+ All Categories
Home > Documents > B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment...

B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment...

Date post: 14-Aug-2021
Category:
Upload: others
View: 1 times
Download: 0 times
Share this document with a friend
423
B21-032MZ 30 TH ST FONTANERO TO MESA RD INVITATION FOR BID Construction B21-032MZ Date issued: June 18, 2021 30 TH STREET FONTANERO ST TO MESA RD THE CITY OF COLORADO SPRINGS CDOT Project Number: STU M240-165 CDOT Project Code: 21635
Transcript
Page 1: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

INVITATION FOR BID Construction

B21-032MZ

Date issued: June 18, 2021

30TH STREET – FONTANERO ST TO MESA RD

THE CITY OF COLORADO SPRINGS

CDOT Project Number: STU M240-165

CDOT Project Code: 21635

Page 2: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

The City of Colorado Springs hereby solicits Fixed Unit Price Bids, as detailed in this Invitation for Bids (IFB), for 30th St – Fontanero St to

Mesa Rd

Page 3: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

SECTION I – BID INFORMATION

1.0 BID INFORMATION

Section I provides general information to potential Bidders, such as bid submission instructions and other similar administrative elements. This Invitation for Bid (IFB) is available on BidNet (www.bidnetdirect.com). All addenda or amendments shall be issued through BidNet and may not be available through any other source.

1.1 SPECIAL TERMS

Please note the following definitions of terms as used herein: The term “City” means the City of Colorado Springs. The term “Contractor” or “Consultant” means the Bidder whose offer is accepted and is awarded the contract to provide the products or services specified in the IFB. The term “Offer” or “Bid” means a bid submitted in response to this IFB. The term “Offeror” or “Bidder” means the person, firm, or corporation that submits a formal bid or offer and that may or may not be successful in being awarded the contract. The term “Project” refers to 30th St – Fontanero St to Mesa Rd. The term “Invitation for Bid” or “IFB” means this solicitation of formal, competitive, sealed bids from prospective bidders in which the intent is to award a contract to the resultant lowest responsible and responsive bidder.

1.2 BID ISSUE DATE

Invitation for Bid (IFB) Number B21-032MZ is being issued and posted on www.bidnetdirect.com on June 18, 2021

1.3 SUBMISSION OF BIDS

A. Bids are to be submitted electronically online to the Rocky Mountain E-Purchasing System (www.bidnetdirect.com).

B. Bids shall be received on or before: 2:00PM July 20, 2021. The bid opening will be virtual. Use the following link to attend the bid opening: Click here to join the meeting

C. Bid bond is required if total bid exceeds $50,000.00. (Also see 1.22)

Page 4: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

D. The cost of Bid preparation is not a reimbursable cost. Bid preparation shall be at the Bidder’s sole expense and is the Bidder’s total and sole responsibility.

E. CDOT Forms and Submittals shall be submitted as follows: 1. ALL BIDDERS (If these forms are not submitted, the bid is considered non-responsive and shall be rejected) a. CDOT Form 606 Anti-Collusion Affidavit b. CDOT Form 1413 Bidders List c. CDOT Form 1414 Anticipated DBE Participation Plan

2. APPARENT LOW BIDDER a. CDOT Form 605 Contractors Performance Capability Statement b. CDOT Form 621 Assignment of Anti-Trust Claims c. CDOT Form 718 Underutilized DBE Good Faith Effort Document d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report

1.4 PRE-BID CONFERENCE

A Virtual pre-bid conference will be held for this Bid at 11:00AM on July 7, 2021. Please use the following link to attend the meeting: Click here to join the meeting

1.5 LATE BIDS/LATE MODIFICATIONS OF BIDS

Bids, withdrawals or modifications of Bids received after the time set for opening, as designated in 1.3 above, are considered “late bids”, and will not be accepted by the City, except as provided for in the City of Colorado Springs Procurement Rules and Regulations and approved by the Procurement Services Manager. Bidders are solely responsible for insuring their bids arrive on time and to the place specified in this Invitation for Bid.

1.6 MISTAKES IN BIDS - CONFIRMATION OF BID

If it appears from a review of a Bid that a mistake has been made, the Bidder may be requested to confirm its Bid in writing. Situations in which the confirmation may be requested include obvious, apparent errors on the face of a Bid or a Bid unreasonably lower than the other Bids submitted. All mistakes in Bids will be handled in accordance with the City of Colorado Springs Procurement Rules and Regulations.

Page 5: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

1.7 PROCUREMENT RULES AND REGULATIONS

All formal IFBs advertised by the City of Colorado Springs are solicited in accordance with the City's Procurement Rules and Regulations. The City's Procurement Rules and Regulations can be reviewed and/or downloaded from the City’s Procurement Services Division website www.coloradosprings.gov. Any discrepancies or conflicting statements, decisions regarding bidding irregularities, or clarifications regarding clauses or specifications will be rectified utilizing the City’s Procurement Rules and Regulations, when applicable. It is the Bidder’s responsibility to advise the Contracts Specialist listed in this IFB of any perceived discrepancies, conflicting statements, or problems with clauses or specifications prior to the Bid opening date and time.

1.8 MINOR INFORMALITIES/IRREGULARITIES IN BIDS

A. A minor informality or irregularity is one that is merely a matter of form and not of substance. It also pertains to some immaterial defect in a Bid or variation of a Bid from the exact requirements of the invitation that can be corrected or waived without being prejudicial to other Bidders. The defect or variation is considered immaterial when the effect on price, quantity, quality, or delivery is negligible when contrasted with the total cost or scope of the goods and/or services being acquired.

B. If the City Procurement Services Division determines that a Bid submitted contains a minor informality or irregularity, then the Procurement Services Manager shall either give the Bidder an opportunity to cure any deficiency resulting from the minor informality or irregularity or waive the deficiency, whichever is to the advantage of the City. In no event will the Bidder be allowed to change the Bid amount. Examples of minor informalities or irregularities include but are not limited to the following:

(1) Bidder fails to sign the Bid, but only if the unsigned Bid is accompanied

by other material evidence, which indicates the Bidder’s intention to be bound by the unsigned Bid (such as Bid security, or signed cover letter which references the Bid Number and amount of Bid).

(2) Bidder fails to acknowledge an Amendment, although this may be considered a minor informality only if the Amendment, which was not acknowledged, involves only a matter of form or has either no effect or merely a negligible effect on price, quantity, quality, or delivery of the item or services bid upon.

1.9 REJECTION OF BIDS

The Procurement Services Manager has the authority to reject any Bid based on, but not limited to, the following:

Page 6: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

A. Any Bid that fails to conform to the essential requirements of the Invitation for Bids shall be rejected.

B. Any Bid that does not conform to the applicable specifications shall be rejected

unless the IFB authorizes the submission of alternate bids and the items or services offered as alternates meet the requirements specified in the IFB.

C. A Bid that fails to conform to the specified delivery schedule.

D. A Bid shall be rejected when the Bidder imposes conditions that would modify requirements of the IFB or limit the Bidder’s liability to the City, since to allow the Bidder to impose such conditions would be prejudicial to other Bidders.

For example, Bids shall be rejected in which the Bidder:

(1) Protects against future changes in conditions, such as increased costs, if total possible costs to the City cannot be determined. This includes failure to completely fill out required bid schedule.

(2) Fails to state a price and indicates that price shall be “price in effect at time delivery”.

(3) States a price but qualifies it as being subject to “price in effect at time of delivery”.

(4) Takes exceptions to the IFB terms and conditions.

(5) Inserts the Bidder’s terms and conditions.

(6) Limits the rights of the City under any Contract/Invitation for Bid clause.

E. Any Bid in which the price is considered to be unreasonable or is over budget.

F. Any Bid if the prices are determined to be unbalanced.

G. Bids received from any person or contractor that is suspended, debarred, proposed for debarment, or under investigation for fraud, including failure to pay federal, state, local or city taxes.

H. When a bid guarantee is required and the bidder fails to furnish the guarantee

in accordance with the requirements of the IFB.

I. Low Bids received from bidders who are determined to be non-responsible in accordance with the City’s Procurement Rules and Regulations.

Page 7: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

J. Any Bid that was prepared and submitted by a vendor who has been determined by the Procurement Services Manager to have an unfair advantage over other Bidders. Examples of an unfair advantage include, but are not limited to, the following:

(1) A previous or prior employee who in the last six 96) months was directly involved in the design or specification preparation of the competed procurement.

(2) A vendor who was directly involved in design or specification preparation

of the competed project either for pay or voluntarily. 1.10 ESTIMATED QUANTITIES

If the Bid Form (Schedule A) herein contains estimated quantities, this provision is applicable. The quantities listed for each of the items in the Bid Form are only estimated quantities. Contractors are required to bid a firm unit price for each item specified. The actual quantities ordered may fluctuate up or down. The unit prices proposed by each Bidder will remain firm and will not be re-negotiated if the estimated quantities are not met or are exceeded. This clause will take precedence over any/all other estimated quantity clauses that conflict with this clause.

For bidding purposes, if there is a conflict between the extended total of an item and the unit price, the unit price shall prevail and be considered as the amount of the Bid. All unit prices shall include all necessary overhead and profit. Items not listed in the Bid Form such as overhead, profit, mobilization, de-mobilization, bonding, etc. shall be distributed throughout the Bidder's Unit Prices for the items listed on the Bid Form.

1.11 NUMBER OF COPIES

Bids are to be submitted electronically online to the Rocky Mountain E-Purchasing System (www.bidnetdirect.com).

1.12 IDENTIFICATION OF BID

Bids are to be submitted electronically online to the Rocky Mountain E-Purchasing System (www.bidnetdirect.com).

1.13 SALES TAX

The successful Offeror, if awarded a contract, shall apply to the Colorado Department of Revenue for a tax-exempt certificate for this project. The certificate does not apply to City of Colorado Springs Sales and Use Tax which shall be applicable and should be included in all bids and proposals. The tax exempt project number and the exemption certificate only apply to County, PPRTA (Pikes

Page 8: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Peak Rural Transportation Authority), and State taxes when purchasing construction and building materials to be incorporated into this project.

Furthermore, the exemption does not include or apply to the purchase or rental of equipment, supplies or materials that do not become a part of the completed project or structure. In these instances, the purchase or rental is subject to full taxation at the current taxation rate.

The Offeror and all subcontractors shall include in their Offer City of Colorado Springs Sales and Use Tax on the work covered by the offer, and all other applicable taxes. Any increase in applicable sales or use tax occurring after the contract has been let shall be borne by the contractor and not passed through to the City.

Forms and instructions can be downloaded at the City of Colorado Springs Website: https://coloradosprings.gov/sales-tax/page/construction-contractors. Questions can be directed to the City Sales Tax Division at (719) 385-5903 or [email protected]).

Our Registration Numbers are as follows: City of Colorado Springs Federal I.D.: 84-6000573 Federal Excise: A-138557 State Sales Tax: 98-03479

1.14 PREPARATION OF BID OFFER

A. Bidders are expected to examine the drawings, specifications, bid documents,

proposed contract forms, terms and conditions, and all other instructions and solicitation documents. Bidders are expected to visit the job-site to determine all requirements and conditions that will affect the work. Failure to do so will not relieve a Bidder from their responsibility to know what is contained in this Invitation for Bid, or site conditions affecting the work.

B. The Bidder certifies that it has checked all of its figures and understands that the City will not be responsible for any errors or omissions on the part of the Bidders in preparing its Bid.

C. All items, (unless the invitation specifically states otherwise) including any additive or deductive alternates on the Bid Form, must be completely filled out or the Bid will be determined non-responsive and ineligible for consideration for award.

D. The Bidder declares that the person or persons signing this Bid is/are authorized to sign on behalf of the firm listed and to fully bind the Bidder to all the requirements of the IFB.

Page 9: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

E. The Bidder certifies that no person or firm other than the Bidder or as otherwise indicated has any interest whatsoever in the Bid or the contract that may be entered into as a result of the Bid and that in all respects the Bid is legal and firm, submitted in good faith without collusion or fraud.

F. By submitting a Bid the Bidder certifies that it has complied and will comply with all requirements of local, state, and federal laws, and that no legal requirements have been or will be violated in making or accepting this Bid. Bidders are expected to review the City’s Procurement Rules and Regulations, which will be used when determining whether a Bidder is responsive and responsible and awarding contracts in the best interest of the City.

G. If there is a discrepancy between the unit price and the total price, the unit price shall be used to determine the applicable total price. Bidders are responsible for including profit and overhead associated with the project when determining their unit prices.

1.15 BASIS OF AWARD

A. The City of Colorado Springs intends to award a contract to the lowest

responsive and responsible Bidder whose Bid meets the requirements and the criteria set forth in the Invitation for Bids and is determined to be in the best interest of the City.

B. The City reserves the right to reject any or all Bids and to waive informalities and/or irregularities in a Bid. Whether or not a contract is awarded as a result of this Invitation for Bid, as stated above, Bid preparation costs are not reimbursable.

C. Total Bid will be evaluated and awarded as follows: It is the City’s intent to award this bid based on the TOTAL BASE BID, not on a line item by line item basis.

1.16 PERIOD OF ACCEPTANCE

The Bidder agrees that its Bid shall remain open for acceptance by the City for a period of sixty (60) calendar days from the date specified in the IFB for receipt of Bids.

1.17 CONTRACT AWARD

The signature of the Bidder indicates that within ten (10) calendar days from acceptance of its Bid, it will execute a contract with the City and, if indicated in this IFB, furnish a project specific Certificate of Insurance naming the City as Additional Insured, furnish Performance, Labor and Materials, Payment and Maintenance Bonds and any other documents required by the Specifications or Contract

Page 10: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Documents.

1.18 NOTICE TO PROCEED

Work may not start under any awarded contract until a written notice to proceed is issued by the City. The City may issue the Notice to Proceed any time after the contract is signed and, if required, insurance and bonds have been provided in accordance with 1.22 below.

1.19 AMENDMENTS TO THE SOLICITATION

Amendments are also referred to as addendum or addenda; and these terms shall be considered synonymous. It is the Bidder’s responsibility to contact the Contracts Specialist listed in 1.21 below to confirm the number of Amendments which have been issued. A. If this solicitation is amended, then all specifications, terms and conditions,

which are not specifically amended, remain unchanged.

B. Bidders shall acknowledge receipt of any amendment to this solicitation by signing and returning the amendment and by identifying the amendment number and date in the space provided on the form for submitting a Bid.

C. Acknowledged amendments must be received prior to Bid opening. Bidders are encouraged to include signed addenda or initialed acknowledgment with returned Bids.

1.20 EXPLANATIONS TO PROSPECTIVE OFFERORS

Any prospective Bidder desiring an explanation or interpretation of the IFB documents, drawings, specifications, etc., must request it in writing within ten days of the Bid due date to allow enough time for a reply to reach all prospective offerors before the time for submission of offers. Oral explanations or instructions given before the opening of Bids will not be binding. Any information provided to a prospective Bidder during the Bid preparation stage will be promptly furnished to all other prospective Bidders as an amendment to the solicitation, if that information is necessary in submitting Bids or if the lack of it would be prejudicial to other prospective Bidders.

1.21 QUESTIONS AND OTHER REQUESTS FOR INFORMATION

All questions shall be submitted in writing to the following Contract Specialist. All questions must be submitted by email and must be received no later than 1:00 PM July 12, 2021.

All questions shall be directed to:

Mike Zeller

[email protected]

Page 11: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

(Contract Specialist)

DO NOT CONTACT ANY OTHER INDIVIDUAL AT THE CITY OF COLORADO SPRINGS REGARDING THIS SOLICITATION.

1.22 SECURITY REQUIREMENTS

A. Bid Security

(1) If the total amount of the accumulative Bid is more than $50,000, or a bond is required elsewhere in this IFB, the Bidder is required to furnish with their Bid a bid security in the form of a bank certified check, bank cashier’s check or a one-time bid bond underwritten by a company licensed to issue bonds in the State of Colorado and acceptable to the City in an amount equal to at least 5% of the total amount of the Bid payable without condition to the City.

(2) The Bid security shall guarantee that the Bid will not be withdrawn or modified for a period of sixty (60) calendar days after the time set for the receipt of Bids, and, if the Bid is accepted within those sixty (60) calendar days, that the person, firm or corporation submitting same shall within ten (10) calendar days after being notified of the acceptance of its Bid, enter into a Contract and furnish the required bonds and all insurance certificates called for under this Invitation for Bid.

(3) The Bid bonds of unsuccessful Bidders will not be returned to the respective Bidders unless a self-addressed, stamped envelope is provided along with a written request for bid bond return. However, if a certified check or a cashier’s check is submitted as Bid security, it will be returned as soon as possible after the lowest responsive and responsible Bidder is determined and a contract is executed.

(4) In the event the Bidder whose Bid is accepted fails to enter into the contract and/or furnish the required contract bonds, its certified check, cashier’s check or bid bond will be forfeited in full to the City.

B. Performance, Labor and Materials Payment, and Maintenance Bonds

(1) For contracts in excess of $50,000, the Contractor shall furnish to the

City each of the following: a Performance Bond, a Labor and Materials Payment Bond, and a Maintenance Bond. Each such bond shall be in the amount of one hundred percent (100%) of the contract price. Bonds shall be submitted within ten (10) calendar days after notification of award of a Contract. The cost of all bonds shall be included in Contractor’s Bid.

(2) Bonds shall:

Page 12: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

a) Be for the full amount of the Contract price. b) Guarantee the Contractor's faithful performance of the work

under the Contract, and the prompt and full payment for all labor and materials involved therein.

c) Guarantee protection to the City against liens of any kind. d) Be from a surety company operating lawfully in the state of

Colorado and accompanied by an acceptable "Power-of-Attorney" form attached to each bond copy.

e) Be issued from a surety company that is acceptable to the City. f) Be submitted using the forms in the Exhibit section of this IFB or

such forms as are approved by the City Attorney’s Office.

1.23 SPECIFICATIONS AND DRAWINGS

No Fee solicitations: Specifications and Drawings are normally included in the IFB. If Specifications and Drawings are too large to be included in the IFB, all interested Bidders may obtain one copy of the Project Specifications and a set of the Project Drawings for use in preparing Bids from the City Procurement Services Division office. If the Bidder requires additional sets, it is the Bidder’s responsibility to duplicate any additional copies, at its own expense.

1.24 TYPE OF CONTRACT

As a result of this Invitation for Bids, it is the City’s intention to award a fixed unit price contract based on the prices offered by the lowest responsive and responsible bidder. Contract prices shall remain firm and fixed throughout the Contract performance period.

1.25 F.O.B. DESTINATION

Unless otherwise specified in the Invitation for Bid, all goods, materials, supplies, equipment or services covered by this IFB shall be delivered F.O.B. Destination shall be the location indicated in the awarded Contract or Purchase Order.

1.26 BID RESULTS

The City does not mail Bid results or tabulations. However, Bid tabulations are posted and can be downloaded from BidNetDirect (www.bidnetdirect.com). Bidders submitting Bids in response to this solicitation may also request the Bid tabulation for this solicitation via email to the Contracts Specialist indicated as the point of contact for this solicitation.

1.27 APPROPRIATION OF FUNDS

A. In the event funds are not appropriated in whole or in part sufficient for performance of the City's obligations under this IFB, or appropriated funds may

Page 13: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

not be expended due the City Charter spending limitations, then the City, without compensation to Bidders, may terminate or cancel this IFB or not award any contracts under this IFB.

B. In accordance with the Colorado Constitution and City Charter, performance of the City's obligations under any resultant Contract will be expressly subject to appropriations of funds by the City Council, and, in the event the budget or other means of appropriation for any year of the Contract fails to provide funds in sufficient amounts to discharge such obligations, such failure (i) shall act to terminate the Contract at such time as the then-existing and available appropriations are depleted, and (ii) neither such failure nor termination shall constitute a default or breach of the Contract, including any sub-agreement, attachment, schedule, or exhibit thereto, by the City.

1.28 PERIOD OF PERFORMANCE

The Contractor shall complete all work within 180 Calendar Days after the Notice to Proceed. The Contractor will start work promptly after receipt of the Notice to Proceed and Pre-Construction meeting and continue to work diligently until all work is completed and accepted by the City.

1.29 FUNDING This project is being funded by the Colorado Department of Transportation

(CDOT). 1.30 CDOT PRE-QUALIFIED CONTRACTOR REQUIREMENT Contractors responding to this solicitation DO NOT need to be on the CDOT Pre-

Qualified Contractors List 1.31 DAVIS BACON WAGES Davis Bacon wages DO apply to this solicitation 1.32 DBE GOAL This is 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 DBE goal: 9% DBE PARTICIPATION

1.33 ON THE JOB TRAINING This project shall meet the CDOT OJT Standard Special Provisions and the bidder

shall meet the following OJT goal: 1,920 Hours

Page 14: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

1.34 BID DOCUMENTS

The following comprise this Invitation for Bid. Schedule A – Bid Form Schedule B – General Construction Terms and Conditions Schedule C – Clauses for Contracts Subject to Federal Requirements Schedule D – Standard Specifications Schedule E – Project Special Provisions Schedule F – Measurement and Payment Schedule G – Scope of Work Schedule H – Davis Bacon Wages Schedule I - Exhibits The following listed documents must be included with your Bid in order for your Bid submittal to be considered responsive.

Schedule A - Bid Form Exhibit 2 – Minimum Insurance Requirements Form Exhibit 3 – Qualification Statement Exhibit 4 - Representations and Certifications Exhibit 5 - Bid Bond if applicable (see 1.22) Exhibit 7 – CDOT Forms Exhibit 8 – Federal Forms Acknowledged Addendums, if issued

Page 15: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

SECTION II – SCHEDULES Schedule A – Bid Form Schedule B – General Construction Terms and Conditions Schedule C – Clauses for Contracts Subject to Federal Requirements Schedule D – Standard Specifications Schedule E – Project Special Provisions Schedule F – Measurement and Payment Schedule G – Scope of Work Schedule H – Davis Bacon Wages Schedule I – Exhibits

Page 16: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

SCHEDULE A -- BID FORM

Page 17: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

SCHEDULE B – GENERAL CONSTRUCTION TERMS AND CONDITIONS GENERAL CONSTRUCTION TERMS AND CONDITIONS SECTION 100 DEFINITIONS AND TERMS

Titles used in these specifications having a masculine gender, such as “workmen” and the pronouns “he” or “his”, are for the sake of brevity and are intended to refer to persons of any gender. The titles or headings of the sections and subsections herein are intended for convenience of reference and shall not have any bearing on their interpretation. When the Contract indicates that something “shall” be done, the action is required and is not discretionary. Calendar Day Each and every day shown on the calendar, beginning

and ending at midnight. Change Order A written order issued to the Contractor by the City

covering contingencies, extra work, increases or decreases in Contract quantities, and additions or alterations to the plans or specifications, within the scope of the Contract, and establishing the basis of payment and time adjustments for the work affected by the changes. The Change Order is the only method authorized for changing the Contract.

City The City of Colorado Springs, Colorado. Contract Documents Contract Documents include the Request for Proposal,

Instructions to Offerors, Proposal, Amendments, the signed Contract, surety bonds, insurance documents, all terms, conditions, and provisions, and the Specifications, including all modifications thereof incorporated in any of the documents before execution of the agreement.

Contract The executed written agreement between the City and

the Contractor setting forth the obligations of the parties for the performance of the work and the basis of payment. The Contract includes the Contract Documents, Notice to Proceed, and executed Change Orders, all of which constitute one instrument.

Page 18: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Contractor The person, persons, firm, or corporation to whom a Contract is awarded by the City and who is subject to the terms of said Contract. Contractor shall include the agents, employees, workmen, subcontractors and any assignees of said Contract.

Engineer An engineer of the City of Colorado Springs. Notice Any written notice served pursuant to the terms of the

Contract. Notice shall be deemed to have been duly served if delivered in person or by registered mail to:

The Project Manager assigned to the Contract, City of

Colorado Springs, City Engineering, 30 South Nevada Ave., Room 403, Colorado Springs, CO 80903.

Notice to the Contractor will be to the Authorized

Representative of the Contractor at the site of the Project in person; or by registered mail to the Contractor’s principal place of business as indicated in the Contractor’s proposal certifications; or as to the Surety on the performance bond by registered mail to the Surety at the home office of such surety.

Plans The drawings, or reproductions, provided by the City

that show the location, character, dimensions, and details of the work to be done.

Project Manager An individual representing the City responsible for

managing and oversight of the Contract. . Project The entire improvement outlined in the Scope of

Services which is to be constructed in whole or in part pursuant to the Contract.

Subcontractor A person, firm, or corporation, other than the

Contractor, supplying labor or materials, or both, or equipment furnished at the site of the project under an Agreement with the Contractor.

Surety The person, firm, or corporation that has executed as

surety the Contractor's Proposal, Performance, Payment and Maintenance Bonds.

Work Work performed under the Contract.

Page 19: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Working Days Days of the week, not including weekends and City holidays, unless otherwise stated.

SECTION 101 CONTRACT DOCUMENT INTERPRETATION

101.00 INTENT OF CONTRACT DOCUMENTS

The sections of the Contract Documents are complementary, and what is called for by any one shall be as binding as if called for by all. The intent of the Contract Documents is to include the cost of all labor and materials, water, fuel, tools, plants, equipment, light, transportation, and all other expenses as may be necessary for the proper execution of the work. If the Contract Documents should be contradictory in any part, the order of precedence shall be as described in the Contract. Any work shown on the Plans and not covered in the specifications, or included in the Specifications and not shown on the Plans, shall be executed by the Contractor as though shown both on the Plans and included in the Specifications. If the Contractor, in the course of the work, finds any discrepancy between the Plans and the physical layout, or any errors or omissions in Plans or layout, he shall immediately so inform the Project Manager and the Project Manager will promptly verify them. Any work done after such discovery without written consent of the Project Manager authorizing the same shall be done at the Contractor's risk and sole expense. Any incidental and/or appurtenant items not specifically called for in the Plans and Specifications, but which are necessary to complete the work in accordance with the requirements of good practice, as determined by the Project Manager, shall be included as a part of the Contractor’s proposal price and furnished at no additional cost to the City. In interpreting the Contract Documents, words describing materials or work which have a well-known technical or trade meaning, unless otherwise specifically defined in the Contract documents, shall be constructed in accordance with such well known meaning recognized by architects, engineers, and the trade.

101.01 SPECIAL PROVISIONS, SPECIAL

SPECIFICATIONS Special Provisions or Special Specifications may be written to expand upon, modify or cancel these general provisions or the standard specifications.

Page 20: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

101.02 STANDARD MANUFACTURER Wherever the terms "standard", "recognized" or "reputable" manufacturers are used, they shall be construed as meaning manufacturers who have been engaged in the business of fabricating materials, equipment, or supplies of the nature called for by the Specifications for a reasonable period of time prior to the date set for submission of proposals, and who can demonstrate to the satisfaction of the City that said manufacturer has successfully installed equipment, materials, or supplies of the type proposed to be furnished in at least three instances and that the performance of such materials, equipment, or supplies for a period of over twelve months prior to the date fixed for submission of proposals shall, prima facie, be deemed to have been engaged in such business for a reasonable length of time.

101.03 "OR EQUAL" CLAUSE Whenever in any section of the Contract documents, any article, material, or equipment is defined by describing a proprietary product, or by using the name of manufacturer or vendor, the term "or equal" if not inserted, shall not be construed in such a manner as to exclude manufacturers' products of comparable quality, design, and efficiency, subject to review and approval by the Project Manager. The Project Manager may require that proposed equals be submitted for review and approval.

SECTION 102 COMPLIANCE WITH LAWS

102.00 PUBLIC IMPROVEMENT ASSESSMENT If the cost of the improvement to be constructed under the Contract is to be assessed upon the owners of land benefited by such improvement, upon complaint of any such landowner that the improvement is not being constructed in accordance with the Contract, the City Council may consider the complaint and make such order in the premises as shall be just to ensure compliance with the Contract.

102.01 ALL LEGAL PROVISIONS INCLUDED It is the intention and agreement of the parties to this Contract that all legal provisions of law required to be inserted, shall be and are inserted. However, if by mistake or otherwise, some such provision is not inserted, or is not inserted in proper form, then upon application of either party, the Contract shall be amended so as to strictly comply with the law and without prejudice to the rights of either party.

Page 21: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

102.02 LICENSES AND PERMITS It shall be the responsibility of the Contractor to obtain, at its expense, all necessary licenses and permits to do the Project, in accordance with applicable Federal, State and local laws, regulations and ordinances. Typical permits and fees include, but are not limited to, Excavation/Boring Permits, Concrete Construction Permits, Fugitive Dust Permits, Regional Building Permits, Pavement Degradation fees, as well as Traffic Control and Barricade Plans to be approved by the City Traffic Division for all work within public rights-of-way and easements i.e. (curb and gutter, sidewalks, pedestrian ramps and cross pans).

SECTION 103 AWARD AND EXECUTION OF CONTRACT

103.00 CONTRACT EXECUTED A single original Contract to include the Contractor's Performance, Labor and Material Payment and Maintenance Bonds may be executed and maintained in the official Contract file located in the City Contracts office. The original copy of the Contract maintained in the City Procurement Services file shall take precedence for purposes of interpretation or determining what the Contract says. After all required signatures are obtained; photocopy counterparts (copies) will be made and distributed to the following, as applicable:

(a) Contractor (b) Project Manager (c) City Finance Department (d) Inspector

Each Bond shall have an original Power of Attorney attached. The Contractor shall provide compensation insurance and public liability and property damage insurance as outlined in the Contract. The costs of executing the bonds, Contract, and insurance, including all notaries’ fees and expense, are to be paid by the Contractor to whom the Contract is awarded. Bonds shall be furnished on forms prepared by the City. Copies of the City's Bond Forms are included in the Exhibits Section of the Request for Proposal, if applicable.

103.01 VERBAL AGREEMENTS No verbal agreements or conversations with any agent or employee of the City either before or after execution of the Contract shall affect or modify any of the terms or obligations contained in any of the documents comprising the Contract.

103.02 CONTRACT SECURITY The Contractor shall furnish good and sufficient Performance, Labor and Material Payment and Maintenance Bonds on the form attached hereto in an amount not

Page 22: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

less than the full amount of the Contract price as security for the faithful performance of the Contract, for the payment of all persons performing labor and furnishing material in connection with the work, and for all guarantees of materials and workmanship required in the Contract. If at any time during the continuance of the Contract a surety on the Contractor's bond or bonds becomes irresponsible, as determined in the City’s sole and absolute discretion, the City shall have the right to require additional and sufficient sureties which the Contractor shall furnish within ten (10) days after written notice to do so. Any additional surety bonds shall cover the entire original Contract amount and any increases thereto.

103.03 INDEPENDENT CONTRACTOR In the performance of the Contractor's obligations under this Contract, it is understood, acknowledged and agreed between the parties that the Contractor is at all times acting and performing as an Independent Contractor, and the City shall neither have nor exercise any control or direction over the manner and means by which the Contractor performs the Contractor's obligations under this Contract, except as otherwise stated within the Contract terms. The City shall not provide any direction to the Contractor on the work necessary to complete the Project. Contractor understands that it is an independent contractor responsible for knowing how to perform all work or tasks necessary to complete Project. The Contractor understands and agrees that the Contractor and the Contractor's employees, agents, servants, or other personnel are not City employees. The Contractor shall be solely responsible for payment of salaries, wages, payroll taxes, unemployment benefits or any other form of compensation or benefit to the Contractor or any of the Contractor's employees, agents, servants or other personnel performing services or work under this Contract, whether it be of a direct or indirect nature. Further in that regard, it is expressly understood and agreed that for such purposes neither the Contractor nor the Contractor's employees, agents, servants or other personnel shall be entitled to any City payroll, insurance, unemployment, worker's compensation, retirement or any other benefits whatsoever.

SECTION 104 THE CONTRACT: FOLLOWING EXECUTION

104.00 MATERIALS Unless otherwise stipulated in the Contract, the Contractor shall provide and pay for all materials, labor, water, tools, equipment, light power, transportation, and other facilities necessary for the execution and completion of the work. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of materials.

Page 23: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

104.01 SCHEDULE In the event of contradictions or inconsistencies, this clause shall take precedence over any language relevant to scheduling included anywhere else in this Contract. The Contractor shall be responsible for planning, scheduling, and reporting the progress of the work to ensure timely completion of the work as called for in the Contract Documents. The Contractor shall prepare a detailed Project schedule (“Project Schedule”) that shall be used for coordination, for evaluation of progress, and for the evaluation of changes to the Contract. The Project Schedule shall include all activities, including those of subcontractors, Contractor’s engineers and surveyors, and suppliers. Seasonal and weather constraints, utility coordination, railroad restrictions, right of way restrictions, traffic constraints, environmental constraints, other project interfaces, expected job learning curves and other constraints shall be considered when preparing the Project Schedule, including any phasing or sequencing of the work specified in the Contract Documents. Days scheduled as no work days shall be indicated. The Project Schedule shall consist of a Methods Statement as defined in subsection (a) below and a progress schedule consisting of (1) a Critical Path Method (“CPM”) schedule as defined in subsection (b) below, or (2) a Bar Chart schedule as defined in subsection (c) below. A CPM Schedule shall be required if the Contract exceeds $250,000 or if the construction period exceeds 150 Calendar Days, unless the Contract Documents stipulate otherwise. The CPM Schedule shall utilize Primavera’s Suretrak Project Manager software (or other software designated by the Project Manager), or be capable of being read and manipulated by Suretrak Project Manager software (or other software designated by the Project Manager). The Project Schedule shall show all work completed within the Contract Period of Performance. The City reserves the right to approve or disapprove any proposed schedule. If disapproved, the Contractor must make requested changes and resubmit the schedule for approval within five working days of the disapproval by the City. After award, the Contractor shall submit two copies of all required schedule information as described below. Schedules, schedule updates, diagrams and reports using CPM shall also be submitted electronically in the appropriate software format. All schedules, diagrams, and reports shall include a title, project number, date of preparation, and the name of the Contractor. The Bar Chart or CPM 90-day schedule shall be submitted at least 14 Calendar Days prior to the start of the work. The Project Manager’s review will not exceed five working days. Work shall not begin until the Project Schedule is accepted in writing, unless otherwise approved by the Project Manager.

(a) Methods Statement. A Methods Statement shall be prepared for the prominent features listed in the Contract Documents, and for any feature not listed in the Contract Documents that the Contractor considers a

Page 24: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

controlling factor for timely completion. The Methods Statement shall be a detailed narrative describing each feature and all work necessary to complete the feature. The Methods Statement shall be submitted with the Contractor’s schedule. The following format is required: 1. Feature: Name of the feature;

2. Responsibility: Contractor, subcontractor, supplier, utility, etc.

responsible for the feature;

3. Procedures: Procedures to be used to complete the work. The procedure to be used shall include general information regarding methods such as forming, excavation, pouring, heating and curing, backfill and embankment, trenching, protecting the work, etc. When separate or different procedures are to be employed by the Contractor due to seasonal or Project phasing requirements, such differing procedures shall be described in the procedure statement;

4. Production Rates: The planned quantity of work per day for each

feature;

5. Labor Force: The labor force planned to do the work;

6. Equipment: The number, types, and capacities of equipment planned to do the work;

7. Work Times: The planned time for the work to include:

(a) number of work days per week (b) number of shifts per day (c) number of hours per shift

At the Project Manager’s request, the Contractor shall update the Methods Statement, or any part thereof, and submit it with the Job Progress Narrative Report or Schedule Update, whichever is earlier.

(b) Critical Path Method. CPM is a scheduling method which shows the interdependencies between work activities. The critical path is that path through the schedule which, if delayed, will cause a delay to project completion. The progress schedule shall include as a minimum the prominent features of this Project as listed in the Contract Documents. The progress schedule shall include all activities for all work on the Project, including subcontracted work, delivery dates for critical material, submittal and review periods, milestone requirements and no work periods. Where the Project has

Page 25: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

specific phases, each phase shall be described separately for each applicable prominent feature. Construction activity duration shall not exceed 15 Calendar Days unless approved by the Project Manager. Series of activities that have aggregate durations of five Calendar Days or less may be grouped in a single activity. For example, “form, reinforce, and pour pier” could be defined as a single activity rather than three. Single activities or a series of grouped activities of at least one Calendar Day duration may also need to be included in the Project Schedule as determined by the Project Manager (e.g. same activities but noted separately by location). Time Scaled Logic Diagram: This diagram shall show the logical progression of all activities required to complete the work defined in the Contract Documents. Activity information shall include activity ID, description, duration, early start and finish dates, late start and finish dates, total float, and responsibility. 1. 90-Day Schedule. The 90-Day Schedule shall provide all necessary

detail for procurement, construction and submittal activities required during the first 90 days of the Period of Performance. This submittal shall include a Time Scaled Logic Diagram.

2. Project Schedule, as described above.

The Project Schedule shall cover the entire Period of Performance.

3. Schedule Updates. The Contractor shall update the 90-Day Schedule or the Project Schedule to reflect actual construction progress of all work activities on the project. Updates shall show the previous 30 days progress and a 60-day projection for all work started, completed, or in progress during this three month window. The Project Schedule shall be updated as of the cutoff date for the monthly progress pay estimate and submitted to the Project Manager before the payment of the progress pay estimate is approved. Each of the diagrams, charts, and reports shall comply with the requirements for the Project Schedule above, except that they shall also include the actual completion dates and percentages of completion for the appropriate activities.

(c) Bar Chart. The Bar Chart shall be time scaled and shall show the following: 1. The prominent features, as listed in the Contract Documents.

Page 26: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

2. Any feature not listed in the Contract Documents that the Contractor considers a controlling factor for timely completion.

3. The number of days required to complete each feature and its

relationship in time to other features.

4. Sufficient space for each feature to permit two additional plots parallel to the original time span plot.

5. The anticipated delivery dates for equipment or materials in any feature

that could affect timely completion of the project.

6. Critical completion dates for any activity within any feature that could affect timely completion of the project.

7. Connecting lines between features that show the intended progression

of activities. The Project Schedule shall cover the time from the Day of Notice to Proceed to the predicted completion date. The Project Schedule shall be updated as of the cutoff date for the monthly progress pay estimate and submitted to the Project Manager before the payment of the progress pay estimate is approved. The Contractor shall provide a copy of the original bar chart showing, for each feature, the days actually worked and the anticipated days required to complete.

(d) Project Coordination. The Contractor shall coordinate and schedule its work to include anticipated utility work. Various City and private utility entities may be working to install and/or inspect their utilities within the Project area. Reasonable delays should be expected for utility lowering, relocations and placement. These delays shall not be reason for granting any monetary change or performance time alteration to the Contract. As a minimum, the Contractor’s Project Schedule shall reflect coordination with the following:

1. City of Colorado Springs City Engineering Division 2. City of Colorado Springs Traffic Engineering Division

3. Colorado Springs Utilities (water, wastewater, gas, electric)

4. City of Colorado Springs Parks, Recreation and Cultural Services

Department

5. Private Utility and Telecommunication Companies

Page 27: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

(e) Contractor Early Finish or Voluntary Acceleration. Early finish or voluntary acceleration of the schedule by the Contractor is acceptable provided: 1. At the time the Contractor submits the Project Schedule indicating an

early finish or voluntary acceleration, the City is notified in writing of actions on the City’s part necessary to accommodate the change(s).

2. The City agrees to such change(s) in writing.

3. The City is compensated by the Contractor for any inconvenience or expense associated with the change(s).

4. There is no increase to Contract cost.

A Job Progress Narrative Report shall be submitted bi-weekly as a minimum and with all Project Schedule updates. It shall detail the description of job progress, problem areas, current and anticipated delaying factors and their anticipated effects, impacts to job milestones or Project completion, any corrective action proposed or taken, and any minor revisions to the Project Schedule. If the Job Progress Narrative Report indicates problem areas and impacts to job milestones or Project completion, a revised Project Schedule shall also be submitted as specified below. Revision of the Project Schedule may be required, as determined by the Project Manager, for: a major revision in the schedule logic or methods of construction; the addition, deletion, or revision of activities required by Contract modification; delays in milestones or the completion of the Project; or for prosecution of work that revises the phasing or staging which is represented on the plans or on the progress schedule. If in the opinion of the Project Manager, the Contractor falls behind the approved Project Schedule, the Contractor shall take steps necessary to improve Project progress, including those steps that may be required by the Project Manager, without additional costs to the City. In those circumstances where the Contractor is behind schedule, the City may require the Contractor to increase the number of shifts, overtime operations, days of work, and/or the amount of construction planned and to submit such changes and revisions to the Project Schedule to the Project Manager for approval that will demonstrate how the approved rate of required progress will be regained. Failure of the Contractor to comply with the requirements of the Project Manager under this subsection shall be grounds for a determination by the City that the Contractor is not prosecuting the work with sufficient diligence to ensure timely completion of the Contract as required. If it is determined that a revision to the Project Schedule is required, it shall be provided to the Project Manager for review within 15 Calendar Days of Contractor receiving written notification of the requirement from the Project Manager. The Project Manager’s review of the revised schedule will not exceed 5 working days. Revisions required as a result of the Project Manager’s review shall be submitted

Page 28: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

within 5 working days. When accepted by the Project Manager in writing, the revised schedule shall become the Project Schedule. The Contractor shall participate in the Project Manager’s review and evaluation of the submittals. Meetings will be held to review progress and planning when requested by the Project Manager or Contractor. The Project Manager may request additional project scheduling information and documentation as deemed necessary, including reports and other information that may be reasonably generated using CPM software if required by the Contract. The Contractor shall prosecute the work according to the Project Schedule. The Contractor shall be responsible for assuring that its subcontractors, suppliers, and engineers/surveyors, at any tier, also prosecute the work according to the Project Schedule. The City shall be entitled to rely on the Project Schedule for planning and coordination. Acceptance of the Contractor’s Project Schedule by the Project Manager is not to be construed as relieving the Contractor of obligation to complete the Contract work within the Contract time allowed for the portion of the work or the entire Contract, or granting, rejecting or in any other way acting on the Contractor’s request for extension of Contract time, or claims for additional compensation. All costs relating to preparation, submittal, and acceptance of the Project Schedule, reports and revisions, and all requirements of this subsection will not be paid for separately, but shall be included in the work. Failure of the Contractor to comply with the requirements of this subsection may be grounds for a determination by the Project Manager that no further progress payments are to be made until the Contractor is in full compliance.

104.02 SCHEDULE OF VALUES Promptly following the execution of the Contract Documents for all Firm Fixed Price, lump sum Contracts, the Contractor shall prepare and transmit to the Project Manager two copies of an itemized Project cost breakdown showing the unit quantities of each major construction item and the corresponding unit prices. Such unit prices shall contain all costs including profit and overhead of each item complete in place. The total cost of all the items shall equal the Contract price for the Project. This breakdown, once approved by the Project Manager, will be used primarily in determining payment due the Contractor as provided herein. If, in the opinion of the Project Manager, any unit price submitted by the Contractor is unbalanced, a detailed breakdown of the items contained in the unit will be required. For Contracts executed on a fixed unit price basis, payment shall be made based on the actual number of units installed or performed that are complete, however,

Page 29: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

payment shall not exceed the total Contract amount unless previously approved by Change Order.

104.03 SURVEYS Unless otherwise specified in the Contract Documents, the City will furnish all site surveys, easements, pipeline licenses, etc., necessary to authorize construction of any permanent works required in the Contract, where such work is to be done on property other than the City's. The Project limits of construction shall be within the public right-of-way and/or City easements. The Contractor shall not trespass on premises outside of the limits of construction for this Project, unless permission to do so is granted by the property owner in writing. Copies of any such grant shall be furnished to the City prior to the performance of any work outside the limits of construction.

104.04 SUBCONTRACTS

The Contractor will be permitted to subcontract a portion of the Contract; however, the Contractor shall perform work amounting to 30 percent or more of the original total cost of proposal items. Any items designated in the Contract as “specialty items” may be performed by subcontractor. The cost of “specialty items” so performed by subcontractor may be deducted from the original total cost of proposal items before computing the amount of work required to be performed by the Contractor. The calculation of the percentage of subcontracted work shall be based on the Contract unit prices rather than subcontract unit prices. Proportional value for a subcontracted partial Contract item will be verified by the Project Manager. For the purpose of calculating the value of subcontracted work, the cost of procuring materials and manufactured products can be included in either the Contract or subcontract. However, when a firm both sells material to a Contractor and performs the work of incorporating the materials into the Project, these two phases shall be considered in combination and as constituting a single subcontract. The Contractor shall as soon as practical after signing the Contract notify the Project Manager in writing, giving the names and qualifications, of all subcontractors proposed to do work on the Project within fifteen (15) business days of notice of award. The City shall have the right to reject subcontractors who are debarred or suspended from doing business with the federal government, State government, or the City of Colorado Springs. The Contractor shall notify the Project Manager of each subcontract he awards, giving:

(a) Name, address, and telephone number of the subcontractor

(b) Branch of work covered

Page 30: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

(c) Total price of subcontract (d) Date of subcontract

It shall be the responsibility of the Contractor to file with the Project Manager copies of applicable permits and licenses required to do the subcontracted work. Subcontracts or transfer of Contract obligations shall not release the Contractor of liability under the Contract and bonds.

104.05 OTHER CONTRACTS The City may undertake or award other Contracts for additional work at or near the site of the work under this Contract. The Contractor shall fully cooperate with the other Contractors and with City employees and shall carefully adapt their scheduling and performance of the work to accommodate the additional work, heeding any direction that may be directed by the Project Manager. The Contractor shall not commit or permit any act, which will interfere with the performance of work by any other contractor.

SECTION 105 CONSTRUCTION SITE

105.00 LANDS TO BE USED FOR WORK The Contractor shall confine the work activities to the area shown in the construction drawings. The Project Manager will furnish the Contractor with copies of all executed right of way (ROW) and easement documents for the Project. The established work zone shall be marked and secured with orange safety fence. Any additional work area required within adjoining private properties must be acquired by the Contractor by written permission from the property owner. The Contractor shall restore any damage or disruption to other properties utilized in the performance of this Project to an equal or better than pre-construction condition at no cost to the City. The Contractor shall indemnify and hold the City harmless from any claims or losses from damage or disruption of private property. Contractor shall provide, at its expense and without liability to the City, any additional land and access thereto that may be required for temporary construction facilities or for storage of materials. All such costs will be considered incidental to the work and will not result in additional cost to the City. Contractor personnel shall not unnecessarily enter upon private property without the express written consent of the landowner. The Contractor shall provide the Project Manager with a copy of the written permission. The Contractor shall indemnify and hold the City harmless from any claims or losses related to Contractor trespassing.

Page 31: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

105.01 STORAGE OF MATERIALS The Contractor shall confine its equipment, apparatus, the storage of materials and operations of Contractor's workmen to limits indicated by law, ordinances, permits, or directions of the City and shall not encumber the Project site with materials or equipment not necessary for the Project.

105.02 LOADING OF STRUCTURES The Contractor shall not load or permit any part of a structure to be loaded with a weight that will endanger the structure's safety. The Contractor shall enforce the Project Manager's instructions regarding signs, advertisements, fires, and smoke.

105.03 SANITARY PROVISIONS The Contractor shall provide and maintain on the construction site at all times suitable sanitary facilities for use of those employed on this Contract without committing any public nuisance. All toilet facilities shall be subject to the approval of the El Paso County Public Health Department. All portable toilet facilities for this Project shall be kept on City or State right-of-way as directed by the Project Manager.

105.04 ACCIDENT PREVENTION The Contractor shall be solely responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the Work. The Contractor shall submit to the City an acceptable, comprehensive Safety Plan for review prior to commencement of the Work. The Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury, or loss to: a.) All persons on or about the Site or who may be affected by the Work;

b.) All Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and

c.) Other property at the site or adjacent thereto, including buildings, real

property, trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and underground facilities not designated for removal, relocation, or replacement in the course of the Work.

Notwithstanding the foregoing, the City reserves the right to direct the Contractor to stop work and correct an unsafe condition at any time that any person present at the job site identifies any unsafe condition or action. For this purpose only, any

Page 32: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

person at the job site is authorized to act on behalf of the City, but such intermittent delay shall not be grounds for an increase in the Contract price or schedule. Precaution shall be exercised at all times for the protection of persons, including employees, and property. The safety provisions of all Federal, State and Municipal laws and any other codes relating to the public safety, shall be strictly observed, and the Contractor shall, at all times, whether or not so specifically directed by the Project Manager, take the necessary precautions to ensure the protection of the public. Piling, sheeting and shoring shall be utilized where required to prevent any excessive widening or sloughing of a trench which may be detrimental to human safety, traffic flow, a pipe being placed, trees, or to any existing structure. Excavated materials shall be placed a safe distance from the sides of the trench. Heavy equipment shall not be used or placed near the sides of a trench unless the trench is adequately braced. The Contractor shall not load or permit any part of a structure to be loaded with a weight that will endanger the structure's safety. The Contractor shall designate a qualified and experienced safety representative at the Work site(s) whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety plans and programs.

105.05 PROTECTION OF THE PUBLIC WORKS AND PROPERTY The Contractor shall provide and maintain all necessary watchmen, barricades, lights, and warning signs and take all necessary precautions for the protection of the public. The Contractor shall continuously maintain adequate protection of all work from damage, and shall take all reasonable precautions to protect the City's property from injury or loss arising in connection with the Contract. The Contractor shall make good any damage, injury, or loss to their work and to the property of the City resulting from lack of reasonable protective precautions except such as may be due to errors in the Contract Documents, or caused by agents or employees of the City. The Contractor shall check all cautionary signs at least once a day during this Contract. The Contractor shall continuously maintain adequate protection of all their work from damage and shall protect the City's and adjacent property from injury arising in connection with this Contract. The Contractor will be responsible for any and all damage to property, public or private, that may be caused by its operations in the performance of this Contract, and the Contractor shall defend any suit that may be brought against itself or the

Page 33: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

City on account of damage inflicted by its operations, and shall pay any judgments awarded to cover such damage and shall indemnify the City for any losses arising out of such damage or related claims. The Contractor shall be responsible for the restoration of all existing surface or subsurface improvements damaged as a result of construction at no additional cost to the City.

