY OF FORT COLLINS MODIFICATIONS (KEV 4/2000)
provisions for the benefit of CONTRACTOR in said
direct contracts between OWNER and such utility owners
and other contractom
7.3. If the proper execution or results of any part of
CONTRACTOR's Work depends uppon work performed
by others under this .'article 7, CONTRACTOR shall
inspect such other work and promptly report to
ENGINEER in writing any delays, defects or deficiencies
in such other work that render it unavailable or unsuitable
for the proper execution and results of CONTRACTOR's
Work. CONTRACTOR's failure so to report will
constitute an acceptance of such other work as fit and
proper for integration with CONTRACTORs Work
except for latent or nonapparent defects and deficiencies
in such other work.
Coordnation:
7.4. If OWNER contracts with others for the
performance of other work on the Project at the site, the
following will be set forth in Supplementary Conditions:
T4.1. the person, firm or corpornticn who will have
authority and responsibility for coordination of the
activities among the various prime contractors will be
identified;
7.4.2. the specific matters to be covered by such
authority and responsibility will be itemiztd; and
7.4.3. the extent of such authority and
responsibilities will be provided.
Unless otherwise provided in the Supplementary
Conditions, OWNER shall have sole authority and
responsibility in respect of such coordination
ARTICLE 8-OWNER's RESpONs1Bn. ms
8.1. Except as otherwise provided in these General
Conditions, OWNER shall issue all communications to
CONTRACTOR through ENGrTEER.
8.2. In case of termination of the emploMent of
�iGINEER, OWNER shall appoint an engineer against
whom e no�
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 and
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 sutrve 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 copies of
reports of explorations and tests of subsurface conditions
at the site and drawings of physical conditions in existing
structures at or contiguous to the site that have been utilized
by ENGINEER in preparing the Contract Documents.
and pi:e.
t1�ng1ts:1$:
8.6. OWNER is obligated to execute Change Orders as
indicated in paragraph 10A.
81. OWNER's responsibility in respect of certain
inVoctions, tests and approvals is set forth in
paragraph 13.4.
88 In connection with OWNER's right to stop Work or
suspend Work, see pa hs 13.10 and 15.1.
Paragraph 15.2 deals with OR's right to terminate
services of CONTRACTOR under certain circumstances.
8.9. The OWNER shall not supervise, direct or have
control or authority over, nor be responsible for,
CONTRACTOR's means, methods, techniques, sequences
or procedures of construction or the safety precautions and
programs incident thereto, or for any failure of
CONTRACTOR to comply with Laws and Regulations
applicable to the 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.
8.10, MINERS responsibility in respect of .— Wiesed
Radieeetive 3.4nterialr urteavered er-revealed et-th�site is
set faFth in PaFagrarlh n 5,
ARTICLE 9—ENGINEER'S STATUS DURING
CONSTRUCTION
OWNER's Representative:
9.1. ENGINEER will be OWYER'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 ENGLNEER.
Gaits to Site:
9.2. ENGINEER will make visits to the site at intervals
apppp ate to the various stages of construction as
fiNGrcdeems necessary in order to observe as an
experienced and qualified design professional the progress
EXDC GENMALL CONDITIONS 1910-8 (1990 Edtim)
W/CITY OF FORT COLLIM MODIFICATIONS MEV 0/2000)
that has been made and the quality of the various aspects
of CONTRACTOR's executed Work. Based on
information obtained during such visits and observations.
F.17GTNF.F.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 e.;hraustive 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. ENGI1v'EER's
visits and on -site observations are subject to all the
limitations on ENGINEERSs authority and responsibility
set forth in paragraph 9.13, and pamcularlyy, but without
limitation, during or as a result of ENGINEERSs on -site
visits or observations of CONTRACTOR's Work
ENGINEER will not supervise, direct, control or have
authority over or be responsible for CONTRACTOR's
means, methods, techniques, sequences or procedures of
construction, or the safety precautions and programs
incident thereto, or for any failure of CONTRACTOR to
comply with Laws and Regulations applicable to the
furnishing or performance of the Work.
Project Representative:
9.3, If OWNER and ENGINEER agree, ENGINEER
will furnish a Resident Project Representative to assist
ENGINEER in providing more continuous observation of
the Work. The responsibilities and authority and
limitations thereon of any such Resident Project
Representative and assistants will be as provided in
paragraphs 9.3 and 9.13 and in 669 Supplemenki
Eenditierns of these General Conditions. If OWNER
designates another representative or agent to represent
OWNER at the site who is not ENGINEER' Consultant,
agent or employee, the responsibilities and authority and
limitations thereon of such other person will be as
provided in pa ph_23
of these General Conditions. If the ENGINEER. furnishes
a Resident Project Renreserntative a= or other
assistants, or if the OWNER designates a Representative
or agent, alll as provided in txarax-Ach 9.3 of the General
Conditions, these Representatives shall have the author
and limitations as provided in paragraph 9.13 of the
General Conditions and shall be subject to the following:
9.3.1. The Representative's dealinws in matters
pertaining to the on�ite wort: will in getncral be with
the ENGINEER and CONTRACTOR But. the
RRe presentative will keep the OWNER vronerly
advised about such matters. The Representative's
dealings with subcontractors will only be through or
with the full knowledee and approval of the
CONTRACTOR
9.3.2. Duties and Ressibilities. RepMentative
will
9.3.2.1. Schedules - Review the progress
M
schedule and other schedules prepared by the
CONTRACTOR and consult with the
ENGINEER concerning acceptability.
9.3.2.2. Conferences and Meeting - Attend
meeting with the CONTRACTOR such as
preconstruction conferences, progress meetings
and other iob conferences and prepare and
circulate copies of minutes of meetings.
93.23. Liaison
9.3.2.3.1. Serve as ENGINEER'S liaison
with CONTRACTOR waking prune' llX
though CONTRACTOR'S superintendent to
assist the CONTRACTOR in undastand=
the Contract Do=uents.
9.3.2.3.2. Assist in obtainin from OWNER
additional details err information where
required, for proper execution of the Work.
9.3.2.3.3. Advise the ENGINEER and
CONTRACTOR of the commencement of
My Work requiring a Shop Drawing or
maple submission if the submission has not
been approved by the ENGINEER
9.3.2.4,Review of Work. §ion of Defective
Work, Irgicctions and Tests -
9.324.1. Conduct on -site observations of
the Work in GrQM to assist the ENGINEER
in determining that the Work is proceeding in
accordance with the Contract Documerft
9.3.2.4.3. Accompany visiting inspectors
representing public or other aeencies havipg
iurisdiction over the Project, record the results
of these hnrspcctions and report to the
ENGRqEER-
9.3.2.5. Interpretation of Contract
Documents. Report to ENGINEER when
clarifications and interpretations of the Contract
Documents are needed and transmit to
CONTRACTOR clarification and interpretation
of the Contract Documents as issued by the
i�fHt�laa 7
9.3.2.6. Modifications. Consider and
evaluate CONTRACTOR'S suggestions for
EJCDC OENEKAL CONDITIONS 1910-8 (1990 Ectitiui)
20 Wl CITY OF FORT OOLL1 ra MODIFICAnONS (REV 42000)
modification in Dmwines or Specifications and
report these recommendations to ENGINEER,
transmit to CONTRACTOR
Accurately
nssh by the ENGINEER.
9.3.2.7. Records.
9.3.2.8.1. Furnish ENGINEER periodic
reports as required of the progress of the
Work and of the CONTRACTORS
ccmngkwm with the p1ggress schedule and
schedule of shag Drawing and w- ple
llittals,
9.3.2.8.2. CcrAmh with ENGINEER in
advance of scheduling major test,
inspections or start of important Phases of the
Work
93.2.8.3. Draft proposed Change Orders
and Work Directive Changm obtaining
backup malarial from the CONTRACTOR
and UmAdm sd to ENGINEER Change
Orders. Work Directive Changes and field
ceders.
93.2.8A. Report immediately to
ENGBIM and OWNER the occurrence of
any accident.
9.3.2.9. Payment Requests. Review applications
for paym«t with CONTRACTOR fcr compliance
with the established proced►ue for their
submission and forward with recommendation to
ENGINEER, noting particularly the relationship of
the M Tnent requested to the schedule of value
WO
con leted and materials and ui ent
Etaat the site but not ir�carpcxated m the
Work.
9.3.2.10. Completion.
9.3.2.10.1. Before ENGINEER issues a
Certificate of Substantial Completion submit
to CONTRACTOR a list of observed items
wing correction or completion.
9.3.2.10.2. Conduct final inspection in the
company of the ENGINEER. OWNER and
CONTRACTOR and prepare a final list of
items to be corrected or completed
9.3.2.10.3. Observe that all items on the
final list have been corrected or completed and
make recommendations to ENGINEER
concerning acceptance.
9.3.3. Limitation of Authority The Representative shall
mat:_
9.3.3.1 _ Authorize any deviations from the
Contract Documents or accent any substitute
lmatedals or equipment unless LutbpdZ&d& Abg
ENGINEER
9.3.3.1 Exceed limitations of ENGINEER'S
authority as set forth in the Contract Documents.
9,3.3.3. Undertake any of the responsibilities
of the CONTRACTOR. Subcontractors, or
�QAiTRACTOR1 sun rintendent
9.3 3A. Advise on or issue dir!Ntim
relative
to, or assume control over any aspect
of the
means, methods, techniques, sequences
or
pry ryes for caru[uciron unless
suclt is
specifically called for in the Contract
Documents.
9.3.3.5. Advise on or issue
directions
reea. rd= or assume control osier
safety
precautions and programs in connections with the
Wo&
9.3.3.6. Accept Shop Drawings
or sample
submittals from anyone other
than the
CONTRACTOR.
9.3.3.7. Authorize OWNER to
occupy the
Work in whole or in part.
9.3.3.8. Participate in specialized field or
laboratory tests or inspection, conducted by others
exec t as specificalh, authorized by the
ENGINEER
-
< xifucations and Interpretations:
9.4. ENGINEER will issue with reasonable promptness
such written clarifications or interpretations of the
E1CDC GENERAL CONDITIONS 1910-8 (1990 E6dat)
w` C ITY OF FORT MLLINS MODIFICATIONS (REV V2000)
requirements of the Contract Documents (in the form of
Drawings or otherwise) as ENGINEER may determine
necessary, which shall be consistent with the intent of and
reasonably inferable from the Contract Documents. Such
written clarifications and interpretations will be binding on
OWNER and CONTRACTOR, If OWNER or
CONTRACTOR believes that a written clarification or
interpretation justifies an adjustment in the Contract Price
or the Contract Times and the parties are usable to agree
to the amount or extent thereof; if any, OWNER or
CONTRACTOR may make a written claim therefor as
provided in Article 11 or Article 12.
Authorized Variations in ;'pork:
9.5. ENGINEER may authori7c minor variations in
the Work from the requirements of the Contract
Documents which do not involve an 26ustmem in the
Contract Price or the Contract Times and are compatible
with the design concept of the completed Project as a
functioning whole as indicated by the Contract
Documents. These may be accomplished by a Field Order
and will be binding on OWNER and also on
CONTRACTOR who shall perform the Work involved
promptly. If OWNER or CONTRACTOR believes that a
Field Order justifies an adjustment in the Contract Price or
the Contract Times and the parties are unable to agree as
to the amount or e..,dent thereof, OWNER or
CONTRACTOR may make a written claim therefor as
provided in Article 1 I or 12.
Rejecting Defeda a Work:
9.6. ENGINEER will have authority to disapprove or
reject Work which ENGINEER believes to be defective,
or that ENGINEER believes will not produce a completed
Project that conforms to the Contract Documents or that
will prejudice the integrity of the design concept of the
completed Project as a functioning whole as indicated by
the Contract Documents. ENGINEER will also have
authority to require special inspection or testing of the
Work as provided in paragraph 13.9, whether or not the
Work is fabricated, installed or completed.
Shop Drawings. Change Orders and Payments:
93. In connection with ENGINEERs authority as to
Shop Drawings and Samples, see paragraphs 6.24 through
6.28 inclusive.
9.8. In connection with ENGINEER' authority as to
Change Orders, see Articles 10, 11, and 12.
9.9. In connection with ENGINEER's authority as to
Applications for Payment, see Article 14.
Determinations for Unit Prices:
9.10. ENGINEER will determine the actual quantities
and classifications of Unit Price Work performed by
CONTRACTOR. ENGINEER. will review with
CONTRACTOR the ENGINEER's preliminary
determinations on such matters before rendering a written
decision thereon (by recommendation of an Application
21
for Payment or otherwise). ENGINEER's written decision
thereon will be final and binding upon OWNER and
CONTRACTOR, urdess 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 ENGINEEks decision is taken within the time
limits and in accordance with the procedures set forth in
Exhibit GC -A, "Dispute Resolution Agreement", entered
into between OWNER and CONTRACTOR pursuant to
Article 16, or (ii) if no such Dispute Resolution Agreement
has bern entered into, a formal proceeding is instituted by
the appealing patty in a forum of competent jurisdiction to
exercise such rights or remedies as the appealing party may
have with respect to ENGINEER's decision, unless
otherwise agreed in writing by OWNER and
CONTRACTOR Sulu appeal will not be subject to the
procedures of paragraph 9.11.
Decisions on Disputes.-
9.11. ENGINEER will be the initial interpreter of the
requirements of the Contract Documents and judge of the
acceptability of the Work thereunder. Claims, disputes and
other matters relating to the acceptability of the Wait or
the interpretation of the requirements of the Contract
Documents pertaining to the performance and furnishing of
the Work and claims under Articles I 1 and 12 in respect of
dtanges 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 LNGRdEER 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 patty within
sixty days after the start of such occurrence or event unless
ENGINEER allows an additional period of time for the
submission of additional or more accurate data in support
of such claim, dispute or other matter. The opposing party
shall submit any response to ENGINEER and the claimant
within thirty days after receipt of the claimant's last
submittal (unless ENGINEER allows additional time).
ENGINEER will render a formal decision in writing within
thirty days after receipt of the opposing parry's submittal, if
any, in accordance with this paragraph ENGEgMR's
written decision on such claim, dispute or other matter will
be final and binding upon OWNER and CONTRACTOR
unless: (i) an appeal from ENGINEER's decision is taken
within the time limits and in accordance with the
procedures set forth in EXHIBIT GC -A, "Dispute
Resolution Agreem ent", 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 ENGE,4EER within
thirty days after the date of such decision and a formal
proceeding is instituted by the appealing party in a forum of
competent jurisdiction to exercise such rights or remedies
as the appealing party, may have with respect to such claim,
dispute or other matter in accordance with applicable Laws
and Regulations within sixty days of the date of such
22 EJCDCGENFItAL CONDIT1ONs 1910-8 (1990 Efton)
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/1000)
decision, unless otherwise agreed in writing by OWNER
and CONTRACTOR
912 When functioning as interpreter and judge under
paragraphs 9. I0 and 9.11, ENGINEER will riot show
partiality to OWNER or CONTRACTOR and will not be
liable in cc=cticn with any interpretation or decision
rendered in good faith in such capacity. The rendering of
a decision by ENGINEER pursuant to paragraphs 9.10 or
9.11 with respect to any such claim, dispute or other
matter (except any which have been waived by the making
or acceptance of final payment as provided in
paragraph 14.15) will be a condition precedent to any
exercise by OWNER or CONTRACTOR of such rights or
remedies as either may otherwise have under the Contract
Documents or by Laws or Regulations in respect of any
such claim, dispute or other matter pursuantto-Artiek 16.
9.13. Limitations on EVGIAM's Authority and
Responsibilities.
9.13.1. Neither ENGINEER's authority or
responsibility under this Article 9 or under any other
provision of the Contract Documents nor any decision
made by ENGINEER in good faith either to exercise
or not exercise such authority or responsibility or the
undertaking, exercise or performance of any authority
or responsibility by ENGINEER shall create, impose
or give rise to any duty owed by l v'GE-TEER to
CONTR4CTOR, any Subcontractor, any Supplier,
any other person or organization, or to any surety for
or employee or agent of any of them.
9.13.2. ENGINEER will not supervise, direct,
control or have authority over or be responsible for
CONTRACTOR's means, methods, techniques,
sequences or procedures of construction, or the safety
precautions and programs incident thereto, or for arty
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 in accordance with the Contract
Documents,
9.13.3. ENGINEER will not be responsible for the
acts or omissions of CONTRACTOR or of any
Subcontractor, any Supplier, or of any other person or
organization performing or furnishing any of the
Work.
9.13.4. ENGINEER's review of the final Apphcation
for Payment and accompanying documentation and
all maintenance and operating instructiorn, 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 ENG lNEIRs Consultants, Resident Project
Representative and assistants.
ARTICLE 10—CHANGES IN T14E **VORK
10.1. Without invalidating the Agreement and without
notice to any surety, OWNTA may, at any time or from
time to time, order additions, deletions or revisions in the
Work- Such additions, deletions or revisions will be
authorized by a Written Amendment, a Change Order, or a
Work Change Directive, Upon receipt of any such
document, CONTRACTOR shall proniftly 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 OINNER, and CONTRACTOR are unable to
agree as to the extent, if any, of an adjustment in the
Contract Price or an adjustment of the Contract Times that
should be allowed as a result of a Work Change Directive,
a claim may be made therefor as provided in Article 11 or
Article 12.
10.3. CONTRACTOR shall not be entitled to an increase
in the Contract Price or an extension of the Contract Times
with respect to any Work performed that is not required by
the Contract Documents as amended, modified and
supplemented as provided in paragraphs 3,5 and 3.6, except
in the case of an emergency as provided in paragraph 6,23
or in the am of uncovering Work as provided in
paragraph 13.91.
10.4. OWNER and CONTRACTOR shall excuuto
appropriate Change Orders recommended by ENGINEER
(or Written Amendments) covering:
10A.L changes in the Work which are (i) ordered
by OWNER pursuant to paragraph i0.1. (ii) required
because of acceptance of dkftcfive Work under
paragraph 13.13 or correcting defechiv Work under
paragraph, 13.14, or (Q agreed to by the parties.
10.4,2. changes in the Contract Price or Contract
Times which are agreed to by the parties, and
10,43. changes in the Contract Price or Contract
Times which embody the substance of any written
decision rendered by ENG]NEER pursuard to
paragraph 9,1 t,
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
avocal. CONTRACTOR shall carry on the Work and
acre, to the progress schedule as provided in
paragraph 6.29.
10.5. If notice of airy change affecting the general scope
of the Work or the provisions of the Contract Documents
EJCDC MeM COMITIONS 1910-8 (1990 EdU011)
WfaTY OF FORT 0DILLIM MODIFICATIONS (" 4nOM)
(including, but not limited to, Contract Price or Contract
Times) is required by the provisions of any Bond to be
given to a surety, the giving of any such notice will be
CON'TRACTOR's responsibility, and the amount of each
applicable Bend will be adjusted accordingly.
ARTICLE 11—CHANGE OF CONTRACT PRICE
11.1. The Contract Price constitutes the total
compensation (subject to authorized adjustments) payable
to CONTRACTOR for performing the Work, All duties,
responsibilities and obligations as V to or undertaken
byCONTRACTOR sha beatCQ RACTORsexpense
without change in the Contract Price,
11,1 The Contract Price may only be changed by a
Change Order or by a Written Amendment Any claim
for an adjustment in the Contract Price shall be based on
written notice delivered by the party making the claim to
the other party and to ENGINEER promptly (but in no
event later than " days) after the start of the
occurrence or event giving rise to the claim and staring the
general nature of the claim, Notice of the amount of the
claim with suppm-Ung 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 w
which the claimant is entitled as a result of said
occurrence or event All claims for adjustment in the
Contract Price shall be determined by ENGLNEER in
accordance with paragraph9.11 if OWNER and
CONTRACTOR cannot otherwise agree an the amount
involved. No claim for an adjustment in the Contract
Price will be valid if not submitted in accordance with this
paragraph 11.1
113. The value of any Work covered by a Change
Order or of any clam for an adjustment in the Contract
Price will be determined as follows:
11,11. where the Work involved is covered by unit
prices contained in the Contract Documents, by
application of such unit prices to the quantities of the
items involved (subject to the provisions of
23
Prior to placing new fill, the base of the excavation should be uniformly scarified to a minimum depth of 12
inches, moisture conditioned to within 2% of optimum moisture content, and compacted to at least 95% of
the maximum standard Proctor dry density. New fill needed for support of pavements should be granular,
non -expansive, and have a minimum R-value of 15. Fill should be placed and compacted in accordance
with the Larimer County standards.
Proof -Roll: Prior to paving, the subgrade should be uniformly scarified to a depth of 8 inches,
moisture conditioned and compacted in accordance with the Larimer County standards, and proof -rolled in
accordance with CDOT standard specification 203.09. Areas that deform (rut or deflect) excessively under
the wheel loads should be stabilized. Proof rolled areas should be paved within 48 hours unless affected
by precipitation, construction traffic, or otherwise disturbed, which will require that a stable subgrade be re-
established and again proof rolled. The contractor should anticipate subgrade conditions that vary from
optimum moisture, and that the addition of water or drying of the subgrade soils to achieve proper moisture
conditions may be needed. Areas with relatively high water contents that yield excessively during proof
rolling may require over -excavation and replacement with dryer materials. The use of lime, fly ash, cement,
or geo-grids may also be considered as stabilization techniques for yielding subgrades.
Drainage, Frost Potential, and Utilities: The collection and diversion of surface drainage away
from paved areas is extremely important to the satisfactory performance of the pavement. The design of
surface drainage should be carefully considered to remove all water from paved areas. Groundwater is
expected to be sufficiently deep that a subsurface pavement drain should not be needed. The predominant
soil types encountered generally consisted of clayey sand and have low to moderate frost susceptibility.
Frost heave potential can be reduced through proper surface drainage and construction control.
Maintenance: Periodic maintenance of paved areas will extend pavement life. Crack sealing
should be performed on a frequent basis as new cracks appear. Chip seals, fog seals, or slurry seals
applied at approximate 3 year to 5 year intervals will help reduce oxidative embrittlement problems
associated with asphalt pavements. As conditions warrant, it may be necessary to perform full depth
patching, milling, and overlays at approximate 10 year intervals or more frequently.
Drake and Shields Intersection Improvements - Fort Collins, Colorado GEOCAL
Subsurface Exploration and Pavement Design - G14.1565.000 Page 10 of 11
paragraphs 11.9.1 through 11.9.3. inclusive);
11.3.2. where the Work involved is not covered by
unit prices contained in the Contract Documents, by a
mutually agreed payment basis, including lump sum
(which may include an allowance for overhead and
profit not necessarily in accordance with
paragraph 11.6.2);
11.3.1 where the Work involved is not covered by unit
prices contained in the Contract Documents and
agreement to a lump sum is not reached under
paragraph 11.3.2, on the basis of the Cost of the Work
(determined as provided in paragraphs 11.4 and 11.5)
plus a CONTRACTOR's fee for overhead and profit
(determined asprovided 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 caws for employees in the direct
employ of CC7�TTR.ACTOR in the performance of the
Work under schedules of jab classifications agreed
upon by OWNER and CONTRACTOR. Such
employees shall include without limitation
superintendents foremen and other personnel
employed full-time at the site. payroll costs for
employees not employed full-time on the Work shall
be apportioned on the basis of their time spent on the
Work. Payroll costs shall insltndet: be limited toe
salaries and wages plus the cost of fringe benefits
which shall include social security contributions,
unemployment, excise and payroll taxes, workers'
compemliom health wt&tefirernerA benefits,
applicable thereto.
The expenses of performing Work after regular
working hours, on Saturday, Sunday or legal holidays,
shall be included in the above to the extent authorized
by OWNER.
11.4.2. Cost of all materials and equipment furnished
and incorporated in the Work, including costs of
transportation and storage thereof, and Suppliers' field
services required in connection therewith All cash
discounts shall accrue to CONTRACTOR unless
OWNER deposits funds with CONTRACTOR with
which to make payments, in which case the cash
discounts shall accrue to OWNER All trade
discounts, rebates and refunds and returns from sale of
surplus materials and equipment shall accrue to
OWNER, and CONTRACTOR shall make pmvisionns
so that they may be obtained
11.4.3, Payments made by CONTRACTOR to the
Subcontractors for Work performed or furnished by
Subcontractors If required by OWNER,
24 EJCDCOENEAAL CONDITIOM 19104 (1990 E&Uoa)
wt CITY OF FORT COLLINS MODIF1CAMNS ¢tEV 4n000)
CONTRACTOR shall obtain competitive bids from
Subcontractors acceptable to OWNER and
CONTRACTOR and shall deliver such bids to
01KNE..R 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
paragraphsll_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 testin
laboratories, surveyors, attorneys and accrxrntan��
employed for services specifically related to the
Work.
11.4.5. Supplemental costs including the following:
1IA5.1. The proportion of necessary.
transportation, travel and subsistence expenses of
CON7RACTORs employees incurred in
discharge of duties connected with the Work.
11.4.5 2. Cost, including transportation and
maintenance, of all materials, supplies,
equipment, machinery, appliances, office and
temporary facilities at the site and hand tools not
owed by the workers, which are consumed to the
performance of the Arork, and cost less market
value of such items used but not consumed which
remain the property of CONTRACTOR
11.4.5.3, Rentals of all construction
equipment and machinery and the parts thereof
whether rented from CONTRACTOR or others in
accordance with rental agreements approved by
OWNER with the advice of ENGINEE& and the
costs of transportation loadirnt unloading,
installation, dismantlirg and removal tlweof--ail
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 World, and for which
CONTRACTOR is liable, imposed by Laws and
Regulations.
11.4.5.5. Deposits lost for causes other than
negligence of CONTRACTOR, arry
Subcontractor or anyone directly or indirectly
employed by any of them or for whose acts any
of than may be liable, and royalty payments and
fees for permits and licenses.
11.4.5.6. Lases and damages (and related
expenses) caused by damage to the Work, not
compensated by insurance or otherwise, sustained
by CONTRACTOR in connection with the
performance and furnishing of the Work (except
losses and damages within the deductible amounts
of pro y insurance established by OW ER in
accordance with paragraph 5.% provided they
have resulted from causes other than the
neoigence of CONTRACTOR, any
Subcontractor, or anyone directly or indirectly
employed by any of them or for whose acts any of
them may be liable. Such losses shall include
settlements made with the written consent and
approval of OWNER No such losses, damages
and expenses shall be included in the Cost of the
Work for the purpose of determining
CONTRACTOR's fee. It however, any such loss
or damage requires reconstruction and
CONTRACTOR is placed in charge thereof;
CONTRACTOR shall be paid for services a fee
proportionate to that stated in paragraph 11.6.2.
11.4.5.7. The cast of utilities, fuel and sanitary
facilities at the site.
11.4.5.8. Minos expenses such as telegrams,
long distance telephoto calls, telephone service at
the site, expressage and similar petty cash items in
connection with the Work.
11.4.5.9, Cost of premiums for additional Bonds
and insurance required because of changes in the
Work.
11.5, The term Cost of the Work shall not include any of
the following:
11.5.1. Payroll costs and other compensation of
CONTRACTOR's officers, executives, principals (of
partnership and sole proprietorships), general managers,
engineers, architects, estimators, attorneys, auditors,
accountants, purchasing and contracting agents,
expediters, timekeepers, clerks and other personnel
employed by CONTRACTOR whether at the site or in
CONTRACTOR's principal or a branch office for
general administration of the Work and not specifically
imluded in the agreed upon schedule of job
classifications referred to in paragraph 11.4.1 or
specifically covered by paragraph 11.4.4-411 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.
11.53. Any part of CONTRACTOR'. capital
expenses, including interest on CONTRACTOR'S
capital employed for the Work and charges against
CONTRACTOR for delinquent payments.
11.5.4. Cost of premiums for all Bonds and for all
insurance whether or not CONTRACTOR is required
by the Contract Documents to purchase and maintain
the same (except for the cost of premiums covered by
subparagraph It .4.5.9 above).
EICDC GENERAL CONDITIONS I910.8 (1990 Mai)
tv/(dTY OF FORT COLLINS MODIFICATIONS (REV 412000)
11.5.5. Costs due to the negligence of
CONTRACTOR, any Subcontractor, or anyone
directly or indirectly employed by any of if= or for
whose ads any of them may be liable, including but
not Iimited to, the correction of defective Work,
disposal of materials or equipment wrongly supplied
and making good any damage to property.
11.5.6. Other overhead or general expense costs of
any kind and the costs of any item not specifically and
expressly included in paragraph 11 A
11.6. The CONTRACTOR's fee allowed to
CONTRACTOR for overhead and profit shall be
determined as follows-
11.6.1. a mutually acceptable fixed fee; or
11.6.2. if a fixed fee is not agreed upon, then a fee
based on the following percentages of the various
portions of the Cost of the Work:
11.6.2.1. for costs incurred under
paragraphs 11.4.1 and 11.4.2, the
CONTRACTOR's fee shall be fifteen percent;
11.6.2.2, for costs incurred under
paragraph 11.4.3, the CONTRACTOR's fee shall
be five percent;
11.6.2.3. where one or more tiers of
subcontracts are on the basis of Cost of the Work
plus a fee and no fixed fee is agreed upon, the
intent of paragraphs 11 A 1, 11.4.2, 11.4.3 and
11.6.2 is that the Subcontractor who actually
performs or furnishes the Work, at whatever tier,
will be paid a fee of fifteen percent of the costs
incurred by such Subcontractor under paragraphs
11.4.1 and 114.2 and that any higher tier
Subcontractor and CONTRACTOR will each be
paid a fee of
to be negotiated
i 6"Z faith with the OR NER but not to exceed
Eve percent of the amount paid to the next lower
liar Su cox.
11.6.2.4. no fee shall be poyable on the basis
of costs itemized under paragraphs 11.4.4, 11.4.5
and 11.5,
11.6.25 the amount of credit to be allowed
by CONTRACTOR to OWNI ER. for airy change
which results in a net decrease in cost will beInc
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 an one change, the adjustment in
C.ONTRACTOR's fee shall be computed on the
basis of the net change in accordance with
paragraphs 11.6.2.1 through 11.6.2.5, inclusive.
11.7. Whenever the cost of any Work is to be
25
determined pursuant to paragraphs 11.4 and 11.5,
CONTRACTOR will establish and maintain records
thereof in accordance with generally accepted accounting
practices and submit in form acceptable to FNGTNEF_R an
itemized cost breakdown together with supporting data.
Cash Allowances:
11.8. It is understood that CONTRACTOR has included
in the Contract Price all allowances so named in the
Contract Documents and shall cause the Work so covered
to be furnished and performed for such sums as may be
acceptable to OWNER and ENGINEER CONTRACTOR
agrees that:
11.8.1. the allowances include the cast 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 cats 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. Emit Price Work.
11.9,1. Where the Contract Documents provide that all
or pan of the Work is to be Unit Price Work, initially
the Contract Price will be deemed to include for all
Unit Price Work an amount equal to the sum of the
established unit prices for each separately identified
item of Unit Price Work times the estimated quantity
of each item as indicated in the Agreement. The
estimated quantities of items of Unit Price Work are
not guaranteed and are solely for the purpose of
comparison of Bids and determining an initial Contract
Price. Determinations of the actual quantities and
classifications of Limit Price Work performed by
CONTRACTOR will be made by ENGINEER in
accordance with paragraph 9.10.
11.9:2. Each unit price will be deemed to include an
amount considered by CONTRACTOR to be adequate
to cover CONTRACTOR's overhead and profit for
each separately identified item.
11.9.3.OWNfiR or CONTRACTOR may make a
claim for an adjustment in the Contract Price in
accordance with Article I I if:
11.9.3.1. the quantity of any item of Unit Price
Work performed by CONTRACTOR differs
materially and significantly from the estimated
quantity of such item indicated in the Agreement;
VCDC CIENFIUL CONDIT10 151910-8 (1990 E(lition)
26 w/ CITY OF FORT COLLIN5 MODIFICATIONS (REy 42000)
and
11.9.3.2. there is no corresponding adjustment
with respect to any other item of Work ; and
11.9.3.3. if CONTRACTOR believes that
CONTRACTOR is entitled to an increase in
Contract Price as a result of having incurred
additional expense or OWNER believes that
OWNER is entitled to a decrease in Contract Price
and the parties are unable to agree as to the
amount of any such increase or decrease.
11.9.3.4. CONTRACTOR acknowledges that
the OWNER has the right to add or delete items in
the laid or cha a cuaribbes at OWNERS sole
discretion without a ecting the Contract Price of
anv remaining item so tong as the deletion or
addition does not excecd twenty-five percent of
the original total Contract Price.
ARTICLE 12—CHANGE OF CONTRACT TMES
12.1. The Contract Times (or Milestones) may only be
changed by a Change Order or a Written Amendment.
Any claim for an adjustment of the Contract Times (or
Milestones) shall be based on written notice delivered by
the party making the claim to the other party, and to
ENGINEER promptly (but in no event later than thirty
days) after the occurrence of the event giving rise to the
claim and stating the general nature of the claim. Notice
of the extent of the claim with supporting data shall be
delivered within si,q days after such occurrence (unless
ENGINEER allows additional time to ascertain more
accurate data in support of the claim) and shall be
accompanied by the 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 paragraph9.11 if
OWNER and CONTRACTOR cannot otherwise agree.
No claim for an adjustment in the Contract Times (or
Milestones) will be valid if not submitted in accordance
with the requirements of this paragraph 12.1.
12.2. AN time limits stated in the Contract Documents
are of the essence of the Agreement.
12.3, Where CONTRACTOR is prevented from
completing any part of the Work within the Contract
Times (or Milestones) due to delay beyond the control of
CONTRACTOR, the Contract Times (or Milestones) will
be extended in an amount equal to time lost due to such
delay if a claim is made therefor as provided in
paragraph 12.1. Delays beyond the control of
CONTRACTOR shall include, but not be limited to, acts
or neglect by OWNER, acts or neglect of utility owners or
other contractors performing other work as contemplated
by Article 7, fires, floods, epidemics, abnormal weather
conditions or acts of God. Delays attributable to and
within the control of a Subcontractor or Supplier shall be
deemed to be delays within the control of CONTRACTOR
124_ 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 any of them, for
damages arising out of or resulting fi-an (ir) delays caused
by or within the control of the CONTRACTOR, or
(Ii) delays beyond the control of both parties including, but
not limited to, foes, floods, epidemics, abnormal weather
conditions, acts of God or acts or neglect by utility owners
or other contractors performing other work as contemplated
by Article 7.
ARTICLE 13--TESTS AND INSPECTIONS;
CORRECTION, REMOVAL OR ACCEPTANCE OF
DEFECTIVE WORK
13.1. Norice ofDefeerx
Prompt notice of all &fective Work of which OWNTR 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 HNGINEER's C'onstiitants,
other representatives and persormel of OWNER,
independent testing laboratories and governmental agencies
with jurisdictional interests will have access to the Work at
reaserable—tirttes for their observation, inspecting and
testing. CONTRACTOR shall provide them proper and
safe conditions for such access and advise them of
CONTRACTOR's site safety procedures and programs so
that they may comply therewith as applicable.
Tests and Inspections:
13.3. CONTRACTOR shall give ENI GINEER timely
notice of readiness of the Work for all required inspections,
tests or approvals, and shall cooperate with inspection and
testing personnel to facilitate required inspections or tests.
13.4. OWNER shall employ and pay for the services of
an independent testing laboratory to perform all
inspections, tests, or approvals required by the Contract
Documents except_
13.4.1for inspections, tests or approvals covered
by paragraph 13.5 below;
13.4.1 that costs incurred in cormection with tests
or inspections conducted pursuant to paragraph 13.9
below shall be paid as provided in said
paragraph 13.9, and
13.4.3 as otherwise specifically provided in the
Contract Documentt-,
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 fumish ENGINEER the
required certificates of inspection, or approval.
CONTRACTOR shall also be responsible for arranging
and obtaining and shall pay all costs in connection with
any inspections, tests or approvals required for OWNER's
and ENGINEER's acceptance of materials or equipment to
be incorporated in the Work, or of materials, mix designs,
or equipment submitted for approval prior to
CONTRACTOR's purchase thereof for incorporation in
the Work.
13-6. If any Work (or the work of others) that is to be
inspected, tested or approved is covered by
CONTRACTOR without written concurrence of
ENGINEER, it must if requested by 0-40 M be
uncovered for observation.
133. Uncoveru' V Work as provided in paragraph 13.6
shall be at CONfRACTOR's expense unless
CONTRACTOR has given ENGINEER timely notice of
CONTRACTOR's intention to cover the same and
ENGINEER has not acted with reasonable promptness in
response to such notice.
Uncovering Work:
13.8. If any Work is covered contrary to the written
request of ENGINEER, it must, if requested by
ENGINEER. be uncovered for ENGINEER's observation
and replaced at CONTRACTOR's expense.
13.9. If ENGINEER considers it necessary or advisable
that covered Work be observed by ENGINEER or
inspected or tested by others, CONTRACTOR, at
ENGINEER's request, shall uncover, expose or otherwise
make available for observation, inspection or testing as
ENGINEER may require, that portion of the Wort: in
question furnishing all necessary labor, material and
equipment. If it is found that such Work is defective,
CONTRACTOR shall pay all claims, costs, lasses and
damages caused by, arising out of or resulting from such
uncovering exposure, observation, inspection and testing
and of satisfactory replacement or reconstruction,
(including but not limited to all costs of repair or
replacement of work of others): and OWNER shall be
entitled to an appropriate decrease in the Contract Price,
and, if the parties are unable to agree as to the amount
thereof, may make a claim therefor as provided in
Article 11. lit however, such Work is not found to be
defective, CONTRACTOR shall be a] lowed an increase in
the Contract Price or an extension of the Contract Times
(or Milestones), or both, directly attributable to such
EJCDC ( MgTAL COMIIIONS 19I0-8 (1990 E(Jitim) 27
wf CITY OF FORT MLLINS MODIFICATIONS (REV V2000)
uncovering, exposure• observation, inspection testing,
replacement and reconstruction; and, if the parties are
unable to agree as to the amount or e..,dcnt thereof,
CONTRACTOR may make a claim therefor as provided in
Articles 11 and I?
OWNER May Stop the Work:
13.10. If the Work is defecffivv, or CONTRACTOR fails
to supply sufficient skilled workers or suitable materials or
equipment.• or fails to furnish or perform the Work in such a
way that the completed Work will conform to the Contract
Documents, OWNER may order CONTRACTOR to stop
the Work, or any portion thereof, until the cause for such
order has been eliminated; however, this right of OWNER
to stopp the Work shall not give rise to any duty on the part
of OWI to exeroise this right for the benefit of
CONTRACTOR or any surety or other party'.
Correction or RemmW of Defective Work.•
13.11. If required by ENGINEER, CONTRACTOR shall
promptly, as directed, either correct all defective Work,
whether or not fabricated, installed or completed, or, if the
Work has been rejected by ENGINEER, remove it from the
site and replace it with Work that is not defective.
CONTRACTOR shall pay all claims, costs, losses and
damages caused by or resulting from such correction or
removal (including but not limited to all costs of repair or
replacement of work of others).
13.12. Correction Period•
13.12.1. If within oneY two years after the date of
Substantial Completion or such longer period of time as
may be prescribed by Laws or Regulations or by the
tents of any applicable special guarantee required by
the Contract Documents or by any specific provision of
the Contract Documents, any Work is found to be
defective, CONTRACTOR shall promptly, without cost
to OWNER and in accordance with OWNER's written
irsstructions: (i) correct such defective Wort:, or, if it has
been rejected by OWNER, remove it from the site and
replace it with Work that L% 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 ckfective Work corrected or the
rejected Work removed and replaced and all claims,
costs, losses and damages caused b).• or resulting from
m such removal and replaoecrtt [_including but not
limited to all costs of repair or replacement of work of
others) will be paid by CONTRACTOR
13.12.2.In special circumstances where a particular
item of equipment is placed in continuous service
before Substantial Completion of all the Work, the
correction period for that item may start to run from an
earlier date if so provided in the Specifications or by
Written Amendment
13.12.3. Where defective Work (and damage to other
EJCDC OM*Y.A,L CONDITIONS 1910-8 (1990 Edition)
28 wt CI TY OF FORT COLLINS MOD1FICATiONS (REV 8/2000)
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 eye
two years after such correction or removal and
replacement has been satisfactorily completed.
Acceptance of Defective Work:
13.13. If, instead of requiring correction or removal and
replacement of defective Work, OWNER. (and, prior to
ENGI EER's recommendation of final payment, also
ENGINEER) prefers to accept it, OWNER may do so.
CONTRACTOR shall pay all claurm costs, losses and
damages attributable to OWNER's evaluation of and
determination to accept such defective Work (such costs to
be approved by ENGINEER as to reasonableness). If any
such acceptance occurs prior to ENGINEER's
recommendation of final payment, a Change Order will be
issued incorporating the necessary revisions in the
Contract Documents with respect to the Work; and
OWNER shall be entitled to an appropriate decrease in the
Contract Price, and, if the parties are unable to agree as to
the amount thereof, OWNER may make a claim therefor
as provided in Article 11. If the acceptance occurs after
such recommendation, an appropriate amount will be paid
by CONTRACTOR to OWNER.
OWNER !►tat• 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 replaoe rejected Work as required
by M" ,GINEER in accordance with paragraph 13.11, or if
CONTRACTOR fails to perform the Work in accordance
with the Contract Documents, or if CONTRACTOR fails
to comply with any other provision of the Contract
Documents, OWNER may, after seven days' written
notice to CONTRACTOR, correct and remedy any such
deficiency. In exercising the rights and remedies under
this paragraph OWNER shall proceed expeditiously. In
connection with such corrective and remedial action,
OWNER may exclude CONTRACTOR from all or part of
the site, take possession of all or part of the Work, and
suspend COIN'TRACTORs 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, OWNER's
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 Change Order will
be issued incorporating the necessary- revisions in the
Contract Documents with respect to the Work, and
OWNER shall be entitled to an appropriate decrease in the
Contract Price, and, if the parties are unable to agree as to
the amount thereof. OWNER may make a claim therefor
as provided in Article 11. Such claims, costs, losses and
damages will include but not be limited to all costs of
repair or replacement of work of others destroyed or
damaged by correction, removal or replacement of
CONTRACTOR's defective Work CONTRACTOR shall
not be allowed an extension of the Contract Times (or
Milestones) because of any delay in performance of the
Wok attributable to the exercise by OWNER of OWNERs
rights and remedies hereunder.
ARTICLE 14--PAYNlF:NTS TO CONTRACTOR AND
COMPLETION
Schedule of t aGies-
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 fir 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 an the basis of
materials and equipment not incorporated in the Work but
delivered and suitably stored at the site or at another
location agreed to in writing, the Application for Payment
shall also be accompanied by a bill of We. invoice cc 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 OWNBR's interest therein, all of which will be
satisfactory to OWNER. The amount of retainage with
respect to progress payments will be as stipulated in the
Agreement. Any f aids that are withheld by the OWNER
shall not be subiect to substitution by the CONTRACTOR
with securities or arty arrangements involving an escrow or
custodianship. By executing the application for payment
form the CONTRACTOR expressly waives his right to the
benefits of Colorado Revised Statutes, Section 24-91-141.
et sea
CONTRACTOR's Warranty of Tide.
14.3. CONTRACTOR wan -ants and guarantees that title
to all Work, materials and equipment covered by any
Application for Payment, whether incorporated in the
Project or not, will pass to OWNER no later than the time
of payment free and clear of all Liens,
Review of Applicationsfor Progress Payment
14.4. ENGINEER wilL within ten days after receipt of
each Application for Payment, either indicate in writing a
EJCDC G3ENULAL CONDITIONS 1910.8 (1990 Edtim)
w/ a Y OF FORT COLLINS MODiFICATIONS (REV 42000)
recommendation of payment and present the Application
to OWNER, or return the Application to CONTRACTOR
indicating in writing ENGINEER's reams for refusing to
recommend payment. in the latter case, CONTRACTOR
may make the necessary corrections and resubmit the
,'lpplication. Ten days after presentation of the
Application for Payment to OWNER with ENGINTEER's
recommendation, the amount recommended will (subject
to the provisions of the last sentence of paragraph 14.7)
become due and when due will be paid by OIANIER to
CONTRACTOR.
14,5, ENGINEERs recommendation of any papnent
requested in an Application for Payment will constitute a
representation by ENGINEER to OWNER, based on
ENGINEER's on -site observations of the executed Work
as an experienced and qualified design professional and on
ENGINEERS review of the Application for Payment and
the accompanying data and schedules, that to the best of
ENGINEER's knowledge, information and belief.
14.5.1. the Work has progressed to the point
indicated,
14.5.2, the quality of the Work is generally in
accordance with the Contract Documents (subject to
an evaluation of the Work as a functioning whole
prior to or upon Substantial Completion, to the results
of any subsequent tests called for in the Contract
Documents, to a final determination of quantities and
classifications to Unit Price Work under
paragraph 9.10, and to any other qualifications stated
in the recommendation), and
14.5.1 the conditions precedent to
CONTRACTORS being entitled to such payment
appear to have been fulfilled insofar as it is
ENGINEER's responsibility to observe the Wok.
However, by recommending any such payment
ENGINEER will not thereby be deemed to have
represented that: (i) exhaustive or coantirnious 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. ENGINE.ERs recommendation of any payment,
including Final payment, shall not mean that ENGINEER
is responsible for CONTRACTOR's means, methods,
teclmiyues, sequences or procedures of comtiuction 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 Work, or for any failure of
CONTRACTOR to perform or furnish Work in
accordance with the Contract Documents.
14.7, ENGINEER may refuse to recommend the whole
or any part of any payment if, in ENGINEER's opinion, it
would be incorrect to make the representations to
29
OWNER referred to in paragraph 14.5. ENGINEER may
also refuse to recommend any such payment, or, because of
subsequently discovered evidence or the results of
subsequent inspections or tests, nullify any such payment
previously recommended to such extent as may be
necessary in ENGiNEER's opinion to protect OWNER
from loss because:
14.7.1. the Work is defective, or completed Work has
been damaged requiring correction or replacement,
14.7.2. the Contract Price has been reduced by
Written Amendment or Change Order,
14.7 3 OWNER has been required to correct
defective Work or complete Work in accordance with
paragraph 13.14, or
14.7.4. ENGL14UR has actual knowledge of the
occurrence of any of the events enumerated in
paragraphs 15.2.1 through 15.2.4 inclusive.
OWNER may refuse to make payment of the full amount
recommended by ENGINEER because:
14.7.5. claims have been made against OWNER on
account of CONTRACfOR'sperformance or furnishing
of the Work,
14.7.6. Liens have been filed in connection with the
Work, except where CONTRACTOR has delivered a
specific Bond satisfactory to OWNER to secure the
satisfaction and discharge of such Liens,
14.7.7. there are other items entitling OWNER. to a set-
off against the amount recommended, or
14.7.8. OWNER has actual knowledge of the
occurrence of any of the events enumerated in
paragraphs 14.7.1 through 14.7.3 or paragraphs 15.2.1
through 15.2.4 inclusive;
but OWNER must give CONTRACTOR immediate
written notice (with a copy to ENGINEER) stating the
reasons for such scrim and promptly pay CONTRACTOR
the amount so withheld, or any adjustment thereto agreed
to by OWNER and CONTRACTOR, when
CONTRACTOR corrects to OWNEWs satisfaction the
reasons for such action
Substantial Completion:
14.8. Amen CONTRACTOR considers the entire Work
ready for its intended use CONTRACTOR shall notify
OWNER and ENGINEER in wr.ti. that the entire Work
is substantially complete (except for items specifically
listed by CONTRACTOR as incomplete) and request that
ENGINEER issue a certificate of Substantial Completion.
Within a reasonable time thereafter, OWNER,
CONTRACTOR and ENGINEER shall make an inspection
of the Work to determine the status of completion. If
ENGINEER does not consider the Work substantially
complete, ENGINEER will notify CONTRACTOR in
writing giving the reasons therefor. If ENGINEER
EJCDC OENFRAL CONTIT10N51910-8 (1990 Edtim)
30 w/ CITY OF FOKT OOLLtN'S MODIFICATIONS (REV 4200W
considers the Work substantially complete. ENGINEER
will prepare and deliver to OWNER a tentative certificate
of Substantial Completion which shall fix the date of
Substantial Completion There shall he attached to the
certificate a tentative list of items to be completed or
corrected before final payment OWNER shall have seven
days after receipt of the tentative certificate during which
to make written objection to ENGINEER as to any
provisions of the certificate or attached list. It; after
oonsidcn n� such objections, ENGLNTEER concludes that
the Work is not substantially complete, ENGENTEER will
within fourteen days after submission of the tentative
certificate to OWNER notify CONTRACTOR in writing,
stating the reasons therefor. I& 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) reflectingsuch changes from the
tentative certificate as ENGINEER believes justified after
consideration of any objections from OWNER. At the
time of delivery of the tentative certificate of Substantial
Completion ENGINEER will deliver to OWNER and
CONTRACTOR a written recommendation as to division
of responsibilities pending final payment between
OWNER and CONTRACTOR with respect to securih,,
operation, safety, maintenance, heat, utilities, insurance
and warranties and guarantees. Unless OWNER and
CONTRACTOR agree otherwise in writing and so inform
ENGINEER in writing prior to ENGI.NEFR's issuing the
definitive certificate of Substantial Completio ni
ENGINEER's aforesaid recommendation will be binding
on OWNER and CONTRACTOR until final payment
14.9. OWNER shall have the right to exclude
CONTRACTOR from the Work after the date of
Substantial Completion, but OWNER shall allow
CONTRACTOR reasonable access to complete or correct
items on the tentative list
Partial Ufiliza ion:
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
CONTRACTOR's 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.OWN'ER at any time may request
CONTRACTOR in writing to permit OWNER to use
any such part of the Work which OWNER believes to
be ready for its intended use and substantially
complete. If CONTRACTOR agrees that such part of
the Work is substantially complete, CONTRACTOR
will certify to OWNER and ENGINEER that such
pan 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 m writing that CONTRACTOR considers
any such part of the Work ready for its intended use
and suhstantially complete and request ENOMYR 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, NI GTNEER will notify
OWNER and CONTRACTOR in writing giving the
reasons therefor. If ENGLti'EER considers that part of
the Work to be substantially complete, the provisions
of paragraphs 14.8 and 14.9 will apply with respect to
certification of Substantial Completion of that part of
the Work and the division of responsibility in respect
thereof and access thereto.
14.10.2. No occupancy or separate operation of part
of the Work will be accomplished prior to compliance
with the requirements of paragraph 5.15 in respect of
property insurance.
Final Inspection:
14.11. Upon written notice from CONTRACTOR that the
entire Work or an agreed portion thereof is complete,
ENGINEER will make a final inspection with OWNER
and CONTRACTOR and will notify CONTRACTOR in
writing of all particulars in which this inspection reveals
that the Work is incomplete or &fective. CONTRACTOR
4mU immediately take such measures as are necessary to
complete such work or remedy such deficiencies
Final Application for Payment:
14.12, After CONTRACTOR has completed all such
corrections to the satisfaction of ENGINEER and delivered
in accordance with the Contract Documents all
maintenance and operating instructions. schedules,
guarantees. Bonds, certificates or other evidence of
insumoe required by paragraph 5.4. certificates of
inspection, marked -up record documents (as provided in
paragraph 6.19) and other documents, CONTRACTOR
may make application for final payment following the
procedure for progress payments. The final Application for
Payment shall be accompanied (except as previously
defivered) by: (i) all documentation called for in the
Contract Documents, including but not limited to the
evidence of insurance required by subparagraph 5 4 13,
(n) conserit of the surety, if any, to fatal payment, and
(uh) complete and legally effective releases or waivers
(satisfactory to OWNER) of all Liens arising out of or filed
in connection with the Work. In lieu of such releases or
waivers of Liens and as approved by OWNER,
CONTRACTOR may furnish receipts or releases in full
and affidavit of CONTRACTOR that: (i) the releases and
receipts include all labor, services, material and equipment
for which a Lien could be filed, and (ii) all payrolls,
material and equipment bills, and other indebtedness
connected with the Work for which OWNER or OWNERSs
property might in any way be responsible have been paid or
otherwise satisfied. If any Subcontractor or Supplier fails
VMC GES ORAL CONDITIONS 191" (1990 Edition)
wf CITY OF FORT 0OLLINS MCN-IFICATtONS (REV 412000)
to famish such a release or receipt in full,
CONTRACTOR may famish a Bond or other collateral
satisfactory to OWNER to irdemnify OWNER against
any Lien_ Releases or waivers of hens and the oonsent of
the surety to finalize payment are to be submitted on
forms conforming to the format of the OWNER'S standard
forms bound in the Proiect manual.
Final Payment andAcceptanee:
14.13. If, on the basis of ENGINEER's observation of
the Work during construction and final inspection, and
ENGINEER's review of the final Application for Payment
and accompanying documentation as required by the
Contract Documents, ENGINEER is satisfied that the
Work has been completed and CONTRACTOR's other
obligations under the Contract Documents have been
fulfilled, ENGINEER will, within ten days after receipt of
the final Application for Payment, indicate in wntmg
ENGINEER's recommendation of payment and prat
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 provisicuts of paragraph 14.15. Otherwise,
ENGINEER will return the Application to
CONTRACTOR mdicatin13 in writing the reasons for
refusing to recommend final payment, in which case
CONTRACTOR shall make the neca--isary corrections and
resubmit the Application Thirty days after presentation to
OWNER of the Application and accompanying
documentation, in appropriate form and substance and
with ENGINEER's recommendation and notice of
acceptability, the amount recommended by ENGINEER
will become due and will be paid by OWNER to
CONTRACTOR subiect to paagraoh 17.6.2 of these
QMfra_i_.Cond144M.
14,14. If through no fault of CONTRACTOR final
completion of the Work is significantly delayed and if
ENGINEER so confirms, OWNER. shall, upon receipt of
CONTRACTOR's final Application for Payment and
recommendation of ENGINEER, and without terminating
the Agreement, make payment of the balance due for that
portion of the Work fully e<anpleted and acc:cpted. 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 ENGIIN'EER 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 Uaimx
14.15, The making and acceptance of final payment will
constitute:
14.15.1. a waiver of all claims by OWNER against
CONTRACTOR, except claims arising f m
unsettled Liens, from defective Work appearing after
31
fiscal inspection pursuant to paragraph 14.11, from
failure to comply with the Contract Documents or the
terms of anyy special guarantees specified therein, or
from CONTRACTOR's continuing obligations under
the Contract Documents; and
14.15 1 A waiver of all claims by CONTRACTOR
against OWNER other than those previously made in
writing and still unsettled.
ARTICLE 15--SUSPENSION OF CORK AND
TERI*kUNATION
0WA R May Suspend Work:
15.L 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 11 and 12.
OW ;E'ER bfay Terminate:
15.2. Upon the occurrence of any one or more of the
following events:
15.2.L if CONTRACTOR persistently fails to perform
the Work in accordance with the Contract Documents
(including but not limited to, failure to supply sufficient
skilled workers or suitable materials or equipment or
failure to adhere to the progress schedule established
under paragraph 2.9 as adjusted from time to time
pursuant to paragraph 6.6);
15.2.2. if CONTRACTOR disregards Laws or
Regulations of any public body having jurisdiction;
15 2.3, if CONTRACTOR disregards the authority of
ENGINEER; or
15,2.4, 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 and to the extent
permitted by Laws and Regulations, terminate the services
of CONTRACTOR, exclude CONTRACTOR from the site
and take possession of the Work and of all
CONTRACTOR's tools, appliances, construction
equipment and machinery at the site and use the same to
the full extent they could be used by CONTRACTOR
(without liability to CONTRACTOR for trespass or
conversion), incorporate in the Work all materials and
equipment stored at the site or for which OWNER has paid
EJCDC GENERAL CONDITIONS 1910.8 (1990 Edition)
32 w/ (7TY OF FORT COLLINS MODIFICATIONS (REV V2000)
CONTRACTOR but which are stored elsewhere, and
finish the Wort: 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 Contmet Price exceeds all claims, costs,
losses and damages sustained by OWNER arising out of
or resulting from completing the Work such excess will be
paid to CONTRACTOR If such claims, casts, lasses and
damages exceed such unpaid balance, CONTRACTOR
shall pay the difference to OWNER. Such claims, costs,
losses and damages incurred by OWNER will be reviewed
by ENGINEER as to their reasonableness and when so
approved by ENGINEER incorporated in a Change Order,
provided that when exercising any rights or remedies
under this paragraph OWNER shag not be required to
obtain the lowest price for the Work performed
15.3. Where CONTRACTOR's services have been so
terminated by OWNER, the termination will not affect
an}- rights or remedies of OWNER against
CONTRACTOR then existing or which may thereafter
accrue. Any retention or payment of moneys due
CONTRACTOR by OWNER will not release
CONTRACTOR from liability.