105.06 PUBLIC ROADS The Contractor in executing the work on this Project shall not unnecessarily impede or interfere with traffic on public highways or streets. Detours, including surfacing, guard rails, temporary bridges and culverts, as may be shown on the drawings, or ordered by the Project Manager to accommodate the general public, residents adjacent to the improvements, and the United States mail shall be provided and maintained by the Contractor in a good workmanlike manner. Any call out of City Barricade Crews shall be charged to and paid for by the Contractor. All work done within the public right-of-way and/or easements requires n Traffic Control Plan approved by the City Traffic Engineering Division. The Contractor shall provide and maintain in place all barricades, warning signs, lights and other safety devices required to protect the work, divert traffic, and warn pedestrians of open excavation, unfilled trenches, and other areas or conditions which might be hazardous or dangerous. Detour routings must first be submitted to the City Traffic Engineer for review and approval and shall be signed for the entire route of the detour as required to return the traffic to their street or origination. Detours shall be maintained throughout the period of construction in such a manner as to provide the least amount of disruption to normal traffic flow. All signing and barricading shall conform to the latest editions of the following:

(a) Manual of Uniform Traffic Control Devices for Street and Highways (MUTCD)

(b) City of Colorado Springs Traffic Signage and Markings Manual

(c) City of Colorado Springs Construction Traffic Control Manual The City Traffic Engineer may require flag persons or off-duty police officers for traffic direction.

Page 34: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

105.07 PROTECTION OF EXISTING CURBS, GUTTERS AND DRIVEWAYS The Contractor shall exercise care in protecting existing curbs, gutters and driveways. Curbs, gutters and driveways damaged by the Contractor's operations shall be removed and replaced by the Contractor at Contractor's expense.

105.08 PROTECTING AND REMOVING PLANTINGS

The Contractor shall protect all existing trees, shrubs and other plantings from above ground and root structure damage during the construction activities. Plantings which are considered to be slightly damaged shall be properly pruned and sealed according to accepted nursery practices. Contractor shall be liable for the costs of any unnecessary damage to plants or trees as determined by the Project Manager. Where plantings are in conflict with new work, as determined by the City Forester (plantings in the public right-of-way) or by the inspector or owner (plantings on private property), the Contractor shall at his expense remove the planting. The Contractor shall coordinate with the City Forester prior to working in the vicinity of plantings in the public right of way. In all cases, the proper planting season shall be observed to assure proper establishment and growth of the plantings. Tree branches shall be trimmed back to the trunk, all around, to a minimum height of 8’ above the adjacent walkway. Work shall be done only by a licensed Tree Service as provided in City Code Chapter 2, Article 3, Part 3.

105.09 PUBLIC CONVENIENCE AND SAFETY The Contractor shall make every effort to minimize the inconvenience to property owners and to the traveling and pedestrian public, and shall conduct the Work to minimize obstruction to traffic and inconvenience to property owners affected by the Work. The Contractor shall notify and coordinate the closing and construction of the driveways, curb, gutter and sidewalks with the Project Manager and the adjoining property owners in advance of Work in writing. The Contractor shall provide 72 hours written notice in advance of any construction that may affect access, parking and/or existing structures, including fences adjacent to that property. Suitable access and parking will be maintained at all times. Access may be limited to half the existing driveway width for limited periods during concrete driveway and street construction. An additional verbal notice shall be provided to each business or property owner 30 minutes prior to the actual access drive closure.

Page 35: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Relocating of fences and structures shall be coordinated with property owners and shall include miscellaneous items including, but not limited to, utility services, street signs and mailboxes, sod replacement, sprinkler system modifications, control boxes, railroad tie walls, etc. If no such items are specifically included in the Contract, these items will be considered incidental to the work and are to be included in the unit prices. The Contractor shall coordinate the salvaging of any materials suitable for re-use with the City Inspector and, if on private property, with the respective property owners.

Any restrictions on street parking or traffic movement shall be coordinated with the City Traffic Engineer.

105.10 FAILURE TO MAINTAIN SAFE SITE If the City becomes aware of failure to comply with applicable safety regulations, the Project Manager may inform the Contractor who shall take immediate steps to remedy the noncompliance. The Project Manager shall give written notification to the Contractor directing it to correct the unsafe acts or conditions. If the Contractor fails to comply with such a notification, the Project Manager may issue a Stop Work order in accordance with this Contract, and work shall only be resumed after adequate corrective actions have been taken to correct the safety deficiencies the Contractor has been notified of. Stoppage of work because of noncompliance with prescribed accident precaution measures shall not be considered a changed condition or changes in work, nor reason for extension of completion time. In case of injury to persons or property by reason of failure to erect and to maintain necessary barricades, safeguards, and signals, or by reason of any act or omission of the Contractor, or Contractor's subcontractors, agents, or employees, during the performance of this Contract, the City may withhold payments due the Contractor so long as shall be reasonably necessary to indemnify the City on account of any such injuries, but the City's payment or failure to pay any sum shall not be considered a waiver of its right to indemnity under the this Contract.

105.11 EROSION AND DRAINAGE CONTROL Contractor shall provide for the drainage of stormwater and such water as may be applied or discharged on the site in performance of the work per the latest revision of the City of Colorado Springs Drainage Criteria Manual, Volume II. Drainage facilities shall be adequate to prevent damage to the work, the site, and adjacent property. The Contractor shall prevent the pollution of drains and watercourses by sanitary waste, sediment, debris or other substances resulting from this work. Contractor shall be required to clean up and isolate such materials on a continuing basis to prevent risk of washing into such drainage ways.

Page 36: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Should the affected areas of the Project exceed one acre, a Stormwater Discharge Permit shall be required. Affected area includes excavations, material stockpiles and areas where equipment and vehicles disturb the ground. An exact definition of the affected area should be obtained from the Colorado Department of Public Health and Environment (CDPHE).

105.12 POLLUTION The Contractor shall at all times ensure compliance with applicable Federal, State, and Municipal air, water, and noise pollution laws and ordinances. The Contractor shall at all times have the proper sprinkling equipment available and shall apply water in the amount determined by each site condition or as directed by the Project Manager. The Contractor shall obtain all necessary permits at Contractor's expense, which may include, but not be limited to, El Paso County or a State Air Emission permit, State of Colorado Construction Activity permit, State of Colorado Dewatering permit and Section 404 Corp of Engineers permit, unless otherwise specified in the RFP.

105.13 TEMPORARY CONSTRUCTION

All temporary facilities, including the Contractor's field office which it may maintain at the site, and additional offices erected by subcontractors, shall be neatly constructed and arranged on the site in an orderly manner. The Contractor shall prepare and submit to the Project Manager, for approval prior to starting work, a construction plan layout, showing arrangement of storage areas, temporary buildings, equipment, and work areas. The Contractor shall provide suitable weather-tight storage sheds of capacity required to contain all materials which might be damaged by storage in the open. The Contractor shall at all times keep copies of all Contract Documents readily accessible at its office at the site.

105.14 TEMPORARY WATER SUPPLY

The Contractor shall provide, at Contractor's own expense, temporary water connections and water supply necessary for the prosecution of the work and permit all contractors on the work to use this supply at a reasonable prorated charge, or by sub-metering. The Contractor shall pay for all water consumed in the work, and shall arrange with Colorado Springs Utilities for temporary connections and payment of service charges. Upon completion of the Contract work, all temporary waterlines shall be removed. The City will devise a method and plan to monitor and enforce the proper use of temporary water. The City will inspect for compliance.

105.15 TEMPORARY ELECTRICITY

The Contractor shall arrange with the Colorado Springs Utilities for temporary electricity necessary for the prosecution of the work. The Contractor shall pay for

Page 37: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

all electric current consumed, and shall permit all contractors on the work to use this supply at a reasonable prorated charge, or by sub-metering.

105.16 TEMPORARY HEAT

The Contractor shall provide adequate, temporary heat required during construction. Until the building or work area is enclosed, heavy tarpaulin shall be used to enclose any space requiring heating or protection from weather during construction operations. After the heating plant is in operating condition and the building is enclosed, heat may be provided from the permanent heating plant if such is approved by the Project Manager. In such case, the Contractor shall arrange to operate the plant, connect permanent or temporary radiation or unit heaters, and so maintain the plant during operation that it will be turned over to the City undamaged at the completion of the work. The Contractor shall provide all fuel required. In no case shall salamander heating be used in finished or plastered surfaces; instead, gas-steam radiators, unit heaters, or other suitable and approved means shall be used if the permanent heating plant is not available. This applies only to structures. It does not apply to road improvements or other outdoor improvements.

105.17 TEMPORARY ENCLOSURES

The Contractor shall provide and maintain temporary enclosures for the work as may be required to permit continuation of interior work during inclement weather, if wall and roof construction has progressed sufficiently to make interior work possible. This applies only to structures. It does not apply to road improvements or other outdoor improvements.

105.18 CLEAN-UP The Contractor shall at all times keep the work area including storage and staging areas, free from accumulations of waste materials. The Contractor is also responsible for any costs associated with cleanup of debris from the work site or storage areas that may inadvertently be scattered outside the area by weather or vandalism. Upon completion of the work, the Contractor shall leave the work area in a clean neat and orderly condition satisfactory to the Project Manager.

SECTION 106 ROYALTIES, PATENT INFRINGEMENTS, SPECIAL LICENSES AND PERMITS

106.00 ROYALTIES AND PATENTS The Contractor shall pay all applicable royalties and license fees. The Contractor shall defend all suits or claims for infringement of any patent rights and save the City harmless from loss on account thereof except that the City may be responsible for any such loss when a particular process, design, or the product of a particular

Page 38: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

manufacturer or manufacturers is specified, unless the City has notified the Contractor prior to the signing of the Contract that the particular process, design, or product is patented or is believed to be patented.

SECTION 107 WORK PROVISIONS AND RULES

107.00 COMMENCEMENT AND COMPLETION OF WORK

(a) Preconstruction Conference. After issuance of Notice to Proceed, or as otherwise established by the City, a preconstruction conference (“Preconstruction Conference”) shall be held for review of the construction schedule, Contractor’s written list of subcontractors and suppliers, written list of all required permits, project contracts, utility support plan, water control plan, Traffic Control Supervisor name and telephone number, gradations, test results, certifications, review procedures for handling shop drawings and other submittals, processing applications for payment, and other pertinent items.

(b) At the Preconstruction Conference, the Contractor shall furnish the Project

Manager a written list of all permits required for the proper completion of the Contract. The list shall clearly identify the type of permit or permits that must be obtained before work on any particular phase or phases of work can be started.

(c) The Contractor shall commence work within ten (10) Calendar Days of the

date specified on the Notice to Proceed and complete the Contract within the number of Calendar Days or by the date specified in the proposal form. Unless otherwise noted in the Contract, the number of days are Calendar Days.

(d) The dates fixed for commencement and completion of the work may be

extended by the Project Manager. All requests for extension of time by the Contractor shall be made in writing to the Project Manager and shall set forth the reasons for such requests. The Project Manager may fix the period of extension, if any. In addition, the Project Manager may grant a period of extension upon an execution of a Change Order. Any Project Manager’s decision on extensions of time shall be binding upon the parties hereto. Requests for extension of time received twenty (20) or more days after the occurrence of the delay will not be honored. No requests for extension of time shall be honored if submitted after the completion date.

(e) If satisfactory execution and completion of the Contract shall require work

or materials in greater amounts or quantities other than those set forth in the Contract, then the Contract time may be adjusted at the time of the execution of the Change Order. No allowance will be made for delays or suspension of the prosecution of the work due to the fault of the Contractor.

Page 39: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

107.01 FAILURE TO COMPLETE WORK ON TIME,

LIQUIDATED DAMAGES If the Contractor fails to fully perform and complete the work in conformity to the provisions and conditions of the Contract within the specified time limit set forth in the Contract, including any extensions granted hereto, the Contractor may be subject to a stop work order, as provided in this Contract. In addition, the Contractor shall pay to the City for each Calendar Day of delay until such time the Contract is complete, liquidated damages at the applicable daily rate below. The amounts shown are considered to be liquidated damages to reimburse the City for the additional cost of construction engineering and Contract administration services and in no case are considered a penalty.

Original Contract Amount Amount of Liquidated Damages Per Day

Less than $50,000 $300.00

$50,000 to $100,000 $500.00

$100,000 to $500,000 $700.00

$500,000 to $1,000,000 $900.00

Over $1,000,000 $1500.00

107.02 WORK IN BAD WEATHER

No construction work shall be done during stormy, freezing, or inclement weather, except such as can be done satisfactorily, and in a manner to secure first class construction throughout, and then only subject to permission of the Project Manager. The granting of a time extension for inclement weather does not imply or guarantee that additional compensation for incidental and appurtenant work caused by such weather will be approved or authorized by the Project Manager. Weather delays that can be reasonably anticipated shall not result in increased cost to the City. The Project Manager will be the sole judge as to the reasonableness of delays for inclement weather.

107.03 EXCUSABLE DELAYS The Contractor’s right to proceed will not be terminated, and the Contractor will not be charged with damages, for delays in completing the work that arise from unforeseeable causes beyond the control and without the fault or negligence of the Contractor. Examples of such causes include:

(a) Acts of God or of the public enemy,

(b) Acts of the government in either its sovereign or Contractual capacity,

Page 40: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

(c) Acts of another contractor in the performance of a contract with the

government,

(d) Fires,

(e) Floods,

(f) Epidemics,

(g) Quarantine restrictions,

(h) Strikes of employees other than Contractor’s employees,

(i) Freight Embargos,

(j) Unusually severe weather, or

(k) Delays of subcontractors or suppliers at any tier arising from unforeseeable causes beyond the control and without the fault or negligence of both the Contractor and the subcontractors or suppliers.

107.04 COMPENSATION FOR COMPENSABLE DELAYS If the Project Manager determines that a delay is compensable in accordance with the Contract, monetary compensation will be determined in accordance with this subsection.

(a) These categories represent the only costs that are recoverable by the Contractor. All other costs or categories of costs are not recoverable:

1. Actual, reasonable wages and benefits, including FICA, paid for

additional non-salaried labor;

2. Reasonable and actual costs for additional bond, insurance and tax;

3. Increased, reasonable, and actual costs for materials;

4. Reasonable equipment costs calculated in accordance with the current edition of the Rental Rate Blue Book of Rental Rates for Construction Equipment for Contractor-owned equipment and based on invoice costs for rented equipment;

5. Reasonable and actual costs of extended job site overhead;

Page 41: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

6. Reasonable subcontractor’s claims (the same level of detail as specified herein is required for all subcontractors’ claims)

7. An additional 10 percent will be added to the total of items (1), (2), (3),

(4), (5), and (6) as compensation for items for which no specific allowance is provided, including profit, overhead, and general and administrative expenses.

(b) In adjustment for costs as allowed above, the City will have no liability for

the following items of damages or expense: 1. Profit in excess of that provided in (a) above;

2. Loss of profit;

3. Additional cost of labor inefficiencies in excess of that provided in (a)

above;

4. Home office or other overhead or general and administrative expenses in excess of that provided in (a) above;

5. Consequential damages, including but not limited to loss of bonding

capacity, loss of bidding opportunities, and insolvency;

6. Indirect costs or expenses of any nature in excess of that provided in (a) above;

7. Attorney’s fees, claim preparation fees, and expert fees.

All costs claimed must be documented and accompanied by a written certification from the Contractor.

107.05 EMERGENCY WORK In an emergency affecting the safety of life or of the work or of adjoining property, the Contractor is, without special instructions or authorization from the Project Manager, hereby permitted to act at Contractor's discretion to prevent such threatening loss or injury. Contractor shall also act, without appeal, if so authorized or instructed by the Project Manager. Any reasonable compensation claimed by the Contractor on account of emergency work shall be determined by mutual agreement or in accordance with the Changes provision of this Contract.

107.06 VALUE ENGINEERING CHANGE PROPOSALS BY THE CONTRACTOR

The Contractor is encouraged to develop and offer proposals for improved construction techniques, alternative materials and other innovations. Proposals

Page 42: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

must provide a project comparable to the City’s original design either at lower cost, with improved quality, or both. If a Value Engineering Change Proposal (VECP) Proposals shall be submitted only after contract award. If a VECP is rejected, the work shall be completed in accordance with the Contract at the Contract price. The Contractor shall have no claim against the City for compensable or noncompensable delay to the Contract based on the failure to respond to a VECP. The Contractor may submit either a full VECP or a preliminary Conceptual VECP, followed by a full proposal. The City Engineer will provide timely review of all VECPs and advise the Contractor whether the VECP is complete or incomplete. When the VECP is complete, the Project Manager will advise the Contractor of either the approval of the VECP or the reasons for rejection of the VECP. Cost savings generated to the Contract as a result of VECPs offered by the Contractor and accepted by the Project Manager shall be shared equally between the Contractor and the City. If the Project Manager determines that the time for response indicated in the submittal under item (c)5 below is insufficient for review, the Contractor will be promptly notified. Based on the additional time needed by the Project Manager for review and the effect on the Contractor’s schedule caused by the added time, the Project Manager will evaluate the need for a non-compensable time adjustment to the Contract. (a) VECPs that will be considered are those that would produce savings to the City

or provide improved Project quality without impairing essential functions and characteristics of the Project. Essential functions include but are not limited to: service life, economy of operation, ease of maintenance, desired appearance, safety, and impacts to the traveling public or to the environment during and after construction.

(b) Submittal of Conceptual Proposal. For VECPs that require a significant amount of design or other development resources, the Contractor may submit an abbreviated conceptual proposal for preliminary evaluation. The Project Manager will evaluate the information provided and advise the Contractor if any conditions or parameters of the conceptual proposal are found to be grounds for rejection. Preliminary review of a conceptual proposal reduces the Contractor’s risk of subsequent rejection but does not commit the City to approval of the full VECP. The following information shall be submitted for each conceptual proposal.

1. A statement that the proposal is submitted as a conceptual VECP.

2. A general description of the difference between the existing Contract and

the proposed change, and the advantages and disadvantages of each, including effects on cost, service life, economy of operation, ease of

Page 43: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

maintenance, desired appearance, safety, and impacts to the traveling public or to the environment during and after construction.

3. A set of conceptual plans and a description of proposed changes to the

Contract specifications.

4. An estimate of the anticipated cost savings or increase.

5. A statement specifying:

a. when a response to the conceptual proposal from the City is required to avoid delays to the existing contract prosecution,

b. the amount of time necessary to develop the full Proposal,

c. the date by which a Change Order must be executed

to obtain maximum benefit from the VECP, and

d. the VECP’s impact on time for completing the Contract.

(c) Submittal of Full Value Engineering Change Proposal. The following materials

and information shall be submitted with each VECP. 1. A statement that the proposal is submitted as a VECP. 2. A description of the difference between the existing Contract and the

proposed change, and the advantages and disadvantages of each, including effects on service life, economy of operation, ease of maintenance, desired appearance, safety, and impacts to the traveling public or to the environment during and after construction.

3. A complete set of plans and specifications showing the proposed revisions

relative to the original Contract. This portion of the submittal shall include design notes and construction details. The proposed plans and specifications shall be signed and sealed by the Contractor’s engineer.

4. A complete analysis indicating the final estimated costs and quantities to be replaced by the VECP compared to the new costs and quantities generated by the VECP. All costs and proposed unit prices shall be documented by the Contractor.

5. A statement specifying the date by which a Change Order must be executed

to obtain the maximum cost reduction during the remainder of the Contract.

6. A statement detailing the effect the VECP will have on the time for completing the Contract.

Page 44: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

7. A description of any previous use or testing of the proposed changes and

the conditions and results. If the VECP was previously submitted on another City project, the VECP shall indicate the date, Contract number, and the action taken by the City.

8. An estimate of any effects the VECP will have on other costs to the City.

9. A statement of life cycle costs, when appropriate. Life cycle costs will not

be considered as part of cost savings but shall be calculated for additional support of the VECP. A discount rate of four percent shall be used for life cycle calculations.

10. A statement specifying when a response from the City is required to avoid

delays to the prosecution of the Contract.

(d) Evaluation. VECPs will be evaluated in accordance with the following:

1. The Project Manager will determine if a VECP qualifies for consideration and evaluation. The Project Manager may reject any VECP that requires excessive time or costs for review, evaluation, or investigations. The Project Manager may reject proposals that are not consistent with the City’s design policies and criteria for the Project.

2. VECPs, whether or not approved by the City, apply only to this Contract and

become the property of the City. VECPs shall contain no restrictions imposed by the Contractor on their use or disclosure. The City has the right to use, duplicate and disclose in whole or in part any data necessary for the utilization of the Proposal. The City retains the right to utilize any accepted VECP or part thereof on other projects without obligation to the Contractor. This provision is subject to rights provided by law with respect to patented materials or processes.

3. If the City is able to demonstrate that it is already considering certain

revisions to the Contract, prior to receipt of the VECP, or has approved certain changes in the Contract for general use that are subsequently proposed in a VECP, the Project Manager will reject the VECP and may proceed to implement these changes without obligation to the Contractor.

4. The Contractor shall have no claim against the City for additional costs or

delays resulting from the rejection or untimely acceptance of a VECP. These costs include but are not limited to: development costs, loss of anticipated profits, increased material or labor costs, or untimely response.

Page 45: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

5. VECP will be rejected if equivalent options are already provided in the Contract.

6. VECP that only reduce or eliminate Contract pay items will be rejected.

7. The savings generated by the VECP must be sufficient to warrant a review

and processing, as determined by the Project Manager.

8. A VECP changing the type or thickness of the pavement structure or changing the design of a bridge will be rejected.

9. Additional information needed to evaluate VECPs shall be provided in a

timely manner. Untimely submittal of additional information will result in rejection of the VECP. Where design changes are proposed, the additional information shall include results of field investigations and surveys, design and computations, and changed plan sheets required to develop the design changes.

(e) Payment. If the VECP is accepted, the changes and payment will be authorized by a Change Order. Reimbursement will be made as follows:

1. The changes will be incorporated into the Contract by changes in quantities

of unit items, new agreed unit price items, or both, as appropriate, under the Contract.

2. The Price of the contract will be revised to reflect the changes in the VECP.

The City will pay the Contractor 50 percent of the savings to the City upon completion of the Project. The savings to the City shall be the difference between the cost of the revised work and the cost of the related construction required by the original Contract computed at Contract prices.

3. Costs incurred by the Contractor for development, design, and

implementation of the VECPs will not be reimbursed.

4. When work performed under an approved VECP is modified to fit field or other conditions, the maximum amount paid for the work will be limited to that which would have been paid if the work had been performed under the original Contract provisions. The rejection or limitation of reimbursement shall not constitute the basis of any claim against the City for delay or for other costs except as allowed under the original Contract.

107.07 AUTHORITY OF THE PROJECT MANAGER

The Project Manager will decide all questions regarding the quality and acceptability of materials furnished, work performed, and the rate of progress of the work, all interpretation of the plans and specifications, and the acceptable

Page 46: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

fulfillment of the Contract. The Project Manager will perform technical inspection of the work and shall have authority to reject all work and materials which do not conform to the Contract. The Project Manager has authority to stop the work whenever such stoppage may be necessary to insure the proper execution of the Contract or for the convenience of the City. The Project Manager may order the Contractor, by giving ten (10) days written notice, to suspend, delay, or interrupt all or any portion of the work required by the Contract for a period of up to (10) ten Calendar Days at no additional cost to the City. The Project Manager may immediately stop the work when it is determined that the public’s safety and welfare is in jeopardy. The Project Manager will, within a reasonable time after their presentation to the Project Manager, make decisions in writing on all claims submitted to the City by the Contractor and on all other matters relating to the execution and progress of the work or the interpretation of the Contract Documents. The Project Manager's decisions shall be final.

107.08 DUTIES OF THE INSPECTOR Inspectors employed by the City are authorized to inspect all work done and materials furnished. Any such inspection may extend to all or any part of the work and to the preparation, fabrication or manufacture of the materials to be used. An inspector is not authorized to alter or waive the provisions of the Contract. An inspector is not authorized to issue instructions contrary to the provisions of the Contract or to act as foreman for the Contractor.

107.09 CONSTRUCTION OBSERVATION AND INSPECTION The Project Manager shall at all times have access to the work, and the Contractor shall provide proper equipment, materials and labor as required for such access and inspection. All equipment, material, and articles incorporated into the work covered by this Contract shall be new and of the most suitable grade for the purpose intended, unless otherwise specifically provided in this Contract. The Project Manager shall have the right to reject materials and workmanship, which are defective, or require their correction. Rejected workmanship shall be satisfactorily corrected and rejected materials shall be removed from the premises and replaced without charge to the City. If the Contractor does not correct such rejected work and remove rejected materials within a reasonable time fixed by written notice, the City may remove them and charge the expense to the Contractor. Should it be considered necessary or advisable by the Project Manager at any time before final acceptance of the entire work to make an examination of work already

Page 47: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

completed, by removing or tearing out same, the Contractor shall on request promptly furnish necessary facilities, labor and materials. If such work is found to be defective in any material respect due to fault of the Contractor or his subcontractors, he shall defray all the expenses of such examination and of satisfactory reconstruction. If, however, such work is found to meet the requirements of the Contract, the actual, reasonable cost of labor and material necessarily involved in the examination and replacement, plus ten (10) percent, will be allowed the Contractor. All materials to be incorporated in the work, all labor performed, all tools, appliances, and methods used shall be subject to the inspection and approval or rejection of the Project Manager. If the Project Manager points out to the Contractor, Contractor's foreman, or agent any neglect or disregard of the Contract provisions, such neglect or disregard shall be remedied and further defective work be discontinued immediately. The Contractor shall execute the work only in the presence of the Project Manager or authorized representative, unless provision has been made for the work to proceed without complete engineering supervision or inspection. The presence of the Project Manager or authorized representative shall in no way relieve the Contractor of any responsibility under this Contract. The observation of the work by the Project Manager is intended to aid the Contractor in applying labor, materials, and workmanship in compliance with the Contract provisions. Such observation, however, shall not relieve the Contractor from any of Contractor's Contract obligations.

107.10 CONTRACTOR COOPERATION All work under this Contract shall be performed in a skillful and professional manner. The Project Manager shall have the authority to order the Contractor to remove from the work site any employee the Project Manager deems incompetent, careless, or otherwise objectionable to the general public or the City by notify the Contractor of such order in writing.

(a) Workmen, Methods and Equipment: Permission from the Project Manager to use any particular methods, equipment or appliances shall not be so construed as to relieve the Contractor from furnishing other equipment or appliances or adopting other methods when those in use prove unsatisfactory to the Project Manager, or as to bind the Project Manager to accept work which does not comply with the Contract.

Page 48: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

107.11 CONTRACTOR'S RESPONSIBILITY FOR WORK Until the work is accepted by the Project Manager as evidenced by the issuance of the Certificate of Completion, the Contractor shall have the charge and care thereof and shall take every necessary precaution against injury or damage to any part thereof by action of the elements or from any other cause, whether arising from the execution or from the non-execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before its completion and acceptance and shall bear the expense thereof. The Contractor shall be responsible for the preservation of all public and private property, trees, fences, monuments, and other property, along and adjacent to the improvements and shall use suitable precautions necessary to prevent damage to pipes, conduits, and other underground structures. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect or misconduct in the execution of the work, or inconsequence of the non-execution thereof on the part of the Contractor, such property will be restored by the Contractor and at Contractor's expense to a condition similar, or equal to that existing before such damage or injury to the satisfaction of the City's Project Manager. It shall be the responsibility of the Contractor, when moving or operating equipment, to make all arrangements for temporary crossings of telephone, transmission, pipe lines, railroad tracks, and irrigation ditches. This work shall not be paid for as a separate item but shall be considered as incidental to the project.

107.12 PROTECTION OF UTILITIES The Contractor's attention is directed to the fact that utilities may encroach on the construction of this Project, and also to the importance of protecting all public/private utilities encountered on this project. These may include telecommunications, cablevision, traffic signal lines, power lines, water lines, sewer lines, gas lines, railroad tracks, and other overhead and underground utilities. The City does not warrant any survey work or location of utilities or other underground apparatuses whether performed by the City, its agent, or an independent contractor. Contractor understands and agrees any survey or location work performed by the City, its agent, or other independent contractor is provided for guidance purposes only, so as to show the approximate location of underground utilities or apparatuses. Contractor understands the existence or exact location of underground utilities or apparatuses may not be known to the City or the design engineer of record. Contractor, therefore, agrees that it shall verify the existence and location of any underground utilities or apparatus along the route of work. Verification shall be done by potholing or using other methods which will

Page 49: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

detect the exact depth, dimensions, and location of any underground utilities or apparatus. Contractor shall be liable for any damages, loss, or claims of whatsoever kind caused by its failure to pothole or use other methods of identifying the exact depth, dimensions, and location of any underground utilities or apparatus. Contractor agrees that any claim of any kind whatsoever, damages, loss, lawsuit, demand, or request for equitable adjustment (“Claims”), shall be waived and the City shall be forever released and discharged from such Claims if Contractor fails to comply with its obligations under this section. Contractor agrees that if it fails to maintain all records or other evidence establishing that it potholed or otherwise determined the exact location, depth, and dimensions of all underground utilities and apparatuses, then it shall not be permitted to make any Claim arising from or related to the location of underground utilities or apparatus.

The size and location of all existing utilities as known to the Project Manager have been noted on the plans for the information and guidance of the Contractor. The Contractor shall be responsible for the location and protection of all utilities located within his working area regardless of whether or not their existence or location is shown or noted on the drawings. It is the Contractor’s responsibility to complete required work and to schedule inspections during normal working hours. The Contractor is responsible for contacting each affected utility for their inspectors’ working hours. The Contractor is responsible to request an inspection two (2) working days in advance of the inspection. In the case of an overtime inspection, the request must be in writing. All overtime costs for inspection by Colorado Springs Utilities, or other utilities personnel, shall be the Contractor’s expense. The City will not entertain any requests for time extensions for delays caused by the Contractor’s failure to properly notify the affected utility of a required inspection or the Contractor’s failure to complete the required work by the time of the scheduled inspection. Any information concerning underground utilities shown on the drawings is intended to be merely an aid to the Contractor. The accuracy of information with respect to underground utilities is not guaranteed. The Contractor shall make their own investigation, including exploratory excavations, to determine the locations and type of existing mains or service laterals or appurtenances when their presence can be inferred from the presence of other visible facilities, such as building, manholes, inlets, meters and junction boxes, on or adjacent to the site of the work. If the Contractor discovers utility facilities not identified in the plans or specifications or in a position different from that shown in the plans and specifications, the Contractor shall immediately notify, verbally and in writing, the Project Manager and Owner of the utility facility. Before any excavation is begun in the vicinity of water lines, railroad tracks, or structures, sewer lines, telecommunication conduits or cablevision line, each utility

Page 50: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

company, including Colorado Springs Utilities (if applicable), department, or company concerned must be notified in advance of such excavation, and such excavation shall not be made until an authorized representative of the utility concerned is at the site. All utilities encountered must be kept in operation by the Contractor and must be protected and/or repaired at the Contractor's own expense, unless otherwise specified in the Contract documents. The Contractor shall be held liable for all damages to any and all public utilities encountered on the project, which damages are due to the Contractor's operations. Such damages shall include all physical damages to utilities and also all damages due to interruption of service of such utilities, when such damages and interruptions are caused by the Contractor's operations. Where alterations or moving of utilities is not required to permit construction of the project, the Contractor shall take such measures as the Project Manager may direct to properly protect these utilities throughout his construction operations and shall cooperate at all times with the proper authorities and/or owners in maintaining service of railroads, conduits, pole lines, transmission lines, pipe lines, sewers, etc., affected by this project. The costs of damages due to the Contractor's operation shall not be allowable under this Contract and shall result in no additional cost to the City. The cost of protecting utilities where alteration or relocation is not required to permit construction of the project shall be considered as included in the original Contract price for the project and shall result in no additional cost to the City. Should any pipe line, water lines, or gas mains, electrical conduits, sewer pipes, overhead wiring, telecommunication lines, power lines, or any other such utilities, not specifically mentioned and provided for elsewhere as a part of this Contract, have to be moved, repaired, reconditioned, or revised due to the construction, or moved temporarily to permit construction of the project the party or parties owning and operating such utilities shall perform the actual work of moving, repairing, reconditioning, or revising such utilities. Any such work would be added via change order, and the cost of this work will be borne by Colorado Springs Utilities, the utility companies involved, or other means arranged by the City.

(a) Existing Utilities 1. Existing Gas Lines: As of April 1, 1983, Federal law requires anyone

who uncovers a gas line to report it to the gas company and allow it to be inspected by the gas company personnel before it is backfilled. Colorado Springs Utilities or other provider is to be notified prior to any excavation around gas lines. A Colorado Springs Utilities. or other applicable provider. inspector is to be notified and present on site prior to construction activities around gas lines.

Page 51: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

2. Existing Sewer Mains and Services: All relocation, replacement

protection shown on the plans or determined necessary by the inspector shall be performed according to the latest Colorado Springs Utilities Wastewater Standard Specifications. Minimum 48 hours’ notice must be given to Colorado Springs Utilities prior to any related work.

3. The Contractor shall adjust sanitary sewer manhole rims to an elevation

acceptable to Colorado Springs Utilities. The Contractor shall contact Colorado Springs Utilities twenty-four (24) hours prior to manhole rim adjustments.

4. Existing Water Mains and Services: All relocation, replacement or protection shown on the plans or determined necessary by the inspector shall be performed according to the latest Colorado Springs Utilities Water Standard Specifications and the Water Service Standard Specifications. Minimum 48-hour notice must be given to Colorado Springs Utilities prior to any related work. Colorado Springs Utilities reserves the right to schedule any operations at their discretion and to provide for any requirements determined necessary to perform the work. The Contractor shall coordinate with the Colorado Springs Utilities and receive their approval prior to performance of the work.

(b) Utility Support Systems:

1. If required by the Contract documents, or requested by the Project

Manager, the Contractor shall submit shop drawings for the method of temporary support for all existing utilities during construction. The temporary support details for existing utilities shall be submitted for review and approval prior to performance of the work. Shop drawings must bear the seal of a Professional Project Manager registered in the State of Colorado, unless so waived by the City.

2. Regardless of City approved shop drawings, the Contractor shall be responsible for the satisfactory support of the utility system and any damages that may occur to the utility involved.

(c) Electric Utility Installation:

1. Any electric facilities unless otherwise noted are to be relocated or

modified by Colorado Springs Utilities. The Contractor shall coordinate the work with Colorado Springs Utilities and Colorado Springs Utilities Contractor.

2. Light Pole Installation or Relocation:

Page 52: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

a. The Contractor is responsible for coordinating with Colorado Springs Utilities, removing existing light pole foundations, constructing new light pole foundations, installing new conduits, and installing lighting junction boxes. The Contractor is responsible for coordinating with Colorado Springs Utilities for the de-energizing and removal of existing light poles.

b. Colorado Springs Utilities will remove the existing light standards,

reset the light standards upon completion of the new foundations, conduit and junction boxes, pulling wire, and beginning operations of the lighting within the project limits. The Contractor is responsible for scheduling and coordination with Colorado Springs Utilities crews for reinstallation and re-energizing completed light poles.

(d) Gas Utilities: The Contractor is responsible for coordinating with Colorado

Springs Utilities for the relocation of existing Gas lines. Colorado Springs Utilities will relocate the existing gas lines as necessary to install project improvements within the project limits. The Contractor is responsible for scheduling and coordination with Colorado Springs Utilities crews.

(e) Telecommunication Agencies: Any telephone facilities unless otherwise

noted are to be relocated or modified by the respective private utility company. The Contractor shall coordinate the work with the respective private utility company.

(f) Cablevision: The television utilities are to be relocated by the cable

provider. The Contractor shall coordinate the work with any affected cable provider.

107.13 FEDERAL FUNDS

If this Contract is a federally assisted construction contract all applicable federal requirements, terms and conditions, provisions and forms shall apply. Additionally, during the performance of this Contract, the Contractor agrees as follows:

1. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment, without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. 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. The Contractor agrees to post in conspicuous places,

Page 53: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause

2. The Contractor will, in all solicitations or advancements for employees

placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin.

3. The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee’s essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor’s legal duty to furnish information.

4. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other Contract or understanding a notice advising the labor union or workers representative of the Contractor's commitments under Section 202 of Executive Order No. 11246 of September 24, 1965, and shall post copies of the notice in conspicuous places available to employees and applicants for employment.

5. The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor.

6. The Contractor will furnish all information and reports required by

Executive Order 11246 of September 24, 1965, and by the rules, regulations and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the Secretary of Labor, State of Colorado Civil Rights Commission and any other governmental agency entity which may be assisting with the funding under this Contract for purposes of investigation to ascertain compliance with such rules, regulations and orders.

7. In the event of the Contractor's noncompliance with the

nondiscrimination clauses of this Contract or with any such rules, regulations, or orders, this Contract may be cancelled, terminated, or suspended in whole or in part, and the Contractor may be declared ineligible for further government Contracts or Federally assisted

Page 54: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

construction Contracts in accordance with the procedures authorized in Executive Order No. 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order No. 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or otherwise provided by law.

8. The Contractor shall include the provisions of Paragraphs (1) through

(8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order No. 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the city, state, or any federal governmental entity may direct as a means of enforcing such provisions, including sanctions for noncompliance. Provided, however, that in the event the Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the Contractor may request the city, the state, or the United States to enter into such litigations to protect the interests of such governmental entity.

107.14 SUPERINTENDENCE

The Contractor shall give the work the constant attention necessary to facilitate the progress thereof and shall cooperate with the Project Manager and with other contractors or Colorado Springs Utilities employees in every way possible. The Contractor shall have at all times, on the work, as Contractor's agent, a competent superintendent capable of reading and thoroughly understanding the Plans and Specifications, and who shall have the necessary authority to receive and promptly execute the instructions and orders from the Project Manager or the Project Manager's authorized representative. Such superintendent shall be furnished irrespective of the amount of work sublet. The Contractor shall supply the Project Manager with a list of phone numbers at which the Contractor and its superintendent and foreman can be reached at any time. The assigned superintendent must adhere to the cooperation requirements specified in this Contract and is subject to removal if so ordered in writing by the Project Manager.

107.15 PREPARATION All vegetation, stumps, and debris and other objectionable objects shall be removed from the area staked out by the Project Manager, and where necessary from the area immediately adjacent thereto. Such debris shall be hauled from the site of the construction and wasted as directed by the Project Manager.

Page 55: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

107.16 STAKING WORK The Project Manager may provide reference points (horizontal and vertical control) only, unless otherwise noted in the proposal and project specifications. The Contractor shall engage the services of a licensed surveyor or surveying firm (hereinafter referred to as the Surveyor) to be approved by the Project Manager. The Surveyor shall perform all detailed construction layout and staking including the staking of all storm sewer, street improvements, and utility relocations in accordance with the plans and specifications. The Contractor shall be responsible for the correctness and accuracy of the detailed layout of finished structures. Any instrument man or survey assistant employed on the work by the Contractor or his subcontractors, who are judged by the Project Manager to be incompetent, shall be removed from the work and replaced by a competent individual.

107.17 DEVIATION ALLOWED Finished surfaces in all cases shall conform to lines, grades, cross sections and dimensions shown on the approved drawings or described in the Specifications. Deviations from the approved drawings and working drawings as may be required by the expediencies of construction, in all cases, must be determined by the Project Manager and authorized in writing. If the Project Manager deems it inexpedient to correct work injured or done in an unauthorized manner, an equitable deduction from the Contract price of the work done shall be made by the Project Manager subject to approval of the City Procurement Services Manager.

107.18 RIGHT-OF-WAY The City's right-of-way will in general be adequate for construction purposes. Nothing marked on the drawings shall be interpreted as giving the Contractor exclusive occupancy of the territory provided by the City. The City and its employees for any purpose, and other contractors of the City, for any purpose required by their respective contracts, may enter upon or occupy any portion of the land furnished by the City. When the territory of one contract is a necessary or convenient means of access for the execution of another contract, such privileges of access or any other reasonable privilege shall be granted by the Contractor to the extent, amount, in the manner and at times necessary. No such joint occupancy or use of the territory shall be made as the basis of any claim for delay or damages.

107.19 SHOP DRAWINGS AND SUBMITTALS The Contractor shall submit to the Project Manager all shop drawings and submittals required for the work, including those pertaining to structural and reinforcing steel within fifteen (15) Calendar Days from the date of the Notice of

Page 56: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Award. The Contractor shall make any corrections in the drawings required by the Project Manager and resubmit the same without delay. Three final copies of all shop drawings (if applicable), submittals (if applicable) and schedules shall be submitted to the Project Manager, who after checking will retain two copies and return one copy to the Contractor. The Project Manager's approval of shop drawings of equipment and material shall extend only to determining the conformity of such equipment and materials with the general features of the design drawings prepared by the Project Manager. It shall be the responsibility of the Contractor to determine the correctness of all dimensions and minor details of such equipment and materials so that when incorporated in the work, correct operations will result.

107.20 RECORD DRAWINGS The Contractor shall maintain an up-to-date set of Contract drawings and Contract records, legibly marked; depicting all constructed improvements at the site or as otherwise specified and shall submit a complete set labeled "Project Record" to the Project Manager upon completion of the Project.

(a) Drawings: 1. Depths of various elements of foundation in relation to finish floor datum.

2. Horizontal and vertical locations of underground utilities and

appurtenances, referenced to permanent surface improvements and Project survey control.

3. Location of internal utilities and appurtenances concealed in the

construction, referenced to permanent surface improvements and project survey control.

4. Field changes of dimensions and detail.

5. Changes made by Change Order.

6. Details not on original Contract drawings.

(b) Specifications and Addenda:

1. Manufacturer, trade name, catalog number, and supplier of each product and item of equipment actually installed.

2. Changes made by Change Order.

Page 57: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

107.21 MATERIALS Unless otherwise stipulated in the Specifications, all workmanship, equipment, materials, and articles incorporated in the work covered by this Contract are to be new and of the best grade of their respective kinds for the purpose. The Contractor shall furnish to the Project Manager for the Project Manager's approval, the name of the manufacturer of machinery, mechanical and other equipment, which he contemplates installing, together with their performance capacities and other pertinent information including but not limited to instruction manuals pertaining to the use and operation of such machinery, mechanical and other equipment. When required by the Specifications, or when called for by the Project Manager, the Contractor shall furnish for approval full information concerning the materials or articles which he contemplates incorporating in the work. Samples of materials shall be submitted for approval when so directed. Machinery, equipment, materials, and articles installed or used without such approval shall be at the risk of subsequent rejection.

107.22 MATERIAL INSPECTION AT PLANT If the Project Manager inspects the materials at the source, the following conditions shall be met:

(a) The Project Manager shall have the cooperation and assistance of the Contractor and the materials producer.

(b) The Project Manager shall have full entry to all parts of the plant necessary for the manufacture or production of the materials being furnished.

(c) Adequate safety measures shall be provided and maintained.

The City reserves the right to retest all materials which have been previously tested or inspected. The retesting may be prior to or after incorporation of the materials into the work. Those materials inspected and tested after delivery on the Project or after incorporation into the work that do not meet the requirements of the Contract will be rejected and replaced at no additional cost to the City.

107.23 HANDLING MATERIALS All materials shall be handled so their quality and fitness for the work is preserved. Aggregates shall be transported to the work in vehicles constructed to prevent loss or segregation of materials.

Page 58: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

107.24 CITY FURNISHED MATERIALS Material furnished by the City will be made available to the Contractor at the points specified in the Contract. The cost of handling and placing materials after they are made available to the Contractor shall be considered as included in the Contract price for the item, and shall result in no additional cost to the City. The Contractor will be held responsible for all material received until it is incorporated into the work and accepted. Demurrage charges resulting from the Contractor’s failure to accept the material at the designated time and point of delivery will be deducted from monies due the Contractor.

107.25 BUY AMERICA REQUIREMENTS All manufacturing processes, including the application of a coating, for all steel and iron products permanently incorporated in the work shall have occurred in the United States of America. All manufacturing processes are defined as “processes required to change the raw ore or scrap metal into the finished, in-place steel or iron product”. This requirement will not prevent a minimal use of foreign steel or iron provided the total project delivered cost of all such steel and iron which includes the cost of delivering the steel and iron to the Project, does not exceed one-tenth of one percent of the total Contract cost or $2,500, whichever is greater. With every steel or iron product that requires pre-inspection, pretesting, certified test results, or certificate of compliance, the Contractor shall provide a certification by each supplier, distributor, fabricator, and manufacturer that has handled the steel or iron product that every process, including the application of a coating, performed on the steel or iron product either has or has not been carried out in the United States of America. These certifications shall create a chain of custody trail that includes every supplier, distributor, fabricator, and manufacturer that handles the steel or iron product. The lack of these certifications will be justification for rejection of the steel or iron product. Upon completion of the Project, the Contractor shall certify in writing of compliance with this requirement and provide evidence of the Project delivered cost of all foreign steel or iron permanently incorporated into the Project.

107.26 TESTING OF MATERIALS

Tests and Inspections. The City will employ and pay for the services of an approved testing laboratory to perform specified services for the field testing of:

(a) Soil Compaction Control

Page 59: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

(b) Cast-in-Place Concrete

(c) Asphalt Concrete Pavement The Contractor shall perform, or arrange for the performance, and pay all costs in connection therewith, all other tests and inspections required by the Contract documents. The Contractor shall pay for all testing laboratory services in connection with tests verifying conformance of proposed materials and installation with project requirements including, but not limited to, mix designs, riprap, gradation tests for embedment, fill and backfill materials. The City shall pay for testing laboratory services in connection with tests on materials after incorporation into the project, unless retesting of materials is necessary because of the failure of the materials to meet the Project requirements. The Contractor shall obtain the City's written acceptance of the testing laboratory before having services performed.

(a) Requirements for Independent Testing Consultants. 1. Consultants shall comply with "Recommended Requirements for

Independent Laboratory Qualifications", latest edition, published by the American Council of Independent Laboratories, and basic requirements of ASTM E-329, "Standards of Recommended Practice for Inspection and Testing Agencies for Concrete, Steel, and Bituminous Materials as Used in Construction", latest edition.

2. The Contractor shall submit to the City for prior approval, the name and address of the proposed testing laboratory with description of personnel, facilities, equipment and other qualification data, including certificate of calibration of applicable testing equipment made by an accredited calibrated agency no more than twelve (12) months prior to submittal date.

(b) Test Reports

1. Testing agency shall be instructed to submit directly to the City three (3)

copies of all reports of tests or inspections made, showing compliance, irregularities or deficiencies, identifying Project, date of test, location in Project, applicable specification section, applicable standard(s) for compliance, observations relating to compliance, name and signature of inspector.

(c) Contractor Responsibilities

1. Furnish access to the work, materials, equipment and labor required to

accommodate inspections and tests when testing laboratory is retained by the City. In the event retesting of materials or recompaction is

Page 60: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

necessary because of the failure of the materials or compaction to meet the Project requirements, the cost of said retesting shall be borne by the Contractor. Cost of said retest will be deducted from the final payment amount due the Contractor, or invoiced directly to the Contractor at the City's discretion.

(d) Reliance on Technical Data

Without warranty or representation as to the accuracy or completeness of any information or data, Contractor may rely upon the general accuracy of the “technical data” contained in the reports, specifications and drawings. The “technical data” is identified in the work technical specifications, drawings and reports that are signed and sealed by a registered Professional Engineer, Architect or Landscape Architect in the State of Colorado. Except for the reliance on the general accuracy of the “technical data,” Contractor may not rely upon or make any claim against the City with respect to: 1. the accuracy or completeness of such reports and drawings for

Contractor’s purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or

2. other data, interpretations, opinions, and information contained in the

reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any "technical

data" or any such other data, interpretations, opinions, or information. 107.27 UNANTICIPATED CIRCUMSTANCES

Contractor understands that this is a firm fixed price contract and so long as there are no changes in the scope of work or unanticipated circumstances as provided in subsection A-C below, Contractor must deliver the project for the agreed price. The parties agree that not every circumstance can be anticipated or known at the time this Contract was executed. Compensation for unanticipated circumstances, limited to subsections A –C, shall, at the City’s sole discretion, be provided by the following method(s): (1) Unit prices previously approved; (2) allowing additional

Page 61: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

compensation on a time and materials method, not to exceed an agreed-to amount; (3) an agreed lump sum; and/or (4) the actual cost of: (a) labor (including foreman and additional supervision, if necessary); (b) materials necessary for incorporation into the Project: (c) rental cost of construction plant and equipment used for work:

(d) Power and fuel required for operation of power equipment necessary to perform work; (e) Contractor shall provide to the City physical evidence of all costs, including, but limited to, payroll, invoices, vouchers, estimates, bills, accounting records, or other relevant records. Contractor agrees that its failure to provide evidence of a claimed cost shall be a waiver of such cost(s) and the City shall be released and forever discharged from any claim of any kind whatsoever, loss, damages, request for equitable adjustment, or demand related thereto. Contractor further agrees that, at the City’s discretion, a fixed fee, not to exceed 10% of the costs of work shall be added to such costs as compensation for the cost of management, insurance, benefits, bond, profit, and any other expenses.

To the extent unanticipated circumstances arise, Contractor shall follow the procedures and processes set forth herein and, if applicable, the Dispute Resolution provisions of this Contract. Contractor agrees that its failure to follow the processes set forth herein and the Dispute Resolution process shall forever waive, release, and discharge the City from any claim of any kind whatsoever, damages, losses, lawsuits, or demands known or unknown. Additionally, the terms “detail” or “particularity” mean specificity, providing the exact basis and reason therefor with citations to the Contract or Contract Documents. Vague or ambiguous references such as “other matters” or “other costs” shall not be permitted and are not subject to any compensation method whatsoever. A. Differing Site Conditions or Changed Conditions: A

differing site condition or changed condition means subsurface, latent, or unknown physical site conditions that are materially different than that which is indicated in the contract and which is not ordinarily encountered and generally recognized in the work provided for in the Contract.