15.4. Upon seven days' written notice to
CONTRACTOR and ENGDOMR, OWNER may,
without cause and without prejudice to any other right or
remedy of OWNTER, elect to terminate the Agreement. In
such case. CONTRACTOR shall be paid (without
duplication of any items):
15.4.1. for completed and acceptable Work executed
in accordance with the Contract Documents prior to
the effective date of termination, including fair and
reasonable sums for overhead and profit on such
Work;
15.4?. for expenses sustained prior to the effective
date of termination in performing services and
furmshing 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 llfay Stop Work or Terminate:
15.5. 4 throughno actor fault of CONTRACTOR, the
Work is suspen d for a period of more than ninety days
by OWNER or under an order of avert or other public
authority, or 1 GIN[M fails to act on any Application
for Payment within thirty days after it is submitted or
OWNER fads for thirty days to lay 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 tams as provided in paragraph 15A4
In lieu of terminating the Agreement and without prejudice
to any other right or remedy. if ENGINEER has failed to
act on an Application for Payment within thirty days after it
is submitted or OWNER has failed for thirty days to pay
CONTRACTOR any sum finally determined to be due,
CONTRACTOR may upon seven days written notice to
OWNER and ENGINEER stop the Wort: until payment of
all such amounts due CONTRACTOR. including interest
thereon The provisions of this Para ph 15.5 are not
intended to preclude CONTRACTOR from making claim
under Articles 11 said 12 for an increase in Contract Price
or Contract Times or otherwise for expenses or damage
directly attributable to CONTRACTOR's stopping Wort: as
permitted by this paragraph.
ARTICLE 16—DISPUTE RESOLLYTION
If and to the cdcrit that 01-vNER 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
Resolution Agreement", to be attached hereto and made a
part hereof. If no such agreement on the method and
procedure for resolving such disputes has been reached,
and subject to the provisions of paragraphs 9.10, 9.11 and
9.12. OWNER and CONTRACTOR may exercise such
rights or remedies as either may otherwise have under the
Contract Documents or by Laws or Regulations in respect
of any dispute.
ARTICLE 17—MISCELLANEOUS
Giving Notice:
17.1. Whenever any provision of the Contract
Documents requires the giving of written notice, it will be
deemed to have been validly given if delivered in person to
the individual or to a member of the firm, or to an officer of
the corporation for whom it is intended, or if delivered at or
sent by registered or certified mail, postage prepaid, to the
last business address known to the giver of the notice.
17.2. Computation of Time:
17.2.1. When any period of time is referred to in the
Contract Documents by days, it will be computed to
exclude the first and include the last day of such
period. If the last day of any such period falls on a
Saturday or Sunday or on a day made a legal holiday -
by the law of the applicable jurisdiction, such day will
be omitted from the computation.
EKDCOff. IR L CONDITIONS 19108 (1990 EJitim)
wICITY OF FORT COLLINS MODIFICATIONS (REV 42000)
17.2.2. A calendar day of twenty-four hours measured
from midnight to the next midnight will constitute a
day
Notice of Gkim:
17.3. Should OWNER or CONTRACTOR stiffer injury
or damage to person or property because of any error,
mission or act of the other party or of any of the other
party's employees cc agents or others for whose acts the
other party is legally liable, claim will be made in writing
to the other parry within a reasonable time of the first
observance of such injury or damage. The provisions of
this paragraph 17.3 shall not he construed as a substitute
for or a waiver of the provisions of any applicable statute
of limitations or repose.CumuAWve Remedies
I7A, The duties and obligations imposed by these
General Conditions and the rights and remedies available
hereunder to the parties hereto, and, in particular but
without limitation, the warranties, guarantees and
obligations imposed upon CONTRACTOR by
paragraphs6.12, 6.16, 6.30, 6.31, 6.32, 111, 13.12, 13.14,
14.3 and 15.2 and all of the rights and remedies available
to OWNER and ENGINEER thereunder, are in addition
to, and are not to be construed in any way as a limitation
of, any rights and remedies available to any or all of them
which are otherwise impaled or available by Laws or
Regulations by special warranty or guarantee or by other
provisions of the Contract Documents, and the provisions
of this paragraph will be as effective as if repeated
specifically in the Contract Documents in connection with
each particular duty, obligation, right and remedy to which
they apply,
Projesuonal Fees and Court Costs Included
17.5. Whenever reference is made to "claims, costs,
losses and damages", it shall include in each case, but not
be limited to, all fees and charges of engineers, architects,
attorneys and other professionals and all court or
arbitration or other dispute resolution costs.
17 6. The laws of the Srate of Coln�do apply to this
Affeement Reference to two pertinent Colorado statutes
are as follows;
17.6.2, If a claim is filed OWNER is required by
law (GR 3 35-26-107) to withhold from all pavmcnts tD
CONTRACTOR sufficient funds to insure the
payment of all claims for labor, materials, team hire
sustenance, provisions, provender, or other supplies
used or consumed by CONTRACTOR or his
33
9.0 LIMITATIONS
This report has been prepared in accordance with generally accepted geotechnical engineering
practices used in this area, and has been prepared for design purposes. The conclusions and
recommendations are based upon the data obtained from the pavement cores and boring drilled at the
approximate locations shown on Figure 1, and on our understanding of the proposed construction. The
nature and extent of the subgrade variations may not become evident until excavation is performed. If
during construction, soil, bedrock, or groundwater conditions appear to be different from those described,
this office should be advised so that re-evaluation of our recommendations may be made. On -site
observation and testing of construction materials is recommended.
Our professional services were performed using that degree of care and skill ordinarily exercised,
under similar circumstances, by reputable geotechnical engineers practicing in this locality at the time this
report was prepared. No warranty expressed or implied is made. We prepared the report as an aid in the
design of the proposed project. This report is not a bidding document. Any contractor reviewing this report
must draw his or her own conclusions regarding site conditions and specific construction techniques to be used
on this project.
This report is for the exclusive purpose of providing geotechnical engineering information and
recommendations. The scope of services for this project does not include environmental assessment of the
site or identification of contaminated or hazardous materials or conditions. If the owner is concerned about the
potential for such contamination, other studies should be undertaken.
Geocal should conduct a general review of the final plans and specifications to evaluate that our
recommendations have been properly interpreted and implemented during design. In the event Geocal is not
retained to perform this recommended review, we assume no responsibility for misinterpretation of our
recommendations.
Drake and Shields Intersection Improvements — Fort Collins, Colorado GEOCAL
Subsurface Exploration and Pavement Design - G14.1565.000 Page 11 of 11
EJCDCOENTRAL CONDMONB I9I0.8 (1990 Est on)
34 q J ClTy OF FORT COLLINS MODIFICATIONS (REV 411000)
(This page left blank intentionally.)
E)MC GENERAL CONDITIONS 1910.8 (1990 Edtim) 35
W CITY OF FORT COLLIM MODIFICATIONS (REV 42000)
VCDC OENBRAL CONDMO`G 1910-8 (1990 Eon) 36
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 4/1000)
EXHIBIT GC -A to General Conditions
of the Construction Contract Between
OWNER and CONTRACTOR
DISPUTE RMLUTION AGPXMIENT
OWNER. and CONTRACTOR hereby agree that
Article 16 of the General Conditions of the Construction
Contract between OWNER and CONTRACTOR is
amended to include the following agreement of the parties:
161. 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 to
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 }raving jurisdiction
162. No demand for arbitration of any claim, dispute
or other matter that is required to be referred to
bNUINEER initially for decision in accordance with
paragraph 9,11 will be made until the earlic-r 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 ENGII3EER's decision being final and binding
upon OWNER and CONTRACTOR If ENGINEER
renders a decision after arbitration proceedings have been
initiated, such decision may be entered as evidence but will
not supersede the arbitration proceedings, except where the
decision is acceptable to the parties concerned. No demand
for arbitration of arty written decision of ENGINEER
rendered in accordance with paragraph 9.10 will be made
later than ten days after the party making such demand has
delivered written notice of intention to appeal as provided
in paragraph 9.10
16.3. Notice of the demand for arbitration will be
filed in writing with the other party to the Agreement and
with the American Arbitration Association, and a copy will
be sent to ENGINEER for information The demand for
arbitration will be made within the thirty -day or ten-day
period specified in paragraph 16-2 as applicable, and in all
other cases within a reasonable time after the claim, dispute
or other matter in question has arisen, and in no event shall
any such demand be made after the date when institution of
legal or equitable proceedings based on such claim, dispute
or other matter in question would be barred by the
applicable statute of limitations.
EJCDC MOLAG CONDITIONS 1910-8 (1990 Edition)
w/ CITY OF FORT COLLINS MODTFiCATIONS (REV %99)
16.4. Except as provided in paragraph 16.5 below,
no arbitration arising out of or relating to the Contract
Documents shall include by consolidation, joinder or in any
other manner any other person or entity (including
ENGINEER, ENGINEER's Consultant and the officers,
directors, agents, employees or consultants of any of them)
who is not a party to this contract unless:
16.4.1. the inclusion of such other person or entity is
necessary if complete relief is to be afforded among
those who are already parties to the arbitration, and
16.4.2. such other person or entity is substantially
involved in a question of law or fact which is common
to those who are already parties to the arbitration and
which will arise in such proceedings, and
16.4.3. the written consent of the other person or
entity sought to be included and of OWNER and
CONTRACTOR has been obtained for such inclusion,
which consent shall make specific reference to this
paragraph; but no such consent shall constitute consent
to arbitration of arty dispute not specifically described
in such consent or to arbitration with any party not
specifically identified in such consent,
16.5. Notwithstanding paragraph 16.4, if a claim,
dispute or other matter in question between OWNER and
CONTRACTOR involves the Work of a Subcontractor,
either OWNER or CONTRACTOR may join such
Subcontractor as a party to the arbitration between OWNER
and CONTRACTOR hereunder. CONTRACTOR shall
include in all subcontracts required by paragraph 6.11 a
specific provision whereby the Subcontractor consents to
being joined in an arbitration between OWNER and
CONTRACTOR involving the Work of such
Subcontractor. Nothing in this paragraph 16.5 nor in the
provision of such subcontract consenting to joinder shall
create any claim, right or cause of action in favor of
Subcontractor and against OWNER, ENGINEER or
ENGINEER's Consultants that does not otherwise exist
16.6. The award rendered by the arbitrators will be
final, judgment may be entered upon it in any court having
jurisdiction thereon and it will not be subject to
modification or appeal.
16.7. OWNER and CONTRACTOR agree that they
shall first submit any and all unsettled claims,
counterclaims, disputes and other matters in question
between them arising out of or relating to the Contract
Documents or the breach thereof ("disputes"), to mediation
by the American Arbitration Association sunder the
Construction Industry Mediation Rules of the American
Arbitration Association prior to either of them initiating
against the other a demand for arbitration pursuant to
paragraphs 16.1 through 16.6, unless delay in initiating
arbitration would irrevocably prejudice one of the parties.
The respective thirty and ten day time limits within which
to file a demand for arbitration as provided in paragraphs
16.2 and 16.3 above shall be suspended with respect to a
dispute submitted to mediation within those same
applicable time limits and shall remain suspended until ten
days after the termination of the mediation. The mediator
of any dispute submitted to mediation under this Agreement
shall not serve as arbitrator of such dispute unless otherwise
geed
OC-AI
EJCDC OENI UL CONDITIONS 191M (1990E(htim) GC -Al
w/ CITY OF FORT COLLINS MODIFICATIONS (REV 9294)
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:
BBA
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 limits of liability for the insurance required by the paragraph numbers of the
General Conditions listed below are as follows:
5.4.1 and 5.4.2
Coverage A - Statutory Limits
Coverage B - $100,000/$100,000/$500,000
5.4.3 and 5.4.5 Commercial General Liability policy will have limits of $1,000,000
combined single limits (CSL). This policy will include coverage for Explosion,
Collapse, and Underground coverage unless waived by the Owner.
5.4.6 The Comprehensive Automobile Liability Insurance policy will have limits
of $1,000,000 combined single limits (CSL).
5.4.9 This policy will include completed operations coverage/product liability
coverage with limits of $1,000,000 combined single limits (CSL).
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-12.3 Add the following language to the end of paragraph 12.3 of the General
Conditions:
The date of beginning and the time for completion of the work are essential
conditions of the Contract Documents and the work embraced shall be
commenced on a date specified in the Notice to Proceed.
The Contractor will proceed with the work at such rate of progress to ensure full
completion within the contract time. It is expressly understood and agreed, by
and between the Contractor and the Owner that the contract time for the
completion of the work described herein is a reasonable time, taking into
consideration the climatic and other factors prevailing in the locality of the work.
Every effort shall be made by the Contractor to complete the project within the
"Contract Time" shown in the proposal. The "Contract Time" anticipates
"Normal" weather and climate conditions in and around the vicinity of the Project
site during the times of year that the construction will be carried out. Extensions
of time based upon weather conditions shall be granted only if the Contractor
demonstrates clearly that such conditions were "unusually severe," would not
have been reasonably anticipated, and that such conditions adversely affected
the Contractor's work and thus required additional time to complete the work.
The following specifies the procedure for the determination of time extensions
for unusually severe weather. The listing below defines the anticipated number
of calendar days lost to adverse weather for each month and is based upon
National Oceanic and Atmospheric Administration (NOAA) or similar data for the
geographic location of the project.
Monthly Anticipated Calendar Days Lost to Adverse Weather Conditions
JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC
(7) (4) (4) (4) (6) (3) (4) (2) (3) (3) (2) (5)
The above schedule of anticipated adverse weather will constitute the base line
for monthly (or portion thereof) weather time evaluations. Upon acknowledgment
of the Notice to Proceed and continuing throughout the contract on a monthly
basis, actual adverse weather days and the impact of adverse weather days that
delay the work will be recorded on a day-to-day basis. It is assumed that the
work will be carried out Mondays through Fridays (holidays excepted) unless an
approved construction schedule or written authorization from the Owner indicates
otherwise. The number of days of delayed work due to adverse weather or the
impact thereof will then be compared to the monthly adverse weather schedule
above.
An actual adverse weather day must prevent work for 50 percent or more of the
Contractor's workday, delay work critical to the timely completion of the project,
and be documented by the Contractor. The City Representative observing the
construction shall determine on a daily basis whether or not work can proceed or
if work is delayed due to adverse weather or the effects thereof. The Contractor
shall notify the Engineer in writing of any disagreement as to whether or not work
can proceed on a given date, within 2 calendar days of that date. The Owner will
use the above written notification in determining the number of working days for
which work was delayed during each month.
At the end of each month, if the number of working days for which work was
delayed due to adverse weather exceeds that shown in the above schedule, a
Change Order will be executed which increases the Contract Time. The number
of work days delayed due to adverse weather or the impact thereof will then be
converted to Calendar Days based on the contract completion day and date.
This conversion assumes a 5-day work week, Mondays through Fridays, holidays
excepted; should the Contractor have authorization to work weekends and/or
holidays, then the method of conversion of workdays to calendar days would take
this into consideration. The contract time period will then be increased by the
number of calendar days calculated above and a new contract completion day
and date will be set.
The Contractor's schedule must reflect the above -anticipated adverse weather
delays on all weather -dependent activities. While extensions of time shall be
granted for "unusually severe" weather or climate conditions, the Owner shall
make no monetary compensation for any costs to the Contractor arising out of
such delays. The Contractor shall comply with the portions of the Contract
Documents relating to his project schedule and amendments thereto which result
from the "unusually severe" weather condition.
Breakdowns in equipment or lack of performance by the Contractor will not be
considered justification for an extension of time. Liquidated damages will be
assessed as delineated elsewhere.
The Contractor shall not be charged with liquidated damages or any excess cost
when the delay in completion of the work is due to the following, and the
Contractor has promptly given written notice of such delay to the Owner or
Engineer.
1. To any preference, priority, or allocation order duly issued by the Owner.
2. To unforeseeable causes beyond the control and without the fault or negligence
of the Contractor, including but not restricted to, acts of God, or of the public
enemy, acts of the Owner, acts of another Contractor in the performance of a
contract with the Owner, fires, floods, epidemics, quarantine restrictions, strikes,
freight embargoes, and abnormal and unforeseeable weather as provided above;
and
3. To any delays of Subcontractors occasioned by any of the causes specified in
paragraphs 1 and 2, above.
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-DB Davis Bacon Wage Rates
A. The terms and conditions set forth in the following pages are hereby
incorporated as part of this Agreement.
SC -FED Federal Terms & Conditions
A. The terms and conditions set forth in the following pages are hereby incorporated
as part of this Agreement.
N
1107 w oRw1c9 RD. I I
KIM6INVE?PMEMMBIC ti ° I III
REC. NO.20120082004
E E E G' r
s c T i {
81Y/EL,D83TRL'ET
10
- CORE PC-1 11,7—
_ - __..�:�: - ..�G. a «.•�... n_ .� .
- I !
I i
1030 DAVIDSON DR L I I In
I I
Tww OwLi LLLP o III I
— - � ) I i Ji 4jjl � • i
ralcr �•IKO I . ! I I 1
VVNI LLc BRAIN PAD. U c W% MMM T1MSlRUNI;
6AN rR0 YU9TM$MT9, MMM RAINTRQ PAD.LNC WM REC. N0. 201 i
L= LC S IN0% I
R11C.N0.20120012903
REC. N0. 201200129W !
Uftl&
40AOC f WR AtAfOr
Oa
*{� Nnwnorc cauMeAou rua ----- ---
l„ wuvr , I
—
-F -- _ w f—_ ----- -- -
"' BORING P-1 _
CORE PC-2 - -- ,z+oo
91
m o so
APPROXIMATE SCALE (ft)
DRAKE AND SHIELDS INTERSECTION IMPROVEMENTS
G14.1565.000 GEOCAL,INC. LOCATIONS OF EXPLORATORY BORINGS AND PAVEMENT CORES FIGURE 1
DAVIS BACON WAGE RATES
General Decision Number: CO160024 01/08/2016 CO24
Superseded General Decision Number: CO20150024
State: Colorado
Construction Type: Highway
Counties: Larimer, Mesa and Weld Counties in Colorado.
HIGHWAY CONSTRUCTION PROJECTS
Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year
2016 applies to all contracts subject to the Davis -Bacon Act for which the solicitation was issued
on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all
workers in any classification listed on this wage determination at least $10.15 (or the applicable
wage rate listed on this wage determination, if it is higher) for all hours spent performing on the
contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional
information on contractor requirements and worker protections under the EO is available at
www.dol.gov/whd/govcontracts.
Modification Number 0 Publication Date 01/08/2016
* ENG10009-012 10/23/2013
Rates
POWER EQUIPMENT OPERATOR:
(3)- Drill Rig Caisson (smaller than Watson 2500
andsimilar).......................................................................... $ 24.73
(4)-Oiler
Weld County........................................................................ $ 24.88
(5)-Drill Rig Caisson (Watson 2500 similar or larger) .......... $ 25.04
-----------------------------------------------------------------------------------------
SUCO2011-009 09/15/2011
Rates
CARPENTER
Excludes Form Work ...................................
Form Work Only
Larimer, Mesa .............................................
Weld............................................................
CEMENT MASON/CONCRETE FINISHER
Larimer.....................$ 16.05.......................
Mesa...........................................................
Weld............................................................
ELECTRICIAN
Excludes Traffic Signalization
Weld......................................
Traffic Signaliztion
Weld......................................
..................... $ 20.72
..................... $ 18.79
..................... $ 16.54
..................... 3.00
..................... $ 17.53
..................... $ 17.48
...... $ 33.45
...... $ 25.84
Fringes
41IN I
9.15
9.15
Fringes
5.34
3.67
3.90
3.00
3.00
11501:3
...
FENCE ERECTOR
Weld.....................................................................................
$ 17.46
3.47
GUARDRAIL INSTALLER
Larmer, Weld.......................................................................
$ 12.89
3.39
HIGHWAY/PARKING LOT STRIPING: Painter
Larimer.................................................................................
$ 14.79
3.98
Mesa....................................................................................
$ 14.75
3.21
Weld.....................................................................................
$ 14.66
3.21
IRONWORKER, REINFORCING
(Excludes Guardrail Installation)
Larimer, Weld.......................................................................
$ 16.69
5.45
IRONWORKER, STRUCTURAL
(Excludes Guardrail Installation)
Larimer, Weld.......................................................................
$ 18.22
6.01
LABORER
Asphalt Raker
Larimer................................................................................. $ 18.66
4.66
Weld.....................................................................................
$ 16.72
4.25
Asphalt Shoveler..................................................................
$ 21.21
4.25
Asphalt Spreader.................................................................
$ 18.58
4.65
Common or General............................................................
$ 16.29
4.25
Concrete Saw (Hand Held) ..................................................
$ 16.29
6.14
Landscape and Irrigation.....................................................
$ 12.26
3.16
Mason Tender- Cement/Concrete.......................................
$ 16.29
4.25
Pipelayer
Larimer.................................................................................
$ 17.27
3.83
Mesa, Weld..........................................................................
$ 16.23
3.36
Traffic Control(Flagger).......................................................
$
9.55
Traffic Control (Sets Up/Moves Barrels, Cones, Install
Signs, Arrow Boards and Place Stationary Flags)
(Excludes Flaggers)
Larimer, Weld.......................................................................
$ 12.43
3.22
PAINTER (Spray Only) ........................................................
$ 16.99
2.87
POWER EQUIPMENT OPERATOR:
Asphalt Laydown
Larimer.................................................................................
$ 26.75
5.39
Mesa,Weld...........................................................................
$ 23.93
7.72
Asphalt Paver.......................................................................
$ 21.50
3.50
Asphalt Roller
Larimer.................................................................................
$ 23.57
3.50
Mesa....................................................................................
$ 24.25
3.50
Weld.....................................................................................
$ 27.23
3.50
Asphalt Spreader
Larimer.................................................................................
$ 25.88
6.80
Mesa, Weld..........................................................................
$ 23.66
7.36
3.05
Backhoe/Trackhoe
Larimer.................................................................................
$ 21.46
4.85
Mesa....................................................................................
$ 19.81
6.34
Weld.....................................................................................
$ 20.98
6.33
Bobcat/Skid Loader
Larimer.................................................................................
$ 17.13
4.46
Mesa, Weld..........................................................................
$ 15.37
4.28
Boom....................................................................................
$ 22.67
8.72
Broom/Sweeper
Larimer.................................................................................
$ 23.55
6.20
Mesa....................................................................................
$ 23.38
6.58
Weld.....................................................................................
$ 23.23
6.89
Bulldozer
Larimer, Weld.......................................................................
$ 22.05
6.23
Mesa....................................................................................
$ 22.67
8.72
Crane...................................................................................
$ 26.75
6.16
Drill
Larimer, Weld.......................................................................
$ 31.39
0.00
Mesa....................................................................................
$ 35.06
0.00
Forklift..................................................................................
$ 15.91
4.68
Grader/Blade
Larimer.................................................................................
$ 24.82
5.75
Mesa....................................................................................
$ 23.42
9.22
Weld.....................................................................................
$ 24.53
6.15
Guardrail/Post Driver...........................................................
$ 16.07
4.41
Loader (Front End)
Larimer.................................................................................
$ 20.45
3.50
Mesa....................................................................................
$ 22.44
9.22
Weld.....................................................................................
$ 23.92
6.67
Mechanic
Larimer.................................................................................
$ 27.68
4.57
Mesa....................................................................................
$ 25.50
5.38
Weld.....................................................................................
$ 24.67
5.68
Oiler
Larimer.................................................................................
$ 24.16
8.35
Mesa....................................................................................
$ 23.93
9.22
Roller/Compactor (Dirt and Grade Compaction)
Mesa, Weld..........................................................................
$ 21.33
6.99
Roller/Compactor (Dirt and Grade Compaction
Larimer.................................................................................
$ 23.67
8.22
Rotomill
Larimer.................................................................................
$ 18.59
4.41
Weld.....................................................................................
$ 16.22
4.41
Scraper
Larimer.................................................................................
$ 21.33
3.50
Mesa....................................................................................
$ 24.06
4.13
Weld.....................................................................................
$ 30.14
1.40
Screed
Larimer.................................................................................
$ 27.20
5.52
Mesa....................................................................................
$ 27.24
5.04
Weld.....................................................................................
$ 27.95
3.50
Tractor..................................................................................
$ 13.13
2.95
TRAFFIC SIGNALIZATION:
Groundsman
Larimier................................................................................
$ 11.44
2.84
Mesa....................................................................................
$ 16.00
5.85
Weld.....................................................................................
$ 16.93
3.58
TRUCK DRIVER
Distributor
Larimer.................................................................................
$ 19.28
4.89
Mesa....................................................................................
$ 19.17
4.84
Weld.....................................................................................
$ 20.61
5.27
Dump Truck
Larimer.................................................................................
$ 18.86
3.50
Mesa....................................................................................
$ 15.27
4.28
Weld.....................................................................................
$ 15.27
5.27
Lowboy Truck
Larimer.................................................................................
$ 18.96
5.30
Mesa,Weld...........................................................................
$ 18.84
5.17
Mechanic..............................................................................
$ 26.48
3.50
Multi -Purpose Specialty & Hoisting Truck
Larimer, Mesa......................................................................
$ 16.65
5.46
Weld.....................................................................................
$ 16.87
5.56
Pickup and Pilot Car............................................................
$ 13.93
3.68
Semi/Trailer Truck................................................................
$ 18.39
4.13
Truck Mounted Attenuator...................................................
$ 12.43
3.22
Water Truck
Larimer.................................................................................
$ 19.14
4.99
Mesa....................................................................................
$ 15.96
5.27
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 (29CFR 5.5
(a) (1) (ii)).
The body of each wage determination lists the classification and wage rates that have been
found to be prevailing for the cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical order of "identifiers" that indicate
whether the particular rate is a union rate (current union negotiated rate for local), a survey rate
(weighted average rate) or a union average rate (weighted union average rate).
Union Rate Identifiers
A four letter classification abbreviation identifier enclosed in dotted lines beginning with
characters other than "SU" or "UAVG" denotes that the union classification and rate were
prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is
an abbreviation identifier of the union which prevailed in the survey for this classification, which
in this example would be Plumbers. 0198 indicates the local union number or district council
number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is
an internal number used in processing the wage determination. 07/01/2014 is the effective date
of the most current negotiated rate, which in this example is July 1, 2014.
Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining
agreement (CBA) governing this classification and rate.
Survey Rate Identifiers
Classifications listed under the "SU" identifier indicate that no one rate prevailed for this
classification in the survey and the published rate is derived by computing a weighted average
rate based on all the rates reported in the survey for that classification. As this weighted
average rate includes all rates reported in the survey, it may include both union and non -union
rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a
weighted average calculation of rates and are not majority rates. LA indicates the State of
Louisiana. 2012 is the year of survey on which these classifications and rates are based. The
next number, 007 in the example, is an internal number used in producing the wage
determination. 5/13/2014 indicates the survey completion date for the classifications and rates
under that identifier.
Survey wage rates are not updated and remain in effect until a new survey is conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed
for those classifications; however, 100% of the data reported for the classifications was union
data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union
average rate. OH indicates the state. The next number, 0010 in the example, is an internal
number used in producing the wage determination. 08/29/2014 indicates the survey completion
date for the classifications and rates under that identifier.
A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted
average of the current negotiated/CBA rate of the union locals from which the rate is based.
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
x 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
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
I. General
ll. 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
VIII. 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.
FHWA-1273 -- Revised May 1, 2012
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.
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.
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.
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.
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 orm FH101A-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.
111. 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 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 ti
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
(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
GEOCAL 7290 South Fraser Street BORING NUMBER P-1
Centennial CO 80112 FIGURE 2
Telephone: (303)337-0338
GEOSCIENCES & ENGINEERING Fax: (303)337-0247
CLIENT Interwest Consulting Group PROJECT NAME Drake and Shields Intersection Improvements
PROJECT NUMBER G14.1565.000 PROJECT LOCATION City of Fort Collins Colorado
DATE STARTED 1/15/15 COMPLETED 1/15/15 GROUND ELEVATION NORTH
DRILLING CONTRACTOR Elite Drilling Services GROUND WATER LEVELS: EAST
DRILLING METHOD SSA HOLE SIZE 6" inches AT TIME OF DRILLING --- Not Encountered
LOGGED BY Dustin Elsbernd CHECKED BY Steve Bruer AT END OF DRILLING --
NOTES AFTER DRILLING ---
a
ATTERBERG
t-
a
0-
~
W o
LIMITS
w
Z
h a
F�
w
=CD
D O
MATERIAL DESCRIPTION
J
wp
> 0
�~D
O Q
ox
z
z o
j�
� W
I
F-
F}
C) X
0
ci°
5
ui
��
O
d
0-
m0>
Uz
zw
�
OZ
��
U)
JJ
F 0
�v
*a
Q
W
��
D'
�O
�J
QZ
W
33
0
FL
ASPHALT PAVEMENT, 6Yz inches thick
AGGREGATE BASE COURSE, 9'% inches thick, poorly
graded sand with silt and gravel, moist, dark brown
MC
100
6-7
39
19
20
45.9
FILL, CLAYEY SAND, loose to very loose, low to medium
plasticity, moist, light to dark brown, fine to coarse sand
Bulk sample collected from 1.0 feet to 5.0 feet from auger
cuttings.
Bulk sample test results:
Liquid Limit = 37
Plastic Limit = 17
Plasticity Index = 20
Percent passing No. 200 sieve = 47
R-value at 300 psi exudation pressure = 18
Bottom of boring at 10.0 feet.
N
N MC 1 100 1 3-3 1
MC 1 100 1 1-2
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 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;
(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 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.
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.
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 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.
VII. SAFETY: ACCIDENT PREVENTION
T h i s p r o v i s i o n i s 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).
Vill. FALSE STATEMENTS CONCERNING HIGHWAY
PROJECTS
T h i s p r o v i s i o n i s 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
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 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://mvi epls.gov/), 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.
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 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 (n_ttps./-vrrvw.epis.govr), 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
m
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.
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.
ATTACHMENT A - EMPLOYMENT AND MATERIALS 6. The contractor shall include the provisions of Sections 1
PREFERENCE FOR APPALACHIAN DEVELOPMENT through 4 of this Attachment A in every subcontract for work
HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS which is, or reasonably may be, done as on -site work.
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
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 (1 c)
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.
12
FEDERAL TERMS & CONDITIONS
NO GOVERNMENT OBLIGATION TO THIRD PARTIES
Applicability to Contracts
Applicable to all contracts.
Flow Down
Not required by statute or regulation for either primary contractors or subcontractors, this
concept should flow down to all levels to clarify, to all parties to the contract, that the
Federal Government does not have contractual liability to third parties, absent specific
written consent.
Model Clause/Language
While no specific language is required, FTA has developed the following language.
No Obligation by the Federal Government.
(1) The Purchaser and Contractor acknowledge and agree that, notwithstanding any
concurrence by the Federal Government in or approval of the solicitation or award of
the underlying contract, absent the express written consent by the Federal
Government, the Federal Government is not a party to this contract and shall not be
subject to any obligations or liabilities to the Purchaser, Contractor, or any other party
(whether or not a party to that contract) pertaining to any matter resulting from the
underlying contract.
PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS AND RELATED
ACTS
(31 U.S.C. 3801 et seq. 49 CFR Part 31 18 U.S.C. 1001 49 U.S.C. 5307)
Applicability to Contracts
These requirements are applicable to all contracts.
Flow Down
These requirements flow down to contractors and subcontractors who make, present, or
submit covered claims and statements.
Model Clause/Language
These requirements have no specified language, so FTA proffers the following language.
Program Fraud and False or Fraudulent Statements or Related Acts.
(1) The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies
Act of 1986, as amended, 31 U.S.C. § 3801 et sec. and U.S. DOT regulations,
"Program Fraud Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to
this Project. Upon execution of the underlying contract, the Contractor certifies or
affirms the truthfulness and accuracy of any statement it has made, it makes, it may
make, or causes to be made, pertaining to the underlying contract or the FTA assisted
project for which this contract work is being performed. In addition to other penalties
that may be applicable, the Contractor further acknowledges that if it makes, or causes
to be made, a false, fictitious, or fraudulent claim, statement, submission, or
certification, the Federal Government reserves the right to impose the penalties of the
Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal
Government deems appropriate.
(2) The Contractor also acknowledges that if it makes, or causes to be made, a false,
fictitious, or fraudulent claim, statement, submission, or certification to the Federal
Government under a contract connected with a project that is financed in whole or in part
with Federal assistance originally awarded by FTA under the authority of 49 U.S.C. §
5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001
and 49 U.S.C. § 5307(n)(1) on the Contractor, to the extent the Federal Government
deems appropriate.
(3) The Contractor agrees to include the above two clauses in each subcontract financed in
whole or in part with Federal assistance provided by FTA. It is further agreed that the
clauses shall not be modified, except to identify the subcontractor who will be subject to
the provisions.
ACCESS TO RECORDS AND REPORTS
(49 U.S.C. 5325, 18 CFR 18.36 (i), 49 CFR 633.17)
Applicability to Contracts
Reference Chart "Requirements for Access to Records and Reports by Type of Contracts"
Flow Down
FTA does not require the inclusion of these requirements in subcontracts.
Model Clause/Language
The specified language is not mandated by the statutes or regulations referenced, but the
language provided paraphrases the statutory or regulatory language.
Access to Records - The following access to records requirements apply to this Contract
Where the Purchaser is not a State but a local government and is the FTA Recipient or
a subgrantee of the FTA Recipient in accordance with 49 C.F.R. 18.36(i), the
Contractor agrees to provide the Purchaser, the FTA Administrator, the Comptroller
General of the United States or any of their authorized representatives access to any
books, documents, papers and records of the Contractor which are directly pertinent to
this contract for the purposes of making audits, examinations, excerpts and
transcriptions. Contractor also agrees, pursuant to 49 C.F.R. 633.17 to provide the
FTA Administrator or his authorized representatives including any PMO Contractor
access to Contractor's records and construction sites pertaining to a major capital
project, defined at 49 U.S.C. 5302(a)l, which is receiving federal financial assistance
through the programs described at 49 U.S.C. 5307, 5309 or 5311.
Where the Purchaser is a State and is the FTA Recipient or a subgrantee of the FTA
Recipient in accordance with 49 C.F.R. 633.17, Contractor agrees to provide the
Purchaser, the FTA Administrator or his authorized representatives, including any
PMO Contractor, access to the Contractor's records and construction sites pertaining
to a major capital project, defined at 49 U.S.C. 5302(a)l, which is receiving federal
financial assistance through the programs described at 49 U.S.C. 5307, 5309 or 5311.
By definition, a major capital project excludes contracts of less than the simplified
acquisition threshold currently set at $100,000.
3. Where the Purchaser enters into a negotiated contract for other than a small purchase
or under the simplified acquisition threshold and is an institution of higher education, a
hospital or other non-profit organization and is the FTA Recipient or a subgrantee of
Cl)
w
C�
LL
r
1L
♦
V
Z
22
O
W
Co
Z
w
2
w Co
00�
a0
�U
Z Z
Ow
Uw
w i
U) Q
T
w LL
1— 0
N
Z=
�.♦
V
oa
J Q
Ii
w_
= 0
CD
CO �
Z
00
Q
w
Y
�
MO
W
�
r
■
�
z
V^
C L
Ua
♦♦^^
V
O
(D
Z
MO
W
C)
O
LO
LO
h ♦ n 44
C�
the FTA Recipient in accordance with 49 C.F.R. 19.48, Contractor agrees to provide
the Purchaser, FTA Administrator, the Comptroller General of the United States or any
of their duly authorized representatives with access to any books, documents, papers
and record of the Contractor which are directly pertinent to this contract for the
purposes of making audits, examinations, excerpts and transcriptions.
4. Where any Purchaser which is the FTA Recipient or a subgrantee of the FTA Recipient
in accordance with 49 U.S.C. 5325(a) enters into a contract for a capital project or
improvement (defined at 49 U.S.C. 5302(a)1) through other than competitive bidding,
the Contractor shall make available records related to the contract to the Purchaser,
the Secretary of Transportation and the Comptroller General or any authorized officer
or employee of any of them for the purposes of conducting an audit and inspection.
5. The Contractor agrees to permit any of the foregoing parties to reproduce by any
means whatsoever or to copy excerpts and transcriptions as reasonably needed.
6. The Contractor agrees to maintain all books, records, accounts and reports required
under this contract for a period of not less than three years after the date of termination
or expiration of this contract, except in the event of litigation or settlement of claims
arising from the performance of this contract, in which case Contractor agrees to
maintain same until the Purchaser, the FTA Administrator, the Comptroller General, or
any of their duly authorized representatives, have disposed of all such litigation,
appeals, claims or exceptions related thereto. Reference 49 CFR 18.39(i)(11).
7. FTA does not require the inclusion of these requirements in subcontracts.
Requirements for Access to Records and Reports by Types of Contract
Contract
Characteristics
Operational
Service
Contract
Turnkey
Construction
Architectural
Engineering
Acquisition
of Rolling
Stock
Professional
Services
I State Grantees
None
Those imposed
None
None
None
None
a. Contracts
on state pass
below SAT
thru to
($100,000)
None
Contractor
Yes, if non-
None unless
None unless
None unless
unless' non-
competitive
non-
non-
non-
b. Contracts
competitive
award or if
competitive
competitive
competitive
above
award
funded thru2
award
award
award
$100,000/Capital
5307/5309/53
Projects
11
II Non State
Grantees
Those imposed
Yes3
on non -state
Yes
Yes
Yes
Yes
a. Contracts
Grantee pass
below SAT
Yes3
thru to
Yes
Yes
Yes
Yes
($100,000)
Contractor
b. Contracts
above
$100,000/Capital
Projects
Sources of Authority:
149 USC 5325 (a)
2 49 CFR 633.17
318 CFR 18.36 (i)
FEDERAL CHANGES
(49 CFR Part 18)
Applicability to Contracts
The Federal Changes requirement applies to all contracts.
Flow Down
The Federal Changes requirement flows down appropriately to each applicable changed
requirement.
Model Clause/Language
No specific language is mandated. The following language has been developed by FTA.
Federal Changes - Contractor shall at all times comply with all applicable FTA
regulations, policies, procedures and directives, including without limitation those listed
directly or by reference in the Master Agreement between Purchaser and FTA, as they
may be amended or promulgated from time to time during the term of this contract.
Contractor's failure to so comply shall constitute a material breach of this contract.
CIVIL RIGHTS REQUIREMENTS
(29 U.S.C. § 623, 42 U.S.C. § 2000 42 U.S.C. § 6102, 42 U.S.C. § 12112 42 U.S.C. §
12132, 49 U.S.C. § 5332 29 CFR Part 1630, 41 CFR Parts 60 et seq.)
Applicability to Contracts
The Civil Rights Requirements apply to all contracts.
Flow Down
The Civil Rights requirements flow down to all third party contractors and their contracts at
every tier.
Model Clause/Language
The following clause was predicated on language contained at 49 CFR Part 19, Appendix
A, but FTA has shortened the lengthy text.
Civil Rights - The following requirements apply to the underlying contract:
(1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42
U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42
U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. §
12132, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will
not discriminate against any employee or applicant for employment because of race,
color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees
to comply with applicable Federal implementing regulations and other implementing
requirements FTA may issue.
(2) Equal Employment Opportunity - The following equal employment opportunity
requirements apply to the underlying contract:
(a) _Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil
Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C.
§ 5332, the Contractor agrees to comply with all applicable equal employment
opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations,
"Office of Federal Contract Compliance Programs, Equal Employment Opportunity,
Department of Labor," 41 C.F.R. Parts 60 et sec.., (which implement Executive
Order No. 11246, "Equal Employment Opportunity," as amended by Executive
Order No. 11375, "Amending Executive Order 11246 Relating to Equal
Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable
Federal statutes, executive orders, regulations, and Federal policies that may in
the future affect construction activities undertaken in the course of the Project. The
Contractor agrees to take affirmative action to ensure that applicants are
employed, and that employees are treated during employment, without regard to
their race, color, creed, national origin, sex, or age. Such action shall include, but
not be limited to, the following: 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. In
addition, the Contractor agrees to comply with any implementing requirements FTA
may issue.
(b) Aqe - In accordance with section 4 of the Age Discrimination in Employment Act of
1967, as amended, 29 U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332,
the Contractor agrees to refrain from discrimination against present and
prospective employees for reason of age. In addition, the Contractor agrees to
comply with any implementing requirements FTA may issue.
(c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act,
as amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the
requirements of U.S. Equal Employment Opportunity Commission, "Regulations to
Implement the Equal Employment Provisions of the Americans with Disabilities
Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In
addition, the Contractor agrees to comply with any implementing requirements FTA
may issue.
(3) The Contractor also agrees to include these requirements in each subcontract financed
in whole or in part with Federal assistance provided by FTA, modified only if necessary
to identify the affected parties.
INCORPORATION OF FEDERAL TRANSIT ADMINISTRATION (FTA) TERMS
(FTA Circular 4220.1 E)
Applicability to Contracts
The incorporation of FTA terms applies to all contracts.
Flow Down
The incorporation of FTA terms has unlimited flow down.
Model Clause/Language
FTA has developed the following incorporation of terms language:
Incorporation of Federal Transit Administration (FTA) Terms - The preceding
provisions include, in part, certain Standard Terms and Conditions required by DOT,
whether or not expressly set forth in the preceding contract provisions. All contractual
provisions required by DOT, as set forth in FTA Circular 4220.1 E, are hereby incorporated
by reference. Anything to the contrary herein notwithstanding, all FTA mandated terms
shall be deemed to control in the event of a conflict with other provisions contained in this
Agreement. The Contractor shall not perform any act, fail to perform any act, or refuse to
comply with any (name of grantee) requests which would cause (name of grantee) to be in
violation of the FTA terms and conditions.
ENERGY CONSERVATION REQUIREMENTS
(42 U.S.C. 6321 et seq. 49 CFR Part 18)
Applicability to Contracts
The Energy Conservation requirements are applicable to all contracts.
Flow Down
The Energy Conservation requirements extend to all third party contractors and their
contracts at every tier and subrecipients and their subagreements at every tier.
Model Clause/Language
No specific clause is recommended in the regulations because the Energy Conservation
requirements are so dependent on the state energy conservation plan. The following
language has been developed by FTA:
Energy Conservation - The contractor agrees to comply with mandatory standards and
policies relating to energy efficiency which are contained in the state energy conservation
plan issued in compliance with the Energy Policy and Conservation Act.
TERMINATION
(49 U.S.C. Part 18 FTA Circular 4220.1 E)
Applicability to Contracts
All contracts (with the exception of contracts with nonprofit organizations and institutions of
higher education,) in excess of $10,000 shall contain suitable provisions for termination by
the grantee including the manner by which it will be effected and the basis for settlement.
(For contracts with nonprofit organizations and institutions of higher education the
threshold is $100,000.) In addition, such contracts shall describe conditions under which
the contract may be terminated for default as well as conditions where the contract may be
terminated because of circumstances beyond the control of the contractor.
Flow Down
The termination requirements flow down to all contracts in excess of $10,000, with the
exception of contracts with nonprofit organizations and institutions of higher learning.
Model Clause/Language
FTA does not prescribe the form or content of such clauses. The following are
suggestions of clauses to be used in different types of contracts:
Termination for Convenience (General Provision) The (Recipient) may terminate
this contract, in whole or in part, at any time by written notice to the Contractor when it
is in the Government's best interest. The Contractor shall be paid its costs, including
contract close-out costs, and profit on work performed up to the time of termination.
The Contractor shall promptly submit its termination claim to (Recipient) to be paid the
Contractor. If the Contractor has any property in its possession belonging to the
(Recipient), the Contractor will account for the same, and dispose of it in the manner
the (Recipient) directs.
b. Termination for Default [Breach or Cause] (General Provision) If the Contractor
does not deliver supplies in accordance with the contract delivery schedule, or, if the
contract is for services, the Contractor fails to perform in the manner called for in the
contract, or if the Contractor fails to comply with any other provisions of the contract,
the (Recipient) may terminate this contract for default. Termination shall be effected
by serving a notice of termination on the contractor setting forth the manner in which
the Contractor is in default. The contractor will only be paid the contract price for
supplies delivered and accepted, or services performed in accordance with the manner
of performance set forth in the contract.
If it is later determined by the (Recipient) that the Contractor had an excusable reason
for not performing, such as a strike, fire, or flood, events which are not the fault of or
are beyond the control of the Contractor, the (Recipient), after setting up a new
delivery of performance schedule, may allow the Contractor to continue work, or treat
the termination as a termination for convenience.
c. Opportunity to Cure (General Provision) The (Recipient) in its sole discretion may, in
the case of a termination for breach or default, allow the Contractor [an appropriately
short period of time] in which to cure the defect. In such case, the notice of termination
will state the time period in which cure is permitted and other appropriate conditions
If Contractor fails to remedy to (Recipient)'s satisfaction the breach or default of any of
the terms, covenants, or conditions of this Contract within [ten (10) days] after receipt
by Contractor of written notice from (Recipient) setting forth the nature of said breach
or default, (Recipient) shall have the right to terminate the Contract without any further
obligation to Contractor. Any such termination for default shall not in any way operate
to preclude (Recipient) from also pursuing all available remedies against Contractor
and its sureties for said breach or default.
d. Waiver of Remedies for any Breach In the event that (Recipient) elects to waive its
remedies for any breach by Contractor of any covenant, term or condition of this
Contract, such waiver by (Recipient) shall not limit (Recipient)'s remedies for any
succeeding breach of that or of any other term, covenant, or condition of this Contract.
e. Termination for Convenience (Professional or Transit Service Contracts) The
(Recipient), by written notice, may terminate this contract, in whole or in part, when it is
in the Government's interest. If this contract is terminated, the Recipient shall be liable
only for payment under the payment provisions of this contract for services rendered
before the effective date of termination.
f. Termination for Default (Supplies and Service) If the Contractor fails to deliver
supplies or to perform the services within the time specified in this contract or any
extension or if the Contractor fails to comply with any other provisions of this contract,
the (Recipient) may terminate this contract for default. The (Recipient) shall terminate
by delivering to the Contractor a Notice of Termination specifying the nature of the
default. The Contractor will only be paid the contract price for supplies delivered and
accepted, or services performed in accordance with the manner or performance set
forth in this contract.
If, after termination for failure to fulfill contract obligations, it is determined that the
Contractor was not in default, the rights and obligations of the parties shall be the
same as if the termination had been issued for the convenience of the Recipient.
g. Termination for Default (Transportation Services) If the Contractor fails to pick up
the commodities or to perform the services, including delivery services, within the time
specified in this contract or any extension or if the Contractor fails to comply with any
other provisions of this contract, the (Recipient) may terminate this contract for default.
The (Recipient) shall terminate by delivering to the Contractor a Notice of Termination
specifying the nature of default. The Contractor will only be paid the contract price for
services performed in accordance with the manner of performance set forth in this
contract.
If this contract is terminated while the Contractor has possession of Recipient goods,
the Contractor shall, upon direction of the (Recipient), protect and preserve the goods
until surrendered to the Recipient or its agent. The Contractor and (Recipient) shall
agree on payment for the preservation and protection of goods. Failure to agree on an
amount will be resolved under the Dispute clause.
If, after termination for failure to fulfill contract obligations, it is determined that the
Contractor was not in default, the rights and obligations of the parties shall be the
same as if the termination had been issued for the convenience of the (Recipient).
h. Termination for Default (Construction) If the Contractor refuses or fails to prosecute
the work or any separable part, with the diligence that will insure its completion within
the time specified in this contract or any extension or fails to complete the work within
this time, or if the Contractor fails to comply with any other provisions of this contract,
the (Recipient) may terminate this contract for default. The (Recipient) shall terminate
by delivering to the Contractor a Notice of Termination specifying the nature of the
default. In this event, the Recipient may take over the work and compete it by contract
or otherwise, and may take possession of and use any materials, appliances, and
plant on the work site necessary for completing the work. The Contractor and its
sureties shall be liable for any damage to the Recipient resulting from the Contractor's
refusal or failure to complete the work within specified time, whether or not the
Contractor's right to proceed with the work is terminated. This liability includes any
increased costs incurred by the Recipient in completing the work.
The Contractor's right to proceed shall not be terminated nor the Contractor charged
with damages under this clause if-
1. the delay in completing the work arises from unforeseeable causes beyond the
control and without the fault or negligence of the Contractor. Examples of such
causes include: acts of God, acts of the Recipient, acts of another Contractor in the
performance of a contract with the Recipient, epidemics, quarantine restrictions,
strikes, freight embargoes; and
2. the contractor, within [10] days from the beginning of any delay, notifies the
(Recipient) in writing of the causes of delay. If in the judgment of the (Recipient),
the delay is excusable, the time for completing the work shall be extended. The
judgment of the (Recipient) shall be final and conclusive on the parties, but subject
to appeal under the Disputes clauses.
If, after termination of the Contractor's right to proceed, it is determined that the
Contractor was not in default, or that the delay was excusable, the rights and
obligations of the parties will be the same as if the termination had been issued for the
convenience of the Recipient.
Termination for Convenience or Default (Architect and Engineering) The
(Recipient) may terminate this contract in whole or in part, for the Recipient's
convenience or because of the failure of the Contractor to fulfill the contract
obligations. The (Recipient) shall terminate by delivering to the Contractor a Notice of
Termination specifying the nature, extent, and effective date of the termination. Upon
receipt of the notice, the Contractor shall (1) immediately discontinue all services
affected (unless the notice directs otherwise), and (2) deliver to the Contracting Officer
all data, drawings, specifications, reports, estimates, summaries, and other information
and materials accumulated in performing this contract, whether completed or in
process
If the termination is for the convenience of the Recipient, the Contracting Officer shall
make an equitable adjustment in the contract price but shall allow no anticipated profit
on unperformed services.
If the termination is for failure of the Contractor to fulfill the contract obligations, the
Recipient may complete the work by contact or otherwise and the Contractor shall be
liable for any additional cost incurred by the Recipient.
If, after termination for failure to fulfill contract obligations, it is determined that the
Contractor was not in default, the rights and obligations of the parties shall be the
same as if the termination had been issued for the convenience of the Recipient.
Termination for Convenience of Default (Cost -Type Contracts) The (Recipient) may
terminate this contract, or any portion of it, by serving a notice or termination on the
Contractor. The notice shall state whether the termination is for convenience of the
(Recipient) or for the default of the Contractor. If the termination is for default, the
notice shall state the manner in which the contractor has failed to perform the
requirements of the contract. The Contractor shall account for any property in its
possession paid for from funds received from the (Recipient), or property supplied to
the Contractor by the (Recipient). If the termination is for default, the (Recipient) may
fix the fee, if the contract provides for a fee, to be paid the contractor in proportion to
the value, if any, of work performed up to the time of termination. The Contractor shall
promptly submit its termination claim to the (Recipient) and the parties shall negotiate
the termination settlement to be paid the Contractor.
If the termination is for the convenience of the (Recipient), the Contractor shall be paid
its contract close-out costs, and a fee, if the contract provided for payment of a fee, in
proportion to the work performed up to the time of termination.
If, after serving a notice of termination for default, the (Recipient) determines that the
Contractor has an excusable reason for not performing, such as strike, fire, flood,
events which are not the fault of and are beyond the control of the contractor, the
(Recipient), after setting up a new work schedule, may allow the Contractor to continue
work, or treat the termination as a termination for convenience.
GOVERNMENT -WIDE DEBARMENT AND SUSPENSION (NONPROCUREMENT)
Background and Applicability
In conjunction with the Office of Management and Budget and other affected Federal
agencies, DOT published an update to 49 CFR Part 29 on November 26, 2003. This
government -wide regulation implements Executive Order 12549, Debarment and
Suspension, Executive Order 12689, Debarment and Suspension, and 31 U.S.C. 6101
note (Section 2455, Public Law 103-355, 108 Stat. 3327).
The provisions of Part 29 apply to all grantee contracts and subcontracts at any level
expected to equal or exceed $25,000 as well as any contract or subcontract (at any level)
for Federally required auditing services. 49 CFR 29.220(b). This represents a change
from prior practice in that the dollar threshold for application of these rules has been
lowered from $100,000 to $25,000. These are contracts and subcontracts referred to in
the regulation as "covered transactions."
Grantees, contractors, and subcontractors (at any level) that enter into covered
transactions are required to verify that the entity (as well as its principals and affiliates)
they propose to contract or subcontract with is not excluded or disqualified. They do this
by (a) Checking the Excluded Parties List System, (b) Collecting a certification from that
person, or (c) Adding a clause or condition to the contract or subcontract. This represents
a change from prior practice in that certification is still acceptable but is no longer required.
49 CFR 29.300.
Grantees, contractors, and subcontractors who enter into covered transactions also must
require the entities they contract with to comply with 49 CFR 29, subpart C and include
this requirement in their own subsequent covered transactions (i.e., the requirement flows
down to subcontracts at all levels).
Clause Language
The following clause language is suggested, not mandatory. It incorporates the optional
method of verifying that contractors are not excluded or disqualified by certification.
Suspension and Debarment
This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the
contractor is required to verify that none of the contractor, its principals, as defined at 49
CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as
defined at 49 CFR 29.940 and 29.945.
The contractor is required to comply with 49 CFR 29, Subpart C and must include the
requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it
enters into.
By signing and submitting its bid or proposal, the bidder or proposer certifies as follows:
The certification in this clause is a material representation of fact relied upon by the City of
Fort Collins. If it is later determined that the bidder or proposer knowingly rendered an
erroneous certification, in addition to remedies available to the City of Fort Collins, the
Federal Government may pursue available remedies, including but not limited to
suspension and/or debarment. The bidder or proposer agrees to comply with the
requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of
any contract that may arise from this offer. The bidder or proposer further agrees to
include a provision requiring such compliance in its lower tier covered transactions.
BUY AMERICA REQUIREMENTS
(49 U.S.C. 53230) 49 CFR Part 661)
Applicability to Contracts
The Buy America requirements apply to the following types of contracts: Construction
Contracts and Acquisition of Goods or Rolling Stock (valued at more than $100,000).
Flow Down
The Buy America requirements flow down from FTA recipients and subrecipients to first
tier contractors, who are responsible for ensuring that lower tier contractors and
subcontractors are in compliance. The $100,000 threshold applies only to the grantee
contract, subcontracts under that amount are subject to Buy America.
Mandatory Clause/Language
The Buy America regulation, at 49 CFR 661.13, requires notification of the Buy America
requirements in FTA-funded contracts, but does not specify the language to be used. The
following language has been developed by FTA.
Buy America - The contractor agrees to comply with 49 U.S.C. 53230) and 49 C.F.R. Part
661, which provide that Federal funds may not be obligated unless steel, iron, and
manufactured products used in FTA-funded projects are produced in the United States,
unless a waiver has been granted by FTA or the product is subject to a general waiver.
General waivers are listed in 49 C.F.R. 661.7, and include final assembly in the United
States for 15 passenger vans and 15 passenger wagons produced by Chrysler
Corporation, and microcomputer equipment and software. Separate requirements for
rolling stock are set out at 49 U.S.C. 53230)(2)(C) and 49 C.F.R. 661.11. Rolling stock
must be assembled in the United States and have a 60 percent domestic content.
A bidder or offeror must submit to the FTA recipient the appropriate Buy America
certification (below) with all bids or offers on FTA-funded contracts, except those subject to
a general waiver. Bids or offers that are not accompanied by a completed Buy America
certification must be rejected as nonresponsive. This requirement does not apply to lower
tier subcontractors.
BIDDER MUST SIGN ONE (1) OF THE FOLLOWING:
Certification requirement for procurement of steel, iron, or manufactured products.
Certificate of Compliance with 49 U.S.C. 5323Q)(1)
The bidder or offeror hereby certifies that it will meet the requirements of 49 U.S.C.
53230)(1) and the applicable regulations in 49 C.F.R. Part 661.5.
Date
Signature
Company Name
Title
Certificate of Non -Compliance with 49 U.S. C. 5323Q)(1)
The bidder or offeror hereby certifies that it cannot comply with the requirements of 49
U.S.C. 53230)(1) and 49 C.F.R. 661.5, but it may qualify for an exception pursuant to 49
U.S.C. 53230)(2)(A), 53230)(2)(B), or 53230)(2)(D), and 49 C.F.R. 661.7.
Date
Signature
Company Name
Title
Certification requirement for procurement of buses, other rolling stock and
associated equipment.
Certificate of Compliance with 49 U.S.C. 53236)(2)(C).
The bidder or offeror hereby certifies that it will comply with the requirements of 49 U.S.C.
53230)(2)(C) and the regulations at 49 C.F.R. Part 661.11.