Contractor understands the City must be permitted the opportunity to timely investigate all differing site/changed condition matters; document conditions as they existed on the site at the time; take measurements, photographs, witness statements and the like; negotiate a compromise resolution with the

Page 62: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Contractor and/or subcontractors; and avoid the cost, expense and delay of formal litigation.

Upon discovering a differing site condition, the Contractor shall not disturb the conditions and immediately contact the Project Manager. Within five days of discovering the condition, the Contractor shall provide written notice to the Project Manager of the condition. The written notice shall describe the condition with particularity; provide the precise material difference of the condition from the Contract, design plans, and/or other Contract Documents; describe, in detail, how the condition is not a condition that would be ordinarily encountered and generally recognized in the work provided for in the Contract; and provide a detailed explanation, including all accounting and other evidence supporting, Contractor’s losses, costs, delays, and changes in time required for performing the work. Contractor agrees that any claim, loss, damage, delay, or change in time that is not supported by evidence shall be disallowed. Contractor waives and forever releases and discharges the City from any claim of whatsoever kind, loss, damages, demand, and/or request for equitable adjustment whether known or unknown by disturbing the condition before notifying the Project Manager and by failing to provide timely detailed written notice as required herein. Any issue which is not provided for, in detail, in the written notice shall also be waived and the City shall be forever released ad discharged from any claim whatsoever, loss, damage, or request for equitable adjustment, or demand arising therefrom. After Contractor fully complies with the provisions in this section and after receiving the written notice, the Project Manager shall promptly investigate the condition and determine whether such condition materially differs from that indicated in the Contract Documents and whether it is a condition that would not ordinarily be encountered and generally recognized in the work provided for in the Contract. If the Project Manager determines the condition is a “differing site condition,” then a Change Order shall be issued describing the differing site condition and compensation method agreed to by the parties. By signing the Change Order, Contractor agrees the City shall be released and fully discharged from any claim whatsoever, loss, damage, request for equitable adjustment, or demand arising from the matters described in the Change Order. The parties shall also sign a document which describes in detail each condition and each claim, loss, damage, delay, or change in time related to that particular condition which was agreed to and fully resolved as well as any condition and each claim loss, damage, delay, or change in time related to that particular condition which is disputed. If the Contractor disputes, disagrees with, or otherwise considers unfair any decision or ruling by the City, then Contractor shall, within 10 Calendar Days, provide the City with written notice of the dispute as set forth in the

Page 63: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

dispute section of this Contract and shall follow the dispute resolution process provided therein.

B. Defective or Deficient Construction Plans or Documents: A defective or deficient construction plan or document means a material error, mistake, oversight, or omission in the design plans or documents providing the specifications depicting the general and detail features of the work to be performed.

Upon discovering a defect or deficiency, the Contractor shall immediately contact the Project Manager. Within five days of initially advising the Project Manager of the defect or deficiency, the Contractor shall provide written notice to the Project Manager. The written notice shall describe the defect or deficiency with particularity explaining why it is a material defect or deficiency; provide precise detail explaining why the defect or deficiency is not something Contractor should know how to do or why the defect or deficiency is not a condition that would be ordinarily encountered and generally recognized in the work provided for in the Contract; and provide a detailed explanation, including all accounting and other evidence supporting, Contractor’s losses, costs, delays, and changes in time required for performing the work. Contractor agrees that any claim, loss, damage, delay, or change in time that is not supported by evidence shall be disallowed. Contractor agrees that it shall waive and forever release and discharge the City from any claim of whatsoever kind, loss, damages, demand, and/or request for equitable adjustment whether known or unknown by failing to immediately notifying the Project Manager and by failing to provide timely detailed written notice as required herein. Any issue which is not provided for in the written notice shall also be waived and the City shall be forever released ad discharged from any claim whatsoever, loss, damage, or request for equitable adjustment, or demand arising therefrom. After Contractor fully complies with the provisions in this section and after receiving the written notice, the Project Manager shall promptly investigate the condition and determine whether such matter is a “defective or deficient design plan or document” as defined herein. If the Project Manager determines the matter is a “defective or deficient design plan or document,” then a Change Order shall be issued describing the defective or deficient design plan or document, the correction and compensation method agreed to by the parties. By signing the Change Order, Contractor agrees the City shall be released and fully discharged from any claim whatsoever, loss, damage, request for equitable adjustment, or demand arising from the matters described in the change order. The parties shall also sign Form A of this Contract which describes in detail each condition and each claim, loss, damage, delay, or change in time related to that particular condition which was agreed to and fully resolved as well as any condition and each

Page 64: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

claim loss, damage, delay, or change in time related to that particular condition which is disputed. If Contractor disputes, disagrees with, or otherwise considers unfair any decision or ruling by the City, then Contractor shall, within 10 Calendar Days, provide the City with written notice of the dispute as set forth in the Dispute Resolution section of this Contract and shall follow the dispute resolution process provided therein.

C. Changes in Work and Additional/Extra Work (fixed

price contract): When additional information through excavation, testing, site investigation, differing site conditions, or otherwise is obtained the City shall have the right to alter, change the location, re-design, change the work, add to the work, accelerate work, or reduce work, change the method or manner of performance, change services, and/or change materials described in the Contract (collectively “Changed Work”).

If the City changes work, then a Change Order shall be issued by the Project Manager. Contractor shall not be required to perform any Changed Work without a Change Order issued by the Project Manager. Such Changed Work shall be performed under the terms set forth in the original Contract and compensated as agreed in this section of the Contract.

If Contractor disputes any Changed Work or compensation method for such Changed Work requested by the City or set forth in a Change Order, Contractor shall, without delay, perform such work. Within 10 Calendar Days of receiving the Change Order, Contractor shall provide the City with written notice of the dispute as set forth in the Dispute Resolution section of this Contract and shall follow the dispute resolution process provided therein. Contractor further agrees that any issue not provided for, in detail, in the written notice shall also be waived and the City shall be forever released ad discharged from any claim whatsoever, loss, damage, or request for equitable adjustment, or demand arising therefrom. Any matter resolved through the Dispute Resolution process shall be set forth in Form A of this Contract which describes in detail each Changed Work, including the compensation method, which was agreed to and fully resolved. By signing Form A, Contractor agrees that the City shall be released and fully discharged from any claim whatsoever, loss, damage, request for equitable adjustment, or demand arising from the matters described in Form A. If Contractor does not dispute any Changed Work or the compensation method for such work, then Contractor shall sign the Change Order and agrees that the City shall be released and fully discharged from any claim

Page 65: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

whatsoever, loss, damage, request for equitable adjustment, or demand arising from the matters described in the Change Order. Contractor agrees that the Project Manager shall have the authority to make minor changes in the work which do not involve additional costs and are not inconsistent with the purpose and scope of the work.

If the City finds it necessary or advisable, the City may omit, increase, or decrease any items as it may deem necessary or desirable without changing the unit prices in the proposal, provided such increase or decrease does not exceed 15% of the total monetary value of the original Contract. If material or labor involved in such change is not included in the unit prices of the Contract, but forms an inseparable part of the work to be done under this Contract, and the delay involved in asking for the bids or proposals and the letting of a new contract therefore might result in damage, injury, or impairment of the plant, work system, or other property belonging to the City, the City may in its discretion declare an emergency and require Contractor to proceed with such alterations and additions. The Contract shall not be required to perform such work or furnish extra materials without a Change Order issued by the Project Manager.

107.28 DISPUTE RESOLUTION

Mindful of the high cost of litigation, not only in dollars, but also in time and energy, the parties intend to and do hereby establish the following out-of-court alternate dispute resolution procedure to be followed in the event any dispute, claim of any kind, loss, damage, demand, request for equitable adjustment, or controversy should arise out of, or relating to this Contract or relating to any Change Order or other changes or addendums to this Contract. During the dispute resolution procedure provided in this section, Contract shall continue to perform the work as provided for in this Contract as modified by any Change Order or Contract amendment. Nothing in this section precludes the parties from pursuing any other remedy afforded by the laws of the State of Colorado once the remedies afforded under this Contract have been complied with and exhausted.

A. Disputes Arising from Unanticipated Circumstances: If Contractor disputes, disagrees with, or considers any decision, order, ruling, demand, request, directive, Change Order, or Contract amendment, related to the Unanticipated Circumstances provision of this Contract, and issued by the City, whether verbally or in writing, then Contractor shall: 1. Within 10 days of the City issuing any written or verbal decision, order,

ruling, demand, request, directive, Change Order, or Contract amendment, Contractor shall provide written notice to the Project Manager identifying, with specific detail, each disputed matter. Any Unanticipated Circumstance dispute or matter of any kind or nature whatsoever, which Contractor does not identify in detail shall be waived and the City is released and fully discharged from any claim whatsoever, loss, damage, request for equitable

Page 66: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

adjustment, or demand arising from any matter not explicitly set forth in the written notice and described in detail;

2. Contractor shall provide to the City all evidence of any claim of whatsoever

kind, loss, damages, delay cost, or other costs, including, but not limited to payroll reports, daily logs, invoices, accounting file, receipts, email, or other relevant record or document. Any item claimed by Contractor shall be supported by verifiable evidence described herein. If Contractor requires additional time to obtain or compile such evidence, then the Contractor shall have an additional 30 days, but must identify the exact document(s) or other evidence needed, where it is maintained, and explain why it is not available. The City shall not be responsible for any delay or other damage arising from Contractor’s request for additional time to obtain documents. Any item unsupported by verifiable evidence shall be waived and Contractor agrees to release and fully discharge the City from any claim of whatsoever kind, loss, damage, request for equitable adjustment, or demand related to such unsupported item.

3. Upon receipt of Contractor’s written notice, the Project Manager will

investigate the disputed matter(s) and issue a written decision, ruling, order, and/or directive to Contractor. If Contractor does not dispute the Project Manager’s decision, ruling, order, or directive, or a compromise has been reached, then Contractor shall sign Form A. If Contractor disputes or disagrees with the Project Manager’s Ruling, then within 20 days of receiving the Project Manager’s decision, ruling, order, and/or directive, Contractor must file with the City a written request for review to the City Engineer or City’s Manager of the Procurement Services Division. The written request for review shall (a) state in detail the exact issue raised to the Project Manager and the issue(s) related to those matters raised to be reviewed by the City Engineer or Procurement Services Manager; (b) provide an analysis, detailing the basis, reason therefor and the how and why Contractor disagrees with the Project Manager’s decision, ruling, order, or directive; and (c) attach all evidence supporting Contractor’s dispute. If Contractor fails to provide a timely written request for review to the City Engineer or Procurement Services Manager, then Contractor agrees that it waives, releases, and forever discharges the City from any claim of whatsoever kind, loss, damage, request for equitable adjustment, or demand arising from or related to the Project Manager’s decision, ruling, order, or directive.

4. The City Engineer’s or Procurement Services Manager’s decision shall be

final and conclusive for the City of Colorado Springs. If Contractor disputes, disagrees with, or considers such decision unfair, then Contractor shall be free to pursue any other remedy afforded by the laws of the State of Colorado. If Contractor does not dispute the City Engineer’s or

Page 67: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Procurement Services Manager’s decision, ruling, order, or directive or a compromise is reached, then Contractor shall sign Form A.

5. Contractor shall pay the City reasonable attorney’s fees and costs

associated with its failure to comply with any part of this alternate dispute process.

B. All Other Claims: If a dispute, disagreement, or controversy of any kind, other than those covered in the Unanticipated Circumstances section of this Contract, arises from or is related to the Contract, shall be resolved under the Disputes section in the Contract.

107.29 REMOVAL AND SUSPENSION FOR DEFECTIVE WORK All work or material which has been rejected shall be remedied or removed and replaced in an acceptable manner. Additional compensation will not be allowed for such removal and replacement. Any work done beyond the lines and grades shown on the drawings, except as herein provided, will be considered as unauthorized and will not be measured or paid for. Work so done may be ordered removed at the Contractor's expense. Should the Contractor fail to comply promptly with any order of the Project Manager made under the provisions of this paragraph, the Project Manager shall have the authority to cause said work to be removed and to deduct the cost from any money due, or to become due, from the Contractor. At any time during the course of construction of this project if the provisions of the Plans, Specifications, or Contract provisions are being violated by the Contractor or his employees, the Project Manager shall have the right and authority to order all construction to cease or material to be removed, until arrangements satisfactory to the Project Manager are made by the Contractor for resumption of the work in compliance with the provisions of the Contract. The Contractor shall promptly remove from the premises all materials and work rejected by the Project Manager as failing to meet Contract requirements, whether incorporated in the work or not, and the Contractor shall promptly replace and re-execute Contractor's own work in accordance with the Contract and without expense to the City and shall bear the expense of making good all work of other Contractors destroyed or damaged by such removal or replacement. All removal and replacement work shall be done at the Contractor's expense. If the Contractor does not take action to remove such rejected work and materials within ten (10) days’ time thereafter, the City may, upon ten (10) days written notice, sell such materials at auction or at private sale and retain the proceeds without compensation to the Contractor.

Page 68: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

107.30 CLEANING UP AND FINAL INSPECTION The Contractor shall at the completion of the work, remove all rubbish from and about the work and all tools, equipment, scaffolding, and surplus materials and shall leave the work clean and ready for use. If not completed by Contractor, the City may remove the rubbish and surplus materials and charge the cost to the Contractor. All sewers, conduits, pipes, and appurtenances and all tanks, pump wells, chambers, buildings, and other structures shall be kept clean during construction and as the work or any part thereof approaches completion, the Contractor shall systematically and thoroughly clean and make any needed repairs to them. Contractor shall furnish at Contractor's own expense, suitable tools and labor for removing all water and cleaning out all dirt, mortar, and foreign substances. Any undue leakage of water into the structures such as to make the work, in the opinion of the Project Manager, fall short of first class work, shall be promptly corrected by the Contractor at Contractor's own expense. Cleaning and repairs shall be arranged, so far as practicable, to be completed upon finishing the construction work. Notice to begin the final cleaning, and repairing, if such is needed, will be given by the Project Manager, who at the same time will make his final inspection of the work. The Project Manager will not approve the final estimate of any portion of the work until after the final inspection is made and the work is found to be satisfactory.

107.31 CUTTING AND PATCHING The Contractor shall do all cutting, fitting, or patching of work that may be required to make its several parts fit together or to receive the work of other contractors shown upon, or reasonably implied by the Plans and Specifications for the completed Project. Cold or wet weather conditions that do not permit a permanent asphalt pavement replacement will require a minimum 2” bituminous pavement patch prior to opening the area to traffic as a temporary measure until the permanent asphalt pavement replacement can be installed. This item shall be incidental to any work requiring such removal of asphalt and will be considered to be included in the unit price of the related item of work. Any cost caused by defective or ill-timed work shall be borne by the Contractor. The Contractor shall not endanger any work by cutting, digging, or otherwise and shall not cut or alter the work of any other Contractor without the consent of the Project Manager.

Page 69: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

107.32 FINAL TESTS After completion of the work, the Contractor shall make any and all tests required by the Specifications or by municipal, state, or federal regulations, and where so provided in said regulations shall furnish the City with certificates of inspection by the applicable regulatory bodies. The Contractor shall also make all tests required by the National Board of Fire Underwriters for the purpose of determining insurance rates or other protection of the City or the public.

107.33 CORRECTION OF WORK AFTER FINAL PAYMENT Neither the final payment nor any provision in the Contract Documents shall relieve the Contractor of the responsibility for negligence or faulty materials or workmanship within the extent and periods provided by law and by this Contract.

107.34 NO WAIVER OF LEGAL RIGHTS Upon written notice that the Contractor considers all work complete, the Project Manager will make a pre-final inspection with the Contractor and will notify the Contractor in writing of incomplete or defective work revealed by the inspection. The Contractor shall promptly remedy such deficiencies. After the Contractor has remedied all deficiencies to the satisfaction of the Project Manager and delivered all construction records including record drawings, maintenance and operating instructions, schedules, guarantees, bonds, certificates of inspection and other documents (all as required by the Contract Documents), the Contractor will be promptly issued a Certificate of Completion by the Project Manager stating that the work is acceptable. Upon completion of the Contract, the City will make final inspection and notify the Contractor of acceptance. Final acceptance shall not preclude the City from correcting any measurement, estimate, or certificate made before or after completion of the Contract, nor from recovering from the Contractor or Surety, or both, overpayments sustained because the Contractor failed to fulfill the obligations under the Contract. The Contractor shall be liable to the City for latent defects, fraud, or such mistakes as may amount to fraud, or as regards the City’s rights under any warranty or guarantee. For all non-federally funded projects, the following additional requirements shall apply:

(a) All work shall be constructed in compliance with standard construction codes, and all materials and workmanship must be guaranteed for a period

Page 70: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

of two years from the date of final acceptance. If any defect in the work in violation of the foregoing warranty arises, Contractor shall, upon receipt of written notice of such defect, promptly furnish, at no cost to the City, design and engineering, labor, equipment, and materials necessary to correct such defect and cause the Work to comply fully with the foregoing warranty and Contract Documents. This obligation shall survive both final completion of and final payment for the Work. The City shall not be invoiced for any of costs of warranty work, and Contractor shall not be entitled to submit any claim for an increased fee arising therefrom. The Contractor guarantee period (two-year warranty period) will not begin until the Contract is 100 percent complete, as determined by the Project Manager. Acceptance of the 100 percent complete work shall be requested in writing by the Contractor. Any item requiring repair and/or replacement prior to expiration of the two-year warranty period shall be guaranteed for a period of one-year after the date of said correction or repair or for the remainder of the two-year warranty period, whichever is longer.

(b) In placing orders for equipment, the Contractor shall purchase such equipment only under a written guarantee from the respective manufacturers that the equipment supplied will function satisfactorily as an integral part of the completed Project in accordance with the Plans and Specifications. Furthermore, the Contractor shall require that the manufacturer agree in writing at the time an order of equipment is placed that manufacturer will be responsible for the proper functioning of the equipment in cooperation with the Contractor, and that whenever necessary during the installation period or tuning up period following construction period, the manufacturer will supply without additional cost to the City, such superintendence and mechanical labor and any adjustments and additional parts and labor needed to make the equipment function satisfactorily, even if the same was not shown on approved shop drawings.

107.35 ACCEPTANCE

(a) Partial Acceptance. If, during the performance of the project, the Contractor

satisfactorily completes a unit or portion of the Project, such as a structure, an interchange, or a section of road or pavement that can be used advantageously for traffic, the Project Manager may make final inspection of that unit. If the Project Manager finds that the unit has been satisfactorily completed in compliance with the Contract, the Contractor may be relieved of further responsibility for that unit except as otherwise provided in these general provisions. Partial acceptance shall not void or alter any of the terms of the Contract.

(b) Final Acceptance. Upon notice from the Contractor of presumptive

completion of the entire Project, the Project Manager will make an inspection. If the work provided for by the Contract has been satisfactorily

Page 71: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

completed, that inspection shall constitute the final inspection and the Project Manager will notify the Contractor in writing of final acceptance indicating the date on which the Project was inspected and accepted.

If the inspection discloses any unsatisfactory work, the Project Manager will give the Contractor a written list of the work needing correction. Upon correction of the work, another inspection will be made. If the work has been satisfactorily completed, the Project Manager will notify the Contractor in writing of the date of final inspection and acceptance. Final acceptance under this subsection does not waive any legal rights contained in the No Waiver of Legal Rights section of this Contract.

SECTION 108 PAYMENTS AND ACCEPTANCE OF WORK

108.00 PAYMENTS AND RETAINAGE Payments will be made, and required retainage withheld if applicable, in accordance with this section as the work progresses at the end of each month or as soon thereafter as practicable in compliance with C.R.S. Title 24, Article 91, on statements made and approved by the Project Manager. In preparing statements, only completed work will be taken into consideration. No payment will be made for materials in storage and/or delivered to the site, unless otherwise approved by the City. Payment for work performed by the Contractor under the Contract Documents will be made at the approved unit price or lump sum price for each of the several items as listed in the proposal and measured as hereinafter specified. Such payment shall compensate the Contractor for all costs in connection with furnishing all labor, equipment and material required and performing the operations necessary to complete the item in accordance with the Contract Documents. All incidental work essential to the completion of the Project in a workmanlike manner, and including cleanup and disposal of waste or surplus material, shall be accomplished by the Contractor without additional cost to the City. The cleanup and disposal of waste or surplus material shall be performed during construction or as soon after as is reasonably possible in order to better maintain the aesthetics and safety of the construction area. Payment will be made for the actual quantities constructed or installed, unless otherwise noted in these Contract Documents. However, any changes to plan quantity must be approved through proper Change Order procedures, said quantities being measured as specified in the Contract Documents.

(1) If the Contract exceeds one hundred fifty thousand dollars ($150,000.00), and is for the construction, alteration, or repair of any highway, public work, or public improvement, structure, and the Contractor has provided Performance and Payment Bonds: the City shall authorize partial progress payments of the amount due under this Contract monthly, or as soon

Page 72: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

thereafter as practicable, to the Contractor, if the Contractor is satisfactorily performing the Contract. If the City finds that satisfactory progress is being achieved during any period for which progress is to be made, the City may authorize payment to be made in full without withholding retainage. However, if satisfactory progress has not been made, the City may retain a maximum of ten percent (10%) of the amount of the requested payment until satisfactory progress is achieved. When the work is substantially complete, the City may retain from the remaining unpaid balance that amount the City Procurement Services Manager, at the advice of the Project Manager, considers adequate for protection of the City, suppliers, subcontractors, laborers, vendors, etc., provided that such retainage shall not exceed five percent (5%) of the amount due, and shall release to the Contractor all the remaining funds associated with completed and acceptable work. If satisfactory progress has not been made the withheld percentage of the Contract price of any such work, improvement, or construction shall be retained on an invoice-to-invoice basis and shall not be cumulative. In other words, if the Contractor is not performing satisfactorily the City will hold ten percent (10%) of what is actually due to the Contractor. For example, if the Contractor is behind schedule and has successfully completed fifty percent (50%) of the work, the City will only pay forty percent (40%) of the invoice, withholding ten percent (10%) of what is due until the Contractor gets back on schedule.

(2) Whenever a Contractor receives payment pursuant to this section, the

Contractor shall make payments to each of the subcontractors of any amount actually received which were included in the Contractor’s request for payment to the City for such subcontracts. The Contractor shall make such payments within seven (7) Calendar Days of receipt of payments from the City in the same manner as the City is required to pay the Contractor under this section if the subcontractor is satisfactorily performing under the Contract with the Contractor. The subcontractor shall pay all suppliers, sub-subcontractors, laborers, and any other persons who provide goods, materials, labor, or equipment to the subcontractor any amounts actually received which were included in the subcontractor’s request for payment to the Contractor for such persons, in the same manner set forth in this subsection (2) regarding payments by the Contractor to the subcontractor. If the subcontractor fails to make such payments in the required manner, the subcontractor shall pay those suppliers, sub-subcontractors, and laborers interest in the same manner set forth in this subsection (2) regarding payments by the Contractor to the subcontractor. At the time a subcontractor submits a request for payment to the Contractor, the subcontractor shall also submit to the Contractor a list of the subcontractor’s suppliers, sub-subcontractors and laborers. The Contractor

Page 73: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

shall be relieved of the requirements of this subsection (2) regarding payment in seven (7) days and interest payment until the subcontractor submits such list. If the Contractor fails to make timely payments to the subcontractor as required by this section, the Contractor shall pay the subcontractor interest as specified by Contract or at the rate of fifteen percent (15%) per annum, whichever is higher, on the amount of the payment which was not made in a timely manner. The interest shall accrue for the period from the required payment date to the date on which payment is made. Nothing in this subsection (2) shall be construed to affect the retention provisions of any Contract.

(3) If the Contractor is not progressing in accordance with the Project Schedule or not performing quality work in accordance with the specifications, the City Procurement Services Manager, at the advice of the Project Manager may withholding retainage up to and including ten percent (10%) of the total contract amount.

108.01 PAYMENTS WITHHELD PRIOR TO FINAL

ACCEPTANCE OF WORK The City may withhold or nullify the whole or part of any certificate of payment to such extent as may be necessary to protect it from loss caused by:

(a) Defective work not remedied.

(b) Claims filed or reasonable evidence indicating probable filing of claims by other parties against the Contractor.

(c) Failure of the Contractor to make payments properly to subcontractors or

for material or labor.

(d) Damage to another contractor. When the above grounds are removed, payment will be made for amounts withheld because of them.

108.02 ACCEPTANCE OF FINAL PAYMENT If the work is finally accepted by Project Manager under the terms and conditions of the Contract the entire balance found by the Project Manager to be due the Contractor, including the retained percentage, less any retention based on; (1) the Project Manager's estimate of the fair value of the claims against the Contractor; and (2) the cost of completing the incomplete or unsatisfactory items of work with specified amounts for each incomplete or defective item of work; and (3) retentions required by law, shall be due and payable to the Contractor. The date of completion is the date as specified in the Certificate of Completion issued by the Project Manager.

Page 74: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Upon completion of the work under the Contract and before the Contractor will receive or be paid for the Project Manager's final statement, the City Procurement Services Division shall post a notice in the Colorado Springs Gazette that the City has accepted such work as completed according to the Plans and Specifications and rules set forth in the Contract; that the Contractor is entitled to final settlement; that after the date specified in the Notice, the City will pay the full balance due under the Contract; and that persons having claims for labor or material furnished the Contractor must present their claim to the City Procurement Services Division prior to the date specified for such payment. Nothing herein shall be construed as relieving the Contractor and the Sureties on the Contractor's bonds from any claim or claims for work or labor done or materials or supplies furnished in the execution of the Contract. The making and acceptance of the final payment shall constitute a waiver of all claims by the Contractor against the City. If, after the work has been substantially completed, full completion thereof is materially delayed through no fault of the Contractor, and the Project Manager so certifies, the City may, upon Certificate of Completion by the Project Manager, and without terminating the Contract, make payment of the balance due for that portion of the work fully completed and accepted. Such payment shall be made under the terms and conditions governing final payment, and acceptance of the payment shall constitute a waiver of all claims by the Contractor but acceptance of the work shall not constitute a waiver of City claims against the Contractor. Advertising for Final Payment and processing of the Final Pay Request shall not take place until after the Contractor has submitted Sales and Use Tax Forms to the City and said forms have been reviewed and approved by the City Sales Tax Office.

Page 75: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

SCHEDULE C – CLAUSES FOR CONTRACTS SUBJECT TO FEDERAL REQUIREMENTS 1. EQUAL EMPLOYMENT OPPORTUNITY

To view the City of Colorado Springs EEOP (Equal Employment Opportunity Plan) Utilization Report, the link is www.coloradosprings.gov/eeop. During the performance of this Contract, the Contractor agrees as follows:

(1) The Contractor will not discriminate against any employee or applicant for

employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. 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. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth the provisions of this nondiscrimination clause.

(2) The Contractor will, in all solicitations or advertisements for employees placed

by or on behalf of the Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin.

(3) The contractor will not discharge or in any other manner discriminate against any employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee’s essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor’s legal duty to furnish information.

(4) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section 202 of Executive Order 11246 of September 24, 1965, and shall post copies

Page 76: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

of the notice in conspicuous places available to employees and applicants for employment.

(5) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor.

(6) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders.

(7) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law.

(8) The Contractor will include the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event the Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interests of the United States.

(8) Subcontracts. Each nonexempt prime contractor or subcontractor shall include the equal opportunity clause in each of its nonexempt subcontracts.

(9) Incorporation by reference. The equal opportunity clause may be incorporated by reference in all Government contracts and subcontracts, including Government bills of lading, transportation requests, contracts for deposit of Government funds, and contracts for issuing and paying U.S. savings bonds and notes, and such other contracts and subcontracts as the Deputy Assistant Secretary may designate.

(10) Incorporation by operation of the order. By operation of the order, the equal opportunity clause shall be considered to be a part of every contract and subcontract required by the order and the regulations in this part to include

Page 77: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

such a clause whether or not it is physically incorporated in such contracts and whether or not the contract between the agency and the contractor is written.

(11) Adaptation of language. Such necessary changes in language may be made in the equal opportunity clause as shall be appropriate to identify properly the parties and their undertakings. [43 FR 49240, Oct. 20, 1978, as amended at 62 FR 66971, Dec. 22, 1997]

2. EQUAL EMPLOYMENT OPPORTUNTY REPORTS AND OTHER REQUIRED INFORMATION

(a) Requirements for prime contractors and subcontractors. (1) Each prime contractor and subcontractor shall file annually, on or before

the September 30, complete and accurate reports on Standard Form 100 (EEO-1) promulgated jointly by the Office of Federal Contract Compliance Programs, the Equal Employment Opportunity Commission and Plans for Progress or such form as may hereafter be promulgated in its place if such prime contractor or subcontractor (i) is not exempt from the provisions of these regulations in accordance with § 60-1.5; (ii) has 50 or more employees; (iii) is a prime contractor or first tier subcontractor; and (iv) has a contract, subcontract or purchase order amounting to $50,000 or more or serves as a depository of Government funds in any amount, or is a financial institution which is an issuing and paying agent for U.S. savings bonds and savings notes: Provided, That any subcontractor below the first tier which performs construction work at the site of construction shall be required to file such a report if it meets requirements of paragraphs (a)(1) (i), (ii), and (iv) of this section.

(2) Each person required by § 60-1.7(a)(1) to submit reports shall file such a report with the contracting or administering agency within 30 days after the award to him of a contract or subcontract, unless such person has submitted such a report within 12 months preceding the date of the award. Subsequent reports shall be submitted annually in accordance with § 60-1.7(a)(1), or at such other intervals as the Deputy Assistant Secretary may require. The Deputy Assistant Secretary may extend the time for filing any report.

(3) The Deputy Assistant Secretary or the applicant, on their own motions, may require a contractor to keep employment or other records and to furnish, in the form requested, within reasonable limits, such information as the Deputy Assistant Secretary or the applicant deems necessary for the administration of the order.

(4) Failure to file timely, complete and accurate reports as required constitutes noncompliance with the prime contractor's or subcontractor's obligations under the equal opportunity clause and is ground for the imposition by the Deputy Assistant Secretary, an applicant, prime contractor or subcontractor, of any sanctions as authorized by the order and the regulations in this part.

(b) Requirements for bidders or prospective contractors—

Page 78: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

(1) Certification of compliance with Part 60-2: Affirmative Action Programs. Each agency shall require each bidder or prospective prime contractor and proposed subcontractor, where appropriate, to state in the bid or in writing at the outset of negotiations for the contract: (i) Whether it has developed and has on file at each establishment affirmative action programs pursuant to Part 60-2 of this chapter; (ii) whether it has participated in any previous contract or subcontract subject to the equal opportunity clause; (iii) whether it has filed with the Joint Reporting Committee, the Deputy Assistant Secretary or the Equal Employment Opportunity Commission all reports due under the applicable filing requirements.

(2) Additional information. A bidder or prospective prime contractor or proposed subcontractor shall be required to submit such information as the Deputy Assistant Secretary requests prior to the award of the contract or subcontract. When a determination has been made to award the contract or subcontract to a specific contractor, such contractor shall be required, prior to award, or after the award, or both, to furnish such other information as the applicant or the Deputy Assistant Secretary requests.

(c) Use of reports. Reports filed pursuant to this section shall be used only in connection with the administration of the order, the Civil Rights Act of 1964, or in furtherance of the purposes of the order and said Act.[43 FR 49240, Oct. 20, 1978, as amended at 62 FR 66971, Dec. 22, 1997]

3. CONSTRUCTION WAGE RATE REQUIREMENTS (DAVIS BACON) (From

FAR 52.222-6)

The term “Contracting Officer” herein shall refer to the City of Colorado Springs Contracting Specialist assigned to this contract.

(a) Definition.-“Site of the work”-

(1) Means- (i) The primary site of the work. The physical place or places where the construction called for in the contract will remain when work on it is completed; and (ii) The secondary site of the work, if any. Any other site where a significant portion of the building or work is constructed, provided that such site is-

(A) Located in the United States; and (B) Established specifically for the performance of the contract or project;

(2) Except as provided in paragraph (3) of this definition, includes any fabrication plants, mobile factories, batch plants, borrow pits, job headquarters, tool yards, etc., provided-

(i) They are dedicated exclusively, or nearly so, to performance of the contract or project; and

Page 79: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

(ii) They are adjacent or virtually adjacent to the “primary site of the work” as defined in paragraph (a)(1)(i), or the “secondary site of the work” as defined in paragraph (a)(1)(ii) of this definition;

(3) Does not include permanent home offices, branch plant establishments, fabrication plants, or tool yards of a Contractor or subcontractor whose locations and continuance in operation are determined wholly without regard to a particular Federal contract or project. In addition, fabrication plants, batch plants, borrow pits, job headquarters, yards, etc., of a commercial or material supplier which are established by a supplier of materials for the project before opening of bids and not on the Project site, are not included in the “site of the work.” Such permanent, previously established facilities are not a part of the “site of the work” even if the operations for a period of time may be dedicated exclusively or nearly so, to the performance of a contract.

(b) (1) 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, or as may be incorporated for a secondary site of the work, regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics. Any wage determination incorporated for a secondary site of the work shall be effective from the first day on which work under the contract was performed at that site and shall be incorporated without any adjustment in contract price or estimated cost. Laborers employed by the construction Contractor or construction subcontractor that are transporting portions of the building or work between the secondary site of the work and the primary site of the work shall be paid in accordance with the wage determination applicable to the primary site of the work. (2) Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Construction Wage Rate Requirements statute on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (e) of this clause; 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 period. (3) Such laborers and mechanics shall be paid not less than the appropriate wage rate and fringe benefits in the wage determination for the classification of work actually performed, without regard to skill, except

Page 80: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

as provided in the clause entitled Apprentices and Trainees. 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. (4) The wage determination (including any additional classifications and wage rates conformed under paragraph (c) of this clause) and the Construction Wage Rate Requirements (Davis-Bacon Act) poster (WH-1321) shall be posted at all times by the Contractor and its subcontractors at the primary site of the work and the secondary site of the work, if any, in a prominent and accessible place where it can be easily seen by the workers.

(c) (1) 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 all 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. (ii) The classification is utilized in the area by the construction industry. (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

Page 81: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

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 of the Wage and Hour Division 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. (4) The wage rate (including fringe benefits, where appropriate) determined pursuant to paragraphs (c)(2) and (c)(3) of this clause 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.

(d) 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. (e) 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 Construction Wage Rate Requirements statute have been met. The Secretary of Labor may require the Contractor to set aside in a separate account assets for the meeting of obligations under the plan or program.

4. CONTRACT WORK HOURS AND SAFETY STANDARDS (from FAR 52.222-4) The term “Contracting Officer” herein shall refer to the City of Colorado Springs Contracting Specialist assigned to this contract.

The term “Government” herein shall refer to the City of Colorado Springs and any interested federal or state entity.

(a) Overtime requirements. No Contractor or subcontractor employing laborers or mechanics (see Federal Acquisition Regulation 22.300) shall require or permit them to work over 40 hours in any workweek unless they are paid at least 1 and 1/2 times the basic rate of pay for each hour worked over 40 hours. (b) Violation; liability for unpaid wages; liquidated damages. The responsible Contractor and subcontractor are liable for unpaid wages if they violate the terms in paragraph (a) of this clause. In addition, the Contractor and subcontractor are liable for liquidated damages payable to the Government. The Contracting Officer will assess liquidated damages at the rate of $10 per affected employee for each calendar day on which the employer required or permitted the employee to work

Page 82: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

in excess of the standard workweek of 40 hours without paying overtime wages required by the Contract Work Hours and Safety Standards statute (found at 40 U.S.C. chapter 37). (c) Withholding for unpaid wages and liquidated damages. The Contracting Officer will withhold from payments due under the contract sufficient funds required to satisfy any Contractor or subcontractor liabilities for unpaid wages and liquidated damages. If amounts withheld under the contract are insufficient to satisfy Contractor or subcontractor liabilities, the Contracting Officer will withhold payments from other Federal or federally assisted contracts held by the same Contractor that are subject to the Contract Work Hours and Safety Standards statute (d) Payrolls and basic records.

(1) The Contractor and its subcontractors shall maintain payrolls and basic payroll records for all laborers and mechanics working on the contract during the contract and shall make them available to the Government until 3 years after contract completion. The records shall contain the name and address of each employee, social security number, labor classifications, hourly rates of wages paid, daily and weekly number of hours worked, deductions made, and actual wages paid. The records need not duplicate those required for construction work by Department of Labor regulations at 29 CFR 5.5(a)(3) implementing the Construction Wage Rate Requirements statute. (2) The Contractor and its subcontractors shall allow authorized representatives of the Contracting Officer or the Department of Labor to inspect, copy, or transcribe records maintained under paragraph (d)(1) of this clause. The Contractor or subcontractor also shall allow authorized representatives of the Contracting Officer or Department of Labor to interview employees in the workplace during working hours.

(e) Subcontracts. The Contractor shall insert the provisions set forth in paragraphs (a) through (d) of this clause in subcontracts that may require or involve the employment of laborers and mechanics and require subcontractors to include these provisions in any such lower tier subcontracts. The Contractor shall be responsible for compliance by any subcontractor or lower-tier subcontractor with the provisions set forth in paragraphs (a) through (d) of this clause.

5. CLEAN AIR ACT

By signing this Contract, the Contractor agrees to comply with all applicable standards, orders, or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). Further, the

Page 83: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Contractor agrees to include this clause in all subcontracts in excess of $150,000.

6. DEBARMENT AND SUSPENSION

By signing this Contract, the Contractor certifies to the best of its knowledge and belief that it and its principals:

(a) Are not presently debarred, suspended, proposed for debarment, declared

ineligible, or voluntarily excluded from covered transactions by any Federal department or agency;

(b) Have not within a 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, falsification or destruction of records, making false statements, or receiving stolen property;

(c) Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and

(d) Have not within a three-year period preceding this application/proposal had one or more public transactions(Federal, State, or local) terminated for cause or default.

7. BYRD ANTI-LOBBYING AMENDMENT

By signing this Contract, the Contractor certifies 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. Further, the Contractor certifies that it has not engaged in lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. The Contractor must require the same certification from all subcontractors with subcontracts valued in excess of $100,000 under this Contract.

8. SMALL BUSINESS REQUIREMENTS

The Contractor must take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used when possible.

Affirmative steps must include:

(1) Placing qualified small and minority businesses and women's business enterprises on subcontract solicitation lists;

Page 84: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

(2) Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources for subcontracting;

(3) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises;

(4) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; and

(5) Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce.

9. PROCUREMENT OF RECOVED MATERIALS

The Contractor must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired by the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines.

10. ANTI-KICKBACK PROCEDURES.

(a) Definitions.

“Kickback,” as used in this clause, means any money, fee, commission, credit, gift, gratuity, thing of value, or compensation of any kind which is provided to any prime Contractor, prime Contractor employee, subcontractor, or subcontractor employee for the purpose of improperly obtaining or rewarding favorable treatment in connection with a prime contract or in connection with a subcontract relating to a prime contract.

“Person,” as used in this clause, means a corporation, partnership, business association of any kind, trust, joint-stock company, or individual.

“Prime contract,” as used in this clause, means a contract or contractual action entered into by the United States for the purpose of obtaining supplies, materials, equipment, or services of any kind.

Page 85: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

“Prime Contractor” as used in this clause, means a person who has entered into a prime contract with the United States.

“Prime Contractor employee,” as used in this clause, means any officer, partner, employee, or agent of a prime Contractor.

“Subcontract,” as used in this clause, means a contract or contractual action entered into by a prime Contractor or subcontractor for the purpose of obtaining supplies, materials, equipment, or services of any kind under a prime contract.

“Subcontractor,” as used in this clause,

(1) means any person, other than the prime Contractor, who offers to furnish or furnishes any supplies, materials, equipment, or services of any kind under a prime contract or a subcontract entered into in connection with such prime contract, and

(2) includes any person who offers to furnish or furnishes general supplies to the prime Contractor or a higher tier subcontractor.

“Subcontractor employee,” as used in this clause, means any officer, partner, employee, or agent of a subcontractor.

(b) The 41 U.S.C. chapter 87, Kickbacks, prohibits any person from --

(1) Providing or attempting to provide or offering to provide any kickback;

(2) Soliciting, accepting, or attempting to accept any kickback; or

(3) Including, directly or indirectly, the amount of any kickback in the contract price charged by a prime Contractor to the United States or in the contract price charged by a subcontractor to a prime Contractor or higher tier subcontractor.

(c)

(1) The Contractor shall have in place and follow reasonable procedures designed to prevent and detect possible violations described in paragraph (b) of this clause in its own operations and direct business relationships.

(2) When the Contractor has reasonable grounds to believe that a violation described in paragraph (b) of this clause may have occurred, the Contractor shall promptly report in writing the possible violation. Such reports shall be made to the inspector general of the contracting agency, the head of the contracting agency if the agency does not have an inspector general, or the Attorney General.

Page 86: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

(3) The Contractor shall cooperate fully with any Federal agency investigating a possible violation described in paragraph (b) of this clause.

(4) The Contracting Officer may

(i) offset the amount of the kickback against any monies owed by the United States under the prime contract and/or

(ii) direct that the Prime Contractor withhold from sums owed a subcontractor under the prime contract the amount of the kickback. The Contracting Officer may order that monies withheld under subdivision (c)(4)(ii) of this clause be paid over to the Government unless the Government has already offset those monies under subdivision (c)(4)(i) of this clause. In either case, the Prime Contractor shall notify the Contracting Officer when the monies are withheld.

(5) The Contractor agrees to incorporate the substance of this clause, including subparagraph (c)(5) but excepting subparagraph (c)(1), in all subcontracts under this contract which exceed $150,000.

11. ENERGY EFFICIENCY IN ENERGY CONSUMING PRODUCTS

(a) Definition. As used in this clause--

“Energy-efficient product”—

(1) Means a product that—

(i) Meets Department of Energy and Environmental Protection Agency criteria for use of the Energy Star trademark label; or

(ii) Is in the upper 25 percent of efficiency for all similar products as designated by the Department of Energy’s Federal Energy Management Program.

(2) The term “product” does not include any energy-consuming product or system designed or procured for combat or combat-related missions (42 U.S.C. 8259b).

(b) The Contractor shall ensure that energy-consuming products are energy efficient products (i.e., ENERGY STAR® products or FEMP-designated products) at the time of contract award, for products that are—

(1) Delivered;

(2) Acquired by the Contractor for use in performing services at a Federally-controlled facility;

(3) Furnished by the Contractor for use by the Government; or

Page 87: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

(4) Specified in the design of a building or work, or incorporated during its construction, renovation, or maintenance.

(c) The requirements of paragraph (b) apply to the Contractor (including any subcontractor) unless—

(1) The energy-consuming product is not listed in the ENERGY STAR® Program or FEMP; or

(2) Otherwise approved in writing by the Contracting Officer.

(d) Information about these products is available for—

(1) ENERGY STAR® at http://www.energystar.gov/products; and

(2) FEMP at http://www1.eere.energy.gov/femp/procurement/eep_requirements.html.

12. BUY AMERICAN—CONSTRUCTION MATERIALS

(a) Definitions. As used in this clause—

“Commercially available off-the-shelf (COTS) item”—

(1) Means any item of supply (including construction material) that is—

(i) A commercial item (as defined in paragraph (1) of the definition

at FAR 2.101);

(ii) Sold in substantial quantities in the commercial marketplace;

and

(iii) Offered to the Government, under a contract or subcontract at

any tier, without modification, in the same form in which it is sold in

the commercial marketplace; and

(2) Does not include bulk cargo, as defined in 46 U.S.C. 40102(4), such as

agricultural products and petroleum products.

“Component” means an article, material, or supply incorporated directly into a

construction material.

“Construction material” means an article, material, or supply brought to the

construction site by the Contractor or a subcontractor for incorporation into the

building or work. The term also includes an item brought to the site

preassembled from articles, materials, or supplies. However, emergency life

safety systems, such as emergency lighting, fire alarm, and audio evacuation

systems, that are discrete systems incorporated into a public building or work

and that are produced as complete systems, are evaluated as a single and

distinct construction material regardless of when or how the individual parts or

components of those systems are delivered to the construction site. Materials

purchased directly by the Government are supplies, not construction material.

Page 88: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

“Cost of components” means—

(3) For components purchased by the Contractor, the acquisition cost,

including transportation costs to the place of incorporation into the

construction material (whether or not such costs are paid to a domestic

firm), and any applicable duty (whether or not a duty-free entry certificate

is issued); or

(4) For components manufactured by the Contractor, all costs associated

with the manufacture of the component, including transportation costs as

described in paragraph (1) of this definition, plus allocable overhead costs,

but excluding profit. Cost of components does not include any costs

associated with the manufacture of the construction material.

“Domestic construction material” means—

(1) An unmanufactured construction material mined or produced in the

United States;

(2) A construction material manufactured in the United States, if—

(i) The cost of its components mined, produced, or manufactured in

the United States exceeds 50 percent of the cost of all its

components. Components of foreign origin of the same class or

kind for which nonavailability determinations have been made are

treated as domestic; or

(ii) The construction material is a COTS item.

“Foreign construction material” means a construction material other than a

domestic construction material.

“United States” means the 50 States, the District of Columbia, and outlying

areas.

(b) Domestic preference.

(1) This clause implements 41 U.S.C. chapter 83, Buy American, by

providing a preference for domestic construction material. In accordance

with 41 U.S.C. 1907, the component test of the Buy American statute is

waived for construction material that is a COTS item. (See

FAR 12.505(a)(2)). The Contractor shall use only domestic construction

material in performing this contract, except as provided in paragraphs

(b)(2) and (b)(3) of this clause.

(2) This requirement does not apply to information technology that is a

commercial item or to the construction materials or components listed by

the Government as follows:

None

(3) The Contracting Officer may add other foreign construction material to

the list in paragraph (b)(2) of this clause if the Government determines

that—

(i) The cost of domestic construction material would be

unreasonable. The cost of a particular domestic construction

material subject to the requirements of the Buy American statute is

unreasonable when the cost of such material exceeds the cost of

foreign material by more than 6 percent;

Page 89: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

(ii) The application of the restriction of the Buy American statute to

a particular construction material would be impracticable or

inconsistent with the public interest; or

(iii) The construction material is not mined, produced, or

manufactured in the United States in sufficient and reasonably

available commercial quantities of a satisfactory quality.

(c) Request for determination of inapplicability of the Buy American statute.

(1)(i) Any Contractor request to use foreign construction material in

accordance with paragraph (b)(3) of this clause shall include adequate

information for Government evaluation of the request, including—

(A) A description of the foreign and domestic construction

materials;

(B) Unit of measure;

(C) Quantity;

(D) Price;

(E) Time of delivery or availability;

(F) Location of the construction project;

(G) Name and address of the proposed supplier; and

(H) A detailed justification of the reason for use of foreign

construction materials cited in accordance with paragraph

(b)(3) of this clause.

(ii) A request based on unreasonable cost shall include a

reasonable survey of the market and a completed price comparison

table in the format in paragraph (d) of this clause.

(iii) The price of construction material shall include all delivery costs

to the construction site and any applicable duty (whether or not a

duty-free certificate may be issued).

(iv) Any Contractor request for a determination submitted after

contract award shall explain why the Contractor could not

reasonably foresee the need for such determination and could not

have requested the determination before contract award. If the

Contractor does not submit a satisfactory explanation, the

Contracting Officer need not make a determination.

(2) If the Government determines after contract award that an exception to

the Buy American statute applies and the Contracting Officer and the

Contractor negotiate adequate consideration, the Contracting Officer will

modify the contract to allow use of the foreign construction material.

However, when the basis for the exception is the unreasonable price of a

domestic construction material, adequate consideration is not less than

the differential established in paragraph (b)(3)(i) of this clause.

(3) Unless the Government determines that an exception to the Buy

American statute applies, use of foreign construction material is

noncompliant with the Buy American statute.

Page 90: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

(d) Data. To permit evaluation of requests under paragraph (c) of this clause

based on unreasonable cost, the Contractor shall include the following

information and any applicable supporting data based on the survey of suppliers: FOREIGN AND DOMESTIC CONSTRUCTION MATERIALS PRICE COMPARISON

Construction Material Description Unit of Measure Quantity Price (Dollars)*

Item 1:

Foreign construction material _______ _______ _______

Domestic construction material _______ _______ _______

Item 2: _______ _______ _______

Foreign construction material _______ _______ _______

Domestic construction material

[List name, address, telephone number, and contact for suppliers surveyed. Attach

copy of response; if oral, attach summary.]

[Include other applicable supporting information.]

[* Include all delivery costs to the construction site and any applicable duty (whether or

not a duty-free entry certificate is issued).]

Page 91: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

SCHEDULE D – STANDARD SPECIFICATIONS

This section contains the Standard Specifications and Revisions of Standard Specifications. STANDARD SPECIFICATIONS The following are the Standard Specifications that apply to this project. In the event there are conflicting Standard Specifications, the order of precedence will be based upon the order in which the Standard Specifications are listed. All contractors are required to have on the job site and utilize the current updated copy of the Standard Specifications applicable to the work. A. City of Colorado Springs Standard Specifications

1. The “City of Colorado Springs Engineering Division Standard Specifications”, current edition/revision and addendums, except as modified hereinafter, which are incorporated in the contract documents by reference as though embodied herein in their entirety, shall apply to this project.

https://coloradosprings.gov/public-works/page/standard-specifications-manual https://coloradosprings.gov/public-works/page/reference-materials

2. The “City of Colorado Springs Drainage Criteria Manual, Volume II”, May 2014 edition and current addendums, except as modified hereinafter, which are incorporated in the contract documents by reference as though embodied herein in their entirety, shall apply to this project.