Date
Signature
Company Name
Title
Certificate of Non -Compliance with 49 U.S.C. 53236)(2)(C)
The bidder or offeror hereby certifies that it cannot comply with the requirements of 49
U.S.C. 53230)(2)(C) and 49 C.F.R. 661.11, but may qualify for an exception pursuant to
49 U.S.C. 53230)(2)(A), 53230)(2)(B), or 53230)(2)(D), and 49 CFR 661.7.
Date _
Signature
Company Name
Title
BREACHES AND DISPUTE RESOLUTION
(49 CFR Part 18FTA Circular 4220.1 E)
Applicability to Contracts
All contracts in excess of $100,000 shall contain provisions or conditions which will allow
for administrative, contractual, or legal remedies in instances where contractors violate or
breach contract terms, and provide for such sanctions and penalties as may be
appropriate. This may include provisions for bonding, penalties for late or inadequate
performance, retained earnings, liquidated damages or other appropriate measures.
Flow Down
The Breaches and Dispute Resolutions requirements flow down to all tiers.
Model Clauses/Language
FTA does not prescribe the form or content of such provisions. What provisions are
developed will depend on the circumstances and the type of contract. Recipients should
consult legal counsel in developing appropriate clauses. The following clauses are
examples of provisions from various FTA third party contracts.
/`F�ort of
` �Puchasing
I_11117:111411 9111►'i 4 91m]
SPECIFICATIONS AND CONTRACT DOCUMENTS
Description of BID 8309: Drake & Shields Intersection Improvements
OPENING DATE: 3:00 PM (Our Clock) May 20, 2016
Financial Services
Purchasing Division
215 N. Mason St. 2nd 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 — Geotechnical Report
Please contact Elliot Dale, 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.
SWELL -COMPRESSION TEST
z
O
- Expansion under constant pressure due to wetting
0
_ __
z
s
S
O
U
1
3
z
u
z
1000
10000
100000
LOAD (PSF)
Sample Location
Boring
�+
G EOCAL, INC.
Drake & Shields Intersection Improvements
JOB NO.
G14.1565.000
SWELL - COMPRESSION TEST RESULTS
FIGURE NO.
4
1
Sample Depth
l foot
Sample Description
Clayey sand, fill
USCS Classification
SC
AASHTO Classification
A-6(5)
D Density
110 cf
Moisture Content
17.6
Volume Change
0.9
Swell Pressure
0 psf
Disputes - Disputes arising in the performance of this Contract which are not resolved by
agreement of the parties shall be decided in writing by the authorized representative of
(Recipient)'s [title of employee]. This decision shall be final and conclusive unless within
[ten (10)] days from the date of receipt of its copy, the Contractor mails or otherwise
furnishes a written appeal to the [title of employee]. In connection with any such appeal,
the Contractor shall be afforded an opportunity to be heard and to offer evidence in
support of its position. The decision of the [title of employee] shall be binding upon the
Contractor and the Contractor shall abide be the decision.
Performance During Dispute - Unless otherwise directed by (Recipient), Contractor shall
continue performance under this Contract while matters in dispute are being resolved.
Claims for Damages - Should either party to the Contract suffer injury or damage to
person or property because of any act or omission of the party or of any of his employees,
agents or others for whose acts he is legally liable, a claim for damages therefor shall be
made in writing to such other party within a reasonable time after the first observance of
such injury of damage.
Remedies - Unless this contract provides otherwise, all claims, counterclaims, disputes
and other matters in question between the (Recipient) and the Contractor arising out of or
relating to this agreement or its breach will be decided by arbitration if the parties mutually
agree, or in a court of competent jurisdiction within the State in which the (Recipient) is
located.
Rights and Remedies - The duties and obligations imposed by the Contract Documents
and the rights and remedies available thereunder shall be in addition to and not a limitation
of any duties, obligations, rights and remedies otherwise imposed or available by law. No
action or failure to act by the (Recipient), (Architect) or Contractor shall constitute a waiver
of any right or duty afforded any of them under the Contract, nor shall any such action or
failure to act constitute an approval of or acquiescence in any breach thereunder, except
as may be specifically agreed in writing.
LOBBYING
(31 U.S.C. 1352 49 CFR Part 19 49 CFR Part 20)
Applicability to Contracts
The Lobbying requirements apply to Construction/Architectural and
Engineering/Acquisition of Rolling Stock/Professional Service Contract/Operational
Service Contract/Turnkey contracts.
Flow Down
The Lobbying requirements mandate the maximum flow down, pursuant to Byrd Anti -
Lobbying Amendment, 31 U.S.C. § 1352(b)(5) and 49 C.F.R. Part 19, Appendix A, Section
7.
Mandatory Clause/Language
Clause and specific language therein are mandated by 49 CFR Part 19, Appendix A.
Modifications have been made to the Clause pursuant to Section 10 of the Lobbying
Disclosure Act of 1995, P.L. 104-65 [to be codified at 2 U.S.C. § 1601, et seq.]
Lobbying Certification and Disclosure of Lobbying Activities for third party contractors
are mandated by 31 U.S.C. 1352(b)(5), as amended by Section 10 of the Lobbying
Disclosure Act of 1995, and DOT implementing regulation, "New Restrictions on
Lobbying," at 49 CFR § 20.110(d)
Language in Lobbying Certification is mandated by 49 CFR Part 19, Appendix A,
Section 7, which provides that contractors file the certification required by 49 CFR Part
20, Appendix A.
Modifications have been made to the Lobbying Certification pursuant to Section 10 of the
Lobbying Disclosure Act of 1995.
- Use of "Disclosure of Lobbying Activities," Standard Form-LLL set forth in Appendix B
of 49 CFR Part 20, as amended by "Government wide Guidance For New Restrictions
on Lobbying," 61 Fed. Reg. 1413 (1/19/96) is mandated by 49 CFR Part 20, Appendix
A.
Byrd Anti -Lobbying Amendment, 31 U.S.C. 1352, as amended by the Lobbying
Disclosure Act of 1995, P.L. 104-65 [to be codified at 2 U.S.C. § 1601, et seq.] -
Contractors who apply or bid for an award of $100,000 or more shall file the certification
required by 49 CFR part 20, "New Restrictions on Lobbying." Each tier certifies to the tier
above that it will not and has not used Federal appropriated funds to pay any person or
organization for influencing or attempting to influence an officer or employee of any
agency, a member of Congress, officer or employee of Congress, or an employee of a
member of Congress in connection with obtaining any Federal contract, grant or any other
award covered by 31 U.S.C. 1352. Each tier shall also disclose the name of any registrant
under the Lobbying Disclosure Act of 1995 who has made lobbying contacts on its behalf
with non -Federal funds with respect to that Federal contract, grant or award covered by 31
U.S.C. 1352. Such disclosures are forwarded from tier to tier up to the recipient.
APPENDIX A, 49 CFR PART 20--CERTIFICATION REGARDING LOBBYING
Certification for Contracts, Grants, Loans, and Cooperative Agreements
(To be submitted with each bid or offer exceeding $100,000)
The undersigned [Contractor] certifies, to the best of his or her knowledge and belief, that:
(1) 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 an 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.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to
any person for making lobbying contacts to an officer or employee of any 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 [as
amended by "Government wide Guidance for New Restrictions on Lobbying," 61 Fed.
Reg. 1413 (1/19/96). Note: Language in paragraph (2) herein has been modified in
accordance with Section 10 of the Lobbying Disclosure Act of 1995 (P.L. 104-65, to be
codified at 2 U.S.C. 1601, et seq.)]
(3) The undersigned shall require that the language of this certification be included in the
award documents for all subawards at all tiers (including subcontracts, subgrants, and
contracts under grants, loans, and cooperative agreements) and that all subrecipients
shall certify and disclose accordingly.
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 (as amended by
the Lobbying Disclosure Act of 1995). 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.
[Note: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited
expenditure or fails to file or amend a required certification or disclosure form shall be
subject to a civil penalty of not less than $10,000 and not more than $100,000 for each
such expenditure or failure.]
The Contractor, certifies or affirms the
truthfulness and accuracy of each statement of its certification and disclosure, if any. In
addition, the Contractor understands and agrees that the provisions of 31 U.S.C. A 3801,
et seq., apply to this certification and disclosure, if any.
Signature of Contractor's Authorized Official
Name and Title of Contractor's Authorized Official
Date
CLEAN AIR
(42 U.S.C. 7401 et seq, 40 CFR 15.61, 49 CFR Part 18)
Applicability to Contracts
The Clean Air requirements apply to all contracts exceeding $100,000, including indefinite
quantities where the amount is expected to exceed $100,000 in any year.
Flow Down
The Clean Air requirements flow down to all subcontracts which exceed $100,000.
Model Clauses/Lanquacle
No specific language is required. FTA has proposed the following language.
Clean Air - (1) The Contractor agrees to comply with all applicable standards, orders or
regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. §§ 7401 et seq.
The Contractor agrees to report each violation to the Purchaser and understands and
agrees that the Purchaser will, in turn, report each violation as required to assure
notification to FTA and the appropriate EPA Regional Office.
(2) The Contractor also agrees to include these requirements in each subcontract
exceeding $100,000 financed in whole or in part with Federal assistance provided by
FTA.
CLEAN WATER REQUIREMENTS
(33 U.S.C. 1251)
Applicability to Contracts
The Clean Water requirements apply to each contract and subcontract which exceeds
$100,000.
Flow Down
The Clean Water requirements flow down to FTA recipients and subrecipients at every
tier.
Model Clause/Language
While no mandatory clause is contained in the Federal Water Pollution Control Act, as
amended, the following language developed by FTA contains all the mandatory
requirements:
Clean Water - (1) The Contractor agrees to comply with all applicable standards, orders or
regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33
U.S.C. 1251 et sec.. The Contractor agrees to report each violation to the Purchaser and
understands and agrees that the Purchaser will, in turn, report each violation as required
to assure notification to FTA and the appropriate EPA Regional Office.
(2) The Contractor also agrees to include these requirements in each subcontract
exceeding $100,000 financed in whole or in part with Federal assistance provided by
FTA.
CARGO PREFERENCE REQUIREMENTS
(46 U.S.C. 1241 , 46 CFR Part 381)
Applicability to Contracts
The Cargo Preference requirements apply to all contracts involving equipment, materials,
or commodities which may be transported by ocean vessels.
Flow Down
The Cargo Preference requirements apply to all subcontracts when the subcontract may
be involved with the transport of equipment, material, or commodities by ocean vessel.
Model Clause/Language
The MARAD regulations at 46 CFR 381.7 contain suggested contract clauses. The
following language is proffered by FTA.
Cargo Preference - Use of United States -Flag Vessels - The contractor agrees: a. to
use privately owned United States -Flag commercial vessels to ship at least 50 percent of
the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and
tankers) involved, whenever shipping any equipment, material, or commodities pursuant to
the underlying contract to the extent such vessels are available at fair and reasonable
rates for United States -Flag commercial vessels; b. to furnish within 20 working days
following the date of loading for shipments originating within the United States or within 30
working days following the date of leading for shipments originating outside the United
States, a legible copy of a rated, "on -board" commercial ocean bill -of -lading in English for
each shipment of cargo described in the preceding paragraph to the Division of National
Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590
and to the FTA recipient (through the contractor in the case of a subcontractor's bill -of -
lading.) c. to include these requirements in all subcontracts issued pursuant to this
contract when the subcontract may involve the transport of equipment, material, or
commodities by ocean vessel.
DAVIS-BACON AND COPELAND ANTI -KICKBACK ACTS
Background and Application
The Davis -Bacon and Copeland Acts are codified at 40 USC 3141, et seq. and 18 USC
874. The Acts apply to grantee construction contracts and subcontracts that "at least
partly are financed by a loan or grant from the Federal Government." 40 USC 3145(a), 29
CFR 5.2(h), 49 CFR 18.36(i)(5). The Acts apply to any construction contract over $2,000.
40 USC 3142(a), 29 CFR 5.5(a). 'Construction,' for purposes of the Acts, includes "actual
construction, alteration and/or repair, including painting and decorating." 29 CFR 5.5(a).
The requirements of both Acts are incorporated into a single clause (see 29 CFR 3.11)
enumerated at 29 CFR 5.5(a) and reproduced below.
The clause language is drawn directly from 29 CFR 5.5(a) and any deviation from the
model clause below should be coordinated with counsel to ensure the Acts' requirements
are satisfied.
Clause Language
Davis -Bacon and Copeland Anti -Kickback Acts
(1) Minimum wages - (i) All laborers and mechanics employed or working upon the site of
the work (or under the United States Housing Act of 1937 or under the Housing Act of
1949 in the construction or development of the project), 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)(iv) 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 Part 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 classifications and wage rates conformed
under paragraph (1)(ii) 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.
(ii)(A) 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:
(1) Except with respect to helpers as defined as 29 CFR 5.2(n)(4), the work to be
performed by the classification requested is not performed by a classification in the
wage determination; and
(2) The classification is utilized in the area by the construction industry; and
(3) The proposed wage rate, including any bona fide fringe benefits, bears a
reasonable relationship to the wage rates contained in the wage determination; and
(4) With respect to helpers as defined in 29 CFR 5.2(n)(4), such a classification
prevails in the area in which the work is performed.
(B) 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.
(C) 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 Administrator for determination. The 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.
(D) The wage rate (including fringe benefits where appropriate) determined pursuant to
paragraphs (a)(1)(ii) (B) or (C) 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.
(iii) 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.
(iv) 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.
(v)(A) The contracting officer shall require that any class of laborers or mechanics
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 therefor only when the following criteria have been met:
(1) The work to be performed by the classification requested is not performed by a
classification in the wage determination; and
(2) The classification is utilized in the area by the construction industry; and
(3) The proposed wage rate, including any bona fide fringe benefits, bears a
reasonable relationship to the wage rates contained in the wage determination.
(B) 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, 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.
(C) 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 Administrator for determination. The Administrator, or an authorized
representative, will issue a determination with 30 days of receipt and so advise the
contracting officer or will notify the contracting officer within the 30-day period that
additional time is necessary.
(D) The wage rate (including fringe benefits where appropriate) determined pursuant to
paragraphs (a)(1)(v) (B) or (C) 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.
(2) Withholding - The [ insert name of grantee ] 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 (or under the United States Housing Act of 1937 or under the Housing Act of
1949 in the construction or development of the project), all or part of the wages
required by the contract, the [ insert name of grantee ] may, after written notice to the
contractor, sponsor, applicant, or owner, 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.
(2) Payrolls and basic records - (i) 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
(or under the United States Housing Act of 1937, or under the Housing Act of 1949, in
the construction or development of the project). 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.
(ii)(A) The contractor shall submit weekly for each week in which any contract work is
performed a copy of all payrolls to the [ insert name of grantee ] for transmission to
the Federal Transit Administration. The payrolls submitted shall set out accurately and
completely all of the information required to be maintained under section 5.5(a)(3)(i) of
Regulations, 29 CFR part 5. This information may be submitted in any form desired.
Optional Form WH-347 is available for this purpose and may be purchased from the
Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S.
Government Printing Office, Washington, DC 20402. The prime contractor is
responsible for the submission of copies of payrolls by all subcontractors.
(B) 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:
(1) That the payroll for the payroll period contains the information required to be
maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR part 5 and that such
information is correct and complete;
(2) 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;
(3) 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.
(C) 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 (a)(3)(ii)(B) of this section.
(D) 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.
(iii) The contractor or subcontractor shall make the records required under paragraph
(a)(3)(i) of this section available for inspection, copying, or transcription by authorized
representatives of the Federal Transit Administration 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 Federal agency may, after written notice to the contractor, sponsor,
applicant, or owner, 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.
(3) Apprentices and trainees - (i) Apprentices - 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, Bureau of Apprenticeship and Training, or with a State Apprenticeship
Agency recognized by the Bureau, 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 Bureau
of Apprenticeship and Training 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
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
of the Wage and Hour Division of the U.S. Department of Labor determines that a
different practice prevails for the applicable apprentice classification, fringes shall be
paid in accordance with that determination. In the event the Bureau of Apprenticeship
and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws
approval of an apprenticeship program, the contractor 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.
(ii) Trainees - 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.
(iii) 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.
(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 in any subcontracts the
clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the
Federal Transit Administration may by appropriate instructions require, and also a
clause requiring the subcontractors to include these clauses 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.
Gradation Test Results
100
000
N O O 0 O V O
I I I I I I I
I I
I I
90
I
I I I I I I I I I
I I I I I I i t I I I
I I I I I I l i I I I
80 I I
I
I I I I I I I I I
I I I I I I I I
I I I I I I I I
70 I I
I I
_I
I I I I I I I I I
I I I I I I I I I
N I I
LL I I
W
I I I I I I I I I I
I I I I I I I I I I I
1
z 60
II
I
I
I
I
I
I I
I I
I
I
I
I
I
I
I
I
I
I
I
I
I I
I
I
I
I
I
I
I I
I
I
I
I
I
I
I
I
Z 50
W
U
I
I
I
I
I
I
I I
I I
I
I
I
I
I
I
I
I
I
I
I
t
I
I
I
I
I
I I
I I
I
W 40
I
I
I
I I
I
I
I
I
I
I
I I
I
I
I
I
I I
I
I
I
I
I
I
I I
I
30
I
I
I
I
I
I
I
I
I I
I I
I I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I
I I
I I
I I
I
I
1
I
I
I
I I
I
I
I
I
I
I
I I
I
20
I
I
I
I
I
I
I I
I I
I
I
1
I
I
I
I
I
I
I
I I
I
I
I
I
I
I
I
I I
I I
I
I
I
I
I
I
I
I
I
I
I
I
I I
I I
I
I
10
I
I
I
I I
I
I
I
i I I I I
I
0
I
I
I
1 I
I
I
1
I
I I
I
100
10 1 0.1
0.01
0.001
GRAIN SIZE - mm.
% +3"
% Gravel
% Sand
% Sift
% clay
0
6
47
47
7
0
0
54
46
ILL
PL
Dag
Dro
135n
Daa
Dig
DIn
C
C
37
17
0.8302
0.1530
0.0901
39
19
0.3602
0.1375
0.0903
Material Description
USCS
AASHTO
O clayey sand, fill
SC
A-6(5)
❑ clayey sand, fill
SC
A-6(5)
' Project No. G14.1565.000 Client: Interwest Consulting Group
Remarks:
Project: Drake & Shields
Intersection Improvements
Location: Boring P-1
Depth: 1-5 Sample Number: 7011-1
Location: Boring P-1
Depth: 1 foot Sample Number: 701 1-2
GEOCAL, INC.
Figure
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 - (i) 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).
(ii) 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).
(iii) The penalty for making false statements is prescribed in the U.S. Criminal Code,
18 U.S.C. 1001.
CONTRACT WORK HOURS AND SAFETY STANDARDS ACT
Background and Application
The Contract Work Hours and Safety Standards Act is codified at 40 USC 3701, et seq.
The Act applies to grantee contracts and subcontracts "financed at least in part by loans or
grants from ... the [Federal] Government." 40 USC 3701(b)(1)(13)(iii) and (b)(2), 29 CFR
5.2(h), 49 CFR 18.36(i)(6). Although the original Act required its application in any
construction contract over $2,000 or non -construction contract to which the Act applied
over $2,500 (and language to that effect is still found in 49 CFR 18.36(i)(6)), the Act no
longer applies to any "contract in an amount that is not greater than $100,000." 40 USC
3701(b)(3) (A)(iii).
The Act applies to construction contracts and, in very limited circumstances, non -
construction projects that employ "laborers or mechanics on a public work." These non -
construction applications do not generally apply to transit procurements because transit
procurements (to include rail cars and buses) are deemed "commercial items." 40 USC
3707, 41 USC 403 (12). A grantee that contemplates entering into a contract to procure a
developmental or unique item should consult counsel to determine if the Act applies to that
procurement and that additional language required by 29 CFR 5.5(c) must be added to the
basic clause below.
The clause language is drawn directly from 29 CFR 5.5(b) and any deviation from the
model clause below should be coordinated with counsel to ensure the Act's requirements
are satisfied.
Clause Language
Contract Work Hours and Safety Standards
(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 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 (write in the name of
the grantee) 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 paragraphs (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.
BONDING REQUIREMENTS
Applicability to Contracts
For those construction or facility improvement contracts or subcontracts exceeding
$100,000, FTA may accept the bonding policy and requirements of the recipient,
provided that they meet the minimum requirements for construction contracts as
follows:
a. A bid guarantee from each bidder equivalent to five (5) percent of the bid price. The
"bid guarantees" shall consist of a firm commitment such as a bid bond, certifies
check, or other negotiable instrument accompanying a bid as assurance that the
bidder will, upon acceptance of his bid, execute such contractual documents as may
be required within the time specified.
b. A performance bond on the part to the Contractor for 100 percent of the contract price.
A "performance bond" is one executed in connection with a contract to secure
fulfillment of all the contractor's obligations under such contract.
c. A payment bond on the part of the contractor for 100 percent of the contract price. A
"payment bond" is one executed in connection with a contract to assure payment, as
required by law, of all persons supplying labor and material in the execution of the
work provided for in the contract. Payment bond amounts required from Contractors
are as follows:
(1) 50% of the contract price if the contract price is not more than $1 million;
(2) 40% of the contract price if the contract price is more than $1 million but not more
than $5 million; or
(3) $2.5 million if the contract price is more than $5 million.
A cash deposit, certified check or other negotiable instrument may be accepted by a
grantee in lieu of performance and payment bonds, provided the grantee has
established a procedure to assure that the interest of FTA is adequately protected. An
irrevocable letter of credit would also satisfy the requirement for a bond.
Flow Down
Bonding requirements flow down to the first tier contractors.
Model Clauses/Language
FTA does not prescribe specific wording to be included in third party contracts. FTA has
prepared sample clauses as follows:
Bid Bond Requirements (Construction)
(a) Bid Security
A Bid Bond must be issued by a fully qualified surety company acceptable to
(Recipient) and listed as a company currently authorized under 31 CFR, Part 223
as possessing a Certificate of Authority as described thereunder.
(b) Rights Reserved
In submitting this Bid, it is understood and agreed by bidder that the right is
reserved by (Recipient) to reject any and all bids, or part of any bid, and it is
agreed that the Bid may not be withdrawn for a period of [ninety (90)] days
subsequent to the opening of bids, without the written consent of (Recipient).
It is also understood and agreed that if the undersigned bidder should withdraw
any part or all of his bid within [ninety (90)] days after the bid opening without the
written consent of (Recipient), shall refuse or be unable to enter into this Contract,
as provided above, or refuse or be unable to furnish adequate and acceptable
Performance Bonds and Labor and Material Payments Bonds, as provided above,
or refuse or be unable to furnish adequate and acceptable insurance, as provided
above, he shall forfeit his bid security to the extent of (Recipient's) damages
occasioned by such withdrawal, or refusal, or inability to enter into an agreement,
or provide adequate security therefor.
It is further understood and agreed that to the extent the defaulting bidder's Bid
Bond, Certified Check, Cashier's Check, Treasurer's Check, and/or Official Bank
Check (excluding any income generated thereby which has been retained by
(Recipient) as provided in [Item x "Bid Security" of the Instructions to Bidders])
shall prove inadequate to fully recompense (Recipient) for the damages
occasioned by default, then the undersigned bidder agrees to indemnify (Recipient)
and pay over to (Recipient) the difference between the bid security and
(Recipient's) total damages, so as to make (Recipient) whole.
The undersigned understands that any material alteration of any of the above or
any of the material contained on this form, other than that requested, will render
the bid unresponsive.
Performance and Payment Bonding Requirements (Construction)
The Contractor shall be required to obtain performance and payment bonds as follows:
(a) Performance bonds
1. The penal amount of performance bonds shall be 100 percent of the original
contract price, unless the (Recipient) determines that a lesser amount would be
adequate for the protection of the (Recipient).
2. The (Recipient) may require additional performance bond protection when a
contract price is increased. The increase in protection shall generally equal 100
percent of the increase in contract price. The (Recipient) may secure additional
protection by directing the Contractor to increase the penal amount of the existing
bond or to obtain an additional bond.
(b) Payment bonds
1. The penal amount of the payment bonds shall equal:
(i) Fifty percent of the contract price if the contract price is not more than $1
million.
(ii) Forty percent of the contract price if the contract price is more than $1 million
but not more than $5 million; or
(iii) Two and one half million if the contract price is more than $5 million.
2. If the original contract price is $5 million or less, the (Recipient) may require
additional protection as required by subparagraph 1 if the contract price is
increased.
Performance and Payment Bonding Requirements (Non -Construction)
The Contractor may be required to obtain performance and payment bonds when
necessary to protect the (Recipient's) interest.
(a) The following situations may warrant a performance bond:
1. (Recipient) property or funds are to be provided to the contractor for use in
performing the contract or as partial compensation (as in retention of salvaged
material).
2. A contractor sells assets to or merges with another concern, and the (Recipient),
after recognizing the latter concern as the successor in interest, desires assurance
that it is financially capable.
3. Substantial progress payments are made before delivery of end items starts.
4. Contracts are for dismantling, demolition, or removal of improvements.
(b) When it is determined that a performance bond is required, the Contractor shall be
required to obtain performance bonds as follows:
1. The penal amount of performance bonds shall be 100 percent of the original
contract price, unless the (Recipient) determines that a lesser amount would be
adequate for the protection of the (Recipient).
2. The (Recipient) may require additional performance bond protection when a
contract price is increased. The increase in protection shall generally equal 100
percent of the increase in contract price. The (Recipient) may secure additional
protection by directing the Contractor to increase the penal amount of the existing
bond or to obtain an additional bond.
(c) A payment bond is required only when a performance bond is required, and if the use
of payment bond is in the (Recipient's) interest.
(d) When it is determined that a payment bond is required, the Contractor shall be required
to obtain payment bonds as follows:
1. The penal amount of payment bonds shall equal:
(i) Fifty percent of the contract price if the contract price is not more than $1
million;
(ii) Forty percent of the contract price if the contract price is more than $1 million
but not more than $5 million; or
(iii) Two and one half million if the contract price is increased.
Advance Payment Bonding Requirements
The Contractor may be required to obtain an advance payment bond if the contract
contains an advance payment provision and a performance bond is not furnished. The
(recipient) shall determine the amount of the advance payment bond necessary to protect
the (Recipient).
Patent Infringement Bonding Requirements (Patent Indemnity)
The Contractor may be required to obtain a patent indemnity bond if a performance bond
is not furnished and the financial responsibility of the Contractor is unknown or doubtful.
The (recipient) shall determine the amount of the patent indemnity to protect the
(Recipient).
Warranty of the Work and Maintenance Bonds
1. The Contractor warrants to (Recipient), the Architect and/or Engineer that all materials
and equipment furnished under this Contract will be of highest quality and new unless
otherwise specified by (Recipient), free from faults and defects and in conformance
with the Contract Documents. All work not so conforming to these standards shall be
considered defective. If required by the [Project Manager], the Contractor shall furnish
satisfactory evidence as to the kind and quality of materials and equipment.
2. The Work furnished must be of first quality and the workmanship must be the best
obtainable in the various trades. The Work must be of safe, substantial and durable
construction in all respects. The Contractor hereby guarantees the Work against
defective materials or faulty workmanship for a minimum period of one (1) year after
Final Payment by (Recipient) and shall replace or repair any defective materials or
equipment or faulty workmanship during the period of the guarantee at no cost to
(Recipient). As additional security for these guarantees, the Contractor shall, prior to
the release of Final Payment [as provided in Item X below], furnish separate
Maintenance (or Guarantee) Bonds in form acceptable to (Recipient) written by the
same corporate surety that provides the Performance Bond and Labor and Material
Payment Bond for this Contract. These bonds shall secure the Contractor's obligation
to replace or repair defective materials and faulty workmanship for a minimum period
of one (1) year after Final Payment and shall be written in an amount equal to ONE
HUNDRED PERCENT (100%) of the CONTRACT SUM, as adjusted (if at all).
CIVIL RIGHTS REQUIREMENTS
(29 U.S.C. § 623, 42 U.S.C. § 2000 42 U.S.C. § 6102, 42 U.S.C. § 12112 42 U.S.C. §
12132, 49 U.S.C. § 5332 29 CFR Part 1630, 41 CFR Parts 60 et seq.)
Applicability to Contracts
The Civil Rights Requirements apply to all contracts.
Flow Down
The Civil Rights requirements flow down to all third party contractors and their contracts at
every tier.
Model Clause/Language
The following clause was predicated on language contained at 49 CFR Part 19, Appendix
A, but FTA has shortened the lengthy text.
Civil Rights - The following requirements apply to the underlying contract
(1) Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42
U.S.C. § 2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42
U.S.C. § 6102, section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. §
12132, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will
not discriminate against any employee or applicant for employment because of race,
color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees
to comply with applicable Federal implementing regulations and other implementing
requirements FTA may issue.
(2) Equal Employment Opportunity - The following equal employment opportunity
requirements apply to the underlying contract:
(a) Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil
Rights Act, as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C.
§ 5332, the Contractor agrees to comply with all applicable equal employment
opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations,
"Office of Federal Contract Compliance Programs, Equal Employment Opportunity,
Department of Labor," 41 C.F.R. Parts 60 et sec., (which implement Executive
Order No. 11246, "Equal Employment Opportunity," as amended by Executive
Order No. 11375, "Amending Executive Order 11246 Relating to Equal
Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable
Federal statutes, executive orders, regulations, and Federal policies that may in
the future affect construction activities undertaken in the course of the Project. The
Contractor agrees to take affirmative action to ensure that applicants are
employed, and that employees are treated during employment, without regard to
their race, color, creed, national origin, sex, or age. Such action shall include, but
not be limited to, the following: 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. In
addition, the Contractor agrees to comply with any implementing requirements FTA
may issue.
(b) Acme - In accordance with section 4 of the Age Discrimination in Employment Act of
1967, as amended, 29 U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332,
the Contractor agrees to refrain from discrimination against present and
prospective employees for reason of age. In addition, the Contractor agrees to
comply with any implementing requirements FTA may issue.
(c) Disabilities - In accordance with section 102 of the Americans with Disabilities Act,
as amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the
requirements of U.S. Equal Employment Opportunity Commission, "Regulations to
Implement the Equal Employment Provisions of the Americans with Disabilities
Act," 29 C.F.R. Part 1630, pertaining to employment of persons with disabilities. In
addition, the Contractor agrees to comply with any implementing requirements FTA
may issue.
(d) Special DOL EEO Clause - In addition to the foregoing, when undertaking
"construction" as recognized by the U.S. Department of Labor (U.S. DOL), the
Recipient agrees to comply, and assures that each Third Party Participant will
comply, with: (a) U.S. DOL regulations, "Office of Federal Contract Compliance
Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R.
chapter 60, and (b) Executive Order 11246, "Equal Employment Opportunity," as
amended by Executive Order 11375, "Amending Executive Order 11246, Relating
to Equal Employment Opportunity," 42 U.S.C. § 2000e note.
(3) The Contractor also agrees to include these requirements in each subcontract financed
in whole or in part with Federal assistance provided by FTA, modified only if necessary
to identify the affected parties.
DISADVANTAGED BUSINESS ENTERPRISE (DBE)
(49 CFR Part 26)
Background and Applicability
The newest version on the Department of Transportation's Disadvantaged Business
Enterprise (DBE) program became effective July 16, 2003. The rule provides guidance to
grantees on the use of overall and contract goals, requirement to include DBE provisions
in subcontracts, evaluating DBE participation where specific contract goals have been set,
reporting requirements, and replacement of DBE subcontractors. Additionally, the DBE
program dictates payment terms and conditions (including limitations on retainage)
applicable to all subcontractors regardless of whether they are DBE firms or not.
The DBE program applies to all DOT -assisted contracting activities. A formal clause such
as that below must be included in all contracts above the micro -purchase level. The
requirements of clause subsection b flow down to subcontracts.
A substantial change to the payment provisions in this newest version of Part 26 concerns
retainage (see section 26.29). Grantee choices concerning retainage should be reflected
in the language choices in clause subsection d.
Clause Lanquage
The following clause language is suggested, not mandatory. It incorporates the payment
terms and conditions applicable to all subcontractors based in Part 26 as well as those
related only to DBE subcontractors. The suggested language allows for the options
available to grantees concerning retainage, specific contract goals, and evaluation of DBE
subcontracting participation when specific contract goals have been established.
Disadvantaged Business Enterprises
a. This contract is subject to the requirements of Title 49, Code of Federal Regulations,
Part 26, Participation by Disadvantaged Business Enterprises in Department of
Transportation Financial Assistance Programs. The national goal for participation of
Disadvantaged Business Enterprises (DBE) is 10%. The agency's overall goal for
DBE participation is 5 %. A contract goal of 10 % DBE participation has been
established for this procurement.
b. The contractor 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 this DOT -assisted
contract. 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 City of Fort Collins deems appropriate. Each subcontract the contractor
signs with a subcontractor must include the assurance in this paragraph (see 49 CFR
26.13(b)).
c. Bidders/offerors are required to document sufficient DBE participation to meet these
goals or, alternatively, document adequate good faith efforts to do so, as provided for
in 49 CFR 26.53. Award of this contract is conditioned on submission of the
following concurrent with and accompanying sealed bid:
1. The names and addresses of DBE firms that will participate in this contract;
2. A description of the work each DBE will perform;
3. The dollar amount of the participation of each DBE firm participating;
4. Written documentation of the bidder/offeror's commitment to use a DBE
subcontractor whose participation it submits to meet the contract goal;
5. Written confirmation from the DBE that it is participating in the contract as provided
in the prime contractor's commitment; and
6. If the contract goal is not met, evidence of good faith efforts to do so.
Bidders must present the information required above as a matter of responsiveness
(see 49 CFR 26.53(3)).
(if no separate contract goal has been established, use the following) The
successful bidder/offeror will be required to report its DBE participation obtained
through race -neutral means throughout the period of performance.
d. The contractor is required to pay its subcontractors performing work related to this
contract for satisfactory performance of that work no later than 30 days after the
contractor's receipt of payment for that work from the City of Fort Collins. In addition,
the contractor may not hold retainage from its subcontractors and is required to return
any retainage payments to those subcontractors within 30 days after the
subcontractor's work related to this contract is satisfactorily completed.
e. The contractor must promptly notify the City of Fort Collins whenever a DBE
subcontractor performing work related to this contract is terminated or fails to complete
its work, and must make good faith efforts to engage another DBE subcontractor to
perform at least the same amount of work. The contractor may not terminate any DBE
subcontractor and perform that work through its own forces or those of an affiliate
without prior written consent of the City of Fort Collins.
ADA ACCESS
Accessibility. Facilities to be used in public transportation service must comply with 42
U.S.C. Sections 12101 et seq. and DOT regulations, "Transportation Services for
Individuals with Disabilities (ADA)," 49 CFR Part 37; and Joint ATBCB/DOT regulations,
"Americans with Disabilities (ADA) Accessibility Specifications for Transportation
Vehicles," 36 CFR Part 1192 and 49 CFR Part 38. Notably, DOT incorporated by
reference the ATBCB's "Americans with Disabilities Act Accessibility Guidelines"
(ADAAG), revised July 2004, which include accessibility guidelines for buildings and
facilities, and are incorporated into Appendix A to 49 CFR Part 37. DOT also added
specific provisions to Appendix A modifying the ADAAG, with the result that buildings and
facilities must comply with both the ADAAG and amendments thereto in Appendix A to 49
CFR Part 37.
CITY OF FORT COLLINS BID PROTEST PROCEDURES
The City of Fort Collins has a protest procedure, covering any phase of solicitation or
award, including but not limited to specification or award. The protest procedures are
available from the Purchasing Department, City of Fort Collins, 215 N. Mason, Street, 2nd
Floor, P. O. Box 580, Fort Collins, CO. 80522. You may also request a copy of the
procedures by emailing: Purchasing@fcgov.com or calling 970-221-6775.
SECTION 00900
ADDENDA, MODIFICATIONS AND PAYMENT
00950 Contract Change Order
00960 Application for Payment
R-VALUE TEST REPORT
100
80
60
40
20
0
100 200 300 400 500 600 700 800
Exudation Pressure - psi
Resistance R-Value and Expansion Pressure - AASHTO T 190
No.
Compact.
Pressure
psi
Density
pcf
Moist.
%
Expansion
Pressure
psi
Horizontal
Press. psi
@ 160 psi
Sample
Height
in.
Exud.
Pressure
psi
R
Value
R
Value
Corr.
1
120
114.1
13.8
0.18
120
2.50
546
21
21
2
110
112.0
15.5
0.12
125
2.52
290
18
18
3
100
110.5
17.0
0.09
129
2.53
219
14
14
Test Results
Material Description
R-value at 300 psi exudation pressure = 18
clayey sand, till
Project No.: G 14.1565.000
Project: Drake & Shields Intersection Improvements
Location: Boring P-I
Sample Number: 7011-1 Depth: 1-5
Date: 1 /23/2015
Tested by: 11. Redzic
Checked by: W. Zitz. P.E.
Remarks:
Test performed in accordance with
Colorado procedure CP-L 3101
Figure
R-VALUE TEST REPORT
GEOCAL INC.
SECTION 00950
CHANGE ORDER NO.
PROJECT TITLE: 8309 DRAKE & SHIELDS INTERSECTION IMPROVEMENTS PROJECT
CONTRACTOR: MOUNTAIN CONSTRUCTORS INC.
PROJECT NUMBER: 8309
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
01011104
DATE:
REVIEWED BY: DATE:
Title:
APPROVED BY:
Title:
APPROVED BY:
Purchasing Agent over $60,000
cc: City Clerk Contractor Engineer
Project File Architect Purchasing
DATE:
DATE:
Section 00960
APPLICATION FOR PAYMENT
OWNER: City of Fort Collins PROJECT:
ENGINEER: CONTRACTOR:
APPLICATION NUMBER:
APPLICATION DATE:
PERIOD BEGINNING:
PERIOD ENDING:
PROJECT NUMBER:
PAGE 1 OF 4
CHANGE ORDERS
Application is made for Payment as shown below in connection with Contract
The present status of the account for this Contract is as
NUMBER DATE AMOUNT
follows:
1
2
Original Contract Amount:
3
Net Change by Change Order:
Current contract Amount:
$0.00
Total Completed and Stored to Date:
Less Previous Applications:
Amount Due this Application - Before Retainage:
$0.00
Less Retainage:
Net Change by Change Order $0.00
AMOUNT DUE THIS APPLICATION:
$0.00
CERTIFICATION:
The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with
the Work have been satisfied as required in Paragraph 14.3. of the General Conditions of the Contract.
The above Amount Due This Application is requested by the CONTRACTOR.
Date: By:
Payment of the above Amount Due This Application is recommended by the ENGINEER.
Date: By:
Payment of the above Amount Due This Application has been reviewed by the OWNER'S Project Manager.
Date: By:
Payment of the above Amount Due This Application is approved by the OWNER.
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
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
PAGE 4 OF 4
Installed On Hand
This This
Period 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
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
April 14, 2016
COLORADO DEPARTMENT OF TRANSPORTATION SPECIAL PROVISIONS
DRAKE & SHIELDS INTERSECTION IMPROVEMENT
LARIMER COUNTY
FORT COLLINS, COLORADO
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.
STANDARD SPECIAL PROVISIONS INDEX................................................................................................................3
NOTICETO BIDDERS...................................................................................................................................................5
DISADVANTAGED BUSINESS ENTERPRISE (DBE) CONTRACT GOAL..................................................................6
COMMENCEMENT AND COMPLETION OF WORK....................................................................................................7
ON THE JOB TRAINING CONTRACT GOAL...............................................................................................................8
REVISION OF SECTION 100 — GENERAL PROVISIONS...........................................................................................9
REVISION OF SECTION 101 - DEFINITION OF TERMS..........................................................................................10
REVISION OF SECTION 102 - PROJECT PLANS AND OTHER DATA....................................................................11
REVISION OF SECTION 104 LANE RENTAL FEE....................................................................................................12
REVISION OF SECTION 105 - CONTROL OF WORK, DISPUTES AND CLAIMS FOR CONTRACT
ADJUSTMENT.............................................................................................................................................................14
REVISION OF SECTION 106 - CONTROL OF MATERIAL........................................................................................16
REVISION OF SECTION 107 — PERMITS, LICENSES, PROTECTION OF EXISTING PROPERTY AND
INSURANCE................................................................................................................................................................17
REVISION OF SECTION 108 — PROSECUTION AND PROGRESS.........................................................................19
REVISION OF SECTION 109 — MEASUREMENT AND PAYMENT...........................................................................20
REVISION OF SECTION 201 — CLEARING AND GRUBBING..................................................................................21
REVISION OF SECTION 202 — REMOVAL OF STRUCTURES AND OBSTRUCTIONS..........................................23
REVISION OF SECTION 203 - EXCAVATION AND EMBANKMENT........................................................................25
REVISION OF SECTION 207 — TOPSOIL (SPECIAL)...............................................................................................28
REVISION OF SECTION 208 - EROSION CONTROL AND PERMANENT WATER QUALITY BMP (AS
CONSTRUCTEDSURVEY).........................................................................................................................................30
REVISION OF SECTION 210 - RESET STRUCTURES.............................................................................................32
REVISION OF SECTION 212 - SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING ...........................34
REVISION OF SECTION 212 —TREE RETENTION AND PROTECTION..................................................................36
REVISION OF SECTION 213— MULCHING................................................................................................................39
REVISION OF SECTION 214 — PLANTING................................................................................................................42
REVISION OF SECTION 250 — ENVIRONMENTAL, HEALTH AND SAFETY MANAGEMENT................................44
REVISION OF SECTION 304 —AGGREGATE BASE COURSE................................................................................45
REVISION OF SECTION 403 - HOT MIX ASPHALT..................................................................................................46
REVISION OF SECTION 504 - CONCRETE WALL...................................................................................................49
REVISION OF SECTION 504 — MASONRY BRICK WALL.........................................................................................50
REVISION OF SECTION 601 - CONCRETE FINISHING...........................................................................................56
REVISION OF SECTION 603 - CULVERTS AND SEWERS......................................................................................57
REVISION OF SECTION 604 — MANHOLES, INLETS AND WATER QUALITY VAULTS........................................58
REVISION OF SECTION 608 - SIDEWALKS AND BIKEWAYS.................................................................................59
REVISION OF SECTION 609 - CURB AND GUTTER................................................................................................61
REVISION OF SECTION 610 - MEDIAN COVER MATERIAL....................................................................................62
REVISION OF SECTION 614 - TRAFFIC CONTROL DEVICES................................................................................63
1
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
April 14, 2016
REVISION OF SECTION 623 - IRRIGATION SYSTEM..............................................................................................6•
REVISION OF SECTION 627 - PAVEMENT MARKING.............................................................................................75
REVISION OF SECTION 630 - CONSTRUCTION TRAFFIC CONTROL...................................................................76
FORCE ACCOUNT ITEMS..........................................................................................................................................78
TRAFFIC CONTROL PLAN - GENERAL....................................................................................................................79
UTILITIES.....................................................................................................................................................................81
1
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
April 14, 2016
COLORADO DEPARTMENT OF TRANSPORTATION SPECIAL PROVISIONS
DRAKE & SHIELDS INTERSECTION IMPROVEMENT
LARIMER COUNTY
FORT COLLINS, COLORADO
STANDARD SPECIAL PROVISIONS INDEX
Name
Date No. of Pages
Revision of Section 101 and 630 - Construction Zone Traffic Control
(April 30, 2015)
2
Revision of Section 102 - Contents of Proposal Forms
(April 9, 2015)
1
Revision of Section 105 - Construction Surveying
(July 31, 2014)
1
Revision of Section 105 - Contractor Submittals Traffic Signal Pedestal Pole
(February 3, 2011)
1
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 Sections 106 and 412 - Surface Texture of Portland Cement Concrete
(October 29, 2015)
3
Pavement
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 Sections 107 and 208 - Water Quality Control, Under One
(April 30, 2015)
4
Acre of Disturbance
Revision of Section 108 - Delay and Extension of Contract Time
(April 30, 2015)
2
Revision of Section 108 - Liquidated Damages
(October 29, 2015)
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 Fiscal Year)
(April 30, 2015)
1
Revision of Section 109 - Compensation for Compensable Delays
(May 5, 2011)
1
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 Section 109 - Scales
(October 29, 2015)
1
Revision of Sections 203, 206, 304 and 613 - Compaction
(July 19, 2012) 2
Revision of Section 206 - Imported Material for Structure Backfill
(July 19, 2012) 2
Revision of Sections 206 and 601 - Maturity Meters and Concrete Form
(December 18, 2015) 3
and Falsework Removal
Revision of Section 208 -Aggregate Bag
(January 31, 2013)
1
Revision of Section 208 - Erosion Control Supervisor
(April 30, 2015)
1
Revision of Section 208 - Erosion Log
(January 31, 2013)
1
Revision of Section 212 - Seed
(April 26, 2012)
1
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)
1
Revision of Section 401 - Compaction Pavement Test Section (CTS)
(July 19, 2012)
1
Revision of Section 401 - Composition of Mixtures - Voids Acceptance
(February 3, 2011)
1
3
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
Revision of Section 401 — Temperature Segregation
Revision of Section 401 and 412 — Safety Edge (May 2, 2013) 2
Revision of Section 601 — Concrete Batching
Revision of Section 601 — Concrete Finishing
Revision of Section 601 — Concrete Slump Acceptance
Revision of Section 601 — QC Testing Requirements for Structural Concrete
Revision of Section 601 — Structural Concrete Strength Acceptance
Revision of Sections 601 and 701 — Cements and Pozzolans
Revision of Section 603 — Culvert Pipe Inspection
Revision of Sections 603, 624, 705, 707, and 712 — Drainage Pipe
Revision of Section 702 — Bituminous Materials
Revision of Section 703 —Aggregate for Hot Mix Asphalt
Revision of Section 703 — Concrete Aggregate
Revision of Section 712 — Water for Mixing or Curing Concrete
Affirmative Action Requirements — Equal Employment Opportunity
Disadvantaged Business Enterprise (DBE) Requirements
Minimum Wages, Colorado,
U.S. Department of Labor General Decision Number CO160024,
Highway Construction for Larimer, Mesa, and Weld counties.
On the Job Training
Railroad Insurance
Required Contract Provisions — Federal -Aid Construction Contracts
Special Construction Requirements, Fire Protection Plan
April 14, 2016
(February 3, 2011) 1
(February 3, 2011)
1
(February 3, 2011)
1
(October 29, 2015)
1
(May 8, 2014)
1
(April 30, 2015)
1
(November 6, 2014)
4
(October 2, 2014)
1
(April 30, 2015)
3
(October 29, 2015)
11
(November 1, 2012)
2
(July 28, 2011)
1
(February 3, 2011)
1
(February 3, 2011)
10
(Dec. 26, 2013)
9
(January 8, 2016)
7
(July 29, 2011) 3
(February 3, 2011) 1
(October 31, 2013) 14
(November 1, 2012) 2
4
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
NOTICE TO BIDDERS
April 14, 2016
The proposal guaranty shall be a certified check, cashier's check, or bid bond in the amount of five (5) percent of
the Contractor's total bid.
Pursuant to Subsections 102.04 and 102.05, it is recommended that bidders on this project attend optional the
pre -bid conference and review the work site and plan details with an authorized City representative. The pre -bid
conference will be the only time City representatives will be available for a site review. All bidding and technical
questions shall be submitted to the following City representative for clarification:
Buyer - Elliot Dale
215 North Mason Street
Fort Collins, CO 80522
Office Phone: (970) 221-6777
edale@fcgov.com
Project Manager - Tracy A. Dyer
281 North College Avenue
Fort Collins, CO 80522
Office Phone: (970) 221-6605
tdyer@fcgov.com
The above referenced individuals are the only representatives 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 Rocky Mountain E-Purchasing System (RMEPS) Webpage,
www.rockvmountainbidsystem.com 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.
All references to the Colorado Division of Highways, Colorado Department of Transportation, and/or
Department or Division shall also mean City of Fort Collins.
5
TABLE 1
SUMMARY OF LABORATORY TEST RESULTS Client: Interwest Consulting Group
Project # G14.1565.000 Project Name: Drake & Shields Intersection Improvements
Sample Location
Natural
Moisture
Content
(%)
Natural
Dry
Density
(pcf)
Gradation
Percent
Passing
No.200
Sieve
Atterberg Limits
Swell
w.0.2 ksf
surcharge
( %)
Water
Soluble
Sulfates
( %)
R Value
at 300psi
Exudation
Pressure
AASHTO
Class.
(Group
Index)
Soil or Bedrock
Description
Boring
No.
Depth
(feet)
Cobbles
(%)
Gravel
(%)
Sand
(%)
Liquid
Limit
(%)
Plasticity
Index
(%)
P-1
P-1
1-5
0
6
47
47
46
37
20
18
-Clayey
sand, fill
1
17.6
110
0
0
54
39
20
0.9
A-6(5)
Clayey sand, fill
P-1
4
0.02
Clayey sand, fill
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
April 14, 2016
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.
10 Percent DBE participation.
PROJECT NO. SHO M455-109 April 14, 2016
PROJECT CODE NO. 19059
COMMENCEMENT AND COMPLETION OF WORK
The Contractor shall commence work under the Contract no later than 10 days from the date of the Notice to
Proceed, unless such time for beginning the work is changed by the Engineer. It is anticipated that construction
will commence in Summer 2016. The Contractor shall be substantially complete with the work within 65 calendar
days.
Section 108 of the Standard Specifications is hereby revised for this project as follows:
Subsection 108.03 shall include the following:
The Contractor's progress schedule shall be a Critical Path Method or Bar Chart Schedule.
Salient features to be shown on the Contractor's progress schedule are:
Mobilization
o Construction Surveying (By City Forces)
Construction Traffic Control (Lane Closures, Shifts, Width Restrictions, etc.)
Clearing and Grubbing
Removals
Roadway Earthwork
o Erosion Control
Storm Sewer System
Medians
o Utility Relocations and Coordination
o Curb, Gutter and Sidewalk
Asphalt Pavement
Irrigation
Sod and Landscaping
Signing and Striping (By City Forces)
Traffic Signals (By City Forces)
Subsection 108.08 shall include the following:
Substantial Completion is defined as completion and acceptance of: removals, embankment, sidewalk, curb &
gutter, curb ramps and inlet, asphalt (top mat), topsoil placement, slope grading.
Final Acceptance is defined as, completion and acceptance of: landscape wall, final grading, irrigation system
restoration, planting, removal of tree protection removal of erosion control devices (to the extent approved),
completed punch list items, erosion control items removed, site clean-up and demobilization
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
ON THE JOB TRAINING CONTRACT GOAL
April 14, 2016
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 On The Job Training hours required: 0 hours.
PROJECT NO. SHO M455-109 April 14, 2016
PROJECT CODE NO. 19059
REVISION OF SECTION 100 — GENERAL PROVISIONS
Section 100 of the Standard Specifications is hereby revised for this project as follows:
All references to the State, the Department, the Engineer, the Chief Engineer, etc. shall be understood to mean
the City of Fort Collins, Colorado or the City's designated representative.
END OF SECTION REVISION
PROJECT NO. SHO M455-109 April 14, 2016
PROJECT CODE NO. 19059
REVISION OF SECTION 101 - DEFINITION OF TERMS
Certain terms utilized in the latest edition of the Colorado Department of Transportation Standard Specifications
for Road and Bridge Construction shall be interpreted to have different meanings within the scope of this
Contract. A summary of redefinitions follows:
Subsection 101.28: —"Department" shall mean City of Fort Collins, Colorado.
Subsection 101.27: —"Chief Engineer" shall mean City of Fort Collins, Colorado or their designated
representative.
Subsection 101.39: —"Laboratory" shall mean City of Fort Collins, Colorado or their designated
representative.
Subsection 101.51: —"Project Engineer' shall mean the City of Fort Collins, Colorado or their
designated representative.
Subsection 101.58 —"Region Transportation Director" shall mean the City of Fort Collins, Colorado or
their designated representative.
Subsection 101.76 —"State" shall mean City of Fort Collins, Colorado (where applicable).
END OF SECTION REVISION
10
PROJECT NO. SHO M455-109 April 14, 2016
PROJECT CODE NO. 19059
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:
Contract Documents and supporting information will be available for review until the date set for opening
of bids at the following locations:
Online at the Rocky Mountain E-Purchasing System (RMEPS),
www.rockymountainbidsystem.com
City of Fort Collins Purchasing Department, 215 N. Mason Street, 2nd Floor, Fort
Collins, Colorado 80524
A Soil and Foundation Investigation was completed by GeoCal Inc. and included in Appendix A. The report
contains test results of a subsurface investigation to identify existing pavement conditions, typical soil conditions as
well as provide recommendations for the pavement section (widening). If variations or unexpected conditions
(soil, bedrock, fill, groundwater, etc.) are encountered during construction, then the Contractor shall notify the
Engineer for direction and possible further testing and analysis.
After the proposals have been opened, the low responsible bidder may obtain from the City, at no cost: 3 sets of
the plan set and 3 sets of special provisions. If the low bidder has not picked up the plans and other available data
by 4:30 p.m. on the second Friday after bid opening, they will be sent to the Resident Engineer in charge of the
project. Additional sets of plans and other available data may be purchased on a cash sale basis from the City at
current reproduction prices. Subcontractors and suppliers may obtain plans and other data from the successful
bidder or they may purchase copies on a cash sale basis from the City at current reproduction prices
END OF SECTION REVISION
11
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
REVISION OF SECTION 104 LANE RENTAL FEE
Section 104 of the Standard Specifications is hereby revised for this project as follows:
Subsection 104.04 shall include the following:
April 14, 2016
(a) Lane Rental Fee. The Contractor shall pay a daily lane rental fee for lane closures on Drake Road and
Shields Street during construction.
The Contractor will be granted the following lane rental allowances:
65 calendar days of single lane closures for Drake Road and Shields Street for the installation of the
Shields Street turn lanes. A lane rental day is defined as any single lane closure and each individual lane
drop is considered one lane closure. In addition there are 25 single lane closures for the installation of the
median located at Davidson and Raintree Drive and adjacent ramps. All lane closures are approved from
7:00 am to 3:30 pm for the project.
From these allowed lane -days, no deduction will be made from monies due the Contractor. Lane rental fees
for all lane -days in excess of the listed allowances above will be deducted from any monies due the
Contractor for work performed. The deduction will be based on the applicable rate for any and all closures,
whether work is performed or not. This deduction will be reflected in each progress payment. This
deduction is not a penalty, but is a rental fee based upon road user costs to occupy individual lanes on Drake
Road and Shields Street.
The Engineer may determine that the lane rental fee will not be charged for lane closures for the following
reasons: additional work not covered in the scope of the project; acts of god, acts of the public enemy, fires,
floods, area wide strikes, freight embargos, and delays not caused by the Contractor's fault or negligence. In
the case of unusually severe weather, a lane rental fee will not be charged for each weather day after the
second consecutive weather day.
City of Fort Collins Light and Power and Traffic Department as well as Comcast and CenturyLink have work
that the contractor will need to coordinate within the existing lane rental requirements above. See Utilities,
page 95 of the Project Special Provisions for more information. In the case that City Light and Power or City
Traffic Dept. or private communications companies listed above needs a lane closure and the contractor is
not also performing work or scheduled to perform work within that closure, a Lane Rental Day will not be
charged.
The lane -day rental fee for closures on Drake and Shields shall be $ 1,200.00 per lane -day.
A lane -day is measured as any day that a portion of a thru lane or signalized left turn lane is closed to traffic
on any arterial road.
The following will not be measured as lane -days:
Any day that a right turn lane is closed but a right turn is permitted from an existing thru-lane.
Any day that an opposable left turn lane is closed to traffic on an arterial road.
Any night work, specifically milling and paving operations during the course of the standard work
week. Night work construed as 7:00 PM to 7:00 AM. (Variance application needed for night work)
A single weekend allowance will be made only for asphalt milling and top lift paving. During this
single weekend, the City will not impose lane rental fees for lane closures on Drake/Shields. The
weekend will start at 7:00 PM on a Friday and end at 6:00 AM on the following Monday morning. If
weekend work is a selected alternative and work extends past the 60 hours for weekend as
described, the unapproved lane rental fee will be applied at $500.00 per lane / per hour for the
occupancy of any lanes needed to complete the paving operations. See traffic Control
Specifications for more details on weekend closure restrictions.
For approved daytime lane closures, a lane -day will be measured as any potion of time between the hours of
7:00 AM to 3:30 PM. If work extends beyond those approved working hours, an Unapproved Lane Rental
Fee will be charged per section (b).
12
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
April 14, 2016
For approved multi -day lane closure, the lane -day will be measured as a 24 hour period from 12:00 AM to
11:59 PM for each calendar day that the closure is approved and implemented.
Only 1 lane rental day will be charged for any single lane, regardless of the number of lane closures in that
lane.
For approved night time work during off-peak hours, a lane rental fee will not be charged.
A lane is considered closed when the number of available lanes is reduced from the number available prior
to the work.
Lane closures shall be documented in the Traffic Control Supervisor's (TCS's) diary each day that a lane
closure is in use. The diary shall be signed by the TCS and the Contractor's representative. A copy of the
day's diary shall be given to the Engineer at the end of each work day on which a lane closure is used.