Copies of these documents are available from the City of Colorado Springs, Office Services Division, 30 South Nevada Avenue, Suite L01, Colorado Springs, during regular business hours.

3. The following Sections of the “City of Colorado Springs Parks and RecreationSpecifications”, current edition/revision, except as modified hereinafter, which are incorporated in the contract documents by reference as though embodied herein in their entirety, shall apply to this project.

4. The “Colorado Springs Utilities Line Extension and Service Standards” and current addendums, except as modified hereinafter, which are incorporated in the contract documents by reference as though embodied herein in their entirety, shall apply to this project.

Page 92: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

B. Colorado Department of Transportation Standard Specifications The following sections of the “Colorado Department of Transportation Standard Specifications for Road and Bridge Construction”, 2019, except as modified hereinafter, which are incorporated in the contract documents by reference as though embodied herein in their entirety, shall apply to this project (See Schedule E for CDOT Project Special and CDOT Standard Special Revisions for additional sections): Section 109 – Measurement and Payment Section 206 – Excavation and Backfill for Structures Section 207 – Topsoil Section 208 – Erosion Control Section 212 – Seeding, Fertilizer, Soil Conditioner, and Sodding Section 213 – Mulching Section 214 – Planting Section 216 – Soil Retention Covering Section 217 – Herbicide Treatment Section 250 – Environmental, Health and Safety Management Division 500 – Structures Section 601 – Structural Concrete Section 602 – Reinforcing Steel Section 603 – Culverts and Sewers Section 604 – Manholes, Inlets and Meter Vaults Section 605 – Subsurface Drains Section 606 – Guardrail Section 607 – Fences Section 610 – Median Cover Material Section 613 – Lighting Section 624 – Drainage Pipe Section 641 – Shotcrete Contractors are required to have on the job site and utilize the current updated copies of the CDOT Standard Specifications for Road and Bridge Construction and Standard Plans – M&S Standards. Copies of both are available from CDOT.

Page 93: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

SCHEDULE E – PROJECT SPECIAL PROVISIONS REVISIONS TO STANDARD SPECIFICATIONS A. INDEX OF CITY OF COLORADO SPRINGS PROJECT SPECIAL PROVISIONS The following Revisions supplement or modify the City of Colorado Springs Engineering Division Standard Specifications. Measurement and Payment for all bid items shall be in accordance with Section H, Measurement and Payment, and shall take precedence over the measurement and payment sections of the Standard Specifications or revisions thereof. Revision of Section 200 – Street Section (Excavation and Embankment) Revision of Section 205 - Subgrade Revision of Section 220 – Removal of Structures and Obstructions Revision of Section 220 – Removal of Structures and Obstructions (Utilities) Revision of Section 240 – Reset Structures Revision of Section 300 - Aggregate Base Course Revision of Section 502 – Concrete Materials Revision of Section 509 – Curb and Gutter Revision of Section 600 – Structural Concrete Revision of Section 626 – Mobilization Revision of Section 800 – Work Zone Traffic Control Addition of Section 260 - Public Information Services The following Revisions supplement or modify the City of Colorado Springs Parks and Recreation Specifications. Measurement and Payment for all bid items shall be in accordance with Section H, Measurement and Payment, and shall take precedence over the measurement and payment sections of the Standard Specifications or revisions thereof. Parks Section 02230 – Site Clearing Parks Section 00231 – Tree Protection and Pruning Parks Section 02751 – Cement Concrete Pavement Parks Section 32 84 00 - Irrigation

B. INDEX OF CDOT PROJECT SPECIAL PROVISIONS The following special provisions supplement or modify the CDOT Standard Specifications and take precedence over the CDOT Standard Specifications, City Standard Specifications, and plans. Archaeological and Paleontological Discoveries Revision of Section 101 – Definition of Terms Revision of Section 202 – Clean Culvert Revision of Section 203 – Combination Loader

Page 94: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Revision of Section 208 – Erosion Control Revision of Section 214 – Landscape Establishment Section 240 – Protection of Migratory Birds Biological Work Performed by the Contractor's Biologist Revision of Section 504 – Roundabout Landscape Wall Revision of Section 504 – Concrete Block Wall MSE Facing Revision of Section 519 – Drilled-In Soldier Pile and Shotcrete Panel Wall Revision of Section 604 – Manholes, Inlets and Meter Vaults Revision of Section 606 – Guardrail Revision of Section 607 – Fence Revision of Section 610 – Median Cover Material Revision of Section 613 – Lighting Revision of Section 619 – Water and Sanitary Sewer Lines Section 621 – Detour Pavement Revision of Section 624 – Detour Drainage Pipe Utilities

C. INDEX OF CDOT STANDARD SPECIAL PROVISIONS The following CDOT standard special provisions supplement or modify the CDOT Standard Specifications and take precedence over the Standard Specifications and plans. Revision of Section 107 – Project Safety Management Plan (April 13, 2020) 1 Revision of Section 109 – Prompt Payment (Local Agency) (October 1, 2019) 2 Revision of Section 202 – Reinforcing Steel (Sept. 3, 2020) 4 Revision of Section 613 – Lighting (Sept. 18, 2020) 10 Revision of Section 630 – Barrier (Temporary) (October 4, 2019) 1 Revision of Section 715 – Lighting and Electrical Materials (Sept. 18, 2020) 10 Affirmative Action Requirements – Equal Employment Opportunity (October 1, 2019) 10 Disadvantaged Business Enterprise (DBE) Requirements (October 1, 2019) 9 (Local Agency) Minimum Wages, Colorado, U.S. Department of Labor General Decision Number CO20200008, MOD 1, Highway Construction for El Paso, Pueblo, and Teller Counties (August 28, 2020) 17 On the Job Training (October 1, 2019) 4 Special Construction Requirements, Fire Protection Plan (October 1, 2019) 2 CITY OF COLORADO SPRINGS PROJECT SPECIAL PROVISIONS

REVISION OF SECTION 200 STREET SECTION

Section 200 of the City of Colorado Springs Engineering Division Standard Specifications is hereby revised for this project as follows: Subsection 202 is hereby revised as follows:

Page 95: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Excavation shall have the following additional requirements: Material removed during the excavation process that is not acceptable for use as embankment fill shall be legally disposed of by the Contractor. It shall not be wasted on private property without written permission of the property owner. Rocks, broken concrete, or other solid materials more than six inches in greatest dimension shall not be placed in any of the embankment areas. Materials not meeting this requirement shall become the property of the Contractor to be removed from the site and legally disposed of. All excess material that is not needed in the embankment fills on the project shall be hauled away from the project. Subsection 203 is hereby revised as follows: Embankment shall have the following additional requirements: Embankment material will also be placed to fill up excavations, holes and depressions to the bottom of the required topsoil layer in unpaved, landscaped areas. For this project, all fill material required below and extending 6” outside of paved areas shall be Aggregate Base Course (Class 6). Embankment construction shall include preparation of the areas and surfaces upon which embankment material is to be placed and the placing and compacting of approved material. Only approved materials shall be used in the construction of embankments and fills. Free running water shall be drained from embankment material before it is placed. Frozen materials shall not be used in the construction of embankments and fills. Embankments and fills shall be shaped and maintained so that they are well drained at all times. Compaction of embankments and fills in unpaved, landscaped areas shall be in accordance with the same moisture and density requirements for subgrade given in Subsection 205.

REVISION OF SECTION 205 SUBGRADE

Section 205 of the City of Colorado Springs Engineering Division Standard Specifications is hereby revised for this project as follows: The work consists of over-excavating, stockpiled, blading, shaping, wetting, and compacting the existing subgrade with moisture and density control and shall follow the City of Colorado Springs Standard Specifications – Section 205.

Page 96: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

The subgrade stabilization work consists of stabilizing at least the upper 12 inches of subgrade by chemical or mechanical methods and shall follow the City of Colorado Springs, Pavement Design Criteria Manual – Section 4.2.2a and Section 6.5 for chemically stabilized subgrade, or Section 4.2.2b and Section 6.6 for mechanically stabilized subgrade.

(a) Mesa Road and 30th Street (Station 101+69 to Station 113+60) The top 48 inches of the finished subgrade shall be reconditioned by over-excavating, stockpiled, blading and rolling or an equivalent method. Sufficient water shall be added to meet the 95% of the standard proctor maximum dry density, and moisture content between 1 and 3 percent above the standard proctor optimum moisture content. The reconditioned surface shall not vary above or below the lines and grades as staked by more than 0.08 foot. The surface shall be tested for smoothness and density prior to the application of any stabilization. All irregularities exceeding the specified tolerance shall be corrected to the satisfaction of the Engineer at no additional cost to the City. The surface shall be satisfactorily maintained until chemical or mechanical stabilization is performed.

(b) Mesa Road and 30th Street (Station 101+69 to Station 113+60) The top 12 inches of the moisture treated subgrade in accordance with 306.03 (a) shall be either chemically or mechanically stabilized. Chemically stabilized subgrade with a stabilizing agent such as lime or Portland Cement, shall be designed and constructed in accordance with City of Colorado Springs, Pavement Design Criteria Manual, Section 4.2.2a and Section 6.5. Mechanically stabilized subgrade with geogrid in conjunction with granular soils shall be designed and constructed in accordance with City of Colorado Springs, Pavement Design Criteria Manual, Section 4.2.2b and Section 6.6. The reconditioned surface shall not vary above or below the lines and grades as staked by more than 0.08 foot. The surface shall be tested for smoothness and density prior to the application of any fill or aggregate base. All irregularities exceeding the specified tolerance shall be corrected to the satisfaction of the Engineer at no additional cost to the City. The surface shall be satisfactorily maintained until the pavement section base lift has been placed.

(c) 30th Street (Station 113+60 to Station 203+47) The top 6 inches of the existing subgrade shall be reconditioned by blading and rolling or an equivalent method. Sufficient water shall be added to meet the density requirements as specified in the contract. The reconditioned surface shall not vary above or below the lines and grades as staked by more than 0.08 foot. The surface shall be tested for smoothness and density prior to the application of any base course material. Where asphalt surfacing materials are to be placed directly on the subgrade, the subgrade plane shall not vary more than 0.04 foot. All irregularities exceeding the specified tolerance shall be corrected to the satisfaction of the Engineer at no additional cost to the City. The surface

Page 97: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

shall be satisfactorily maintained until the pavement section base lift has been placed.

REVISION OF SECTION 220 REMOVAL OF STRUCTURES AND OBSTRUCTIONS

Section 220 of the City of Colorado Springs Engineering Division Standard Specifications is hereby revised for this project as follows: Subsection 220.01 shall be revised as follows: This work includes of removal and disposal of trash and debris 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 offsite of by the Contractor during construction and prior to final acceptance of the project. The existing temporary barriers, traffic control devices, fencing, and corrugated plastic pipe shall be removed and salvaged to the City of Colorado Springs. See the specific Subsection 805.02 requirements for removal of existing Temporary Barriers and Temporary Fencing provided herein. The Contractor shall not remove any shrubs or trees within the project limits without prior written approval from the Engineer. All trees and shrubs within or adjacent to the Project limits, unless otherwise noted, shall be protected. Contractor shall mark all trees and shrubs that are required to be removed and shall obtain written approval from the Engineer prior to beginning the work. Existing trees, shrubs, bushes or grass, outside the designated work areas but inside the project limits that are damaged due to the Contractor’s operations shall be replaced in kind at the Contractor’s expense. Removal of Curb and Gutter (Special) refers to areas of colored curb and gutter to be removed in locations as shown in the plans. Removal of Concrete Pavement (Special) refers to areas of colored concrete to be removed in locations as shown in the plans. Subsection 220.02 is hereby revised to include the following: The Contractor shall clean each valve box of all foreign debris such that the operating nut of the valve is fully accessible to operation. The Engineer will obtain the Owner’s inspection and written approval before accepting the work. Ground signs, sign panels and signal equipment designated for removal shall become the property of the City of Colorado Springs. The Contractor transport all ground signs,

Page 98: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

sign panels and signal equipment to the City of Colorado Springs Signing/Marking Shop at 404 Fontanero Street. Payment for removal of existing pavement markings designated on the plans for removal shall be paid for separately. Removal of temporary striping required for traffic control shall not be paid for separately but included in the cost for Traffic Control. The Contractor shall remove and dispose of all visible abandoned utility appurtenances, which 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. The removal and disposal shall not be measured and paid for separately, but shall be included in the work. No material or debris shall be disposed of within the project limits without the written permission of the Engineer. The Contractor shall advise the Engineer in writing of the intended disposal site before the disposal site is used; and provide documentation confirming the property owner’s acceptance of such materials. Subsection 220.04 is hereby revised to include the following: Existing pipes and culverts specified for removal may not be abandoned in place unless otherwise specified within the construction plans. Existing headwalls and wingwalls specified for removal shall be fully removed. Subsection 220.05 shall be revised to include the following: Removal of Pavement shall be revised to include the following: The existing asphalt mat shall be removed in a manner that minimizes contamination of the removed mat with underlying material. The removed mat shall become the property of the Contractor. Saw cutting of pavements shall be full depth, unless otherwise approved by the Engineer. Removal of Driveway shall have the following requirements: Removal of Driveway shall include the removal of existing concrete or asphalt aprons, curb, curb and gutter, and other elements that make up or define the existing driveway structure. The thicknesses of these materials may vary and shall be considered incidental to this item of work. The Contractor shall be responsible for determining the actual field conditions and requirements for removing the designated driveway. Driveway elements shall be saw cut to full depth, unless the limits fall on construction joints that are free to pull apart, or unless otherwise approved by the Engineer.

Page 99: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Subsection 220.06 is hereby revised to include the following: Payment for removal of existing pavement markings designated on the plans for removal shall be paid for separately. Removal of temporary striping required for traffic control shall not be paid for separately but included in the cost for Traffic Control. The Contractor shall remove and dispose of all visible abandoned utility appurtenances, which 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. The removal and disposal shall not be measured and paid for separately, but shall be included in the work. No material or debris shall be disposed of within the project limits without the written permission of the Engineer. The Contractor shall advise the Engineer in writing of the intended disposal site before the disposal site is used; and provide documentation confirming the property owner’s acceptance of such materials. Existing pipes and culverts specified for removal may not be abandoned in place unless otherwise specified within the construction plans. Existing headwalls and wingwalls specified for removal shall be fully removed.

REVISION OF SECTION 220

REMOVAL OF STRUCTURES AND OBSTRUCTIONS (UTILITIES)

Section 220 of the Standard Specifications is hereby revised for this project as follows: Subsection 220.01 shall include the following: This work shall include the removal of existing fire hydrants, water main pipe, sanitary sewer pipe, sanitary sewer manholes, and the abandonment of existing pipes. Subsection 220.02 shall include the following: The Contractor shall remove all existing water mains and sanitary sewer mains identified within the plans. All fire hydrants removed from the plans shall be inspected by the Colorado Springs Utilities’ inspector for re-use on the project. The contractor shall abandon all existing pipes as identified within the plans by draining the pipes, filling of the pipes with suitable flow-fill material, and plugging of the ends in accordance with the Colorado Springs Utilities Water Line Extension and Service Standards (Section 2.6.G.6).

Page 100: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

REVISION OF SECTION 240 RESET STRUCTURES

Section 240 of the City of Colorado Springs Engineering Division Standard Specifications is hereby revised for this project as follows: Subsection 240.01 shall be revised as follows: The first paragraph shall be revised to include the following additional reset items: reset fence, and adjust manhole (special), modify manhole, modify inlet, relocate boulders, relocate Garden of the Gods Stone sign, relocate parks stone sign, relocate visitor center sign. Subsection 240.02 shall be revised as follows: Ground signs and sign panels to be reset shall be cleaned after removal and prior to resetting. If required, new poles, hardware, bases or foundations, etc., shall be furnished and installed in accordance with the City of Colorado Springs Traffic Engineering Signage and Pavement Markings Guidelines. The Contractor shall reuse all existing fence material including posts. The Contractor shall reset the fence to the back of the proposed sidewalk. The work associated with adjust manhole (special) consists on sanitary sewer manhole adjustments as shown in the plans. The work associated with Relocate Boulders consists of resetting the landscape boulders near the park entrance to the locations as shown in the plans. The work associated with Relocate Garden of the Gods Sign consists of resetting the assembly of two Garden of the Gods stone monument signs and one National Historic Marker stone signs to the locations as shown in the plans. The work associated with Relocate Parks Stone Sign consists of resetting one City of Colorado Spring Parks stone monument sign assembly to the location as shown in the plans. The work associated with Relocate Visitor Center Sign consists of resetting one City of Colorado Spring Parks visitor center sign to the location as shown in the plans.

REVISION OF SECTION 300 AGGREGATE BASE COURSE

Section 300 of the City of Colorado Springs Engineering Division Standard Specifications is hereby revised for this project as follows:

Page 101: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

The material for Breeze gravel is Red Breeze and shall naturally contain deep red and brown hues. The Contractor shall submit 1 qt. bag sample for approval. Breeze Gravel to be constructed per details and in locations as shown in the plans.

REVISION OF SECTION 502 CONCRETE MATERIALS

Section 502 of the City of Colorado Springs Engineering Division Standard Specifications is hereby revised for this project as follows: The material for Concrete Pavement (8 Inch) shall be color Davis Color Baja Red. The material for Plaza Concrete (Colored) shall be Sand Finish, Davis Color Omaha Tan. Plaza Concrete (Colored) and Concrete Bikeway (6 Inch) shall be constructed per City of Colorado Springs Parks Specifications SECTION 02751 – CEMENT CONCRETE PAVEMENT.

REVISION OF SECTION 509 CURB AND GUTTER

Section 509 of the City of Colorado Springs Engineering Division Standard Specifications is hereby revised for this project as follows: Curb and Gutter Type 2 and Type 4 shall be constructed per CDOT standards, as shown in the details and other information provided in the plans. Curb and Gutter Type 5 and Roundabout Curb and Gutter shall be constructed according to the City of Colorado Springs City Engineering Standard Drawings, Standard Drawing Number 6. Roundabout Curb and Gutter shall be constructed per the details and in the locations as shown in the plans. This curb and gutter is the mountable curb and gutter at the roundabout. Gutter (Special) shall be constructed per the details and in the locations as shown in the plans. This gutter is located behind the block retaining wall. Gutter Type 2 (2 Foot) shall be constructed per the details and in the locations as shown in the plans. This gutter is located behind the solider pile walls.

REVISION OF SECTION 509 SIDEWALKS

Section 509 of the City of Colorado Springs Engineering Division Standard Specifications is hereby revised for this project as follows:

Page 102: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

The work for Concrete Sidewalk (Special) shall be constructed per details and locations shown in the plans. The work includes a monolithically poured curb head. Concrete Bikeway (6 Inch) shall be constructed per City of Colorado Springs Parks Specifications SECTION 02751 – CEMENT CONCRETE PAVEMENT. See REVISION OF SECTION 502 – CONCRETE MATERIALS for additional information.

REVISION OF SECTION 600 STRUCTURAL CONCRETE

Section 600 of the City of Colorado Springs Engineering Division Standard Specifications is hereby deleted for this project (except as provided below), and replaced with the following: Section 601 of the CDOT Standard Specifications for Road and Bridge Construction, 2019

REVISION OF SECTION 626 MOBILIZATION

Mobilization shall be in accordance with Section 626 of the CDOT Standard Specifications for Road and Bridge Construction, and with the Revision to Section 626 – Mobilization. Payment will be according to the following schedule: (1) When 5 percent of the original contract amount is earned, 25 percent of the amount bid for mobilization, or 2½ percent of the original contract amount, whichever is less, will be paid. (2) When 10 percent of the original contract amount is earned, 50 percent of the amount bid for mobilization, or 5 percent of the original contract amount, whichever is less, will be paid. (3) When 25 percent of the original contract amount is earned, 60 percent of the amount bid for mobilization, or 6 percent of the original contract amount, whichever is less, will be paid. (4) When 50 percent of the original contract amount is earned, 100 percent of the amount bid for mobilization, or 10 percent of the original contract amount, whichever is less, will be paid. (5) Upon completion of all work on the project, payment on any amount bid for mobilization in excess of 10 percent of the original contract amount, will be paid.

Page 103: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

(6) The total sum of all payments shall not exceed the original contract amount bid for the item, regardless of the fact that the Contractor may have, for any reason, shut down the work on the project or moved equipment away from the project and then back again. For the purpose of this Section the Payment for Bid Item shall include but is not limited to full compensation for all labor, equipment, tools and materials necessary to mobilize, prepare the project staging area, including stabilized construction access, temporary gravel access path and parking area, removal of facilities and gravel, cleaning up of site, establishment of sanitary facilities, installation of project construction signs, permitting including CDPHE Construction Activity Permit , and all other costs incurred or labor and operations which must be performed prior to beginning the other items under the contract. Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work.

REVISION OF SECTION 800 WORK ZONE TRAFFIC CONTROL

Section 800 of the City of Colorado Springs Engineering Division Standard Specifications is hereby revised for this project as follows: Subsection 801 shall be revised to include the following: The Contractor shall submit Traffic Control Plans to the Engineer and receive the necessary approvals for each stage of work and the individual construction activities required to complete the project. The Contractor shall also obtain the necessary Work Zone Traffic Control permits from the City of Colorado Springs. All major changes to traffic control shall occur on Sunday mornings. The Contractor shall submit their requests for major traffic control shifts a minimum of 21 days prior to the scheduled traffic shift. This submittal shall include any construction details required to implement the traffic control. The Contractor must have approved Traffic Control Plans and the necessary permits before the related work commences. The Contractor shall notify emergency services; city and school bus operations; all businesses located adjacent to the site and along Chestnut south to Fillmore Street; and any other groups designated by the City at least three (3) working days in advance of each planned construction traffic control setup or stage change. Record of these notices shall be provided to the Engineer prior to the start of this work. Subsection 802 shall be revised to include the following: This work also includes the temporary removal or modification of existing pavements and site features; the construction of temporary pavements to facilitate detours; and the removal of temporary pavements and complete restoration of affected areas of the site to better than original condition before the end of the project.

Page 104: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Subsection 804 shall be revised as follows: Replace the first sentence of the first paragraph with the following: The Contractor shall coordinate with both the Engineer and the City Traffic Engineering Division to determine site-specific staging and/or phasing requirements. Subsection 805.02 shall be revised to include the following: Removal of Temporary Barriers, Temporary Devices, and Temporary Fencing shall have the following requirements: At the time of the removal of the original culvert, temporary barriers, traffic devices and temporary fencing was installed to delineate the site limits. The barriers, traffic devices, and fencing, as indicated on the plans, shall be removed and salvaged. The Contractor shall avoid damaging the barriers, devices and fencing. The Contractor shall deliver the barriers, traffic devices, and fencing to the City at a location designated by the Engineer. Subsection 805.03.A shall be revised to include the following: The requirements for the necessary permits and approvals from the City of Colorado Springs are contained in “The City of Colorado Springs Supplement to MUTCD for Traffic Controls for Street Construction, Utility Work, and Maintenance Operations”, current edition. If required, the Contractor shall revise and resubmit Traffic Control Plans to address the City Traffic Engineering Division review comments at no additional cost. Subsection 805.03.D shall be added as follows: The City of Colorado Springs will periodically field check the project Traffic Control. If the City feels that the traffic control is not adequate, they will require a review and re-approval of the Contractor’s Traffic Control Plans. If a new submittal review and approval is required, all time delays and expenses incurred by the Contractor related to the additional requirements shall be the responsibility of the Contractor. Subsection 805.06.B shall be revised to include the following: All work and materials required to temporarily remove or modify existing pavements and site features; construct temporary asphalt pavements to facilitate detours; and remove temporary pavements and completely restore affected areas of the site shall be in accordance with all related and applicable sections of the City of Colorado Springs Engineering Division Standard Specifications, the CDOT Standard Specifications for Road and Bridge Construction, these project specifications, and the plans.

Page 105: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

ADDITION OF COS SECTION 260 PUBLIC INFORMATION SERVICES

The City of Colorado Springs Engineering Division Standard Specifications are revised to include the addition of Section 260 – Public Information Services 20.01 Description The 30th Street Reconstruction Project will be constructed in an urbanized area containing existing neighborhoods, businesses, and millions of tourists accessing the Garden of the Gods Park, The Garden of the Gods Visitors Center, Rock Ledge Ranch hereto referred to as the 30th Street community The contractor shall ensure that the 30th30th Street community in the area are well informed of the construction phasing, scheduling, and detouring. Further, that the 30th Street community have an opportunity to get questions answered and work with the contractor to minimize inconvenience. Written, verbal, and electronic communication with the public and the City will be required to ensure that the 30th30th Street Community: • Are kept informed of continuing and upcoming work and scheduling • Have a clear method for asking questions and getting responses

• Have an opportunity to meet directly with the contractors and look for practicable opportunities to diminish construction disruption

To retain continuity between the planning, engineering, and construction of the project, the Engineer will work with the contractor and the public. The contractor shall coordinate closely with the Engineer and the City, to inform the public, businesses, and residents of construction work throughout the project. All newsletters, flyers, distributed mass emails, and newspaper advertisements require approval by the City. This work includes providing a minimum of the following public information services on an ongoing basis throughout the duration of the project to affected property owners, the public, and the City Representative as described herein. 260.02 Coordination Requirements Responsibility and Coordination: The contractor is responsible for preparing and distributing construction and scheduling information to the public for the duration of the project. This is both electronic and written information and requires coordination and approval of all information from the City’s Representative prior to mass distribution. Regular communications include the following: Phasing: Prior to the beginning of each different phase of construction, the contractor shall prepare information explaining the phase for distribution by the City Representative after it is approved by the City.

Page 106: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Initial Construction Notice: Prior to the start of initial construction activity, City approved notice information will be sent to impacted and interested stakeholders by mail or in person. The initial contact list will be provided by the City Representative. The contractor shall maintain the contact list throughout the duration of the project and update all new contacts weekly. Night Work Flyers: Creation and distribution of flyers for residents and businesses near sites where night work will take place a minimum of 24 hours in advance of the start of any and all night work. Disruptions to Driveways: The contractor shall notify private residents and businesses prior to construction activities which could impact private driveways. See Special Provision 8.10 for specific requirements. Utility Service Disruptions: The contractor shall notify private residents and businesses prior to construction activities which could impact utility services at least 48 hours prior to disruption. Meetings: In order to effectively communicate project information, the contractor shall be required to: Meet as needed with businesses, neighborhood organizations, and certain small groups. This could be up to 1 meeting per month. Responsiveness: Image and Timeliness: In general, the contractor, acting as a good neighbor and guest in the project area, will respond to the requests and comments of impacted residents/businesses, thereby building a positive image of the Contractor and the City. The contractor shall respond to requests and inquiries within 24 hours. Updates: The Construction Status Update provides a summary of the projects ongoing work activities, the anticipated completion date, and the work schedule for the forthcoming week. The work schedule includes anticipated restrictions, closures and other traffic impacts. The contractor shall provide construction status updates to the Engineer’s Liaison and the City Representative. The City Representative will be notified immediately if there is any change, during the course of the week, to the update. The contractor will draft a weekly Media Advisory based on the Construction Status Update and fax or email it to the City Representative. The City Representative will review the draft and offer suggested changes that may improve accuracy within three hours of receipt of the draft arrival. Changes in Construction: The contractor shall call the City Representative immediately regarding traffic shifts, detours, lane closures and any other construction activity that is a change from the weekly Construction Status Update and that would impact motorists.

Page 107: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Availability: Progress Meetings: The contractor shall report on project communication activities at weekly construction progress meetings. Availability. The contractor shall be accessible by phone at all times, in the construction office, by cell phone when off the job site, at home in the evenings or on weekends in cases of emergency. Monthly progress report: The Contractor shall prepare a monthly progress report for review and approval by the Engineer. The report shall contain a summary of activities during the month, planned activities, and identification of any problems or items requiring City or Engineer action. This report shall accompany the monthly request for payment for Public Information Services. 02230 SITE CLEARING (REVISED 2013) PART 1 – GENERAL 1.1 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the following: 1. Examination of the site. 2. Marshalling and access. 3. Protecting existing trees and vegetation to remain. 4. Removing trees and other vegetation. 5. Clearing and grubbing. 6. Topsoil stripping. 7. Removing above-grade site improvements. 8. Disconnecting, capping or sealing, and abandoning site utilities in place. 9. Disconnecting, capping or sealing, and removing site utilities. B. Related Sections include the following:

1. Division 1 Section “Field Engineering” for verifying utility locations and for recording field measurements.

2. Division 1 Section “Construction Facilities and Temporary Controls” for temporary utilities, temporary construction and support facilities, temporary

Page 108: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

security and protection facilities and environmental protection measures during site operations.

3. Division 2 Section “Tree Protection and Trimming” for protecting trees remaining on-site that are affected by site operations.

4. Division 2 Section “Earthwork” for soil materials, excavating, backfilling, and site grading.

5. Division 2 Section “Landscaping” for finish grading, including placing and preparing topsoil for lawns and planting.

1.3 DEFINITIONS Topsoil: Natural or cultivated surface-soil layer containing organic matter and sand, silt, and clay particles; friable, pervious, and black or a darker shade of brown, gray, or red than underlying subsoil; reasonably free of subsoil, clay lumps, gravel, and other objects more than ¾ inches in diameter; and free of weeds, roots and other deleterious materials. 1.4 MATERIALS OWNERSHIP Except for materials to be stockpiled or to remain Owner’s property, cleared materials shall become Contractor’s property and shall be removed from the site. 1.5 SUBMITTALS A. Photographs or videotape, sufficiently detailed, of existing conditions of trees and plantings, adjoining construction, and site improvements that might be misconstrued as damage caused by site clearing. B. Record drawings according to Division 1 Section “Contract Close-out.”

1. Identify and accurately locate capped utilities and other subsurface structural, electrical, and mechanical conditions.

C. An approved traffic control plan and all environmental permits as required by local and state agencies. 1.6 QUALITY ASSURANCE Pre-installation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section “Project Meetings”.

Page 109: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

1.7 PROJECT CONDITIONS A. The Contractor shall visit, inspect and thoroughly become familiar with the site and the scope of work. The Contractor will judge conditions that will exist when carrying out the contract. The Contractor shall meet with the Owner’s Representative to determine the point of access and marshaling area to be utilized to perform this work. No gasoline, oil concrete or other material shall be dumped anywhere on site. B. Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during site-clearing operations.

1. Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction.

2. Provide alternate routes around closed or obstructed traffic ways if required by authorities having jurisdiction.

3. When working in the City Right of Way, submit an approved traffic control plan to Owner’s Representative.

C. Improvements on Adjoining Property: Authority for performing indicated removal and alteration work on property adjoining Owner’s property will be obtained by owner before award of Contract. D. Salvable Improvements: Carefully remove items indicated to be salvaged and store on Owner’s premises where indicated. E. Notify utility locator service for area where Project is located before site clearing. PART 2-PRODUCTS 2.1 SOIL MATERIALS Satisfactory Soil Materials: Requirements for satisfactory soil materials are specified in Division 2 Section “Earthwork.”

1. Obtain approved borrow soil materials off-site when satisfactory soil materials are not available on-site.

PART 3-EXECUTION 3.1 PREPARATION A. Protect and maintain benchmarks and survey control points from disturbance during construction.

Page 110: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

B. Submit a storm water control plan and fugitive dust permit as required by local and state agencies. C. Provide erosion-control measures to prevent soil erosion and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways. D. Locate and clearly flag trees and vegetation to remain or to be relocated. E. Refer to City of Colorado Springs stormwater management manual. F. Protect existing site improvements both in and outside of construction zone.

1. Restore damaged improvements both on and off the site to their original condition, as acceptable to Owner.

3.2 TREE PROTECTION A. Erect and maintain a temporary fence around drip (or greater, see Landscape Plans) line of individual trees or around perimeter drip line of groups of trees to remain. Remove fence when construction is complete.

1. Do not store construction materials, debris, or excavated material within drip line of remaining trees.

2. Do not permit vehicles, equipment, or foot traffic within drip line of remaining trees.

B. Do not excavate within drip line of trees, unless otherwise indicated. C. Refer to the related plans as indicated, and/or consult with the City Forester or the Designee assigned to the project. D. Furnish all labor, material, tools, land equipment necessary to complete the work indicated on drawings and as required herein E. Existing trees to remain shall be protected at all times during the Contract period, by using 4-foot orange construction fencing. Tree protection fencing shall be maintained by the Contractor during construction. The Protection area to be fenced two inches (2’) outside the dripline of the tree unless otherwise required by the Owner’s Representative. No equipment shall be parked, driven or material stockpiled within the dripline area of the existing trees to remain. No gasoline, oil, chemicals, concrete or other material shall be dumped anywhere on site. Where vehicle or equipment traffic if necessary in the protection area of a tree, the soil shall be protected from compaction by (6”-10”) layer of wood chip mulch.

Page 111: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

F. Any trees damaged during construction shall be promptly reported to the Owner’s Representative, who shall contact the City Forester or the Designee for an assessment of damages. The contractor will be responsible for repair or replacement to the satisfaction of the City Forester or the Designee. G. Tree roots are to be clean cut when necessary using proper equipment, i.e. loppers or concrete saw. The Contractor shall submit with the Bid the cost to implement proper boring under roots. H. The City Forester or the Designee will be informed of all construction projects, especially when trees are involved. I. The City Forester or the Designee will survey the site to set and determine what the contractor needs to do before construction begins. The Contractor shall set up tree protection devices. J. The City Forester or the Designee shall be informed of: 1. Soil grade changes adjacent to trees. 2. Probable trenching through roots. 3. Location of stored heavy equipment.

4. Paths heavy equipment will take during construction project, to avoid root compaction and root breakage.

K. The City Forester or the Designee shall be notified during the project design phase, to aid in tree protection during the primary phase.

1. When equipment must be used in close proximity of the trunk, the entire tree trunk shall be protected by banding large 2”x4” wooden boards to avoid direct contact. The soil shall be protected from compaction with a 6-10” layer of wood chip mulch. 2. The Forestry Division will conduct all pruning if limb elevation is needed to avoid equipment contact.

L. Where excavation for new construction is required within drip line of trees, hand clear and excavate to minimize damage to root systems. Use narrow-tine spading forks, comb soil to expose roots, and cleanly cut roots as close to excavation as possible. 1. Cover exposed roots with burlap and water regularly.

2. Temporarily support and protect roots from damage until they are permanently relocated and covered with soil. 3. Cover exposed roots with wet burlap to prevent roots form drying out. Backfill with soil as soon as possible.

Page 112: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

M. Rehabilitate or replace trees and vegetation indicated to remain that are damaged by construction operations, in a manner approved by Architect.

1. Employ a qualified arborist, as approved by the City Forester or the Designee, to submit details of proposed rehabilitation for the damage to trees and shrubs. 2. The Contractor will replace trees that cannot be rehabilitated and restored to full-growth status, as determined by the qualified arborist and the City Forester or the Designee

3.3 UTILITIES A. Contractor will coordinate for disconnecting and sealing indicated utilities that serve existing structures before site clearing with Owner’s Representative.

1. Verify that utilities have been disconnected and capped before proceeding with site clearing.

B. Locate, identify, disconnect, and seal or cap off utilities indicated to be removed.

1. Owner will arrange to shut off indicated utilities when requested by Contractor.

2. Arrange to shut off indicated utilities with utility companies. C. Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or other unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicate.

1. Notify Owner’s Representative not less than two days in advance of proposed utility interruptions.

2. Do not proceed with utility interruptions without Owner’s Representative written permission.

D. Excavate for and remove underground utilities indicated to be removed. 3.4 CLEARING AND GRUBBING A. Remove obstructions, trees, shrubs, grass, and other vegetation to permit installation of new construction. Removal includes digging out stumps and obstructions and grubbing roots.

1. Do not remove trees, shrubs, and other vegetation indicated to remain or to be relocated.

Page 113: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

2. Cut minor roots and branches of trees indicated to remain in a clean and careful manner where such roots and branches obstruct installation of new construction. 3. Completely remove or grind stumps, roots, obstructions, and debris extending to a depth of 18 inches below exposed subgrade.

4. Use only hand methods for grubbing within drip line of remaining trees. B. Fill depressions caused by clearing and grubbing operations with satisfactory soil material, unless further excavation or earthwork is indicated.

1. Place fill material in horizontal layers not exceeding 8-inch loose depth, and compact each layer to a density equal to adjacent original ground.

3.5 TOPSOIL STRIPPING A. Remove sod and grass before stripping topsoil. B. Strip topsoil to whatever depths are encountered in a manner to prevent intermingling with underlying subsoil or other waste materials.

1. Strip surface soil of unsuitable topsoil, including trash, debris, weeds, roots, and other waste materials.

C. Stockpile topsoil materials away from edge of excavations without intermixing with subsoil. Grade and shape stockpiles to drain surface water. Comply with fugitive dust permit. 1. Do not stockpile topsoil within drip line of remaining trees. 2. Dispose of excess topsoil as specified for waste material disposal.

3.6 SITE IMPROVEMENTS A. Remove existing above- and below-grade improvements as indicated and as necessary to facilitate new construction. B. Remove slabs, paving, curbs, gutters, and aggregate base as indicated.

1. Unless existing full-depth joints coincide with line of demolition, neatly saw-cut length of existing pavement to remain before removing existing pavement. Saw-cut faces vertically.

Page 114: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

3.7 DISPOSAL Disposal: Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste materials, including trash and debris, and legally dispose of them off Owner’s property. All associated costs and fees are the responsibility of the contractor.

END OF SECTION 02230 SITE CLEARING (REVISED 2013)

02231-TREE PROTECTION AND PRUNING (REVISED 2013) PART 1 – GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes the protection and pruning of trees that interfere with, or are affected by, execution of the Work, whether temporary or new construction. B. Related Sections include the following:

1. Division 1 Section “Summary of Work” for limits placed on Contractor’s use of the site.

2. Division 1 Section “Construction Facilities and temporary Controls” for temporary tree protection.

3. Division 2 Section “Site Clearing” for removal limits of trees, shrubs, and other plantings affected by new construction.

4. Division 2 Section “Landscaping: for tree and shrub planting and transplanting, tree support systems, and soil materials.

C. The Contractor shall visit, inspect and become thoroughly familiar with the site and the scope of work. The Contractor will judge the conditions that will exist when he carries out his contract. D. The Contractor shall meet with the Owner’s Representative to determine the point of access and marshaling area to be utilized to perform this work. E. Refer to the related guidelines as indicated, and/or consult with the City Forester or the Designee assigned to the project.

Page 115: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

F. Furnish all labor, materials, tools, and equipment necessary to complete the work indicated on drawings and as required herein. This shall include: 1. Proper root cutting. 2. Erecting the required fencing when needed. 3. Installing the correct and necessary tree barrier devices. 4. Protecting the soil around trees from compaction. G. The City Forester or the designee will be informed of all construction projects, especially when trees are involved. H. The City Forester or the designee will survey the site to set up tree protection devices and determine what the Contractor needs to do, before construction begins. I. The City Forester or the designee shall be informed of: 1. Soil grade changes adjacent to trees. 2. Probable trenching through roots. 3. Location of stored heavy equipment. J. Paths heavy equipment will take during construction project, to avoid root compaction and root breakage. K. The City Forester shall be notified during the project design phase, to aid in tree protection during the primary phase. L. When equipment must be used in close proximity of the trunk, the entire tree trunk shall be protected by banding large 2”x4” wooden boards to avoid direst contact. The soil shall be protected from compaction with a 6-10” layer of wood chip mulch. 1.3 SUBMITTALS Maintenance Recommendations: From a qualified arborist for acre and protection of trees affected by construction during and after completing the Work. 1.4 QUALITY ASSURANCE A. Pre-installation Conference: Conduct conference at Project site to comply with requirements in Division 1 Section “Project Meetings”

Page 116: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

1. Before starting tree protection and pruning, meet with representatives of authorities having jurisdiction, Owner, Architect, consultants, and other concerned entities. Review tree protection and pruning procedures and responsibilities. Notify participants at least three working days before convening conference. Record discussions and agreements and furnish a copy to each participant.

PART 2 – PRODUCTS 2.1 MATERIALS A. Drainage Fill: Selected crushed stone, or crushed or uncrushed gravel, washed, ASTM D 448, Size 24, with 90 to 100 percent passing a 2-1/2-inch sieve and not more than 10 percent passing a ¾-inch sieve. B. Topsoil: Fertile, friable, surface soil, containing natural loam and complying with ASTM D 5268. Provide topsoil, that is free of stones larger than 1 inch in any dimension and free of other extraneous or toxic matter harmful to plant growth. Obtain topsoil only from well-drained sites where soil occurs in depth of 4 inches or more; do not obtain from bogs or marshes. C. Filter Fabric: Manufacturer’s standard, pervious, geotextile fabric of polypropylene, nylon, or polyester fibers. D. 4-foot orange construction fence with T-posts. PART 3 – EXECUTION 3.1 PREPARATION A. Temporary Fencing: Install temporary fencing located as indicated or outside the drip line of trees to protect remaining vegetation from construction damage. 1. Install construction fencing. B. Protect tree root systems from damage due to noxious materials caused by runoff or spillage while mixing, placing, or storing construction materials. Protect root systems from flooding, eroding, or excessive wetting caused by de-watering operations. C. Do not store construction materials, debris, or excavated material within the drip line of remaining trees. Do not permit vehicles or foot traffic within the drip line; prevent soil compaction over root systems.

Page 117: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

D. Existing trees to remain shall be protected at all times during the Contract period, by using fencing (i.e., snow fencing, construction fencing with metal staking). Tree protection fencing shall be maintained by the Contractor during construction. The protection area to be fenced (2’) outside the drip line (or greater where designated-see Landscape Plans) of the tree unless otherwise required by the Owner’s Representative. No equipment shall be parked, driven or material stockpiled within the drip line area of the existing trees to remain. No gasoline, oil, chemicals, concrete or other material shall be dumped anywhere on site. Where vehicle or equipment traffic is necessary in the protection area of a tree, the soil shall be protected from compaction by (6”-10”) layer of wood chip mulch.

3.2 EXCAVATION A. Install shoring or other protective support systems to minimize sloping or benching of excavations. B. Do not excavate within drip line of trees, unless otherwise indicated. C. Where excavation for new construction is required within drip line of trees, hand clear and excavate to minimize damage to root systems. D. Where utility trenches are required within drip line of trees, tunnel under or around roots by drilling, auger boring, pipe jacking, or digging by hand.

1. Root Pruning: Prior approval is needed from the City Forester or Designee to cut main lateral roots or taproots; cut only smaller roots that interfere with installation of utilities. Cut roots with sharp pruning instruments; i.e. chain saw, reciprocating saw or pruning saw. Stump grinding equipment allowed so long as the final cut is clean, not ragged. Do not break, chop, rip or otherwise mangle roots.

3.3 RE-GRADING Grade Lowering: Where new finish grade is indicated below existing grade around trees, slope grade beyond drip line of trees. Maintain existing grades within drip line of trees. 3.4 TREE PRUNING The Forestry Division will conduct all pruning if limb elevation is needed to avoid equipment contact. 3.5 TREE REPAIR AND REPLACEMENT A. Aerate surface soil, compacted during construction, 10 feet beyond drip line and no closer than 36 inches to tree trunk. Drill 2-inch-diameter holes a minimum of 12 inches

Page 118: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

deep at 24 inches o.c. Backfill holes with an equal mix of augered soil and sand. Aeration of the surface soil may be required due to compaction during construction. B. Any trees damaged during construction shall be promptly reported to the Owner’s Representative, who shall contact the City Forester or designee for an assessment of damages. The Contractor will be responsible for repair or replacement to the satisfaction of the City Forester or designee. 3.6 DISPOSAL OF WASTE MATERIALS A. Disposal: Remove excess excavated material, displaced trees, and excess chips from Owner’s property. Burning is not permitted, dispose off site legally.

END OF SECTION 02231 – TREE PROTECTION AND PRUNING (REVISED 2013)

02751 CEMENT CONCRETE PAVEMENT PART 1 – GENERAL 1.1 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes exterior cement concrete pavement for the following; 1. Driveways and roadways. 2. Parking lots. 3. Curbs and gutters. 4. Walkways and all other flatwork. B. Related Sections include the following;

1. Division 2 Section “Earthwork” for subgrade preparation, grading, and subbase course.

2. Division 2 Section “Pavement for Joint Sealants” for joint sealants within concrete pavement and at isolation joints of concrete pavement with adjacent construction.

1.3 DEFINITIONS Cementitious Materials; Portland Cement shall conform to the specifications for Portland Cement 9ASTM C-150) and specifications for air-entrained Portland Cement (ASTM C-

Page 119: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

175 or C-595) and shall be Type IIA (Air-Entraining) cement, unless sulfate conditions allow otherwise. Table 2.2.3 in Chapter 2.2 of ACI 201 presents cement recommendations for sulfate resistances. In addition to the standard chemical requirements for Portland cement in ASTM C-150, the maximum percent of alkalies shall be as specified in Table 2 of ASTM C-150 for low alkali cement. Other types of cement or admixtures are only to be used upon approval by the Owner’s Representative. 1.4 SUBMITTALS A. Product Data: For each type of manufactured material and product indicated. B. Design Mixes: For each concrete pavement mix. Include alternate mix designs when characteristics of materials, project conditions, weather, test results, or other circumstances warrant adjustments. C. Samples: 10-lb sample of exposed aggregate. D. Material Test Reports: From a qualified testing agency indicating and interpreting test results for compliance of the following with requirements indicated, based on comprehensive testing of current materials: E. Material Certificates: Signed by manufacturers certifying that each of the following materials complies with requirements; 1. Cementitious materials and aggregates. 2. Steel reinforcement and reinforcement accessories. 3. Fiber reinforcement. 4. Admixtures. 5. Curing Compounds. 6. Applied finish materials. 7. Bonding agent or adhesive. 8. Joint fillers. F. Minutes of pre-installation conference submitted by Contractor. 1.5 QUALITY ASSURANCE A. Installer Qualifications: an experienced installer who has completed pavement work similar in materials, design, and extent to that indicated for this Project and whose work has resulted in construction with a record of successful in-service performance. B. Manufacturer Qualifications: Manufacturer of ready-mixed concrete products complying with ASTM C94 requirements for production facilities and equipment.

Page 120: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

1. Manufacturer must be certified according to the National Ready Mix Concrete Association’s Plant Certification Program.

C. Testing Agency Qualifications: An independent testing agency, acceptable to authorities having jurisdiction, qualified according to ASTM C1077 and ASTM E 329 to conduct the testing indicated, as documented according to ASTM E 548. D. Source Limitations: Obtain each type or class of cementitious Material of the same brand from the same manufacturer’s plant and each aggregate from one source. E. ACI Publications: Comply with ACI 301, “Specification for Structural Concrete,” unless modified by the requirements of the Contract Documents. F. Concrete Testing Service: Engage a qualified independent testing agency to perform material evaluation tests and to design concrete mixes. G. Mockups: Cast mockups of full-size sections of concrete pavement to demonstrate typical joints, surface finish, texture, color, and standard of workmanship.

1. Build mockups in the location and of the size indicated or, if not indicated, as directed by Owner’s Representative.

2 Notify Owner’s Representative three days in advance of dates and times when mockups will be constructed.

3. Obtain Owner’s Representative approval of mockups before starting construction.

4. Maintain approved mockups during construction in an undisturbed condition as a standard for judging the completed pavement.

5. Demolish and remove approved mockups from the site when directed by Owner’s Representative.

6. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion.

H. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division I Section “Project Meetings.”

1. Before submitting design mixes, review concrete pavement mix design and examine procedures for ensuring quality of concrete materials. Require representatives of each entity directly concerned with concrete pavement to attend, including the following:

a. Contractor’s superintendent.

Page 121: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

b. Ready-mix concrete producer. c. Concrete subcontractor. 1.6 PROJECT CONDITIONS Traffic Control: Maintain access for vehicular and pedestrian traffic as required for other construction activities. PART 2 – PRODUCTS 2.1 FORMS A. Form Materials: Plywood, metal, metal-framed plywood, or other approved panel-type materials to provide full-depth, continuous, straight, smooth exposed surfaces. 1. Use flexible or curved forms for curves of a radius 100 feet or less. B. Form-Release Agent: Commercially formulated form-release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. C. Forms for concrete shall be used for all vertical surfaces, mortar type, true to required lines and grades, and of sufficient strength to maintain shape during the placing of the concrete and the mechanical finishing without springing or settling. Wood forms shall be two inch (2”) (nominal) surfaced plant; metal forms shall be approved section and shall have a flat surface on the top of not less than one and three-quarter inches (1-3/4”). Forms shall be thoroughly cleaned of all dirt, mortar, and foreign matter before being used. Unit lengths of forms shall be jointed in advance of the point of placing concrete. Flexible, curbed or wood forms of the proper radii shall be used for curbs having a radius of less than One hundred feet (100’). All forms shall have dimensions of the City of Colorado Springs specified curb and gutter sections. D. Forms shall be equipped with not less than three (3) staking points per each ten feet (10’) of length with means for securely locking the form to each stake. Flange braces and staking pockets shall extend outward on the base not less than two-thirds (2/3) of the height of the form. Forms that are bent, twisted, warped, broken, or forms that have battered or splintered top faces shall be removed from the job. Repaired forms shall not be used until they have been inspected and approved by the owner’s Representative. The top and face of a form shall not vary from a true plane by more than one-fourth inch (1/4”) in ten feet (10’). Forms shall be cleaned and oiled before concrete is placed against them. The alignment and grade of forms shall be checked and approved immediately before placing the concrete.

Page 122: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

2.2 STEEL REINFORCEMENT A. Plain-Steel Welded Wire Fabric: ASTM A 185, fabricated from as-drawn steel wire into flat sheets. B. Deformed-Steel Welded Wire Fabric: ASTM A 497, flat sheet. C. Epoxy-Coated Welded Wire Fabric: ASTM A 884/A 884M, Class A, plain steel. D. Reinforcement Bars: ASTM A 615/A 615M, Grade 60, deformed. E. Epoxy-Coated Reinforcement Bars: ASTM A 775/A 775/M; with ASTM A 615/A 615M, Grade 60, deformed bars. F. Steel Bar Mats: ASTM A 184/A 184M; with ASTM A 615/A 615M, Grade 60, deformed bars; assembled with clips. G. Plain Steel Wire: ASTM A 82, as drawn. H. Epoxy-Coated Wire: ASTM A 884/A 884M, Class A coated, plain steel. I. Joint Dowel Bars: Plain steel bars, ASTM A 615/A 615M, Grade60. Cut bars true to length with ends square and free of burrs. J. Epoxy-Coated Joint Dowel Bars: ASTM A 775/A 775M; with ASTM A 615/A 615M, Grade 60, plain steel bars. K. Tie Bars: ASTM A 615/A 615M, Grade 60, deformed. L. Hook Bolts: ASTM A 307, Grade A, internally and externally threaded. Design hook-bolt joint assembly to hold coupling against pavement form and in position during concreting operations, and to permit removal without damage to concrete or hook bolt. M. Bar Supports: Bolsters, chairs spacers, and other devices for spacing, supporting, and fastening reinforcement bars, welded wire fabric, and dowels in place. Manufacture bar supports according to CRSI’s “Manual of Standard Practice” from steel wire, plastic, or precast concrete or fiber- reinforced concrete of greater compressive strength than concrete, and as follows:

1. Equip wire bar supports with sand plates or horizontal runners where base materials will not support chair legs.

2. For epoxy-coated reinforcement, sue epoxy-coated or other dielectric-polymer coated wire bar supports.

Page 123: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

N. Epoxy Repair Coating: Liquid two-part epoxy repair coating, compatible with epoxy coating on reinforcement. 2.3 CONCRETE MATERIALS A. The amounts and proportions of fine and coarse aggregates shall be such as to produce a plastic, workable mix which can be readily placed into the corners and angles of the forms and around reinforcement and other embedded fixtures without undue accumulation of water or laitance on the surface, and such that there will be no honeycombing in the structure. Proportions of fine and coarse aggregates shall be such that the ratio of the coarse to the fine aggregate shall not be less than one (1) nor more than two (2). B. If in the judgment of the Owner’s Representative, based on laboratory tests, concrete aggregates from a given source are detrimentally reactive with alkalies in Portland Cement, they shall be used in concrete in combination with low-alkali cement only. C. Concrete aggregates shall consist of sand-gravel, gravel, crushed stone, or limestone; the particles shall be clean, hard, tough, durable, of uniform quality, free of any soft, thin, or elongated pieces, disintegrated stone, dirt, organic or other injurious materials occurring either free or as a coating. All aggregate must be supplied from a source approved by the Owner’s Representative. Aggregate shall be made of the following sub sections: D. Fine Aggregrate: Fine aggregate shall conform to ASTM C-33. Fine aggregate shall consist of sand or other inert materials, or combinations thereof approved by the Owner’s Representative, and having hard, strong, durable particles, free from adherent coating. Fine aggregate shall be thoroughly washed to remove shale, coal, mica, clay, loam, alkali, organic matter or other deleterious matter.

1. Deleterious Substances. The amount of deleterious substances in the washed aggregate shall not exceed the following values:

a. Clay Lumps & Friable Particles, % by weight 3.0 MAX. b. Coal & Lignite, % by weight 1.0 MAX. c. Friable Particles, % by weight 1.0 MAX. d. Sand Equivalent 75 MIN. e. Fineness Modulus 2.3-3.1 MAX. f. Sodium Sulfate Soundness, % by weight 10 MAX.

2. Grading. Fine aggregate shall be regularly graded from coarse to fine in two (2) sizes and when tested by means of the U.S. Standard, sieves shall conform to the following requirements expressed as percentages by weight:

Page 124: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

**The fine aggregate shall have not more than 45% passing any sieve and retained on the next consecutive sieve.

E. Coarse Aggregate. Gravel and crushed stone shall conform to ASTM C-33. Coarse aggregate shall consist of gravel, crushed stone, or other inert material or combinations thereof approved by the Owner’s Representative, and having hard, strong, durable pieces free from adherent coating. Coarse aggregate shall be thoroughly washed of clay, loam, bark, sticks, alkali, organic matter, shale, coal, mica, or other deleterious material.

1. Deleterious Substances. The amount of deleterious substances shall not exceed the following values:

a. Clay Lumps & Friable Particles, % by weight 3.0 MAX. b. Coal & Lignites, % by weight .5 MAX. c. Sum of Clay Lumps, Friable Particles and 5.0 MAX. d. Chert, % by weight 50 MAX. e. Abrasion, % by weight 50 MAX. f. Sodium Sulfate Soundness, % by weight 12 MAX.

Wood waste is defined as all material which, after drying to constant weight, has a specific gravity less than 1.0.

2. Grading. Coarse aggregate, when tested in conformity with ASTM C-136 shall conform to one or more of the following gradings as called for elsewhere in the specifications, special provisions or on the plans.

Sieve Size or Test Procedure

Percent Passing or Test Requirement*(Concrete Sand)

3/8” 100

No. 4 95-00

No. 8 80-00

No. 16 50-85

No. 30 25-60

No. 50 5-30

No. 100 0-10

No. 200 **0-3

Page 125: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

*1.5 MAX for crusher fines

NOTE: Size No. 67 may also be used on a case-by-case basis when approved by the Owner’s Representative. The above values are in percentages by weight from AASHTO M-80 No. 357 and 467. Other gradations may be used when specified by the Owner’s Representative. F. Concrete Strength. Concrete made from the coarse aggregate, graded to comply with the requirements of these specifications, combined with the specified proportions of cement and the fine aggregate proposed for use with the coarse aggregate shall develop a compressive strength at the age of 28 days of not less than 4000 psi. G. Water. Water used in concrete shall be potable, clean, and free from deleterious amounts of acids, alkalis, or any organic materials. H. Exposed Aggregate. Selected, hard, and durable; washed; free of material that reacts with cementitious material or causes staining; from a single source, with gap graded coarse aggregate as follows: 1. Aggregate Sizes: 3/4 to 1 inch nominal. 2. Aggregate Sizes: 1/2 to 3/4 inch nominal. 3. Aggregrate Sizes: 3/8 to 5/8 inch nominal. 2.4 ADMIXTURES A. General: Admixtures certified by manufacturer to contain not more than 0.1 percent water- soluble chloride ions by mass of cement and to be compatible with other

Sieve Size or Test Procedure

Percent Passing or Test Requirement

No. 357 No. 467 No. 57

2 1/2” 100 --- ---

2” 95-100 100 ---

1 1/2” --- 95-100 100

1” 35-70 --- 95-100

3/4 --- 35-70 ---

1/2” 10-30 --- 25-60

3/8” --- 10-30 ---

No. 4 0-5 0-5 0-10

No. 8 --- --- 0-5

No. 200 *1.0 MAX *1.0 MAX *1.0 MAX

Page 126: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

admixtures. Calcium Chloride shall not be used as an antifreeze agent. Calcium Chloride as an accelerating agent in amounts not to exceed 1.5% by weight of cement may be used upon the approval of the Owner’s Representative. B. Air-Entraining Admixture: ASTM C260. C. Water-Reducing Admixture: ASTM C 494, Type A. D. High-Range, Water-Reducing Admixture: ASTM C 494, Type F. E. Water-Reducing and Accelerating Admixture: ASTM C 494, Type E. F. Water-Reducing and Retarding Admixture: ASTM C 494, Type D. 2.5 FIBER REINFORCEMENT A. Synthetic Fiber: Fibrillated polypropylene fibers engineered and designed for use in concrete pavement, complying with ASTM C 1116, Type III ½ to 1-1/2 inches long. B. Synthetic Fiber: Fibrillated or monofilament polypropylene fibers engineered and designed for use in concrete payment, complying with ASTM C 1116, Type III, ½ to 1-1/2 inches long. C. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following: D. Products: Subject to compliance with requirements, provide one of the following: 1. Fibrillated Fibers: a. Fibrasol F; Axim Concrete Technologies. b. Fibermesh; Fibermesh, Div. Of Synthetic Technologies. c. Forta; Forta Corporation. d. Grace Fibers: W.R. Grace & Co., Construction Products Div. 2. Monofilament Fibers: a. Fibrasol IIP; Axim Concrete Technologies. b. Fiberstrand 100; Euelid Chemical Co. c. Fibermix Stealth; Fibermesh, Div. Of Synthetic Industries. d. Forta Mono; Forta Corporation. e. Grace MicroFiber; W.R. Grace & Co., Construction Products Div. f. Polystrand 1000; Metalcrete Industries.

Page 127: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

2.6 CURING MATERIALS A. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 oz./sq. yd. Dry. B. Moisture-Retaining Cover: ASTM C 171, polyethylene film or white burlap-polyethylene sheet. C. Clear Waterborne Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B. 2.7 RELATED MATERIALS A. Expansion- and Isolation-Joint Filler Strips: ASTM D 1751, asphalt-saturated cellulose fiber. B. Coloring Agent: ASTM C979, synthetic mineral-oxide pigments or colored water-reducing admixtures; color stable, nonfading, and resistant to lime and other alkalis. 1. Color: As indicated by manufacturer’s designation. 2 Color: Match Architect’s sample. 3. Color: As selected by Architect from manufacturer’s full range. C. Pavement-Marking Paint: Latex, water-base emulsion; ready mixed; complying with FS TT-P-1952. 1. Color: As indicated. 2. Color: Blue for handicapped requirements, white elsewhere.

3. Color: Blue for handicapped requirements, yellow for fire lanes, white elsewhere.

D. Wheel Stops: Precast, air-entrained concrete; 2500-psi minimum compressive strength; approximately 6 inches high, 9 inches wide, and 84 inches long. Provide chamfered corners and drainage slots on underside, and provide holes for dowel-anchoring to substrate. 1. Dowels: #4 rebar steel, minimum length 24 inches. E. Slip-Resistive Aggregate Finish: Factory-graded, packaged, rustproof, nonglazing, abrasive aggregate of fused aluminum-oxide granules or crushed emery with emery aggregate containing not less than 50 percent aluminum oxide and not less than 25 percent ferric oxide; unaffected by freezing, moisture, and cleaning materials. F. Bonding Agent: ASTM C 1059, Type II, non-redispersible, acrylic emulsion or styrene batadiene.

Page 128: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

G. Chemical Surface Retarder: Water-soluble, liquid set retarder with color dye, for horizontal concrete surface application, capable of temporarily delaying final hardening of concrete to a depth of 1/8 to ¼ inch. 2.8 CONCRETE MIXES A. Prepare design mixes, proportioned according to ACI211.1 and ACI301, for each type and strength of normal-weight concrete determined by either laboratory trial mixes or field experience. B. Use a qualified independent testing agency for preparing and reporting proposed mix designs for the trial batch method.

1. Do not use Owner’s field quality-control testing agency as the independent testing agency.

C. Proportion mixes to provide concrete with the following properties: 1. Compressive Strength (28 days): 4000 psi. 2. Maximum Water-Cementitious Materials Ratio: 0.45. 3. Slump Limit: 4 inches. D. Add air-entraining admixture at manufacturer’s prescribed rate to result in concrete at a point of placement having an air content of 4 to 6 percent. E. Add air-entraining admixture at manufacturer’s prescribed rate to result in concrete at point of placement having an air content as follows within a tolerance of plus or minus 1.5 percent.. F. Synthetic Fiber: Uniformly disperse in concrete mix at manufacturer’s recommended rate, but not less than 1.5 lb./cu. Yd. G. Coloring Agent: Add coloring agent to mix according to manufacturer’s written instructions. 2.9 CONCRETE MIXING A. Ready-Mixed Concrete: Comply with requirements and with ASTM C94. Specified Compressive Strength at 28 Days 4000 psi Minimum Cement Content per Cubic Yard of Concrete 564 lbs. Maximum Water/Cement Ratio by Weight 0.45 The proportioning of aggregate to cement shall be such as to produce a good workable mix and the slump shall be a maximum of four inches (4”) as per ASTM C-143. The

Page 129: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

equipment for batching of the aggregates, cement, water, and air-entraining agent shall be such that accurate control can be held over the various constituents. B. Ready-mixed concrete shall comply with ASTM C-94 for ready-mixed concrete and the following specifications: C. Time of Haul: Concrete transportation in truck mixers or truck agitators shall be delivered to the site of work and completely discharged within a period of ninety (90) minutes after the cement comes in contact with the mixing water or with the combined aggregates when the combined aggregates contain free moisture in excess of 2% by weight. If hot weather exists causing the temperature of the concrete to rise above 90 degrees Fahrenheit, then the time of haul shall be within a period of sixty (60) minutes. D. Production and Delivery: The production and the delivery of ready-mixed concrete shall be such that placing and finishing shall be continuous in so far as the operations require. E. Testing of Concrete: Samples for test cylinders should be taken not less than once each day or not less than each 50 cubic yards of concrete placed. This requirement applies to both reinforced and reinforced concrete work unless otherwise directed by the Owner’s Representative. For structural elements, the Owner’s Representative may call for additional samples for strength testing. F. A minimum of four cylinders shall be prepared for each sample of concrete. Once cylinder shall be strength tested after 7 days of curing time. Two cylinders shall be strength tested after 28 days of curing time. G. In the event the initial 28 day cylinder should fail, the remaining two cylinders should be strength tested after 45 days of curing time. H. Samples for slump and air-content testing should be taken for each truck delivery or not less than each 12 cubic yards where site batching is performed. The Owner’s Representative may vary the frequency of sampling and testing depending on site conditions. The preparation, handling, storage and testing procedures of all samples shall be in conformance with the applicable ASTM and AASHTO standards.

1. Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mix type, mix time, quantity, and amount of water added.

PART 3 – EXECUTION 3.1 PREPARATION A. Proof-roll prepared subbase surface to check for unstable areas and verify need for additional compaction. Proceed with pavement only after nonconforming conditions have been corrected and subgrade is ready to receive pavement.

Page 130: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

B. Remove loose material from compacted subbase subbase surface immediately before placing concrete. C. Before any concrete is placed, all equipment for mixing and transporting the concrete shall be cleaned. All debris and ice shall be removed from the places to be occupied by the concrete. Forms shall be thoroughly oiled. Water shall be removed from the place of deposit before concrete is placed. Newly placed concrete shall be protected from any water damage. The top six (6) inches of the bedding or subgrade shall be graded and compacted to a minimum density of 90% ASTM D-1557 prior to placement of the concrete. D. When concrete placed on earth surfaces is necessary, the surfaces shall be free from frost, ice, mud and water. Concrete shall be conveyed from the mixer to the place of final deposit by methods which will prevent the separation or loss of materials. Concrete shall not be free dropped from more than four (4) feet. E. Equipment for tremming, chuting, pumping, and pneumatically conveying concrete shall be of such size and design as to insure a practically continuous flow of concrete at the delivery end without separation of materials. 3.2 EDGE FORMS AND SCREED CONSTRUCTION A. Set, brace, and secure edge forms, bulkheads, and intermediate screed guides for pavement to required lines, grades, and elevations. Install forms to allow continuous progress of work and so forms can remain in place at least 24 hours after concrete placement. B. Clean forms after each use and coat with form release agent to ensure separation from concrete without damage. 3.3 STEEL REINFORCEMENT A. General: Comply with CRSI’s “Manual of Standard Practice” for fabricating reinforcement and with recommendations in CRSI’s “Placing Reinforcing Bars” for placing and supporting reinforcement. B. Clean reinforcement of loose rust and mill scale, earth, ice, or other bond-reducing materials. C. Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement. Maintain minimum cover to reinforcement. D. Install welded wire fabric in lengths as long as practicable. Lap adjoining pieces at least one full mesh, and lace splices with wire. Offset laps of adjoining widths to prevent continuous laps in either direction.

Page 131: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

E. Install fabricated bar mats in lengths as long as practicable. Handle units to keep them flat and free of distortions. Straighten bends, kinks, and other irregularities, or replace units as required before placement. Set mats for a minimum 2-inch overlap to adjacent mats. 3.4 JOINTS A. General: Construct construction, isolation, and contraction joints and tool edgings true to line with faces perpendicular to surface plane of concrete. Construct transverse joints at right angles to centerline, unless otherwise indicated, see Landscape Plans for specific jointing requirements for Plaza Hardscape.

1. When joining existing pavement, place transverse joints to align with previously placed joints, unless otherwise indicated.

B. Construction Joints: Set construction joints at side and end terminations of pavement and at locations where pavement operations are stopped for more than one-half hour, unless pavement terminates at isolation joints.

1. Continue reinforcement across construction joints, unless otherwise indicated. Do not continue reinforcement through sides of pavement strips, unless otherwise indicated.

2. Provide tie bars at sides of pavement strips where indicated.

C. Isolation Joints: Form isolation joints of preformed joint-filler strips abutting catch basins, manholes, inlets, structures, walks, other fixed objects, and where indicated.

1. Locate expansion joints at intervals of 100 feet, unless otherwise indicated.

2. Extend joint fillers full width and depth of joint.

3. Terminate joint filler not less than 1/2 inch or more than 1 inch below finished surface if joint sealant is indicated.

4. Place top of joint filler flush with finished concrete surface if joint sealant is not indicated.

5. Furnish joint fillers in one-piece lengths. Where more than one length is required, lace or clip joint-filler sections together.

6. Protect top edge of joint filler during concrete placement with metal, plastic, or other temporary preformed cap. Remove protective cap after concrete has been placed on both sides of joint.

Page 132: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

D. Install dowel bars and support assemblies at joints where indicated. Use 5/8 inch cardboard tube or PVC. Lubricate or asphalt-coat one-half of dowel length to prevent concrete bonding to one side of joint. E. Contraction Control Joints: Form weakened-plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to a least one fourth of the concrete thickness, as follows:

1. Grooved Joints: Form contraction joints after floating by grooving and finishing each edge of joint with groover tool to the following radius. Repeat grooving of contraction joints after applying surface finishes. Eliminate groover marks on concrete surfaces.

a. Radius: 1/2 inch

2. Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond-rimmed blades. Cut 1/8 inch-wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before developing random contraction cracks. Within 24 hours of initial pour.

F. Edging: Tool edges of pavement, gutters, curbs and joints in concrete after initial floating with an edging tool to the following radius. Repeat tooling of edges after applying surface finishes. Eliminate tool marks on concrete surfaces.

1. Radius: 1/2 inch

3.5 CONCRETE PLACEMENT A. Inspection: Before placing concrete, inspect and complete formwork installation, reinforcement steel, and items to be embedded or cast in. Notify other trades to permit installation of their work. Owner’s Representative needs to be notified 24 hours to inspect forms prior to pouring concrete. B. Remove snow, ice, or frost from subbase surface and reinforcement before placing concrete. Do not place concrete on frozen surfaces. C. Moisten subbase to provide a uniform dampened condition at the time concrete is placed. Do not place concrete around manholes or other structures until they are at the required finish elevation and alignment. D. Comply with requirements and with recommendations in ACI 304R for measuring, mixing, transporting, and placing concrete. E. Do not add water to concrete during delivery, at Project site, or during placement.

Page 133: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

F. Deposit and spread concrete in a continuous operation between transverse joints. Do not push or drag concrete into place or use vibrators to move concrete into place. G. Consolidate concrete by mechanical vibrating equipment supplemented by hand-spading, rodding, or tamping. Use equipment and procedures to consolidate concrete according to recommendations in ACI309R.

1. Consolidate concrete along face of forms and adjacent to transverse joints with an internal vibrator. Keep vibrator away from joint assemblies, reinforcement, or side forms. Consolidate with care to prevent dislocating reinforcement, dowels, and joint devices.

H. Expansion joints shall be 1/2 inch premolded felt expansion joint material and shall be placed every 50 feet both ways unless otherwise indicated on drawings. I. Control joints shall 1 1/2” in depth and shall be placed every five feet (5’) each way unless otherwise indicated on drawings. J. Base course is to be placed if indicated on drawings and is to be 3/8 +/- crusher waste or gravel to Standard Class 6. K. All sleeving under concrete surfaces shall be stamped into surfaced with an “S” on each end of the sleeve. L. Screed pavement surfaces with a straightedge and strike off. Commence initial floating using bull floats or darbies to form an open textured and uniform surface plane before excess moisture or bleed water appears on the surface. Do not further disturb concrete surfaces before beginning finishing operations or spreading dry-shake surfaces treatments. M. Curbs and Gutters. When automatic machine placement is used for curb and gutter placement, submit revised mix design and laboratory test results that meet or exceed requirements. Produce curbs and gutters to required cross section, lines, grades, finish, and jointing as specified for formed concrete. If results are not approved, remove and replace with formed concrete. N. Slip-Form Pavers: When automatic machine placement is used for pavement, submit revised mix design and laboratory test results that meet or exceed requirements. Produce pavement to required thickness, lines, grades, finishes, and jointing as required for formed pavement.

1. Compact subbase and prepare subgrade of sufficient width to prevent displacement of paver machine during operations.

Page 134: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

O. When adjoining pavement lanes are placed in separate pours, do not operate equipment on concrete until pavement has attained 85 percent of its 28-day compressive strength. P. Cold-Weather Placement: Comply with ACI306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures.

1. Concrete shall not be placed in cold weather unless the ambient temperature has reached 40 degrees Fahrenheit at 9:00 a.m., and the temperature is rising. Cold weather protection blankets, etc. will be required for five days after concrete has been placed. Uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 degrees F and not more than 80 deg F at point of placement.

2. Do not use frozen materials or materials containing ice or snow.

3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators, unless otherwise specified and approved in mix designs.

Q. Hot-Weather Placement: Place concrete according to recommendations in ACI305R and as follows when hot-weather conditions exist:

1. Cool ingredients before mixing to maintain concrete temperature at time of placement below 90 degrees F. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor’s option.

2. Cover reinforcement steel with water-soaked burlap so steel temperature will not exceed ambient air temperature immediately before embedding in concrete.

3. Fog-spray forms, reinforcement steel, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas.

3.6 CONCRETE FINISHING A. General: Wetting of concrete surfaces during screeding, initial floating, or finishing operations is prohibited.

B. Float Finish: Begin the second floating operation when bleed-water sheen has disappeared and the concrete surface has stiffened sufficiently to permit operations. Float surface with power- driven floats, or by hand floating if area is small or inaccessible to power

Page 135: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

units. Finish surfaces to true planes. Cut down high spots, and fill low spots. Refloat surface immediately to uniform granular texture.

1. Light Broom Finish: Draw a soft bristle broom across float-finished concrete surface perpendicular to line of traffic to provide a uniform, fine-line texture. Or as otherwise indicated on drawings. 2. Provide 2’x2’ test panel for Plaza Flatwork for approval by Project Manager, see Landscape Plans

3.7 SPECIAL FINISHES

A. Monolithic Exposed Aggregate Finish: Expose coarse aggregate to pavement surfaces as follows:

1. Immediately after floating, spray-apply chemical surface retarder to pavement according to manufacturer’s written instructions.

2. Cover with plastic sheeting, scaling laps with tape, and remove when ready to continue finishing operations.

3. Without dislodging aggregate, remove excess mortar by lightly brushing surface with a stiff, nylon bristle broom.

4. Fine-spray surface with water and brush. Repeat water flushing and brushing cycle until cement film is removed from aggregate surfaces to depth required.

B. Slip-Resistant Aggregate Finish: Before final floating, apply slip-resistant aggregate finish to pavement surfaces according to manufacturer’s written instructions and as follows.

1. Uniformly spread 25 lb/100 sq. ft. of dampened non slip aggregate over the surface. Tamp aggregate flush with surface using a steel trowel, but do not force below surface.

2. After curing, lightly work surface with a steel wire brush or an abrasive stone, and water to expose non slip aggregate.

C. Colored Dry-Shake Hardener Finish: After initial floating, apply colored dry-shake materials to pavement surfaces according to manufacturer’s written instructions and as follows:

1. Uniformly apply colored dry-shake materials at a rate of 100 lb/100 sq. ft. unless greater amount is recommended by manufacturer to match pavement color required.

Page 136: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

2. Uniformly distribute approximately two-thirds of colored dry-shake material over the concrete surface with mechanical spreader, and embed by power floating. Follow power floating with a second shake application, uniformly distributing remainder of dry-shake material to ensure uniform color, and embed by power floating.

3. After final floating, apply a hand-trowel finish followed by a broom finish to concrete. Cure concrete with curing compound recommended by dry-shake material manufacturer. Apply curing compound immediately after final finishing.

3.8 CONCRETE PROTECTING AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI306.1 for cold-weather protection and follow recommendations in ACI305R for hot-weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb./sq. ft x h before and during finishing operations. Apply according to manufacturer’s written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Begin curing after finishing concrete, but not before free water has disappeared from concrete surface. D. Curing Methods: Cure concrete by moisture curing, moisture-retaining-cover curing, curing compound, or a combination to these as follows:

1. Moisture Curing: Keep surfaces continuously moist for not less than seven days with the following materials:

a. Water. b. Continuous water-fog spray. c. Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers.

2. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture-retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Immediately repair any holes or tears during curing period using cover material and waterproof tape.

3. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer’s written instructions. Recoat areas

Page 137: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period.

3.9 PAVEMENT TOLERANCES A. Comply with tolerances of ACI 117 and as follows:

1. Elevation: 1/4 inch 2. Thickness: Plus 3/8 inch minus 1/4 inch. 3. Surface: Gap below10-foot-long, unleveled straightedge not to exceed 1/4 inch. 4. Lateral Alignment and Spacing of Tie Bars and Dowels; 1 inch. 5. Vertical Alignment of Tie-Bars and Dowels: 1/4 inch. 6. Alignment of Tie-Bar End Relative to Line Perpendicular to Pavement Edge: 1/2 inch. 7. Alignment of Dowel-Bar End Relative to Line Perpendicular to Pavement Edge: Length of dowel 1/4 inch per 12 inches. 8. Joint Spacing: 3 inches. 9. Contraction Joint Dept: Plus 1/4 inch, no minus. 10. Joint Width: Plus 1/8 inch, no minus.

3.10 PAVEMENT MARKING A. Do not apply pavement-marking pain until layout, colors, and placement have been verified with Owner’s Representative. B. Allow concrete pavement to cure for 28 days and be dry before starting pavement marking. C. Sweep and clean surface to eliminate loose material and dust. D. Apply paint with mechanical equipment to produce pavement markings of dimensions indicated with uniform, straight edges. Apply at manufacturer’s recommended rates to provide a minimum wet film thickness of 15 mils. 3.11 WHEEL STOPS Securely attach wheel stops into pavement with #4 rebar steel, minimum length 24 inches. 3.12 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage testing and inspection agency to sample materials, perform tests, and submit test reports during concrete placement. Sampling and testing for quality control may include those specified in this Article.

Page 138: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

B. Testing Services: Testing shall be performed according to the following requirements:

1. Sampling Fresh Concrete: Representative samples of fresh concrete shall be obtained according to ASTM C172, except modified for slump to comply with ASTM C94.

2. Slump: ASTM C 143; one test at point of placement for each compressive-strength test, but not less than one test for each day’s pour of each type of concrete. Additional tests will be required when concrete consistency changes.

3. Air Content: ASTM C231, pressure method; one test for each compressive-strength test, but not less than one test for each day’s pour of each type of air-entrained concrete.

4. Concrete Temperature: ASTM C1064; one test hourly when air temperature is 40 degrees F and below and 80 degrees F and above, and one test for each set of compressive-strength specimens.

5. Compression Test Specimens: ASTM C31/C 31M; one set of four standard cylinders for each compressive-strength test, unless otherwise indicated. Cylinders shall be molded and stored for laboratory-cured test specimens unless field-cured test specimens are required.

6. Compressive-Strength Tests: ASTM C39; one set for each day’s pour of each concrete class exceeding 5 cu. Yd, but less than 25 cu. Yd., plus one set for each additional 50 cu. Yd. One specimen shall be tested at 7 days and two specimens at 28 days; one specimen shall be retained in reserve for later testing if required.

7. When frequency of testing will provide fewer than five compressive-strength tests for a given class of concrete, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used.

8. When total quantity of a given of concrete is less than 50 cu. yd. Owner’s Representative may waive compressive-strength testing if adequate evidence of satisfactory strength is provided.

9. When strength of field-cured cylinders is less than 85 percent of companion laboratory-cured cylinders, current operations shall be evaluated and corrective procedures shall be provided for protecting and curing in-place concrete.

10. Strength level of concrete will be considered satisfactory if averages of sets of three consecutive compressive-strength test results equal or exceed specified compressive strength and no individual compressive-strength test result falls below specified compressive-strength by more than 500 psi.

Page 139: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

C. Test results shall be reported in writing to Owner’s Representative, concrete manufacturer, and Contractor within 24 hours of testing. Reports of compressive-strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing agency, concrete type and class, location of concrete batch in pavement, design compressive strength at 28 days, concrete mix proportions and materials, compressive breaking strength, and type of break for both 7- and 14- day tests. D. Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Owner’s Representative but will not be used as the sole basis for approval or rejection. E. Additional Tests: Testing agency shall make additional tests of the concrete when test results indicate slump, air entrainment, concrete strengths, or other requirements have not been met, as directed by Owner’s Representative. Testing agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42, or by other methods as directed. 3.13 REPAIRS AND PROTECTION A. Remove and replace concrete pavement that is broken, damaged, or defective, or does not meet requirements in this Section. Contractor is required to repair or replace any defects that occur during the contract period as set forth in the contract documents. To include but not limited to the following: B. Work showing, a patch, chips or other cracking appearance or other finish blemishes or apparent “lap” marks of improper troweling will be rejected, removed and replaced at the Contractor’s expense. C. The Contractor shall erect barricades, snow fencing, or take appropriate measures to totally protect concrete until it has thoroughly hardened. Any area marked or defaced in any manner shall be removed to the nearest expansion or contraction joint and be replaced at no additional costs to the Owner. D. No patched or cover materials will be accepted on a new pour, to hide any defects in original surface. Only with prior approval from Owner’s Representative.

1. Spauling. 2. Cracking over 1/8” wide. 3. Any settling greater than 3/4”, that would cause uneven surfaces will be replaced.

E. Drill test cores where directed by Owner’s Representative when necessary to determine magnitude of cracks of defective areas. Fill drilled core holes in satisfactory pavement areas with portland cement concrete bonded to pavement with epoxy adhesive.

Page 140: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

F. Protect concrete from damage. Exclude traffic from pavement for at least 14 days after placement. When construction traffic is permitted, maintain pavement as clean as possible by removing surface stains and spillage of materials as they occur. G. Maintain concrete pavement free of stains, discoloration, dirt, and other foreign material. Sweep concrete pavement not more than two days before date scheduled for Substantial Completion inspections.

END OF SECTION 02751 – CEMENT CONCRETE PAVEMENT (REVISED 2013)

SECTION 32 84 00 IRRIGATION

PART 1 - GENERAL 1.01 CONTRACTUAL REQUIREMENTS Refer to the City of Colorado Springs or State of Colorado General Provisions, as published Standard Specifications, as amended or revised, which govern work under this Section. 1.02 SCOPE OF WORK A. The work shall consist of installing a new underground irrigation system. Included as part of this contract will be provision and installation of all labor, equipment, tools and materials necessary for the construction of the irrigation system per specifications and drawings, including any miscellaneous incidental material required to result in a complete and operable system satisfying all Colorado Springs Landscape Code Requirements. B. Water Development charges and water facility distribution charges are not required within the scope of work. (Taps & Meters by OTHERS) C. POCs shown on drawings are off Taps & Meters (N.I.C.). New Vacuum Breakers for each POC as called out on drawings. D. Electrical Service to Controller location ‘By Others’. 1.03 WORK INCLUDED Work under this Section to include provision of all labor, material, permits, and services needed to complete the underground sprinkler system in accordance with the Drawings, General Notes, and Specifications.

1. Provision and installation of subsurface sleeves as required on the Drawings.

Page 141: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

2. Boring beneath existing pavements which are not to be cut. 3. Sawcutting existing pavements and pavement restoration. 4. Provision and installation of miscellaneous incidental equipment which may not be indicated on the Drawings but which are required to result in a complete and operable system. 5. Preparation and provision of professionally drafted reproducible mylar full scale as-built Drawings. Drawings shall be clearly labelled ‘As-Built’. Include reduced copies of the as-built drawings in the O&M manual to be submitted to Owner. Place a waterproof copy of the reduced as-built drawing inside Controller Cabinet.

1.04 QUALITY ASSURANCE A. Comply with the following codes, ordinances, regulations, and standards in effect at time of installation:

1. American Society for Testing and Materials (ASTM). 2. National Plumbing Code (NPC) 3. Federal Specifications (FS) 4. Plastic Pipe Institute (PPI) 5. National Electric Code (NEC) 6. National Sanitation Code (NSC) 7. Occupational Safety and Health Act (OSHA) 8. All State and Local codes for cross connection of potable water systems. 9. All cut-sheets, catalogs, and published data of the manufacturers whose equipment is scheduled for use under this contract.

B. Failure to be familiar with any requirement shall not preclude installer’s responsibility to abide by them. C. In the event of a conflict between requirements the most stringent requirement will prevail in any case. D. All work under this Section shall be performed by qualified personnel who have successfully completed comparable projects previously, and who are knowledgeable and familiar with irrigation system hydraulics.

1. On-site personnel shall be capable of determining feasibility of proposed installations (with regard to hydraulics). Failure to be familiar with hydraulic feasibility will not preclude installer’s responsibility for accidental or deliberate installation of incompatible equipment, pipe sizes, etc., which do not permit operation of system as intended by design.

Page 142: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

2. The installer shall field verify static pressure at the point of connection and determine its suitability prior to commencing any work downstream of the backflow preventer.

a) Failure to test and verify adequate static pressure prior to constructing the sprinkler system shall not relieve the installer to provide the adequate operating pressure to provide coverage as intended by design.

b) It is the installer’s responsibility to report inadequate static pressure to the Project Manager and to correct the problem prior to commencing work downstream of the point of connection.

E. All material for use under this Section to be new and previously unused. F. The installer shall be responsible for measuring and verifying accuracy of field dimensions versus drawing dimensions. All discrepancies shall be reported to the Project Manager and resolved prior to commencing work. G. Conflicts and/or discrepancies which are not fully resolved by the installer prior to commencing work under this Section shall be resolved in favor of the Owner after commencement of work. 1.05 SUBMITTALS A. Shop Drawings which clearly indicate changes proposed by the installer to pipe routing, sprinkler head placement, valve placement, zone sequencing, etc., which improve operation and serviceability of the system may be provided. B. Other submittals shall be made in accordance with the contract documents and Requirements at Substantial Completion under this Section. 1.06 ALTERNATE EQUIPMENT A. Generally, only the equipment appearing on the Drawings will be considered or accepted for installation.

1. Should specified equipment be discontinued for manufacture at the time of installation, or if it can be proven that specified equipment will not perform as intended by design.

a. Proposed alternate equipment shall be proposed to the Project Manager in the form of an amended irrigation system construction drawing ( ie shop drawing,) which clearly indicates changes proposed for equipment, and resulting changes to estimated gallons-per-minute per zone, pipeline sizes, precipitation rates per zone, and

Page 143: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

net cost difference between specified equipment and proposed alternate equipment.

2. Should alternate equipment be installed without prior Owner approval, Final Acceptance of work provided under this Section may be delayed and/or denied.

1.07 PRODUCTS A. Furnish all equipment to complete the sprinkler system per the Drawings and Specifications. B. All PVC piping for all mainlines and lateral lines shall be of the size and classification stated on the Drawings.

1. All piping shall be new and NSF approved C. All mainline PVC pipe fittings shall be Solvent Weld type. All lateral PVC pipe fittings shall be socket type, NSF approved Schedule 40.

1. Solvent Weld PVC mainline pipe shall meet ASTM requirements. 2. BOE PVC lateral pipelines shall meet ASTM requirements. 3. Solvent weld for PVC pipe shall meet ASTM requirements. 4. Teflon tape shall be used on all threaded joints.

D. All Drip and distribution Tubing shall be of the size and classification stated on the drawings. E. Unless otherwise indicated on the Drawings, all sprinkler heads shall be installed on PVC swing joint riser assemblies equal to those manufactured by Hunter Manufacturing Company. F. Copper pipe and fittings shall be type ‘K’.

1. Copper pipe and fittings to be wrought and fastened with silver solder. G. PVC sleeves to be Class 200 BOE of the size and length indicated on the Drawings. Low voltage wiring shall be run in separate sleeving from mainline or lateral sleeving. 1.08 DELIVERY, STORAGE, HANDLING A. Irrigation system materials and supplies delivered to the site for future use by the Contractor shall be stored and maintained in an area designated for material storage by the Owner’s Representative. Delivery, handling and storage shall be conducted in a manner to prevent damaging the materials. All material used shall be new and unused.

Page 144: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Deliver in original, unopened packaging with packages marked describing contents, manufacturers name and address and conformance to applicable standards and laws. B. Store PVC pipe on a flat surface which provides even support for the entire length of the pipe. Do not stack pipe higher than 5 feet. Do not store pipe and fittings in direct sunlight for extended periods greater than two weeks. Pipe stored for longer periods require a shaded covering. Pipe that has been dropped or otherwise mishandled shall be carefully inspected and any damaged pipe shall be discarded and not used. C. Extreme care should be used in installation of Drip tubing preventing dirt contamination. All Drip Laterals shall be thoroughly ‘flushed’ with water prior to emitter installation. PART 2: EQUIPMENT (See Drawings and Details) PART 3: EXECUTION OF WORK 3.01 JOBSITE CONDITIONS The installer shall be completely familiar with all jobsite conditions which may affect the work prior to commencing any work under this Section.

1. No work shall be commenced until unsatisfactory jobsite conditions have been brought to the Project Manager’s attention or otherwise totally resolved.

2. Should the installer fail to resolve jobsite conditions which may negatively affect the work under this Section, he shall assume responsibility for subsequent additional work and costs to resolve unsatisfactory jobsite conditions.

3. During the prosecution of the work, the Contractor shall put up and maintain at all times such barriers and lights as will effectively prevent accidents. The Contractor shall provide suitable barricade, flashers/strobes, red light, ‘danger’ or ‘caution’ or ‘street closed’ signs and watchmen at all places where the work causes obstructions to normal traffic or constitutes in any way a hazard to the public. Warning signs and barricading shall be in accordance with all local, state, and/or federal laws. All employees shall have proper safety devices and equipment, including suitable construction safety vests, hearing and eye protection meeting OSHA safety standards at all times.

3.02 UTILITIES AND PROTECTION A. Prior to commencing any work under this Section, it will be this installer’s responsibility for scheduling and coordinating the locations of all existing utilities on the jobsite which may affect the work. (“Call Before You Dig”)

Page 145: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

1. All known existing utilities shall be clearly indicated on field drawings, and shall be flagged or otherwise marked on the jobsite.

2. Failure to locate existing utilities and provide adequate protection to them during the work shall not preclude responsibility for subsequent damage.

3. Costs for repair to existing utilities as a result of failure to properly locate and protect utilities shall be this installer’s responsibility.

4. “Utility“ shall include but may not be limited to gas, electric, sewer and water, telephone, and cablevision lines.

5. The Contractor shall at all times in performance of the work, employ approved methods and exercise care and skill so as to avoid unnecessary delay, injury, damage or destruction of the public utility installations and structures, and shall, at all times in the performance of work, avoid unnecessary interference with, or interruption of the public utility services, and shall cooperate fully with the owners thereof to that end.

3.03 OTHER TRADES A. This installer shall make all reasonable efforts to coordinate work of other trades to avoid damage to work installed under this Section.

1. This installer shall maintain a daily progress log of work completed under this Section, and shall make it available upon request of the Project Manager.

B. Work under this Section shall be coordinated with other trades so as not to willfully interfere with scheduled installations.

1. It is this installer’s responsibility to be familiar at all times with scheduling of certain trades which may have a direct effect on work under this Section (ie pavement, plumbing, electrical) and to coordinate work under this Section with work of other trades.

3.04 FIELD VERIFICATION A. All sprinkler heads, control valve locations, and pipe line locations to be installed are to be flagged prior to commencing excavation.

1. The services of a professional engineer are to be retained at this installer’s expense to assist in accurate field dimensioning and precise location of sprinkler heads proposed for installation per the Drawings.

Page 146: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

2. Minor relocation of equipment which facilitates the installation, serviceability and operation of the irrigation system may be made and documented on as-built Drawings.

B. Parallel piping shall not be combined in common trenches. C. Pipe indicated as adjacent to backside of curbing or pavement is not to be installed farther than six inches away from curbing/pavement. D. Sprinkler heads which are adjacent to curbing and pavement are to be installed no farther than one inch away from curbing/pavement to accommodate turf trimming operations. 3.05 EXCAVATION A. This installer shall provide all necessary excavation required for proper installation of work under this Section. B. Mechanical trenchers used for excavation shall be capable of digging smooth, flat bottom trenches regardless of slope conditions. Excavate trenches of sufficient depth and width to permit proper handling and installation of pipe and fittings. Excavate to depths required to provide two (2”) inch depth of earth fill or sand bedding for piping when rock or other unsuitable bearing material is encountered. C. Trenches for mainlines shall be excavated to a uniform depth not less than twenty four inches. D. Trenches for lateral pipelines shall be excavated to a uniform depth not less than depth called out on drawings. E. Sumps for manual drains and control valves shall be over-excavated to facilitate valve installation. F. Sleeves crossing beneath parking lots, driveways, roadways, and sidewalks shall be installed to the depth indicated on the Drawings.

1. Concrete pavement above sleeve locations shall be stamped with an “S“ to permanently notate sleeve location.

G. Sleeves crossing beneath sidewalks shall be installed to depth indicated on Drawings prior to installation of pavement.

1. Mainline and lateral pipelines shall not be installed in common sleeves. 2. Control wiring may not be installed in mainline sleeves.

Page 147: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

H. In the event the installer is required to reroute pipe, relocate sprinkler heads, or deviate in any way from the Drawing as a result of encountering consolidated rock or debris, and additional material/labor is required to complete installation, the Project Manager may issue a change order for additional material and labor costs.

1. Consolidated material shall be defined as any obstruction occurring in an area normally scheduled to be excavated which runs ten feet or longer in any trench, or is greater than twenty five square feet in area, both at depths less than thirty inches for irrigation pipelines.

a. The installer shall provide a unit cost per linear foot for excavation through consolidated material in his bid to be used in determining change order value.

b. Additional costs for excavating previously known consolidated material shall be the installer’s responsibility.

I. Existing Native Lawn areas shall be left in as good condition as before the starting of the work. In the event trenches are installed through existing native areas tops of all these trenches shall be re-seeded as required. 3.06 INSTALLATION A. All installations are to be made in full accordance with the Drawings, Specifications, Local Codes and Ordinances, etc., with the most stringent requirement prevailing at all times in the event of conflict.

1. Generally no deviations from the layout of pipelines, sprinkler heads, control valves, point of connection, controller locations, or other scheduled installations will be considered or accepted by the Project Manager from that indicated on the Drawings.

2. The installer is authorized to make minor field adjustments in layout to facilitate minor changes in site layout.

a) Changes which alter the intent of the Drawings shall not be made without prior Project Manager’s approval.

B. No direct contact between any equipment installed under this Section and other utilities or structures is permitted. C. Open pipe ends are to be taped or plugged closed at all times to keep out dirt and debris during installation. D. All pipe is to be flushed with clean water to remove all dirt and debris prior to installing sprinkler heads or drip piping.

Page 148: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

E. Swing joint risers to be installed and adjusted to result in all sprinkler heads being flush and plumb with finish grades prior to backfilling around heads.

1. No sprinkler head is to be pulled into a plumb and flush position after installing backfill.

F. Electric control valves are to be connected to mainline per the Drawing detail allowing clearance for servicing valve in valve box.

1. Control valves are to be adjusted for optimum flow to provide coverage as intended by design.

G. Wherever possible all control wiring is to be installed in mainline trench. Wiring not located near PVC mainline shall be installed with a continuous run of warning tape 3” above wiring. Inert plastic film highly resistant to alkalis, acids, or other destructive chemical components likely to be encountered in soils. Three inches wide, colored yellow, and imprinted with ”CAUTION: BURIED ELECTRIC LINE BELOW”.

1. Use American Wire Gauge (AWG) No. 14 solid copper, Multi-strand 2-wireType RAINBIRD MAXICOM cable, UL approved for direct burial from controller unit to each remote control valve. Use AWG No. 14 wire for common wire.

2. Color: Use white for common ground wire. Use easily distinguished colors for other control wires. Spare wires shall be yellow and different from all other active control wires. Wire color shall be continuous over its entire length.

3. Wiring shall be installed in PVC sleeve from controller to master control valve assemblies.

a) Wiring sleeve to be installed at a depth not less than twenty four inches, and is to be clearly indicated on the as-built Drawings.

4. No splices are to occur in any sleeve.

5. Multiple wires in trenches are to be banded together at ten foot intervals, and banded alongside all mainline piping with duct tape.

6. Provide 24-inch excess length of wire in an 8-inch diameter loop at each 90-degreee change of direction, at both ends of sleeves and at 100-foot intervals along continuous runs of wirings. Provide minimum 24-inch length of wire within each remote control valve box. Make wiring coil by turning around 1-inch PVC pipe.

Page 149: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

7. One spare wire for system expansion shall be pulled to the end-points of the mainline, labeled with indelible markings for corresponding controller zone, and installed in control valve boxes.

8. All splices are to be made water resistant using King Brothers splices or approved equal wire connector and sealant.

9. Provide adequate Grounding per drawings along two-wire path as required.

H. Manual drain valves are to be installed per Drawing detail at all low points on the mainline and at all endpoints of the mainline.

1. All mainline piping shall be installed to drain to low points and endpoints through the manual drain valves.

I. Other equipment installations are to comply with the following requirements:

1. Backflow preventer to be installed per the Drawings and in full accordance with applicable State and Local codes for backflow prevention. (N.I.C.-By Others)

a) Unless indicated otherwise on the Drawings, all back-flow preventers shall be reduced pressure type for high hazard service, equal to the 825YA series manufactured by Febco Backflow Prevention Assemblies.

b) Specific installation detail shall be per the Drawings.

2. Manual valves to be installed per the Drawings.

3. Quick coupling valves to be installed on PVC swing joint riser assemblies, and are to be installed plumb and one inch above adjacent finish grade or bed mulch.

a) Quick coupling valves shown next to a control valve on the drawings shall not be installed in same control valve box as control valve.

J. Other equipment, miscellaneous products, fittings, etc., which are not specifically indicated on the Drawings but which are required to result in a complete and operable system are to be provided and installed under this Section within the base contract sum.

Page 150: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

3.07 BACKFILL AND COMPACTION A. Provide clean backfill soil free of rubbish, vegetable matter, frozen materials, clods and rocks greater than one inch in size, and debris that could puncture and damage pipelines and equipment installed under this Section. B. Clean sand may be provided and installed as bedding material beneath pipelines to facilitate installation. C. Backfilling to be done when pipelines are cool to avoid excessive contraction. D. Frozen or saturated soil is not to be used as backfill at any time. E. Open trenches and other excavations are to be backfilled with suitable material and compacted to not less than ninety percent density in six inch increments.

1. Compaction shall only be done with a vibratory plate. Wheel rolling, puddling, and other methods of compaction are not acceptable.

2. After compaction, backfill shall be precisely flush with surrounding finish grades.

F. The installer is responsible for the repair to damaged equipment, finish grades, undermined pavements, sod, mulches and underlayments, etc., from settling of one inch or more in any trench or excavation as a result of work under this Section for a period of not less than three hundred sixty five days from date of final Acceptance. PART 4: TESTING AND OPERATION 4.01 TESTING AND PROJECT MANAGER’S INSPECTION A. After completion of all work under this Section, the installer shall activate the water source and pressurize the mainline to not less than 150 psi, or maximum available pressure if less than 150 psi.

1. The mainline shall remain closed and pressurized for not less than twenty four hours prior to operation of the completed system.

2. The installer may request for Project Manager to inspect point of connection, and all equipment installed on the mainline upon giving twenty four hours notice is given to Project Manager.

a) Inspection at this time is optional.

B. After successful completion of the pressurized period and repair to any leaks, and the system can be operated at the pressure intended by design, the installer shall adjust

Page 151: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

and fine tune all equipment for optimum performance and coverage as intended by design.

1. When wind conditions are not less than five mph, the installer shall adjust all sprinkler head nozzles to provide coverage to areas as intended by design. Overspray onto sidewalks is permitted by design. Overspray onto fences shall be avoided wherever possible. No overspray is permitted onto roadways or structures.

2. All sprinkler heads are to be fully adjusted to be plumb and flush prior to sodding, seeding, and mulching operations are commenced.

a) This installer shall assume all liability for sodding, seeding, and mulching which is installed prior to adjustment, fine tuning, and functional operation of the sprinkler system.

b) This installer shall assume all liability for manually operating the sprinkler system and for furnishing supplemental irrigation to sustain optimum condition of all landscaping should the system not be fully operable prior to installation of landscaping.

C. After the installer has verified that all adjustments and fine tuning have been adequately performed, the Project Manager shall be given three days notice that an inspection for Substantial Completion is requested.

1. The entire installed system shall have been allowed to operate automatically via the controller through entire cycles prior to requesting an inspection.

D. The Project Manager’s inspection for Substantial Completion shall include visually observing the operation of all work provided and installed under this Section.

1. Any installation which does not comply entirely with any part of this Section will be documented in a written punchlist.

2. All punchlist items are to be completely corrected by the installer prior to re-inspection by Project Manager.

a) Re-inspection for correction of punchlist items for consideration of Final Acceptance will be made within five working days from date of Project Manager’s first inspection and punchlist.

b) The installer may incur backcharges for any additional inspections which must be made by Project Manager to verify complete correction of deficiencies subsequent to second inspection.