(b) Unapproved Lane Rental Fee:
The Contractor will be charged a lane rental fee for any work that is performed outside of the approved
daytime hours that are permitted by the City Traffic Dept. on the approved MHT. The lane rental fee will be
measured as an hourly rate and will be rounded up to the nearest whole hour in excess of the permitted lane
closure time.
The Unapproved Lane Rental Fee for single daytime closures on Drake Road and Shields Street shall be $
500.00 per lane -hour.
The Unapproved Lane Rental Fee will be measured and applied separately to each thru lane or signalized
left turn lane that is impacted by an unapproved lane closure.
Approved daytime lane closure MHTs cannot be field modified into multiday lane closures to avoid the
Unapproved Lane Rental Fee.
The Unapproved Lane Rental Fee does not constitute an authorization to do work without an approved traffic
control plan.
END OF SECTION REVISION
13
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
April 14, 2016
REVISION OF SECTION 105 - CONTROL OF WORK, DISPUTES AND CLAIMS FOR CONTRACT
ADJUSTMENT
Section 105 of the Standard Specifications is hereby revised for this project as follows:
Subsection 105.02 shall include the following:
Unless otherwise specified the work shall conform to -Section 01110 — General Provisions in the City of
Fort Collins Development Construction Standards.
Subsection 105.05, 105.06, 105.07 shall be revised as follows:
Incentive and Disincentive Payments will not be used for this project.
Subsection 105.09 shall have the second paragraph replaced as follows:
In case of discrepancy the order of precedence is as follows:
(a) Contract Agreement
(b) Revisions to CDOT Standard Specifications (Project Special Provisions)
(c) Plans (Calculated dimensions will govern over scaled dimensions)
(d) Standard Special Provisions
(e) General Conditions
(f) CDOT Standard Specifications for Road and Bridge Construction
(g) CDOT M&S Standards
(h) City of Fort Collins Development Construction Standards
Subsection 105.11 shall include the following:
The Contractor shall coordinate with all utilities well enough in advance that utility improvements do not delay the
Contractor's work.
Subsection 105.12 delete and replace with the following:
The City, County, CDOT, and local utilities including but not limited to Xcel Energy, Comcast 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.
City forces will perform the following work as required by this project:
• Permanent Pavement Marking
• Permanent Signing
• Traffic Signals/Fiber Optic Lines
• Street Lights
• Construction Surveying
14
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
Traffic Coordination
April 14, 2016
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: smireles2fcgov.com
2. The City will remove existing and install all new traffic signal equipment.
City Traffic Signal Contact: Britney Sorenson
Phone: 970-222-5533
Email: osorenson@fcgov.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: rbrevvbaker6jJcgov.con•
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
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) 416-2724
Email: lunruhrwfcgov.com
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.
Subsection 105.22 shall be revised as follows:
The Colorado Department of Transportation will not participate in the resolution process for any claims filed by the
Contractor.
END OF SECTION REVISION
15
APPENDIX
TRAFFIC DATA FROM CDOT WEBSITE
TRAFFIC DATA FROM FCMAPS WEBSITE
ESAL CALCULATIONS
WINPAS PRINTOUTS
PROJECT NO. SHO M455-109 April 14, 2016
PROJECT CODE NO. 19059
REVISION OF SECTION 106 - CONTROL OF MATERIAL
Section 106 of the Standard Specifications is hereby revised for this project as follows:
Subsection 106.03 shall include the following:
The City of Fort Collins will be responsible for all expenses associated with Quality Assurance (QA) and
Independent Assurance (IA) testing. The Contractor shall be responsible for all Quality Control (QC) testing
costs.
Test frequencies shall be in accordance with the project specifications, CDOT Field Materials Manual and the
approved Quality Control Plan (QCP).
The City reserves the right to set haul routes in order to protect pavements, both new and old, from heavy
loads. These pavements may include, but are not limited to, recently constructed pavements, recently overlaid
pavements, and/or pavements whose condition would be significantly damaged by heavy loads.
Asphalt material hauled in and out of the Martin Marietta Taft Hill Plant location is required to be hauled only
to/from the north on Taft Hill Road to County Road 54G.
END OF SECTION REVISION
16
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
April 14, 2016
REVISION OF SECTION 107 — PERMITS, LICENSES, PROTECTION OF EXISTING PROPERTY AND
INSURANCE
Section 107 of the Standard Specifications is hereby revised for this project as follows:
Subsection 107.02 shall include the following:
Unless otherwise specified, the Contractor shall procure all required permits and licenses; pay all charges, fees,
and taxes, including permits procured for this project by others; and give all notices necessary and incidental to
the due and lawful prosecution of the work. The costs of these permits will not be paid for separately, but shall
be included in the work.
Below is a list of anticipated permits that will be required for the project. This list is provided as an aid and shall
not be interpreted as a complete list of all permits that may be required. It shall be the responsibility of the
Contractor to determine the type of permits required for the work. A copy of all permits shall be available on the
job site at all times.
1. Stormwater Discharge Permit Associated with Construction Activities (CDPHE)
2. Construction Dewatering Wastewater Discharge Permit (CDPHE) — If Required
3. Excavation Permit (City of Fort Collins)
4. Right-of-way Contractors License (City of Fort Collins)
5. Noise Emission Variance — City of Fort Collins Code Compliance (night work only)
Prior to beginning work, the Contractor shall furnish the Engineer with a written list of all permits required for the
proper completion of the contract. The list shall clearly identify the types of permits that must be obtained before
work on any particular phase or phases of work can be started. Copies of the fully executed permits shall be
furnished to the Engineer upon request.
The Contractor shall comply with all applicable federal and state laws, orders, and regulations concerning the
control and abatement of water and air pollution.
The Contractor shall comply with the permits (or permit applications if in progress) even if they have not yet been
finalized at the time of construction.
Subsection 107.12 is hereby revised to include the following:
The Contractor shall limit his work operations to within public right-of-way, permanent utility easements and
temporary construction easements.
The Contractor shall fence specific areas of vegetation to be protected in the field as shown in the plans or as
directed by the Engineer. All construction operations must be performed in such a manner which will avoid
protected trees and landscape areas.
The Contractor shall perform all the work in such a manner that results in the least environmental damage.
The Contractor shall clearly mark the vegetation protection areas and all construction/demolition limits in the field
before commencing demolition operations. Limits of construction are generally defined as the limits of
demolition.
Subsection 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.
For this project, insurance coverage shall meet the requirements and limits per CDOT Standard Specifications
and Revision of Section 107 Responsibility for Damage Claims, Insurance Types and Coverage Limits. In case
of a conflict between the City's General Contract Conditions and CDOT Standard Specifications, the more
17
PROJECT NO. SHO M455-109 April 14, 2016
PROJECT CODE NO. 19059
stringent of the two shall apply.
Subsection 107.25(c) is hereby revised to include the following:
(c) Measurement and Payment.
Add the following to Paragraph 1:
All work associated with preparing, securing and concurring with the required permits (refer to Revision of
Subsection 107.02) will not be measured and paid for separately, but shall be included in the work.
END OF SECTION REVISION
18
PROJECT NO. SHO M455-109 April 14, 2016
PROJECT CODE NO. 19059
REVISION OF SECTION 108 — PROSECUTION AND PROGRESS
Section 108 of the Standard Specifications is hereby revised for this project as follows:
Subsection 108.07 shall include the following:
It is anticipated that construction for this project will begin in early Summer 2016.
Prior to the commencement of work, the Contractor shall submit to the Project Manager, for approval, a schedule
showing the time of commencement and proposed progress of the work. In this schedule, the Contractor shall
anticipate and account for adverse weather conditions, utility coordination and time restrictions for lane closures.
If the Contractor falls behind the approved schedule, then all reasonable efforts shall be implemented to
accelerate the schedule and complete the work within the contract time. The Contractor shall furnish additional
resources (e.g. equipment, manpower, etc.) and implement other strategies to expedite the construction, at no
additional cost to the project.
The Substantial Completion for the Work shall occur within 65 calendar days following issuance of the Notice to
Proceed. Substantial completion will require the completion of: removals, embankment, sidewalk, curb & gutter,
median improvements, curb ramps and inlet, asphalt (top mat), topsoil import and slope grading When the
Contractor considers the entire work ready for its intended use, he shall notify the Project Manager in writing and
request that the Project Manager issue the Notice of Substantial Completion. Within a reasonable amount of
time, the City, CDOT, and other stakeholders shall make an inspection of the work to determine the status of
completion. If the work is substantially complete, the Project Manager will issue the Notice of Substantial
Completion and attach a punch list of items to be completed or corrected prior to final payment. Work items that
are outside of the pavement limits and don't require lane closure(s) or other disruption to traffic may be
performed after the substantial completion date.
The Final Completion for the Work shall occur within 10 calendar days following issuance of the
Substantial Completion. Final completion will require completion of landscape wall, final grading, irrigation
system restoration, planting, removal of tree protection removal of erosion control devices (to the extent
approved), completed punch list items, erosion control items removed, site clean-up and demobilization. When the
Contractor considers the project has reached Final Completion, he shall notify the Project Manager in writing and
request that the Project Manager issue the Certificate of Final Acceptance..
Failure by the Contractor to complete the work on time will result in daily charges for liquidated damages.
Liquidated damages will be assessed per Section 108.09 of the Colorado Department of Transportation Standard
Specifications for Road and Bridge Construction, latest edition. Contract time may be adjusted only through
Change Order. Any requests for extension of time due to conditions outside the Contractor's control shall be
made in writing to the Project Manager within 48 hours of the cause of delay. The Project Manager shall respond
in writing within 48 hours of receiving the Contractor's request.
END OF SECTION REVISION
19
PROJECT NO. SHO M455-109 April 14, 2016
PROJECT CODE NO. 19059
REVISION OF SECTION 109 — MEASUREMENT AND PAYMENT
Section 109 of the Standard Specifications is hereby revised for this project as follows:
Subsection 109.02 shall include the following:
The City will not pay for defective work and will not pay for repair or additional work required to bring the project
to a point of acceptance. Where the Standard Specifications call for a possible reduced price adjustment, such
adjustments shall be at the sole discretion of the City of Fort Collins. The City may require such items of work to
be removed and replaced.
Bid prices shall include all costs in connection with the proper and successful completion of the Work, including
furnishing all materials, equipment and tools; and performing all labor and supervision to fully complete the Work.
All work not specifically set forth as a pay item in the Bid Schedule shall be considered a subsidiary obligation of
the Contractor and all costs in connection therewith shall be included in the prices bid for the various items of
work. Total Bid Prices shall be interpreted to cover all Work required by the Contract Documents.
END OF SECTION REVISION
20
PROJECT NO. SHO M455-109 April 14, 2016
PROJECT CODE NO. 19059
REVISION OF SECTION 201 — CLEARING AND GRUBBING
Section 201 of the Standard Specifications is hereby revised for this project as follows:
Subsection 201.01 is hereby revised to include the following:
This work includes removal and disposal of existing timber retaining walls, concrete bases for ground signs,
trees, stumps, shrubs, vegetation, trash and any other items necessary to complete the improvements within the
limits of the right-of-way, easement areas, and other areas shown in the contract or required by the work. These
items shall be removed and disposed of by the Contractor during construction and prior to final acceptance of the
project.
The Contractor shall contact the City of Fort Collins Arborist prior to pruning trees and shrubs the will be
necessary for the pavement equipment that will be used for the milling/overlay of the roadway.
Subsection 201.02 is hereby revised to include the following:
The Contractor may not dispose of clearing and grubbing materials on the project site. All unsuitable materials
generated by clearing and grubbing operations shall be legally disposed of off the project site.
The Contractor shall coordinate the limits of work with the Engineer prior to commencing clearing and grubbing.
The Contractor shall remove and dispose of all visible abandoned utility appurtenances that are located within the
work area or right-of-way and abandoned as a result of this project. These items shall not be disposed of within
the project limits. Removal of utility appurtenances shall not be measured and paid for separately, but shall be
included in the work for Item 201, Clearing and Grubbing. Refer to the Utility Special Provision for more
information.
Subsection 201.02, delete the third paragraph and replace with the following:
The limits of clearing and grubbing shall be confined to the limits of work. Areas of protection shall be
established by the Engineer prior to construction. All trees, shrubs, plants, grasses and other vegetative
materials within those areas of protection shall remain, except as designated by the Engineer.
If noxious weeds are found before grading, areas to be disturbed shall be pre-treated with either an approved
herbicide or mowing before grading.
Clearing and grubbing shall include the pruning of all trees that will remain within the final right-of-way. Pruning of
trees shall include removal of all branches that conflict with construction of the proposed improvements and all
dead branches.
Avoid the unnecessary removal of trees or shrubs; for example, prune the aerial portions of trees and shrubs that
hang over a project area and interfere with equipment.
Migratory birds, as well as their eggs and nests, are protected under the Migratory Bird Treaty Act (MBTA). The
active nesting season for most migratory bird species in Colorado is between April 1 and August 31. To avoid a
violation of the MBTA, conduct habitat -disturbing activities (tree removal, clearing and grubbing, etc.) in the non -
breeding season (September 1 to March 31). Clearing and grubbing of vegetation that may disturb ground
nesting birds shall be completed before birds begin to nest or after the young have fledged. If work activities are
planned between April 1 and August 31, vegetation shall be removed and/or trimmed to a height of six (6) inches
or less prior to April 1. Once vegetation has been removed and/or trimmed, appropriate measures, i.e. repeated
mowing/trimming, shall be implemented to assure vegetation does not grow more than six (6) inches. Failure to
maintain vegetation height of six (6) inches or less may postpone project construction.
Once all clearing and grubbing is completed and approved, no additional clearing shall be allowed unless
approved, in writing, by the Engineer.
21
PROJECT NO. SHO M455-109 April 14, 2016
PROJECT CODE NO. 19059
Subsection 201.04 shall include the following:
Payment for clearing and grubbing shall be on a lump sum basis and shall include removal and disposal of trees,
stumps, shrubs, trash, timber retaining walls and protruding objects designated for removal within the project limits
by the Engineer.
Payment will be made under:
Pay Item Pay Unit
Clearing and Grubbing Lump Sum
Payment for temporary fence shall be included under Revision of Section 607 Fence.
END OF SECTION REVISION
22
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
April 14, 2016
REVISION OF SECTION 202 — REMOVAL OF STRUCTURES AND OBSTRUCTIONS
Section 202 of the Standard Specifications is hereby revised for this project as follows:
Subsection 202.02 is hereby revised to include the following:
This work includes the removal of items listed on the plans, as directed by the Engineer, or any other items
necessary to complete the improvements within the limits of the right-of-way, easement areas, and other
areas shown in the contract or required by the work. These items shall be removed and disposed of by the
Contractor during construction and prior to final acceptance of the project.
Subsection 202.02 delete the seventh paragraph and replace with the following:
The existing asphalt mat 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 Contractor and disposed of
outside the project site legally.
Subsection 202.04 shall include the following:
The City of Fort Collins Traffic Operations will remove the existing Traffic Signal poles on all four corners of the
intersection. The Contractor shall be responsible for removing the top 3' feet of the signal pole base. The
Contractor shall coordinate with the City of Fort Collins Traffic Operations.
Subsection 202.09 shall include the following:
Prior to beginning milling / planing operations, the Contractor and Owner's Field Representative shall inspect
the existing concrete curb and gutter for defects, cracks or chips. All damaged concrete at this time shall be
noted. After the milling / planing operations are complete, the existing concrete shall be examined again
noting additional damage to the concrete to determine sections that must be replaced due to the milling
operations.
The existing pavement shall be milled to the cross -slope as shown on the plans, and shall have a surface
finish that does not vary longitudinally or transversely more than 3/8 inch from a 10 foot straightedge. A
10 foot straightedge shall be supplied by the Contractor.
Transverse tapered joints may be tapered with the planing machine, a temporary asphalt ramp, or other methods
approved by the Engineer. No longitudinal joint between the milled and existing surfaces shall fall between 1 to 5
feet of any lane line.
If the transverse joint is tapered with a temporary asphalt ramp, the milled surface at the joint shall be
constructed as a butt joint the full depth of the lift of asphalt to be placed on the milled surface. The
Contractor shall be responsible for maintaining this asphalt ramp until all corresponding HMA is placed. All work
associated with this joint will not be paid for separately, but shall be included in the cost of planing.
If the transverse joint is tapered with a planing machine, a butt joint shall be cut into the taper the full depth of
the lift of asphalt to be placed on the milled surface prior to the commencement of resurfacing. All work
associated with this joint will not be paid for separately, but shall be included in the cost of planing.
Other approved transverse joint tapers shall be maintained at the expense of the Contractor, and at a
minimum shall incorporate a butt joint the full depth of the lift of asphalt to be placed on the milled surface
prior to commencement of resurfacing.
23
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
April 14, 2016
The Contractor shall take appropriate measures to ensure that the milled surface does not trap or hold water.
METHOD OF MEASUREMENT
Subsection 202.11 shall include the following:
Removal of Concrete Median Nose & Sign will be measured by the actual number of median noses that will be
demolished and removed without damaging existing gutter. The removal of the sign is considered incidental to
the removal of the median nose. Coordinate with City Traffic for storage of existing sign that will be reset by
City forces once concrete median nose is reconstructed.
BASIS OF PAYMENT
Subsection 202.12: The accepted quantities measured as provided above will be paid for at the contract unit
price for each of the pay items listed below that appear in the bid schedule.
Payment will be made under:
Pay Item:
Removal of Tree
Removal of Inlet
Removal of Pipe
Removal of Sidewalk and Concrete Apron
Removal of Concrete Median Nose & Sign
Removal of Curb and Gutter
Removal of Asphalt Mat
Removal of Asphalt Mat (Planing) (3 Inches)
Removal of Pavement Marking
Removal of Sign Panel
Removal of Concrete Footing (Top 3' of Traffic Signal Pole Base)
Pay Unit
EA
EA
LF
SY
EA
LF
SY
SY
SF
EA
EA
Saw cutting required to complete any removal is incidental to the work and will not be measured or paid
separately. Work shall include all materials, equipment, labor and disposal of materials required to complete the
work.
END OF SECTION REVISION
24
PROJECT NO. SHO M455-109 April 14, 2016
PROJECT CODE NO. 19059
REVISION OF SECTION 203 - EXCAVATION AND EMBANKMENT
Section 203 of the Standard Specifications is hereby revised for this project as follows:
Subsection 203.01 shall include the following:
The Contractor shall comply with all requirements of the soils report prepared by Geocal dated August 19, 2015
in Appendix A.
Subsection 203.02 shall include the following:
(a) Unclassified Excavation
Excavation/embankment quantities shown in the Bid Schedule and on the Summary of Approximate Quantities
plan sheet only includes the excavation and/or embankment required to construct the subgrade to the bottom of
all pavement sections (including composite sections), as shown in the cross sections.
(c) Muck Excavation
Any unsuitable material will be replaced and compacted with suitable material in accordance with the
Geotechnical Report for this project.
(f) Potholing
Potholing of utilities, as required, shall be conducted by the Contractor to determine the location, depth, size and
material composition of utility lines, and potential conflict(s) with the work. Contractor shall review the plans and
determine the necessary pothole requirements to complete the work as specified, prior to determining bid price.
Potholing will be paid for per hour as necessary and no additional payment will be made for utility potholing.
Where required, concrete pavement removed during potholing operations shall be replaced with Class B concrete
in accordance with Revision of Section 412 of the Special Provisions and Section 412 of the Standard
Specifications.
Subsection 203.05, (f) Potholing, add the following to the second paragraph: Records of the potholed
utilities shall be surveyed and submitted to the Engineer.
Subsection 203.06 shall include the following:
Embankment shall be constructed with suitable on -site material or imported borrow material from an approved
source. Embankment material shall be free of vegetation, brush, sod, trash and other deleterious substances
and should not contain rocks, debris or lumps having a diameter of more than 4 inches. Rocks, debris or lumps
shall be evenly dispersed throughout the fill. Embankment material shall contain a maximum of 70 percent
passing the No. 200 sieve, have a liquid limit of less than 40, a plasticity index less than 25 and a swell potential
of less than 1% when remolded to 95% of the AASHTO T99 standard proctor maximum (at optimum moisture)
under a 200 pcf surcharge pressure. The borrow material shall have a resistance value of at least 9 when tested
by the Hveem Stabilometer method. Borrow material shall be approved by the Engineer and tested for water
soluble sulfates.
Subsection 203.07 shall include the following:
Subgrade Moisture and Density Treatment shall meet the compaction and moisture requirements in
Revision of Section 306 of the Special Provisions and Section 306 of the Standard Specifications.
In Subsection 203.09, 3rd Paragraph, delete the 2"d sentence and replace with the following:
In areas that are observed to have soft spots in the subgrade, where deflection is not uniform or is excessive, as
determined by the Engineer, the Contractor shall perform one of the following two methods for stabilization of the
subgrade. The method will be determined by the Engineer.
25
Online Transportation Highiway Data Data Catalog Reports MYew
Help
OTIS' information System C=
Traffic Data Explorer
P47
I
135
Search by city county
a
wnz-nt Search by highway se�
IN oulb ,y 3, Fort
36
IN kv
Collin
34ec&
Select a route and begin and end
ref paints. You can select a route
from the drop down fist or click the
pend icon then click the map. You
can enter the ref points into the
S W P,.,-t Ad
ep'-p-1ke
text boxes or click the pencil icon
then ;:16, the map.
Zoom to County (optional):
select a county
LARNER
v
W NIA. Ad
344
E o.aw. qa
COOT Route 16unidbw.
F287C •
Begin Reference:
P3
W 14—wiaoth Ptd
P..i, End Reference:
V 345
A,,
Count type:
All
WHA--V oti *i—wq ad., -
2
Search by traffic statiGn
Found 3 stations. Click the magnifying glass iconinin front of a station to see count data below.
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
April 14, 2016
(a) The area shall be ripped, scarified, dried or wetted as necessary and re -compacted to the
requirements for density and moisture to the contract depth, at the Contractor's expense.
(b) The area shall be removed to the depth indicated by the Engineer and replaced with Class 6 aggregate
base course. Class 6 aggregate base course shall meet the requirements of Section 304 of the
Standard specifications and Revision of Section 304 of the Special Provisions.
Subsection 203.13 shall include the following:
The earthwork quantities include only that material excavated or placed as fill to construct the improvements to
subgrade elevation. Quantities do NOT include those associated with material excavated, stockpiled, placed and
compacted as part of Reconditioning". Payment for earthwork associated with "Reconditioning" will be part of that
bid item as specified in Revision of Section 306 of the Special Provisions.
(a) Excavation
Quantities of earthwork associated with Embankment Material (Complete in Place) will not be measured in place,
but shall be paid for at the quantity shown in the bid schedule.
(b) Embankment
Quantities of earthwork associated with Borrow (Complete in Place) will not be measured in place, but shall be
paid for at the quantity shown in the bid schedule. The original cross sections will be used for determination of
volumes of embankment material placed, unless changes have been directed.
If the Contractor considers that there is a discrepancy in the bid form quantity to actual field quantities, then he
shall notify the Engineer immediately. An appropriate adjustment will be made to the quantity if the Contractor
can demonstrate through survey or other approved means that the actual quantity of earthwork excavated and/or
placed differs from plan quantity by more than 15 percent.
Exceptions will be made when field changes are ordered or when it is determined that there are discrepancies on
the plans in an amount of at least plus or minus two percent of the plan quantity.
Other methods of determining earthwork quantities, such as truck load counts or weight tickets, will not be used
on this project.
Sub -excavation will not be paid for separately, but shall be paid for as Embankment Material (Complete in
Place), and shall be compensation for all work necessary to complete the item including haul and disposal of any
bedrock material encountered within the project limits. Filling of the areas, which have been sub -excavated, shall
be done with on -site embankment material and will not be measured and paid for separately but shall be included
in the work.
Excavation for the removal of unsuitable subgrade/embankment material for the replacement of aggregate base
course, when determined by the Engineer, shall be measured and paid for on a volume basis. The additional
excavation shall be measured in cubic yards and determined in the field by the following equation:
Excavation Length (FT) x Excavation Width (FT) x Excavation Depth (FT)
27 FV/CY
Quantities of earthwork associated with roadway embankment will not be measured in place, but shall be
paid for under "Embankment Material (Complete in Place)".
(d) Potholing
Potholing will be paid for as per hour.
(e) Proof Rolling
Proof Rolling will not be measured and paid for separately, but shall be included with the pay item "Aggregate
Base Course" in accordance with Revision of Section 304 and -Reconditioning in accordance with Revision of
Section 306 of the Special Provisions.
26
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
April 14, 2016
(g) Muck Excavation
Quantities of muck excavation shall be measured by the number of cubic yards of unsuitable material removed
and replacing and compacting the area with suitable material in accordance with the Geotechnical Report for this
project
Section 203.14 shall be revised to include the following:
Payment will be made under:
Pay Item Pay Unit
Unclassified Excavation (Complete in Place) Cubic Yard
Embankment Material (Complete in Place) Cubic Yard
Muck Excavation (Complete in Place) Cubic Yard
Potholing (With Surveying and Stationing of U/G Utilities) Hour
END OF SECTION REVISION
27
PROJECT NO. SHO M455-109 April 14, 2016
PROJECT CODE NO. 19059
REVISION OF SECTION 207 — TOPSOIL (SPECIAL)
Section 207 of the Standard Specifications is hereby revised for this project as follows:
Subsection 207.02 shall include the following:
The source of imported topsoil for this project is undesignated. Topsoil shall be fertile, friable, and of a USDA
texture listed as "Suitable" below. Topsoil shall be free of any admixture of subsoil or slag and shall be free of
stones, lumps, refuse, plants or their roots, sticks, noxious weeds, salts, soil sterilants or other material
detrimental to plant growth. Imported topsoil shall be obtained from a well -drained site that is free of flooding.
Topsoil shall not be collected at the supplier's facility, delivered or used onsite in any manner while in a frozen or
muddy condition. The topsoil shall be delivered in an non -compacted state, and shall be spreadable in even non -
compacted, unclodded layer(s).
Imported topsoil shall be approved by the Landscape Architect prior to delivery or placement in planting areas.
The Contractor shall supply a sample of topsoil to the Soil Testing Laboratory for analysis a maximum of thirty
(30) days prior to delivery of topsoil to the project site. The Contractor shall submit to the Landscape Architect a
Certificate of Compliance from the CSU Soil, Water, and Plant Testing Laboratory verifying organic matter
content, pH, sodium absorption ratio, electrical conductivity and nutrient levels.
Topsoil shall meet the mechanical analysis outlined in the following table:
(a) Topsoil Mechanical Analysis
Screen Passing percent Retained percent
1 inch screen 100% 0-0%
'/z inch screen 97-100% 0-3%
Contractor supplied topsoil shall meet the following criteria
Property
Minimum Value
Maximum Value
pH
6.0
7.2
Sodium Absorption Ratio
none
13.0
Salts (electrical conductivity)
none
4.0 mmhos/cm
Organic Matter
2%
10%
*Exchangeable Sodium %
none
15%
Calcium carbonate %
none
10%
'Exchangeable Sodium % = CEC / Exch. Na
Suitable USDA Texture- sandy loam, sandy clay loam, loam, clay loam, silt loam.
Unsuitable USDA Texture- sand, loamy sand, silt, silty clay loam, silty clay, sandy clay, clay.
*Texture as determined by hydrometer analysis and classified using U.S. Dept. of
Agriculture (USDA) texture class names.
The topsoil may be amended with Class 1 Compost to bring it into conformance with these specifications. This
amended topsoil is subject to approval before use.
Topsoil shall contain the following minimum ammonium DTPA (chelate) extractable nutrients (this is the
extractable solution used by CSU Soil, Water and Plant Testing Laboratory).
Nitrogen
3 ppm (Air Dried Basis)
Phosphorus
3 ppm
Potassium
30 ppm
Iron (Fe)
5 ppm
Topsoil shall not include minerals or elements in abundances detrimental to plant growth. rocks and debris larger
than 1 '/z inches in diameter that are visible after the topsoil is spread shall be removed and disposed of in an
F
PROJECT NO. SHO M455-109 April 14, 2016
PROJECT CODE NO. 19059
appropriate manner offsite or in a location pre -approved by the Engineer.
Subsection 207.03 shall include the following:
Import Topsoil meeting project specifications shall be placed by the Contractor in areas specified on plans to a
finished depth of 4 or 12 inches as noted, to be measured from 4 inches below proposed finish grades in order to
accommodate the specified depth of wood mulch for planter beds.
The Contractor is responsible for the following activities:
Protecting finish grade areas and regrading to correct irregularities caused by hauling materials or
other construction activity over finish grade areas. The Contractor shall replenish planting areas found
deficient of topsoil.
ii) Repairing erosion or other damage resulting from weathering action before final acceptance.
Planting areas receiving topsoil placement shall be finished smoothly, properly placed, free of mechanical
compaction and free from irregular surface changes. The Contractor shall finish planting areas by hand methods if
a satisfactory finish cannot be completed with power equipment. Placed topsoil shall not be driven upon by
motorized equipment.
Finish grading shall conform to the grade elevations as shown on the approved engineered grading plans and
shall be free of debris and other materials that would be detrimental to the plantings. Settling of finish grade shall
not be more than 0.10 feet; if settling is greater, the Contractor shall bring the grade to specified elevations by
addition of topsoil.
Delete Subsection 207.04 and replace with the following:
Topsoil will be measured in place by measuring random depths of topsoil and computing volume by multiplying
the area times the average depth.
Subsection 207.05 shall include the following:
Payment will be made under:
Pay Item
Topsoil
Pay Unit
Cubic Yard
The addition of manure or soil amendments needed to bring the topsoil into conformance with the specifications,
importing topsoil from other sources and testing cost associated with this topsoil will not be measured and paid for
separately, but shall be included in the work.
Stockpile Topsoil and spreading of topsoil will not be paid for separately, but shall be included in the work.
END OF SECTION REVISION
29
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
April 14, 2016
REVISION OF SECTION 208 - EROSION CONTROL AND PERMANENT WATER QUALITY BMP (AS
CONSTRUCTED SURVEY)
Section 208 of the Standard Specifications is hereby revised for this project as follows:
Any "vehicle tracking pad" references within Section 208 shall have the same meaning as "stabilized construction
entrance".
Subsection 208.03 shall include the following:
Erosion and sediment control measures shall be constructed at the locations shown in the Contract
Drawings and in accordance with the plan and erosion control details (CDOT Standard Plan No. M-208-1). As the
work progresses, the location and amount of erosion and sediment control installations may increase or decrease
depending on specific site conditions and weather conditions.
The full extent of erosion and sediment control installations will be determined on an as needed basis.
Installations will be reviewed by the Contractor on a daily basis. The effectiveness of installations will be
discussed at the construction progress meetings and revisions made accordingly.
Replace the last paragraph of Subsection 208.04(e)1 with the following:
No direct payment will be made for temporary stabilization. This work shall be considered subsidiary to the
project.
Subsection 208.10(b) shall include the following:
The permanent BMPs to be surveyed will be discussed at the Environmental Preconstruction Conference. The
results of the survey shall be provided on an electronic drawing of each BMP in AutoCAD format showing the
information specified in section 6.1.3 of the CDOT Survey Manual.
The survey shall be performed in accordance with the Section 6.1.3 of the CDOT Survey Manual. The Contractor
may request copies of the AutoCAD electronic design files for the permanent BMPs if available. A draft of the
printed copy of the AutoCAD format drawing shall be provided 14 days in advance of the final water quality
project walkthrough. At the final water quality walkthrough the as constructed BMP survey shall be reviewed and
any necessary revisions determined. The Contractor shall make the requested revisions as needed within 5 days
of the final water quality walkthrough and submit final copies of the electronic files on a CD to the Project
Engineer.
Listed below are the permanent water quality BMPs to be surveyed:
Type R Inlet L5 (10 Foot) w/ 24F SNOUTO & Sump
Delete paragraphs 6, 7 & 9 of Subsection 208.11 and replace with the following:
Removal of trash will not be measured but shall be conducted each day the construction activities are being
performed.
Erosion Control Supervisor will be measured by the total number of authorized 24 hour days used for erosion
control services specific to this project. An authorized 24 hour day of ECS will be every calendar day that the
ECS is required to be on the project performing the duties outlined in subsection 208.03(c). The Contractor shall
record the tasks that were performed by the Erosion Control Supervisor. The records shall be submitted to the
Engineer, weekly, after completion of the work, for approval and acceptance.
Stabilized Construction Entrance will be measured by the actual number constructed and accepted.
Revise Subsection 208.12 to include the following:
208.12 Erosion Control Supervisor and BMPs will be paid for at the Contract unit price for each of the items
30
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
listed below that appear in the bid schedule.
Payment will be made under:
Pay Item
Erosion Log
Aggregate Bag
Concrete Washout Structure
Storm Drain Inlet Protection (Type 1)
Vehicle Tracking Pad
Erosion Control Supervisor
Pay Unit
Linear Foot
Linear Foot
Each
Linear Foot
Each
Hour
April 14, 2016
Payment for each BMP item will be full compensation for all work and materials required to furnish, install,
maintain, remove, and dispose of it.
Payment for Aggregate Bag, will include a protective safety cone as directed by the City Engineer.
Payment for Concrete Washout Structure, whether constructed or prefabricated, will be full compensation for all
work and materials required to install, maintain, and remove the item. This includes, but is not limited to:
excavation, embankment, liner, erosion bales, fencing, signing, and containment and disposal of concrete
washout and all other associated waste material.
Payment for Vehicle Tracking Pad will be full compensation for all work, materials and equipment required to
construct, maintain, and remove the entrance upon completion of the work. Aggregate and geotextile will not be
measured and paid for separately, but shall be included in the work.
Payment for Erosion Control Supervisorwill be full compensation for the erosion control supervisor and
all materials and equipment necessary for the ECS to perform the work. The ECS's commute time will not be
measured and paid for separately, but shall be included in the work.
Sod and mulching will be measured and paid for in accordance with Sections 212 and 213.
Surveying of permanent BMPS will not be measured and paid for separately. All work and materials required to
perform the permanent BMP survey and furnish the three electronic files shall be included in the original unit
price bid for surveying. Surveying will be measured and paid for in accordance with Section 625.
Payment will be made for BMPs replaced as approved by the Engineer.
Work performed to install measures for the control of erosion and sedimentation, and water pollution, for which
there is no bid item originally included in the Contract will be considered extra work in accordance with
subsection 104.03.
Temporary erosion and pollution control measures required due to the Contractor's negligence, carelessness, or
failure to install permanent controls as a part of the work as scheduled or ordered by the Engineer or for the
Contractor's convenience, shall be performed at the Contractor's expense.
If the Contractor fails to complete construction within the approved contract time, payment will not be made for
Section 208 pay items for the period of time after expiration of the approved contract time. These items shall be
provided at the Contractor's expense.
END OF SECTION REVISION
31
PROJECT NO. SHO M455-109 April 14, 2016
PROJECT CODE NO. 19059
REVISION OF SECTION 210 - RESET STRUCTURES
Section 210 of the Standard Specifications is hereby revised for this project as follows:
Subsection 210.02 shall include the following:
This work includes resetting an electrical box (private) and light standard (private) that are located on the
northwest corner of Drake St. and Shields St. "in kind". The Contractor will need to coordinate with the Engineer
and Property owner prior to resetting these private items.
The work includes adjusting manholes to the proper finished grade as shown on the plans and conforming to the
City of Fort Collins Stormwater Utility Construction Standards.
This work includes modifying an existing manhole at the northwest corner of Drake St. and Shields St. to
accommodate the new storm sewer system. The Contractor shall rebuild the top portion of the manhole above the
existing 24" RCP to accept new 15" RC pipes connecting from the south and southeast.
Subsection 210.10 shall include the following:
Adjust Manhole and Valve Box
This work shall consist of adjusting all frames; manhole rings or valve boxes as indicated on the drawings or as
designated by the Project manager. The frames and boxes shall conform to the standard details. All structures
located in bituminous pavements to be surfaced shall be adjusted through the top mat of asphalt. The Contractor
shall perform all work needed to ensure that said structures can be readily adjusted and shall have all necessary
materials on hand prior to commencing the work. All structures shall be adjusted to be 114", (+/-) 1/8" below the
pavement surface.
Adjustments shall be set such that the castings do not project above the new pavement surface, or more that 1/4"
below the surface. Castings or structures shall not be adjusted until the leveling course is in place, if a leveling
course is specified. Any necessary adjustments required to meet the specifications shall be performed at the
expense of the Contractor.
Adjust manhole consists of removing a section of pavement with a minimum diameter one foot larger than the
structure, centered on the structure. This shall be accomplished by cutting vertical edges, adjusting the manhole
by grouting concrete rings or utilizing metal shims to raise the structure to the proper grade, then spreading and
mechanically compacting bituminous material of the same grade and quality as the adjacent pavement. If the
manhole is in concrete or in a composite pavement section the manhole shall be adjusted such that the ring is
flush with the finished concrete grade. Paving rings will be utilized to bring the manhole cover up to final grade of
the asphalt. All manholes shall be raised through the top lift.
When the manhole adjustment is complete, the slope of the top surface of the manhole cover shall match the
slope of the pavement in both the longitudinal and transverse directions. Any manhole cover which is unstable or
noisy under traffic shall be replaced.
Valve boxes located within the existing pavement shall be adjusted by removing the existing pavement around the
valve box, adjusting the valve by turning it to the proper grade, trimming the existing asphalt by cutting vertical
edges, then spreading and mechanically compacting bituminous material of the same grade and quality as the
adjacent pavement.
If the Contractor is unable to turn up the valve box or is capable but not sufficiently to achieve the proper grade or
if the top section of the valve box is in poor condition, the Contractor shall excavate around the top section of the
valve box and remove and replace the top section with a longer section supplied by the Contractor. The
excavation shall be backfilled with flow -fill (measured and paid for under flow -fill backfill) to the top of subgrade,
and material of the same grade and quality as the adjacent pavement shall be placed.
32
PROJECT NO. SHO M455-109 April 14, 2016
PROJECT CODE NO. 19059
The Contractor shall exercise reasonable care while attempting to adjust the valve boxes. If the Contractor is
negligent and breaks the valve box, the valve box shall be replaced at the Contractors expense.
Adjustment of Water Valve Box:
Shall include the installation and adjustment of a Tyler 6860 series model #69 adjustable riser. Before adjusting
valve boxes to proper elevation, the asphalt or concrete shall be removed to form a smooth and uniform
circle. Removal of the asphalt and/or concrete shall be included in the cost; it will not be measured and paid for
separately. When adjusting existing valve boxes, reconnect existing tracing wire, if present.
The adjustable risers shall be adjusted to the final grade during the paving operation (there will be no
additional payment for this work -include the cost in this item. The lids are to be clean and free of asphalt after the
completion of paving. Final elevation of the valve box shall be from 1/8 inch to 1/4 inch lower than the existing
pavement. All valve boxes shall be installed to enable future adjustments for overlays.
If required this item shall include the removal and replacement of the existing top section shall be fully exposed
to the adjacent lower section and adjusted or replaced. The top section shall be adjusted to a height so that a
Tyler 6860 series model #69 screw -in adjustable riser can be installed.
If the existing top section does not have sufficient adjustment, to be raised or lowered, so that the Tyler 6860
series model #69 screw -in adjustable riser can be adjusted to final grade, the Contractor shall obtain a
shorter or longer top section.
In the event that the existing valve box casting is defective due to damage caused by the Contractor, the valve
box casting shall be replaced at the Contractor's expense.
If required this item shall include the removal and replacement of the existing lower section of the existing valve
box. The entire length of the valve box shall be centered and plumbed over the operating nut. The valve body
shall not support the valve box. If the existing valve box does not have sufficient adjustment to raise or lower to
grade, the Contractor shall obtain the correct length bottom section.
In the event that the existing valve box assembly is defective due to damage caused by the Contractor, the
valve box assembly shall be replaced at the Contractor's expense.
Subsection 210.13 shall include the following:
Payment will be made under:
Pay Item
Pay Unit
Reset Electrical Box (Private)
Each
Reset Light Standard (Private)
Each
Adjust Manhole (Sanitary)
Each
Modify Manhole
Each
Adjust Valve Box
Each
END OF SECTION REVISION
33
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
April 14, 2016
REVISION OF SECTION 212 - SEEDING, FERTILIZER, SOIL CONDITIONER, AND SODDING
Section 212 of the Standard Specifications is hereby revised for this project as follows:
MATERIALS
Subsection 212.02
Seed, Soil Conditioners, Fertilizers and Sod.
Replace "Species shall be as shown on the plans" (c) — Sod, with the following:
Turfgrass Sod: Certified Approved Number 1 Quality/Premium, including limitations on thatch, weeds,
diseases, nematodes, and insects, complying with TPI's "Specifications for Turfgrass Sod Materials" in its
"Guideline Specifications to Turfgrass Sodding." Furnish viable sod of uniform density, color, and texture,
strongly rooted, and capable of vigorous growth and development when planted.
Turfgrass Species: Sod of grass species as follows, with not less than 85 percent germination, not less
than 95 percent pure seed, and not more than 0.5 percent weed seed:
Type: Proportioned by weight as follows:
100 percent Kentucky bluegrass (Poa pratensis), a minimum of three improved varieties.
CONSTRUCTION REQUIREMENTS
Subsection 212.04
Lawn Grass Seeding. Bluegrass seeding is not a part of the project. Delete this section from
the specifications.
Subsection 212.05
Sodding, (c) Fertilizing and Soil Conditioning.
Soil Conditioning - Soil conditioners (compost) was added to the pre -amended topsoil as described is Section
207. Additional / supplemental compost is not required as part of this Section.
Fertilizing - Contractor to use the following placeholder types and quantities for the establishment of bid pricing
only.
Nitrogen (N)
Phosphorous (P)
Potassium (K)
Calcium (Ca)
Magnesium (Mg)
35 lbs. / acre
40 lbs. / acre
300 lbs. / acre
2,000 lbs. / acre
600 lbs. / acre
Examination. Verify rough grading is within one -tenth of a foot. Verify site is free from obstructions, objects, or
structures that are not a part of the final site construction. Verify major drainages are completed and in place. Do
not start work until the site is acceptable. Once landscape grading has commenced, the Landscape Contractor
shall be responsible for bringing all grading to final line and grade and creating positive drainage.
Clearing. Prior to soil preparation, existing vegetation not to remain and which might interfere with the specified
soil preparation shall be cleared, grubbed, raked, and the debris removed from the site. Prior to or during grading
or tillage operations the ground surface shall be cleared of materials which might hinder final operations.
Protection - Field locate all buried cables, wires, electrical service, irrigation lines and any other subsurface
34
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
April 14, 2016
element that may be damaged during ripping operations. Stake and/or paint locations with an easily visible
system that will enable equipment operators to avoid damaging buried utilities.
Roundup (glyphosate) Application. Apply to areas to be seeded a minimum of two (2) weeks after topsoil has
been distributed and prior to seeding. Apply Roundup only when weeds are growing vigorously. Apply at
manufacturers maximum recommended rate.
METHOD OF MEASUREMENT
Subsection 212.07
Delete paragraph 3. from the specifications. Soil conditioning is not required here, as it has been included in
Section 207 — Topsoil, and pre -blended as part of the imported topsoil work.
BASIS OF PAYMENT
Subsection 212.08
Delete "Lawn Seeding" from the payment schedule.
Delete "Soil Conditioning" from the payment schedule.
Finish grading, utility locates, fertilizer and herbicide application will not be measured and paid for separately, but
shall be included in the work.
Payment will be made under:
Pay Item Pay Unit
Sodding Square Foot
END OF SECTION REVISION
35
F3
1;;ieaMh
26 13-effing
-----
Around i Maps & Data Sources
-------- ---- ----------
Tasks Analysis
------ -----
+
WMap To.
Pan
Z.—In Z-0.1 Initial Full
P-101. Ke.I
POIAII
:P.Display tor.
Extent EAWnt
Extent E,1r4
id"W
K".
L-0- lrk=
Traffic Counts g x
North Bound 15362
Soulh Bound IW3
"fy, aT
East Bound 0
Qt
West Bound 0
.W
Collection Year 2014
AM To Seieftad I "ev, Additional Details
G her
S r Ffiq h
F1 uirrxr
---250mrj
Seaich
Wing— Maps & Data Sources Tasks
"M to a map boolurark..
[nf.ff..I— aActinns
Tralfic Counts
•
"N' v
L
"40
t -10oni's RAO%
OF W
10
er
q it it 0 260,
!& it vi .9 t
A
City at Fort Coll— GIS 10ty of Fort Collins GIS ISiR
—
+
4-
Map Tipi, Seek: 1: 91185
PM zoom 1. zomil Out Johat Full P(mms
1-1
Mqft- p Wbk-
-
EXW E)ftxt EIdeW
khm"
------ - -. L'
NW41.t-
LiAon Info I'llorwiffifle & Mfimiffll,
- — -------- —
�S Traft Courits
(".04 014i F1.11,
QTrafbi: Counts
0 X
North Bound 15034
South Bound 14287
East Bound 0
West Bound 0
Collection Year 2014
"W
Nags al
� Ald .0 Selected I %lievi Additional Dclail.
am
'o, SCWr -�i 1,-,
X;
1250. t Y..
go CA' of Fort C-11"" GIS 1 Ct' of
Fort CORMS GIS I Sourt:K
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
April 14, 2016
REVISION OF SECTION 212 —TREE RETENTION AND PROTECTION
Section 212 of the Standard Specifications is hereby revised for this project as follows:
Subsection 212.01 shall include the following:
Tree retention and protection includes general protection and pruning of existing trees and plants that are affected
by execution of the Work, whether temporary or permanent construction. The following definitions apply:
1) Caliper: Diameter of a trunk measured by a diameter tape or the average of the
smallest and largest diameters at 6 inches above the ground for trees up to, and
including, 4-inch size; and 12 inches above the ground for trees larger than 4-inch size.
2) Plant -Protection Zone: Area surrounding individual trees, groups of trees, shrubs, or
other vegetation to be protected during construction, and indicated on Drawings.
3) Tree -Protection Zone: Area surrounding individual trees or groups of trees to be
protected during construction, and defined by a circle concentric with each tree with
a radius 1.5times the diameter of the drip line unless otherwise indicated.
4) Vegetation: Trees, shrubs, groundcovers, grass, and other plants.
Subsection 212.02 shall include the following:
(d) Protection -Zone Fencing: Fencing fixed in position and meeting the
following requirements. Previously used materials may be used when approved by
Engineer.
Plastic Protection -Zone Fencing: Plastic construction fencing constructed of
high- density extruded and stretched polyethylene fabric with 2-inch maximum
opening in pattern and weighing a minimum of 0.4 Iblft.; remaining flexible
from minus 60 to plus 200 deg F; inert to most chemicals and acids; minimum
tensile yield strength of 2000 psi and ultimate tensile strength of 2680 psi;
secured with plastic bands or galvanized -steel or stainless -steel wire ties; and
supported by tubular or T-shape galvanized -steel posts spaced not more
than 8 feet apart.
Height: 4 feet
Color: High -visibility orange, nonfading.
Add Subsection 212.061 immediately following Subsection 212.06
212.061 Tree Retention and Protection City of Fort Collins Forestry Division
All tree protection and replacement requirements in LUC 3.2.1.F.G. shall be followed. Existing trees shall
be inventoried. All existing trees in the potential construction impact zone shall be numbered and
identified by species, size, condition, intent to save or remove and mitigation.
All tree pruning, removal and protection shall adhere to the requirements found in the City of Fort Collins
Tree Management Standards and Best Management Practices manual which was approved by the City
Manager March 31, 2010.
Existing trees marked for protection and preservation shall not be removed.
36
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
April 14, 2016
4. The critical root zone of each existing tree designated to be preserved shall be protected so that soil
compaction does not occur. This will include restricting equipment use and material storage in the critical
root zone of each tree.
5. Avoid cutting surface roots whenever possible. All grading, sidewalk and paving levels should be
contoured sufficiently to avoid root or trunk damage. At any location where roots need to be disturbed or
cut, contact the City Forestry Division for review prior to any disturbance or cutting.
6. When root cutting is necessary, the cuts should be made using a sharp saw or appropriate tool so that
extra root tissue is not damaged. Cuts should be smooth, flush and completed very quickly after root
exposure occurs. Once the root cutting is complete, immediately cover the exposed root tissue with good
soil and then water the area to avoid root dehydration. Root pruning shall be reviewed by the City
Forestry Division and performed by a certified arborist for any roots over 2" in diameter.
7. Tree protection shall be set up and implemented prior to construction. Tree protection shall incorporate
the following criteria:
a. All existing trees to be retained in close proximity to any construction activity shall be protected using
a fencing material that meet or exceed the following criteria:
1) Fencing material would have a minimum height of 5 feet.
2) Fencing may consist of orange snow fencing or other suitable material.
3) Protection barrier fencing shall be supported by 1" X 1" metal posts or similar sturdy stock.
4) Concrete blankets or other suitable material shall be wrapped around the trunk of trees that
are in close proximity to actual construction activities. At a minimum, the bottom 6 feet of the
trunk shall be wrapped.
b. The actual location of tree protection fencing should be determined by an onsite meeting between the
Forestry Division representative and the appropriate contractor representative.
c. Partial fencing within the protection zone may be required as necessary.
d. There shall be no movement of equipment or storage of equipment, materials, debris, or fills or cuts
within the critical root zone area unless approved by the City Forestry Division.
e. Modification or removal of tree protection fencing or blanket wrap must be approved by the Forestry
Division prior to the removal of such protection.
8. Within the drip line of any tree marked for retention and preservation, there shall be no cut, excavation or
fill unless a qualified arborist or forester has evaluated and approved the disturbance. Approved cut,
excavation or fill within the drip line of existing trees must be accomplished using methods approved by a
qualified arborist and City Forestry Division. This may include the required use of hand tools or an air
spade when necessary.
9. In order to protect the critical root zone of each tree, or group of trees, to be retained, the following criteria
must be followed:
a. Equipment or material shall not be washed, cleaned or rinsed within the drip -line of any trees.
b. Equipment or materials shall not be stored within the drip -line of any trees.
c. Potentially harmful materials such as paints, oils, solvents, asphalt, concrete, motor oil or any
other material harmful to the life of a tree shall be kept out of the drip -line of any tree.
10. Attachments such as wires, cables, winches, ropes, signs, notices or permits shall not be fastened to any
protected tree.
11. All protected existing trees shall be pruned to the City of Fort Collins Forestry Standards. All required or
optional tree removal or pruning shall be performed by a private tree service holding a current City of Fort
Collins Arborist license.
12. Applying thick layers of wood mulch over a portion of the root system of existing trees may be directed at
individual locations to adequately prevent soil compaction during construction activity.
13. Loss or potential injury to any tree(s) shown to be retained due to contractor neglect or improper
construction activities will result in a penalty of up to full damages for the assessed value of the tree(s) as
determine by the City Forestry Division or qualified arborist using the Council of Tree an Landscape
Appraiser Guide for Plant Appraisal (most recent edition). Full loss or partial injury value will be assessed
to the contractor.
37
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
April 14, 2016
14. A fine of one -thousand dollars may be levied against the contractor for each incident of unnecessary
damage to existing trees by not following the tree protection notes. If a financial penalty is not imposed for
a violation, the City project manager shall document the incident with an explanation of why a fine was
not imposed.
15. The contractor is responsible for scheduling tree inspections with the City Forester or consulting arborist
at critical phases of the project. There shall be daily coordination of field crews by the contractor during
the critical phases of the project to ensure the tree protection specifications as well as the direction
received from the City Forester or a consulting arborist is followed. Critical phases are defined as work
being conducted in proximity of trees to be protected or transplanted where any form of damage could
occur. Examples could be demolition of existing concrete, root pruning, construction of retaining walls and
construction of new curb.
16. The City Forestry Division shall be notified prior to any trenching, excavation or construction activity
known, or suspected, to involve cutting roots or damaging any of the above ground portions of a
preserved or transplanted tree.
17. When raising the grade around a tree, a dry well is required, when lowering the grade around a tree, a
retaining wall is required. In such instances approval is required by the City Forester.
18. Irrigation lines or any underground fixture requiring excavation deeper than six inches shall be
accomplished by boring under the root system of protected existing trees at a minimum depth of twenty-
four inches. The auger distance is established from the face of the tree (outer bark) and is scaled from
tree diameter at breast height (see table).
19. Soil cultivation should not exceed 2 inches in depth within the drip line of any existing protected tree. The
grade should also not be raised more than 2 inches within the drip -line of any existing protected tree.
Tree Diameter at Breast Height (inches) Auger Distance From Face of Tree (feet)
0-2 1
3-4
2
5-9
5
10-14
10
15-19
12
Over19
15
Subsection 212.07 shall include the following:
Tree retention and protection will not be measured, but will be paid for on a lump sum basis. The lump sum
price bid will be full compensation for all work required to complete the item.
Subsection 212.08 shall include the following:
Payment will be made under:
Pay Item
Tree Retention and Protection
END OF SECTION REVISION
Pay Unit
Lump Sum
38
PROJECT NO. SHO M455-109 April 14, 2016
PROJECT CODE NO. 19059
REVISION OF SECTION 213— MULCHING
Section 213 of the Standard Specifications is hereby revised for this project as follows:
Section 213 of the Standard Specifications is hereby revised for this project as follows:
DESCRIPTION
Subsection 213.01
Add to the description as follows:
"...work also consists of furnishing and placing aggregate inorganic mulch to include — 1.5" dia. Tan River Rock, 3"
to 6" dia. Tan River Rock and 8" to 12" dia. River Cobble; and Landscape Boulders, and landscape weed barrier
fabric.
MATERIALS
Subsection 213.02
Wood (Organic) Mulch. Delete the "wood chip mulch" specified and replace with the following:
Wood (Organic) Mulch: Ground or shredded, 4" depth (minimum) — no weed barrier
required.
Steel Landscape Edging. Delete the "Steel Edging" specified and replace with the following:
Steel Landscape Edging. Contractor to provide commercial -steel header, rounded top edge, fabricated in
sections of standard lengths, with loops stamped from or welded to face of sections to receive stakes as
follows:
Manufacturers: COL -MET Commercial Grade Steel Edging (1101) or approved substitute.
Edger Size: 1/8" thick by 4 inches
Stakes: Tapered steel, a minimum of twelve inches (12").
Accessories: Standard tapered ends, corners, and splicers.
Finish: Standard paint — Green.
Add to this sub -section as follows:
Landscape Weed Barrier Fabric. Materials for weed barrier shall be a non -woven geotextile material suitable for
this purpose such as Mirafi 140, Typar 3341, or Polyspun 300 or approved equivalent. Submit brand name and
model number/name of proposed weed barrier to be used.
In -organic Mulch — 1.5" dia. Tan River Rock. 3" deep, hard, durable stone, washed free of loam, sand, clay, and
other foreign substances.
In -organic Mulch — 3" to 6" dia. Tan River Rock. Hard, durable stone, washed free of loam, sand, clay, and other
foreign substances.
In -organic Mulch — 8" to 12" dia. River Cobble. Hard, durable stone, washed free of loam, sand, clay, and other
foreign substances.
39
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
Landscape Boulders.
Stone Type: Colorado Buff Sandstone
Approved Suppliers
A. Trinity Stone (Fort Collins), 970.222.2141
B. Tribble Stone (Boulder), 303.444.1840
C. Colorado Materials (Longmont), 303.682.2314
D. Or approved equivalent.
Boulder sizes shall be as indicated on the plans.
Quantities and locations as identified on the plans.
CONSTRUCTION REQUIREMENTS
Subsection 213.03
Revise (e) Steel Landscape Edging to read as follows:
April 14, 2016
Install by laying out beds scaled from the plans. Stake, flag, or paint proposed beds prior to installation of edging
and obtain review of Owner's Representative of layout prior to installation. Install header plumb with grade and
stake at minimum ten (10) foot intervals. Establish top of header one inch (1") above finish grade in turf areas.
Install using straight lines or long smooth curves. Provide v-shaped drainage openings two inches (2") wide and
one inch (1") depth at low points in the bed, at outlet point for drainage appurtenances such as downspouts
including overflow drains and at ten (10) foot intervals maximum. Do not install steel landscape edger around
mulch rings in lawn areas.
Add (g) Landscape Weed Barrier Fabric as follows:
Prior to placing mulch and planting in mulch beds, apply Roundup herbicide to weeds and allow beds to sit for
seven (7) days. Place wood mulch in shrub beds and tree planting rings in turf areas. Place mulch in four -inch
(4") depth layer. Gently brush mulch off of plants once installed. Take care in placement not to damage planted
materials.
Prior to placing in -organic mulch, install landscape weed barrier fabric according to manufacturer's written
instructions. Completely cover area to be rock mulched (or as described on the Drawings) overlapping edges a
minimum of six -inches (6"). Seams and edges shall be pinned at 12" min intervals.
Add (i) In -organic Mulch — 1.5" dia. Tan River Rock as follows. -
Apply 3-inch average thickness of rock mulch, and finish level with adjacent finish grades. Landscape fabric is
required in river rock mulch areas.
Add (j) In -organic Mulch — 3" to 6" dia. Tan River Rock as follows. -
Apply 3-inch to 6-inch (single layer, completely covering the weed barrier fabric) compacted average thickness of
3-inch to 6-inch mulch, and finish level with adjacent finish grades. Landscape fabric is required in all 3-inch to 6-
inch river rock mulch areas.
Add (k) lo-organic Mulch — 8" to 12" dia. River Cobble as follows:
Apply a single layer of mechanically placed, followed by hand placed/distributed. Landscape fabric is required
beneath all 8-inch to 12-inch river cobble.
Add (m) Landscape Boulders as follows:
40
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
A. Placement of Landscape Boulders:
April 14, 2016
1. Prior to installation of boulders, excavate areas where boulder will be placed, and
compact subgrade soils beneath boulders, as indicated in the drawings.
2. Place boulders with most attractive face oriented towards sidewalk/street, unless
otherwise noted or directed by the Owner's Representative.
3. Bury approximately 1/3 the height of the boulder, unless otherwise noted.
4. Locations and quantity shall be as indicated in the Drawings. Final placement of
boulders shall be reviewed and approved on site by the Owner's Representative prior to
placing paving, surfacing and landscaping in abutting areas as required.
5. Use protection (rubber pads or carpet) on equipment to reduce scaring.
METHOD OF MEASUREMENT
Subsection 213.04
The quantity of Landscape Weed Barrier Fabric will be measured by the actual square yards placed. Pins for
weed barrier placement will not be measured separately, but shall be included in the work.
The quantity of 1.5" dia. Tan River Rock will be measured by the actual tonnage of material placed.
The quantity of 3" to 6" dia. Tan River Rock will be measured by the actual tonnage of material placed.
The quantity of 8" to 12" dia. River Cobble will be measured by the actual tonnage of material placed.
The quantity of Steel Landscape Edging will be measured by the actual linear feet placed. Pins for steel edging
placement will not be measured separately, but shall be included in the work.
Landscape Boulders will be measured by the actual quantities, in the specific sizes identified on the plans.
Excavation and backfill for boulder placement will not be measured separately, but shall be included in the work.
BASIS OF PAYMENT
Subsection 213.05. Add the following line items to the Pay Schedule as follows:
Payment will be made under:
Pay Item
Mulching (Wood Chip)
Inorganic Mulch — 8" to 12" River Rock/Cobble
Inorganic Mulch — 3" to 6" Tan River Rock
Inorganic Mulch — 1.5" Tan River Rock
Landscape Weed Barrier Fabric
Steel Landscape Edging
Landscape Boulder —'A' Boulder
Landscape Boulder — `B' Boulder
Landscape Boulder — `C' Boulder
Pay Unit
Cubic Foot
Ton
Ton
Ton
Square Yard
Linear Foot
Each
Each
Each
END OF SECTION REVISION
41
PROJECT NO. SHO M455-109 April 14, 2016
PROJECT CODE NO. 19059
REVISION OF SECTION 214 — PLANTING
Section 214 of the Standard Specifications is hereby revised for this project as follows:
MATERIALS
Subsection 214.02 shall include the following:
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 14 AWG wire with 1/2" x 12" PVC sleeves and stake protection cap per
each stake.
CONSTRUCTION REQUIREMENTS
Subsection 214.04
Landscape Establishment.
The duration of the Landscape Establishment period shall be from initial installation thru final acceptance.
Subsequent maintenance and warranty replacements shall be the City's responsibility following final acceptance
for the entire/completed project. The contractor shall NOT be responsible for any warranty requirements on the
irrigation or landscaping following final acceptance.
After all planting on the project is complete, a plant inspection shall be held including the Contractor, Engineer,
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.
Dead, dying or rejected material shall be removed each month during the Landscape Establishment Period as
directed by the City's Project Manager or City Forester. Plant replacement shall be performed during the spring
planting season or 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 and shrubs planted by the Contractor shall be watered 20 gallons twice per month per tree and two
gallons twice per month per shrub by the Contractor until the irrigation system on private property is restored and
accepted. At that point, the private property owner will be notified that the trees and shrub's care will be their
responsibility. The contractor will be responsible for the warranty of the trees and shrubs through the warranty
period. Periodic inspections will be conduction by project owner / staff and the Contractor will be notified of any
issues of establishment or growth as found.
42
PROJECT NO. SHO M455-109 April 14, 2016
PROJECT CODE NO. 19059
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.
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.
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
Deciduous Canopy Trees
Ornamental Trees
Evergreen Shrubs
Ornamental Grasses/Perennials
END OF SECTION REVISION
PaV Unit
Each
Each
Each
Each
43
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
April 14, 2016
REVISION OF SECTION 250 — ENVIRONMENTAL, HEALTH AND SAFETY MANAGEMENT
Section 250 of the Standard Specifications is hereby revised for this project as follows:
Subsection 250.01 shall include the following:
Smith Environmental and Engineering conducted an Initial Site Assessment (ISA) for the Drake & Shields
Intersection Improvements project. In the ISA report there was evidence of underground tanks not in the
project area but in the adjacent area. For details please refer to Appendix B for the ISA Report.
END OF SECTION REVISION
44
PROJECT NO. SHO M455-109 April 14, 2016
PROJECT CODE NO. 19059
REVISION OF SECTION 304 — AGGREGATE BASE COURSE
Section 304 of the Standard Specifications is hereby revised for this project as follows:
METHOD OF PAYMENT
Subsection 304.07 Add the following:
Aggregate Base Course will be measured by the Ton compacted in place.
In full depth reconstruction areas of the roadway assume 12" ABC.
In the raised median, 8" ABC will be assumed under the raised median concrete cover material.
BASIS OF PAYMENT
Subsection 304.08 Add the following:
Payment will be made under:
Pav Item
Aggregate Base Course (Class 5 or 6)
END OF SECTION REVISION
Pay Unit
Ton
45
North/South Street: Shields
East/West Street: Drake
Time: AM
ICU Number: 48
Shields
07:30 AM
10
130
21
07:45 AM
4
118
36
Total !
14
_
248
57
08:00 AM'
8
122
20
0115 AM
3
117
34
Grand Total
25
487
111
Apprch %
4
78.2
17.8
Total %
0.8
16.2
3.7
City of Fort Collins Traffic Operations
626 Linden Street, PO Box 580
Fort Collins. CO 80522-0580
Peak Hour Turning Movement Study
Drake
Total
Rl ht I Thru I
Lett
161
20
47
10
158
32
46
28
319' 52
93
38
1511
28
60
17
154
22
62
11
623
102
215
66
26.6
561
17.2
20.7
3.4
7.2
2.2
Shields
Northboun4
toral
_
Ri ht Thru Left
77 1
37
193
15
106
55
240
20
183,
92
433
35
105
53
176
17
95
43
196
20
383
188
805
72
17.7
75.6
6.8
12.7
6.3
26.8
2.4
File Name
: shields & drake 8-7-14
Site Code
: 00000048
Start Date
: 8/7/2014
Page No
1
Drake
2451
28
167
29
224
707
315 1
213_._
31_
280
859
5601
___36
64
380
60
___
504'
1566
2461
28
164
38
230
731
259 i
21
141
39
201
709
1065
113
685
137
935
3006
12.1
73.3
14.7
35.4.
3.8
22.8
4.6
31.1
Shields
Out III Total
1.044� 166
25; 487. 1111
Right Thru Left
4-j L+
` 1
P�IWth-�-ea k-� c
N
t _ G i
e �—� annola ol:so AM
— ( 8171201408'15AM �• f0
m �—V
c
Ttwu Right
_ .�8051 188
I loss Ci31.
Out In Total
Sha
PROJECT NO. SHO M455-109 April 14, 2016
PROJECT CODE NO. 19059
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 Gradin
Property
Test
Method
S (100)
S(75)
Air Voids, percent at: N
CPL 5115
3.5-4.5
3.5-4.5
(design)
Lab Compaction
100
75
(Revolutions): N (design)
CPL 5115
Stability, minimum
CPL 5106
30
28
Aggregate Retained on the
4.75 mm (No. 4) Sieve with at
CP 45
90
90
least 2 Mechanically Induced
(80 for SG)
(80 for SG)
fractured faces, % minimum
Accelerated Moisture
CPL 5109
80
80
Susceptibility Tensile Strength
Method B
Ratio Lottman), minimum
Minimum Dry Split Tensile
CPL 5109
205 (30)
205 (30)
Strength, kPa (psi)
Method B
Grade of Asphalt Cement, Top
Layer
Grade of Asphalt Cement,
PG 64-22
PG 58-28
Layers below To
Voids in the Mineral Aggregate
CP 48
(VMA) % minimum
Voids Filled with Asphalt
Al MS-2
65 - 75
65 — 80
VFA), %
Dust to Asphalt Ratio Fine
Gradation Coarse Gradation
CP 50
Note: Al MS-2 = Asphalt Institute Manual Series 2
Note: The current version of CPL 5115 is available from the Region Materials Engineer.
Note: Mixes with gradations having less than 40% passing the 4.75 mm (No. 4) sieve shall be
approached with caution because of constructability problems.
Note: Gradations for mixes with a nominal maximum aggregate size of one -inch or larger are
considered a coarse gradation if they pass below the maximum density line at the #4
screen.
Gradations for mixes with a nominal maximum aggregate size of % inch or smaller are
considered a 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
46
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
1.0 percent below the mix design optimum.
Table 403-2
Minimum Voids in the Mineral Aggregate (VMA)
Nominal Maximum
***Design Air Voids **
Size*, mm (inches)
3.5%
4.0%
4.5%
37.5 (1'/2)
11.5
12.0
12.5
25.0(1)
12.5
13.0
13.5
19.0 (3/<)
13.5
14.0
14.5
12.5 ('/z)
14.5
15.0
15.5
9.5 (%)
15.5
16.0
16.5
* 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.
April 14, 2016
The Contractor shall prepare a quality control plan outlining the steps taken to minimize segregation of HMA. This
plan shall be submitted to the Engineer and approved prior to beginning the paving operations. When the
Engineer determines that segregation is unacceptable, the paving shall stop and the cause of segregation shall
be corrected before paving operations will be allowed to resume.
Hot mix asphalt for patching shall conform to the gradation requirements for Hot Mix Asphalt (Grading S). A
minimum of 1 percent hydrated lime by weight of the combined aggregate shall be added to the aggregate for all
hot mix asphalt.
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.
Subsection 403.04 shall include the following:
Near the Median area, assume 5" of HMA will be necessary for the bottom course and then it will be finished
with the 3" Overlay
For full depth reconstruction areas the pavement section shall be:
3" of HMA (Grade S) (100) (PG 64-28) (Modified Binder Mix w/ Modified Oil)
5" of HMA (Grade S) (75) (PG 58-28) (2 - 2'/2" Lifts)
For Overlay areas the pavement section shall be:
3" of HMA (Grade S) (100) (PG 64 - 28) (Modified Binder Mix w/ Modified Oil)
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 complete in place for the bituminous mixture.
47
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
Payment will be made under:
April 14, 2016
Pay Item Pay Unit
Hot Mix Asphalt (Patching) (Median) (Grading S 75)(PG 58-28) (Assumed 5") Ton
Hot Mix Asphalt (Grading S 75)(PG 58-28)(Assumed 5") Ton
Hot Mix Asphalt (Grade S 100)(PG 64-28)(Assumed 3")(Overlay) 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. 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.
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.
Emulsified asphalt for prime and tack coats will not be measured and paid for separately, but shall be
included in the Hot Mix Asphalt pay items.
END OF SECTION REVISION
48
PROJECT NO. SHO M455-109 April 14, 2016
PROJECT CODE NO. 19059
REVISION OF SECTION 504 - CONCRETE WALL
Section 504 of the Standard Specifications are hereby revised for this project as follows:
Subsection 504.01 shall include the following:
The work shall consist of a complete in place 6" wide concrete wall with a 6" thick sidewalk and rebar as
shown in the plans. The concrete wall is located along Shields Street on the east side of the roadway at
approximately Station 7+85 to 8+90 on the Cimarron Square Homeowners Association Property.
Subsection 504.04 shall include the following:
The concrete wall on the Cimarron Square Homeowners Association Property will be paid for by the linear foot.
Construction will conform to the detail provided in the plan set and will include all excavation, materials, rebar,
saw cutting, finishing, backfill, equipment, labor, etc. required for complete installation and all associated work
not covered under another item.
Subsection 504.05 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Concrete Wall (6" Wide Wall with 6" Thick Sidewalk) Linear Foot
END OF SECTION REVISION
49
PROJECT NO. SHO M455-109 April 14, 2016
PROJECT CODE NO. 19059
REVISION OF SECTION 504 — MASONRY BRICK WALL
Section 504 of the Standard Specifications are hereby revised for this project as follows:
Subsection 504.01 shall include the following:
This work consists of the construction clean new brick masonry including mortar, grout, ties, anchors,
accessories, and removal of surplus material and waste in accordance with these specifications, and in
conformity the plans.
The work shall consist of a complete in place 12" wide masonry brick wall and rebar as shown in the
landscape plans. The masonry brick wall is located along Shields Street on the west side of the roadway at
approximately Station 10+65 to 11+09.
Subsection 504.02 shall include the following:
Brick shall meet the following requirements
(a) Reference Standards:
A. AASHTO M 114.
B. ASTM E514: Standard Test Method for Water Penetration and Leakage Through Masonry.
Conform to the current requirements of applicable portions of standards, codes and
specifications, except where more stringent requirements are shown or specified.
C. ASTM: American Society of Testing and Materials.
D. ASTM C144: Standard Specification for Aggregate for Masonry Mortar.
E. ASTM C150: Standard Specification for Portland Cement.
F. ASTM C270: Standard Specification for Mortar Mix.
G. ASTM C476: Standard Specification for Mortar and Grout for Reinforced Masonry.
H. ASTM E514: Standard Specification for Moisture Resistance in Masonry Assemblies.
I. PCA, current edition.
(b) Clay Bricks:
A. Finish: Finish of new brick shall match finish of brick on existing sign adjacent to new wall.
B. Color(s): Match color(s) of brick on existing sign adjacent to new wall.
C. Depth: 3 5/8"
D. Standard Height: 2 1/4".
E. Length: 7"
F. Corners: Include corner bricks
(c) Brick Suppliers:
A. Suppliers meeting the requirements of the section are acceptable as approved by the Engineer
prior to bidding.
(d) Sandstone Wall Caps:
A. Colorado Buff Sandstone. Sandstone dimensions shall be as indicated in the drawings.
(e) Approved Stone Suppliers:
A. Arkins Park Stone Quarries, Masonville, CO.
B. Loukonen Brothers, Lyons, CO.
50
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
April 14, 2016
C. Tribble Stone, Boulder, CO
D. Other quarries meeting the requirements of this section are acceptable as approved by the
Engineer prior to bidding.
(f) Mortar and Grout Materials
A. Portland Cement: ASTM C150, Type 1, natural.
B. Hydrated Lime: ASTM C207, Type S for new construction.
C. Aggregate Sand: ASTM C144.
D. Coarse Aggregate for Grout: ASTM C404, less than 3/8".
E. Water: ASTM C270, clean and suitable for domestic consumption.
F. Mortar Coloring: Integral mortar color by Solomon Colors, Springfield, IL, (800) 624-0261, or
approved equivalent. Solomon 10H-Light Buff as basis of design. Design intent shall be to match
the predominant brick color, Section 04400.
G. Admixtures: Pozzolan with approval; calcium chloride not permitted
H. Integral Water Repellent: Integral polymeric -based water repellent admixture, conforming to
ASTM E514 and achieving an E (Excellent) rating, RainBlok for Mortar by ACM Chemistries, Inc.,
Norcross, GA, (877) 226-1766, or approved equal. Integral water repellent shall be used in all
exterior brick masonry construction.
(g) Mortar and Grout Mixes
A. Mortar Mixes: ASTM C270, Type N mortar with hydrated lime for new veneer masonry
construction. Minimum compressive strength of 750 psi at 28 days, or as indicated on the
Structural Drawings:
1. 1 part Portland cement, Type 1.
2. 1/4 to 1/2 part hydrated lime.
3. 2-1/4 to 3-1/2 parts damp, loose sand.
4. Integral water repellent.
5. Mortar coloring.
B. Masonry Grout Mix: Minimum compressive strength of 3,000 psi at 28 days.-
1 . 1 part Portland cement, Type 1.
2. 2-1/4 to 3 parts damp, loose sand.
3. 1 to 2 parts coarse aggregate.
4. Pozzolan as per manufacturer's recommendations.
5. Air entrainment shall be not more than 5% by volume.
C. Mixtures may change as per manufacturer's recommendations to meet requirements.
(h) Masonry Accessories
A. Brick Masonry Veneer Ties: per plans and details.
B. Anchors: Furnish and set stainless steel anchors, ties and dowels.
(i) Sealer
A. Clear Masonry Sealer: None.
51
PROJECT NO. SHO M455-109 April 14, 2016
PROJECT CODE NO. 19059
Subsection 504.03 shall include the following:
Submittals
Supplierand Installer: Submit name of installer and manufacturer from which brick will be received for approval by
the Owner.
Contractor Qualifications: Installer shall have five (5) years successful experience installing brick on projects of
similar scale and complexity.
Brick Samples: Submit sample board of brick material for approval before delivery to the site. Alternately, submit
multiple individual bricks. Samples shall include shapes, sizes and kinds in sufficient number to show full range of
size, color, cut and texture of each type of brick specified. Final approval shall be by the Owner.
Sandstone Cap Sample: Submit 12" x 12" x 3" thick sample of stone
Product Data: Submit manufacturer's product data and specifications for each type of mortar specified, including
certification that each type complies with the specifications.
Samples: Submit samples of manufacturer's full range of mortar colors for selection by the Architect.
Mortar Analysis: Submit three (3) copies of the existing mortar analysis. Inspection and testing shall be
performed by an independent testing laboratory, approved by the Architect, conforming to ASTM E149, E514 and
C270. Testing fees shall be paid as specified in the General and Supplementary Conditions. Test samples shall
be taken at random to provide sampling over the course of work. Materials not conforming to these specifications
shall be removed from the job and replaced.
Delivery, Storage and Handling
Deliver brick material to the site on platforms or pallets. Keep brick completely covered and free from frost, ice
and snow. Handle brick carefully to avoid chipping, breakage, contact with soil or contaminating materials. Store
mortar materials in dry place. Damaged materials shall not be used.
Environmental Conditions
Maintain materials and surrounding air temperature to minimum 50' F prior to, during and 48 hours after
completion of brick work.
During freezing or near -freezing weather, provide adequate equipment or cover to maintain a minimum
temperature of 50' F and to protect brick work completed or in progress.
Maintain temperature of mortar and grout between 701 F and 1000 F.
Contractor shall use only one (1) type mortar to ensure uniform color. Masonry cement is not permitted.
Protect partially completed brick masonry against weather when work is not in progress by covering top of walls
with strong, waterproof, non -staining membrane. Extend membrane at least 2' down both sides of walls and
anchor securely in place.
Cold Weather Installation:
A. Do not use frozen materials or materials mixed or coated with ice or frost.
B. Do not use anti -freeze compounds, calcium chloride or substances containing calcium chloride in
mortar or grout.
52
PROJECT NO. SHO M455-109 April 14, 2016
PROJECT CODE NO. 19059
C. Do not build on frozen work. Remove and replace work damaged by frost or freezing.
D. Do not heat water above 1060 F.
E. When mortar or grout materials have been combined, temperature of the mixture shall not be less
than 700 F or more than 1000 F.
Materials shall be preconditioned and protected as follows:
1. When air temperature is below 400 F and above 320 F, heat mixing water. Protect masonry
from rain or snow for 24 hours by means of waterproof covers.
2. When air temperature is below 320 F and above 200 F, heat both sand and mixing water.
Maintain a temperature of at least 400 F on both sides of walls by means of suitable covers or
enclosures for 24 hours.
3. When air temperature is 20' F and below, heat sand, mixing water and block and provide
heated enclosures. A temperature of at least 400 F shall be maintained within enclosures for
48 hours.
4. Periods required for protection and maintenance of specified temperatures may be reduced
to 1/2 of those specified herein before if Type III Portland cement is used with the Engineer's
approval.
G. Hot Weather Installation:
1. During very hot weather and drying wind, the Engineer may order very light fog spray of
mortar bedding areas several times during the first 24 hours to prevent premature drying of
mortar.
Masonry Installation
(a) General:
A. Brick Masonry Installer shall check lines and levels and verify existing conditions prior to
commencing work of this Section. Notify the Contractor in writing of conditions or discrepancies
which may affect the successful installation of the brick masonry work. Do not begin work until
conditions are corrected in a manner acceptable to the Installer.
B. Ensure items built-in by other trades for this work are properly located and sized.
C. Establish lines, levels and coursing. Protect from disturbance. Place brick masonry in
accordance with lines and levels indicated on the Drawings.
D. Ensure that wall ties are been properly located and installed.
E. Clean and dry brick units prior to installation.
(b) Installation of Veneer Ties. Install corrugated masonry veneer ties in dovetail wall anchor slots in concrete
columns at regular intervals not to exceed 16" o.c. both ways over the face of the concrete.
(c) Installation of Masonry Anchors. Install cast -in dovetail masonry anchors and slots in accordance with
manufacturer's written instructions and recommendations.
Properly install and embed anchors into mortar for random or coursed ashlar installations not to exceed 16" o.c.
53
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
(d) Mortar Batch Control
April 14, 2016
A. Measure and batch materials either by volume or weight such that the required proportions for
mortar can be accurately controlled and maintained.
B. Mix mortar ingredients for a minimum of five (5) minutes in a mechanical batch mixer. Hand
mixing in a wheelbarrow or other uncontrolled method is not acceptable.
C. Do not use mortar which has begun to set or if more than 2-1/2 hours has elapsed since initial
mixing. Retemper mortar during 2-1/2 hour period as required to restore workability.
1. Ensure addition of integral water repellent for exterior masonry construction, proportioned as
recommended by the manufacturer.
D. Colored Mortar: If colored mortar is specified, mortar color shall be pre -blended, not field mixed.
E. Use mortar within two (2) hours of mixing at temperatures over 80 degrees F, and 2-1/2 hours at
temperatures under 50 degrees F.
(e) Joints
A. General: Lay coursed modular units with 3/8" joints, unless otherwise indicated, except for minor
variations required to maintain bond alignment.
B. Rake out mortar in preparation for application of caulking or sealants where shown.
E. Remove excess mortar and smears upon completion of work.
F. Point out or replace defective mortar to match adjacent work.
G. Clean soiled surfaces using a non -acidic solution which will not harm adjacent surfaces. Consult
masonry manufacturer for acceptable cleaners.
(d) Installation of Brick Masonry and Sandstone Caps
A. Lay, level and align corner units first. Lay brick masonry in running bond.
B. Ensure that courses are of uniform height. Make vertical and horizontal joints equal and of
uniform thickness to match existing.
C. Tolerances: Maximum variation from brick unit to adjacent brick unit to be 3/32".
D. Joint width shall be 3/8" nominal to match balance of masonry work, unless otherwise shown.
E. Do not shift or tap brick and stone units after mortar has taken initial set. Where adjustment must
be made, remove mortar and replace.
(e) Mortar Bedding and Joints
A. Head joints shall be well buttered for thickness equal to 1/2 face dimension of unit or panel and
shall be shoved tightly so that mortar bonds well to both units.
B. Joint Width: As specified above.
(0 Tooling
A. Exposed Joints: Tool joints as scheduled. Rake out mortar in preparation for application of
caulking or sealants as required.
B. Exterior Face of Exterior Walls: Tooled joints to match existing.
C. Concealed Joints: Cut joints flush, unless otherwise shown.
D. Exposed Bench Seat Slab Joints: Tool joints, except exposed horizontal joints shall be cut flush.
E. Joints which are not tight at the time of tooling shall be raked out, pointed and then tooled.
54
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
(g) Cutting and Fitting
April 14, 2016
A. Cut and fill for fasteners, mounting plates, pipes, conduit sleeves and other items as required.
Cooperate fully with other Sections to ensure correct size, shape and location.
B. Obtain Engineer's approval prior to cutting or fitting any area which is not indicated on the
Drawings or which may impair appearance or strength of masonry work.
(h) Cleaning and Protection
A. General: New masonry shall be thoroughly cleaned upon completion of the work.
B. Remove and replace broken or fractured brick and stone units. Remove excess mortar and
smears upon completion of work. Point or replace defective mortar to match adjacent work.
C. Clean soiled surfaces exposed to view using a non -acidic solution which will not harm brick or
adjacent materials. Consult manufacturer for acceptable cleaners. Use non-metallic tools in
cleaning operations. Leave surfaces prepared for further sealers or coatings, if specified.
(i) Field Quality Control
A. General: Installation of brick masonry units, stone, mortar and grout, and workmanship of joints
shall be in accordance with the standards approved in the sample panel.
B. Brick and stone masonry units shall be sound and free of cracks or other defects that may
interfere with the proper placing of the unit or impair the strength or performance of the
construction.
C. Face or faces that are exposed shall be free of chips, cracks or other imperfections to the
satisfaction of the Architect and Owner, except that chips not larger than 1/4" will be considered
acceptable on a very limited basis.
D. Contractor shall promptly remove rejected brick and stone units or portions of the work and
replace to match the quality of the approved sample panel.
Subsection 504.04 shall include the following:
The masonry brick wall will be paid for by the linear foot. Construction will conform to the detail provided in the
plan set and will include all excavation, materials, waterproofing, rebar, saw cutting, finishing, backfill, equipment,
labor, etc. required for complete installation and all associated work not covered under another item.
Brick Masonry Veneer will be measured by the square foot of veneer constructed and accepted. Wall anchors,
wall ties, mortar and grout will be considered incidental to the work and will not be measured and paid for
separately but shall be included in the work.
Sandstone Cap will be measured by the linear foot of stone cap constructed and accepted. Wall anchors, dowels,
wall ties, mortar and grout will be considered incidental to the work and will not be measured and paid for
separately but shall be included in the work.
55
North/South Street: Shields
East/West Street: Drake
Time: NN
ICU Number: 48
City of Fort Collins Traffic Operations
626 Linden Street, PO Box 580
Fort Collins, CO 80522-0580
Peak Hour Turning Movement Study
Groups P1
Shields
j
Drake
Southbound
Westbound
Start Time _ Right
Thru
Left
AEF. Torai
Right I
Thru
Left Epp
12:00 PM
23
167
59
249
68
121
30
12:15 PM
14
159
62
235
50
116
35
12.30 PM:
19
176
60
255
76
94
32
_12:45 PM
22
155
66
243
64
97_
39_
Total
78
657
247
9821
258
428
136
Grand Total
78
657
247
9821
258
428
136
Apprch %
7.9
66.9
25.2
31.4
52.1
16.5
Total %
2.3
19.4
7.3
29 I
7.6
12.6
4
File Name : shields & drake 8-7-14
Site Code : 00000048
Start Date : 8/712014
Page No : i
U_nshifted
Shields
219
35 165 24
2241
28
119
32
1791
871
201
22
144
19
185,
26
117
21
164
785
202
200
27
39
151
161
38
41
216
241
25
44___
108
124
27
44
160
_212
833
896
822
123
621
122
866
123
468
124
715
3385
822
123
621
122
8661
123
468
124
715
3385
14.2
71 7
14.1
1
17.2
65.5
17.3
24.3
3.6
18.3
3.6
2561
3.6
13.8
3.7
21 A
Shields
ut _ In Total
1 1003
786571 247
Ri ht Thru Left
i L►
North --0z a
m C r F—► 8/712014 12:01) PM d
8/7/2014 12'.45 PM m; I m
UnshiNecl
o,
122 621T 123'
_2!6j 9 F L7-4Z
out In Total
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
Subsection 504.05 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Masonry Brick Wall (12" Wide Wall) Linear Foot
END OF SECTION REVISION
REVISION OF SECTION 601 - CONCRETE FINISHING
April 14, 2016
Section 601 of the Standard Specifications are hereby revised for this project as follows:
In subsection 601.12 (a) delete the fifth paragraph and replace it with the following:
Water shall not be added to the surface of the concrete to assist in finishing operations.
Hand finishing should be minimized wherever possible. The hand finishing methods shall be addressed in the
Quality Control Plan for concrete finishing. Hand finished concrete shall be struck off and screeded with a
portable screed that is at least 2 feet longer than the maximum width of the surface to be struck off. It shall be
sufficiently rigid to retain its shape. Concrete shall be thoroughly consolidated by hand vibrators. Hand finishing
shall not be allowed after concrete has been in -place for more than 30 minutes or when initial set has begun.
Finishing tools made of aluminum shall not be used.
The Contractor shall provide a Quality Control Plan (QCP) to ensure that proper hand finishing is accomplished in
accordance with current Industry standards. It shall identify the Contractor's method for ensuring that the
provisions of the QCP are met. The QCP shall be submitted to the Engineer at the Preconstruction Conference.
Concrete placement shall not begin until the Engineer has approved the QCP. The QCP shall identify and
address issues affecting the quality finished concrete including but not limited to:
(1) Timing of hand finishing operations
(2) Methodology to place and transport concrete
(3) Equipment and tools to be utilized
(4) Qualifications and training of finishers and supervisors
When the Engineer determines that any element of the approved QCP is not being implemented or that hand
finished concrete is unacceptable, work shall be suspended. The Contractor shall supply a written plan to address
improperly placed material and how to remedy future hand finishing failures and bring the work into compliance
with the QCP. The Engineer will review the plan for acceptability prior to authorizing the resumption of operations.
In subsection 601.14(a) delete the fourth paragraph.
END OF SECTION REVISION
56
PROJECT NO. SHO M455-109 April 14, 2016
PROJECT CODE NO. 19059
REVISION OF SECTION 603 - CULVERTS AND SEWERS
Section 603 of the Standard Specifications is hereby revised for this project to include the
following:
Subsection 603.02 shall be revised to include the following:
All reinforced concrete pipe and bends shall be Class III unless otherwise specified in the plans. Reinforced
concrete pipe and bends shall also meet the minimum requirements for Class 2 sulfate resistance (refer to
Section 601 of the Standard Specifications).
Pipe joints for reinforced concrete pipe shall be bell and spigot complying with the applicable requirements of
ASTM C 361. The spigot end shall be of a grooved or -profilell design to accommodate an appropriate rubber 0-
ring or -profilell gasket conforming to the requirements of ASTM C 361.
Subsections 603.03 through 603.10 shall be revised to include the following:
Culvert pipes and bends shall be constructed continuously, from downstream to upstream, except when
otherwise approved by the Engineer. The Contractor is responsible for matching line and grade as shown within
the Contract Drawings. Bedding material shall be placed in accordance with the Contract Drawings and
applicable Standard Details to provide uniform and continuous support.
Culverts and pipe shall be placed with the groove end facing upstream. Each conduit section shall be set into
position and checked for line and grade prior to continuing placement. The manufacturer's recommendations
shall be closely followed during installation.
The Contractor shall ensure that all installed culverts are kept clean and free from gravel, dirt and debris during
and after installation. The Contractor shall incur all costs associated with street failures, cave-ins, system
washout and settlements, and culvert cleaning as a result of carelessness during this timeframe.
Subsection 603.11 shall include the following:
Pipe shall be measured on a per linear foot basis for the actual number of linear feet of specified pipe installed.
Subsection 603.12, delete the 2"d to the last paragraph and replace with the following:
Payment will be made under:
Pay Item Pay Unit
15 Inch Reinforced Concrete Pipe (Complete In Place) Linear Foot
Payment shall include but is not limited to all excavation, disposal of excess material offsite, shoring and bracing,
bedding and backfill material (including filter material and geotextile, flowable fill), furnishing and installing pipe,
cleaning existing pipe, lining of pipe, grout, backfill and compaction. Payment shall be made at the applicable
contract unit price for the respective bid items and shall be full compensation for all labor, equipment, materials,
loading, transportation, unloading, installation, excavation, bedding, flowable fill, formwork, reinforcing steel,
concrete/grout, curing, protection of existing facilities, gaskets, joint materials, and all other appurtenant items to
complete the work.
END OF SECTION REVISION
57
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
April 14, 2016
REVISION OF SECTION 604 — MANHOLES, INLETS AND WATER QUALITY VAULTS
Section 604 of the Standard Specifications is hereby revised for this project as follows:
Subsection 604.01 shall include the following:
This work shall consist of furnishing and installing a Type R Inlet at the locations indicated on the plans. The
inlet shall be designed to remove sediment and other pollutants from stormwater runoff and meet the following
minimum criteria:
CDOT MS4 Permit - Tier 3 BMP Management Levels
Type R Inlet shall be fitted with a BMP Snout and sump constructed in the bottom of the structure as shown on
the plans.
Subsection 604.06 shall include the following:
Measurement for the Type R Inlet will be for each unit (complete) that is installed per the plans,
manufacturer's recommendations and accepted by the Engineer.
Subsection 604.07 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Inlet Type R L5 (10 Foot) (VVM SnoutO) Each
Payment shall include but is not limited to all excavation, disposal of excess material offsite, shoring and bracing,
bedding and flowable fill, furnishing and installing of the manhole including necessary pipe connections, placement
of backfill and compaction. Payment shall be full compensation for all labor, equipment, materials (e.g. manhole
sections, pipe, gaskets, joint materials, ring and cover, concrete grade rings, etc.), loading, transportation,
unloading, installation, and all other appurtenant items necessary to complete the work.
END OF SECTION REVISION
58
PROJECT NO. SHO M455-109 April 14, 2016
PROJECT CODE NO. 19059
REVISION OF SECTION 608 - SIDEWALKS AND BIKEWAYS
Section 608 of the Standard Specifications is hereby revised for this project as follows:
Subsection 608.02 shall include the following:
Concrete for sidewalks and curb ramps shall meet all the requirements of a Class B concrete in Section
601 of the Standard Specifications. Class D may be substituted for class B concrete.
Detectable warnings on curb ramps shall be truncated domes of the dimensions shown on the M-
Standard Details. Truncated dome sections shall be "wet set' in the concrete. Surface applied
products or products that are installed on a sand bed will not be allowed. Truncated domes shall be
brick red or tile red to provide color contrast with the adjoining ramp surface. Approved truncated
domes manufacturers are listed in the table below.
Vendor Name
Product
Phone Number
Neenah Foundry Company
Detectable Warning Plates
800-558-5075
East Jordan Iron Works, Inc.
Truncated Dome Plates
800-626-4653
Subsection 608.03 shall include the following:
Concrete curb ramps shall be constructed in accordance with the horizontal layout shown on the plans
and in accordance with CDOT Standard Plan No. M-608-1. Subgrade under sidewalks and curb ramps
shall be moisture and density treated in accordance with Revision of Section 306, "Reconditioning."
Concrete median nose shall be constructed in accordance with LCUASS "Standard Details for Raised
Median Geometry" Drawing 801.
Subsection 608.05 shall include the following:
Concrete Sidewalk shall be measured on a per square yard basis for the actual number of square yards
of sidewalk constructed at the specified thickness. Contractor shall coordinate with City Engineer for
limits of sidewalk reconstruction.
Concrete Curb Ramps and Concrete Aprons shall be measured on a per square yard basis for the
actual number of square yards of concrete curb ramp and concrete apron constructed. The area of
concrete ramp in the pay item shall include the transition flares, detectable warnings, and pedestrian
curbs if required. The pay limits shall be from the back of the ramp to the back of the curb and gutter.
Contractor shall coordinate with City Engineer for limits of concrete apron reconstruction. Payment for
the curb and gutter shall be included in the respective curb and gutter bid item.
Concrete Median Nose shall be measured by the actual number of median nose that will be complete in
place, constructed in accordance with LCUASS and as directed by the City Engineer.
59
PROJECT NO. SHO M455-109 April 14, 2016
PROJECT CODE NO. 19059
Subsection 608.06 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Concrete Sidewalk (6 Inch) Square Yard
Concrete Curb Ramp and Concrete Apron Square Yard
Concrete Median Nose Each
This price shall be full compensation for all labor, materials and equipment necessary to complete the respective
items as well as proof rolling that is required for the subgrade.
END OF SECTION REVISION
PROJECT NO. SHO M455-109 April 14, 2016
PROJECT CODE NO. 19059
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:
Concrete for curb and gutter poured monolithically with adjacent concrete pavement as shown in the plans shall
be identical to that used for the specified adjacent concrete pavement. The gutter slope shall match the slope of
the adjacent roadway as shown on the plan details.
Concrete for curb and gutter not poured monolithically with adjacent concrete pavement shall meet all the
requirements of a Class B concrete in Section 601 of the Standard Specifications. Class P may be substituted
for class B concrete.
Subsection 609.03 shall include the following:
Subgrade under curb and gutter shall be moisture and density treated in accordance with Revision of
Section 306, "Reconditioning".
Subsection 609.07 shall include the following:
Payment will be made under:
Pay Item Pay Unit
Curb and Gutter Type 2 (Section 1-13) Linear Foot
Curb and Gutter Type 2 (Section II-B) Linear Foot
END OF SECTION REVISION
61
PROJECT NO. SHO M455-109 April 14, 2016
PROJECT CODE NO. 19059
REVISION OF SECTION 610 - MEDIAN COVER MATERIAL
Section 610 of the Standard Specifications is hereby revised for this project as follows:
Subsection 610.02 shall include the following:
Colored/patterned concrete shall be installed in the center median at the intersection of Davidson Drive and
Raintree Drive and as shown on the plans. A color additive, Davis Color #641 — Sequoia Sand or approved
equal, shall be mixed with the concrete. The application rate of the color additive shall be at the manufacturer's
recommended rate. The concrete mix required for median cover material will be required to be submitted and
approved
The median shall include sandscape finish.
Colored concrete shall meet the requirements of Class B concrete in Section 601 of the Standard Specifications.
Class D may be substituted for Class B concrete. The concrete mixture will be a required submittal and typically
carries 100% passing of 3/8" and larger coarse aggregate and utilized the use of a chemical retarder, also a
required submittal.
Subsections 610.04 and 610.05 shall include the following:
Measurement and payment for sandscape concrete shall be per square foot of work that is completed and
accepted. This shall include all labor, materials, equipment and incidentals necessary to complete the work. No
separate payment will be made for joint sealer, pre or post finish preparation, chemical retarder or expansion joint
material.
Payment will be made under:
Pay Item Pay Unit
Median Cover Material (4 Inch Sandscape Concrete) Square Foot
END OF SECTION REVISION
62
PROJECT NO. SHO M455-109 April 14, 2016
PROJECT CODE NO. 19059
REVISION OF SECTION 614 - TRAFFIC CONTROL DEVICES
Section 614 of the Standard Specifications is hereby revised for this project as follows:
Subsection 614.01 shall be deleted and replaced with the following:
This work shall be done in accordance with the following, and in case of discrepancy the order of
precedence shall be as follows:
1. Project Special Provisions
2. Larimer County Urban Area Street Standards
3. Project Standard Specifications
4. CDOT Standard Specifications for Road and Bridge Construction 2011
5. The latest revision of the Manual on Uniform Traffic Control Devices for Streets and Highways
published by the FHWA and adopted by CDOT
END OF SECTION REVISION
63
PROJECT NO. SHO M455-109 April 14, 2016
PROJECT CODE NO. 19059
REVISION OF SECTION 623 - IRRIGATION SYSTEM
Section 623 of the Standard Specifications is hereby revised for this project as follows:
DESCRIPTION
Subsection 623.01 shall include the following:
This work consists of furnishing and constructing an irrigation system in accordance with these specifications
and in conformity with the lines and grades shown on the plans or established.
MATERIALS
Subsection 623.02 shall include the following:
General. All materials and equipment incorporated into the irrigation system shall be new and of recognized
standard quality. In the case of computer software or hard coded instructions, the latest available version
from the manufacturer is required. All materials shall be of a standard line from a name brand manufacturer,
or must be approved.
Subsection 623.04 shall include the following:
Automatic Controller. The automatic controller shall be an electro- mechanical or microprocessor
based/microelectronic solid state type capable of operating in an automatic or manual mode. The controller
shall have a minimum of six stations. Each station shall be programmed to operate for 1 to 99 minutes, or
0.1 to 9.9 hours. The controller shall have two independent programs with three automatic starts per day for
each program. Each station on the controller shall be assigned to either or both programs. The controller
shall be capable of watering any day or sequence of days on a six or seven day cycle.
Contractor shall install a WeatherTRAK LC 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.
The controller shall operate on a minimum of 117 volts AC power input. Controller electrical output shall be
capable of 26.5 volts AC at 1.5 amps. The controller shall have a reset circuit breaker (1.5 amps holding and
2.5 amps break) to protect it from power overload.
Primary surge protection for 117 volt lines and valve (24 volt) output surge protection shall be installed to
protect the controller.
The automatic controller shall be grounded using two 5/8 inch x 8 foot copper clad grounding rods driven into
the soil. A #10 AWG bare copper wire shall be used to connect the ground rods to the automatic controllers'
protective grounding circuit. The resistance of the ground shall not exceed 5 ohms.
The controller enclosure (including satellite controllers) shall be of a vandal and weather -resistant nature,
manufactured entirely of metal or steel mill -treated with zinc for rust resistance. The main housing shall have
louvers in the upper and lower body to allow for crossflow ventilation.
Subsection 623.05 shall include the following:
Remote Control. Remote control shall consist of an FM, AM, UHF, or VHF radio transmitter/receiver pair with
a minimum range of one mile in congested areas, and shall include battery charger and replacement battery.
64
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
April 14, 2016
The receiver shall plug into a receptacle installed in the enclosure or panel of the automatic controller.
Remote control shall be capable of turning on/off any station in any order. Remote control shall comply with
all applicable FCC rules and regulations.
Subsection 623.06 shall include the following:
Control Wiring 24 Volt. Control Wiring 24 Volt. Connection between automatic controller and automatic
control valves, flow sensors and moisture sensors shall be made with direct burial copper, 600 volt, UF, UL
approved wire. Minimum wire size shall be #14 AWG. One wire shall be provided for each valve. Wires shall
be color coded according to the basic plant materials irrigated by the lateral. Wire colors shall be:
Wire Color Plant Materials
Black Master (Power)
Purple Spares
Green Turf
Brown Tree
Yellow Perennials
Red Shrubs
White "Common" or ground wire
Subsection 623.07 shall include the following:
Sprinkler Heads. The sprinkler head shall be of the pop-up spray and pop-up rotor internal drive type. All
sprinkler heads shall be capable of accepting a check valve where head elevation varies more than 5 feet
within a control zone.
(a) Pop-up spray Sprinklers. The pop-up spray sprinkler body, stem, screen, and nozzle shall be constructed
of heavy duty plastic.
(1) A soft pressure -activated wiper seal for cleaning debris from the pop-up stem as it retracts into the
case to prevent stem and nozzle from sticking in the up position.
(2) A matched precipitation rate brass or plastic nozzle with an adjusting screw capable of regulating
the radius and flow.
(3) A screen to protect it from clogging and a strong stainless steel retract spring for positive pop -
down.
(4) A threaded cap that will allow easy removal of the screen and all other internal components from
the top without removing the body from the ground.
Minimum pop-up height for turf heads shall be 4 inches. Spray head pop- up height for turf in roadway
medians shall be at least 6 inches, and shrub, flower, and ground cover spray heads shall be at least
12 inches.
(h) Rotor Heads. The pop-up rotor heads shall be an internal drive type, with heavy duty plastic housings
and non -corrosive internal components. The rotor head shall have a soft pressure -activated wiper seal
for cleaning debris from the pop-up stem as it retracts into the case, to prevent the stem and nozzle
65
North/South Street: Shields
EastiWest Street: Drake
Time: PM
ICU Number: 48
City of Fort Collins Traffic Operations
626 Linden Street, PO Box 580
Fort Collins, CO 80522-0580
Peak Hour Turning Movement Study
(' rniins Printod- Hnshiftnd
File Name
shields & drake 8-7-14
Site Code
00000048
Start Date
8/7/2014
Page No
1
Shields Drake
Shields
Drake
Southbound
Westbound
Northbound
Eastbound
Start TiLng.
--
Right
Thru 1__,_ Left
�a Toto _ff
tgtt,_.Thru
Left112iiv,istd-
_. -- - ___Left_ ---.
Right -ThruL
Left_&*
Tatar
j._@_qht_,
04:30 PM
24
266 48
338
62
137 55
254
27
175 35
237
36
87 25
148 977
04:45 PIVII
1 30
237 53
320
65
218-- 53336
35
164 --48—
'241.7
29
122 31 ---
18?---- 1085
Total
54
503 101
658
127
--
355 108
590
62
339 83
484
65
209 56
330 2062
05:00 PM
48
278
40
1136
79
210
62
151
26
199
54
279'
38
83
29
150:: 1146
05:15 PM
24
262
52
338
67
204
74
345
29
183
49
261
43
117
32
192 1: 1136
Grand Total
126
1043
193
1362
273
769
244
1286
117
721
186
1024
146
409
117
672 4344
Apprch %
93
76.6
14,2
21,2
598
19
11.4
70,4
18.1
21.7
60,9
17.4
Total %
29
24
4.4
31.4
6.3
17.7
5.6
29.6
2.7
16,6
4,3
23.6
3.4
9,4
2.7
15.5
Shields
Out I Total
2473
141 10431 1931
R' ht Thru Left
7.
Alk
North
-6 �r4
817=14 04:30 PM
4-- gl-
817/20 1 4 05:15 PM
. .........
Left Thru Richt
—w—ml
Out In Total
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
April 14, 2016
from sticking in the up position. The rotor head shall have a screen to protect it from clogging and a
strong stainless steel retracting spring for positive pop -down. Minimum pop-up height for rotor heads
shall be 3 inches. The rotor head shall have a fully adjustable arc or full circle capabilities and an
adjustable break-up pin capable of reducing the radius up to 25 percent.
Subsection 623.08 shall include the following:
Flow Sensor. The flow sensor shall be an in -line type and shall transmit an electronic pulse through
conductors to a compatible automatic controller with interface unit for subsequent transmission to a
compatible central computer.
Subsection 623.09 shall include the following:
Drip Emitters. The drip emitter shall be of the pressure compensating type with flow rates of 0.5, 1, or 2
gallons per hour plus or minus a 10 percent deviation at 10 to 40 psi. The emitter shall be constructed of
durable plastic with a barbed inlet, and the outlet shall be capable of a watertight connection compatible with
the polyethylene capillary tubing. Emitters shall be of the self -flushing type and capable of clog -free
operation with a 150 mesh strainer. Emitters shall be multi -outlet (six outlets) and shall be installed on the
polyethylene drip lateral line. The ends of the capillary tubing shall be installed on 6 inch plastic stakes with
debris caps on the end of the tubing.
The irrigation dripline shall have factory installed pressure -compensating, inline emitters installed every 12-24
inches. The flow rate from each installed inline emitter shall be 0.6 or 0.9 gallons per hour when inlet pressure
is between 8.5 & 60 psi. The inline diaphragm shall have a pressure regulating diaphragm with a spring action
allow it to self -rise if there is a plug at the outlet hole. The bend radius shall be 3-inches whether bending the
tubing with the bend of the coil or against it. The inlet shall be raised off the inside tube wall to minimize dirt
intrusion.
Subsection 623.10 shall include the following:
Plastic Pipe and Fittings. All pipe shall be identified with the following indelible markings: manufacturer's
name, nominal pipe size, schedule or class of pipe, pressure rating in pounds per square inch, date of
extrusion, and NSF seal of approval.
Plastic and Copper water lines listed below shall be paid for under section 619.
(a) Mainline Pipe. Mainline pipe shall be Class 200 PVC manufactured from virgin polyvinyl chloride (PVC)
compound in accordance with ASTM D 1784 and D 2466, cell classification 12454-B, Type I, Grade I.
Pipe sizes 3 inches and smaller shall be of the solvent weld type, and sizes larger than 3 inches shall
have rubber gasketed fittings. Fittings shall be standard weight schedule 40 injection molded PVC
conforming to ASTM D 1784 and D 2466, cell classification 12454-B. Threaded nipples shall be
schedule 80 PVC with molded threads conforming to ASTM D 2464. Threaded fittings shall be kept to a
minimum. Cement and cleaner for solvent weld pipe and fittings shall conform to ASTM D 2564.
(h) Lateral Line Pipe. 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-B, Type I, Grade I.
Fittings shall be standards weight Schedule 40 injection molded PVC conforming to ASTM D1784 and
D2466, cell classification 12454-B.
(c) Drip irrigation laterals to pots, use UV radiation resistant polyethylene pipe manufactured from Prime
W.
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
April 14, 2016
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.
(d) Joint Cement and Primer —Weldon P-70 Primer and Weldon 711 Gray Glue or Weldon 725 Wet and
Dry Glue will be allowed.
Irrigation Roadway and sidewalk sleeves. Sleeves 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 I.
Subsection 623.11 shall include the following:
Valves.
(m Automatic Control Valves. The automatic control valve shall be a normally closed 24-volt AC, 60 cycle
solenoid actuated globe or angle pattern, diaphragm type valve. The valve body and bonnet shall be
heavy duty glass filled nylon or brass and internal components (not including diaphragm
and seat disc) shall be non -corrosive brass, bronze, stainless steel, or a combination thereof. Control
valve diaphragms shall be of a one-piece molded reinforced fabric. Control valve shall have a non -
shock cold water rating of at least 150 psi.
Control valves shall function manually (without electrical power) by means of an internal bleeder device
on the bonnet assembly. Control valves 1 inch or greater shall have manual flow control capacity.
Control valves shall be constructed so that the bonnet assembly and all operating parts can be
removed without disturbing the valve body. Valve closure time (measured in actual seat disc movement
time) shall be at least 0.5 second.
(b) Quick -Coupler Valves. The quick -coupler valve shall have a two-piece brass body, a non -shock cold
water rating of at least 150 psi, and 1 inch female pipe threads at the base. The quick -coupler valve
shall be designed to permit operation with a special connecting device (lug type coupler) designed
for this purpose. The quick -coupler shall be provided with a rubber -like vinyl hinged locking cover.
Quick -coupler keys and hose swivels shall be compatible with the quick -coupler valves furnished. Hose
swivels shall be of all brass construction designed to rotate freely.
(c ( Mainline Isolation Valves. 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.
Subsection 623.12 shall include the following:
Valve Box. The valve box, cover and necessary extensions shall be as shown on the plans, and shall be
manufactured or molded, virgin plastic materials conforming to ASTM D 638 and D 648. Box extensions
shall be used as necessary to completely expose the remote control valve and shall seat in place under the
valve box. Valve box lids shall be imprinted "Irrigation Control Valve."
CONSTRUCTION REQUIREMENTS
Subsection 623.13 shall include the following:
General. Irrigation systems shall be installed in conformity with applicable local codes. Information on the
plans shows general locations only. The Contractor shall establish exact locations of all irrigation equipment
to fit field conditions, and locations will be approved by the Engineer prior to start of construction. Contractor
shall maintain and protect the approved staking layout. Prior to purchase of any irrigation equipment, the
67
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
April 14, 2016
Contractor shall submit a list of suppliers and specification sheets for all irrigation components. This
submittal must be approved by the Engineer before any equipment purchase is made. At the submittal
stage, all changes in equipment shall be brought to the attention of the Engineer.
Subsection 623.14 shall include the following:
Site Review. At least 14 days prior to the start of irrigation work on the project a preconstruction conference
shall be held. During irrigation installation, monthly meetings shall be held. Those in attendance shall be a
representative of the Contractor's staff, the Landscape and Irrigation Subcontractors, the Engineer, and a
CDOT Landscape Architect. A written description of work methods, and time schedules and milestone dates
shall be presented. The Contractor shall notify the Engineer prior to mainline pressure testing, coverage
tests, and final review. The Contractor shall provide two radio transceivers with necessary personnel or
remote -control devices to operate automatic controllers during coverage tests and final review.
Subsection 623.15 shall include the following:
Excavation and Backfill. Excavation and backfill shall conform to the requirements of Section 206 and
subsection 703.08(b) (Class 2 Structure Backfill), except that compaction of backfill outside of the roadway
prism may be done by water flooding, with the approval of the Engineer. The Contractor shall maintain
bottoms of trenches flat to permit all piping to be supported on an even grade. Where lines occur under
paved areas, dimensions shall be considered to be below the subgrade. All mainline pipe shall be bedded in
sand to allow a minimum of 2 inches of sand on all sides. Rock larger than 1 inch shall not be placed in the
backfill material.
Where it is necessary to excavate adjacent to existing trees or shrubs, the Contractor shall use all possible
care to avoid injury to the plant root system.
Subsection 623.16 shall include the following:
Pipe Installation. Minimum cover for irrigation pipe shall be as follows:
Mainline Pipes 24 inches below finished grade
Lateral Pipes 18 inches below finished grade
Pipe under roadways 30 inches below subgrade finished grade
Irrigation sleeving 30 inches below finished grade
Drip lines 8 inches below soil grade
All pipes under roadways shall be encased in a steel pipe sleeve which shall be jacked or placed in a hole
bored under present roadways, or in a steel or plastic pipe sleeve placed by trenching on new construction.
At least 4 inches of clearance shall be provided between lines and at least 4 feet of clearance between lines
of other trades. Parallel pipes shall not be installed directly over any other line. Manual drain valves shall be
installed at all low points in the mainline. Minimum grade of pipe to drains shall be 3 inches per 100 feet.
Plastic threaded fittings shall be assembled using teflon tape applied to male pipe threads only. Threaded
fittings shall be kept to a minimum. The Contractor shall tape all open ends of the pipe during installation to
prevent entry of any foreign matter into the system.
:f:3
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
Subsection 623.17 shall include the following:
April 14, 2016
Kick Blocks. Concrete kick blocks shall be installed when the following conditions occur on 3 inch or
greater mainline pressure pipe:
(1) 22 degree or greater change in pipe direction.
(2) Change in pipe size.
(3) Dead ends in pipes
Subsection 623.18 shall include the following:
Wiring. All 24-volt wire to automatic control valves and flow sensor wiring shall be installed at a minimum
depth of 28 inches below finished grade. Power source wire shall conform to subsection 715.07.
Wiring shall be installed at the side of and under mainline whenever possible. When more than one wire
is placed in a trench, the Contractor shall tape wires together with electrical tape at intervals of 15 feet or
less. A 24 inch coiled expansion loop shall be provided every 300 feet along wire run, before controller
enclosure, at each connection, and at directional changes. Each automatic controller shall have its own
separate ground wire, colored green. Wiring between automatic controller and automatic control valves or
sensors shall be continuous. At locations where splicing is approved by the Engineer, moisture proof
splices shall be made in a valve box. Two extra wires shall be installed along the entire mainline pipe
from each automatic controller to the last automatic control valve. Wire splices shall be compatible in
effectiveness to wire coating. All wire under roadways shall be encased in a separate steel or plastic
conduit.
Wires not following the mainline shall be installed using open trench excavation. Wiring shall not be
installed using a vibratory plow.
Tubing shall be installed to an even grade in an open trench. Flush valve assemblies shall be installed at
all ends of the drip lateral lines.
Prior to backfilling, all capillary drip lines shall be staked with an approved staple, 6 feet on centers.
Subsection 623.19 shall include the following:
Drip Systems. Drip lateral lines and capillary tubing shall be installed after 5 gallon and larger plant
materials are in place and finished grade is established. The Contractor shall tape all open ends of pipe
during installation to prevent entry of debris into the system. All pipe shall be cut with a knife or blade
type pipe cutter to prevent entry of pipe debris into the system; a saw shall not be used.
Tubing shall be installed to an even grade in an open trench. Flush valve assemblies shall be installed at all
ends of the drip lateral lines.
Prior to backfilling, all drip lines shall be staked with an approved staple, 6 feet on centers.
Subsection 623.20 shall include the following:
Valve Boxes. All valve boxes shall be installed flush with the finished grade. A "branding iron" type of tool
shall be used to imprint the automatic control valve number (letters and numbers 2 inches high) on the
valve box lid. Valve numbering system shall be as indicated on the plans. Geotextile filter fabric shall be
placed under valve box and extend a minimum of inches beyond bottom rim of valve box. Valves shall
be grouped so that three or four valves are located together. Valves shall not be installed in low areas
PROJECT NO. SHO M455-109 April 14, 2016
PROJECT CODE NO. 19059
subject to standing water.
Subsection 623.21 shall include the following:
System Flushing. After all irrigation pipelines and valves are in place and connected, and prior to
installation of irrigation sprinklers, rotary heads, etc., the Contractor shall thoroughly flush all lines with
water at system operating pressure.