Page 152: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

4.02 OPERATION OF SYSTEM A. The installer is responsible for initial programming of controller to operate automatically at frequencies he deems necessary to sustain and promote vigorous growth of all landscaped areas to which work under this Section provides coverage. B. Unless otherwise approved by the Project Manager, the operating sequence of all zones shall be per the Drawings. C. During and up until Final Acceptance, the installer is responsible for making any adjustment that may be required to equipment installed under this Section. 4.03 CLEANUP AND JOBSITE RESTORATION A. Prior to Final Acceptance, all areas on the jobsite in which work under this Section has occurred shall be thoroughly cleaned of dirt, unused material, and the installer’s installation equipment. Contractor shall on a daily basis pickup any trash or debris from jobsite. B. Work by other trades which is damaged or destroyed as a result of work under this Section shall be fully restored by this installer as a condition of Final Acceptance.

1. Damage caused by water from sprinkler system as a result of incorrect adjustment and controller programming is this installer’s responsibility.

2. Sod, trim edges, mulches, pavements, and other existing work which is damaged as a result of work under this Section is to be completely restored as a condition of Final Acceptance of all work completed under this Section.

PART 5: WARRANTY 5.01 ENACTMENT A. A three hundred sixty five day warranty for all material and workmanship provided under this Section shall commence on the date of Final Acceptance of all work. B. During the warranty period, the installer is responsible for all the following:

1. Winterization; shut off all water sources to system, drain all pipelines, and provide air injection as required to prevent freeze damages to all equipment.

2. Activation; turn on all water sources to system, charge all pipelines, repair damaged equipment not caused by vandalism, snow removal, or unauthorized winter-use of system, adjust and fine tune all equipment to provide optimum performance.

Page 153: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

3. Controller programming; program controller at frequencies deemed necessary to sustain and promote establishment of landscaping at time of Final Acceptance, shut down controller at winterization, re-program controller at time of activation.

a) It is this installer’s responsibility to perform seasonal service at the time he deems appropriate to protect his warranty interests.

b) The installer is responsible for damages caused to equipment installed under this Section as a result of his failure to provide seasonal maintenance at the appropriate times.

c) The installer may be backcharged if the services of others must be employed to perform seasonal maintenance, as determined necessary by Project Manager.

C. During the warranty period, the installer is responsible for providing labor and material as needed to keep the system completely operable as intended by design.

1. Equipment which fails to operate as intended by design shall be repaired and/or replaced by the installer at his expense within twenty four hours after Owner’s notice.

2. Equipment which is removed from the system for repair shall be replaced immediately with equal equipment capable of providing uninterrupted operation of the system as intended by design.

D. Should at any time during the warranty period the installer fail to repair/replace equipment after being given reasonable notice from Owner to do so, he may be backcharged for any costs incurred by the Owner for needed repairs which must be made by others. 5.02 EXCLUSIONS FROM WARRANTY The following do not constitute valid warranty claims:

1. Vandalism to equipment. 2. Damage to the installed system as a result of work by others in the work area after Final Acceptance. 3. Unauthorized use of the system after installer’s completion of winterization.

PART 6: SPARE EQUIPMENT AND CLOSEOUT MATERIAL 6.01 REQUIREMENTS AT SUBSTANTIAL COMPLETION A. At Project Manager’s inspection for Substantial Completion the installer shall provide Project Manager with all of the following:

Page 154: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

1. (1) Reproducible full-scale mylar as-built drawing.

2. (1) Blueline fifty percent reduction of the as-built drawing (waterproofed), enclosed in an envelope for installation inside the controller cabinet.

3. (2) O&M Manuals - Black one inch size three-ringed binders, indexed and including the following type written data:

a) Warranty statement on installer’s letterhead, including date of enactment, emergency contact name and phone number, and FAX telephone number if available.

b) Recommended routine and seasonal maintenance procedures.

c) Operating instructions for automatic controller.

d) Operating Schedule for the initial program entered into the controller at the time of inspection for Substantial Completion.

e) Copies of equipment warranties provided by manufacturer’s of products installed which are transferable to the Owner.

f) Statement of names and addresses of all suppliers local to the project from which replacement equipment can be obtained.

4. (2) spare sprinkler head bodies and nozzles of each type installed.

5. (2) spare valve keys for drain valves installed.

6. (2) spare quick coupling valve keys suitable for use with valves installed.

7. (2) spare swivel hose bibs suitable for use with quick coupling valves installed.

8. (3) spare controller cabinet keys.

9. (2) spare locking valve cap keys.

a) All spare equipment to be new and unused.

b) All spare equipment to be provided in a new, sealed cardboard box clearly labeled with the job name and “Spare Irrigation Equipment”. Valve keys may be securely taped to outside of box.

Page 155: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

c) Mylar as-built drawing to be provided in a new, sealed cardboard plan tube clearly labeled with the job name and “ Irrigation System As-Built. “

10. (6) Weathertrak H2O Valve Decoders Model #WT2W-H2O-1VD decoder

B. Provision of required spare equipment and closeout material in the format specified above is to occur at inspection for Substantial Completion.

1. Failure to provide spare equipment and closeout material in the format and at the time required will result in delay of Final Acceptance of all work provided and installed under this Section.

PART 7: GUARANTEE 7.01 INSTALLER’S ASSURANCE OF COMPLIANCE Upon entering an Agreement to provide labor and material to complete all work described under this Section the installer hereby guarantees to the Owner and the Project Manager that he will execute to the best of his ability all provisions required under this Section.

1. The installer shall not qualify any term, condition, or requirement stated herein at any time during or after completion of the Agreement to provide work under this Section.

2. The installer may have certain rights pertaining to this guarantee as described in the General Conditions of the Agreement between the Owner and installer

CDOT PROJECT SPECIAL PROVISIONS ARCHAEOLOGICAL AND PALEONTOLOGICAL DISCOVERIES The Contractor shall notify the City 2 working days prior to excavating in the Garden of the Gods Park to arrange for a monitor to be on sight to observe such activities. When the Contractor’s operations, including materials pits and quarries, encounter plant or animal fossils, remains of prehistoric or historic structures, prehistoric or historic artifacts (bottle dumps, charcoal from subsurface hearths, old pottery, potsherds, stone tools, arrowheads, etc.), the Contractor’s affected operations shall immediately cease. The Contractor shall immediately notify the Engineer, or other appropriate agency for contractor source pits or quarries, of the discovery of these materials. When ordered to proceed, the Contractor shall conduct affected operations as directed. Additional work, except that in contractor source materials pits or quarries under subsection 106.02(b), will be paid for by the City as provided in subsection 104.02 when contract unit prices exist, or as extra work as provided in subsection 104.03 when no unit prices exist.

Page 156: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Delays to the Contractor, not associated with work in contractor sources, because of the materials encountered may be cause for extension of contract time in accordance with subsection 108.08. If fossils, prehistoric or historic structures, or prehistoric or historic artifacts are encountered in a contractor source materials pit or quarry, all costs and time delays shall be the responsibility of the Contractor.

REVISION OF SECTION 101

DEFINITION OF TERMS Section 101 of the Standard Specifications is hereby revised for this project as follows: Delete Subsection 104.04 and replace with the following: 101.10 Resident Engineer. The AGENCY’S Project Manager, or their designated representative. Delete Subsection 101.19 and replace with the following: 101.19 Contract Modification Order. Change Order in accordance with the AGENCY’s General Contract Conditions, Section 1102. Delete Subsection 101.28 and replace with the following: 101.28 Department. The AGENCY, Colorado Delete Subsection 101.29 and replace with the following: 101.29 Engineer. The AGENCY’S Project Manager, or their designated representative. Delete Subsection 101.37 and replace with the following: 101.37 Inspector. The AGENCY’S Project Manager, or their designated representative. Delete Subsection 101.39 and replace with the following: 101.39 Laboratory. The AGENCY’S Project Manager, or their designated representative. Delete Subsection 101.48 and replace with the following: 101.48 Preconstruction Conference. A meeting of the AGENCY’S Project Manager, personnel as requested by the AGENCY’S Project Manager, Contractor project personnel and other stakeholders held prior to the beginning of construction at which topics pertinent to the successful prosecution of the work are discussed.

Page 157: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Delete Subsection 101.51 and replace with the following: 101.51 Project Engineer. The AGENCY’S Project Manager, or their designated representative. Delete Subsection 101.58 and replace with the following: 101.58 Region Transportation Director. The AGENCY’S Project Manager, or their designated representative.

REVISION OF SECTION 101

DEFINITION OF TERMS Delete Subsection 101.76 and replace with the following: 101.76 State. AGENCY (as applicable) acting through its authorized representative. Subsection 101.96 shall be added as follows: 101.96 State of Colorado. AGENCY (as applicable) acting through its authorized representative. Subsection 101.97 shall be added as follows: 101.97 Project Manager. References to the “Project Manager” within the Project Special Provisions and Plans will refer to the AGENCY Project Manager. Subsection 101.98 shall be added as follows: 101.98 Day. Where the word “day” is used without the reference “calendar” or “working” preceding it, it shall be interpreted as calendar day.

REVISION OF SECTION 202 CLEAN CULVERT

Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.01 shall include the following: This work consists of cleaning, removing and disposing of sediment and other debris in the storm drain inlets and culverts at locations shown on the plans throughout the duration of construction. Subsection 202.10 shall include the following: Prior to cleaning operations, the Contractor shall remove and store all grates and other appurtenances from the inlet or culvert pipe.

Page 158: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Culvert cleaning shall be performed using a vacuum truck method, as approved. A high-pressure washer shall be used to strip off all soil sediment and other debris that has accumulated on the walls of the structure. All waste material, including the mix of water and debris, shall be suctioned out of the structure into the vacuum truck for disposal. Removed material shall be disposed at a suitable facility off the project site in accordance with all applicable regulations and guidelines. Remaining material left in the structure after cleaning shall be removed at the Contractor’s expense. The Contractor shall document and provide in writing the total amount of material removed. Damaged or missing bolts for the grates and other appurtenances shall be replaced by the Contractor. Upon completion of the cleaning, existing and new bolts required for the grates and other appurtenances shall be treated with anti-seize compound. The grate and appurtenances shall then be re-installed using these bolts.

REVISION OF SECTION 203 COMBINATION LOADER

Section 203 of the Standard Specifications is hereby revised for this project as follows: Subsection 203.01 shall include the following: This work consists of furnishing Combination Loaders, with operators, to be used for their intended purpose as directed by the Engineer. Subsection 203.04 shall include the following: Combination Loader A combination loader with a standard loader bucket S.A.E. rated 1 cu. yd. and backhoe up to 1/4 cu. yd., 4 wheel industrial, utility, or general purpose, with loader front and backhoe, in the 75 125 horsepower range, either gasoline or diesel engine, or an acceptable equivalent. The combination loader shall be furnished and maintained in good operating condition. Equipment which, in the opinion of the Engineer, is inadequate to produce the required results, shall not be used. All equipment shall be operated by experienced operators, approved apprentices or approved competent trainees. The equipment shall be used as directed by the Engineer.

REVISION OF SECTION 208 EROSION CONTROL

Section 208 of the Standard Specifications is hereby revised as follows: In addition to compliance with CDOT Specifications, Standard Plans and project special provisions, Erosion Control shall be in accordance with the City of Colorado Springs Drainage Criteria Manual, Volume II and the stipulations of the City of Colorado Springs MS4 permit and all other state and local permits.

Page 159: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Erosion Control Items will be measured and paid for according to CDOT Standard Specifications.

REVISION OF SECTION 212 SEEDING

Section 212 of the Standard Specifications is hereby revised as follows: Subsection 212.02 (c) shall be revised to include the following: Seed mixes and application rates shall be per the plans. Subsection 212.04 (c) and Subsection 212.06 (c) shall be revised to include the following: Hydraulic or broadcast seeding shall not be permitted unless directed and approved by the Engineer.

REVISION OF SECTION 214 LANDSCAPE ESTABLISHMENT

Subsection 214.04 shall include the following: Warranty period for all plants shall be two years from substantial completion of the project. Subsection 214.04 (a) shall be deleted and replaced with the following: (a) Establishment and Replacement: From the time of installation, during construction, and throughout the Landscape Establishment period the Contractor shall maintain all plant material and seeded areas in a healthy and vigorous growing condition, and shall ensure the successful establishment of the vegetation. This includes performing establishment, replacement work and landscape maintenance work as described below. The Landscape Establishment period begins upon receipt of the written Notice of Substantial Landscape Completion from the Engineer and lasts for a period of two years. If the notice of Substantial Landscape Completion is issued after September 30, the Landscape Establishment period will begin the following spring. Substantial Landscape Completion is defined as when all plant materials in the Contract have been planted and accepted. The Contractor shall replace any plant material that is dead within the growing season where deficient plant material is reported, or that is, in the opinion of the Engineer, in unhealthy or unsightly condition, or that has lost its natural shape at no additional cost to Owner.

Page 160: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

After all planting on the project is complete, a plant inspection shall be held including the Contractor, Engineer and others designated by the Engineer to determine acceptability of plant material. During the inspection, an inventory of rejected material will be made, and corrective and necessary cleanup measures will be determined. Dead, dying or rejected material shall be removed each month during each year of the Landscape Establishment period as directed by the Engineer. Replacement stock shall be planted in conformity with the Contract. Subsection 214.04 shall include the following: (c) Maintenance Period. Upon acceptance of the work for Substantial Completion, the Maintenance Period begins. Although the actual Maintenance Period is one year, maintenance shall begin immediately after each plant is planted and shall continue until Final Acceptance. During the Landscape Establishment period the Contractor shall perform landscape maintenance as described herein. The Contractor shall maintain all landscaped areas in the condition they were in when first installed and accepted. Maintenance shall consist of pruning, watering, including winter watering, cultivating, weeding, mulching, removal of dead material, resetting plants to proper grades and upright position, and furnishing and applying approved herbicides and insecticides, as needed. Planting areas shall be kept free of undesired vegetative growth. Delete the second paragraph of 214.04 Landscape Establishment and Replace the second paragraph with the following: The beginning of the Landscape Establishment period depends upon receipt of the written Notice of Substantial Landscape Completion from the Engineer. Substantial Landscape Completion occurs when all plant material in the Contract have been planted and all work under sections 212, 213, 214, 216, and 623 has been completed, except for the Section 214 pay item Landscape Maintenance. If the Notice of Substantial Landscape Completion is issued during the spring planting season, the Landscape Establishment period begins immediately and lasts for a period of 24 months. If the Notice of Substantial Landscape Completion is issued at any other time, the Landscape Establishment period begins at the start of the next spring planting season and lasts for a period of 12 months. Subsection 214.04 shall include the following: Before Final Acceptance, the landscape shall be inspected by the Contractor, Engineer, CDOT Landscape Architect and CDOT wetlands biologist to determine the condition of plant material and seeding areas. All plants must be healthy and in flourishing condition, free of dying branches and branch tips, and must bear foliage of normal density, size and color. Seeded areas shall have at least 70% coverage of 70% species as shown in

Page 161: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

the plans. No ‘A’ list noxious weeds may be growing in the project. No more than 10% ‘B’ list noxious weeds may be growing on the project. Prior to final payment, the Contractor shall set a meeting with the City Project Manager to turn over all maintenance records, plant replacements, irrigation schedules / program, keys, tools, herbicide applications and instructions for all project locations included in Landscape Maintenance. Final acceptance of the areas covered by the NPDES Construction Permit will not occur until the requirements of the permit are achieved.

SECTION 240 PROTECTION OF MIGRATORY BIRDS

BIOLOGICAL WORK PERFORMED BY THE CONTRACTOR'S BIOLOGIST Section 240 is hereby added to the Standard Specifications for this project as follows: DESCRIPTION 240.01 This work consists of protecting migratory birds during construction. MATERIALS AND CONSTRUCTION REQUIREMENTS 240.02 The Contractor shall schedule clearing and grubbing operations and work on structures to avoid taking (pursue, hunt, take, capture or kill; attempt to take, capture, kill or possess) migratory birds protected by the Migratory Bird Treaty Act (MBTA). The Contractor shall retain a qualified wildlife biologist for this project. The wildlife biologist shall have a minimum of three years’ experience conducting migratory bird surveys and implementing the requirements of the MBTA. The Contractor shall submit documentation of the biologist's education and experience to the Engineer for acceptance. A biologist with less experience may be used by the Contractor subject to the approval of the Engineer based on review of the biologist's qualifications. The wildlife biologist shall record the location of each protected nest, bird species, the protection method used, and the date installed. A copy of these records shall be submitted to the Engineer. (a) Vegetation Removal. When possible, vegetation shall be cleared prior to the time when active nests are present. Vegetation removal activities shall be timed to avoid the migratory bird breeding season which begins on April 1 and runs to August 31. All areas scheduled for clearing and grubbing between April 1 and August 31 shall first be surveyed within the work limits for active migratory bird nests. The Contractor's wildlife biologist shall also survey for active migratory bird nests within 50 feet outside work limits. Contractor personnel shall enter areas outside City of Colorado Springs right of way only if a written, signed document granting permission to enter the property has been obtained from the property owner. The Contractor shall document all denials of permission to enter property. The Contractor shall avoid all active migratory bird nests. The Contractor shall avoid the area within 50 feet of the active nests or the area within

Page 162: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

the distance recommended by the biologist until all nests within that area have become inactive. Inactive nest removal and other necessary measures shall be incorporated into the work as follows: 1. Tree and Shrub Removal or Trimming. Tree and shrub removal or trimming shall occur before April 1 or after August 31 if possible. If tree and shrub removal or trimming will occur between April 1 and August 31, a survey for active nests shall be conducted by the wildlife biologist within the seven days immediately prior to the beginning of work in each area of tree and shrub removal or trimming. The survey shall be conducted for each phase of tree and shrub removal or trimming. If an active nest containing eggs or young birds is found, the tree or shrub containing the active nest shall remain undisturbed and protected until the nest becomes inactive. The nest shall be protected by placing fence (plastic) a minimum distance of 50 feet from each nest to be undisturbed. This buffer dimension may be changed if determined appropriate by the wildlife biologist and approved by the Engineer. Work shall not proceed within the fenced buffer area until the young have fledged or the nests have become inactive. If the fence is knocked down or destroyed by the Contractor, the Engineer will suspend the work, wholly or in part, until the fence is satisfactorily repaired at the Contractor’s expense. Time lost due to such suspension will not be considered a basis for adjustment of time charges, but will be charged as contract time. 2. Grasses and Other Vegetation Management. Due to the potential for encountering ground nesting birds’ habitat, if work occurs between April 1 and August 31, the area shall be surveyed by a wildlife biologist within the seven days immediately prior to ground disturbing activities. The undisturbed ground cover to 50 feet beyond the planned disturbance, or to the right of way line, whichever is less, shall be maintained at a height of 6 inches or less beginning April 1 and continuing until August 31 or until the end of ground disturbance work, whichever comes first. If birds establish a nest within the survey area, an appropriate buffer of 50 feet will be established around the nest by the wildlife biologist. This buffer dimension may be changed if determined appropriate by the wildlife biologist and approved by the Engineer. The Contractor shall install fence (plastic) at the perimeter of the buffer. Work shall not proceed within the buffer until the young have fledged or the nests have become inactive. If the fence is knocked down or destroyed by the Contractor, the Engineer will suspend the work, wholly or in part, until the fence is satisfactorily repaired at the Contractor’s expense. Time lost due to such suspension will not be considered a basis for adjustment of time charges, but will be charged as contract time.

Page 163: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

(b) Raptors. The wildlife biologist shall conduct raptor nest surveys within 0.5 mile of the construction site within the seven days immediately prior to the start of construction and prior to each construction phase. This survey can be done with binoculars. If construction activities are located within the Colorado Parks and Wildlife (CPW) recommended buffer zone for specific raptors, "NO WORK" zones shall be established around active sites during construction according to the CPW standards or as recommended by the wildlife biologist in consultation with the CPW. The "NO WORK" zone shall be marked with either fencing or signing. Work shall not proceed within a “NO WORK” zone until the wildlife biologist has determined that the young have fledged or the nest is unoccupied. (c) Taking of a Migratory Bird. The taking of a migratory bird shall be reported to the Engineer. The Contractor shall be responsible for all penalties levied by the U. S. Fish and Wildlife Service (USFWS) for the taking of a migratory bird.

REVISION OF SECTION 504 STONE LANDSCAPE WALL

Section 504 of the Standard Specifications is revised as follows: Subsection 504.01 shall be modified to include the following: Roundabout Landscape Wall is the cast-in-place concrete foundation with stone veneer and cap retaining wall as shown in the locations on the plans. Subsection 504.02 shall be modified to include the following: The material for Stone Landscape Wall will be Lions Red Sandstone with sandblasted lettering. The Contractor shall submit a sample to the Engineer in advance of the work for approval.

REVISION OF SECTION 504 CONCRETE BLOCK FACING MSE WALLS

Section 504 of the Standard Specifications is hereby revised for this project to include the following: DESCRIPTION 504.01 This work consists of constructing a Concrete Large Block Facing Mechanically Stabilized Earth (MSE) Retaining Wall System at the locations and to the lines and grades shown on the plans. Geosynthetic reinforcement (woven fabrics or geogrids) as specified in this specification may be used as MSE reinforcement in the reinforced structure backfill zone. The retained structure backfill zone is the structure backfill or existing soils retained by the reinforced structure backfill zone as shown on the plans.

Page 164: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

This specification is prepared for large block walls with or without reinforcements, based on the sizes and the types of block used. MATERIALS 504.02 Shop Drawings. The Contractor shall submit one electronic submittal of shop drawings and certified material test reports for review prior to construction of the wall. See subsection 504.07 for a complete list of submittal requirements. Shop drawings shall be submitted in accordance with subsection 105.02. The shop drawings shall provide the details necessary to demonstrate compliance with the Contract, including: (a) Wall Layouts. Wall layouts shall conform to the lines and grades on the plans including start, corner, and end stations, leveling pad step breaks, total number of blocks and top and bottom of wall elevations. The construction batter required to achieve the batter shown on the plans shall be shown on the shop drawings. If temporary walls are required for the construction of permanent walls, the permanent wall vendor shall provide the shop drawings and certified material test reports for temporary walls. (b) Block Reinforcement Locations. Unless otherwise shown on the plans, each layer of soil reinforcement shall be connected to the facial blocks. The block placement sequence, if other than bottom up and end to end of wall, shall be shown. The block to block reinforcement connections and the cut block limits at curved wall corners shall be shown. (c) Wall Elevations. Except for the top of the leveling pad, wall elevations given on the plans are based on desirable wall height. The actual reinforcement elevations shall be marked on the shop drawings by taking into account the supplied block height, number of reinforced layers, thickness of soil reinforcing and shimming material, and, for curved corners, the interposing layers of reinforcement. (d) Soil Reinforcement Material. The soil reinforcement type, Minimum Average Roll Value of the Ultimate tensile strength, TULT (MARV), for geosynthetic soil reinforcement, spacing, lengths, elevations, and the corresponding wall design height segments shall be shown on the shop drawings. The starting and ending stations for change in grade of reinforcement material shall be shown for walls with different grade of reinforcement material at the same elevation. Material grade shall be clearly identified on each roll of reinforcement to avoid by s in placement. Elevations of the reinforcement layers shall be as specified on the shop drawings. (e) Soil Reinforcement Length (RL). The soil reinforcement length shall be measured from the front face of wall for blocks less than 12" deep and from the back face of wall for blocks greater than 12" deep to the end of the soil reinforcement as measured to the

Page 165: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

neat end. Soil reinforcement lengths shall not be less than the lengths specified on the plans. For wall segments with a Design Height (DH) greater than or equal to 8 feet, the soil reinforcement shall be the same length from top to bottom of the wall. The Reinforcement Lengths shown on the shop drawings shall be the reinforcement length required for internal stability, pull out, external stability, and global stability. Calculation package shall be submitted to design Engineer of record for review and approval. (f) Soil Reinforcement Spacing. 1. The first (bottom) layer of soil reinforcement shall be one or two times the block height, not to exceed 16 inches, above the top of the leveling pad. 2. The last (top) layer of soil reinforcement shall be no further than three times the block height, not to exceed 24 inches, below the top of the uppermost concrete block. 3. The vertical spacing between layers of adjacent soil reinforcement shall be less than three times the block height, not to exceed 24 inches. For walls deriving their connection capacity by friction the maximum vertical spacing of the reinforcement shall be limited to two times the block depth (front face to back face), not to exceed 24 inches, to assure construction and long-term stability. For tributary strength computations, the top row of reinforcement shall be one-half the vertical spacing immediately below the top of the wall. (g) Long Term Design Strength (LTDS) of Reinforcement. 1. The design charts on the plans define the strengths required for the zone of mechanical reinforcement of soil. Based on the total summed LTDS, the reinforcement proposed by the shop drawings for a specific wall height shall meet or exceed the total LTDS shown on the plans. This proposed reinforcement shall allow for a maximum of plus or minus 15 percent variation in each individual layer. 2. Geosynthetic (Extensible) Soil Reinforcement. Geosynthetic soil reinforcement shall be either a geogrid or woven geotextile. For polyester (PET), polypropylene (PP), and polyethylene (PE) reinforcement, the LTDS of material shall be determined using the following K percentages to ensure the required design life. Unless otherwise specified, LTDS shall not exceed the following K percent of its published ultimate tensile strength, TULT (MARV), i.e. LTDS = K * TULT (MARV) Installation damage reduction factor

Page 166: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Durability reduction factor Creep reduction factor Meet AASHTO LRFD and/or FHWA GRS design method for 75 years design life. (1) Geogrid or Geotextile sheet reinforcement (PE, PET, PP):

(2) Woven Geotextile will meet minimum bi-axial MARV ultimate tensile strength of 4800 LB./FT. and a minimum tensile strength of 2400 LB./FT @ 5% strain based on ASTM D4595. (3) All products not listed above: Follow AASHTO equations 11.10.6.4.3b-1 & 11.10.6.4.3b-2 using independently certified test results. (h) Design Heights and Supplied Reinforcing Material. Unless otherwise defined on the plans, the wall design height shall be measured vertically from the top of the leveling pad to the top of the concrete coping for walls without railing. For geosynthetic reinforcement, the required reinforcement LTDS and the supplied LTDS (determined in accordance with the K factors) with corresponding brand and grade of material shall be marked clearly on the elevation view or in a tabulation summary. The LTDS of the supplied reinforcement grade must meet or exceed the required LTDS corresponding to the reinforcement spacing provided. (i) Obstructions. Details for the placement of soil reinforcement around obstructions (i.e. steel piles, concrete piers, concrete boxes, pipes, etc.) shall be shown on the shop drawings. Design calculations shall be provided showing that the internal stability of the wall meets the required safety factors in the area of the obstruction. (j) Table of Quantities. A table of the Structural Backfill (Class 1), Mechanical Reinforcement of Soil, Geomembrane, and Block Facing quantities shall be shown on the shop drawings. Structure Backfill (Class 1), Mechanical Reinforcement of Soil, Geomembrane, and Block Facing quantities shall be calculated in accordance with the Contract. (k) Placement Schedule. Geomembrane placement schedule and clearances to soil reinforcements shall be shown. (l) Vertical Slip Joints. Locations of stack bond blocks with vertical slip joints for differential settlement relief shall be as specified in subsection 504.14.

Products K (Geogrid) K (Geotextile))

PE & PP 27% 18%

PET 35% 30%

Page 167: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

504.03 Backfill. Wall backfill material in the reinforced structure backfill zone and the associated trapezoidal retained structure backfill zone shall be Structure Backfill (Special) consisting of a sound durable aggregate free from shale or organic matter meeting the following requirements:

Gradation Requirements (AASHTO No. 7 Stone)

(a) Plasticity index to be ≤ 6. Testing Frequency: 1 Gradation and plasticity index test per 1000 cyd. (b) Minimum angle of internal friction (phi) of 40 degrees. Testing Frequency: 1 test per source. (c) Magnesium sulfate loss of ≤ 30 percent after four cycles or a sodium sulfate soundness loss of ≤ 15 percent after five cycles (AASHTO T 104-99). Testing Frequency: 1 test per 2000 cyd. (d) pH between 4.5 and 9. Testing Frequency: 1 test per 2000 cyd. All reinforcing elements shall be designed to ensure a minimum design life of 75 years for permanent structures. 504.04 Leveling Pad. Materials for the leveling pad shall be aggregate base conforming to the requirements of Section 703.03. Alternatively, concrete (Class D) conforming to the requirements of Section 601 could also be used for leveling pad. Unless specified on the plans, the maximum vertical step shall be no greater than either 24 inches or three blocks, whichever is less. The concrete leveling pad shall be reinforced according to the shop drawing. When the toe of the wall is founded on a slope steeper than 1.5 (H) to 1 (V), the leveling pad shall be constructed with reinforced concrete with same reinforcing schedule as at its steps. Concrete leveling pad concrete shall be cured for at least 12 hours before placement of the concrete blocks. 504.05 Prefabricated Concrete Facing Blocks. Concrete blocks including partial blocks shall conform to the requirements shown on the plans and these specifications including the color, texture, and pattern. The Contractor shall provide certification that the results of tests performed in accordance with this subsection meet the requirements of the appropriate specification. (a) Cementitious material shall meet the requirements of Section 701.

Sieve Size Percent Passing

¾ inch 100

½ inches 90 - 100

3/8 inch 40-70

No. 4 0-15

No. 8 0-5

Page 168: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

(b) Aggregates used in concrete blocks shall conform to ASTM C33 for normal weight concrete aggregate. (c) The 28 day compression strength for concrete blocks shall be equal to or greater than 4500 psi. The quality of blocks shall be maintained such that the variations of the compression strengths are within 10 percent. The minimum oven dry unit weight shall be 125 pcf with a maximum water absorption rate by weight of 6 percent. Testing shall be performed in accordance with ASTM C140. (d) All units shall be sound and free from cracks or other defects that would interfere with proper placement of the unit, or impair the strength or permanence of the construction. Cracks, chips, or color blemishes will be cause for rejection. Any architectural or graffiti resistant treatments shall meet the requirements shown on the plans. If architectural coating is used and graffiti resistant treatments or water repellant sealer is required, the Contractor shall provide the Engineer with four sample blocks for each different color and texture prior to beginning wall construction. Water-resistant or repellant coatings shall conform to ASTM C1262. The permissible variations in the exterior dimensions of the concrete blocks shall not differ more than plus or minus ⅛ inch, except the height of the block shall be within plus or minus 1/16 inch from the specified dimensions for an individual block. The minimum thickness of any walls or webs within the block shall be on average 2.5 inches at the face and 1.5 inches and 2 inches at stem and back. The vertical edges, if applicable, shall be chamfered for splitting and precise dimensioning. (e) The Engineer shall be allowed access to the manufacturer's facilities to inspect and sample units from lots prior to delivery with a minimum 2 working days advance notice. The Engineer will reject any concrete blocks, which do not meet the requirements of this specification. The Contractor shall notify the Engineer in writing at least 3 working days before shipment of blocks begins. 504.06 Certifications, Calculations and Testing Reports. The Contractor shall provide the following reports, certifications, calculations and checklists as needed to accompany the shop drawing submittal. All engineering calculations, as stated in subsections 504.02(g)2, 504.02(j), 504.02(k), 504.07(e) and 504.07(f) shall be certified and stamped by a Professional Engineer licensed in the State of Colorado. (a) Certification of TULT (MARV) or Ultimate Tensile Strength. For geo-synthetic reinforced systems only, the Contractor shall submit a certification letter from the manufacturer which provides the TULT (MARV) and certifies that the TULT (MARV) of the supplied materials have been determined in accordance with ASTM D4595 or ASTM D6637 as appropriate. (b) Report Of The Block-Reinforcement Connection Test. The test report shall be prepared and certified by an independent laboratory. The block to reinforcement

Page 169: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

connection test method shall conform to the requirements of ASTM D6638 with a service state connection strength displacement criterion of ¾ inch or National Concrete Masonry Association (NCMA) Methods SRWU 1. (c) Report For Block-Block Connection Test. An independent laboratory shall prepare the test report. The block-to-block connection test method shall conform to the requirements of NCMA Methods SRWU 2. The service state connection strength displacement criterion shall be ¾ inch. (d) Report For Soil To Reinforcement Interface Pullout Test. The test report shall be prepared and certified by an independent laboratory. The soil to reinforcement interface pullout test method shall conform to the requirements of ASTM D6706. Tests shall include the full range of overburden pressures as defined by the wall design heights. (e) Certification of Facial Block to Reinforcement Long-Term Connection Strength. A certification shall be provided with detailed calculations according to the latest AASHTO Standard Specification including Interim and independent laboratory test results performed in accordance with FHWA NHI-00-043, Appendix A3 to demonstrate that the facial block to reinforcement connection meets or exceeds the current AASHTO 75 year design life requirements. (f) Certification of Reinforcement Pullout. A certification shall be provided with detailed calculations to demonstrate that reinforcement pullouts meet or exceed the current AASHTO requirements. The metal reinforcement breakage and pullout calculations shall include a combination of 75 years of material depletion for carbon steel and galvanization loss. (g) Report and Certification for Concrete Block 28 Day Compression Strength and Water Absorption Rate. For the 28 day compressive strength test, either a full block or a saw cut coupon compressive test is acceptable to verify the 28-day concrete strength provided the sample allows the test to conform to ASTM C90. The sampling shall be done at manufacturer’s casting yard and testing results shall be pre-approved before shipment. The Engineer will approve the sample selections for the coupon tests. Coupons shall be cut from the two sides or the back of block (not the front split face) with maximum two original concrete surfaces. The average compressive strength of three tests from three randomly selected blocks, with load applied in the bearing direction shall be equal to or greater than 4500 psi with the minimum of 4000 psi for individual tests in accordance with ASTM C90 and ASTM C140. For the water absorption rate test, a minimum of two coupons shall be prepared and marked for each block, one coupon for successfully conducting the supplier’s tests and one spared for future Engineer’s test. The spared coupons from the three tests shall be labeled and delivered to the Engineer with the certification. The minimum oven dry density of concrete coupons shall be 125 pcf with a maximum water absorption rate by weight of 6 percent as determined by ASTM C140. Coupons shall be cut from relatively the same

Page 170: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

location of each block and prepared with uniform workmanship. Each individual sample must test within 12 percent of the average of the three. (h) Efflorescence and Freeze and Thaw Test. The block shall be visually efflorescence free. Efflorescence control agent shall be used in concrete mix design. An independent laboratory shall provide reports and certifications using one of the following tests in accordance with ASTM C1262 using tap water or 3 percent saline solution and ASTM C1372 as appropriate: (1) Test results for freeze and thaw durability shall be graphed and supplied with test data points at a maximum of every 50 cycles up to 300 cycles to confirm that blocks with concrete additives alone can survive 150 cycles with weight loss for each of 4 of the five samples not exceeding 0.75 percent and for 300 cycles not exceeding 1.5 percent of the initial weight in a tap water solution. (2) Test results for freeze and thaw durability shall be graphed and supplied with test data points at a maximum of every 30 cycles up to 120 cycles to confirm that blocks with concrete additives alone can survive 60 cycles with weight loss for each of 4 of the five samples not exceeding 0.75 percent and for 120 cycles not exceeding 1.5 percent of the initial weight in a 3 percent saline solution. A project specific freeze and thaw durability test shall be required for walls meeting one of the following requirements: (1) Projects with a total facing area greater than 6000 square feet, as calculated in subsection 504.20, item (1). Wall construction may begin when acceptable freeze and thaw durability test results of units made with the same material, concrete mix design, manufacturing process, and curing method, conducted not more than 12 months prior to delivery until the test results of the actual blocks used in the wall can be obtained and submitted. The test results shall be submitted within one week of being recorded. The frequency of the freeze and thaw durability test shall be a minimum of one test every 6000 square foot of facing, as calculated in subsection 504.20, item (1). For walls not requiring a project specific freeze and thaw durability test, the Contractor shall submit a certification letter from the facing manufacturer. The certification letter shall include acceptable freeze and thaw durability test results conducted not more than 12 months prior to delivery, that meet the requirements of subsection 07 (h) –(1) or (2) above. The Certification shall be for units made with the same material, concrete mix design, manufacturing process, and curing method. The Engineer shall be allowed access to the manufacturer's facilities and records to verify that the mix design used in the certified freeze and thaw durability test results is the same as the mix design used for the actual blocks used in the project.

Page 171: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

(i) Submittal Checklist. The Contractor shall submit the dry cast facing or blocked faced MSE Wall Submittal Checklist, Form 1401, with the Certifications, Calculations and Testing Report submittal package included with the shop drawing submittal. 514.07 Conditions to Waive the Block-Reinforcement Connection Testing Reports. Unless otherwise noted on the plans the Contractor’s Professional Engineer seal requirement for the Facial Block to Reinforcement Long-Term Connection Strength certified test report required by subsection 504.07(e) may be waived if the following conditions are met: (1) Large block MSE wall system without reinforcement that meets the internal, external, and global stability requirements. (2) For Geosynthetic Reinforced Soil (GRS) wall, every block shall be connected by friction with either a main or a secondary reinforcement starting at 2 inches maximum from the front face of block. (3) The spacing for main reinforcement is two blocks maximum or 16 inches, whichever is less. (4) The secondary reinforcement shall be applied in between the main reinforcement. The same grade of material as used for main reinforcement shall be used for the secondary reinforcement: however only a minimum of 48 inches total length measured from the face of block is required. (5) Aggregate filled cells shall be filled with ¼ inch aggregate. In lieu of aggregate filled cells, the cells in the top four blocks of the wall may be doweled with steel or fiberglass bars and grouted with cement. Punched or poked holes through fabric reinforcement are allowed to accommodate grout and dowel bars. 504.08 Hybrid or Large Block MSE Wall Systems. A hybrid system is one which combines elements of both externally and internally stabilized systems. An externally stabilized system uses a physical structure to hold the retained soil. The stabilizing forces of this system are mobilized either through the weight of a shape stable structure or through the restraints provided by the embedment of wall into the soil. An internally stabilized system involves reinforced soils to retain fills and sustain loads. Reinforcement may be added to either the selected fills as earth walls or to the retained earth directly to form a more coherent stable slope. These reinforcements can either be layered reinforcements installed during the bottom-to-top construction of selected fills, or be driven piles or drilled caissons built into the retained soil. All this reinforcement must be oriented properly and extend beyond the potential failure mass.

Page 172: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Hybrid MSE wall systems may be used unless otherwise noted on the plans. Hybrid MSE wall systems are subject to the same design requirements for MSE walls and this specification. The shop drawings for Hybrid MSE wall system shall include a combination of design calculations and appropriate test results to demonstrate that it meets or exceeds the block facing system. Each unit in the hybrid MSE wall system shall have a facing area of 3.5 square feet and be stabilized by a counterfort. Hybrid MSE wall facing units shall be factory made with Class B Concrete with the following additional requirements: (1) Minimum Cementitious Material Content: 610 lb./cu. yd. (2) No more than 50 percent fine aggregate (AASHTO M6) by volume of total aggregate. (3) Ambient temperature shall be a minimum of 40 F and rising when casting. (4) Hybrid MSE wall facing shall be cured in accordance with AASHTO M170. The following Certifications, Calculations and Testing Reports in subsection 504.07(c), (e), (g), and (h) are not required for Hybrid MSE wall systems. The facing to soil reinforcement connection test, subsection 504.07(b), may be waived only if the soil reinforcing spacing is less than or equal to 8 inches or the facing is secured and stabilized by hybrid components with primary reinforcement spacing less than 24 inches. The Contractor shall provide the following additional reports, certifications and calculations to accompany the shop drawing submittal for Hybrid MSE wall systems: The Contractor shall submit the dry cast facing MSE Wall Submittal Checklist, Form 1401, or the wet cast facing MSE Wall Submittal Checklist, Form 1402, with the Certifications, Calculations and Testing Report submittal package included with the shop drawing submittal. CONSTRUCTION REQUIREMENTS 504.09 Approval and Qualifications of MSE Wall Installer. The job site wall foreman shall have experience in construction of at least five transportation related MSE walls within the last three years. Transportation related MSE walls are walls that carry or are adjacent to vehicular traffic and are constructed with MSE reinforcement in the reinforced structure backfill zone. The foreman must have prior experience or adequate training on the products that the Contractor elects to use on the project. The resume and credentials of the foreman shall be submitted to the Engineer for approval prior to the pre-construction meeting. The foreman shall be on the site for 100 percent of the time during which the wall is being constructed. 504.10 Wall Test Segment. The wall test segment shall be the first segment of the wall constructed. The wall test segment shall be constructed in the presence of the Technical Representative and the Engineer and shall include construction of each of the 5 elements listed in subsection 504.12. The minimum length of the wall test segment

Page 173: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

shall be 40 feet or the full length of the wall if less than 40 feet. A wall test segment shall be constructed for the first wall constructed from each wall product used on the project. 504.11 Technical Representative of Wall Product Supplier. The Contractor shall arrange for a technical representative (Tech Rep) of the manufacturer of the wall products to be present during the construction of each wall test segment. If the wall products are supplied from different manufactures, a Tech Rep from each wall product shall be present. The Tech Rep shall be present for construction of the wall test segment and each of the following elements: (1) Placement of a minimum of the first two layers of primary soil reinforcement and backfill, (2) If obstructions (i.e. steel piles, concrete piers/abutments, concrete boxes, pipes, etc.) exist, placement of primary soil reinforcement and backfill at one of the obstructions, (3) Placement of a minimum of the first six courses of blocks or a minimum of a four foot wall height, (4) If a vertical slip joint is required, construction of the vertical slip joint in a minimum of a six course portion of block or a minimum of a four foot wall height, and (5) If corners are required, construction of a corner representative of the corners in the wall in the project in a minimum of a six course portion of block or a minimum of a four foot wall height. Before construction of the wall test segment the Tech Rep shall provide the Contractor and the Engineer the following: (1) Technical instructions as required in the construction of the earth retaining wall system. (2) Product specific specifications in the placement of the soil reinforcement and backfill in accordance with the wall system. (3) Guidelines in placing the facing units and attaching them to the soil reinforcement in accordance with the system requirements. (4) Provide technical assistance to the facing unit fabricator. At the completion of the wall test segment the Tech Rep shall provide the following: (1) Documentation that the wall test segment was constructed in accordance with the product specific specifications. This documentation shall include a location description (starting and ending stations and elevations) of the wall test segment.

Page 174: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

(2) Documentation that the job site wall foreman is familiar with the wall products used to construct the walls on the project. After completion of the wall test segment the Tech Rep shall be available whenever there is any special field condition such as change of geological condition, when there are equipment or personnel changes, or when requested by the Engineer. 504.12 Facial Block Quality Control, Placing Plan and Daily Placement Logs. Before the start of each wall construction, the Contractor shall provide a block-placing plan and shall supply daily placement logs to the Engineer weekly and at the completion of the wall. The daily placement log shall consist of an elevation view of the wall showing the dates, number of blocks placed, and the lot numbers of the blocks placed. The block quality control shall contain multiple submittals if required by subsection 504.07(g). Blocks shall be labeled with the manufacturer’s lot number for each pallet and corresponding certification with one set of random samples tested for each 6000 blocks. At least one certification with supporting test results is required for each wall. Test results shall be reviewed and pre-approved by the Engineer before shipment. The Engineer may conduct separate tests with the spared coupons from the original samples. Block testing shall be increased to one set of sampling for every 3000 blocks if the Engineer identifies substandard blocks or when block color or concrete mix changes. With the Engineer’s approval, block sampling may be reduced to one set of sampling for every 12,000 blocks after the first acceptable sampling results. The blocks used for Engineer’s verification purposes shall be a maximum of 0.5 percent of the total number of blocks. The Engineer will conduct block sampling as early as possible and acquire blocks regularly. However, when tests are not performed within 90 days of the sampling date, the blocks will be returned untested. The Contractor shall coordinate and mark the block and backfill placing sequence on the daily placement logs. The log serves as means for the Engineer to identify where each lot of blocks was placed. 504.13 Wall with Curved Alignments, and Tight Curved Corners. The Contractor shall provide a placement plan that shows curved layouts, special block or saw cut block dimensions, sequence of block placement, and construction off-sets as recommended by the manufacture. For tight curved corners, 8 foot radius or less, to avoid blocks with random cracks, the Contractor shall install stack bond blocks with vertical slip joints as shown on the shop drawings; however reinforcement spacing shall be reduced to one

block height, or other properly designed methods of block stabilization shall be used as approved by the Engineer. Short secondary reinforcements used to tied-back cut blocks in between main reinforcements are acceptable. A vertical slip joint for stress relief may be built either with pre-cut or partial pre-cut individual blocks or by saw cutting block face of breaking running bond vertically right after installation. 504.14 Excavation and Backfill. The base of the leveling pad shall receive the same compaction as cut areas required by subsection 203.07. The Contractor shall report to the Engineer in writing density test results for any unsatisfactory bearing material not meeting the minimum 90 percent compaction for walls less than 16 feet high and 95

Page 175: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

percent of T-180 for walls higher than 16 feet. If the excavation for the placement of the leveling pad exposes an unsatisfactory bearing material, the Engineer may require removal and replacement of that material. The removed material shall be replaced with Structure Backfill (Class 1) compacted in conformance with subsection 206.03. The Engineer with the assistance of the geotechnical engineer of record will provide the limits including the depth of removal. As directed by the Engineer, and if required, Structure Backfill (Class 1) shall be reinforced with soil reinforcements in conjunction with wick drains and outlet pipes. The Contractor shall grade the foundation for the bottom of the wall for a width equal to or exceeding the limits of the Reinforcement Length (RL) plus 18 inches as shown on the plans. This graded area shall be compacted with an appropriate vibratory roller weighing a minimum of 8 tons for at least five passes or as directed by the Engineer. For cut wall with continuous seepage, phasing of foundation construction or a different drainage and foundation improvement plan may be necessary. Each compacted layer of backfill within a distance equal to the reinforcement spacing away from the back of the block shall not exceed 4 inches. The triangular or trapezoidal portion behind the concrete blocks and above the spill of backfill, as shown on the plans, shall be filled with ⅜+ inch crushed rock, filter aggregates with filter fabric, or wall system specific fill as approved by the Engineer. Density tests behind and parallel to the wall in the triangular or trapezoidal portion above the backfill spill zone are not required. Each compacted layer of backfill shall not exceed 8 inches and shall be roughly leveled with the top of block elevation of the lift. The fill and compaction operation shall start 3 feet from the wall back face and progress toward the end of the reinforcement. All Structure Backfill (Special) including fill material under the wall and on-site material as allowed under subsection 504.03 shall be compacted to a density of at least 95 percent of the maximum density as determined according to AASHTO T 180. For on-site foundation material containing more than 30 percent retained on the ¾ inch sieve, a method of compaction consisting of a conventional heavy vibratory roller starting with minimum 5 passes shall be used to establish the number of passes required to exceed the 95% T180 density requirement. At least 6 inches of material shall be in place prior to operation of tracked vehicles over soil with reinforcement. Only power operated roller or plate compaction equipment weighing less than 1,000 pounds is allowed within 3 feet of the front face of the wall. The reinforcement shall not be connected to the wall until the compacted fill is at or slightly higher than the location of the connector. Backfill containing frost or frozen lumps shall not be used. Backfill that has been placed and becomes frozen shall be removed and replaced at the Contractor's expense. If cold weather conditions prevent the placement of Structure Backfill (Special), the Contractor may use Filter Material Class B as backfill without compaction at the Contractor’s expense and approved by the Engineer. The Contractor shall provide a test report,

Page 176: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

prepared and certified by an independent laboratory, that the internal friction angle of soil for the Filter Material Class B meets or exceeds that shown on the plans. The Contractor shall place additional blocks including partial height blocks and properly compacted fill material to return the finished grade to the plan elevations if settlement, as determined by the Engineer, has occurred. The Contractor shall provide immediate temporary storm water protection and wind erosion control at the end of each day during construction. If settlement occurs as the result of loss of backfill due to wind or water erosion, non conforming backfill such as frozen fill or over-saturated fill, or if the backfill does not meet compaction requirements, the Contractor shall remove the backfill, wash the soil reinforcement, and bring the elevation to the finished grade at the Contractor's expense. Before final project acceptance, the Contractor shall repair any backfill losses due to wind and water erosion. To avoid the foundation of the leveling pad being washed out by rain, the area in front of the wall and around the leveling pad shall be backfilled as soon as practicable. 504.15 Reinforcement. Geosynthetic reinforcement shall be slightly pre-tensioned. The minimum coverage ratio for geogrid reinforcement shall be 67 percent and the spaces between rolls shall be staggered between layers of soil reinforcement. The minimum coverage ratio for woven fabric reinforcement shall be 100 percent and an overlap between rolls is not required. Woven fabric sheet reinforcement shall be laid to within 1inch of the front face of block. Soil reinforcement shall not be cut to avoid obstructions unless shown on the shop drawings. 504.16 Leveling Pad. The foundation of the leveling pads shall meet the requirements of subsection 504.14. The leveling pad shall be level within the tolerance of 1/16 inch for any two block lengths, and within ¼ inch for any two points that are 10 feet apart. Cushion or shimming material (Expansion Joint Material, Concrete Mortar Grout, Roofing Felt, or Geosynthetic Reinforcement) shall be used to support the blocks that are to be directly founded on the leveling pad. Before starting a new course of blocks, the Contractor shall take measures to ensure that the wall elevations will be matched at the next leveling pad step. Cushion or shimming material or grinding as necessary shall be used to obtain the necessary block elevations at the next leveling pad step. 504.17 Block Facing. For walls that support a roadway, the wall layout line at the leveling pad shall be set back and pre-measured with appropriate batter (5 to 8 percent) from the top of the blocks according to the offset with respect to the centerline of the road. For walls adjacent to a roadway, the wall layout line at the leveling pad shall be directly offset from the centerline of the road. An overall negative batter (wall face leaning outward) between the bottom and the top of the wall is not allowed. For vertical walls, unless otherwise noted on the plans, the final wall face shall be vertical or shall have a positive batter that is not greater than 5 percent for construction control purposes. For walls higher than 16 feet, the 5 percent batter requirement shall be relaxed to a maximum of 8 percent as required for special block products. The surface

Page 177: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

of the wall face shall be tested with a 10 foot straightedge laid along the surface in the horizontal and vertical directions. Except as necessary for horizontal alignment of the wall, a convex deviation (wall belly) of the wall face from the straightedge shall not be allowed, and any concave deviation (wall depression) from the straightedge shall be less than ¾ inch. Unless otherwise noted, all blocks shall be dry-stacked and placed with each block spanning the joint in the row below (running bond). Shimming or grinding shall control the elevations of any two adjacent blocks within 1/24 inch. The top of blocks shall be tested with a 3 foot or longer straight edge bubble level. All high points identified by the straight edge shall be ground flat. Tilting of the blocks, from front to back of the wall, shall be checked at each course, correction by shimming shall be done no later than three completed courses. For walls without a rail-anchoring slab, the top two courses, or a cast-in-place reinforced concrete cap course and the two courses directly below it, shall be pinned and internally grouted together with a minimum of two #4 rebars per block. The concrete block shall have cells to accommodate grouted pins and modifications shall be made for blocks that do not have such cells. Grout is limited to penetrate a maximum depth of three blocks measured from the top of fill for each operation. For grout more than three blocks in height, if specified on the plans, multiple grout operations are required. A layer of fabric shall retain the grout in the lowest grouted block layer. The aggregate for grout shall be modified according to cell size and geogrid aperture. Grout in any 20 foot long wall segment shall be placed and consolidated by a minimum of two simultaneously working concrete vibrators. Precast cap blocks shall not be used in lieu of a cast-in-place reinforced concrete cap. All concrete used for cast-in-place cap and grout shall have a minimum 28 day compression strength of 4500 psi. Where the Geomembrane for drainage interferes with the continuation of reinforcement, the blocks beyond the termination shall be reinforced or shimmed with the same grade of soil reinforcing material to maintain the reinforcing at the constant block elevation. Facing blocks shall have three coats of water resistant or repellant concrete sealer applied to the front face of the wall before the wall is opened to traffic. 504.18 Fill under Leveling Pad. For walls requiring fill under the planned elevation of the leveling pad, the Contractor may lower the elevation of the leveling pad as approved by the Engineer, except that the finished elevation at the top of the wall shall not be altered. As requested by the Contractor, and with the Engineer’s approval, the higher wall shall be redesigned with longer reinforcement length and revised reinforcement schedule. METHOD OF MEASUREMENT 504.19 Concrete Block retaining walls will not be measured for payment in the field, but will be paid for by the calculated quantities shown on the shop drawings for the four major components of the wall: structure excavation, structure backfill, block facing, and mechanical reinforcement of soil. The Contractor's construction of a system that

Page 178: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

requires increased or decreased quantities of any of the components to complete the wall to the dimensions shown will not result in a change in pay quantities. Exceptions will be made when field changes are ordered or when it is determined that there are discrepancies on the shop drawing in an amount of at least plus or minus five percent of the plan quantity. (1) The block facing quantity was calculated for the square foot of wall front face area from the top of the leveling pad (or average pad elevations) as shown on the plans to the top of the cast in place coping for walls without railing. (2) The structure excavation quantity was calculated for the total volume of earth to be removed before the installation of the reinforced zone as shown on the shop drawings. (3) The structure backfill quantity was calculated for the total volume behind the wall (the retained structure backfill zone) including the material in the reinforced zone as shown on the shop drawings. (4) The mechanical reinforcement of soil quantity was calculated for the total volume of the reinforced zone as shown on the shop drawings. The square foot and cubic yard quantities computed for payment are the wall plan and shop drawings quantities based on the height measured at 20 foot maximum intervals along the wall layout line. BASIS OF PAYMENT 504.20 The accepted quantities will be paid for at the contract unit price per unit of measurement for the pay items listed below: Payment will be made under: Pay Item Pay Unit Block Facing Square Foot Structure excavation will be paid for under the Section 206 Pay Item Structure Excavation. Structure backfill will be paid for under the Section 206 Pay Item Structure Backfill (Special). Soil reinforcement will be paid for under the Section 206 Pay Item Mechanical Reinforcement of Soil. Leveling pads at the bottom of wall will be measured and paid for separately under the Section 304 Pay Item Aggregate Base Class 6. Payment will be full compensation for all work and materials required to construct the concrete block facing MSE wall. Miscellaneous items such as, dual track welding of Geomembrane, drainage ditches, rundowns, filter material, filter fabric, grout, pins,

Page 179: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

shimming material, concrete block coating and providing a technical representative will not be measured and paid for separately but shall be included in the work. 504.21 Block Facing Payment Reductions. In this subsection, “block” refers to either a concrete block or a hybrid unit. (1) A dislocated block is where the edge of an individual block is offset outward more than ¼ inch or placed with a vertical joint more than ¼ inch from the edge of adjacent blocks. (2) A cracked block is an individual block with any visible crack visible in natural light from a distance equal to the wall height. (3) A corner knock-off is a block with any missing facial corners or any side longer than ½ inch at the corner. (4) Substandard blocks are concrete blocks installed in any wall segments that do not meet the certified values of compression strength, water absorption rate, or freeze/thaw cycles; substandard blocks include blocks actually in the wall for which the Contractor does not provide reports and certifications as required in subsection 504.07. In the completed wall, or completed portion of the wall, if the number of defective blocks (cracked blocks, corner knock-off blocks, dislocated blocks, efflorescence or cement blemished blocks and substandard blocks) and blocks failing the straightedge test exceeds 3 percent of the total number of blocks in any wall segment of 40 foot horizontal or arc length, a price reduction will be applied to that portion of the wall. The price reduction shall be 3 percent for each percent of defective blocks in this portion of the wall exceeding 3 percent. This percentage shall accumulate thereafter to a maximum reduction of 21 percent. For blocks subject to price reduction, if the defects are repairable or the overall quality of wall can be improved, with the consent from the Engineer, the Contractor may repair and reduce the percentage of price reduction. Finished wall facing profile either outside of acceptable zone or into negative batter and blocks not meet freeze and thaw requirement are not repairable, the non-repairable portion shall receive a 21 percent price reduction for each wall pay item. A walkthrough inspection will be made as requested by the Contractor before final payment.