Subsection 623.22 shall include the following:
Pressure and Coverage Tests, and Adjustments. After installation of valves, pipe, and fittings, mainlines
shall be inspected for leaks after a minimum 120 psi static pressure (or point -of -connection static
pressure if higher) has been maintained for four hours in a hydro static test. Mainline pipes shall not be
buried until completion of the test. If the system does not pass the test, the Contractor shall detect and
correct problems until the system reaches the acceptable test standard. This test shall be passed prior
to payment for the pipe.
Gasketed pipe shall be tested using a volumetric (make up water) test and leak rates supplied by the pipe
manufacturer and commonly accepted in the industry.
The Contractor shall perform coverage tests in the presence of the Engineer. After the irrigation system is
completed and prior to any planting, seeding or sodding to assure that all irrigated areas are watered
completely and uniformly. The Contractor shall make all necessary adjustments to provide required coverage
as directed.
Drip lateral and emitter coverage tests shall be performed after planting and before backfilling of lateral lines
and emitters.
Subsection 623.23 shall include the following:
Inspections. Inspections by the Engineer or the Engineer's representative can be made at any point
during construction. Milestone progress dates shall be established at the preconstruction meeting and
72-hour notice shall be given by the Contractor when a milestone event is approaching.
Subsection 623.24 shall include the following:
Irrigation As -Built Plans. The Contractor shall dimension from two permanent reference points, building
corners, sidewalk corners, road intersections or any permanent structures, the location of the following
items:
(1) Routing of irrigation mainline.
(2) All drip and sprinkler automatic control valves.
(3) Quick coupling valves, isolation gate valves, and manual drain valves.
(4) Other related equipment as directed.
The Contractor shall provide an accurately detailed irrigation as -built layout of the irrigation system at the
same scale as the design plans and on 24 inch by 36 inch waterproof medium within 90 days after
installation is complete and before notice of substantial landscape completion as defined in subsection
214.04. An in -progress as -built plan shall be kept on the construction site at all times and available for
impromptu review by the Engineer or the Engineer's representative.
Provision of the final as -built plan is a condition for final acceptance and release of retainage.
70
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
April 14, 2016
All changes in the irrigation system layout, including lateral layout, shall also be indicated on irrigation as -
built plans.
The Contractor shall provide finalized as -built plans to the Engineer at the time of Final Landscape
Acceptance.
Subsection 623.25 shall include the following:
Maintenance Manuals and Training. Prior to Final Landscape Acceptance, the Contractor shall provide
two individually bound maintenance manuals to the Department for the irrigation system, and shall train
the owner's maintenance personnel in the proper operation of all irrigation equipment, including
winterization procedures. Each manual shall contain the following:
(I) Index sheet, stating irrigation contractor's name, address, telephone number and name of person to
contact.
(2) Duration of equipment or component warranty and warranty form.
(3) Equipment list providing the following for each item:
(i) Manufacturer's name
(ii) Make and model number
(iii) Name and address of manufacturer's local authorized distributor
(iv) Spare parts list in detail
(v) Detailed operating and maintenance instructions for major equipment
(4) Descriptions of all installed materials and systems insufficient detail to permit maintenance personnel
to understand, operate, and maintain the equipment.
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.
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.
Following approval of charts by the Engineer, they shall be hermetically sealed between two layers of
plastic sheet, each 20 mils thick.
Subsection 623.26 shall include the following:
Warranty. The Contractor shall warranty the irrigation system for the duration of the Landscape
Establishment period specified in subsection 214,04. To ensure proper operation of the system, the
Contractor shall perform, as required, warranty activities including, but not limited to the following:
(1) Inspection of the system and correction of system leaks, improperly operating valves, clogged
emitters, malfunctioning automatic controllers and other components
(2) Maintaining optimum sprinkler coverage
(3) Adjusting sprinkler head elevations relative to finish grade
In an emergency the Contractor shall correct all deficiencies within 24 hours of notification by the
71
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
April 14, 2016
Engineer. The Contractor shall perform irrigation system inspections at least once per week and after
each mowing. The Contractor shall make corrections as necessary to ensure proper operation. The
Contractor shall document each inspection in writing and submit it to the Engineer.
Subsection 623.27 shall include the following:
Final Landscape Acceptance. Before final landscape acceptance is granted, the Contractor shall perform
an overall operation and pressure test and confirm the irrigation system is correctly functioning. The
Contractor shall inspect every sprinkler and as necessary, raise or lower those sprinklers which are no
longer at the proper elevation relative to the finish grade as shown in the plans. The Contractor shall
complete start-up (pressurization) and repair all damage to the irrigation system.
Subsection 623.28 shall include the following:
Cleanup. Upon completion of the work, the Contractor shall restore ground surfaces to required
elevations and remove excess materials, debris, and equipment from the site.
Subsection 623.29 shall include the following:
Keys and Repair Components. Three keys shall be furnished for manual operation of valves. When valves
require different kinds of keys, three keys of each kind shall be furnished. Keys shall be of adequate length
and made of non -corrosive metal.
(1) Two Automatic Control Valves
(2) Two Manual Drain Valves
(3) Four of Each Type of Sprinkler Specified
(4) Two of each type of Valve Box
(5) Two Mainline Isolation Valves
(6) Two Quick Coupler Valves
(7) One set of special tools required for removal, disassembling and adjusting each type of sprinkler valve
installed.
(8) Two keys for each automatic controller enclosure
Subsection 623.30 shall include the following:
Irrigation Schedule. The Contractor shall submit recommendations for the project's initial irrigation
operating schedule for optimum plant establishment to the Engineer.
METHOD OF MEASUREMENT
Subsection 623.31 shall include the following:
Automatic controller will be measured by the number of units of each size installed and accepted, including
concrete pad, conduit, bolts, enclosure, ground wire, and all other items necessary to complete the work as
shown on the plans.
72
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
April 14, 2016
Vacuum breakers, backflow preventers, strainers, and all other valves of the various types and sizes,
including fittings, valve boxes, copper risers, and sleeves, will be measured by the number of units
installed and accepted.
Quick couplers, sprinkler of the various types and sizes including risers, check valves, swing joints and
fittings, will be measured by the number of units installed and accepted.
Plastic and copper pipe will be measured by the linear foot installed and will include the cost of the
detectable underground marking tape.
Power source wire and 24 volt wire will be measured by the linear foot installed
Water meter pay item includes all appurtenant fittings, valves, meter pit, and related equipment.
BASIS OF PAYMENT
Subsection 623.32 shall include the following:
The accepted quantities will be paid for at the contract unit price for the various items below that appear in
the bid schedule.
Payment for irrigation system will be a lump sum:
Pay Item Pay Unit
Irrigation System LS
The following are for reference only:
Pay Item
Pay Unit
6 Inch Pop-up Spray Sprinkler
Each
4 Inch Pop-up Rotor Sprinkler
Each
1 Inch Plastic Pipe
Linear Foot
1.25 Inch Plastic Pipe
Linear Foot
1.5 Inch Plastic Pipe
Linear Foot
1.5 Inch Automatic Control Valve
Each
1 Inch Automatic Drip Control Valve
Each
1 Inch Quick -Coupler Valve
Each
24 Station Automatic Controller
Each
1.5 Inch Hydrometer
Each
Control Wire, 24 Volt
Linear Foot
Drip Emitter
Each
Emitter Valve Assembly
Each
Drip Emitter Tubing
Linear Foot
3/4 Inch Flush Unit
Each
Water lines will be paid for as provided in Section 619.
73
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
April 14, 2016
Kick blocks, unions, fittings, filter fabric, valve access sleeves, valve boxes, piping and wire inside boxes,
keys, and aggregate for valves will not be paid for separately but shall be included in the work.
Structure excavation and backfill including compaction and water will not be paid for separately, but shall be
included in the work.
Concrete pad, bolts, enclosure, ground wire, and all other items necessary to complete the work shall be
included in the price of the automatic controller.
Capillary tubing, tubing stakes, enclosure box and debris caps shall be included in the price of the drip
emitter.
System flushing and adjustment, pressure and coverage tests, maintenance manuals, and training will
not be paid for separately but shall be included in the price of the work.
Detectable Underground Marking Tape will not be paid for separately, but shall be included in the work.
Advisor Message Receiver pagers and hand held two-way radios will not be paid for separately, but shall
be included in the work.
Warranty work will not be measured and paid for separately, but shall be included in the work.
END OF SECTION REVISION
74
PROJECT NO. SHO M455-109 April 14, 2016
PROJECT CODE NO. 19059
REVISION OF SECTION 627 - PAVEMENT MARKING
Section 627 of the Standard Specifications is hereby revised for this project as follows:
Subsection 627.01 shall include the following:
The City of Fort Collins will furnish and install all permanent pavement markings for the project. The Contractor
is required to coordinate with the City for the completion of work. The Contractor is responsible for furnishing,
installing, and removing as necessary all temporary pavement markings during construction.
Subsection 627.13 shall include the following:
Each application of temporary pavement marking will not be measured and paid for separately, but shall be
included in the cost of Construction Traffic Control, Lump Sum.
Control points and Contractor pavement marking plans will not be measured and paid for separately but shall be
included in the work.
END OF SECTION REVISION
75
GCOCAL
GEOSCIENCES & ENGINEERING
7290 South Fraser Street
Centennial, Colorado 801124286
Phone: 303-337-0338
SUBSURFACE EXPLORATION AND
PAVEMENT DESIGN
DRAKE ROAD AND SHIELDS STREET
INTERSECTION IMPROVEMENTS
FORT COLLINS, COLORADO
Prepared For
Interwest Consulting Group, Inc.
Attn: Mike Oberlander, P.E.
1218 West Ash Street
Suite C
Windsor, Colorado 80550
August 19, 2015
City of Fort Collins Traffic Operations
626 Linden Street, PO Box 580
Fort Collins, CO 80522-0580
Peak Hour Turning Movement Study
North/South Street: Shields
EasW/est Street: Drake
Time: PHF
ICU Number: 48
Peak Hour Analysis From 07:30 AM to 09:45 AM - Peak 1 of 1
Peak Hour for Entire Intersection Begins at 07:30 AM
File Name : shields & drake 8-7-14
Site Code : 00000048
Start Date : 8/7/2014
Page No 1
-- -- Drake
-------------
07:30 AM
10
130
21
161
i 20
47 10 77
37
193
15
245
28
167
29
224
1 707
07:45 AM
4
118
36
158,
32
46
28
106
55
240
20
315
36
213
31
280;
459
08:00 AM
8
122
20
1501
28
60
17
105
53
176
17
246
28
164
38
230
731
08:15 AM
i 3
117
34
154
22
62
11
95
43
196
20
259
21
141
39
201
709
Total Volume
I 25
487
111
6231
102
215
66
383
.._
188
805
72
1065
113
685
137
935
3006
°k App. Total
4
78.2
17.8
26.6
56.1
17.2
17,7_75.6
.855
.839
6.8_..__
.900
_--..__..__12.1
.845
' .785
73.3
.804
14.7__„__�
.878
.835
.875
PH
.625 .937 .771 .967 I .797 .867 .589 3
Peak Hour Analysis From 10:00 AM to 01:45 PM - Peak 1 of 1
Peak Hour for Entire Intersection Begins at 12.00 PM
12:00 PM
23
167
59
249
68
121
30
219`
35
165
24
224
28
119
32
179
871
12:15 PM
14
159
62
235j
50
116
35
201
22
144
19
185
26
117
21
164
785
12:30 PM
19
176
60
255
76
94
32
202 '
27
151
38
216
25
108
27
160
833
12.45 PM
22
155
66
243
64
97
39
200•
39
161
41
241
44
124
44
212
896
Total Volume
I 78
657
247
962
258
428
136
822
123
621
122
866
123
468
124
716
3385
'!o Apt. Total
_ _ 7.9
66.9
25.2 -
-
849
-52
-6.
_1 d.2
71.7
14. t
17.2
65:5
17.3
PHF
, .848
.933
.936
;963
884
$72
938
.78
.941
.744
.898
.699
.944
.705
.843
.944_
Peak Hour Analysis From 02:00 PM to 05:15 PM - Peak 1 of 1
Peak Hour for Entire Intersection Begins at 04:30 PM
04:30 PM
24
266 48 338
62
137
55
254
27
175
35
2371 36
87
25
148
977
04A5 PM
30
237 53 320
65
218
53
336
35
164
48
247i 29
122
31
182
1085
05:00 PM ;
48
278 40 366
79
210
62
351
26
199
54
279;
38
83
29
150
1146
_ 05115 PM '
24
262 52 338
67
204
74
345
29
183
49
2611
43
117
32
192
1136
Total Volume;
126
1043 193 1362
273
769
244
1286
117
721
186
1024
146
409
117
672
4344
App. Total '
9.3
76.6 14.2
21.2
59.8
19
_11 A
70.4
18.2
__
21.7
60.9
17.4
F948
PHF __.65fi
_938 .910 .930
.864
.882
.824
.916
836 __.906
_
861
__.918
.849
.838
914
675_
948
PROJECT NO. SHO M455-109 April 14, 2016
PROJECT CODE NO. 19059
REVISION OF SECTION 630 - CONSTRUCTION TRAFFIC CONTROL
Section 630 of the Standard Specifications is hereby revised for this project as follows:
Subsection 630.01 shall include the following:
This work shall consist of furnishing, installing, maintaining and removing temporary construction traffic
control devices including but not limited to: signs, advance warning arrow panels, variable message boards,
barricades, channeling devices and delineators as required by the latest version of the City of Fort Collins
Work Area Traffic Control Handbook, Manual on Uniform Traffic Control Devices for Streets and Highways
(MUTCD) and Larimer County Urban Area Street Standards (LUCASS).
In the event of a conflict between the MUTCD and the City's criteria, the City of Fort Collins specifications
shall govern.
The Contractor shall provide up to four (4) portable message signs at any given time to be used for the
construction and as directed by the Engineer. The number and location of the portable message signs shall be in
accordance with the approved traffic control plan. The message shall be approved by the Engineer.
In Subsection 630.15, delete the 1st, 2nd, 3rd, and 4th paragraphs and replace with the following:
Flagging will be measured by the hour. Only actual hours of flagging performed and approved by the Engineer
will be measured for payment. This is defined as the time a flagger is performing flagging duties as authorized in
the approved traffic control plan. Set up of lane closures, maintenance of devices, extra flaggers to provide
breaks, and show up time are not actual flagging and will not be measured for payment.
Construction traffic control devices, including Barricades, Construction Traffic Signs, Drum Channelizing Devices
and Traffic Cones, Concrete Barriers will not be measured separately, but will be paid for on a lump -sum basis
under Construction Traffic Control.
No separate measurement will be performed on individual traffic control devices required to complete
construction traffic control for this project. Contractor shall meet all requirements in Section 630 of the Standard
Specifications. Measurement for Traffic Control Management, Traffic Control Inspection, and flagging shall be in
accordance with the Standard Specifications beginning with paragraph 5 of subsection 630.15.
In Subsection 630.16, delete the 1st, 2nd, and 4th paragraphs and replace with the following:
Payment for construction traffic control devices will be on a lump sum basis, and includes all labor, materials, and
equipment to perform the work required to construct the project and in accordance with Section 630 of the
Standard Specifications. No separate payment will be made for furnishing, erecting, cleaning, maintaining,
resetting, repairing, replacing, moving, removing, and disposing of the construction traffic control devices.
The Contractor shall provide all traffic control devices as required upon developing his Method for Handling
Traffic (MHT) for each phase of the work. Depending on how the Contractor chooses to phase the work,
additional devices may be required to comply with the approved MHT and MUTCD. Payment for traffic control
devices will be on a lump sum basis. No additional payment will be made for traffic control devices that exceed
the quantities estimated in the plans.
Payment for Traffic Control Management, Traffic Control Inspection, and Flagging shall be as specified below
and in the bid schedule. Partial payments for Traffic Control Devices will be made according to the following
schedule:
- 25 percent of the bid amount will be paid on the first pay request for work performed
- When 50 percent of the original contract amount is earned, 50 percent of the bid amount will be paid
76
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
April 14, 2016
- When 75 percent of the original contract amount is earned, 75 percent of the bid amount will be paid
- 90 percent of the bid amount will be paid when the project is substantially complete
- 100 percent of the bid amount will be paid on the final pay request
Payment will be made under:
Pay Item
PaV Unit
Flagging
Hour
Traffic Control Inspection
Day
Traffic Control Management
Day
Portable Message Sign Panel
Each
Construction Traffic Control
lump Sum
END OF SECTION REVISION
77
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
FORCE ACCOUNT ITEMS
DESCRIPTION
April 14, 2016
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.
Minor Contract Revisions:
This item covers instances where the Project Engineer identifies work that needs to be performed and a specific
pay item is not included in the Contract. This consists of minor changes to the contract that would not
necessitate a formal Change Order.
Fuel Cost Adjustment:
This item covers reimbursement for fuel cost adjustments if accepted by the awarded bidder, described
and detailed in the Revision of Section 109 —Fuel Cost Adjustmentll Standard Special Provision.
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 On -The -Job Trainee
Unit
Amount
F.A.
$50, 000
F.A.
$2,000
F.A.
$25,000
F.A.
$500
78
PROJECT NO. SHO M455-109 April 14, 2016
PROJECT CODE NO. 19059
TRAFFIC CONTROL PLAN — GENERAL
The key elements of the Contractor's method of handling traffic (MHT) are outlined in subsection
630.10(a).
The components of the TCP for this project are included in the following:
(1) Subsection 104.04 and Section 630 of the specifications
(2) Standard Plan S-630-1, Traffic Controls for Highway Construction and Standard Plan S-630-2 and all
revisions thereto
(3) Striping and Signing Plans
(4) CDOT Region 4 Lane Closure Strategy or the approved Citywide Variance to the Lane Closure
Strategy
(5) City of Fort Collins Work Area Traffic Control Handbook, Manual of Uniform Traffic Control Devices
(U.S. Department of Transportation), or applicable statutory requirements of authority having jurisdiction.
Fort Collins Handbook takes precedence over Manual of Uniform Traffic Control Devices.
Below is a link to CDOT's Region 4 Lane Closure Strategy
http://www.coloradodot.info/libraryitraffic/traffic-manuals-guidelines/lane-close-work-zone-safety/lane- closure-
strategies/R4 Lane Closure Report.pdf/view
Unless otherwise approved by the Engineer, the Contractor's equipment shall follow normal and legal traffic
movements. The Contractor's ingress and egress of the work area shall be accomplished with as little disruption
to traffic as possible. Traffic control devices shall be removed by picking up the devices in a reverse sequence to
that used for installation. This may require moving backwards through the work zone. When located behind
barrier or at other locations shown on approved traffic control plans, equipment may operate in a direction
opposite to adjacent traffic.
No separate payment will be made for removal of existing pavement markings necessary for temporary lanes
shifts or other conditions proposed in the Contractor's Method of Handling Traffic. All pavement markings,
interim and permanent, shall be installed in accordance with Section 627, the approved plans and the Manual on
Uniform Traffic Control Devices. Removal of existing pavement markings, if required, shall be considered
incidental to Pavement Marking Paint (Waterborne) (Temporary) and other related pay items. -Blacking outll
existing pavement markings will not be allowed.
CDOT may have entered into operating agreements with one or more law enforcement organizations for
cooperative activities. Under such agreements, at the sole discretion of CDOT, law enforcement personnel may
enter the work zone for enforcement purposes and may participate in the Contractor's traffic control activities.
The responsibility under the Contract for all traffic control resides with the Contractor and any such participation
by law enforcement personnel in Contractor traffic control activities will be referenced in either the Special
Provisions or General Notes of the plans depending on whether the Contractor is to contract with Colorado State
Patrol for uniformed traffic control. Nothing in this Contract is intended to create an entitlement, on the part of the
Contractor, to the services or participation of the law enforcement organization.
Special Traffic Control Plan requirements for this project are as follows:
During the construction of this project, traffic shall use the present traveled roadway or areas of new roadway
construction, unless identified on the plans or approved by the Engineer.
The Contractor shall not have construction equipment or materials in the lanes open to traffic at any time, unless
approved by the Engineer.
79
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
WORK HOURS
April 14, 2016
Standard work hours are 7 AM to 6 PM, Monday through Friday. No work shall be permitted on weekends or
holidays without written approval from the Project Manager. All lane drops shall take place during the hours of
7:00 AM to 3:30 PM, Monday through Friday. Work requests beyond normal working hours must be submitted to
the Project Manager a minimum of 72 hours prior to the request date.
Work performed and material placed that interferes with traffic during the times and in the locations that the
roadway is specified to remain open will not be paid for unless the work is directed by the Engineer to be done
during those times.
At least one week prior to starting construction, the Contractor shall notify the City's Engineer of the date the
Contractor intends to start construction.
The Contractor shall provide a Traffic Control Supervisor (TCS) with at least two (2) years experience, as
accepted by the Engineer, as the Traffic Control Supervisor. A copy of the certification of the Traffic Control
Supervisor shall be provided to the Engineer at least two days prior to the project preconstruction conference.
All lane closures shall be subject to the approval of the Engineer. A MHT shall be approved by the Engineer prior
to any request for a lane closure. Request for each lane closure shall be made at least twenty-four hours in
advance of the time the lane closure is to be implemented. Lane closures will not be allowed to remain unless
being utilized continuously for the intended purpose for which they were set up.
The Contractor shall remove and reset all existing signs prior to performing any work that affects those signs. All
signs damaged due to Contractor operations shall be replaced in kind or repaired by the Contractor at no cost to
the project. An inventory of all existing signs shall be made with the Engineer prior to beginning work.
All costs incidental to the foregoing requirements shall be included in the original contract prices for the project.
lE
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
Known utilities within the limits of this project are:
Century Link (Phone)
City of Fort Collins Water & Sewer
City of Fort Collins Stormwater
City of Fort Collins Light & Power
City of Fort Collins Traffic Signals
Comcast (Cable TV)
XCEL Energy (Gas)
UTILITIES
Robert Rulli
Andrew Gingerich
Wes Lamarque
Luke Unruh
Britney Sorenson
Don Kapperman
Stephanie Rich
(970) 490-7503
(970)221-6232
(970) 416-2418
(970) 416-2724
(970) 416-2268
(970) 484-7166
(970) 225-7828
April 14, 2016
The Contractor shall coordinate with the Project Engineer and any appropriate utility company to facilitate the
installation, placement and relocation of all utilities impacted on this project.
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.
Also, in accordance with the plans and specifications, and as directed by the Engineer, the Contractor shall
keep each utility owner advised of any work being done to its facility, so that each utility owner can coordinate
its inspections for final acceptance of the work with the Engineer.
The Contractor shall coordinate the work with the owners of the utilities impacted by the work. Coordination
with utility owners includes, but is not limited to, staking construction features, providing and periodically
updating an accurate construction schedule which includes all utility work elements, providing written
notification of upcoming required utility work elements as the construction schedule indicates, allowing the
expected number of working days for utilities to complete necessary relocation work, conducting necessary
utility coordination meetings, applying for and obtaining power or communication services in the City's name
and all other necessary accommodations as directed by the Project Engineer. Surveying and/or staking of
utility relocations to be performed by the owner shall be the responsibility of the utility owner.
Prior to excavating or performing any earthwork operations, 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 member's facilities — Other facilities, such as ditches and drainage
pipes and CDOT's fiber optic system may exist, and it is the Contractor's responsibility to investigate, locate
and avoid such facilities.
The Contractor shall provide traffic control for any utility work expected to be coordinated with construction, as
directed by the Project Engineer.
GENERAL:
The Contractor shall comply with Article 1.5 of Title 9, CRS ("Excavation Requirements") when excavation or
grading is planned in the area of underground utility facilities. The Contractor shall notify all affected utilities at
least two (2) business days, not including the day of notification, prior to commencing such operations. The
81
PROJECT NO. SHO M455-109
PROJECT CODE NO. 19059
April 14, 2016
Contractor shall contact the Utility Notification Center of Colorado (UNCC) at (8-1-1) or 1-800-922-1987 to have
locations of UNCC registered lines marked by member companies. All other underground facilities shall be
located by contacting the respective company. Utility service laterals shall also be located prior to beginning
excavating or grading.
The location of utility facilities as shown on the plan and profile sheets, and herein described, were obtained
from the best available information. The Contractor shall coordinate with the utility companies regarding
protection and/or relocating the utilities to accommodate the proposed improvements. This work shall be
figured in to the Contractor's schedule to complete the work within the specified construction duration.
All costs incidental to the foregoing requirements will not be paid for separately but shall be included in the work.
82
Dust Prevention and Control Manual
City of
Adopted by Ordinance No. 44, 2016 Frt Collins
CONTENTS
1.0 Introduction
1
1.1 Title
1
1.2 Purpose of Manual
1
1.3 Applicability
1
1.4 Definitions
2
2.0 Fugitive Dust and the Problems it Causes
5
2.1 What is Fugitive Dust, Generally?
5
2.2 Why is the City Addressing Fugitive Dust?
5
2.3 Health and Environmental Effects
6
2.4 Nuisance and Aesthetics
6
2.5 Safety Hazard and Visibility
6
3.0 Best Management Practices
7
3.1 Earthmoving Activities
8
3.2 Demolition and Renovation
10
3.3 Stockpiles
12
3.4 Street Sweeping
14
3.5 Track -out / Carry -out
15
3.6 Bulk Materials Transport
16
3.7 Unpaved Roads and Haul Roads
18
3.8 Parking Lots
19
3.9 Open Areas and Vacant Lots
21
3.10 Saw Cutting and Grinding
22
3.11 Abrasive Blasting
24
3.12 Mechanical Blowing
26
4.0 Dust Control Plan for Land Development Greater Than Five Acres
28
Dust Prevention and Control Checklist
31
5.0 Resources 32
5.1 Cross Reference to Codes, Standards, Regulations, and Policies 32
5.2 City of Fort Collins Manuals and Policies 35
5.3 References for Dust Control 35
Dust Prevention and Control Manual Page i
1.0 Introduction
1.1 Title
The contents of this document shall be known as the Dust Prevention and Control Manual ("the
Manual").
1.2 Purpose of Manual
The purpose of the Manual is to establish minimum requirements consistent with nationally recognized
best management practices for controlling fugitive dust emissions and to describe applicable best
management practices to prevent, minimize, and mitigate off -property transport or off -vehicle transport
of fugitive dust emissions pursuant to Chapter 12, Article X of the Fort Collins City Code (§§12-150 et.
seq) for specific dust generating activities and sources.
The purpose of Chapter 12, Article X of the Code is to protect the health, safety, and welfare of the
public, including prevention of adverse impacts to human health, property, sensitive vegetation and
areas, waters of the state, and other adverse environmental impacts and to prevent visibility
impairment and safety hazards caused by emissions of particulate matter into the air from human
activities.
1.3 Applicability
This Manual applies to any person who conducts, or is an owner or operator of, a dust generating
activity or source, as defined in the Code and described in this Manual, within the City of Fort Collins,
subject to the exclusion set forth in Code §12-150(b)(3).
Dust Prevention and Control Manual Page 1
qv TQ qp
Record Numb
507
FOT4 1 2 1
AM
"10 Thursday, August 07, 2014
N-3 Street Shields 0
E-W Street Drake
NORTH Time AM
0 Icu 48 0_
1 3 Hr,, a SG 1
t
2
1 6 2
1 t r
o-,e %V cab
Page 1 of 3
1.4 Definitions
Abrasive blasting shall mean a process to
smooth rough surfaces; roughen smooth
surfaces; and remove paint, dirt, grease, and
other coatings from surfaces. Abrasive blasting
media may consist of sand; glass, plastic or
metal beads; aluminum oxide; corn cobs; or
other materials.
Additional best management practice shall
mean using at least one additional measure if
the required best management practices are
ineffective at preventing off -property transport
of particulate matter.
Additional rerluireynents shall mean when
applicable, any measure that is required, e.g., a
dust control plan when project sites are over 5
acres in size.
Best ►nanagement practice shall mean any
action or process that is used to prevent or
mitigate the emission of fugitive dust into the
air.
Bulk ►materials transport shall mean the
carrying, moving, or conveying of loose
materials including, but not limited to, earth,
rock, silt, sediment, sand, gravel, soil, fill,
aggregate, dirt, mud, construction or demolition
debris, and other organic or inorganic material
containing particulate matter onto a public road
or right-of-way in an unenclosed trailer, truck
bed, bin, or other container.
Code shall mean the Fort Collins City Code, as
amended from time to time.
Cover shall mean the installation of a
temporary cover material on top of disturbed
soil surfaces or stockpiles, such as netting,
mulch, wood chips, gravel or other materials
capable of preventing wind erosion.
Dust control measure shall mean any action
or process that is used to prevent or mitigate
the emission of fugitive dust into the air,
including but not limited to the best
management practices identified in this
Manual.
Dustgenerating activity or source shall
mean a process, operation, action, or land use
that creates emissions of fugitive dust or causes
off -property or off -vehicle transport. Dust
generating activity or source shall include a
paved parking lot containing an area of more
than one half (112) acre.
Earthmoviuti shall mean any process that
involves land clearing, disturbing soil surfaces,
or moving, loading, or handling of earth, dirt,
soil, sand, aggregate, or similar materials.
Fugitive dust shall mean solid particulate
matter emitted into the air by mechanical
processes or natural forces but is not emitted
through a stack, chimney, or vent
Local wind speed shall mean the current or
forecasted wind speed for the Fort Collins area
as measured at the surface weather
observation station KFNL located at the Fort
Collins Loveland Municipal Airport or at
Colorado State University's Fort Collins or
Christman Field weather stations or as
measured onsite with a portable or hand-held
anemometer. The City will use anemometers
whenever practicable.
Dust Prevention and Control Manual Page 2
rtlaxinaum speed linaii shall mean the speed
limit on public rights -of -way adopted by the City
pursuant to Fort Collins Traffic Code adopted
pursuant to City Code Section 28-16 for private
roadways, a speed limit shall be established as
appropriate to minimize off -site transportation
of.
Mechanical blowev shall mean any portable
machine powered with an internal combustion
or electric -powered engine used to blow leaves,
clippings, dirt or other debris off sidewalks,
driveways, lawns, medians, and other surfaces
including, but not limited to, hand-held, back-
pack and walk -behind units, as well as blower -
vacuum units.
Off -property transport shall mean the visible
emission of fugitive dust beyond the property
line of the property on which the emission
originates or the project boundary when the
emission originates in the public right-of-way or
on public property.
Off -vehicle transport shall mean the visible
emission of fugitive dust from a vehicle that is
transporting dust generating materials on a
public road or right-of-way.
On -tool local exhaust ventilation shall mean
a vacuum dust collection system attached to a
construction tool that includes a dust collector
(hood or shroud), tubing, vacuum, and a high
efficiency particulate air (HEPA) filter.
On -tool wet dust suppressior, shall mean the
operation of nozzles or sprayers attached to a
construction tool that continuously apply water
or other liquid to the grinding or cutting area by
a pressurized container or other water source.
Open area shall mean any area of undeveloped
land greater than one-half acre that contains
less than 70 percent vegetation. This includes
undeveloped lots, vacant or idle lots, natural
areas, parks, or other non-agricultural areas.
Recreational and multi -use trails maintained by
the City are not included as an open area.
Operator or owner shall mean any person
who has control over a dust generating source
either by operating, supervising, controlling, or
maintaining ownership of the activity or source
including, but not limited to, a contractor,
lessee, or other responsible party of an activity,
operation, or land use that is a dust generating
activity or source.
Particulate matter shall mean any material
that is emitted into the air as finely divided solid
or liquid particles, other than uncombined
water, and includes dust, smoke, soot, fumes,
aerosols and mists.
Required best rnanggeinent practices shall
mean specific measures that are required to be
implemented if a dust generating activity is
occurring.
Sensitive area shall mean a specific area that
warrants special protection from adverse
impacts due to the deposition of fugitive dust,
such as natural areas (excluding buffer zones),
sources of water supply, wetlands, critical
wildlife habitat, or wild and scenic river
corridors.
Soil retentio shall mean the stabilization of
disturbed surface areas that will remain
exposed and inactive for 30 days or more or
while vegetation is being established using
mulch, compost, soil mats, or other methods.
Stockpile shall mean any accumulation of bulk
materials that contain particulate matter being
stored for future use or disposal. This includes
backfill materials and storage piles for soil,
sand, dirt, mulch, aggregate, straw, chaff, or
other materials that produce dust.
Storm drainage faciliti shall mean those
improvements designed, constructed or used to
convey or control stormwater runoff and to
remove pollutants from stormwater runoff after
precipitation.
Dust Prevention and Control Manual Page 3
Surface roughening shall mean to modify the
soil surface to resist wind action and reduce
dust emissions from wind erosion by creating
grooves, depressions, ridges or furrows
perpendicular to the predominant wind
direction using tilling, ripping, discing, or other
method.
Track-ou, shall mean the carrying of mud, dirt,
soil, or debris on vehicle wheels, sides, or
undercarriages from a private, commercial, or
industrial site onto a public road or right-of-
way.
Vegetation shall mean the planting or seeding
of appropriate grasses, plants, bushes, or trees
to hold soil or to create a wind break. All seeded
areas must be mulched, and the mulch should
be adequately crimped and or tackified. If
hydro -seeding is conducted, mulching must be
conducted as a separate, second operation. All
planted areas must be mulched within twenty-
four (24) hours after planting.
Wet suppression shall mean the application of
water by spraying, sprinkling, or misting to
maintain optimal moisture content or to form a
crust in dust generating materials and applied
at a rate that prevents runoff from entering any
public right-of-way, storm drainage facility or
watercourse.
Wind barrier shall mean an obstruction at
least five feet high erected to assist in
preventing the blowing of fugitive dust,
comprised of a solid board fence, chain link and
fabric fence, vertical wooden slats, hay bales,
earth berm, bushes, trees, or other materials
installed perpendicular to the predominant
wind direction or upwind of an adjacent
residential, commercial, industrial, or sensitive
area that would be negatively impacted by
fugitive dust.
Dust Prevention and Control Manual Page 4
2.0 Fugitive Dust and the Problems it Causes
2,1 What is Fugitive Dust, Generally?
Dust, also known as particulate matter, is made up of solid particles in the air that consist primarily of
dirt and soil but can also contain ash, soot, salts, pollen, heavy metals, asbestos, pesticides, and other
materials. "Fugitive" dust means particulate matter that has become airborne by wind or human
activities and has not been emitted from a stack, chimney, or vent. The Colorado Department of Public
Health and Environment (CDPHE) estimates that more than 4,300 tons of particulate matter are emitted
into the air in Larimer County annually. The primary sources of this particulate matter include
construction activities, paved and unpaved roads, and agricultural operations.
The quantity of dust emitted from a particular activity or area and the materials in it can depend on the
soil type (sand, clay, silt), moisture content (dry or damp), local wind speed, and the current or past uses
of the site (industrial, farming, construction).
2.2 Whv is the ON Addressing Fugitive Dust?
Colorado state air regulations and Larimer County air quality standards generally require owners and
operators of dust generating activities or sources to use all available and practical methods that are
technologically feasible and economically reasonable in order to prevent fugitive dust emissions.
However, state regulations and permitting requirements typically apply to larger stationary sources
rather than to activities that generate dust. Larimer County fugitive dust standards apply only to land
development.
Although state and county requirements apply to many construction activities, they do not address
many sources of dust emissions and City code compliance officers do not have authority to enforce state
or county regulations. Fort Collins is experiencing rapid growth and development that has contributed
to local man-made dust emissions. The City has established Chapter 12, Article X of the Code (§§12-150-
12-159) to address dust generating activities and sources that negatively impact citizens in Fort Collins.
Dust Prevention and Control Manual Page 5
2.3 Health and Environmental Effects
Dust particles are very small and can be easily inhaled. They can
enter the respiratory system and increase susceptibility to respiratory
infections, and aggravate cardio-pulmonary disease. Even short-term
exposure to dust can cause wheezing, asthma attacks and allergic
reactions, and may cause increases in hospital admissions and
emergency department visits for heart and lung related diseases.
Fugitive dust emissions can cause significant environmental impacts as well as health effects. When
dust from wind erosion or human activity deposits out of the air, it may impact vegetation, adversely
affect nearby soils and waterways, and cause damage to cultural resources. Wind erosion can result in
the loss of valuable top soil, reduce crop yields, and stunt plant growth.
According to the Environmental Protection Agency (EPA), studies have linked particulate matter
exposure to health problems and environmental impacts such as:
•Health Impacts:
o Irritation of the airways, coughing, and difficulty breathing
o Reduced lung function and lung cancer
o Aggravated asthma and chronic bronchitis
o Irregular heartbeat and increases in heart attacks
*Environmental Impacts:
o Haze and reduced visibility
o Reduced levels of nutrients in soil
2.4 Nuisance and Aesthetics
Dust, dirt and debris that become airborne eventually settle back down to
the surface. How far it travels and where it gets deposited depends on the
size and type of the particles as well as wind speed and direction. When this
material settles, it can be deposited on homes, cars, lawns, pools and ponds,
and other property. The small particles can get trapped in machinery and
electronics causing abrasion, corrosion, and malfunctions. The deposited
dust can damage painted surfaces, clog filtration systems, stain materials and
cause other expensive clean-up projects.
2.5 Safety Hazard and Visibility
Blowing dust can be a safety hazard at construction sites and on roads and
highways. Dust can obstruct visibility and can cause accidents between
vehicles and bikes, pedestrians, or site workers. Dust plumes can also
decrease visibility across a natural area or scenic vistas. The "brown cloud",
often visible along the Front Range during the winter months, and the
brilliant red sunsets that occur are often caused by particulate matter and
other pollutants in the air.
Dust Prevention and Control Manual Page 6
3.0 Best Management Practices
This Manual describes established best management practices for controlling dust emissions that are
practical and used in common practice to prevent or mitigate impacts to air quality from dust generating
activities and sources occurring within Fort Collins. The objective of the dust control measures included
in this Manual is to reduce dust emissions from human activities and to prevent those emissions from
impacting others and is based on the following principles:
Prevent — avoid creating dust emissions through good project planning and modifying or
replacing dust generating activities.
Minimize:= — reduce dust emissions with methods that capture, collect, or contain emissions.
Mitigate — when preventing fugitive dust or minimizing the impacts are not feasible, the
Manual provides specific measures to mitigate dust.
More specifically, the Manual establishes the following procedures for each dust generating activity
outlined in this Chapter:
1. Required Best Management Practices —this section includes the specific measures that are
required to be implemented if the dust generating activity is occurring. For example, high wind
restrictions (temporarily halting work when wind speeds exceed 30 mph) are required best
management practices for earthmoving, demolition/renovation, saw cutting or grind, abrasive
blasting, and leaf blowing.
2. Additional Best Management Practices —this section includes additional measures if the
required best management practices are ineffective at preventing off -property transport of
particulate matter. At least one of the additional best management practices outlined in the
Manual must be implemented on the site to be in compliance with the Manual and Code.
3. Additional Requirements —When applicable, additional measures are also required, e.g., a dust
control plan when project sites are over 5 acres in size.
The Dust Prevention and Control Checklist included on page 31 of this Manual provides a "quick guide"
to dust control BMPs covered in the following sections of the Manual.
Dust Prevention and Control Manual Page 7
3.1 Earthmoving Activities
4
{
''`qW111
1 ''4s
Above: This figure illustrates earthmoving, which is an activity that can generate dust.
Dust emissions from earthmoving activities depend on the type and extent of activity being conducted,
the amount of exposed surface area, wind conditions, and soil type and moisture content, including:
• Site preparation (clearing, grubbing, scraping)
• Road construction
• Grading and overlot grading
• Excavating, trenching, backfilling and compacting
• Loading and unloading dirt, soil, gravel, or other earth materials
• Dumping of dirt, soil, gravel, or other earth materials into trucks, piles, or receptacles
• Screening of dirt, soil, gravel, or other earth materials
Best Management Practices to Control Dust
(a) Required Best Management Practices: Any person, owner, or operator who conducts earthmoving
that is a dust generating activity or source shall implement the following best management practices to
prevent off -property transport of fugitive dust emissions:
(i) Minimize disturbed area: plan the project or activity so that the minimum amount of
disturbed soil or surface area is exposed to wind or vehicle traffic at any one time.
(ii) Reduce vehicle speeds: establish a maximum speed limit or install traffic calming devices to
reduce speeds to a rate to mitigate off -property transport of dust entrained by vehicles.
(iii) Minimize drop height: Drivers and operators shall unload truck beds and loader or
excavator buckets slowly, and minimize drop height of materials to the lowest height possible,
including screening operations.
(iv) High winds restriction: temporarily halt work activities during high wind events greater than
30 mph if operations would result in off -property transport.
(v) Restrict access: restrict access to the work area to only authorized vehicles and personnel.
Dust Prevention and Control Manual Page 8
(b) Additional Best Management Practices: In the event 3.1(a)(i)-(v) are ineffective to prevent off -
property transport, the person, owner, or operator shall use at least one of the following best
management practices:
(i) Wet suppression: apply water to disturbed soil surfaces, backfill materials, screenings, and
other dust generating operations as necessary and appropriate considering current weather
conditions, and prevent water used for dust control from entering any public right-of-way,
stormwater drainage facility, or watercourse.
(ii) Wind barrier: construct a fence or other type of wind barrier to prevent wind erosion of top
soils.
(iii) Vegetation: plant vegetation appropriate for retaining soils or creating a wind break.
(iv) Surface roughening: stabilize an active construction area during periods of inactivity or
when vegetation cannot be immediately established.
(v) Cover: install cover materials during periods of inactivity and properly anchor the cover.
(vi) Soil retention: stabilize disturbed or exposed soil surface areas that will be inactive for more
than 30 days or while vegetation is being established.
(c) Additional requirements: Any person, owner, or operator who conducts earthmoving that is a dust
generating activity or source at a construction site or land development project with a lot size equal to
or greater than five (5) acres also shall implement the following measures:
(i) Dust Control Plan: submit a plan that describes all potential sources of fugitive dust and
methods that will be employed to control dust emissions with the development construction
permit application or development review application (see Chapter 4 of this Manual). A copy of
the Dust Control Plan must be onsite at all times and one copy must be provided to all
contractors and operators engaged in dust generating activities at the site.
(ii) Construction sequencing: include sequencing or phasing in the project plan to minimize the
amount of disturbed area at any one time. Sites greater than 25 acres in size may be asked to
provide additional justification, revise the sequencing plan, or include additional best
management practices.
Dust Prevention and Control Manual Page 9
3.2 Demolition and Renovation
Above: This photo illustrates restricting access (a required best management practice) and a wind barrier
(an additional best management practice) for demolition and renovation activities.
Dust generated from demolition activities may contain significant levels of silica, lead, asbestos, and
particulate matter. Inhalation of silica and asbestos is known to cause lung cancer, and exposure to
even small quantities of lead dust can result in harm to children and the unborn.
In addition to complying with the dust control measures below, any person engaged in demolition or
renovation projects must comply with applicable state and federal regulations for asbestos and lead
containing materials and notification and inspection requirements under the State of Colorado Air
Quality Control Commission's Regulation No. 8, Part B Control of Hazardous Air pollutants.
Best Management Prartires to Control Dust
(a) Required Best Management Practices: Any person, owner, or operator who conducts demolition or
renovation that is a dust generating activity or source shall implement the following best management
practices to prevent off -property transport of fugitive dust emissions:
(i) Asbestos and lead containing materials: demolition and renovation activities that involve
asbestos or lead containing materials must be conducted in accordance with 2012 International
Building Code (IBC), as adopted by the Code Sec. S-26 and amended by Code Sec. 5-27 (59)
(amending IBC §3602.1.1) and all other state and local regulations;
(ii) Restrict access: restrict access to the demolition area to only authorized vehicles and
personnel;
(iii) High winds restriction: temporarily halt work activities during high wind events greater than
30 mph if operations would result in off -property transport; and
(iv) Minimize drop height: Drivers and operators shall unload truck beds and loader or excavator
buckets slowly, and minimize drop height of materials to the lowest height possible, including
screening operations.
Dust Prevention and Control Manual Page 10
(b) Additional Best Management Practices: In the event 3.2(a)(i)-(iv) are ineffective to prevent off -
property transport, the person, owner, or operator shall use at least one of the following best
management practices:
(i) Wet suppression: apply water to demolished materials or pre -wet materials to be
demolished as necessary. Prevent water used for dust control from entering any public right-of-
way, storm drainage facility, or watercourse.
(ii) Wind barrier: construct a fence or other type of wind barrier to prevent onsite dust
generating materials from blowing offsite.
(c) Additional requirements:
(i) Building permit compliance: comply with all conditions and requirements under any building
required pursuant to the Code and/or the Land Use Code.
Above: This photo illustrates reducing drop height, a required best
management practice.
Dust Prevention and Control Manual Page 11
0 1 4 1 1
19+C J 1 2 l:rw-)
Noon
a 3
QL
Date Thursday, August 07, 2014
1 5 I
0 0
H-s sweet Shields
1
a
E-w sweet Drake
3sj
1
NORTH zirneiNN
cu 48
0
0..._
_
3
i
Name . i SG 0 2
`sF
1
=0111le (IV
3 0
+s-
0 0
0 12 10
Page 2 of 3
3.3 Stockpiles
Above: This photo illustrates wet suppression, an additional best management practice for stockpiles.
Stockpiles are used for both temporary and long-term storage of soil, fill dirt, sand, aggregate,
woodchips, mulch, asphalt and other industrial feedstock, construction and landscaping materials.
Fugitive dust can be emitted from stockpiles while working the active face of the pile or when wind
blows across the pile. The quantity of emissions depends on pile height and exposure to wind, moisture
content and particle size of the pile material, surface roughness of the pile, and frequency of pile
disturbance.
Best Management Practices to Control nrrst
(a) Required Best Management Practices: Any owner or operator of a stockpile that is a dust generating
activity or source shall implement the following best management practices to prevent off property
transport of fugitive dust emissions:
(i) Minimize drop height: Drivers and operators shall unload truck beds and loader or excavator
buckets slowly, and minimize drop height of materials to the lowest height possible, including
screening operations.
(b) Additional Best Management Practices: In the event 3.3(a)(i) is ineffective to prevent off -property
transport, the person, owner, or operator shall use at least one of the following best management
practices:
(i) Wet suppression: Apply water to the active face when working the pile or to the entire pile
during periods of inactivity. Prevent water used for dust control from entering any public right-
of-way, storm drainage facility, or watercourse.
(ii) Cover: install cover materials during periods of inactivity and anchor the cover.
(iii) Surface roughening: stabilize a stockpile during periods of inactivity or when vegetation
cannot be immediately established.
Dust Prevention and Control Manual Page 12
(iv) Stockpile location: locate stockpile at a distance equal to ten times the pile height from
property boundaries that abut residential areas.
(v) Vegetation: seed and mulch any stockpile that will remain inactive for 30 days or more.
(vi) Enclosure: construct a three -sided structure equal to or greater than the height of the pile to
shelter the pile from the predominant winds.
(c) Additional requirements:
(i) Stockpile permit compliance: comply with all conditions and requirements under any
stockpile permit required under the Code or the Land Use Code.
(ii) Erosion control plan compliance: implement and comply with all conditions and
requirements of the "Fort Collins Stormwater Criteria Manual, as adopted in Code Sec. §26-500;
specifically, Volume 3 Chapter 7 "Construction BMPs". The Stormwater Criteria Manual may
require the use of Erosion Control Materials, soil stockpile height limit of ten feet, watering,
surface roughening, vegetation, silt fence and other control measures.
Dust Prevention and Control Manual Page 13
3.4 Street Sweeping
Left: This figure illustrates the use
of a wet suppression and vacuum
system, an additional best
management practice for street
sweeping.
Street sweeping is an effective method for removing dirt and debris from streets and preventing it from
entering storm drains or becoming airborne. Regenerative air sweepers and mechanical sweepers with
water spray can also be effective at removing particulate matter from hard surfaces.
Best Management Practices to Control Dust
(a) Required Best Management Practices: Any owner or operator that conducts sweeping operations or
services on paved or concrete roads, parking lots, rights -of -way, pedestrian ways, plazas or other solid
surfaces, and whose operations are a dust generating activity or source shall implement the following
best management practices to prevent off -property transport of fugitive dust emissions:
(i) Uncontrolled sweeping prohibited: the use of rotary brushes, power brooms, or other
mechanical sweeping for the removal of dust, dirt, mud, or other debris from a paved public
road, right-of-way, or parking lot without the use of water, vacuum system with filtration, or
other equivalent dust control method is prohibited. Mechanical or manual sweeping that occurs
between lifts of asphalt paving operations or due to preparation for pavement markings are
excluded from this prohibition, due to engineering requirements associated with these
operations.
(b) Additional Best Management Practices: In the event 3.4(a)(i) is ineffective to prevent off -property
transport, the person, owner, or operator shall use at least one of the following best management
practices:
(i) Wet suppression: use a light spray of water or wetting agent applied directly to work area or
use equipment with water spray system while operating sweeper or power broom. Prevent
water used for dust control from entering any storm drainage facility or watercourse.
(ii) Vacuum system: use sweeper or power broom equipped with a vacuum collection and
filtration system.
(iii) Other method: use any other method to control dust emissions that has a demonstrated
particulate matter control efficiency of 80 percent or more.
Dust Prevention and Control Manual Page 14
3.5 Track -out / Carry -out
Above: This figure illustrates an installed grate (left) and a grovel bed (right), both of which are
additional best management practices associated with track-out/carry-out.
Mud, dirt, and other debris can be carried from a site on the wheels or undercarriage of equipment and
vehicles onto public roads. When this material dries, it can become airborne by wind activity or when
other vehicles travel on it. This is a health concern and can cause visibility issues and safety hazards.
Best Management Practices to Control Dust
(a) Required Best Management Practices: Any owner or operator of any operation that has the
potential to result in track -out of mud, dirt, dust, or debris on public roads and rights -of -way and whose
operation is a dust generating activity or source shall implement the following best management
practices to prevent off -property transport of fugitive dust emissions:
(i) Contracts and standards: comply with track -out prevention requirements and construction
best management practices as set forth in the Code, City regulations or policies, as specified in
applicable contract documents, and as set forth in the Fort Collins Stormwater Criteria Manual.
(ii) Remove deposition: promptly remove any deposition that occurs on public roads or rights -
of -way as a result of the owner's or operator's operations. Avoid over -watering and prevent
runoff into any storm drainage facility or watercourse.
(b) Additional Best Management Practices: In the event 3.5(a)(i)-(ii) are ineffective to prevent off -
property transport, the person, owner, or operator shall use at least one of the following best
management practices:
(i) Install rails, pipes, grate, or similar track -out control device.
(ii) Install a gravel bed track -out apron that extends at least 50 feet from the intersection with a
public road or right-of-way.
(iii) Install gravel bed track -out apron with steel cattle guard or concrete wash rack.
(iv) Install and utilize on -site vehicle and equipment washing station.
(v) Install a paved surface that extends at least 100 feet from the intersection with a public road
or right-of-way.
(vi) Manually remove mud, dirt, and debris from equipment and vehicle wheels, tires and
undercarriage.
Dust Prevention and Control Manual Page 15
3.6 Bulk Materials Transport
Above: This figure illustrates covered loads, a required best management practice for bulk materials
transport.
Haul trucks are used to move bulk materials, such as dirt, rock, demolition debris, or mulch to and from
construction sites, material suppliers and storage yards. Dust emissions from haul trucks, if
uncontrolled, can be a safety hazard by impairing visibility or by depositing debris on roads, pedestrians,
bicyclists, or other vehicles.
Best Management Practices to Control Dust
(a) Required Best Management Practices: Any owner or operator of a dust generating activity or source
for which vehicles used to transport bulk materials to and from a site within the City on a public or
private road or on a public right-of-way shall prevent off -vehicle transport of fugitive dust emissions. To
prevent off -vehicle transport of fugitive dust to and from the site, the owner or operator shall
implement the following measures:
(i) Cover Loads: Loads shall be completely covered or all material enclosed in a manner that
prevents the material from blowing, dropping, sifting, leaking, or otherwise escaping from the
vehicle. This includes the covering of hot asphalt and asphalt patching material with a tarp or
other impermeable material.
(ii) Minimize drop height: Drivers and operators shall load and unload truck beds and loader or
excavator buckets slowly, and minimize drop height of materials to the lowest height possible,
including screening operations.
Dust Prevention and Control Manual Page 16
(b) Additional Best Management Practices: In the event 3.6(a)(i)-(ii) are ineffective to prevent off -
vehicle transport, the person, owner, or operator shall use at least one of the following best
management practices:
(i) Wet suppression: apply water to bulk materials loaded for transport as necessary to prevent
fugitive dust emissions and deposition of materials on roadways. Prevent water used for dust
control from entering any public right-of-way, storm drainage facility, or watercourse.
(ii) Other technology: use other equivalent technology that effectively eliminates off -vehicle
transport, such as limiting the load size to provide at least three inches of freeboard to prevent
spillage.
Above: This figure illustrates minimizing drop heights, a required best management practice for bulk
materials transport.
Dust Prevention and Control Manual Page 17
3.7 Unpaved Roads and Haul Roads
Left: This figure illustrates
surface improvements on an
unpaved road, an additional
best management practice.
Road dust from unpaved roads is caused by particles lifted by and dropped from rolling wheels traveling
on the road surface and from wind blowing across the road surface. Road dust can aggravate heart and
lung conditions as well as cause safety issues such as decreased driver visibility and other safety hazards.
Best Mano�qement Practices to Control Dust
(a) Required Best Management Practices: Any owner or operator of an unpaved road located on a
construction site greater than five acres on private property or an unpaved road used as a public right-
of-way shall implement the following best management practices to prevent off -property transport of
fugitive dust emissions:
(i) Reduce vehicle speeds: establish a maximum speed limit or install traffic calming devices to
reduce speeds to a rate that prevents off -property transport of dust entrained by vehicles.
(ii) Restrict access: restrict travel on unpaved roads by limiting access to only authorized vehicle
use.
(b) Additional Best Management Practices: In the event 3.7(a)(i)-(ii) are ineffective to prevent off -
property transport, the person, owner, or operator shall use at least one of the following best
management practices:
(i) Wet suppression: apply water to unpaved road surface as necessary and appropriate
considering current weather conditions, and prevent water used for dust control from entering
any public right-of-way, storm drainage facility, or watercourse.
(ii) Surface improvements: install gravel or similar materials with sufficient depth to reduce dust
or pave high traffic areas.
(iii) Access road location: locate site access roads away from residential or other populated
areas.
Dust Prevention and Control Manual Page 18
3.8 Parking Lots
Above: This figure illustrates an unpaved parking lot in Fort Collins.
This section applies to paved and unpaved areas where vehicles are parked or stored on a routine basis
and includes parking areas for shopping, recreation, or events; automobile or vehicle storage yards; and
animal staging areas.
Best Management Practices to Control Dust- Unpaved Parking Lots
(a) Required Best Management Practices: Any owners or operator of an unpaved parking lot greater
than one-half acre shall use at least one of the following best management practices to prevent off -
property transport of fugitive dust emissions
(i) Surface improvements: install gravel or similar materials with sufficient depth to reduce dust
or pave high traffic areas.
(ii) Vegetation: plant vegetation appropriate for retaining soils or creating a wind break.
(iii) Wet suppression: apply water as necessary and appropriate considering current weather
conditions to prevent off -property transport of fugitive dust emissions. Prevent water used for
dust control from entering any public right-of-way, storm drainage facility, or watercourse.
(iv) Wind barrier: construct a fence or other type of wind barrier.
(v) Reduce vehicle speeds: establish a maximum speed limit or install traffic calming devices to
reduce speeds to a rate that prevents off -property transport of dust entrained by vehicles.
(vi) Restrict access: restrict travel in parking lots to only those vehicles with essential duties and
limit access to hours of operation or specific events.
Dust Prevention and Control Manual Page 19
Best Management Practices to Control Dust- Paved Parking Lots
(a) Required Best Management Practices: An owner or operator of a paved parking lot greater than
one-half acre and shall use at least one of the following best management practices to prevent off -
property transport of fugitive dust emissions.
(i) Maintenance: repair potholes and cracks and maintain surface improvements.
(ii) Mechanical sweeping: Sweep lot with a vacuum sweeper and light water spray as necessary
to remove dirt and debris. Avoid overwatering and prevent runoff from entering any public
right-of-way, storm drainage facility, or watercourse.
(iii) Reduce vehicle speeds: establish a maximum speed limit or install traffic calming devices to
reduce speeds to a rate that prevents off -property transport of dust entrained by vehicles.
(iv) Restrict access: restrict travel in parking lots to only those vehicles with essential duties and
limit access to hours of operation or specific events.
Above: This photo represents improving the surface of a parking area, which is one measure to
comply with the Manual.
Dust Prevention and Control Manual Page 20
3.9 Open Areas and Vacant Lots
Left: This photo
represents adding
vegetation by
hydroseeding,
which is one
measure to comply
with the Manual.
Open areas are typically not a significant source of wind-blown dust emissions if the coverage of
vegetation is sufficient or soil crusts are intact. However, if soils in open areas are disturbed by vehicle
traffic, off -highway vehicle use, bicycling or grazing, or if they have become overpopulated by prairie
dogs, dust emissions can become a problem.
Best Management Practices to Control Dust
(a) Required Best Management Practices: Any owner or operator of an open area greater than one-half
acre shall use at least one of the following best management practices to stabilize disturbed or exposed
soil surface areas that are intended to or remain exposed for 30 days or more and to prevent off -
property transport of fugitive dust emissions:
(i) Vegetation: plant vegetation appropriate for retaining soils or creating a wind break.
(ii) Cover: install cover materials over exposed areas during periods of inactivity and properly
anchor the cover.
(iii) Surface roughening: stabilize an exposed area during periods of inactivity or when
vegetation cannot be immediately established.
(iv) Soil retention: stabilize disturbed or exposed soil surface areas that will be inactive for more
than 30 days or while vegetation is being established, using mulch, compost, soil mats, or other
methods.
(v) Wet suppression: apply water to disturbed soil surfaces as necessary and appropriate
considering current weather to prevent off -property transport of fugitive dust emissions.
Prevent water used for dust control from entering any public right-of-way, storm drainage
facility, or watercourse.
(vi) Wind barrier: construct a fence or other type of wind barrier to prevent wind erosion of top
soils.
Dust Prevention and Control Manual Page 21
RIP
1
F-To 10
1
PM
3
2
1
3 �
ease Thursday, August 07, 2014
5 2
0
k-s s"ac Shields
0
Drake
{�
1 "?
e-w Street
NORTH Time PM
2
i
jcu 48
i .2i}
4 1
Name SG
0
0
1
2
C%
0 4
0
f
Page 3 of 3
.10 Saw Cutting and Grinding
Above: This photo illustrates concrete cutting and how the activity can generate dust.
Cutting and grinding of asphalt, concrete and other masonry materials can be a significant short-term
source of fugitive dust that may expose workers and the public to crystalline silica. Inhalation of silica
can cause lung disease known as silicosis and has been linked to other diseases such as tuberculosis and
lung cancer. Using additional best management practices during cutting and grinding operations can
significantly reduce dust emissions.
Best Management Practices to Control Dust
(a) Required Best Management Practices: Any person, owner, or operator that cuts or grinds asphalt,
concrete, brick, tile, stone, or other masonry materials and whose operations are a dust generating
activity or source shall use the following best management practices to prevent off -property transport
of fugitive dust emissions:
(i) Restrict access: prevent the public from entering the area where dust emissions occur.
(ii) High winds restriction: temporarily halt work activities during high wind events greater than
30 mph if operations would result in off -property transport.
(iii) Equipment and work area clean up: use wet wiping, wet sweeping, or vacuuming with HEPA
filtration for equipment and work area clean up and do not cause dust to become airborne
during clean up.
(iv) Slurry clean up: prevent water used for dust control or clean up from entering any public
right-of-way, storm drainage facility, or watercourse by using containment, vacuuming,
absorption, or other method to remove the slurry, and dispose of slurry and containment
materials properly. Follow additional procedures prescribed in the Fort Collins Stormwater
Criteria Manual or contract documents and specifications.
Dust Prevention and Control Manual Page 22
(b) Additional Best Management Practices: In the event 3.10(a)(i)-(iv) are ineffective to prevent off -
property transport, the person, owner, or operator shall use at least one of the following best
management practices:
(i) On -tool local exhaust ventilation: use a tool -mounted dust capture and collection system.
(ii) On -tool wet suppression: use a tool -mounted water application system.
(iii) Vacuuming: use a vacuum equipped with a HEPA filter simultaneously with cutting or
grinding operations.
(iv) Wet suppression: use a water sprayer or hose simultaneously with cutting or grinding
operations.
(v) Enclosure: conduct cutting or grinding within an enclosure with a dust collection system or
temporary tenting over the work area.
Above: These photos illustrate how dust generated from cutting can be minimized by applying on -tool
wet suppression, an additional best management practice associated with saw cutting and grinding.
Dust Prevention and Control Manual Page 23
3.11 Abrasive Blasting
Above: This photo illustrates abrasive blasting without dust mitigation in place.
Abrasive blasting is used to smooth rough surfaces; roughen smooth surfaces; and remove paint, dirt,
grease, and other coatings from surfaces. Abrasive blasting media may consist of sand; glass, plastic or
metal beads; aluminum oxide; corn cobs; or other materials. Abrasive blasting typically generates a
significant amount of fugitive dust if not controlled. The material removed during abrasive blasting can
become airborne and may contain silica, lead, cadmium or other byproducts removed from the surface
being blasted.*
Best Management Practices to Control Dust
(a) Required Best Management Practices: Any person, owner, or operator who conducts outdoor
abrasive blasting or indoor abrasive blasting with uncontrolled emissions vented to the outside and
whose operations are a dust generating activity or source shall implement the following best
management practices to prevent off -property transport of fugitive dust emissions:
(i) Restrict access: prevent the public from entering the area where dust emissions occur.
(ii) High winds restriction: temporarily halt work activities during high wind events greater than
30 mph if operations would result in off -property transport.
(iii) Equipment and work area clean up: use wet wiping, wet sweeping, or vacuuming with HEPA
filtration for equipment and work area clean up and do not cause dust to become airborne
during clean up.
(iv) Slurry clean up: prevent water used for dust control or clean up from entering any public
right-of-way, storm drainage facility, or watercourse by using containment, vacuuming,
absorption, or other method to remove the slurry, and dispose of slurry and containment
materials properly.
(b) Additional Best Management Practices: In the event 3.11(a)(i)-(iv) are ineffective to prevent off -
property transport, the person, owner, or operator shall use at least one of the following best
management practices:
(i) Enclosure: conduct abrasive blasting within an enclosure with a dust collection system or
temporary tenting over the work area.
Dust Prevention and Control Manual Page 24
(ii) Wet suppression blasting: use one of several available methods that mix water with the
abrasive media or air during blasting operations.
(iii) Vacuum blasting: conduct air -based blasting that uses a nozzle attachment with negative air
pressure to capture dust.
(iv) Abrasive media: select less toxic, lower dust -generating blasting media.
*Blasting on surfaces that contain lead paint or wastes from sand blasting that contain hazardous materials may be subject
to additional state and federal requirements.
Above: This photo illustrates wet suppression blasting, on additional best management practice.
Dust Prevention and Control Manual Page 25
3.12 Mechanical Blowing
Above: This photo illustrates mechanical blowing without dust mitigation in place.
Mechanical blowers are commonly used to move dirt, sand, leaves, grass clippings and other
landscaping debris to a central location for easier pick-up and removal. Mechanical blowing with a leaf
blower can be a significant source of fugitive dust in some situations and can create nuisance conditions
and cause health effects for sensitive individuals. Mechanical blowing can re -suspend dust particles that
contain allergens, pollens, and molds, as well as pesticides, fecal contaminants, and toxic metals causing
allergic reactions, asthma attacks and exacerbating other respiratory illnesses.
Best Management Practices to Control Dust
(a) Required Best Management Practices: Any person, owner, or operator who operates a mechanical
leaf blower (gas, electric, or battery -powered) in a manner that is a dust generating activity or source
shall use the following best management practices as necessary to prevent off -property transport of
fugitive dust emissions
(i) Low speed: use the lowest speed appropriate for the task and equipment.
(ii) Operation: use the full length of the blow tube and place the nozzle as close to the ground as
possible.
(iii) High winds restriction: temporarily halt work activities during high wind events greater than
30 mph if operations would result in off -property transport.
(b) Additional Best Management Practices: In the event 3.11(a)(i)-(iii) are ineffective to prevent off -
property transport, the person, owner, or operator shall use at least one of the following best
management practices:
(i) Alternative method: use an alternative such as a rake, broom, shovel, manually push
sweeper or a vacuum machine equipped with a filtration system.
(ii) Prevent impact: do not blow dust and debris off -property or in close proximity to people,
animals, open windows, air intakes, or onto adjacent property, public right-of-way, storm
drainage facility, or watercourse.
Dust Prevention and Control Manual Page 26
(iii) Minimize use on dirt: minimize the use of mechanical blower on unpaved surfaces, road
shoulders, or loose dirt.
(iv) Wet suppression: use a light spray of water, as necessary and appropriate considering
current weather conditions, to dampen dusty work areas. Prevent water, dirt, and debris from
entering any storm drainage facility, or watercourse.
(v) Remove debris: remove and properly dispose of blown material immediately.
Above: These photos illustrate alternative methods to mechanical blowing that can minimize dust
generation.
Dust Prevention and Control Manual Page 27
4.0 Dust Control Plan for Land Development Greater Than Five Acres
A dust control plan is required for all development projects or construction sites with greater than five
(5) acres in size. If the project is required to obtain a development construction permit, then the dust
control plan shall be submitted with the development review application or the development
construction permit application. A copy of the dust control plan shall be available onsite at all times for
compliance and inspection purposes.
For dust control plans associated with a Development Construction Permit (DCP) issued by the City,
applications for the DCP are available online at www.fcgov.com/developmentreview%applications.php.
The dust control plan may be submitted on the Dust Control Plan Form included in Chapter 4 of this
Manual or other equivalent format and shall include the following information:
• Project name and location.
• Name and contact information of property owner.
• Project start and completion dates.
• Name and contact information of the developer, general contractor, and each contractor or
operator that will be engaged in an earthmoving activity.
• Total size of the development project or construction site in acres.
• A description of the project phasing or sequencing of the project to minimize the amount of
disturbed surface area at any one time during the project.
• A list of each dust generating activity or source associated with the project.
• A list of each best management practice and engineering control that will be implemented for
each dust generating activity or source.
• A list of additional best management practices that will be implemented if initial controls are
ineffective.
• A signed statement from the property owner, developer, general contractor, and each
contractor or operator engaged in an earthmoving activity acknowledging receipt of the Dust
Control Plan and an understanding of and ability to comply with the best management practices
in the plan.
Dust Prevention and Control Manual Page 28
r City of
F6rt Collins DUST CONTROL PLAN
PROJECT INFORMATION
Project Name
Project Location
Start and Completion Dates
Total Size of Project Site (acres)
Maximum disturbed surface area at
any one time (acres)
Property Owner
name, address, phone, e-mail
Developer
name, address, phone, e-mail
General Contractor
name, address, phone, e-mail
Subcontractor or Operator
of a dust generating activity or source
name, address, phone, e-mail
Subcontractor or Operator
of a dust generating activity or source
name, address, phone, e-mail
Subcontractor or Operator
of a dust generating activity or source
name, address, phone, e-mail
PROJECT PHASING OR SEQUENCING
Provide a description of how this project will be phased or sequenced to minimize the disturbed surface
area. Attach phasing plan or map if available.
Dust Prevention and Control Manual Page 29
DUST CONTROL PLAN CERTIFICATION
I certify the information and attachments contained
in this Dust Control Plan are true and correct to the
best of my knowledge and that I and the project's subcontractors have received a copy of this Dust
Control Plan and acknowledge my understanding of and ability to comply with best management
practices for controlling fugitive dust emissions.
I hereby permit City officials to enter upon the property
for the purpose of inspection of any dust generating activity or source for which I am the responsible
person, owner, or operator.
Name:
Title:
Role on project:
Address:
Phone:
Signature:
Date:
List of Subcontractors:
Title:
Role on project:
Title:
Role on project:
Title:
Role on project:
Title:
Role on project:
Title:
Role on project:
Title:
Role on project:
Title:
Role on project:
Title:
Role on project:
Dust Prevention and Control Manual Page 30
Dust Prevention and Control Checklist
Instructions:
For projects over 5 acres, in addition to developing a Dust Control Plan (see chapter 4 of the manual), place an X in each
box indicating all best management practices (BMPs) that will be implemented for each activity. Fully shaded boxes are
required BMPs, hatched boxes are additional BMPs.
For projects less than 5 acres, the BMPs for bulk materials transport and saw cutting/grinding are required; other BMPs
are listed for use as a guide for preventing and controlling dust.
Dust Generating Activity b
>
= C
°
a,
ac°
d
v
\ Y
o
^
•(9
a`, o
fa M
Cr° �°
L
@
o
J
#
v
c
C
N
c0
°�°
E
'' >
o p
Y
u
3
cn
O>
�e
a Q-
�
-o
a,
a
o
o
Q
Y o
c
`°
a,
M 3
t
/Best Management Practice b
i
v
N
°
Y@
_
J
Q
U�
m
UJ
N
m
>
N
a
Q
Abrasive media
Asbestos or lead materials
Construction sequencing
Cover
Cover Load
Enclosure
Equipment & work area clean up
Erosion control plan
High winds restriction
Location
Mechanical blowing techniques
Minimize disturbed area
Minimize drop height
On -tool local exhaust ventilation
On -tool wet suppression
Other method
Reduce vehicle speeds
Remove deposition
Restrict access
Slurry clean up
Soil retention
Stockpile permit
Surface improvements
Surface roughening
Sweeping
Track -out prevention system
Uncontrolled sweeping prohibited
Vacuum
Vegetation
Wet suppression
Wind barrier
*Nnte that in the narking lot and onen area standards. only select one of the reauired
BMPs to
be in compliance.
Dust Prevention and Control Manual Page 31
Combined total for AM - Noon and PM
IOT18 4
7 37
3 7 'h
i
Thursday, August 07, 2014
D*tt
7 8 Shields
N-S b+net 2 i
.'�
1 r-r; sand Drake 2
.�► 10 Combined AM Noon and PM 13 ♦�
NORTH r„n•
48 {
'cJ 2 4
SG
1 4
cl-
4 0 `f
s-
3 2 d1b
L
ilr-2J
I
cq)
5.0 Resources
5.1 Cross Reference to Codes, Standards, Regulations, and Policies
Earthmoving Activities
Fort Collins Land Use Code Article 3 General Development Standards §3.2.2 Access, Circulation and
Parking.
Fort Collins Land Use Code Article 3 General Development Standards §3.4.1(N) Standards for Protection
During Construction.
Fort Collins Land Use Code Article 3 General Development Standards §3.4.2 Air Quality.
Fort Collins City Code, Chapter 5 Buildings and Building Regulations, Section 5-27 (59) §3602.1.1
Building demolitions.
Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances
prohibited.
Fort Collins City Code Chapter 23 Public Property §23-16. Permit required; exception in case of
emergency.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control.
Fort Collins Stormwater Criteria Manual, Volume 3, Chapter 7, Section 1.3 Policy, Standards and
Submittal Requirements, §1.3.3.e.5.
Fort Collins Stormwater Criteria Manual — Fact Sheet SM-1 Construction Phasing/Sequencing and Fact
Sheet EC-1 Surface Roughening.
Larimer County Land Use Code §8.11.4. Fugitive dust during construction.
State of Colorado, Air Quality Control Commission, 5 CCR 1001-3, Regulation No. 1, §III.D.2.b
Construction Activities.
OSHA Safety and Health Regulations for Construction 29 CFR Part 1926.55 Gases, vapors, fumes, dusts,
and mists.
Demolition and Renovation
Fort Collins Land Use Code, Division 2.7 Building Permits §2.7.1
Fort Collins City Code, Chapter 5 Buildings and Building Regulations, Section 5-27 (59) §3602.1.1
Building demolitions.
Dust Prevention and Control Manual Page 32
Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances
prohibited.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control.
State of Colorado, Air Quality Control Commission, Regulation Number 8, Part B Control of Hazardous
Air Pollutants, 5 CCR 1001-10.
Stockpiles
Fort Collins Land Use Code, Division 2.6 Stockpiling Permits and Development Construction Permits
§2.6.2.
Fort Collins Land Use Code §2.6.3 (K) Stockpiling Permit and Development Construction Permit Review
Procedures.
Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances
prohibited.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control.
Fort Collins Stormwater Criteria Manual Volume 3, Chapter 7, Section 1.3 Policy, Standards and
Submittal Requirements, §1.3.3.e.7.
Fort Collins Stormwater Criteria Manual - Fact Sheet MM-2 Stockpile Management.
State of Colorado, Air Quality Control Commission, 5 CCR 1001-3, Regulation No. 1, §III.D.2.c Storage and
Handling of Materials.
Street Sweeping
Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances
prohibited.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control.
Fort Collins Stormwater Criteria Manual - Fact Sheet SM-7 Street Sweeping and Vacuuming.
Track-out/Carry-out
Fort Collins Traffic Code, Part 1407 Spilling loads on highways prohibited.
Fort Collins Land Use Code §5.2.1 Definitions Maintenance (of a newly constructed street).
Fort Collins City Code: Chapter 20 — Nuisances, Article V - Dirt, Debris and Construction Waste, §Sec.
20-62. Depositing on streets prohibited.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control.
Fort Collins Stormwater Criteria Manual, Volume 3, Chapter 7, Section 1.3 Policy, Standards and
Submittal Requirements, §1.3.3.e.8.
Dust Prevention and Control Manual Page 33
Fort Collins Stormwater Criteria Manual — Fact Sheet SM-4 Vehicle Tracking Control.
Fort Collins Stormwater Criteria Manual — Fact Sheet SM-7 Street Sweeping and Vacuuming.
State of Colorado, Air Quality Control Commission, 5 CCR 1001-3, Regulation No. 1, §III.D.2.a.(ii).(B)
General Requirements.
Bulk Materials Transport
Fort Collins Traffic Code, Part 1407 Spilling loads on highways prohibited.
Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances
prohibited.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control.
State of Colorado, Air Quality Control Commission, 5 CCR 1001-3, Regulation No. 1, §III.D.2.f Haul Trucks.
Colorado Revised Statutes. 42-4-1407 Spilling loads on highways prohibited.
Unpaved Roads and Haul Roads
Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances
prohibited.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control.
State of Colorado, Air Quality Control Commission, 5 CCR 1001-3, Regulation No. 1, §III.D.2.a Roadways
and §III.D.2.e Haul Roads.
Parking Lots
Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances
prohibited.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control.
Open Areas and Vacant Lots
Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances
prohibited.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control.
Saw Cutting and Grinding
Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances
prohibited.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control.
Fort Collins Stormwater Criteria Manual — Fact Sheet SM-12 Paving and Grinding Operations.
Dust Prevention and Control Manual Page 34
Colorado Department of Transportation Standard Specifications for Road and Bridge Construction,
Section 208.04 Best Management Practices for Stormwater.
Abrasive Blasting
Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances
prohibited.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control.
Mechanical (Leaf) Blowing
Fort Collins City Code Chapter 20 Nuisances, Article 1 In General, §20-1 Air pollution nuisances
prohibited.
Fort Collins City Code Chapter 26 Utilities, Article VII Stormwater Utility, §26-498 Water quality control.
5.2 City of fort Collins Manuals and Policies
Fort Collins Stormwater Criteria Manual http://www.fcgov.com/utilities/business/builders-and-
developers/development-forms-guidelines-regulations/stormwater-criteria
City of Fort Collins Parks and Recreation Environmental Best Management Practices Manual 2011,
Chapter Four: Best Management Practices for Construction http://www.fcgov.com/parks/pdf/bmp.pdf
City of Fort Collins Building Design and Construction Standards, Oct. 2013
http://www.fcgov.com/opserv/pdf/building-design-standards2.pdf?1390850442
City of Fort Collins, Recommended Species and Application Rates of Perennial Native Upland Grass Seed
for Fort Collins, Colorado.
City of Fort Collins Plant List April 2011,
5.3 References for Dust Control
Leaf Blowing
A Report to the California Legislature on the Potential Health and Environmental Impacts of Leaf
Blowers, California Environmental Protection Agency —Air Resources Board, Feb. 2000.
http://www.arb.ca.gov/msprog/mailouts/msc0005/msc0005.pdf
Abrasive Blasting
Sandblasting and Other Air -based Blasting Fact Sheet, Minnesota Pollution Control Agency, Dec. 2011.
Protecting Workers from the Hazards of Abrasive Blasting Materials, OSHA Fact Sheet.
California Air Resources Board, Abrasive Blasting Program.
http://www.arb.ca.gov/ba/certabr/certabr.htm
Dust Prevention and Control Manual Page 35
Saw Cutting
OSHA Fact Sheet on Crystalline Silica Exposure
https://www.osha.gov/OshDoc/data General Facts/crystalline-factsheet.pdf
State of New Jersey — Dry Cutting and Grinding Fact Sheet
http://www.state.ni.us/health/surv%documents/dry cutting.pdf
Centers for Disease Control and Prevention - Engineering Controls for Silica in Construction
http://www.cdc.gov/n iosh/topics/silica/cutoff saws. html
Shepherd-S; Woskie-S, Controlling Dust from Concrete Saw Cutting. Journal of Occupational and
Environmental Hygiene, 2013 Feb; 10(2):64-70. http://www.cdc.gov/niosh/nioshtic-2/20042808.html
Akbar-Khanzadeh F, Milz SA, Wagner CD, Bisesi MS, Ames AL, Khuder S, Susi P, Akbar-Khanzadeh M,
Effectiveness of dust control methods for crystalline silica and respirable suspended particulate matter
exposure during manual concrete surface grinding. Journal of Occupational and Environmental Hygiene,
2010 Dec;7(12):700-11. http://www.ncbi.nlm.nih.gov/pubmed/2105815c,
HSE, On -Tool Controls to Reduce Exposure to Respirable Dusts in the Construction Industry — A Review.
Health and Safety Executive, RR926, 2012, Derbyshire, U.K.
http://www.hse.gov.uk/research/rrpdf/rr926.pdf
Croteau G, Guffey S, Flanagan ME, Seixas N, The Effect of Local Exhaust Ventilation Controls on Dust
Exposures During Concrete Cutting and Grinding Activities. American Industrial Hygiene Association
Journal, 2002 63:458-467
http://deohs.washington.edu/ sites/default/files/images/general/CroteauThesis.pdf
Unpaved Roads, Parking Lots, and Open Areas
Dust Control from Unpaved Roads and Surfaces, Code 373, USDA-NRCS, April 2010.
http://www.nres.usda.gov/Internet/FSE DOCUMENTS/nres143 025946.pdf
CPWA, 2005, Dust Control for Unpaved Roads, A Best Practice by the National Guide to Sustainable
Municipal Infrastructure, Canadian Public Works Association.
Colorado Forest Road Field Handbook, Colorado State Forest, Editor: Richard M. Edwards, CF; CSFS
Assistant Staff Forester, July 2011.
Fay L., Kociolek A., Road Dust Management and Future Needs: 2008 Conference Proceedings, Western
Transportation Institute, March 2009.
Chemical Stabilizers
Interim Guidelines on Dust Palliative Use in Clark County, Nevada. Nevada Division of Environmental
Protection, Feb. 2001. http://ndep.nv.gov/admin/dustpal.pdf
Bolander, Peter, ed. 1999. Dust Palliative Selection and Application Guide. Project Report. 9977-1207-
SDTDC. San Dimas, CA: U.S. Department of Agriculture, Forest Service, San Dimas Technology and
Development Center. http://www.fs.fed.us/eng/pubs/html/99771207/99771207,htmi
Dust Prevention and Control Manual Page 36
Techniques for Fugitive Dust Control — Chemical Suppressants, City of Albuquerque NM, website last
accessed on Oct. 25, 2014.
http://www.ca bq.gov/airg uality/busi ness-programs-permits/ordinances/fugitive-dust/fugitive-dust-
control
USDA BioPreferred Catalog: Dust Suppressants
http://www.biopreferred.gov/BioPreferred/faces/catalog/Catalog.xhtmi
USGS Columbia Environmental Research Center Project: Environmental Effects of Dust Suppressant
Chemicals on Roadside Plant and Animal Communities,
http://www.cerc.usgs.gov/Projects.aspx?Projectld=77
Street Sweeping
U.S. Department of Transportation, Federal Highway Administration, Stormwoter Best Management
Practices: Street Sweeper Fact Sheet. http://environment.fhwa.dot.gov/ecosystems/uItraurb/3fs16.asp
Agriculture and livestock
Agricultural Air Quality Conservation Measures - Reference Guide for Cropping Systems and General
Land Management, USDA-NRCS, Oct. 2012.
http://www.nres.usda.gov/Internet/FSE DOCUMENTS/stelprdb1049502.pdf
Dust Control from Animal Activity on Open Lot Surfaces, Code 375, USDA-NRCS, Sept. 2010.
http://www.nres.usda.gov/Internet/FSE DOCUMENTS/nres143 025821.pdf
Residue and Tillage Management Reduced Till, Code 345, USDA-NRCS, Dec. 2013.
http://www.nres.usda.gov/Internet/FSE DOCUMENTS/stelprdb1251402.pdf
Herbaceous Wind Barriers, Code 603, USDA-NRCS, Jan. 2010.
http://www.nres.usda.gov/Internet/FSE DOCUMENTS/nres143 025927.pdf
Michalewicz, D. A., J. D. Wanjura, B. W. Shaw, and C. B. Parnell. 2005. Evaluation of sources and controls
of fugitive dust from agricultural operations. In Proc. 2005 Beltwide Cotton Conference.
http://caages.tamu.edu/Publication-Particulate%20Matter.html
Harner J., Maghirang R., Razote E., Water Requirements for Dust Control on Feedlots, from the
proceedings of Mitigating Air Emissions From Animal Feeding Operations Conference, May 2008.
http://www.extension.org/pages/23966/water-regu irements-for-dust-control-on-feed lots
California Air Pollution Control Officers Association Agriculture Clearinghouse
http://www.capcoa.org/ag-clearinghouse/
U.S. Department of Agriculture Natural Resources Conservation Service - Nevada, Fugitive Dust: A Guide
to the Control of Windblown Dust on Agricultural Lands in Nevada. Jan. 2007.
http://www.cdsn.org/images/FugitiveDustGuide v7 201 .pdf
Demolition and Renovation
CDPHE, Demolition and Asbestos Abatement forms and information
https://www,colorado.gov/pacific/cdphe,/asbestos-forms
Dust Prevention and Control Manual Page 37
Earthmovine Activities
CDPHE, An Overview of Colorado Air Regulations for Land Development, August 2014
https://www.colorado.gov/pacific/sites/default/files/AP Land -Development -Guidance -Document 1.pdf
Working With Dirt When the Wind Blows
http;//www.gradingandexcavation.com/GX/Articles/Working With Dirt When the Wind Blows 545S
.aspx
EPA - Stormwater Best Management Practices: Dust Control
http:,Z/water.epa.gov/polwaste/npdes/swbmp/Dust-Control.cfm
EPA —Stormwater Best Management Practices: Wind Fences and Sand Fences
http://water.epa.gov/polwaste/npdes/swbmp/Wind-Fences-and-Sand-Fences.cfm
EPA—Stormwater Best Management Practices: Construction Sequencing
http1/water.epa.gov/polwaste/npdes/swbmp/Construction-Seguencing.cfm
EPA — Stormwater Best Management Practices: Construction Entrances
http://water.epa.gov/polwaste/npdes/swbmp/Construction-Entrances.cfm
An Overview of Colorado Air Regulations for Land Development. Colorado Department of Public Health
and Environment —Air Pollution Control Division.
https://www.colorado.gov/pacific/sites/default/files/AP Land -Development -Guidance -Document 1.pdf
Health Effects of Particulate Matter
U.S. Environmental Protection Agency, Integrated Science Assessment for Particulate Matter.
EPA/600/R-08/139F Dec. 2009.
http://cfpub.epa.gov/ncea/cfm/recordisplay.cfmMeid=216546#Download
World Health Organization, Health Effects of Particulate Matter- Policy. 2013
http://www.euro.who.int/ data/assets/pdf file/0006/189051/Health-effects-of-Particulate-matter-
final-Eng.pdf
Preventing Silicosis in Construction Workers, NIOSH http://www.cdc.gov/niosh/docs/96-112/
General
Dust Abatement Handbook, Maricopa County Air Quality Department, June 2013.
http://www.maricopa.gov/aq/divisions/compliance/dust/docs/pdf/Rule%20310-Dust%2OHandbook.pdf
Fugitive Dust Control: Self Inspection Handbook, California Air Resources Board, 2007.
http://www.arb.ca.gov/pm/fugitivedust large.pdf
WRAP Fugitive Dust Handbook, Western Governors' Association. Sept. 2006.
Managing Fugitive Dust: A Guide for Compliance with the Air Regulatory Requirements for Particulate
Matter Generation, Michigan Department of Environmental Quality. March 2014.
Colorado Oil and Gas Conservation Commission, Rules and Regulations, Rule 805 Odors and Dust
htto://cogcc.state.co.us/
Dust Prevention and Control Manual Page 38
Design Lane ESAL Calculations
Shields R. Turn Lane —
Fort Collins, CO
Vehicle Type/Classification(%)
Cars & Pickups
Single Unit
Trucks
Combination Unit
Trucks
ehicle Type Load Factor (flexible)
0,003
0.249
1.087
Assumed Growth Factor=
1.38
%
in Design Lane= 20%
Precent of types
100.00%
96.80%
1.60%
1.60%
2014 ADT Estimate
31,000
30,008
496
496
Projected 2015 ADT
31,590
30,579
505
505
Projected 2035 ADT
43,400
42,011
694
694
20-Yr Design ADT
37,495
36,295
600
600
Roadway ESAL
1 ,646,541
794,861
1 1,090,620
4,761,060
Design Lane ESAL
1 1,329,308
Drake Shields 1/23/2015
VOlri n PAS
Pavement Thickness Design According to
1993 AASHTO Guide for Design of Pavements Structures
American Concrete Pavement Association
Flexible Design Inputs
Project Name: Drake & Shields Intersection Improvements
Route:
Location:
Owner/Agency:
Design Engineer:
Flexible Pavement Design/Evaluation
Structural Number 4.29 Subgrade Resilient Modulus 4,195.00 psi
Total Flexible ESALs 1,329,308 Initial Serviceabilitv 4.50
Reliability 90.00 percent Terminal Serviceability 2.50
Overall Standard Deviation 0.44
Layer Pavement Design/Evaluation
Layer
Layer
Drainage
Layer
Layer
Material
Coefficient
Coefficient
Thickness
SN
Asphalt Cement Concrete
0.44
1.00
6.00
2.64
Graded Stone Base
0.11
1.00
15.00
1.65
S 4.29
Thursday, January 29, 2015 1:04:55PM Engineer:
1993 AASHTO Pavement Design
Flexible Pavement Design Check
Input
Proiect Data
18-kip ESALS over Initial Performance Period
1,329,308
Initial Serviceablity
4.5
Terminal Serviceability
2.5
LID&
_
Reliability Level(%)
90
Std Normal Deviate
_v
Overall Standard Deviation
0.44
Roadbed Soil Resilient Modulus
4,195
Stage Construction
1
Calculated Design Structural Number 4.29
Composite Section
Structural Drainage
Material
Coefficient Coefficient
Thickness
Calculated
Layer Type
(Ai) (Mi)
(Di) (in)
SN (in)
1 HMAP
0.44 1
6.00
2.64
2 ABC
0.11 1
15.00
1.65
TOTAL
-- --
21.00
4.29
Geocal. Inc.
WinPAS
Pavement Thickness Design According to
1993 AASHTO Guide for Design of Pavements Structures
American Concrete Pavement Association
Flexible Design Inputs
Project Name: Drake & Shields Intersection Improvements
Route: Shields Street
Location: City of Fort Collins, Colorado
Owner/Agency: City of Fort Collins
Design Engineer: Additional Right Turn Lanes 8" HMAP over 12" ABC
Flexible Pavement Design/Evaluation
Structural Number 4.29 Subgrade Resilient Modulus 4,195.00 psi
Total Flexible ESALs 1,329,308 Initial Serviceabilitv 4.50
Reliability 90.00 percent Terminal Serviceability 2.50
Overall Standard Deviation 0.44
Layer Pavement Design/Evaluation
Layer
Layer
Drainage
Layer
Layer
Material
Coefficient
Coefficient
Thickness
SN
Asphalt Cement Concrete
0.44
1.00
6.75
2.97
Graded Stone Base
0.11
1.00
12.00
1.32
SNL 4.29
Wednesday, August 19, 2015 3:50:05PM Engineer:Geocal, Inc.
1993 AASHTO Pavement Design
Flexible Pavement Design Check
Input Proiect Data
18-kip ESALS over Initial Performance Period 1,329,308
Initial Serviceablity 4.5
Terminal Serviceability 2.5
PSI
Reliability Level(%) 90
Std Normal Deviate -
Overall Standard Deviation 0.44
Roadbed Soil Resilient Modulus 4,195
Stage Construction 1
Calculated Design Structural Number 4.29
Composite Section
Structural Drainage
Material
Coefficient Coefficient
Thickness
Calculated
Layer Type
(Ai) (Mi)
(Di) (in)
SN (in)
1 HMAP
0.44 1
6.75
2.97
2 ABC
0.11 1
12.00
1.32
TOTAL
-- --
18.75
4.29
Geocal, Inc.
GEOCAL
GEOSCIENCES & ENGINEERING
7290 South Fraser Street
Centennial, Colorado 80112-4286
Phone: 303-337-0338
SUBSURFACE EXPLORATION AND
PAVEMENT DESIGN
DRAKE ROAD AND SHIELDS STREET
INTERSECTION IMPROVEMENTS
FORT COLLINS, COLORADO
By: WaltefJ.Zit O.E.
Project Engineer
Reviewed By: Ronal-d7.'CTasquez, P.E.
Principal Engineer
Prepared For
Interwest Consulting Group, Inc.
Attn: Mike Oberlander, P.E.
1218 West Ash Street
Suite C
Windsor, Colorado 80550
August 19, 2015
G14.1565.000
CONTRACT DOCUMENTS TABLE OF CONTENTS
Section
BID INFORMATION
00020 Notice Inviting Bids
00100 Instruction to Bidders
00300 Bid Form
00400 Supplements to Bid Forms
00410 Bid Bond
00420 Statements of Bidders Qualifications
00430 Schedule of Major Subcontractors
00440 CDOT Form #606, Anti -Collusion Affidavit
00450 CDOT Form #1413, Bidders List
00460 CDOT Form #1414, Anticipated DBE Participation Plan
00470 Buy America Certification
00480 Certification Regarding Lobbying
CONTRACT DOCUMENTS
00500 Agreement Forms
00510 Notice of Award
00520 Agreement
00530 Notice to Proceed
00600 Bonds and Certificates
00610 Performance Bond
00615 Payment Bond
00630 Certificate of Insurance
00635 Certificate of Substantial Completion
00640 Certificate of Final Acceptance
00650 Lien Waiver Release (Contractor)
00660 Consent of Surety
00670 Application for Exemption Certificate
CONDITIONS OF THE CONTRACT
00700 General Conditions
Exhibit GC -A
00800 Supplementary Conditions
Davis Bacon Wage Rates
Form FHWA 1273
Federal Terms & Conditions
00900 Addenda, Modifications, and Payment
00950 Contract Change Order
00960 Application for Payment
SPECIFICATIONS
DUST PREVENTION AND CONTROL MANUAL
DRAWINGS
Pages
00020-1 - 00020-3
00100-1 - 00100-7
00300-1 - 00300-10
00400-1
00410-1 - 00410-3
00420-1 - 00420-11
00430-1
00440-1
00450-1
00460-1
00470-1 - 00470-2
00480-1
00500-1
00510-1
00520-1 - 00520-6
00530-1
00600-1
00610-1 - 00610-2
00615-1 - 00615-2
00630-1
00635-1
00640-1
00650-1 - 00650-2
00660-1
00670-1 - 00670-2
00700-1 - 00700-34
GC -All - GC-A2
00800-1 - 00800-52
00900-1
00950-1
00960-1 - 00960-4
SECTION 00020
INVITATION TO BID
SECTION 00020
INVITATION TO BID
Date: April 29, 2016
Sealed Bids will be received by the City of Fort Collins (hereinafter referred to as OWNER), at
the office of the Purchasing Division, 3:00 P.M., our clock, on May 20, 2016, for the Drake &
Shields Intersection Improvements; BID NO. 8309. If delivered, they are to be delivered to 215
North Mason Street, 2d 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 8309. The Work includes the
installation of north and south bound right turn lanes on Shields Street. The project will also
install a new median at Davidson / Raintree Drive on Shields Street to provide access control to
Shields Street. Items include tree removal, concrete / asphalt removal, unclassified excavation,
inlet installation, storm pipe, aggregate base course placement, curb / gutter / access ramp /
aprons and median cover installation, asphalt milling and paving, landscape / irrigation
restoration including new plants, shrubs, trees, boulders, organic and inorganic mulch. The
project also includes mobilization, traffic control, fugitive dust mitigation and erosion control..
This is a Federally funded project and the DBE goal is 10%. In order for a bidder to be
responsive, one must make a good faith effort to meet the DBE goal. The bidder can meet this
requirement in either of two ways. First, the bidder can meet the goal, documenting
commitments for participation by DBE firms sufficient to meet the goal. Second, the bidder can
document adequate good faith efforts. This means that the bidder must show that it took all
necessary and reasonable steps to achieve the DBE goal which by their scope, intensity, and
appropriateness to the objective, could reasonably be expected to obtain sufficient DBE
participation, even if the goal is not met. These good faith efforts must be completed prior
to submittal of the bid. For additional guidance regarding good faith efforts see 49 CFR Part
26 including Appendix A. To meet the DBE eligibility requirements, DBE firms must be
certified by CDOT. The CDOT DBE Directory is available at
https://www.codot.gov/business/civiIrights/dbe. If the apparent low bidder does not meet
the project DBE goal, three copies of the contractor's good faith effort needs to be submitted to
the City of Fort Collins Purchasing Department within 5 calendar days after bid opening.
Bidders must complete, sign and submit with the bid all documents in Sections 00300
and 00400 including but not limited to CDOT Bidding forms 606, 1413 and 1414, Buy
America Certificate, and Lobbying Certificate with the bid. Bids will not be accepted if
these documents are not included.
The City of Fort Collins has adopted a new Dust Prevention and Control Manual. The manual
can be found at: http://www.fcgov.com/purchasing/pdf/dust prevention control manual.pdf or
within the project specifications. All operations conducted under this Agreement shall be
performed in accordance with the stated procedures and requirements.
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 May 6, 2016, in Conference Room 2A located at 215 Mason Street,
Fort Collins.
Prospective Bidders are invited to present their questions relative to this Bid proposal at this
meeting.
Questions concerning the scope of the bid should be directed to Tracy Dyer at (970) 416-2011
or tdyer@fcgov.com.
Questions regarding bid submittal or process should be directed to Elliot Dale, Buyer at
(970) 221-6777 or edale@fcgov.com.
All questions must be submitted in writing via email to Tracy Dyer, with a copy to
Elliot Dale, no later than 5:00 PM our clock on May 11, 2016. Questions received after this
deadline will not be answered.
The Contract Documents and Construction Drawings may be examined online at:
• Rocky Mountain E-Purchasing System: vvrwvw.rockymountainbidsysterii.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.
REFERENCE CHECK/PRE-AWARD MEETING
The City may perform a thorough reference check prior to awarding the contract. To facilitate
this, please provide project descriptions and owner contact information for at least 3 projects
completed/still under construction within the contract amount of $250,000 or greater from the
past three years. It is the City's preference that the reference projects used the same Contractor
Project Manager as the Contractor is proposing for this project. Bids that do not include the
required references may be deemed non -responsive.
The lowest responsive and responsible bidder may at the City's sole discretion be required to
attend a Pre -Award Meeting with City staff prior to award of the contract.
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.
1.1 i=00=0011l:111110
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,
TABLE OF CONTENTS
Page
1.0 PURPOSE AND SCOPE....................................................................................................... 1
2.0 PROPOSED CONSTRUCTION............................................................................................... 2
3.0 SITE CONDITIONS.............................................................................................................. 2
4.0 SUBSURFACE EXPLORATION.............................................................................................. 3
5.0 SUBSURFACE CONDITIONS................................................................................................. 4
6.0 LABORATORY TESTING...................................................................................................... 5
7.0 SITE GRADING.................................................................................................................. 6
8.0 PAVEMENT DESIGN........................................................................................................... 7
9.0 LIMITATIONS................................................................................................................... 11
FIGURES, TABLES, AND APPENDIX
Figure 1
Locations of Exploratory Borings and Pavement Cores
Figure 2
Log of the Exploratory Boring
Figure 3
Photographs of Pavement Cores
Figure 4
Swell -Compression Test Results
Figure 5
Gradation Test Results
Figure 6
R-value Test Report
Table 1 Summary of Laboratory Test Results
Appendix Traffic Data from CDOT website
Traffic Data from FCMaps website
ESAL Calculations
WinPAS Printouts
Drake and Shields Intersection Improvements — Fort Collins, Colorado GE—OCAL
Subsurface Exploration and Pavement Design - G14.1565.000 Page ii
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.
The Bid tally will be posted at www.rockymountainbidsystem.com within two (2) business
days after the Bid Opening.
END OF SECTION
SECTION 00300
BID FORM
SECTION 00300
BID FORM
PROJECT: 8309 Drake & Shields Intersection Improvements
Place_
Date
In compliance with your Invitation to Bid dated AK - I %Ut 2014, and subject to all
conditions thereof, the undersigned a (Corporation,
Limited Liability Company, Partnership, Joint Venture, or Sole Proprietor) authorized to
do business in the State of Colorado hereby proposes to furnish and do everything
required by the Contract Documents to which this refers for the construction of all items
listed on the following Bid Schedule or Bid Schedules.
2. The undersigned Bidder does hereby declare and stipulate that this proposal is made in
good faith, without collusion or connection with any other person or persons Bidding for
the same Work, and that it is made in pursuance of and subject to all the terms and
conditions of the Invitation to Bid and Instructions to Bidders, the Agreement, the
detailed Specifications, and the Drawings pertaining to the Work to be done, all of which
have been examined by the undersigned.
3
4
Accompanying this Bid is a certified or cashier's check or standard Bid bond in the sum
($ V ) in accordance with the Invitation to Bid and Instructions to Bidders.
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: 11".i�eA Pfrp w- �as�la 11"-, f'1-,.,r.1An i
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. Th undersigned Bidder hereby acknowledges receipt of Addenda No.
through - .
8. The undersigned Bidder hereby acknowledges the documents listed below are required
elements of the bid and must be submitted with the bid. The City may reject any
incomplete bids as non -responsive.
- Bid Form (Section 00300)
- Certified or Cashier's Check Bid Bond (Item 3 above and Section 00410)
- Acknowledgement of Bid Addenda (Item 7 above)
- Statement of Bidder's Qualifications (Section 00420)
- Schedule of Subcontractors (Section 00430)
- CDOT Form #606, Anti -Collusion Affidavit (Section 00440)
CDOT Form #1413, Bidders List (Section 00450)
CDOT Form #1414, Anticipated DBE Participation Plan (Section 00460)
Buy America Certification (Section 00470)
Certification Regarding Lobbying (Section 00480)
9. The Bidder acknowledges this is a Federally funded project subject to the Federal Terms
and Conditions incorporated herein as part of the Invitation to Bid. This project has a
DBE goal of 10%. In order for a bidder to be responsive one must make a good faith
effort to meet the DBE goal. The bidder can meet this requirement in either of two ways.
First, the bidder can meet the goal, documenting commitments for participation by DBE
firms sufficient to meet the goal. Second, the bidder can document adequate good faith
efforts. These good faith efforts must be completed prior to submittal of the bid. To
meet the DBE eligibility requirements, DBE firms must be certified by CDOT. The CDOT
DBE Directory is available at hags://www.codot.gov/business/civilri-ghts/dbe. If the
apparent low bidder does not meet the project DBE goal, three copies of the contractor's
good faith effort needs to be submitted to the City of Fort Collins Purchasing Department
by 4PM on the next business day after bid opening.
10. The undersigned Bidder shall provide three (3) completed or under construction project
references within the contract amount of $250,000 or greater from the past three (3)
years. It is the City's preference that the reference projects use the same Project
Manager as the Contractor is proposing for this project. References shall include a brief
project description, owner contact information, and total contract value. References may
be checked by the City and bids that do not include the required references may be
deemed non -responsive:
Project 1 Name:
Brief Description:
Owner Contact Information: r I ; A5
Contract Value: !�60R, al . Sq
2 Name:
Brief Desch
Owner Contact Information: ,- c,�
Contract Value: j a 5a a t I. s
Pro ect 3 Name:
Brief Description:
Owner Contact Information:
Contract Value: -$ L" D d
11. BID SCHEDULE (Base Bid)
Bid
Item
Contract
Item No.
Contract Item
Unit
Estimated
Quandtler
Unit Price
Total Cost
S
201-00000
Clearing and Grubbing
LS
1
$ _
2
202-00010
Remo (Tree(
10
$
3
202-00019
Removal of Inl
EA
1
$ _
4
202-00035
Removal of Pipe
LF
16
$ _
5
202
Removal of Sidewalk and C`chq ete Apron
SY
773
$ _
6
202
Removal of Concrete Median Nose 8 &kn
EA
4
$ _
7
202-00203
Removal of Curb and Gutter
LF
1,114
$
8
202-00220
Removal of Asphalt Mat
SY
519
$ _
9
202-00240
Removal of Asphalt Mat aning) (3 Inches)
SY
8,985
$ _
10
202-00250
Removal of Pave�Rtnl Marking
SF
26
$
11
202-00821
Removal 00ign Panel
Ek.
1
$
12
202-00900
ReTd6 l of Concrete Footing (Top Yof Traffic Signal Pole Bases)
EA
$
13
203-0000
Unclassified Excavation
CY
857 "A
$
14
203-00060
Embankment Material (Complete In Place)
CY
200
$
15
203-00100
Muck Excavation
CY
200
$ -
16
203-01597
Potholing
HR
20
$ -
17
t 7
2"05
2 00405
Topsoil (Special) - Pre -amended with 4 cu.yds.11000 sqk Compost (Shrub
and Perennial Beds) -18'd.
CY
26
$ -
18
208-00
Erosion Log
LF
5
S -
19
208-00035
regate Bag
LF
100
S -
20
208-00045
Con"a Washout Structure
EA
1
$ -
21
208-00051
Storm Drai let Protection (Type 1)
LF
75
$ -
22
208-00070
Vehicle Tracking ad
EA
1
$
23
208-00205
Erosion Control Supe or
HR
90
$
24
210
Reset Electrical Box (Private) ,
EA
1
$
25
210-00750
Reset Light Standard (Private),
EA
1
$ -
26
210-04010
Adjust Manhole(Sanitaryrf
EA
1
$ -
27
210-04015
ModifyManhole 1`
EA
1
$ _
28
210-04050
Adjust Valve Box
EA
2
S _
29
212-00050
Sod (Repairincludes sod Wd fine grade)
SF
5,950
$ -
30
212-00100
Tree Retention and PgAection
LS
1
$ -
31
213-00008
Mulching (Wood ¢flip)-4-d.
CF
82
$ -
32
213
Inorganic M#h - 8%12' River RocklCobble (20% of median)
TON
1
$ -
33
213
lnorgani Mulch - 3%6"Tan River Rock (30%a of median)
T 014
1
$ -
34
213
Inor anic Mulch -1.5' Tan Ritter Rock (50% of median)
TON
1
$ -
35
213-00070
andscape Weed Barrier Fabric (Al Inorganic beds)
SY
24
S
213-01}10
Metal Landscape Border (3116x4 Inch)- Green Ryerson with integral stakes
LF
40
S -
13736
;213(0700
Landscape Boulder -A Boulder (24"h. x 24%v.x 361.)
EA
138
,13-00700
Landscape Boulder -'B' Boulder (30"h. x 241rr. x 36"I.)
EA
1
$
39/
213-00700
Landscape Boulder -'C' Boulder (42'h. x 24*w, x 361.)
EA
1
$ -
40
214
Deciduous CanopyTrees
EA
8
S -
41
214
OmamentalTrees
EA
4
$
4
214
Deciduous Shrubs
EA
5
$
43
214
Evergreen Shrubs
EA
1
$
44
2
Ornamental Grasses'Perennials
EA
29
$ -
45
304 '
Aggregate Base Course (Class 5 or 6)
TON
85
$ .
46
403
HotXx Asphalt (Patching) (Median) (Assumed 5')
TON
35
$
47
403
Hot Mix Aspalt (Grade S 75) (PG 58-28) (Assumed 5") (Full Depth Area)
TOfi
292
$
48
403
Hot Mix Asphalt rade S 100) (PG 64-28) (Modified Binder Mix wl Modified OR
Assumed 3 Oee
TON
1,664
$
49
504
Concrete Wall (6" Widelwall wl6" Thick Sidewalk)
LF
105
$
5o
504
Masonry Brick Wall (12' Wde*all)
LF
44
S -
51
603-01155
15 Inch Reinforced Concrete Pipe (6grnplete In Place)
LF
34
$
52
604-19110
Inlet Type R L5 (10 Foot) (With Snout®)
EA
1
$
53
608-00006
Concrete Sidewalk (6 Irch)
SY
480
$ -
54
608
Concrete Curb Ramp and Concrete Ap
SY
260
$
55
608
Concrete Median Nose
EA
4
$
56
609-21010
Curb and Gutter Type 2 (Se on I•B)
LF
171
$
57
609-21020
Curb and GLteerTWe,4ectionll-B) `�,
LF
1,095
$
58
610M024
Median CoeerM Hal (4 Inch Sandscape Conc.)
SF
356
$
59
623
Irrigation S m
60
626-00000
Mobiliz7ron
LS
1
$
61
630-00000
[FI ging
HR
1'X0
$
62
630-00007
Traffic Control inspection
DAY
5
$
63
630-012
Traffic Control Management
DAY
60
$
64
0 80355
Portable Message Sign Panel
DAY
40
$
E
630
ConstructionTraffic Control
LS
1
FORCEACCOUNT
700-70010
F/AMinor Contact ReHsions
FIA
1
$50,Od
$ 50,000
67
700.70016
F/A Fuel os
F1A
1
$2,000.00
$ 2,000
6e
700-70019
F/A Asphalt Cement Cost Adjustment Y�
FIA
1
$25,000.00
$ 25,000
69
700-70021
FIAOn-The-Job Trainee f�
F7A
-,1
$1,000.00
$ 1,000
TOTAL BASt 81t1-
IN WORDS:
ACCEPTANCE OF FUEL COST ADJUSTMENTS:
Bidders have the option to accept Fuel Cost Adjustments in accordance with the Revision of
Section 109 - Fuel Cost Adjustment. To accept this standard special provision, the bidder must
fill in an "X" next to "YES" below. No Fuel Cost Adjustment will be made due to fuel cost
changes for bidders who answer "NO". If neither line is marked, the Department will assume
the bidder rejects Fuel Cost Adjustments for this project. After bids are submitted, bidders will
not be given any other opportunity to accept or reject this adjustment.
(Mark only one line with an "X"):
YES, I choose to accept Fuel Cost Adjustments for this project
NO, I choose NOT to accept Fuel Cost Adjustments for this project (if neither line is
marked, the default is "NO", I choose NOT to accept Fuel Cost Adjustments for this project
1.0 PURPOSE AND SCOPE
This report contains the results of a subsurface exploration and pavement design conducted for the
proposed West Drake Road and South Shields Street intersection improvements in the City of Fort Collins,
Colorado. A subsurface exploration program was conducted to obtain information on the existing
pavement thickness and subgrade materials. Soil samples collected during drilling were visually classified
by our project engineer and selected samples were tested in the laboratory to evaluate classification,
pavement support characteristics, and other pertinent engineering properties.
The results of the field and laboratory testing programs were evaluated to assist in developing
geotechnical recommendations for design and construction of the proposed median work and additional
right turn lanes along South Shields Street at the intersection of West Drake Road. The subsurface
exploration and pavement design calculations were based on the Larimer County Urban Area Street
Standards (Larimer County standards) which follow the American Association of State Highway and
Transportation Officials (AASHTO) 1993 Guide for the Design of Pavement Structures.
This report has been prepared to summarize the data obtained and to present our conclusions and
recommendations, based on our understanding of the proposed construction and subsurface conditions
encountered. Design parameters and a discussion of geotechnical engineering considerations related to
the construction of the proposed project are included. Environmental considerations related to the
occurrence or potential occurrence of hazardous materials are beyond the scope of this study. Our
services were provided in general accordance with our agreement with Interwest Consulting Group, dated
July 29, 2014.
Drake and Shields Intersection Improvements — Fort Collins, Colorado GEOCAL
Subsurface Exploration and Pavement Design - G14.1565.000 Page 1 of 11
8309 Drake 8r Shields Intersection Improvements
BID SCHEDULE
Bid
Rem
Contract Rem
No.
Contract Item
Unit
I
Estimated
Quantities
Unit Price
Total Cost
1
201.00000
Clearing and Grubbing
LS
1
$12,000.00
$ 12,D00.00
2
202-00010
Removal of Tree
EA
10
$800.00
$ 8,000.00
3
202-00019
Removal of Inlet
EA
1
$2,1DO. DO
$ 2,100.00
4
202-00035
Removal of Pipe
LF
16
$26.00
$ 416.00
5
202
Removal of Sidewalk and Concrete Apron
SY
773
$11.00
$ 8.503.00
6
202
Removal of Concrete Median Nose & Sign
EA
4
$600.00
$ 2.400.00
7
202-00203
Removal of Curb and Gutter
LF
1,114
$6.50
$ 7,241.00
8
202-00220
Removal of Asphalt Mat
SY
519
$22.50
$ 11,677.50
9
202-00240
Removal of Asphalt Mat (Planing) (3 [riches)
SY
8,985
$8.00
$ 71,880.00
10
202-00250
Removal of Pavement Marking
SF
26
$10.00
$ 260.00
11
202-MB21
Removal of Sign Panel
EA
1
$200.00
$ 200.00
12
2024M
Removal of Concrete Footing (Top T of Traffic Signal Pole Bases)
EA
4
$750.00
S 3,000.00
13
203-DM
Unclassified Excavation
CY
857
$40 00
$ 34,280.00
14
203-00060
Embankment Material (Complete in PJace)
CY
200
S65.D0
$ 13,000.00
15
203-00100
Muck Excavation
CY
200
$40.00
$ 8,000.00
16
203-01597
Potholing
HR
20
$225.00
$ 4,500.00
17
207-00405
Topsoil (Special) - Pre -amended with 4 ci yds.11000 sq.R Compost (Shrub and
Perennial Beds) -18'd.
CY
26
$58.00
$ 1,50800
18
208.0002
Erosion Log
LF
55
$15.00
$ 825.00
19
208-00035
Aggregate Bag
LF
100
$15.00
$ 1.50000
20
2D8-M5
Concrete Washout Structure
EA
1
$1,500.00
S 1,500.00
21
208-40051
Storm Drain Inlet Protection (Type 1)
LF
75
$20.00
$ 1,500,00
22
208-00070
Vehicle Tracking Pad
EA
1
$1,000A0
$ 1,000.00
23
20840205
Erosion Control Supervisor
HR
90
S125 00
$ 11,250.00
24
210
Reset Electrical Box (Private)
EA
1
$4,500.00
$ 4,500.00
25
210-00750
Reset tight Standard (Private)
EA
1
$1,000.00
$ 1,000.00
26
210-04010
Adjust Manhole (Sanitary)
EA
1
$725.00
$ 725,00
27
210-04015
Modify Manhole
EA
1
$2,500 00
$ 2,500 00
28
210-0405D
Adjust Valve Bon
EA
2
$400.00
$ 800,00
29
212-0D050
Sod (Repair includes sod and fine grade)
SF
5,950
$1.50
$ 8,925,00
8309 Drake & Shields Intersection Improvements
BID SCHEDULE
Bid
Item
Contract Item
No,
Contract Item
Unit
I
Estimated
Quantities
tinh Price
Total Cost
30
212.00100
Tree Retention and Protection
LS
1
$1,500,00
$ 1,500.00
31
213-00008
Mulching (Wood Chip) - 4'd.
CF
82
$3.00
$ 246.00
32
213
Inorganic Mulch - 8%12' River Rock/Cobble (20% of median)
TON
1
$300.00
$ 300.00
33
213
Inorganic Mulch - 3'-6- Ten River Rock (30% of median)
TON
1
$300,00
$ 300.00
34
213
Inorganic Mulch -1.5' Tan River Rods (50% of median)
TON
1
$300,00
$ 300.00
35
213-M70
Landscape Weed Barrier Fabric (All Inorganic beds)
SY
24
$15.00
$ 360.00
36
213-W460
Metal Landscape Border (3/16x4 Inch) - Green Ryerson with integral stakes
LF
40
$15.00
$ 600.00
37
213-00700
Landscape Boulder -'A' Boulder (24`h. x 24'w .x 361.)
EA
1
$450.00
$ 450.00
38
213-00700
Landscape Boulder -'B' Boulder (30'h. x 24tiw. x 361.)