Page 180: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

The overall payment reduction percentage shall be calculated by dividing the sum of all defective blocks by the total number of blocks in that portion of the wall. When this percentage exceeds 10 percent, the Engineer will reject the entire wall or portions thereof. The Contractor shall replace the rejected wall at his own expense.

SECTION 519 DRILLED-IN SOLDIER PILE AND SHOTCRETE PANEL WALL

Section 519 of the Special Provision is hereby revised for this project to include the following: DESCRIPTION 519.01 This work shall consist of furnishing and constructing drilled-in soldier pile and shotcrete panel walls in accordance with this special provision and with the lines, grades and dimensions shown on the contract drawings and per the shop drawings prepared by the Contractor. This item consists of furnishing materials for and constructing soldier pile retaining walls consisting of drilled-in steel H-piles with a CIP reinforced shotcrete face attached to front of piles unless required otherwise in the plans. The portion of the piles that will be embedded below the excavation are encased in structural concrete. Timber lagging is used for temporary support of excavations during construction. Provide CIP reinforced concrete coping as required. Work also includes removing and disposing off-site of all waste materials created during soldier pile wall construction. Design and construct soldier pile retaining walls based on actual elevations and wall dimensions in accordance with the contract and accepted submittals. Use a prequalified Contractor to construct soldier pile retaining walls. Define “soldier pile wall” as a soldier pile retaining wall. Define “facing” as a CIP reinforced shotcrete face. Define “pile” as a steel H-pile and “coping” as CIP concrete coping.

% of Defective

Blocks (x) in 40 foot section

x 3 3<x

4 4<x

5 5<x

6 6<x

7 7<x

8 8<x

9 9<x 10

x10

% of Price Reduction

for that section

0 3 6 9 12 15 18 21 Rejecti

on

Page 181: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

MATERIALS 519.02 Steel Soldier Pile Steel soldier pile shall conform to Section 502 of the CDOT Standard Specifications. Storing, transporting, and handling shall be performed in a manner to prevent bending stresses or other damage. 519.03 Concrete for Drilled in Soldier Piles Concrete used in the construction of drilled in soldier piles shall be Class BZ in accordance with Section 601. The contractor may elect to use Self Consolidating Concrete (SCC) Class BZ. 519.04 Shotcrete Panel Shotcrete shall conform to the requirements of Section 641 of the CDOT Standard Specifications. 519.05 Reinforcing Steel Reinforcing steel shall conform to the requirements of Section 602 of CDOT Standard Specifications. 519.06 Bearing Plates and Head Studs Bearing plates shall conform to AASHTO M183/ASTM A36. Headed studs on the bearing plate shall consist of headed studs and conform to requirements of Section 509.12 of the CDOT Standard Specifications. 519.07 Welded Wire Fabric Welded wire fabric shall conform to AASHTO M55, AASHTO M221, or ASTM A1064. 519.08 Wood Lagging Wood lagging shall have a thickness of at least 3 inches and a bending stress of at least 1,000 psi. 519.09 Wall Drainage Materials Geocomposite strip drains shall comply with Section 712.12. Underdrains and pipes shall comply with Sections 712.11 and 712.13. 519.10 Forms and Falsework Forms and falsework shall conform to the requirements of subsection 601.09 and 601.11 of the CDOT Standard Specifications. CONSTRUCTION REQUIREMENTS 519.11 Contractor Qualifications. The Contractor shall provide on-site foreman and drill operators with experience installing permanent soldier pile walls on at least 3 soldier pile and lagging wall projects during the past 3 years. The resume and credentials of the foreman and drill operator shall be submitted to the Engineer for approval prior to the pre-construction meeting. The foreman shall be on the site for 100 percent of the time during which the wall is being constructed. 519.12 Submittals. The Contractor shall submit their proposed drilled-in soldier pile and shotcrete panel wall installation plans to the Engineer for review and approval. The submission shall consist of details required to completely describe the retaining wall system and shall include the following:

Page 182: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

(1) Shop drawings for the drilled-in soldier pile and shotcrete panel wall shown on the contract drawings at least 2 weeks before beginning the work, which indicate at a minimum, the following: a. Grade and strengths of all construction materials used. b. Materials, details, arrangement, and method of construction of the proposed soldier pile, wood lagging and shotcrete panel retaining wall system. Show top of pile and lagging steps to maintain top of wall slopes and cantilever portions of reinforced shotcrete facing extending above the solder pile and lagging steps. c. Method for installing soldier piles, including pre-drilling procedures. Driven soldier piles are not permitted. d. Mix designs for structural concrete, and procedures for placing and verifying installation elevations of the structural concrete in accordance with the contract documents. e. Mix design for the cast in place concrete below ground in accordance with the contract documents. f. Mix design for the shotcrete in accordance with the contract documents. g. Attachment of blocks facing to the shotcrete panels. h. Details outlining additional grading to create a working platform (if needed). i. Sequence of construction. (2) Descriptive data and operating procedure for all equipment to be used. This shall include, at a minimum; machinery required to install soldier piles (including drilling procedures), shotcrete panels, soil excavation, placing fill, and remove obstructions. Submit all pertinent equipment data including sizes, weights, capacities, torques, and operating frequencies. (3) Review and approval of the above submittals for the drilled-in soldier pile by the Engineer will not relieve the Contractor from the responsibility for the adequacy of the construction of drilled-in soldier pile and shotcrete panel wall to achieve the required results. (4) Certificates of Compliance for: a. Bearing plates and studs b. H-Piles c. Steel reinforcements

Page 183: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

519.13 Preconstruction Meeting. Before starting soldier pile wall construction, hold a preconstruction meeting to discuss the construction and inspection of the soldier pile walls. If this meeting occurs before all soldier pile wall submittals have been accepted, additional preconstruction meetings may be required before beginning construction of soldier pile walls without accepted submittals. 519.14 General Construction Methods. (1) Install and maintain the drilled-in soldier pile and wood lagging in accordance with the design as shown on the contract drawings and on the accepted shop drawings, and in such a manner as to minimize movement, settlement, loss of ground, removal of fines from adjacent ground, and damage to or movement of adjacent structures or utilities. (2) Ensure no gaps or pockets occur between the retained fill and wood lagging. (3) Construct the initial shotcrete facing to the plan locations including cantilever portion above the steel soldier pile. (4) Construct the aesthetic facing by using either form liner or block to meet the aesthetic requirements. Blocks shall be permanently attached to the permanent initial shotcrete facing. 519.15 Drilled-in Soldier Pile and Wood Lagging Construction (1) Excavate or fill as needed to provide a suitable working pad at the proposed location where each soldier pile is to be installed, as shown on the plans. (2) Predrill holes for soldier pile installation. If needed use steel casing to prevent collapse of the hole. Diameter and depths of the pre-drilled holes shall meet the minimum dimensions shown on the contract documents. Prior to inserting the soldier pile, the Contractor shall make the necessary provisions to allow the Engineer or owner’s representative to sound each hole to assure that loose soil has been removed to the Engineer’s satisfaction. Once the design depth has been reached and loose soil removed from the bottom of the hole, the bottom of the hole shall be cleaned such that no more than 1 inch of loose/soft soil and no more than 6 inches of groundwater remains at the bottom. The soldier pile section shall then be lowered into the hole to the tip elevation specified on the contract drawings and centered as indicated on the drawings. Structural concrete shall be immediately tremied to the proposed elevation shown on the contract drawings. Fine sand is then to be placed from the top elevation of the structural concrete to the existing grade. If casing is used for the construction of the soldier pile excavation, remove the casing as concrete placement progresses and throughout concrete placement. The Contractor shall maintain the bottom of the casing at least 3 feet below the level of structural concrete. (3) After installation of the soldier piles, excavate along the proposed wall face in stages to the elevation shown on the contract drawings.

Page 184: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

(4) Allow no more than 5 feet of unsupported excavation prior to placing wood lagging. Install lagging as detailed in the contract drawings. (5) Fill any gap between the soldier pile and wood lagging and the retained fill with granular backfill. (6) If an excavation becomes unstable at any time, suspend soldier pile wall construction, and temporarily stabilize the excavation by immediately placing an earth berm up against the unstable excavation face. When this occurs, repair walls with an approved method and a revised soldier pile wall design or construction plan may be required. 519.16 Underdrain. The underdrain shall be installed in accordance with Section 605.03. The underdrain should be installed as part of the wall construction. If the underdrain is to be installed at a time after construction of the wall, the Contractor shall notify the Engineer to review any proposed excavation at the foot of the wall for stability. 519.17 Permanent Shotcrete Panel. The permanent shotcrete facing shall be installed in accordance with Section 641 of the CDOT Standard Specifications. Membrane curing compound shall not be used. Maturity meters shall be used to monitor all shotcrete in accordance with Subsection 641.05. (1) Attachment of Bearing Plate and Studs. Bearing plate and studs shall be attached to the H-Piles as shown on the plans. Bearing plates and headed studs shall be located within the tolerances shown on the Plans. (2) Shotcrete finish shall be either a gun finish from the nozzle or a rod, broom, wood float, rubber float, steel trowel or rough screeded finish as shown on the Plans. 519.18 Permanent Wall Facing. The permanent wall facing shall be installed using either form liners or blocks matching the aesthetic requirements as shown on the plans. If blocks are used, they shall be permanently attached to the shotcrete panels. 519.19 Wall Drainage Systems. All elements of the wall drainage network shall be installed and secured as shown on the plans. The drainage network shall consist of installing geocomposite strip drains, PVC connection pipes, wall footing drains, and weepholes as shown on the plans. Exclusive of the wall footing drains, all elements of the drainage network in the current lift shall be installed prior to shotcreting. (a) Geocomposite Strip Drains. Geocomposite strip drains shall be centered between the soldier piles as shown on the Plans. The strip drains shall be at least 12 inches wide and placed with the geotextile side in contact with the timber lagging. The strips shall be secured to the timber lagging face and shotcrete shall be prevented from contaminating the geotextile. Strip drains shall be vertically continuous. Splices shall be made with a 12-inch minimum overlap such that the flow of water is not impeded. Drain plate and connector pipe shall be installed at the base of each strip as shown on

Page 185: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

the plans. Damage to the geocomposite strip drain which may interrupt the flow of water shall be repaired. (b) Underdrains. Underdrains shall collect groundwater from the drainage network and be installed at the bottom of each wall as shown on the plans. The drainage geotextile shall envelope the footing drain aggregate and pipe and conform to the dimensions of the trench. The drainage geotextile shall overlap on top of the drainage aggregate as shown on the plans. Damaged or defective drainage geotextile shall be repaired or replaced. 519.20 Construction Tolerances (1) Ensure the drilled-in soldier pile is within 1 inches of plan position. The drilled-in soldier piles shall not have negative batter. (2) Ensure the vertical alignment of soldier pile excavation does not vary from the plan alignment by more than 1/4 inch per foot. (3) Soldier pile excavations and completed soldier piles not constructed within the required tolerances will be considered unacceptable. Correct all unacceptable excavations and completed soldier piles to the Engineer’s satisfaction. Furnish materials and work necessary, including engineering analysis and redesign, to complete corrections for out of tolerance excavations (without either cost to the owner or an extension of the completion dates of the project). (4) Shotcrete panels tolerances from plan locations and plan dimensions shall be as shown in Table 519-1.

Page 186: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Table 519-1 SHOTCRETE PANELS TOLERANCES

METHOD OF MEASUREMENT 519.21 Drilled-in Soldier Pile and Shotcrete Panel Wall will not be measured for payment in the field, but will be paid for by the calculated quantities shown on the contract drawings. The Contractor's construction of a system that requires increased or decreased quantities of any of the components to complete the wall to the dimensions shown will not result in a change in pay quantities. Exceptions will be made when field changes are ordered or when it is determined that there are discrepancies on the shop drawing in an amount of at least plus or minus five percent of the plan quantity. (1) The soldier piles and the drilled-in pile quantity was calculated for the linear feet from the finished tip elevation to the top of the soldier pile elevation, as shown on the contract drawings. (2) The structural concrete (wall) quantity was calculated for total volume of the drilled-in pile from the top of the concrete encasement to the bottom of the drilled-in pile, as shown on the contract drawings. (3) Initial shotcrete facing and final facing, facing (special) quantity was calculated for total area of wall facing shown on contract drawings. (4) The wall underdrain quantity was calculated for the liner feet along the front face of the walls as shown on the on the contract drawings.

Item Tolerance

Horizontal location of welded wire mesh, reinforcing bars, and headed studs measured

horizontally from wall face 3/8 in.

Location of headed-studs on bearing plate 1/4 in.

Spacing between reinforcing bars 1 in.

Reinforcing lap length 1 in.

Thickness of shotcrete, if troweled or screeded 9/16 in. [approximation of 0.6 in.]

Thickness of shotcrete, if left as shot 1-1/8 in. [approximation of 1.2 in.]

Planeness of finish face surface, gap under 10-ft straightedge, if troweled or screeded

9/16 in. [approximation of 0.6 in.]

Planeness of finish face surface, gap under 10-ft straightedge, if left as shot

1-1/8 in. [approximation of 1.2 in.]

Page 187: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BASIS OF PAYMENT 504.22 The accepted quantities will be paid for at the contract unit price per unit of measurement for the pay items listed below: Payment will be made under: Pay Item Pay Unit Steel H-Piles Per Linear Foot Caisson (Special) Per Linear Foot Structural Concrete (Wall) Per Cubic Yard Initial Shotcrete Facing Per Square Feet Facing (Special) Per Square Feet Wall Underdrain Per Linear Foot Payment for Drilled-In Soldier Pile and Shotcrete Panel Wall will be full compensation for all work and materials required to complete the wall. This work shall include but is not limited to drilling caissons, H-Piles, structural concrete, initial shotcrete, final facing, certificates of compliance, and incidentals necessary to acceptably fabricate and construct the drilled-in soldier pile and shotcrete panel wall. Timber lagging, wall facing reinforcement, bearing plates, and head studs shall not be paid for separately and the quantity and cost is incidental to the initial shotcrete facing.

REVISION OF SECTION 604 MANHOLES, INLETS AND METER VAULTS

Section 604 of the Standard Specifications is hereby revised as follows: Subsection 604.02 Materials shall include the following: The structure sizes shown on the plans for all inlets and manholes are based on the use of a cast-in-place structure. Precast structures are allowed for non-special structures, Manhole (Special), and the Inlet (Special) structure, in conformance with the provisions of subsection 604.04. Subsection 604.04(b) Manholes shall include the following: The Contractor shall ensure that all rims match the proposed grades, for both precast and cast-in-place inlets and manholes. If field conditions are not as anticipated, required modifications to all precast structures shall be at the Contractor’s expense.

Page 188: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

The Contractor shall set all manhole rings and covers 1/4 inch below the finished grade of the paved surface to match cross slope and profile. The final adjustment shall be made prior to the top lift of pavement being placed. Subsection 604.04(c) Inlets shall include the following: Precast inlets are allowed. The Contractor shall ensure that all tops, rims and gutter sections shall be cast-in-place to match road profile, cross-section, and field conditions. The Contractor shall verify field conditions prior to ordering precast structures; any required modifications to precast structures will be at the Contractor’s expense. Inlet Type D (Special) shall be constructed as shown in the details and other information provided in the plans. Nyloplast inlets behind retaining walls will be constructed per the details in the plans in the locations as shown and paid for as Inlet (Special). Manhole (Special) shall be a Hydrodynamic Separator (HDS) system selected by the contractor to meet the following allowable hydraulic criteria for this project. The selected HDS shall incorporate a continuous deflective separation technology, system screens, separate and trap debris, sediment, and oil and grease from stormwater runoff. Indirect screening shall be provided and have the capability to allow for 100% removal of floatables and neutrally buoyant material without binding. Flow and screening controls shall physically separate captured solids and minimize the re-suspension and release of previously trapped pollutants. The selected HDS unit shall include a general operation procedure where the stormwater enters a diversion chamber where a diversion weir guides the flow into the unit’s separation chamber and pollutants are removed from the flow. All flows up to the system’s treatment design capacity enter the separation chamber and are treated. Swirl concentration and screen deflection force floatables and solids to the center of the separation chamber where 100% of floatables and neutrally buoyant debris larger than the screen apertures are trapped. Stormwater then moves through the separation screen, under the oil baffle and exits the system. The separation screen shall remain clog free due to continuous deflection. During flow events exceeding the treatment design capacity, the diversion weir shall bypass excessive flows around the separation chamber, so captured pollutants are retained in the separation cylinder. The HDS at Fontanero Street shall accommodate the water quality storm flow event of 7.6 cubic feet per second (c.f.s). Flows exceeding the water quality design flow at the selected HDS unit shall be conveyed through the unit itself to accommodate bypass the major storm flow event of 46.2 c.f.s. No diversions or additional pipe and manholes are required to bypass the major storm event with this project. The HDS at Water Street shall accommodate the water quality storm flow event of 2.3 cubic feet per second (c.f.s). Flows exceeding the water quality design flow at the

Page 189: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

selected HDS unit shall be conveyed through the unit itself to accommodate bypass the major storm flow event of 56.3 c.f.s. No diversions or additional pipe and manholes are required to bypass the major storm event with this project. The Contractor shall be responsible for selecting and submitting a proposed HDS unit design meeting the required hydraulic criteria to the City of Colorado Springs for review and written approval a minimum of two weeks prior to ordering the proposed HDS unit. Modify manhole M-604-20 paid for as Modify Manhole. Modify inlet see plans Manholes, Inlets and Meter Vaults Items will be measured and paid for per the CDOT Standard Specifications and as noted is this project specification. Payment will be made under: Pay Item Pay Unit Inlet Type D (Special) Each Inlet (Special) Each Manhole (Special) Each Modify Manhole Each Modify Inlet Each All labor and materials necessary to construct inlets and manholes shall be included in the cost of work. If the use of precast inlets and manholes requires an increase in the structure size denoted on the plans, the cost associated with an increase in structure size due to the use of precast structures shall be included in the work.

REVISION OF SECTION 606 GUARDRAIL

Section 606 of Standard Specification is hereby revised for this project as follows: Subsection 606.01 shall be revised to include the following: 7’ posts for restrictive roadside installation is anticipated in areas noted by the typical sections.

REVISION OF SECTION 607

FENCE

Section 607 of the Standard Specifications is hereby revised as follows: Subsection 607.03 shall include the following:

Page 190: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Construction of Wire fence shall be built per CDOT Standard Plan M-607-1 with metal posts. The Contractor shall submit details for fence to the engineer prior to work. Fence may not be installed until fence detail is approved.

REVISION OF SECTION 610 MEDIAN COVER MATERIAL

Section 610 of the Standard Specifications is hereby revised as follows: Subsection 610.02 shall be revised to include the following: Median Cover Material (Concrete) shall be colored concrete in the roundabout median areas in locations shown on the plans. Stone for Median Cover Material (Stone) shall be Cimarron Granite 1-1/2". Stone is available from C&C Sand and Stone or approved equal. A sample shall be submitted in advance to the Engineer for approval. Color for Median Cover Material (Concrete) shall be colored L.M. Scofield Company “Santa Barbra Brown, C-35”, Davis Color company, Pigment No. 678, 5 lbs/sack, or approved equal, per City of Colorado Springs Standard Drawings, Patterned Concrete Median Paving, dated April 1993. A sample shall be submitted in advance to the Engineer for approval. Subsection 610.03 shall include the following: The Contractor shall excavate as necessary to install median cover material as follows: Median Cover Material (Stone) shall be placed over weed barrier fabric to a uniform depth of 4 inches in areas indicated on the plans or as designated.

REVISION OF SECTION 613 LIGHTING

Section 613 of the Standard Specifications is hereby revised for this project as follows. Subsection 613.02(a) shall include the following: Light standard foundations shall be Screw-In Base type per Colorado Springs Utilities Electric Distribution Construction Standards. Subsection 613.02(e) shall be replaced with the following:

Page 191: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Luminaire. A complete luminaire includes the housing, lens, Light Emitting Diode (LED) luminaire, luminaire housing, driver or power generator, slip-fitting clamp or approved manufacturer mounting, all necessary internal wiring, and photoelectric control. Luminaires (Wall Type) (LED) shall be Holophane Wallpack LED model W4GLED 10C700 40K T3M MVOLT SPD PE LWG BZSDP or approved equal. Subsection 613.02(o) shall be added as follows: Pull Box. Pull boxes shall meet the standards of Colorado Springs Utilities. Subsection 613.14 shall include the following: Pay Item Pay Unit Luminaire (Wall Type) (LED) Each Pull Box (13”x24”x18”) Deep Each Pull Box (Surface Mounted) Each

SECTION 621 DETOUR PAVEMENT

Section 621 is hereby added to the Standard Specifications for this project and shall include the following: Subsection 621.01 shall include the following: This work consists of constructing detour pavement as shown on the plans. Subsection 621.02 shall include the following: The Contractor shall be responsible for quality control required ensuring adequate quality of materials incorporated into the production Hot Mix Asphalt or Portland Cement Concrete used in the detour pavement. Subsection 621.03 shall include the following: Detour pavement construction shall include grading, sawing existing pavement and pavement appurtenances, embankment and/or excavation material, irrigation removal and replacement, capping inlets, planing, and other items of work necessary for the construction of detour pavement. The removal of the Detour Pavement shall be accomplished in accordance with the applicable sub-sections of Section 202. The Contractor shall construct temporary ditches, temporary culvert pipe, and maintain existing and new storm sewer necessary for the control of storm drainage, including maintaining existing and new inlets. The Contractor shall remove the detour pavement when it is no longer needed to maintain traffic.

Page 192: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

The Contractor shall be responsible for ensuring all embankment construction for Detour Pavement is constructed in accordance with applicable portions of City of Colorado Springs Specifications and/or CDOT specifications. The Contractor shall provide smooth pavement transitions between new and existing roadways. Transverse joints between new and existing pavement shall be constructed with Hot Mix Asphalt or as approved. Grade differences shall not exceed 4 percent break-over. Transverse joint tapers shall be 20’ horizontal to 1” vertical or flatter. Longitudinal joints which have a vertical drop-off shall be tapered with Hot Mix Asphalt. Tapers shall be 8 horizontal to 1 vertical or flatter. Detour pavement design is indicated in the plans. All necessary signs, pavement markings and other traffic control devices shall be provided in accordance with the traffic control plan. The Contractor shall have a maintenance plan for all hours of the day (7 days a week) for executing a long term patch of damaged detour pavement, and have forces available to perform this work within 2 hours of notice of such damage. The Contractor shall also be responsible for snow removal of detour pavement. The Contractor shall designate a person to be “on call” during all non-working hours, including no work periods as a point of contact for this work.

SECTION 621 DETOUR PAVEMENT

If the Engineer determines that the detour has deteriorated to the point where safety of the traveling public is compromised (i.e., potholes), the lane(s) in question shall be closed and the contractor shall be directed to execute their maintenance plan. If the Contractor is unresponsive to this order by the Engineer, City maintenance forces will be mobilized to close the lane and maintain the closure until such time as the Contractor is available to perform this work. City Maintenance forces will be responsible for the lane closure only, and only until such time as the contractor arrives on site and relieves them. City Maintenance will not be responsible for repair of any of the contract installed detour. All time and expense for City Maintenance work will be tracked by the engineer, and deducted from money due to the contractor. Any lane closures that are required outside of the allowable lane closure hours will be charged as 'working time violation' as established in this contract. Subsection 621.04 shall include the following: The Contractor shall maintain the detour for the entire period that it is open to traffic. Any distress that affects the ride, safety or serviceability of the detour roadway shall be corrected immediately at the Contractor’s expense as directed by the Engineer.

Page 193: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

REVISION OF SECTION 624 DETOUR DRAINAGE PIPE

Section 624 of the Standard Specifications and Supplemental Specifications is hereby revised for this project as follows: Subsection 624.03 shall include the following: The Contractor shall construct, maintain and remove any detour drainage pipe. The pipes may be new or used and shall remain the property of the Contractor. Subsection 624.04 shall include the following: Detour Drainage Pipe will not be measured and shall be included in the work for detour pavement. UTILITIES Known utilities within the limits of this project are:

UTILITY COMPANY ADDRESS CONTACT NAME EMAIL TELEPHONE

CenturyLink 308 E. Pikes Peak Ave Colorado Springs, CO 80903

Patti Moore [email protected]

719-636-6096

CenturyLink (Terra Technologies) 1760 Topaz Drive Colorado Springs, CO 80537

Danny McKeon [email protected]

630-267-6711

Colorado Springs School District 11 (Billie & Kuhn) 2875 Akers Drive Colorado Springs, CO 80922

Gabe Eacker [email protected]

719-331-8492

Colorado Springs Utilities (High Pressure Gas) 111 South Cascade Ave PO Box 1103 Mail Code 1025 Colorado Springs, CO 80947-1025

Gibran Chaves [email protected]

719-668-3568

Colorado Springs Utilities (Elec/Gas) 111 South Hancock Expwy Mail Code 1812 Colorado Springs, CO 80903

Aaron Mead [email protected]

719-668-7455

Colorado Springs Utilities (Water/Wastewater) 111 South Hancock Expwy Colorado Springs, CO 80903

Adam Baker [email protected]

719-668-4787

Comcast Todd Bell 719-442-4733

Page 194: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

8000 E Iliff Ave Denver, CO 80231

[email protected]

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. All new underground facilities, including laterals up to the structure or building being served, installed as part of this project must be electronically locatable when installed, in compliance with Colorado Revised Statutes, Title 9, Article 1.5. PART 1 - CONTRACTOR SHALL PERFORM THE WORK LISTED BELOW: Coordinate project construction with performance by the utility owner of each utility work element listed in Part 2 below. Perform preparatory work specified in Part 2 for each utility work element. Provide an accurate construction schedule that includes all utility work elements to the owner of each impacted utility. Provide each utility owner with periodic updates to the schedule. Conduct necessary utility coordination meetings, and provide other necessary accommodations as directed by the Engineer. Notify each utility owner in writing, with a copy to the Engineer, prior to the time each utility work element is to be performed by the utility owner. Provide notice, as specified in Part 2, immediately prior to the time the utility work must begin to meet the project schedule. Provide traffic control, as directed by the Engineer, for any utility work performed by the utility owner within the project limits expected to be coordinated with construction. However, traffic control for utility work outside of typical project work hours shall be the responsibility of the utility owner. Perform each utility work element for every utility owner listed in Part 1. Notify each utility owner in advance of any work being done by the Contractor to its facility, so that the utility owner can coordinate its inspections for final acceptance of the work with the Engineer. Obtain written acceptance from the utility owner for work performed by Contractor. Request and receive utility locates prior to commencing any type of excavation. Based upon these locates, guardrail and other improvements may need to be adjusted as directed by the Engineer to avoid a utility. Hand digging, non-invasive installations, along with test holing, may be required if a utility is within 5 feet of a proposed guardrail post location. ALL UTILITY COMPANIES The Contractor will contact each utility company a minimum of 2 business days, unless otherwise noted, prior to working in the utility company’s area so that the utility company can provide an inspector and/or complete any necessary adjustments or relocations.

Page 195: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

If a need for utility work by either the Contractor or a utility company arises, the following shall apply: The Contractor shall be responsible for coordinating the adjustment of utilities on this project. The Contractor shall keep each utility company advised of any work being performed in the vicinity of their facilities, so that each utility company can coordinate any needed locates, adjustments or inspections. Contractor shall provide the appropriate utility company ample notice, but not less than two (2) working days, prior to commencing activities in the vicinity of their facilities. Any additional work performed by the Contractor on behalf of the impacted utility company shall not be paid for by the City of Colorado Springs, but shall be paid by the utility company requiring the work, unless otherwise agreed to in writing by the Engineer. COLORADO SPRINGS SCHOOL DISTRICT 11 FIBER Dillie & Kuhn shall be the School District’s representative during this project, and shall be the primary point of contact. Any reference to the School District shall mean to Dillie & Kuhn. The Contractor shall notify the School District’s representative four (4) weeks in advance of construction in the vicinity of the District’s buried fiber in 30th Street. The Contractor shall protect all relocated facilities in place during construction. The Contractor shall coordinate with the District for the relocation of the underground fiber optic cable in Fontanero Street, at approximately Sta. 307+00, due to the construction of the storm sewer system. The Contractor shall coordinate with the District for the relocation of the underground fiber optic cable in 30th Street, at approximately Sta. 101+75, due to the construction of the storm sewer manhole. The Contractor shall coordinate with the District for the relocation of the underground fiber optic cable along 30th Street, between Sta. 108+00 and Sta. 117+50, due to conflict with the proposed guardrail and inlet. CENTURYLINK The Contractor shall protect all relocated facilities in place during construction. The Contractor shall notify CenturyLink four (4) weeks in advance of construction in the vicinity of CenturyLink’s buried fiber and telephone lines in 30th Street. The Contractor shall coordinate with CenturyLink in the removal of the utility poles on the southwest and east sides of 30th Street and Water Street. The Contractor shall coordinate with CenturyLink for the relocation of their overhead telephone lines from the existing pole (to be removed by CenturyLink) on the southwest

Page 196: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

corner of Water Street to underground, which shall cross Water Street, at approximately Sta. 400+00, and continue northwest to the northwest corner of Water Street and 30th Street. The Contractor shall coordinate with CenturyLink to adjust, as needed, the underground telecommunication line in 30th Street, at approximately Sta. 142+50, as it conflicts with the proposed water line. The Contractor shall coordinate with CenturyLink adjust, as needed , the underground telecommunication line in 30th Street, between Sta. 142+50 and Sta. 144+70, as it conflicts with proposed guardrail. The Contractor shall coordinate with CenturyLink to encase and bury the existing pedestal along 30th Street, at approximately Sta. 144+55, as it conflicts with proposed fill. The Contractor shall coordinate with CenturyLink to adjust, as needed, the underground telecommunication line in 30th Street, at approximately Sta. 146+95, as it conflicts with the proposed storm sewer line. The Contractor shall coordinate with CenturyLink to protect in place the existing underground telecommunication line on 30th Street, at approximately Sta. 150+20, due to construction of the proposed storm sewer. The Contractor shall coordinate with CenturyLink to encase and bury the existing pedestal along 30th Street, at approximately Sta. 150+85, as it conflicts with proposed fill. The Contractor shall coordinate with CenturyLink to adjust, as needed, the underground telecommunication line in 30th Street, between Sta. 154+50 and Sta. 156+60, as it conflicts with the proposed storm sewer line. The Contractor shall coordinate with CenturyLink to protect in place the existing underground telecommunication line on 30th Street, at approximately Sta. 156+60, due to construction of the proposed storm sewer. The Contractor shall coordinate with CenturyLink to protect in place the existing underground telecommunication line on 30th Street, at approximately Sta. 160+35, due to removal of the existing fire hydrant. The Contractor shall coordinate with CenturyLink to adjust, as needed, the underground telecommunication line in 30th Street, at approximately Sta. 163+60, as it conflicts with a proposed inlet.

Page 197: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

The Contractor shall coordinate with CenturyLink to protect in place the existing underground telecommunication line on 30th Street, at approximately Sta. 164+05, due to construction of the proposed water main. COMCAST The Contractor shall notify Comcast four (4) weeks in advance of construction in the vicinity of the Chamber’s pond, and the pond outfall. The Contractor shall coordinate with Comcast for the removal of the existing pedestal in the vicinity of the creek adjacent to Chambers Way and 31st Street at the proposed pond spillway. COLORADO SPRINGS UTILITIES WATER (CSU) The Contractor shall coordinate inspections with CSU. The Contractor shall provide the utility owner written notice 5 days immediately prior to required inspections. The Contractor shall arrange for a Pre-Construction conference with CSU forces. The Contractor shall adjust existing CSU valves to final grade as shown in the plans. The adjustment of the existing water valves shall be to ¼” to ½” below final grade of the roadway surface. All work shall include all items necessary to complete the work, and materials necessary to provide a complete functional installation of the water valves. The Contractor shall protect all existing water services encountered during the installation of underground utilities, and the installation of surface improvements. The Contractor shall excavate at the existing water main crossings of the proposed storm sewer on Fontanero Street, at approximately Sta. 301+90 and Sta. 303+85, to determine the extent of the existing water main lowerings. The Contractor shall lower the existing water main beneath the proposed and existing storm sewer systems. The Contractor shall remove the existing fire hydrant and lateral on 30th Street, at approximately Sta. 101+90, due to the proposed storm sewer, and construct a new fire hydrant assembly at approximately Sta. 101+70. The Contractor shall coordinate with CSU for the protection of the existing water main/lateral crossings on 30th Street, south of Westmoor Drive, at approximately Sta. 105+15, Sta. 106+00, and Sta. 106+50. The Contractor shall also protect the water main in 30th Street at approximately Sta. 102+05, Sta. 103+50, and Sta. 104+95. The proposed storm sewer system will be constructed above or beneath the existing water mains, and the contractor shall place flow-fill between the springline of the proposed storm sewer and the springline of the existing water mains.

Page 198: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

The Contractor shall coordinate with CSU for the protection of the four (4) existing water mains crossing 30th Street at Water Street. The proposed storm sewer system will be constructed beneath the existing water mains, and the Contractor shall take great care to not disturb the existing water mains. The Contractor shall excavate at the existing water main crossing of the proposed storm sewer on 31st Street, south of Water Street, to determine the extent of the existing water main lowering. The Contractor shall lower the existing water main beneath the proposed storm sewer systems. The Contractor shall tap into the existing water main adjacent to the Chambers Pond for proposed irrigation service. The Contractor shall remove and/or abandon the existing 12” ductile iron pipe located in Gateway Road from 30th Street (Sta. 165+70/505+75) to Sta. 503+90, and replace with a 12” pvc pipe. If the existing 12” pipe is within 5’ of the proposed pipe, the Contractor shall remove the existing 12” pipe. If the existing 12” pipe is more than 5’ from the existing pipe, the Contractor shall abandon the existing 12” pipe with flow-fill per CSU requirements. The Contractor shall remove the existing 12” pipe in the vicinity of the proposed pedestrian box culvert. The Contractor shall protect the existing water main in Gateway Road, at Sta. 503+60, due to storm sewer crossing. The Contractor shall tap into the proposed water main in Gateway Road, at approximately Sta. 505+15, for proposed irrigation service. The Contractor shall excavate at approximately Sta. 169+50 and Sta. 170+00 to determine the location of the existing 20” steel sleeve. During the removal of the existing 12” ductile iron pipe from the sleeve, the Contractor shall note the condition of the existing sleeve and casing spacers, and coordinate with the Engineer and CSU regarding the suitability of reusing the existing sleeve and casing spacers. The existing sleeve shall remain in place if determined to be suitable. The Contractor shall remove and/or abandon the existing 12” permastrand and ductile iron pipe located in 30th Street, between Sta. 142+50 and Mesa Road (Sta. 203+45), and replace with a 12” pvc or ductile iron pipe. If the existing 12” pipe is within 5’ of the proposed pipe, the Contractor shall remove the existing 12” pipe. If the existing 12” pipe is more than 5’ from the existing pipe, the Contractor shall abandon the existing 12” pipe with flow-fill per CSU requirements. The Contractor shall remove all fire hydrants associated with the removal/abandonment of the existing 12” permastrand or ductile iron pipe as outlined above. Contractor shall coordinate with CSU to inspect the fire hydrants for potential reuse on the project.

Page 199: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

COLORADO SPRINGS UTILITIES WASTE WATER (CSU) The Contractor shall adjust existing CSU manholes to final grade as shown in the plans. The adjustment of the existing manholes shall be to ¼” to ½” below final grade of the roadway surface. All work shall include all items necessary to complete the work. The Contractor shall arrange for a Pre-Construction conference with CSU forces. The Contractor shall protect all existing sanitary sewer services encountered during the installation of underground utilities, and the installation of surface improvements. The Contractor shall bridge the existing sanitary sewer, and place flow fill between the existing sanitary sewer and the proposed storm sewer on 31st Street at approximately Sta. 300+35 for the proposed storm sewer crossing. The Contractor shall protect the existing sanitary sewer service on Fontanero Street, at approximately Sta. 306+25, for the proposed storm sewer crossing. The Contractor shall protect the existing sanitary sewer main at multiple crossings of the proposed storm sewer on 30th Street at approximately Sta. 102+00, Sta. 103+50, and Sta.105+00. The Contractor shall protect the existing sanitary sewer lateral on 30th Street, at approximately Sta. 103+40, for the proposed storm sewer crossing. The Contractor shall protect the existing sanitary sewer service on 30th Street, at approximately Sta. 105+60, for the proposed storm sewer crossing. The Contractor shall sleeve and bridge the existing sanitary sewer, and place flow fill between the existing sanitary sewer and the proposed storm sewer in the vicinity of the creek adjacent to Chambers Way and 31st Street at the proposed storm sewer crossing. The Contractor shall remove and replace the existing sanitary sewer on Gateway Road from 30th Street (Sta. 505+85) to the existing manhole in Gateway Road (Sta. 503+10). The replacement shall include the installation of a 12” steel sleeve beneath the proposed pedestrian box culvert and storm sewer crossing. COLORADO SPRINGS UTILITIES (CSU) – ELECTRIC DISTRIBUTION The Contractor shall call Colorado Springs Utilities (CSU) Inspections (QC) (719-449-5404) 48 hours prior to excavating in the vicinity or exposing CSU’s underground electric lines. CSU emergency number is (719-448- 4800). The Contractor shall protect in place all guy wires and utility poles in the vicinity of the work area.

Page 200: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

The Contractor shall take note of the areas of work in the vicinity of existing overhead utilities and traffic signals, and conduct operations in a safe manner to protect the existing facilities and Contractor’s equipment and work force. The Contractor shall coordinate with CSU to protect in place the existing underground electrical line along Water Street in the vicinity of the storm sewer crossing at approximately Sta. 400+40. The Contractor shall coordinate with CSU for the relocation of the electrical vault on Water Street, at approximately Sta. 400+95, due to conflict with the proposed curb and gutter. The Contractor shall protect in place the existing utility pole, at approximately Sta. 125+45. The Contractor shall coordinate with CSU to support the existing utility pole, at approximately Sta. 142+50, due to construction of the proposed water main. The Contractor shall coordinate with CSU for electrical service to the irrigation controller at the Chambers Pond. The Contractor shall protect in place the existing electrical vault on 30th Street at approximately Sta. 143+75. The Contractor shall coordinate with CSU for the adjustment of the existing underground electrical line on 30th Street, at approximately Sta. 146+90, due to proposed storm sewer. The Contractor shall coordinate with CSU for the adjustment of the existing electrical vault and transformer on 30th Street, at approximately Sta. 152+75, due to proposed fill. The Contractor shall coordinate with CSU to protect in place the existing underground electrical line in the open space/trail area west of 30th Street, at approximately Sta. 153+50, due to proposed storm sewer. The Contractor shall coordinate with CSU for the adjustment of the existing underground electrical line on 30th Street, at approximately Sta. 154+50, due to proposed storm sewer. The Contractor shall coordinate with CSU to protect in place the existing underground electrical line on 30th Street, at approximately Sta. 160+35, due to removal of the existing fire hydrant. The Contractor shall coordinate with CSU for the adjustment of the existing electrical vault on 30th Street, at approximately Sta. 161+00, due to proposed fill.

Page 201: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

The Contractor shall coordinate with CSU for the adjustment of the existing underground electrical line on 30th Street, at approximately Sta. 163+85, due to proposed storm sewer. The Contractor shall coordinate with CSU for the relocation of the existing underground electrical lines, and adjustment or relocation of the existing electrical vault and transformer on 30th Street at Gateway Road (north and south sides) due to conflicts with the proposed storm sewer, inlets, water main, and roundabout. The Contractor shall coordinate with CSU for the adjustment of the existing electrical vault on 30th Street, at approximately Sta. 170+20, due to proposed fill. The Contractor shall coordinate with CSU to protect in place the existing underground electrical line on 30th Street, at approximately Sta. 170+95, due to proposed storm sewer. The Contractor shall coordinate with CSU to protect in place the existing underground electrical line on 30th Street, at approximately Sta. 171+00, at the guide sign location. The Contractor shall coordinate with CSU for the adjustment of the existing electrical vault on 30th Street, at approximately Sta. 178+50, due to proposed fill. COLORADO SPRINGS UTILITIES (CSU) – GAS DISTRIBUTION The Contractor shall notify CSU, Energy Construction and Maintenance Department Quality Control 24 hours in advance at 668-3520 to schedule a gas standby prior to exposing the buried gas facilities within the project limits. The Contractor shall protect in place and adjust as needed CSU’s gas service lines during the construction. The Contractor shall coordinate with CSU during the abandonment of the existing gas line in Fontanero Street, between Sta. 300+10 and Sta. 307+20, during construction of the storm sewer system. The Contractor shall coordinate with CSU for the lowering of the existing gas line in Fontenaro Street, at approximately Sta. 305+05 due to construction of the storm sewer system. The Contractor shall coordinate with CSU to protect in place the existing gas line in 30th Street, at approximately Sta. 126+30, during construction of the storm sewer system. The Contractor shall coordinate with CSU for the lowering of the existing gas line in 31st Street, south of Water Street during construction of the storm sewer system.

Page 202: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

The Contractor shall coordinate with CSU for the lowering of the existing gas line in the vicinity of the creek adjacent to Chambers Way and 31st Street at the proposed storm sewer crossing. The Contractor shall coordinate with CSU with the relocation of the existing gas main within Gateway Road between Sta. 503+50 and 30th Street (Sta. 505+80). The Contractor shall coordinate with CSU to protect in place the existing gas line within Gateway Road, at Sta. 503+50 and Sta. 505+80, due to proposed storm sewer. The Contractor shall coordinate with CSU to protect in place the existing gas line in 30th Street, at approximately Sta. 203+10, during construction of the inlets, and water main. The Contractor shall coordinate with CSU for the lowering of the gas main at this location due to conflict with the proposed storm sewer. CITY OF COLORADO SPRINGS – STORM SEWER The Contractor shall remove the existing storm sewer in Fontanero Street, at approximately Sta. 300+50, due to the proposed storm sewer. The existing inlet shall be modified. The Contractor shall remove the existing storm sewer in Fontanero Street, at approximately Sta. 303+90, due to the proposed storm sewer. The existing inlets shall remain. The Contractor shall modify the existing inlet in 30th Street, at approximately Sta. 101+80, due to the new curb and gutter. The Contractor shall protect the existing storm sewer within 30th Street, at approximately Sta. 125+80, due to the proposed storm sewer. The Contractor shall protect the existing storm sewer along Water Street, at approximately Sta. 400+35, due to the proposed storm sewer. The Contractor shall remove the existing storm sewer within the parking lot exit onto Water Street, at approximately Sta. 398+30, due to the proposed storm sewer. The Contractor shall protect the existing storm sewer within 30th Street, at Gateway Road, that shall remain and tie into the proposed storm sewer. The Contractor shall remove the existing inlet and storm sewer in 30th Street, at approximately Sta. 165+10, due to the construction of the round-about. The Contractor shall modify the existing storm sewer inlet in 30th Street, at approximately Sta. 165+45, due to construction of the round-about.