EA
1
$450,00
$ 450.00
39
213-00700
Landscape Balder -'C' Boulder (42'h. x 24 w. x 367)
EA
1
$550.00
$ 550.00
40
214
Deciduous Canopy Trees
EA
8
$650.00
$ 5,200.00
41
214
Ornamental Trees
EA
4
$650 00
$ 2,600.00
42
214
Deciduous Shrubs
EA
5
$110 00
$ 550.00
43
214
Evergreen Shrubs
EA
1
$195.00
$ 195.00
44
214
Ornamental GrasseslPerennials
EA
29
$30.00
$ 870.00
45
304
Aggregate Base Course (Class 5 or 6)
TON
852
$46.00
$ 39,192.00
46
403
Hot Mix Asphalt (Patching) (Medan) (Assumed 5')
TON
35
$300.00
$ 10,500.00
47
403
Hot Mix Asphalt (Grade S 75) (PG 58.28) (Assumed 5') (Full Depth Area)
TON
292
$125.00
$ 36,500.00
48
403
Hot Mix Asphalt (Grade S 100) (PG 64-28) (Modified Binder Mix wl Modified 01)
(Assumed 3') (Overlay)
TON
1.664
$125.00
$ 208,000 00
49
504
Concrete Wall (6' Wide Wail w/ 6' Thick Sidewalk)
LF
105
$225.00
$ 23,525 00
50
504
Masonry Brick Walt (12` Wide Wall)
LF
44
$85 00
$ 3,74000
51
603-01155
15 Inch Reinforced Concrete Pipe (Complete in Place)
LF
34
$150 00
$ 5,100.00
52
604-19110
inlet Type R L5 (10 Foot) nth Snout®)
EA
1
$7.500.00
$ 7,500.00
53
608-00006
Concrete Sidewalk (6 Inch)
SY
480
$85.00
$ 40,800.00
54
608
Concrete Curb Ramp and Concrete Apron
SY
260
$115 00
$ 29,900.00
55
608
Concrete Medan Nose
EA
4
$2,250.00
$ 9,000.00
56
609.21010
Curb and Gutter Type 2 (Section 1-8)
LF
171
$32,00
$ 5,472.00
57
609-21020
Curb and Gutter Type 2 (Section 11.3)
LF
1,095
$35.00
$ 38,325.00
58
610-00024
Medan Cover Material (4 Inch Sandscape Cone)
SF
356
$19.00
$ 61764.00
8309 Drake & Shields Intersection Improvements
BID SCHEDULE
Bid
kern
Contract Item
No.
Contract Item
Unit
Estimated
OuantMes
Unit Price
Total Cost
59
623
1rigalJonSystem
LS
1
$20,000.00
$ 20,000,00
60
626-00000
Mobilization
LS
t
$75,000.00
$ 75,000.00
61
630-00000
Flagging
HR
1,500
$36.00
$ 54,000.00
62
63M007
Traffic Con" Inspection
DAY
5
$140.00
$ 700.00
63
630-00012
Traffic Control Management
DAY
60
$650.00
$ 39,000 00
64
630-80355
Portable Message Sign Panel
DAY
40
$650.00
$ 26,000 00
65
630
Construction Traffic Control
LS
1
$17,000.00
$ 17,000.00
FORCE ACCOUNT
66
700.70010
F/A Minor Contract Revisions
F/A
1
$50,000.00
$ 50,000
67
700 70016
F/A Fuel Cost Adjustment
F/A
1
$2.000,00
$ 2,000
68
700-7D019
F!A Asphalt Cement Cost Adjustment
F/A
1
$25.000.00
$ 25,000
69
700-70021
F!A On•The,lob Trainee
F/A
1
$1,000.00
$ 1,00o
TOTAL BASE BID
$ i.0', 3'_•30
IN WORDS:
11. PRICES
The foregoing prices shall include all labor, materials, transportation, shoring, removal,
dewatering, overhead, profit, insurance, etc., to cover the complete Work in place of the
several kinds called for.
Bidder acknowledges that the OWNER has the right to delete items in the Bid or change
quantities at his sole discretion without affecting the Agreement or prices of any item so
long as the deletion or change does not exceed twenty-five percent (25%) of the total
Agreement Price.
RESPECTFULLY SUBMITTED:
CONTRACTOR
BY: '�
?'X1 a,5 o ao It,
Signature Date
Title
License Number (if Applicable)
(Seal - if Bid is by corporation)
Telephone (BI0 �j 9
R • i ► C • «•a
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410
Bid Bond
00420
Statement of Bidder's Qualifications
00430
Schedule of Subcontractors
00440
CDOT Form #606, Anti -Collusion Affidavit
00450
CDOT Form #1413, Bidders List
00460
CDOT Form #1414, Anticipated DBE Participation Plan
00470
Buy America Certification
00480
Appendix A, 49 CFR Part 20, Certification Regarding
Lobbying
SECTION 00410
BID BOND
KNOW ALL MEN BY THESE PRESENTS: that we, the undersigned Mountain Constructors, 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 of Amount Bid
($ 5% ) for the payment of which, well and truly to be made, we hereby jointly and
severally bind ourselves, successors, and assigns.
THE CONDITION of this obligation is such that whereas the Principal has submitted to the gity
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, 8294 Drake & Shields
Intersection Improvements.
NOW THEREFORE,
(a) if said Bid shall be rejected, or
(b) if said Did 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 fumish 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 veld; 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.
'United Fire & Casualty Company
IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals
this 10th day of May , 2016, 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: Mountain Constructors Inc.
Address, 622 Main Street
Platteville CO 80651
By:
2t: L /4 �-
Title, eS't cue.
ATTEST:
By` �®
SURETY
United Fire & Casualty Company
P.O. Box 73909
Cedar Rapids, IA 52407
By: gza'4w
Title: Florietta Acosta. Attorney -in -Fact
(SEAL) (SEAL)
AAM UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA
.1 UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX Inquiries: Surety Department
U11gul FINANCIAL PACIFIC INSURANCE COMPANY, ROCIQ.IN, CA 118 Second Ave SE
CERTIFIED COPY OF POWER OF ATTORNEY Cedar Rapids, IA 52401
(original on file at Home Office of Company — See Certification)
KNOW ALL PERSONS BY THESE PRESENTS, That UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under
laws of the State of Iowa; UNITED FIRE & INDEMNITY COMPANY, a corporation duly organized and existing under the laws of the State of
xas; and FINANCIAL PACIFIC INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of California
(herein collectively called the Companies), and having their corporate headquarters in Cedar Rappids, State of Iowa, does make, constitute and appoint
DONALD E. APPLEBY, OR SARAH C. BROWN-, OR MARK SWEIGART, OR TODD BENGFORD, OR FLORIETTA ACOSTA, OR
SUSAN J. LATTARULO, ALL INDIVIDUALLY of GREENWOOD VILLAGE CO
their true and lawful Attomey(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings
and other obligatory instruments of similar nature provided that no single obligation shall exceed $100, 000, 000, O0
and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies
and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed.
The Authority hereby granted is continuous and shall remain in full force and effect until revoked by UNITED FIRE & CASUALTY COMPANY,
UNITED FIRE & INDEMNITY COMPANY, AND FINANCIAL PACIFIC INSURANCE COMPANY.
This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of
Directors of UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE
COMPANY. "Article VI — Surety Bonds and Undertakings"
Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to
time, appoint by written certificates atiorneys-in-fact to act in behalf of the Companies in the execution of policies of insurance, bonds,
undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seat, may be
affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal,
when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and
binding upon the Companies with the same force and effect as though manually affixed. Such attorneys -in -fact, subject to the limitations set
forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such
instruments and to attach the seal of the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of
the Companies may at any time revoke all power and authority previously given to any attorney -in -fact.
;ua;'�,,
4f 4",
„„+++++//�,,
IN WITNESS WHEREOF, the COMPANIES have each caused these presents to be signed by its
's
". � �. ;
Q�c`4.ppaRtt -
affixed
vice president and its corporate seal to be hereto axed this 6th day of May, 2015
RPORATE
Z': CD11O11`h
3 a
UNITED FIRE & CASUALTY COMPANY
=' SEAL
,''%•,,�f��no,`��
z eeu
gut" a-"
UNITED FIRE & INDEMNITY COMPANY
ry;+�•,,i� t•* `,r
-�(ipp�t�:' t��
FINANCIAL PACIFIC INSURANCE COMPANY
""11lMIII(N0�
By. � I
State of Iowa, County of Linn, ss: "'—mice President
On 6th day of May. 2015, before me personally came Dennis J. Richmann
to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of UN=
FIRE & CASUALTY COMPANY, a Vice President of UNITED FIRE & INDEMNITY COMPANY, and a Vice President of FINANCIAL PACIFIC
INSURANCE COMPANY the corporations described in and which executed the above instnunent; that he knows the seal of said corporations; 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 corporations
and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations.
uta Maryo Berrialsch
Se ; BaW1
$ 1 Iowa Notarial Seal �' � � j�(� ILUiL%� v
• i Commission numtxr 713273 `" -I Q` Notary Public
My Commission Expires 1012612016
My commission expires: 10/26/2016
I, David A. Lange, Secretary of UNITED FIRE & CASUALTY COMPANY and Assistant Secretary of UNTIED FIRE & INDEMNITY COMPANY,
and Assistant Secretary of FINANCIAL PACIFIC INSURANCE COMPANY, do hereby certify that I have compasYd the foregoing copy of the Power
of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set fo;.h i> said Power of Attorney, with the
ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct tranacripts thereof, and of the whole of the
said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect,
In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations
this 1 Ot-h day of May 20 16 .
4 rj �i 0, Y1N041y /i� r�%
+`�pC'
CORPORATE = coRPORATE
SEAL e? ay SUL tz i2' c r,`��F
BY: ��G�/,,i�'�f
Secretary, OF&C
Assistant Secretary, OF&UFP1C
BPOA0049 0115
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: _jN L. ADj,kr1.- r`UtcL,C <., :cn r
2. Permanent main office address: Lou Mn�r-', ,iT - xi- -p Vs it . tom} g0(,-51
3. When organized: (coves -,L e_r- a
4. If a corporation, where incorporated: OE do
5. How many years have you been engaged in the contracting business under your present
firm or trade name?_ aq V p_,t Y-
6. Contracts on hand: (Schedule these, showing the amount of each contract and the
appropriate anticipated dates of completion.)
7. General character of Work performed by your company:
8. Have you, or a firm for which you were principal, ever failed to complete any Work
awarded to you?_ __LNIC�'
If so, where and why?
9. Have you, or a firm for which you were a principal, ever defaulted on a contract?
If so, where and why?
10. Are you, or a firm for which you were principal, debarred by any government agency?
0
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.
12. List your major equipment available for this contract.
13. Experience in construction Work similar in importance to this project:
14. Background and experience of the principal members of your organization, including
officers:
15. Credit available: $ 500 0 o
17. Will you, upon request, fill out a detailed financial statement and furnish any other
information that may be required by the OWNER?
18. Are you licensed as a General CONTRACTOR? Y e's If yes, in what city, county and state? e.PA ':)16r''CLd0
What class, license and numbers?
19. Do you anticipate subcontracting Work under this Contract?(? S
2.0 PROPOSED CONSTRUCTION
Based on the available information provided by Interwest Consulting Group, we understand that
the proposed improvements include the widening of Shields Street to provide dedicated northbound and
southbound right turn lanes onto Drake Road, The improvements are expected to including new Hot Mix
Asphalt Pavement (HMAP) in the turn lanes, striping to maintain narrow northbound and southbound bike
lanes along Shields Street, and new adjacent concrete curb/gutter and sidewalks. We understand that,
where possible, new pavements are expected to be constructed to match existing grades. Improvements
including outbound corner changes and minor work in the median are also planned for the intersection of
Shields Street and Davidson Drive, just south of the Drake and Shields intersection. Site grading for new
pavements is expected to be minor.
If the proposed construction is significantly different from that described above, this office should
be notified for review of our recommendations.
3.0 SITE CONDITIONS
The project site is situated in an area of bench -and -valley uplands that have been dissected by
northeast -flowing Spring Creek located in a gently -sloped low relief valley about one -quarter mile to the
north. The overall project area and immediately surrounding lands slope very gently downward to the
north; all have been well -graded for previous roadway construction, drainage control and commercial
development. Both approach roadways are divided, asphalt -paved, major arterials and meet at a signal -
controlled intersection. South Shields Street has four through lanes with one dedicated inside turn lane on
each side of the intersection. Similarly, West Drake Road has four through lanes with two dedicated
interior and one dedicated outside turn lane on each side of the intersection. Both roadways have narrow
dedicated bicycle lanes and adjacent curbs, landscaped parkway strips and sidewalks. Surrounding
Drake and Shields Intersection Improvements — Fort Collins, Colorado GEOCAL
Subsurface Exploration and Pavement Design - G14.1565.000 Page 2 of 11
If yes, what percent of total contract? ,_,co
And to whom? � .�g,�ca la�
20. Are any lawsuits pending against you or your firm at this time? t\l c)
IF yes, DETAIL
21. The City of Fort Collins requires General Liability coverage of $1,000,000 and
Automotive Liability of $1,000,000. Can you meet these requirements? _VQ,--
t
What Company is your insurance carrier? T ►Y, l e T s jr-ogwty " Co.
22. What are your company's bonding limitations? to; t (to n to n0i 11;0
23. The undersigned hereby authorizes and requests any person, firm or corporation to
furnish any information requested by the OWNER in verification of the recital comprising
this Statement of Bidder's Qualifications.
Dated at Haffev; Ite. this 0?0 day of M0.y , 20; ,.
Name of Bidder
By:
Title:erIt-
State of L n 145r0;c10 County of ,
s it.�riZ being duly sworn deposes and says that he is
'C�c�er of 'i�,Krx and that (name of
organization) the answers to the foregoing questions and all statements therein contained are
true and correct.
Subscribed and sworn to before me this day of , 20.
0-MEP 1 ffi-w- 04
My commission expires
SANDY P. AREND$
NOTARY PUBLIC
STATE OF COLORADO
NOTARY ID.19914013585
MY COMMISSION EXPIRES MAY 1, 2019
0
-,r4-
0 1�►�
a1ST Uct �
WORK ON HAND AS OF MAY 2016
ITEM #6
CONTRACT
ESTIMATED
ESTIMATED DATE
PERCENT
PROJECT NAME
OWNER / ARCHITECT
PRICE
START DATE
OF COMPLETION
COMPLETE
Town of Severance
Roadway & Drainage Improvements
(970) 395-9880
$1,754,847.00
6/22/2015
6/30/2016
50%
Town of Windsor
Trail Improvement Project
(970) 674-2413
$83,129.90
4/18/2016
9/1/2016
0%
City of Fort Collins
Timberline & Prospect Intersection
(970) 221-6775
$3,450,966.98
5/9/2016
9/15/2016
0%
Town of Platteville
Sterkel Boulevard Improvements
KBN Eng. (970} 395-9880
$521,694.50
6/1/2016--t
8/4/2016
0%
TOTALS $5,810,638.38
MOUNTAIN CONSTRUCTORS, INC.
COMPLETED PROJECTS WITHIN FIVE YEARS
GENERAL CONTRACTOR
ITEM #11; #13
OWNER
PROJECT NAME
FINAL CONTRACT
AMOUNT
DATE
COMPLETE
CONTACT
NAME
PHONE
NUMBER
Town of Erie
Erie Municipal Airport
$316.965.30
4/30/2010
Russell Pennington
303 926-2700
Boulder County
SH 7 & E. County Line Road
$627,786.13
8/24/2010
Andy Reed
303 441-3900
City of Fort Morgan
Rainbow Bridge
$370,458.14
5/28/2010
Bradley Curtis
970 542-3901
Larimer County
Replace Structure
$175,927.56
6/23/2010
Darrell Morrell
970 498-5728
Town of Berthoud
Roundabout at 1st Street & SH 56
$973,060.84
9/30/2010
Stephanie Brothers
970 532-2643
City of Greeley
2010 Northside Infrastructure Improvements
$58,85B.66
10/11/2010
Joe Marcisofsk
970 336-4124
C4 of Fort Morgan
Fort Morgan Municipal Airport
$188,958.25
10/31/2010
Jared Moren
970 242-0101
CDOT
SH 287 At LCR 21C
$409,313.82
11/18/2010
Robert Moen
970 350-2283
City of Greeley
SH 257 and 37th Street Intersection
$223,372.00
11/23/2010
Rafael Samanie o
970 336-4122
City of Loveland
2010 Stormwater Maintenance Projects
$292,813.19
12/31/2010
Eric Lessard
970 962-2773
CDOT
SH 7 @ York Street
$549,145.68
1/13/2011
Raymond Stranber
303 398-6770
City of Greeley
Poudre Ponds Recreational Fishery
$153,229.31
1/31/2011
Sarah Boyd
970 336-4180
CDOT
SH 392 CSC Repair
$995.452.87
5/20/2011
Louis Keen
970 622-1282
Larimer County
Replacement of Bridge No. 7-0.8-68
$535,809.93
6/15/2011
Todd Juer ens
(970) 498-5711
City of Loveland
Boyd Lake Ave @ 5th Street
$82.270.50
7/8/2011
Derek Schuler
970 962-2647
Brannan Sand & Gravel
:Cherryvale Road Shoulder
$242,571.07
10/31/2011
Bob Allison
(303) 604-0688
Weld Coun Public Works
WCR 17/WCR 34 Intersection Improvements
$129,228.92
11/7/2011
Mike Bedell, P.E.
970 301-0780
Town of Erie
Coal Creek Trail Extension Cheesman to
Reliance Park
$335,899.91 1
12/10/2011
lWendi Palmer
(303) 926-2875
MOUNTAIN CONSTRUCTORS, INC.
COMPLETED PROJECTS WITHIN FIVE YEARS
GENERAL CONTRACTOR
ITEM #11; #13
OWNER
PROJECT NAME
FINAL CONTRACT
AMOUNT
DATE
COMPLETE
CONTACT
NAME
PHONE
NUMBER
City of Loveland
2011 Stormwater Maintenance Projects
$299,604.29
12/31/2011
Eric Lessard
970 962-2773
City of Thornton
160th / Bull Canal Bridge Replacement
$236,258.00
2/29/2012
Eduardo Moreno
720 977-6272
Northem Colorado Traffic Con
1 st & Cherry Creek Bridge - Barrier Rental
$49,500.00
5/9/2012
Trisha Sandau
970 356-6881
CDOT
US 287 Dry Creek Bridge Replacement
$1,785,952.73
5/23/2012
Louis Keen
970 622-1282
Town of Frederick
Moore Farms Drainage Outfall Channel
$69,630.00
5/23/2012
Richard Nickson
720 382-5600
City of Fort Collins
Intersection Improvements at Harmony &
Lemay and Drake & Lemay
$418,146.01
8/22/2012
Timothy Kemp, PE
970 416-2719
Weld County School Dist #6
Greeley West High School Parking Lot
$15,830.09
6/27/2012
Bevan Arch
970 348-6101
Weld County Public Works
WCR 54149 Intersection
$887,206.00
7/27/2012
Mike Bedell
970 301-0780
City of Fort Morgan
Barlow Road Bridge Repair
$37,301.00
7/25/2012
Bradley Curtis
970 542-3901
Town of Hudson
Hudson Fishing Pond
$290,136.00
8/31/2012
Joe Racine
303 536-9311
Northern Colorado Traffic
Control, Inc.
US 34 Overlook - Barrier Rental
$13,296,00
10/31/2012
Trisha Sandau
(970) 356-6881
DPC Industries, Inc.
Rail Spur Widening
$30,000.00
10/16/2012
Richard McLamb
303 536-4000
State of Colorado - D.O.W.
Poudre River SFU Intake Structure
$33.179.00
10/31/2012
Cary Pilon
303 204-2252
Larimer County
Replacement of Culverts 43-S3.03-61 &
43-1.78-61
$391,322.09
11/3/2012
Joe Temple
970 498-5717
CDOT
SH 7 Business Route - Culvert Replacement
$127,339.30
12/12/2012
Bill Aldorfer
303 546-5661
Larimer County
Replacement of Bridge No. 54G-0.6-23E
$164,082.52
4/5/2013
Kyle Arend
970 498-5734
City of Greeley
1 sl Street Storm Line Replacement at 6th Ave.
$128,788.25
4/11/2013
Linda Hood
970 350-9274
CDOT
US 85/CR 42 Traffic Signal
$688,136.25
5/16/2013
Michelle Martin
970 5064940
City of Greeley
165th Avenue - S. of US 34 Bypass
$182,163,04
1 5/28/2013
IRafael Samaniego
1 (970) 336-4122
MOUNTAIN CONSTRUCTORS, INC.
COMPLETED PROJECTS WITHIN FIVE YEARS
GENERAL CONTRACTOR
ITEM #11; #13
OWNER
PROJECT NAME
FINAL CONTRACT
AMOUNT
DATE
COMPLETE
CONTACT
NAME
PHONE
NUMBER
Brannan Sand & Gravel
Niwot Road Neva Road
$635,849.69
6120/2013
Bob Allison
303 604-0688
Sherwood Village Assoc.
Drainage & Pavement Improvements
Phase 1
$236,397.00
7/12/2013
Mike Ketterling
KBN Engineers
970 395-9880
Division of Wildlife
Centennial Valley SWA - Empire Ditch
Crossing
$58.045.00
8/30/2013
Steve Patterson, P.E.
303 297-1192
Northern Colorado Traffic
Control, Inc.
US 85 Concrete Barrier
$23,024.00
9/19/2013
Trisha Sandau
970 356-6881
City of Greeley
59th Avenue Shoulder Widening
$498,031.60
9/30/2013
Dave Wells, P.E.
970 350-9796
CDOT
SH 39 Flood Repair Work
$155.799.53
10/31/2013
Miranda Lange, P.E.
970 962-4017
United Water and Sanitation
District
Glassey Recharge Facility
$250,888.60
11/5/2013
Adam Smith, P.E.
Civil Resources
303 833-1416
Weld County Public Works
WCR 20.5/3B Flood Repair
$22,670.58
11/26/2013
Mike Bedell, P.E.
970 301-0780
Weld County Public Works
WCR 20.5 / WCR 5-7 Flood Repair
$86.984.48
11/26/2013
Mike Bedell, P.E.
970 301-0780
City of Loveland
North Madison Avenue Trail
$109.922.42
11/30/2013
Shelley Aschenbrenner
970 962-2558
Town of Estes Park
Moraine Avenue Pedestrian Improvements
$291,621.49
11/30/2013
J.C. Cundall, P.E.
Farnsworth Group, Inc.
970 484-7477
City of Loveland
2013 Stormwater Maintanance Projects
$984,965.29
11130/2013
Eric Lessard
970 962-2773
City of Loveland
2013 Alley Maintenance Project
$50.330.00
12/24/2013
Mike Bryant
970 962-2559
Adams County
Culvert Replacement @ Big Dry Creek
$285,031.73
2/28/2014
Chris Montoya
720 523-6050
City of Loveland
Hauling & Placement of Soil
$197,863.05
3/28/2014
Adam Clark
970 962-3432
Town of Erie
Erie Irrigation Pond Restoration
$292,739.31
4/30/2014
Wendi Palmer(.303).926-2875
City of Greeley
Irrigation Pipe Repair- Reservoir Road and
23rd Avenue
$41,366.25
5/5/2014
Matt Simpson
970 350-9793
City of Greeley
Lift Station 9 - Manhole Access Road Repair
$62,400,00 1
5/20/2014 1
Phill Carter
(970) 350-9826
MOUNTAIN CONSTRUCTORS, INC.
COMPLETED PROJECTS WITHIN FIVE YEARS
GENERAL CONTRACTOR
ITEM #11; #13
OWNER
PROJECT NAME
FINAL CONTRACT
AMOUNT
DATE
COMPLETE
CONTACT
NAME
PHONE
NUMBER
City of Evans
C Streambank - Flood Repair
$44,281.35
5/30/2014
Dawn Anderson
970 475-1160
City of Loveland
4th & Railroad Parkin Lot
$96,045.37
6/30/2014
Marc Ka asks
970 962-2393
Weld County Public Works
WCR 23/SH 392 Intersection
$2,430,240.98
7/31/2014
Mike Bedell, P.E.
970 304-6496
Town of Windsor
7th Street Trail
$250,600.96
8/31/2014
Curtis Tem leman, P.E.
970 674-2400
Airfield Western, LLC
Erie Municipal Airport
$12,763.00
10/29/2014
Brian Hoops
970 252-1747
Town of Millikem
Heritage House Site Improvements
$84,888.70
10/31/2014
Sharlene Shadowen, P.E.
970 226-0342
City of Fort Collins
West Side Access Road - N. College Road
Improvements
$609,277.54
11/14/2014
Randy Maizland
970 221-6775
City of Fort Morgan
Upper Platte & Beaver Canal Bank Stabilization
$155,979.00
12/31/2014
Brad Curtis
970 542-3901
City of Loveland
2014 Loveland Stormwater Maintenance
$433,350.08
12/31/2014
Eric Lessard
970 962-2773
City of Fort Collins
W. Prospect Road Bridge Replacement
$788,752.17
1/31/2015
Mark Laken
970 222-3546
Coulson Excavating
Dakota Glen First Subdivision
$12,880.00
3/24/2015
Bill Schrader
970 667-2178
City of Greeley
20th Street, 1st Avenue to Balsam Avenue
$1,212.884.20
4/9/2015
Dave Wells, P.E.
970 350-9881
City of Fort Morgan
Riverside Park Pedestrian Bridge
$106,333.33
4/17/2015
Brad Curtis
970 542-3901
Coulson Excavating
Town of Berthoud
$23,896.00
4/21/2015
Bill Schrader
(970) 667-2178
City of Fort Morgan
Linda Street Construction
$551,905.82
5/31/2015
Brad Curtis
970 542-3901
City of Greeley
101h Street Access Control Project
$2.056,317.12
5/31/2015
Rafael Samanie o
(970) 336-4122
Town of Windsor
WCR 21 @ Greeley No, 2 Canal
$709,635.70
6/25/2015
Curtis Tem leman, P.E.
970 674-2400
City of Loveland
Madison Avenue Bridge
$1,250,911.53
6130/2015
IShelleyAschenbrenner
970 962-2558
MOUNTAIN CONSTRUCTORS, INC.
COMPLETED PROJECTS WITHIN FIVE YEARS
GENERAL CONTRACTOR
ITEM #11; #13
OWNER
PROJECT NAME
FINAL CONTRACT
AMOUNT
DATE
COMPLETE
CONTACT
NAME
PHONE
NUMBER
Sherwood Village Assoc.
Drainage & Pavement Improvements
Phase 2, 3, and 4
$467,209.20
7131/2015
Mike Ketterling
KBN Engineers
970 395-9880
Town of Hudson
Beech Street Improvements
$406.879.00
8/31/2015
Buddy Vierow
KBN Engineers
970 395-9880
CDOT
US 34 & 71st Avenue in Greeley
$319,312.10
9/9/2015
Esayas Butta
970 350-2268
City of Loveland
Sage Court
$324,991.00
9/30/2015
Eric Lessard
970 962-2773
Larimer County
Culvert No. 23-0.15-50E (Mill Creek)
$219.993.37
10/15/2015
Erich Purcell
(970) 646-2064
Town of Johnstown
S. Parish Avenue Road Widening
$1,007,625.21
10/31/2015
Tom Hellen
970 587-4664
Weld County Public Works
Weld County Road 13,19 & 126 Haul Road
Project
$4.796,588.12
11/9/2015
Richard White
(970) 304-6496
CDOT
SH 257 Bride Repairs
$724,007.87
11/23/2015
Kathy Peterson
970 350-2368
City of Loveland lCascade
Avenue
$167,421.00 1
11/30/2015
Eric Lessard
(970) 962-2773
SIMILAR PROJECTS
MOUNTAIN CONSTRUCTORS, INC.
CONSTRUCTION EQUIPMENT AVAILABLE
QUANTITY DESCRIPTION
15 Pick Up Trucks, 3/4 Ton
5 Service Fuel Trucks / Mechanic Truck
2 Dump Trucks
4 Water Trucks 2,000 Gal., 3,500 Gal., 4,000 Gal.
5 Truck Tractors - 85,000 GVW
13 Trailers - End Dump (2), Bottom Dump (3), Low Bed (2), Floats (4), Side Dump (2)
1 Crawler Dozer - CAT D7H
ITEM #12
4 Motor Graders - CAT 130G, 140G, 140H, 143H
8 Rollers - CAT 815, Dynapac 2511, CAT 433B, CAT 563C, CAT 563CP, CAT CB-114, CAT CS433C, AR-13-H
3 Motor Scrapers - CAT 623B, CAT 623E, CAT 613C
5 Rubber Tire Backhoes - JD 310D, JD 410D, JD 410E, JD 410G, CAT 430D
9 Track Backhoes - JD 8921), JD 892E, ID 4501-C, JD 330 CLC, JD 350D LC, Komatsu PC228US-3, Kubota U35
4 Skid Steer - Bobcat 5175, 5300, T300 (2)
1 Power Curber 5700-B
1 Air Compressor - Ingersol Rand 185 CFM
2 Welders 200Amp (3), 300 Amp (1)
4 Water Pump - 6", 3" (2), 4" (2)
7 Wheel Loaders - CAT 950, CAT 966E, CAT 966F,CAT 966H, CAT 980F, CAT 938F, CAT 938K
2 Demo Hammer
2 Generator - 50KW, 36KW
ITEM #14
MOUNTAIN CONSTRUCTORS, INC.
OFFICERS AND PRINCIPALS
622 MAIN STREET
PLATTEVILLE, CO 80651
YEARS OF
INDUSTRY
NAME TITLE EXPERIENCE
Sandy Arends Corporate Secretary / VP Finance 17
Steve Bisig General Superintendent / Project Manager 44
Dan Boyer Superintendent / Project Manager 10
Mathew Carlson Erosion Control / Safety Superintendent 10
Joe Kuntz President / Owner / Safety Officer 47
None of the above employees or company officers have ever been
convicted of bid related crimes or violations in any jurisdiction. Nor are
any of the above employees or company officers under notice of intent
to disbar or has ever been debarred in any jurisdiction.
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors performing over
15% of the contract.
ITEM
—T t=cc (-ouTJZ6L
SUBCONTRACTOR
Aweu)�crt��
properties are well -developed with two-story multi -unit residential units and office buildings, low-rise
shopping center -strip mall businesses, and a few single -story, duplex style residential units.
Published geologic mapping refers all original (pre -construction) unconsolidated surficial material to
the Slocum Alluvium and typifying the soil as alluvial fan -terrace deposits of clayey and sandy gravel with
cobbles and small boulders of mostly well-rounded igneous and metamorphic rock. Larger gravel pebbles
and oversize clasts are commonly weathered and exhibit calcium carbonate mineral precipitate crusts;
carbonate mineralization of the finer matrix soil may locally "weld" it to rock -like hardness as layers of
caliche ("hardpan"). Slocum deposits up to 20 feet thick are described in the region. No bedrock is
mapped as being exposed within about two miles of the project intersection.
4.0 SUBSURFACE EXPLORATION
The subsurface exploration for this project was conducted on January 15, 2015, and consisted of
drilling three pavement cores and one geotechnical boring at the approximate locations shown on Figure 1,
Locations of Exploratory Borings and Pavement Cores. Pavement cores PC-1 and PC-2 were obtained
from the Shields Street pavement and were drilled with a frame -mounted drill equipped with a 33/< inch
inside diameter (ID) core barrel. After coring, the holes were patched with asphalt cold patch compacted in
lifts to a thickness at least as thick as the pavement cored. Boring P-1 was drilled to a depth of
approximately 10 feet and prior to drilling, the asphalt pavement was cored using a 6 inch ID core barrel.
The boring was drilled with a Central Mine Equipment (CME) 75 truck -mounted drill -rig equipped with 6
inch diameter solid -stem augers. A representative of Geocal, Inc. logged the boring and collected the
pavement cores.
Soil samples were collected from Boring P-1 generally following the ASTM D3550 standard test
method using a nominal 2 inch ID California spoon sampler. The penetration resistance values, when
properly evaluated, provide an indication of the relative density or consistency of the soils or bedrock
hardness. Samples were obtained at approximately 5 foot intervals, and a composite bulk sample of auger
Drake and Shields Intersection Improvements - Fort Collins, Colorado GE-OCAL
Subsurface Exploration and Pavement Design - G14.1565.000 Page 3 of 11
SECTION 00440
COLORADO DEPARTMENT OF TRANSPORTATION
cCT NO
>RQJRn� _ /Q
ANTI -COLLUSION AFFIDAVIT
:OCAT)ON
�xr�lce. �-Sh�cz..lds
'For4,- C-61j1nS
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 prices) and amount of this bid have been arrived at Independently, without consultation, communication or
agreement for the purpose or with the effect of restricting competition with any other firm or person who Is a bidder
or potential prime bidder.
2A. Neither the price(s) nor the amount of this bid have been disclosed to any other firm or person who Is a bidder or
potential prime bidder on this protect, and will not be so disclosed prior to bid opening.
2R Neither the prices nor the amount of the bid of any other firm or person who Is a bidder or potential prime bidder on
this project have been disclosed to me or my firm.
3A. No attempt has been made to solicit, cause or Induce any firm or person who Is a bidder or potential prime bidder to
refrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any Intentionally high or non-
competitive bid or other form of complementary bid.
38. No agreement has been promised or solicited for any other firm or person who Is a bidder or potential prime bidder
on this project to submit an Intentionally high, noncompetitive or other form of complementary bid on this project.
4. The bid of my firm Is made In good faith and not pursuant to any consultation, communication, agreement or
discussion with, or Inducement or solicitatlon 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 arty 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, noncompetitte 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, coliuslon, 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.
ccntrsctots firm or company norm
By
his
0tXn`.0.»
x
t
2nd contracbfa lmt or company name (0 pni VYnLm.)
By
1;as
Swom to before me this ;� day of, / voy 20
Noi FLOIC
7�
_,
SANDY P. ARENDS
NOTARY PUBLIC
My corm
STATE OF COLORADONOTARYlO: 1991401
NOTE: This document must be signed in ink.
COMMISSION EXPIRES MAY 1, 2a19
caoT Form "m ww
DEPARTMENT OF TRANSPORTA
BIDDERS LIST
Project Name and Number I Project Code I Proposal Date
Contractor
Region
SHO M455-109 19059' 5/20/2016 1 MOUNTAIN CONSTRUCTORS INC. 4
ntractors/SuppliersIVendors: The bidder must list all firms seeking to participate on the contract. This information is used by the
Jo Department of Transportation (CDOT) to determine overall goals for the Disadvantaged Business Enterprise Program. Failure to
this form may result in the proposal being rejected.
Firm Name Email Work Proposed DBE I Selected
I--___ I I (Select all that apply) (Y/N) (Y/N)
-,
VJ
11 certify that the information provided herein is true and correct to the best of my knowledge.
POE KUNTZ I (/ l�,c�'- 1PRESIDENT 15/20/201E
Work Proposed Cateporles:
1. Materials and Supplies
2. Flagging and Traffic Control
3. Trucking and Hauling
4, Precast Concrete, Foundations, and
Footings
5 Concrete Paving, Flantinrk and Repair
6 Lighting and Electrical
7. Signs, Signal Installation. and Guardrail
8, Fencing
9 Buildings and Vertical Structures
10 Utility, Water and Sever Lines
11. St IgAiral Steel and Steel Reinforcement
12. Ripnap and Anchored Retaining Walls
13 Landscape and Erosion Control
14. Bridge and Bridge Deck Construction
15. Asphalt Paving
16. Road and Parking Lot Afarking
17, Chip Seal Crack Seal Joint Seal and
Crack Fill
18. Bridge Painting and Coating
19 Stairway and Onwental Metal
20. Parking Lots and Commercial Sidewalks
21. Clearing. Demolition. Excavation and
Earthwork
22 Engineering and Surveying Services
23 Public Relations and Involvement
24 Piles and Deep Foundations
25 Waste Management and Recycling
26 Site Clean Up
27. A-lachanical and HVAC
28. Tunnel Construction
29. Profiling and Grinding
30. Environmental Health and Safety
s form must be submitted by the proposal deadline. For CDOT projects, submit to cdot_hq_dbeforms@state.co.us.
CDOT Form #1413 01114
COLORADO DEPARTMENT OF TRANSPORTATION
ANTICIPATED DBE PARTICIPATION PLAN
Bidder:
MOUNTAIN CONSTRUCTORS, INC.
Project:
SHO M455-109
Contact:
JOE KUNTZ
Project Code:
19059
Phone:
970-785-6161
Date of Proposal:
5/20/2016
Email:
joe@mtnconstructors.com
Contract Goal:
10%
Preferred Contact Method:
Region:
4
DBEi..oi9nm
meets
DBE Firm Name
Work to Be Performed
Commitment
Amount
Eligible
Participation
Lightfield Enterprises Inc.
Traffic Control
$107,050.00
$107,050.00
Total Eligible
Participation
$107,050.00
Total Bid Amount
$1,013,679.50
Total Eligible Participation Percents a
10.56%
Bki!raSigatura
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 COOT. 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.
Joe Kuntz
President
5/20/2016
Name
Title
I "Signature
Date
This form must be submitted by the proposal deadline. For CDOT projects, submit to cdot—hq_dbeforms@state.co.us.
Civil Rights and Business Resource Center CDOT Form # 1414 01/14
SECTION 00470
BUY AMERICA
The contractor agrees to comply with 49 U.S.C. 53230) and 49 C.F.R. Part 661, which provide
that Federal funds may not be obligated unless steel, iron, and manufactured products used in
FTA-funded projects are produced in the United States, unless a waiver has been granted by
FTA or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7,
and include final assembly in the United States for 15 passenger vans and 15 passenger
wagons produced by Chrysler Corporation, and microcomputer equipment and software.
Separate requirements for rolling stock are set out at 49 U.S.C. 53230)(2)(C) and 49 C.F.R.
661.11. Rolling stock must be assembled in the United States and have a 60 percent domestic
content.
A bidder or offeror must submit to the FTA recipient the appropriate Buy America certification
(below) with all bids or offers on FTA-funded contracts, except those subject to a general
waiver. Bids or offers that are not accompanied by a completed Buy America certification
must be rejected as nonresponsive. This requirement does not apply to lower tier
subcontractors.
BIDDER MUST SIGN ONE 1) OF THE FOLLOWING:
Certification requirement for procurement of steel, iron, or manufactured products.
Certificate of Compliance with 49 U.S.C. 53236)(1)
The bidder or offeror hereby certifies that it will meet the requirements of 49 U.S.C. 53230)(1)
and the applicable regulations in 49 C.F.R. Part 661.5.
Date
Signature
Company Name_ May- w^r
Title �r'e-s_;4p-a .<
Certificate of Non -Compliance with 49 U.S.C. 5323(j)(1)
The bidder or offeror hereby certifies that it cannot comply with the requirements of 49 U.S.C.
53230)(1) and 49 C.F.R. 661.5, but it may qualify for an exception pursuant to 49 U.S.C.
5323(j)(2)(A), 53230)(2)(B), or 53230)(2)(D), and 49 C.F.R. 661.7.
Date
Signature
Company Name
Title
SECTION 00480
APPENDIX A, 49 CFR PART 20--CERTIFICATION REGARDING LOBBYING
Certification for Contracts, Grants, Loans, and Cooperative Agreements
(To be submitted with each bid or offer exceeding $100,000)
The undersigned [Contractor] certifies, to the best of his or her knowledge and belief, that:
(1) 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 an 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.
(2) If any funds other than Federal appropriated funds have been paid or will be paid to any
person for making lobbying contacts to an officer or employee of any 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 [as amended by "Government wide Guidance
for New Restrictions on Lobbying," 61 Fed. Reg. 1413 (1/19196). Note: Language in
paragraph (2) herein has been modified in accordance with Section 10 of the Lobbying
Disclosure Act of 1995 (P.L. 104-65, to be codified at 2 U.S.C. 1601, et seq.)]
(3) The undersigned shall require that the language of this certification be included in the award
documents for all subawards at all tiers (including subcontracts, subgrants, and contracts
under grants, loans, and cooperative agreements) and that all subrecipients shall certify and
disclose accordingly.
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 (as amended by the
Lobbying Disclosure Act of 1995). 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.
[Note: Pursuant to 31 U.S.C. § 1352(c)(1)-(2)(A), any person who makes a prohibited
expenditure or fails to file or amend a required certification or disclosure form shall be subject to
a civil penalty of not less than $10,000 and not more than $100,000 for each such expenditure
or failure.]
The Contractor, A6C&.,1j 4; n �u.t.. rs r '7:, , certifies or affirms the truthfulness and
accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor
understands and agrees that the provisions of 31 U.S.C. A 3801, et seq., apply to this
certification and disclosure, if any.
Signature of Contractor's Authorized Official
errs Name and Title of Contractor's Authorized Official
M U ao1, 1 t. Date
SECTION 00500
AGREEMENT FORMS
00510 Notice of Award
00520 Agreement
00530 Notice to Proceed
SECTION 00510
NOTICE OF AWARD
DATE: JUNE 23, 2016
TO: MOUNTAIN CONSTRUCTORS INC
PROJECT: 8309 DRAKE & SHIELDS INTERSECTION IMPROVEMENTS
OWNER: CITY OF FORT COLLINS
(hereinafter referred to as "the OWNER")
You are hereby notified that your Bid dated May 20, 2016 for the above project has been
considered. You are the apparent successful Bidder and have been awarded an Agreement for
8309 Drake & Shields Intersection Improvements.
The Price of your Agreement is One Million Thirteen Thousand Five Hundred Eighty Dollars
($1,013,580).
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 8, 2016.
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.
Purchasing Director
SECTION 00520
AGREEMENT
THIS AGREEMENT is dated as of the 23rd day of June in the year of 2016 and shall be
effective on the date this AGREEMENT is signed by the City.
The City of Fort Collins (hereinafter called OWNER) and
Mountain Constructors Inc. (hereinafter called CONTRACTOR)
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth,
agree as follows:
ARTICLE 1. WORK
CONTRACTOR shall complete all Work as specified or indicated in the Contract
Documents. The Project for which the Work under the Contract Documents may be the
whole or only a part is defined as the construction of the 8309 Drake & Shields Intersection
Improvements.
ARTICLE 2. ENGINEER
The Project has been designed by Interwest Consulting Group, 1218 W Ash, Suite A,
Windsor, CO 80550. The City of Fort Collins Engineering Department is hereinafter called
ENGINEER and who will assume all duties and responsibilities and will have the rights and
authority assigned to ENGINEER in the Contract Documents in connection with completion
of the Work in accordance with the Contract Documents.
ARTICLE 3. CONTRACT TIMES
3.1 The Work shall be Substantially Completed by the Contractor, in accordance with
Article 14 of the General Conditions, as evidenced by the issuance of certificate of
Substantial Completion, within Sixty -Five (65) calendar days after the date when the
Contract Times commence to run.
3.2 The Work must be completed by the Contractor and ready for Final Payment and
Acceptance in accordance with Article 14 of the General Conditions within Ten (10)
calendar days after Substantial Completion.
3.3. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of the
essence under this Agreement and that OWNER will suffer financial loss if the Work
is not completed within the times specified in paragraph 3.1 and 3.2 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 preceding 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 Four Hundred Dollars ($1,400) for each calendar day or fraction
thereof after the date of Substantial Completion as provided in Section 3.1 above.
2) Final Payment and Acceptance:
One Thousand Four Hundred Dollars ($1,400) for each calendar day or fraction
thereof that after the date of Final Acceptance as provided in Section 3.2 above.
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 Thirteen Thousand
Five Hundred Eighty Dollars ($1,013,580), 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,
cuttings was collected from the upper five feet of the boring. Upon completion of drilling, Boring P-1 was
backfilled with auger cuttings and compacted with the weight of the drill rig, and the pavement was patched
with approximately 9 inches of compacted asphalt cold patch. The soil samples collected were transported
to our laboratory for review by our project engineer and selected samples were programmed for testing. A
log of the subsurface conditions encountered in Boring P-1, including sample depths, penetration
resistance values, and description of the materials encountered is shown on Figure 2.
5.0 SUBSURFACE CONDITIONS
The exploratory boring and pavement cores encountered a layer of asphalt pavement at the
ground surface, the thicknesses of which are summarized in the following table:
Location
Boring P-1
Core PC-1
Core PC-2
Asphalt Thickness (inches)
6'/2
11'/4
12
Photographs of the pavement cores are presented on Figure 3. Approximately 9'/2 inches of
Aggregate Base Course (ABC) material, generally consisting of poorly graded sand with silt and gravel,
was encountered below the asphalt in Boring P-1; similar ABC material also encountered below the asphalt
in PC-1 and PC-2. Artificial fill was encountered below the ABC in Boring P-1 which extended to the
maximum depth explored, 10 feet. The artificial fill generally consisted of loose to very loose clayey sand
and was moist, low to medium plasticity, mottled dark brown, and contained fine to coarse sand.
Groundwater and bedrock were not encountered within the depths explored; however, groundwater levels
can be expected to fluctuate with varying seasonal and weather conditions.
Drake and Shields Intersection Improvements — Fort Collins, Colorado GEQCAL
Subsurface Exploration and Pavement Design - G14.1565.000 Page 4 of 11
Supplementary Conditions, those items included in the definition of "Contract
Documents" in Article 1.10 of the General Conditions, and such other items as are
referenced in this Article 7, all of which are incorporated herein by this reference.
7.2 Forms for use by CONTRACTOR in performing the Work and related actions in
carrying out the terms of this Agreement are deemed Contract Documents and
incorporated herein by this reference, and include, but are not limited to, the
following:
7.2.1
Certificate of Substantial Completion
7.2.2
Certificate of Final Acceptance
7.2.3
Lien Waiver Releases
7.2.4
Consent of Surety
7.2.5
Application for Exemption Certificate
7.2.6
Application for Payment
7.3 Drawings,
consisting of a cover sheet and sheets numbered as follows:
SHEET NO. INDEX OF SHEETS
1
TITLE SHEET
2
STANDARD PLANS LIST
3-5
GENERAL NOTES
6-7
TYPICAL SECTIONS
8
SUMMARY OF APPROXIMATE QUANTITIES
9
TABULATION OF REMOVAL. RESET & ADJUSTMENT
10
TABULATION OF SURFACING OUANT & STRUCTURES AND MISC_ CONC.
11
TABULATION OF EARTHWORK
12
TABULATION OF SURVEY
13
SURVEY CONTROL PLAN
14-16
BORING AND POTHOLE LOCATION
17
EXPLORATORY BORING LOG
18-20
REMOVAL PLANS
21-23
ROADWAY PLANS
24-25
FLOWLINE PROFILES
26-30
GRADING AND EROSION CONTROL PLANS
31-32
STORMWATER MANAGEMENT PLAN
33-36
CROSS SECTIONS
37-39
SIGNING AND STRIPING PLANS
40-43
CONSTRUCTION DETAILS
L1-0
LANDSCAPE PLANS (7 SHEETS)
IRO.0-IR2.4 IRRIGATION PLANS (11 SHEETS)
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 1, 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.
FORT COLLINS
RY, CITY MANAGER
GERRY P1kUL
PURCHASING DIRECTOR
Date: -7I t h t
Attest:zv!yotkf'//1�i11M
City Clerk
Address for giving notices:
P. O. Box 580
Fort Collins, CO 80522
Approved as to Form
Senior Assis ant ity torney
CONTRACTOR: MOUNTAIN
CONSTRUCTORSINC.
By:
Printed: Soe_ K_LnTZ
Title: "�IrE,S\C P_n�.
Date: Gla.B IG
(CORPORATE SEAL)
Attest
Address for giving notices:
_. O.3ax 40 5
C_o $oG51
LICENSE NO.:
SECTION 00530
NOTICE TO PROCEED
Description of Work: 8309 Drake & Shields Intersection Improvements Project
To: Mountain Constructors Inc.
This notice is to advise you:
That the contract covering the above described Work has been fully executed by the
CONTRACTOR and the OWNER.
That the required CONTRACTOR's Performance Bond and Payment Bond have been received
by the OWNER.
That the OWNER has approved the said Contract Documents.
Therefore, as the CONTRACTOR for the above described Work, you are hereby authorized and
directed to proceed within _(_) calendar days from receipt of this notice as required by the
Agreement.
Dated this _day of _, 20—.
The dates for Substantial Completion and Final Acceptance shall be 20 and
, 20_, respectively.
City of Fort Collins
OWNER
By:
Title:
ACKNOWLEDGMENT OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged this _ day of
20—.
CONTRACTOR: Mountain Constructors Inc.
M
Title:
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. 54207285
KNOW ALL MEN BY THESE PRESENTS: that
Mountain Constructors Inc.
622 Main Street, PO Box 405, Platteville, CO 80651
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and
(Firm) United Fire & Casualty Company
(Address) P.O. Box 73909, Cedar Rapids, IA 52407
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 Thirteen Thousand Five Hundred Eighty Dollars
($1,013,580) 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 23rd day of June in the year of 2016, a copy of
which Is hereto attached and made a part hereof for the performance of The City of Fort Collins
project, 8309 Drake & Shields Intersection Improvements Project.
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.
Bond No. 54207285
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of
which shall be deemed an original, this28th day of June , 2016.
IN PRESENCE OF:
(Corporate Seal)
IN PRESENCE OF:
Not Applicable —
Not Applicable
IN P ENA OF:
Lee Anne Meaux, Surety Witness
(Surety Seal)
Principal
Mountain Constructors, Inc.
{Title) r•�5,�i e r�
622 Main Street, Platteville, CO 80651
(Address)
Other Partners
By: Not Applicable
By: Not Applicable
Surety United Fire & Casualty Company
Florietta Acosta, Attorney -in -Fact
By: P.O. Box 73909 Cedar Rapids, IA 52407
(Address)
NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is
Partnership, all partners should execute Bond,
SECTION 00615
PAYMENTBOND
Band No. 54207285
KNOW ALL MEN BY THESE PRESENTS: that
Mountain Constructors Inc.
622 Main Street, PO Box 405, Platteville, CO 80651
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as the "Principal" and
(Firm) United Fire & Casualty Company
(Address) P.O. Box 73909, Cedar Rapids, IA 52407
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 Thirteen Thousand Five Hundred Eighty
Dollars ($1,013,580) 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 23rd day of June in the year of 2016, a copy of
which is hereto attached and made a part hereof for the performance of The City of Fort Collins
project, 8309 Drake & Shields Intersection Improvements Project.
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 tirne, 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,
I TO Tli•rove,W11We&
IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts, each one of
which shall be deemed an original, this28th day of June, 2016.
IN PRESENCE OF:
(Corporate Seal)
IN PRESENCE OF:
Not Applicable
Not Applicable
IN R S �OF:
Lee Anne Meaux, Suretv Witness
(Surety Seal)
Principal
Mountain Constructors, Inc.
By: X�- L4� -
�t� elk- ae_rL-L
(Title)
622 Main Street. Platteville. CO 80651
(Address)
Other Partners
Not Applicable
Not Applicable
Surety United Fire & Casualty Company
By: NU4e6Z<d� f YUll2=—
Florietta Acosta, Attorney -in -Fact
By: P.O. Box 73909, Cedar Rapids, IA 52407
(Address)
NOTE: Date of Bond must not be prior to date of Agreement. If CONTRACTOR is
Partnership, all partners should execute Bond.
UNITED FIRE & CASUALTY COMPANY, CEDAR RAPIDS, IA Inquiries: Surety Department
UNITED FIRE & INDEMNITY COMPANY, WEBSTER, TX 118 Second Ave SE
FINANCIAL PACIFIC INSURANCE COMPANY, ROCKLIN, CA Cedar Rapids, IA 52401
U'A CERTIFIED COPY OF POWER OF ATTORNEY
(original on file at Home Office of Company — See Certification)
KNOW ALL PERSONS BY THESE PRESENTS, That UNITED FIRE & CASUALTY COMPANY, a corporation duly organized and existing under
the laws of the State of Iowa; UNITED FIRE & INDEMNITY COMPANY, a corporation duly organized and existing under the laws of the State of
Texas; and FINANCIAL PACIFIC INSURANCE COMPANY, a corporation duly organized and existing under the laws of the State of California
(herein collectively called the Companies), and having their corporate headquarters in Cedar Rapids, State of Iowa, does make, constitute and appoint
DONALD E. APPLEBY, OR SARAH C. BROWN, OR MARK SWEIGART, OR TODD BENGFORD, OR FLORIETTA ACOSTA, OR
SUSAN J. LATTARULO, ALL INDIVIDUALLY OF GREENWOOD VILLAGE, CO
their true and lawful Attomey(s)-in-Fact with power and authority hereby conferred to sign, seal and execute in its behalf all lawful bonds, undertakings
and other obligatory instruments of similar nature provided that no single obligation shall exceed $100,000,000.00
and to bind the Companies thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Companies
and all of the acts of said Attorney, pursuant to the authority hereby given and hereby ratified and confirmed.
The Authority hereby granted is continuous and shall remain in full force and effect until revoked by UNITED FIRE & CASUALTY COMPANY,
UNITED FIRE & INDEMNITY COMPANY, AND FINANCIAL PACIFIC INSURANCE COMPANY.
This Power of Attorney is made and executed pursuant to and by authority of the following bylaw duly adopted on May 15, 2013, by the Boards of
Directors of UNITED FIRE & CASUALTY COMPANY, UNITED FIRE & INDEMNITY COMPANY, and FINANCIAL PACIFIC INSURANCE
COMPANY. "Article VI — Surety Bonds and Undertakings"
Section 2, Appointment of Attorney -in -Fact. "The President or any Vice President, or any other officer of the Companies may, from time to
time, appoint by written certificates attomeys-in-fact to act in behalf of the Companies in the execution of policies of insurance, bonds,
undertakings and other obligatory instruments of like nature. The signature of any officer authorized hereby, and the Corporate seal, may be
affixed by facsimile to any power of attorney or special power of attorney or certification of either authorized hereby; such signature and seal,
when so used, being adopted by the Companies as the original signature of such officer and the original seal of the Companies, to be valid and
binding upon the Companies with the same force and effect as though manually affixed. Such attomeys-in-fact, subject to the limitations set
forth in their respective certificates of authority shall have full power to bind the Companies by their signature and execution of any such
instruments and to attach the seal of the Companies thereto. The President or any Vice President, the Board of Directors or any other officer of
the Companies may at any time revoke all power and authority previously given to any attomey-in-fact.
'CAS 1++ ,r tiµ,�,� ' IN WITNESS WHEREOF, the COMPANIES have each caused these resents to be signed b its
++. P Y
`�'', ;```"F��'Ns°2%,,; vice resident and its co orate seal to be hereto affixed this 1sT day of JANUARY, 2016
`r`Q?�4pPP0l1q. cF�-, P corporate Y
CORPORATE,Z CORPORATE 8-.2. lF•,
_�_ ;_ sZ ` SMY22 a,i UNITED FIRE& CASUALTY COMPANY
°' `' ?� x= 7a'; t966 ;ate; UNITED FIRE &INDEMNITY COMPANY
° SEAL o� �a SEAL ; y •• n e• a o'
�`"•• 4f/FOP\` FINANCIAL PACIFIC INSURANCE COMPANY
State of Iowa, County of Linn, ss: Vice President
On 1ST day of JANUARY, 2016, before me personally came Dennis J. Richmann
to me known, who being by me duly sworn, did depose and say; that he resides in Cedar Rapids, State of Iowa; that he is a Vice President of UNITED
FIRE & CASUALTY COMPANY, a Vice President of UNITED FIRE & INDEMNITY COMPANY, and a Vice President of FINANCIAL PACIFIC
INSURANCE COMPANY the corporations described in and which executed the above instrument; that he knows the seal of said corporations; 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 corporations
and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations.
Judith A. Davis
_ Iowa Notarial Seal
' MY Commission number 173041 Notary Public
owh My Commission Expires 04/23/2018
My commission expires: 04/23/2018
I, David A. Lange, Secretary of UNITED FIRE & CASUALTY COMPANY and Assistant Secretary of UNITED FIRE & INDEMNITY COMPANY,
and Assistant Secretary of FINANCIAL PACIFIC INSURANCE COMPANY, do hereby certify that I have compared the foregoing copy of the Power
of Attorney and affidavit, and the copy of the Section of the bylaws and resolutions of said Corporations as set forth in said Power of Attorney, with the
ORIGINALS ON FILE IN THE HOME OFFICE OF SAID CORPORATIONS, and that the same are correct transcripts thereof, and of the whole of the
said originals, and that the said Power of Attorney has not been revoked and is now in full force and effect.
In testimony whereof I have hereunto subscribed my name and affixed the corporate seal of the said Corporations
this 28th day of June 2016
"' erIf-Eu HiaG, �:10 09,q
zz:iy CORPORATE ,' _=„a, CORPORATE 0LY2 ��•i0'
�7 Y��
SEAL SEAL
ems:
/FOP?.�
BPOA0049 0913
By: A5-214.
v�
Secretary, OF&C
Assistant Secretary, OF&I/FPIC