Page 203: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

The Contractor shall remove the existing storm sewer within Gateway Road beyond the connection to the proposed storm sewer at approximately Sta. 165+45. The Contractor shall remove the existing inlet and cap the storm sewer at 30th Street and Mesa Road due to the construction of proposed storm sewer. CITY OF COLORADO SPRINGS – TRAFFIC The Contractor shall protect the existing traffic signal poles and overhead signals at 30th Street and Fontanero Street during the construction of the storm sewer and relocation of the fire hydrant. GARDEN OF THE GODS VISITOR’S CENTER The Contractor shall protect in place the existing lights at the north and south entrances to the Visitor’s Center parking lot. The Contractor shall protect in place the existing electrical feed and lighting of the existing pedestrian box culvert south of the Visitor’s Center’s north entrance. PART 2 - UTILITY OWNERS SHALL PERFORM THE WORK LISTED BELOW: Although the Contractor shall provide traffic control for utility work expected to be coordinated with construction, traffic control for utility work outside of typical project work hours or outside of project limits shall be the responsibility of the utility owner. The utility owner shall prepare and submit to the Engineer a Method of Handling Traffic for utility work to be performed outside typical project work hours or outside of project limits. The utility owner shall obtain acceptance of the Method of Handling Traffic from the Engineer prior to beginning the utility work to be performed outside typical project work hours or outside of project limits. This work will be performed by the utility owners as necessary to avoid conflicts with construction activities. New locations shall be as indicated in the plans. Utility owners shall comply with schedule requirements of the Contractor and make every effort not to impact the overall construction schedule. Unless otherwise approved by the Engineer, abandoned aboveground appurtenances such as pedestals shall be removed, and abandoned underground utilities and manholes/handholds shall be abandoned in place. Utility owners are responsible for obtaining all necessary permits from the City of Colorado Springs, as required. COLORADO SPRINGS SCHOOL DISTRICT 11 FIBER Dillie & Kuhn shall be the School District’s representative during this project, and shall be the primary point of contact. Any reference to the School District shall mean to Dillie & Kuhn.

Page 204: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

The District shall coordinate with the Contractor during the relocation of the underground fiber optic cable in 30th Street, at approximately Sta. 101+75, due to the construction of the storm sewer manhole. The District shall coordinate with the Contractor during the relocation of the underground fiber optic cable along 30th Street, between Sta. 108+50 and Sta. 117+50, due to conflict with the proposed guardrail and inlet. CENTURYLINK CenturyLink shall coordinate the construction schedule for the relocation of CenturyLink facilities to ensure conflicts with the Contractor’s work is mitigated. CenturyLink shall coordinate with the Contractor in the removal of the utility poles on the southwest and east sides of 30th Street and Water Street. CenturyLink shall coordinate with the Contractor during the relocation of their overhead telephone lines from the existing pole (to be removed by CenturyLink) on the southwest corner of Water Street to underground, which shall cross Water Street at approximately Sta. 400+00, and continue northwest to the northwest corner of Water Street and 30th Street. CenturyLink shall coordinate with the Contractor to adjust, as needed, the underground telecommunication line in 30th Street, between Sta. 142+50 and Sta. 144+30, as it conflicts with proposed guardrail. CenturyLink shall coordinate with the Contractor to adjust as needed the underground telecommunication line in 30th Street, at approximately Sta. 142+50, as it conflicts with the proposed water line. CenturyLink shall coordinate with the Contractor to encase and bury the existing pedestal along 30th Street, at approximately Sta. 144+55, as it conflicts with proposed fill. CenturyLink shall coordinate with the Contractor to adjust, as needed, the underground telecommunication line in 30th Street, at approximately Sta. 146+95, as it conflicts with the proposed storm sewer line. CenturyLink shall coordinate with the Contractor to encase and bury the existing pedestal along 30th Street, at approximately Sta. 150+85, as it conflicts with proposed fill. CenturyLink shall coordinate with the Contractor to adjust, as needed, the underground telecommunication line in 30th Street, between Sta. 154+50 and Sta. 156+60, as it conflicts with the proposed storm sewer line.

Page 205: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

CenturyLink shall coordinate with the Contractor to adjust, as needed, the underground telecommunication line in 30th Street, at approximately Sta. 163+60, as it conflicts with a proposed inlet. COMCAST Comcast shall coordinate with the Contractor during the removal of the existing pedestal in the vicinity of the creek adjacent to Chambers Way and 31st Street at the proposed pond spillway. COLORADO SPRINGS UTILITIES WATER AND WASTE WATER (CSU) CSU shall be responsive to the Contractor as needed during the coordination efforts of the project, and shall provide standby services as required. CSU shall provide timely inspection of the Contractor’s work associated with CSU’s facilities. CSU shall attend a Pre-Construction conference with the Contractor prior to Contractor’s work commencing. CSU shall inspect the existing fire hydrants, that are being removed, for potential re-use on the project. CSU shall inspect the existing sleeve and casing spacers of the existing 20” sleeve, at approximately Sta. 169+50 and Sta. 170+00, to assess the conditions of the sleeve and spacers. COLORADO SPRINGS UTILITIES ELECTRIC DISTRIBUTION (CSU) CSU shall coordinate with the Contractor for the relocation of the electrical vault on Water Street, at approximately Sta. 400+95, due to conflict with the proposed curb and gutter. CSU shall coordinate with the Contractor to support the existing utility pole, at approximately Sta. 142+50, due to construction of the proposed water main. CSU shall coordinate with the Contractor during the adjustment of the existing underground electrical line on 30th Street, at approximately Sta. 146+90, due to proposed storm sewer. CSU shall coordinate with the Contractor during the adjustment of the existing electrical vault and transformer on 30th Street, at approximately Sta. 152+75, due to proposed fill. CSU shall coordinate with the Contractor during the adjustment of the existing underground electrical line on 30th Street, at approximately Sta. 154+50, due to proposed storm sewer.

Page 206: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

CSU shall coordinate with the Contractor during the adjustment of the existing electrical vault on 30th Street, at approximately Sta. 161+00, due to proposed fill. CSU shall coordinate with the Contractor during the relocation of the existing underground electrical line on 30th Street, at approximately Sta. 163+85, due to proposed storm sewer. CSU shall coordinate with the Contractor during the relocation of the existing underground electrical lines, and adjustment or relocation of the existing electrical vault and transformer on 30th Street at Gateway Road (north and south sides) due to conflicts with the proposed storm sewer, inlets, water main, and roundabout. CSU shall coordinate with the Contractor during the adjustment of the existing electrical vault on 30th Street, at approximately Sta. 170+20, due to proposed fill. CSU shall coordinate with the Contractor during the adjustment of the existing electrical vault on 30th Street, at approximately Sta. 178+50, due to proposed fill. COLORADO SPRINGS UTILITIES GAS DISTRIBUTION (CSU) CSU shall adjust as needed CSU’s gas service lines during the construction. CSU shall coordinate with the Contractor with the abandonment of the existing gas main within Fontanero Street (north side) in the vicinity of the proposed storm sewer, approximately Sta. 300+10 to Sta. 307+20. CSU shall coordinate with the Contractor with the relocation of the existing gas main within Gateway Road between 30th Street (Sta. 505+80) and Sta. 503+50. CSU shall coordinate with the Contractor for the lowering of the existing gas main in 31st Street, south of Water Street, due to conflict with the proposed storm sewer. CSU shall coordinate with the Contractor for the lowering of the existing gas main adjacent to the creek, in the vicinity of 31st Street and Chambers Way, due to conflict with the proposed storm sewer. CSU shall coordinate with the Contractor for the lowering of the gas main along 30th Street, at approximately Sta. 203+10, due to potential conflicts with the proposed storm sewer. GENERAL: The Contractor shall comply with Article 1.5 of Title 9, CRS ("Excavation Requirements") when excavating or grading is planned in the area of underground utility facilities. The Contractor shall notify all affected utilities at least two (2) business days,

Page 207: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

not including the actual day of notice, prior to commencing such operations. The Contractor shall contact the Utility Notification Center of Colorado (UNCC) at phone no. 811 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 owner. Utility service laterals shall also be located prior to beginning excavation or grading. The location of utility facilities as shown on the plans, and herein described, are depicted on the utility plans in accordance with their achieved “Quality Levels” as defined in the American Society of Civil Engineers’ document ASCE 83, “Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data.” The locations of utility facilities as shown on the plan and profile sheets were obtained from the best available information. No warranty is made for the adequacy or accuracy of subsurface information provided. The Contractor shall cooperate with the utility owners in their relocation operations as provided in subsection 105.11 of the Standard Specifications for Road and Bridge Construction. No guarantee is made that utility conflicts will be resolved prior to construction activities and any delays resulting from utility relocation work shall be dealt with in accordance with subsection 108.08 of the Standard Specifications for Road and Bridge Construction as amended. All costs incidental to the foregoing requirements will not be paid for separately, but shall be included in the work. CDOT STANDARD SPECIAL PROVISIONS REVISION OF SECTION 107 PROJECT SAFETY MANAGEMENT PLAN Section 107 of the Standard Specifications is hereby revised for this project as follows: Subsection 107.06a shall include the following: (13) The safety plan should address issues including, but not limited to the following: Protocols for requiring symptomatic individuals to stay away from the project site. Protocols for identifying and protecting vulnerable individuals. Protocols on reporting of potential and confirmed infections to project and CDOT staff. Cleaning and sanitizing of devices and materials brought to the site for installation. Cleaning and sanitizing practices for equipment, work spaces, and sanitation facilities both for everyday situations and for a situation where a worker is found to have been

Page 208: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

infected by the pandemic virus. Provisions and protocols for washing hands or other means of hand sanitizing. The planned use of shift work to minimize interpersonal contact between crews. Task specific protocols that ensure people minimize contact and maximize social distancing while performing particular jobs. For example, rules for laborers to follow when forced to work in close quarters like tying steel on a structure, or installing pipe in a trench, or other similar operations. Protocols to ensure materials testers, inspectors and other project staff can perform their work while maintaining proper social distancing from contractor staff. This includes the exchange of necessary documents like load tickets, COC's, payroll information etc. Meeting arrangements, including techniques for remote meetings, and maintaining 6 feet minimum spacing if face-to-face meetings are unavoidable, and when trying to verbally communicate around loud machinery and operations. Protocol and plan for enforcement on who may access Field office and Material testing trailers to ensure social distancing is maintained. Protocols to ensure staff maintain social distancing while taking breaks from work activities, including the use of temporary lodging on remote jobs.

Supplemental PPE to be used during the pandemic.

REVISION OF SECTION 109

PROMPT PAYMENT

(LOCAL AGENCY) Section 109 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 109.06(e) and replace with the following: (e) Prompt Payment. The Contractor shall pay subcontractors and suppliers for all work which has been satisfactorily completed within seven calendar days after receiving payment for that work from the Local Public Agency (LPA). For the purpose of this section only, work shall be considered satisfactorily complete when the LPA has made payment for the work. The Contractor shall include in all subcontracts a provision that this requirement for prompt payment to subcontractors and suppliers must be included in all subcontracts at every tier. The Contractor shall ensure that all subcontractors and suppliers at every tier are promptly paid. If the Contractor or its subcontractors fail to comply with this provision, the Engineer will not authorize further progress payment for work performed directly by the Contractor or the noncompliant subcontractor until the required payments have been made. The Engineer will continue to authorize progress payments for work performed by compliant subcontractors.

Page 209: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Delete subsection 109.06(f)5 and replace with the following: 5. In determining whether satisfactory completion has been achieved, the Contractor may require the subcontractor to provide documentation such as certifications and releases, showing that all laborers, lower-tiered subcontractors, suppliers of material and equipment, and others involved in the subcontractor’s work have been paid in full. The Contractor may also require any documentation from the subcontractor that is required by the subcontract or by the Contract between the Contractor and the LPA or by law such as affidavits of wages paid, material acceptance certifications and releases from applicable governmental agencies to the extent that they relate to the subcontractor’s work. Delete subsection 109.06(f)8 and replace with the following: 8. If additional quantities of a particular item of work are required at a later date after final measurement has been made, the Contractor shall perform this work in accordance with Contract requirements and at unit bid prices. For this subsection only, satisfactory completion of all work described on CDOT Form No. 205 is when all tasks called for in the subcontract as amended by changes directed by the Engineer have been accomplished and documented as required by the LPA. The requirements stated above do not apply to retainage withheld by the LPA from monies earned by the Contractor. The LPA will continue to process the release of that retainage based upon the completion date of the project as defined in the Commencement and Completion of Work special provision. Delete subsection 109.06(f)9 and replace with the following: 9. If during the prosecution of the project a portion of the work is partially accepted in accordance with subsection 105.21(a), the Contractor shall release all subcontractors’ retainage on the portion of the partially accepted work performed by subcontractors. Prior to the LPA releasing the Contractor’s retainage on work that has been partially accepted in accordance with subsection 105.21(a), the Contractor shall submit to the Engineer a certified statement for each subcontractor that has participated in the partially accepted work. The statement shall certify that the subcontractor has been paid in full for its portion of the partially accepted work including release of the subcontractor’s retainage. The statement shall include the signature of a legally responsible official for the Contractor, and the signature of a legally responsible official for the subcontractor. Delete subsection 109.06(g) and replace with the following: (g) Good Cause Exception. If the Contractor has “good cause” to delay or withhold a subcontractor’s progress payment, the Contractor shall notify the LPA and the

Page 210: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

subcontractor in writing within seven calendar days after receiving payment from the LPA. The notification shall specify the amount being withheld and provide adequate justification for withholding the payment. The notice shall also clearly state what conditions the subcontractor must meet to receive payment. “Good cause” shall include but not be limited to the failure of the subcontractor to make timely submission of required paperwork. Delete subsection 109.06(h) and replace with the following: (h) Monthly Reporting. On a monthly basis, the Contractor shall submit the Form 1418, Monthly Payment Report, to the Engineer along with the project schedule updates, in accordance with subsections 108.03(g). Failure to submit a complete and accurate Form 1418 shall be grounds for CDOT to withhold subsequent payments or retainage from the Contractor.

REVISION OF SECTION 602 REINFORCING STEEL

DESCRIPTION 602.1 This work consists of furnishing and placing reinforcing steel in accordance with these specifications and in conformity with the plans. MATERIALS 602.2 Reinforcing steel and welded wire fabric that will be furnished either uncoated or coated shall meet the requirements of subsection 709.01. The coating material for epoxy coated reinforcing shall be a light colored powdered epoxy resin which will highlight rusting of untreated bar areas. Reinforcing steel that requires welding shall conform to ASTM A706. Welding shall be done in accordance with ANSI/AWS D1.4. All accessories, including reinforcing steel supports, ties, and splicers used in conjunction with the reinforcing steel, shall be of the same, or compatible coating as the reinforcing utilized. Reinforcing steel not identified on the plans as epoxy coated may be supplied as epoxy coated, at the Contractor's option, at no additional cost to the Department. Epoxy coated reinforcing steel may not be substituted for Stainless, Continuous Hot dipped Galvanized, Zinc Coated (Galvanized), and Chromium reinforcing alternatives. Reinforcing alternatives such as: Stainless, Continuous Hot dipped Galvanized, Zinc Coated (Galvanized), and Chromium reinforcing may be supplied for reinforcing steel or epoxy coated reinforcing, at the Contractor's option, at no additional cost or time to the Department as approved by the Engineer.

Page 211: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Length of lap splices for reinforcing steel shall be in accordance with AASHTO LRFD Bridge Design Specifications, unless otherwise specified. CONSTRUCTION REQUIREMENTS 602.3 Bar List. Two copies of a list of all reinforcing steel and bending diagrams shall be furnished to the Engineer at the site of the work at least one week before the placing of reinforcing steel is begun. Such lists will not be reviewed for accuracy. The Contractor shall be responsible for the accuracy of the lists and for furnishing and placing all reinforcing steel in accordance with the details shown on the plans. Bar lists and bending diagrams which are included on the plans, do not have to be furnished by the Contractor. When bar lists and bending diagrams are included on the plans, they are intended for estimating approximate quantities. The Contractor shall verify the quantity, size and shape of the bar reinforcement against those shown on the plans and make all necessary corrections before ordering. 602.4 Protection of Materials. Reinforcing steel and its coating shall be protected at all times from damage. When placed in the work, the reinforcing steel shall be free from dirt, loose mill scale, paint, oil, loose rust, or other foreign substance. 602.5 Bending. Unless otherwise permitted, all reinforcing bars shall be bent cold. Bars partially embedded in concrete shall not be field bent except as shown on plans or permitted. Bars shall not be bent or straightened in a manner that will injure the material or the coating. Should the Engineer approve the application of heat for field bending reinforcing bars, precautions shall be taken to assure that the physical properties of the steel will not be materially altered. Hooks and bends shall conform to the provisions of the AASHTO LRFD Bridge Design Specifications Bars which are shown as “hooked” on the plans shall have “standard hooks” unless otherwise indicated. The term “standard hook” as used herein shall mean one of the following: (1) A 180-degree turn plus an extension of four bar diameters but at least 2½ inches at the free end of the bar, or (2) A 90-degree turn plus an extension of 12 bar diameters at the free end of the bar, or (3) For stirrup and tie anchorage only (i) No. 5 bar and smaller, 90-degree turn plus an extension of six bar diameters at the free end of the bar. (ii) No. 6, 7, and 8 bar, 90-degree turn plus an extension of 12 bar diameters at the free end of the bar.

Page 212: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

(iii) No. 8 bar and smaller, 135-degree turn plus an extension of six bar diameters at the free end of the bar The inside diameter of bend measured on the inside of the bar, other than for stirrups and ties, shall be as follows:

The inside diameter of bend for stirrups and ties shall not be less than four bar diameters for sizes No. 5 and smaller, and five bar diameters for No. 6 to No. 8 inclusive. Inside diameter of bend in welded wire fabric, smooth or deformed, shall not be less than four wire diameters for deformed wire larger than D6 and two wire diameters for all other wires. Bends with inside diameter of less than eight wire diameters shall not be less than four wire diameters from the nearest welded intersection. 602.6 Placing and Fastening. The minimum spacing center to center of parallel bars shall be 2½ times the diameter of the bar. However, the clear distance between the bars shall not be less than 1½ times the maximum size of the coarse aggregate or 1½ inches, whichever is greater. Bundle bars shall be tied together at not more than 6 foot centers. All reinforcement shall have a clear coverage of 2 inches, except as shown on the plans. Clear coverage shall be measured from the surface of the concrete to the outside of the reinforcement. Reinforcement used in post-tensioned concrete shall be adjusted or relocated during the installation of prestressing ducts or tendons, as required, to provide location and planned clearances to the prestressing tendons, anchorages, jacks and equipment as approved by the Engineer. All reinforcement shall be tied at all intersections except where spacing is less than 1 foot in each direction, in which case alternate intersections shall be tied. In concrete bridge decks the upper mat of bars shall be tied to the lower mat of bars at 4 foot maximum spacing in each direction. Slab bolsters for the bottom mat and high chairs for the top mat shall each be placed at a maximum spacing of 4 feet on centers. Welding on reinforcing bars will not be permitted except as noted on the plans.

Bar Size Grade 60

No. 3 thru No. 8 6 bar dia.

No. 9, No. 10, and No. 11 8 bar dia.

No. 14 and No. 18 10 bar dia.

Page 213: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Reinforcement placed in any member shall be inspected and approved before any concrete is placed. The placing, fastening, splicing and supporting of reinforcing steel and wire mesh or bar mat reinforcement shall be in accordance with the plans and the latest edition of “CRSI Recommended Practice for Placing Reinforcing Bars.” In case of discrepancy between the plans and the CRSI publication stated above, the plans shall govern. Automated tie wire devices may be used. The total cross-sectional area of the automated tie wire wrap shall roughly equal the total cross-sectional area of a manually installed tie wire wrap. The tie wire shall be epoxy coated or plastic coated for use with epoxy coated reinforcing steel. All epoxy coating on the reinforcing steel that is damaged from the use of automated tie wire devices shall be repaired at the Contractor’s expense. Precast concrete blocking or other approved blocking material shall be used to support footing bars and bars in slabs on grade. All other reinforcing steel shall be supported with steel chairs or precast mortar blocks. All chairs coming in contact with forms shall be CRSI Class 1 or Class 2, Type B. The location of splices, except where shown on the plans, shall be based upon using 60 foot stock length bars for No. 6 bars and larger and 40 foot stock length bars for No. 4 and No. 5 bars (this does not preclude the use of 60 foot). Minimum splice lengths are as shown on the plans. Where bars of different size are spliced together, the splice length for the smaller bar will govern. Unless otherwise shown on the plans or approved, splices in adjacent lines of reinforcing bars shall be staggered. The minimum distance between staggered splices for reinforcing bars shall be the length required for a lapped splice in the bar. Lapped splices will be permitted only at locations where the concrete section is sufficient to provide a minimum clear distance of 2 inches between the splice and the nearest adjacent bar. The clearance to the surface of the concrete shall not be reduced. Reinforcing bars may be continuous at locations where splices are shown on the plans. Reinforcing bars No. 14 and No. 18 shall not be spliced by lapping, but shall be joined by butt welding in accordance with AWS D1.4 in such a way as to develop at least 125 percent of the specified yield strength of the bar in both tension and compression. Alternate systems of welding or mechanical butt splices may be submitted for approval. METHOD OF MEASUREMENT 602.7 The weight of reinforcing steel for payment will not be measured but shall be the quantities designated in the Contract; except, measurements will be made for revisions requested by the Engineer, or for an error of plus or minus 2 percent of the total weight shown on the plans for each structure.

Page 214: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Prospective bidders shall verify the weight of reinforcing steel before submitting a proposal. Adjustment will not be made in the weight shown on the plans, other than for approved design changes or for an error as stipulated above, even though the actual weight may deviate from the plan weight. The computed weight of coated reinforcing bars will be based on the nominal weight before application of the coating. Nominal weights for various bar sizes are shown below.

BASIS OF PAYMENT 602.8 The accepted quantities of reinforcing steel will be paid for at the contract unit price per pound. No allowance will be made for supports, clips, wire or other material used for fastening reinforcement in place. Payment will be made under:

REVISION OF SECTION 613

LIGHTING Section 613 of the Standard Specifications is hereby revised for this project. Delete and replace it with the following:

Bar Size

Weight per Linear Foot (in

Pounds

Bar Size

Weight per Linear Foot in

Pounds

¼ inch 0.167 No. 8 2.670

No. 3 0.376 No. 9 3.400

No. 4 0.668 No. 10 4.303

No. 5 1.043 No. 11 5.313

No. 6 1.502 No. 14 7.650

No. 7 2.044 No. 18 13.600

Pay Item Pay Unit

Reinforcing Steel Pound Pound

Reinforcing Steel (Epoxy Coated) Pound

Reinforcing Steel (Galvanized) Pound

Reinforcing Steel (Stainless) Pound

Reinforcing Steel (High Performance) Pound

Page 215: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

DESCRIPTION 613.01 This work consists of furnishing and installing foundations, light standards, luminaires, light sources, conduit, cable, wiring, and incidental materials for highway lighting and electrical systems in accordance with these specifications and in conformance with the details, lines, grades, and locations shown on the plans or established. MATERIALS 613.02 Roadway lighting materials shall conform to Section 715 and shall be compatible with the requirements of the local agency having jurisdiction. (a) Foundation. Concrete Foundation Pads and Light Standard Foundations shall be cast-in-place concrete. A complete foundation includes the concrete, reinforcing steel, grounding electrode, connector bolts, and anchor bolts. Connector bolts and anchor bolts shall accommodate the anchorage of the light pole from its base flange to the base or transformer base, and from the base or transformer base to the light standard foundation. (b) Light Standard. A complete light standard includes the metal light pole, mast arm or arms, base or transformer base, approved breakaway device (optional), in-use receptacles (optional), grounding system, and all hardware. When a transformer base is not used, the pole shall have a handhole. (c) Conduit. Conduit includes all junction boxes, pull wire, weatherheads, adaptors, and expansion joints for conduit required to install complete runs. (d) Electrical Warning Tape. Electrical warning tape shall consist of pre-manufactured non-adhesive polyethylene material that is unaffected by acids, alkalis, and other soil components. The tape shall be detectable. The color of the tape shall be red, and it shall be a minimum 3.5 mils thick and 6 inches wide. Its tensile strength shall be 1,750 psi lengthwise. The electrical tape shall include the following identification printed in black letters continuously along the length of the tape: “CAUTION BURIED ELECTRIC LINE BELOW”. The identification note and color of tape shall conform to the requirements of the “American Public Works Association (APWA) Uniform Color Codes (Red) – Electrical Power Lines, Cables, Conduit and Lighting Cables”. (e) Luminaire. A complete luminaire includes the housing, lens, Light Emitting Diode (LED) board, dimming driver, slip-fitting clamp or approved manufacturer mounting, all necessary internal wiring, and 7-pin photoelectric control receptacle.

Page 216: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Luminaires shall operate at either 120 VAC (Volts Alternating Current), 60 Hz, 277 VAC, 60 Hz. or 120-277VAC, 60 Hz. (f) Lighting Control Center. A complete lighting control center includes the load center, grounding system, contactors, relays, meter housing (optional per region requirements), meter disconnect (optional per region and utility company requirements), maintenance receptacle, photoelectric control, NEMA 4 enclosure, HVAC (optional per region requirements), snow skirt (optional per region requirements) and all related components, and connections to the power supply. (g) Meter Power Pedestal. A complete pedestal includes the NEMA 3R enclosure and all related components, load center, grounding system, meter housing, meter disconnect (optional per utility company requirements) maintenance receptacle (optional), photoelectric control, and connections to the power supply. (h) Secondary Service Pedestal. A complete pedestal includes the NEMA 3R enclosure and all related components and connections to the power supply. (i) Heavy Duty Safety Switch. Provide switches, mounted on the cabinet, with the following ratings: (1) 30 to 1200 amperes. (2) 250 volts AC; 600 volts AC. (3) 2, 3, 4 and 6 poles (2, 3 and 4 poles on 800 A; 2 and 3 on 1200 A). (4) Fusible and non-fusible. (5) Mechanical lugs suitable for copper conductors. (j) Wiring. Complete wiring includes control wiring, luminaire wiring, traffic signal wiring, main circuit wiring, ground wiring, service entrance wiring, and all other wiring necessary for a complete installation. (k) Materials List. At the Pre-Construction Conference, the Contractor shall submit to the Engineer three copies of a list of all materials and equipment to be incorporated into the work. The Contractor shall include the following items on the list: (1) Light standard foundations. (2) Foundation pads. (3) Light standard type (steel or aluminum). (4) Luminaire manufacturer’s product information including data in Illuminating Engineering Society (IES) format, IES photometric distribution type for vertical and lateral distribution and IES TM-15-11 rating (example: B2-U0-G1, Type III), and a photograph or line drawing. (5) Luminaire mounting hardware. (6) Luminaire initial lumen output. (7) LED dimming driver or power supply. (8) Lighting control center(s) and photoelectric control device(s). (9) Secondary service pedestals. (10) All other items required for a complete installation.

Page 217: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

The Engineer will return lists that are incomplete or that include unacceptable materials to the Contractor for correction and re-submission. The Contractor shall not order materials or equipment until the Engineer and the party or agency responsible for maintenance have reviewed and approved the materials and equipment list. The Engineer’s approval of the list shall not relieve the Contractor of responsibility for the proper functioning of the completed installation. (l) LED Luminaire Warranty. The Contractor shall ensure that the LED luminaire has a manufacturer’s minimum warranty of 10 years for all parts, materials, and shipping required to repair or replace the luminaire. The Contractor shall provide the manufacturer’s warranty to the Engineer prior to installing the luminaire. The warranty shall cover all failures including: (1) Failure in luminaire housing, wiring, connections, drivers, and photoelectric control devices. (2) More than 10 percent decrease in lumen output. (3) Significant change in color. The warranty shall begin upon the date the Contractor receives the luminaire. The bill of lading shall be provided to the Engineer prior to final payment of the lighting. (m) Technical Support. During the manufacturer’s warranty period, technical support shall be available from the manufacturer via telephone within 24 hours of the time the call is made from the Contractor, and this support shall be made available from factory certified personnel or factory certified installers at no additional charge to the Department. (n) Temporary Lighting. A complete temporary lighting system includes the temporary light standard, luminaire, mast arm, conduit, wiring, power source, temporary metering per the local utility standards, and all related components and connections to the power source. CONSTRUCTION REQUIREMENTS 613.03 General. All work shall conform to these specifications and the National Electric Code (NEC) and shall comply with applicable regulations as specified in subsection 107.01. Each system shall be installed as designated. The Contractor shall furnish and install all incidentals necessary to provide a complete working unit or system. 613.04 Concrete Foundation Pads and Light Standard Foundations. Foundations shall be installed complete with grounding electrodes. Concrete Class D shall be used for foundation pads and concrete Class BZ shall be used for the light standard foundation. Concrete Class D can be used for light standard foundation if the rebar spacing in the foundation is at least 3 inches and the slump of the concrete is 6 to

Page 218: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

9 inches. All concrete shall meet the requirements of Section 601. The drilled shaft (caisson) of the light standard foundation shall meet the requirements of Section 503. The Contractor shall test and report soil conditions to the Engineer if any of the following soil conditions are encountered during roadway work: (1) Light standards are not installed within the roadway earthwork prism. (2) The soil has a high organic content or consists of saturated silt and clay. (3) The site will not support the weight of the drilling rig. (4) The foundation soils are not homogenous. (5) Firm bedrock is encountered. Between drilling of the shaft and placing of concrete the hole shall not be disturbed. Wet or caving holes shall be backfilled with flow-fill and re-drilled after a three-day curing period without the use of casing. If testing is required, then soil testing shall be performed at the lowest elevation light standard location for all light connected to a single electrical circuit. Foundations shall be installed at the final grade. All anchor bolts shall be positioned by means of steel templates. The center of the template shall coincide with the center of the base. Conduits shall be properly positioned and anchored before the concrete is placed. All foundations shall have ground electrodes conforming to the NEC. All foundations on structures shall be bonded to the structure steel by a method that is in accordance with the NEC and which is approved by the Engineer. 613.05 Light Standards. Poles shall be set plumb on the light standard foundation using non-corrosive metal shims or upper and lower nuts. Poles shall be level and plumb to the foundation. Defects and scratches on galvanized poles shall be given two coats of acceptable zinc-rich paint as directed. Defects and scratches on painted poles shall be primed and painted to match undamaged pole sections. 613.06 Luminaires, Light Sources, and Lamps. Roadway luminaires shall be mounted on the mast arm by a slip-fitter clamp or other approved device. Luminaires shall be adjusted vertically and horizontally to be plumb with the foundation and provide the required orientation and maximum light distribution on the roadway and meet IES TM-15 uplight rating of U0 (no uplight). Luminaires are to be controlled by a centralized photoelectric control. For modified systems, individual photoelectric control may be used. The photoelectric control shall be positioned northward to minimize sun interference. Luminaires of the specified type and initial lumen output shall be installed as specified. The type and initial lumen output shall be marked on each luminaire or pole in accordance with American National Standards Institute (ANSI) specifications. ANSI approved tags shall be provided and installed by the Contractor.

Page 219: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Wall type luminaires for use under overpass structures shall be mounted as specified. All wall type luminaires shall include side shielding to prevent glare in the motorist’s view. The beam angle setting shall be adjusted to meet the project illumination requirements. After installation and prior to acceptance, refractors and lenses shall be cleaned to provide maximum lumen output. 613.07 Conduit. The electrical conduit system shall be installed in accordance with subsection 715.07 Conduit and CDOT’s “A Policy on the Accommodation of Utilities on Colorado Highways Rights-of-Way” and the following: In the conduit system the locations of conduit, pull boxes, splice boxes and expansion joints shown on the plans are approximate. Actual locations shall be established during construction. The conduit system shall be located to avoid interference with known present or known future construction installations. All underground conduit runs and conduit risers on poles shall be installed as required for a complete installation. All conduit installed under the roadway shall be at least 2-inch inside diameter unless otherwise designated. The Contractor may use larger conduit than specified at no additional cost to the project. If larger conduit is used, it shall be for the entire run from outlet to outlet. Reducer couplings shall not be used. Existing underground conduit to be incorporated into a new system shall be cleaned with a round wire brush the same size as the internal diameter of the conduit, proofed with a mandrel ¼-inch less in diameter than the conduit inner diameter size, and blown out with compressed air. Where new conductors are to be added to existing conductors in a conduit, all conductors shall be removed and the conduit cleaned as described above. All conductors shall be pulled into the conduit as a unit. Conduit terminating in standards or pedestals shall extend approximately 2 inches vertically above the foundations and shall slope toward the handhole opening. Conduit entering pull boxes shall terminate 2 inches inside the box wall and no more than 1.5 inches above the bottom and shall slope toward the top of the box to facilitate pulling of conductors. Conduit entering through the bottom of a pull box shall be located near the end walls to leave the major portion of the box clear. All conduits shall be labeled as to the direction of their run. The ends of all conduits, whether shop or field cut, shall be reamed to remove burrs and rough edges. Cuts shall be made square and true so that the ends will butt or come together for their full circumference.

Page 220: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Slip joints or running threads shall not be used for coupling conduit. When a standard coupling cannot be used for coupling metal type conduit, an approved threaded union coupling shall be used. All threads on ferrous metal conduit, not previously treated with a corrosion preventative, shall be painted with rust preventive paint before couplings are connected. All couplings for metal type conduit shall be tightened providing a continuous connection throughout the entire length of the conduit run to increase raceway mechanical strength. Areas where the coating on ferrous metal conduit has been damaged shall be painted with rust preventive paint. All metal conduit ends shall be threaded and capped until wiring is started. When caps are removed, the threaded ends shall be provided with conduit bushings. Non-metallic conduit shall be cut with a hacksaw or other approved tool. Non-metallic conduit connections shall be solvent-weld type or approved equal. Non-metallic conduit ends shall be capped until wiring is started. All conduit stub-outs shall include a sweeping elbow and shall terminate in the box. All conduit stub-outs shall be capped. Surface conduit connections at junction or splice boxes shall be tightly secured and waterproofed. All conduit ends shall be sealed with duct seal after installation of wiring. The duct seal shall be rated for outdoor use and easily removable. When specified, conduit shall be installed under existing pavement by jacking or drilling operations. Where plans show that existing pavement is to be removed, jacking the conduit is not required. Boring, jacking or drilling pits shall be kept a minimum of 2 feet clear of the edge of pavement. Water shall not be used as an aid in the jacking or drilling operations, except when required to cool the cone head for directional boring Red, detectable electrical warning tape shall be installed between 6 inches and 12 inches below finished grade for all underground trenched conduit runs. Trenched PVC conduit shall use rigid metallic conduit for all elbows and sweeps. All rigid metallic conduit elbows and sweeps shall be a PVC-coated, schedule 40 galvanized rigid conduit (GRC) minimum 36-inch radius bent to shape at the factory. All connections to non-metallic conduit shall be made with threaded couplings. When trenching is specified to place conduit under existing pavement that is not to be removed, the trench width shall be 6 inches or less. Trenches shall be filled to 2 inches below the existing grade with structure backfill (flowfill), or another material if directed. The remaining 2 inches shall be filled to existing grade with hot mix asphalt within one calendar day after the roadway is trenched, in accordance with section 403. Trenching shall be backfilled and compacted as follows: backfill shall be deposited in uniform layers. The thickness of each layer shall be 6 inches or less prior to compaction

Page 221: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

under all hardscape. The space under the conduit shall be completely filled. The remainder of the trench and excavation shall be backfilled to the finished grade. The backfill material shall be compacted to the density of at least 95 percent of maximum dry density. The maximum dry density and optimum moisture content (OMC) for A-1, A-2-4. A-2-5 and A-3 materials will be determined in accordance with AASHTO T 180 as modified by CP 23. The maximum dry density and OMC for all other materials will determined in accordance with AASHTO T 99 as modified by CP 23. Materials shall be compacted at ± 2 percent of Optimum Moisture Content (OMC). Materials having greater than 35 percent passing the 75 µm (No. 200) sieve shall be compacted at 0 to 3 percent above OMC. Each layer shall be mechanically compacted by tamping with power tools approved by the Project Engineer. Compaction methods or equipment that damage the conduit shall not be used. Underground conduit shall be buried a minimum of 30 inches below finished grade. There shall be no sag between boxes. Conduit under roadways shall be buried at 48 inches below finished grade. If the Contractor encounters bedrock such that the minimum conduit depths cannot be achieved, the Contractor shall be allowed to cover the conduit with 2 inches or more of concrete at a lesser burial depth. All schedule 80 PVC conduits shall have slip fit expansion fittings at 100-foot intervals and 6 feet maximum from each elbow. Expansion fittings will be installed per the NEC requirements for 65 °F temperature change. Pull or splice boxes shall be installed at a maximum distance of 400 feet or less. Boxes shall be placed at conduit ends, at all wiring splices, at all conduit angle points where total conduit bends within a stretch of conduit exceeds 360 degrees, and at all other locations shown on the plans. The Contractor may install additional pull or splice boxes to facilitate the work at no additional cost to the project Where practical, pull and splice boxes near curbs shall be placed adjacent to the back of the curb. Pull boxes adjacent to light standards shall be placed behind or along the side of foundations. Pull and splice boxes shall be installed so that the top of the covers are flush with the sidewalk and match the sidewalk slope and grade. Covers shall be level with the surrounding ground when no grade is established. On bridges or other structures, rigid metallic conduits shall have an expansion fitting at every expansion joint of the bridge. Expansion joint fittings shall be precisely aligned with the conduit run to ensure proper expansion and deflection and to prevent binding. For vertical conduit runs, the fitting shall be installed close to the top of the structure to prevent water running across the fitting and entering the conduit. The fitting’s deflection sleeve coupling, and pressure bushing at the barrel of the expansion body shall be installed flush with the structure ends; only the connecting expansion nipple shall cross the opening between structures. The fitting shall be supported by points on the conduit

Page 222: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

immediately adjacent to the fitting. The metal conduit fitting shall have an external bonding jumper. 613.08 Wiring. Unless otherwise authorized, the multiple system of electrical distribution shall be used. Conductors of the size and material required, whether single or in cable, shall be installed for control wiring, luminaire wiring, traffic signal wiring, main circuit wiring, ground wiring, service entrance wiring, and all other wiring necessary for a complete installation. Conductors shall be sized to prevent a voltage drop of more than 3 percent per feeder run at the ambient temperature. All conductors shall be installed in conduit. When 120-volt luminaires are installed, 120/240 VAC shall be brought to the base of each light standard, and individual luminaires shall be connected to one leg or the other in a manner that minimizes overall voltage drop. A complete grounding system shall be installed for the entire electrical installation. Grounding shall consist of: (1) ground cables. (2) conduits. (3) grounding electrodes. (4) wire or strap. (5) and ground fittings, as required by the NEC. Permissible grounding electrodes shall be: (1) ground rods. (2) concrete-encased electrodes. (3) grounding plates and grounding rings. Alternative grounding electrodes per the NEC shall be approved by the Project Engineer prior to installation. All electrical conductors shall be identified and tagged as follows: electrical conductor cable tags shall be located at each splice termination. The tags shall be attached with cable ties. The information shall be written on the tag with a permanent marker. The information shall include the direction and approximate length of the cable, and the feeder or circuit destination (line and load sides). Each incoming (line side) conductor shall be individually color coded with one tape mark; each outgoing conductor (load side) shall be coded with two tape marks 613.09 Lighting Control Center, Meter Power Pedestal and Secondary Service Pedestals. Each lighting control center, meter power pedestal, and secondary service pedestals shall include:

Page 223: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

(1) a load center, a panel board. (2) Contactors. (3) a maintenance receptacle. (4) a meter housing (if applicable). (5) a photoelectric control. (6) a grounding electrode system with ground wells (if applicable). (7) a NEMA 4 or NEMA 3R enclosure with all related components. (8) HVAC (optional per region requirements). (9) snow skirt (optional per region requirements), and (10) connections to the power supply. One copy of the cabinet drawings, one-line diagram, luminaire schedule, and a list of all system components and their manufacturers shall be placed in a heavy-duty plastic envelope with side opening that is attached to the inside cabinet door. 613.10 Heavy Duty Safety Switch. Install disconnect (safety) switches as required for a complete operating system. Each safety switch shall include pad-lockable handle, reinforced, rejection type fuse clips, NEMA 3R enclosure unless otherwise noted, grounding system, and shall connect with conduit and wiring as required for a complete operating system. 613.11 Temporary Lighting. The temporary lighting system shall include the temporary light standard, luminaire, mast arm, conduit, wiring, power source, temporary metering per the local utility standards, and all related components and connections to the power source. Temporary lighting system shall meet the requirements of Section 715 unless otherwise approved by the Engineer. For temporary lighting, wood poles may be substituted for metal poles. (a) Temporary Lighting Levels. Temporary lighting shall provide lighting levels equal to or exceeding the existing lighting levels and quality. Temporary luminaires shall meet backlight, uplight, and glare ratings listed in Table 715-1. Permanent luminaires shall meet all requirements listed in Section 715. The Contractor shall keep the existing lighting system, the approved temporary replacements, or the temporary construction lighting in effective operation for the benefit of the traveling public during construction progress, except when shutdown is permitted to allow alteration or final removal of the system. Lighting system shutdowns shall not interfere with the regular lighting schedule unless otherwise permitted. Shutdown schedules are subject to approval by the Engineer. Existing installations to be removed shall be kept in operation until the new installations are operational, or as otherwise directed by the Engineer. The Contractor shall maintain, provide, and install temporary roadway lighting within the project limits throughout the entire construction schedule. The contractor is responsible for the design and maintaining of all temporary roadway lighting throughout all stages of the project throughout the project duration. Use of the existing lighting system,

Page 224: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

temporary roadway lighting poles and installation of the permanent lighting shall be permitted to achieve the required lighting level criteria. The Contractor shall submit a design for approval of the temporary roadway lighting. The submission shall show direct association to the proposed staging and construction schedule. No work shall commence until a temporary lighting design is approved by the Engineer. All luminaires that have been used for temporary lighting shall be cleaned before being reinstalled for other temporary lighting locations. The Contractor shall keep temporary construction lighting installations in effective operation until they are no longer required for the protection of the traveling public. Reusable equipment damaged when the Contractor is removing and salvaging existing material shall be replaced or repaired at the Contractor's expense. (b) Electrical Service. The Contractor is responsible for all work to gain approvals, coordinate with the appropriate electrical utility, and arrange for service work to provide power source location. The contractor is also responsible for the annual or monthly bill, and other tasks to provide electrical service for the temporary lighting. (c) Existing Systems. All circuits to lighting outside of Project scope shall stay energized without interruption. If damage is caused by the Contractors’ operations, damaged facilities shall be repaired or replaced promptly at the Contractor’s expense on. Where roadways are to remain open to traffic and existing lighting systems are to be modified, the existing systems shall be kept in operation until the final connection to the modified circuit(s) is made. The modified circuit(s) shall be complete and operating by nightfall of the same day the existing system is disconnected. The Contractor shall determine the exact location of existing conduit runs and pull boxes before using equipment that may damage such facilities or interfere with any system. Existing materials which interfere with or which are incompatible with new construction shall be removed or salvaged in the order directed or approved, before completion of the new construction. The Contractor shall notify CDOT and the appropriate utility at least four calendar days in advance of removing or salvaging the existing materials. Material damaged by the removal and salvage operations shall be repaired or replaced at the Contractor’s expense. (d) Temporary Service. All temporary lighting standards and temporary meters shall be located outside of the clear zone, or protected behind appropriate barrier or impact attenuator, as approved by the Engineer.

Page 225: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

The Contractor shall install and energize the temporary lighting system prior to de-energizing and removing the existing lighting system. The Contractor shall be responsible for obtaining and paying for temporary power through the duration of the project. The Contractor shall be responsible for removing the temporary lighting system after the permanent lighting system has been installed and energized. The Contractor shall be responsible for notifying CDOT and the appropriate utility of cancellation of temporary electrical service. After removing the temporary lighting and temporary meter, the Contractor shall be responsible for canceling the temporary power service with the utility. 613.12 Testing. Prior to final acceptance, the Contractor shall demonstrate to the Engineer's satisfaction that all electrical and lighting equipment installations are in proper working condition. Temporary power and all cable connections required for testing shall be provided by the Contractor. The Contractor shall operate the lighting system from sunset to sunrise for ten consecutive days. Light sources, drivers or power sources, power generators, control systems, or photoelectric control that fail shall be replaced immediately. Replacement of these items will not require a restart of the test. The Contractor shall perform grounding tests at each grounding system location including light standards, lighting control centers, meter power pedestals, and other grounding electrode locations. Grounding tests shall show that the ground resistance is 10 ohms or less. If the measured resistance to ground exceeds 10 ohms, additional grounding electrodes shall be added to the grounding electrode system at the Contractor’s cost. The Contractor shall perform voltage drop tests at a point on farthest from each circuit such that voltage drop is within 3 percent of supply voltage. The Contractor shall certify the records of all testing including grounding, voltage drop (within 3 percent) and other required tests as meeting specification requirements and submit the records to the Engineer. METHOD OF MEASUREMENT 613.13 Concrete Foundation Pads and Light Standard Foundations will be measured by the actual number installed and accepted. Light standards will be measured by the number of light standards installed. Luminaires will be measured by the number of luminaires of the specified initial luminaire lumens installed and accepted.

Page 226: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Lighting control centers will be measured by the number of control centers installed. and accepted. Meter power pedestals will be measured by the number of pedestals installed and accepted by the local electrical utility. Secondary service pedestals will be measured by the number of pedestals installed. and accepted. Heavy Duty Safety Switches will be measured by the number of switches installed. and accepted. Conduit will be measured by the linear foot in place and shall include all expansion joints, conduit bodies, and other hardware for a complete installation. All wiring necessary for the complete installation will be measured as a single lump sum. Pull and/or splice boxes will be measured by number of boxes installed per the project plans. Temporary lighting shall include install and removal of the temporary light standards, luminaires, mast arms, temporary conduit, temporary wiring, and all other equipment necessary for the complete installation and accepted. Temporary lighting shall be measured as a single lump sum. BASIS OF PAYMENT 613.14 The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Payment will be made under: Pay Item Pay Unit Light Standard Foundation Each Concrete Foundation Pad Each Light Standard____(____Foot) (Furnish Only) (Install Only) Each Luminaire (____) (____Lumens) Each Luminaire (____) (____Lumens) (Furnish Only) (Install Only) Each ____Inch Electrical Conduit (Furnish Only) (Install Only) Linear Foot ____Inch Electrical Conduit (Plastic) (Furnish Only) (Install Only) Linear Foot ____Inch Electrical Conduit (Jacked) (Furnish Only) (Install Only) Linear Foot Wiring Lump Sum Lighting Control Center Each Meter Power Pedestal Each Secondary Service Pedestal Each

Page 227: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Temporary Lighting Lump Sum Power Transformer (____kVA, ___V-___V, ___ Phase) Each Circuit Breaker (____A, ____ Pole) Each Safety Switch NEMA 3R, ____ A, ____ pole, ____ V) Each Pull box (_______) Each The lump sum price bid for Temporary Lighting shall be full compensation for all work and materials, and the removal of all said temporary lighting at job completion. Payment for the temporary power shall not be included in the lump sum but shall be paid for under the Force Account Furnish and Install Electrical Service. When the Contractor, at their option, installs larger conduit than specified, it will be paid for at the original contract price for the size specified. The following items will not be measured and paid for separately, but shall be included in the work: (1) Soil testing for foundations; (2) Junction boxes, pull wire, weatherheads, adaptors, and expansion joints for conduit; (3) Additional pull and/or splice boxes installed at the Contractor's option; (4) Saw cutting; trenching; excavation; backfill; jacking; drilling pits; underground electrical warning tape; removal of pavement, sidewalks, gutters, and curbs and their replacement in kind to match existing grade; and all other work necessary to complete conduit installation; (5) Electrical conductor tagging; (6) Direct burial cable in conduit; (7) Testing of the lighting installation, including temporary power and all required cable connections. The lump sum price bid for wiring will be full compensation for all electrical circuitry necessary to complete the electrical installation. All conductors in conduit, regardless of type, are part of the wiring item and will not be measured and paid for separately.

REVISION OF SECTION 630 BARRIER (TEMPORARY)

Section 630 of the Standard Specifications is hereby revised for this project as follows: Delete subsection 630.08 and replace with the following: 630.08 Temporary Barrier. Temporary Barrier shall comply with the crash test requirements contained in NCHRP Report 350 (for devices manufactured prior to 2020) or MASH (acceptable for all temporary barrier). Retroreflectorization is required on all temporary barrier according to Standard Plans S-612-1 and M-606-14, and shall meet material qualities in accordance with Section 713. All barrier types shall be designed to

Page 228: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

accommodate appropriate end treaments, transitions and deliniation devices. Previously damaged barrier shall not be installed and barrier damaged after installation shall be removed and replaced, or repaired (for minor damage not affecting design intent) per manufacturer. (a) Concrete Barrier. Temporary concrete barrier shall conform to precast Type 7 Concrete Barrier as detailed in Standard Plan M-606-14. (b) Non-Concrete Barrier. Temporary non-concrete barrier shall be on the Department’s Approved Product List. If used, metal barrier shall be made of galvanized steel. All non-concrete barrier types shall be designed to allow for proper drainage runoff. Barrier shall be installed and maintained according to manufacturer requirements, and include all necessary components for installation. Product specific documention pertaining to installation, maintenance, repair, removal, and inspection shall be provided by the Contractor prior to installation. In subsection 630.17 delete the third paragraph and replace with the following: Traffic channelizing devices consisting of vertical panels, traffic cones, or drums will be measured by the unit. Barrier (Temporary) will be measured by the linear foot. Barricades will be measured by the number used. Barricade warning lights shall be furnished as a part of this item when required by the Traffic Control Plan (TCP). Advance Warning Flashing or Sequencing Arrow Panels will be measured by the unit according to size. In subsection 630.18 delete the following: Pay Item Pay Unit Concrete Barrier (Temporary) Linear Foot Subsection 630.18 shall include the following: Pay Item Pay Unit Barrier (Temporary) Linear Foot

REVISION OF SECTION 715 LIGHTING AND ELECTRICAL MATERIALS

Section 715 of the Standard Specifications is hereby revised for this project. Delete and replace it with the following: 715.01 General. Materials shall be of a standard line from a manufacturer that has at least three installations of the same type that have been installed and active for a minimum of one year (anywhere or for CDOT specifically? / mk). Electrical material shall be listed by the Underwriters’ Laboratories, Inc. (UL), and shall conform to the current edition of the National Electrical Code (NEC).

Page 229: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Material shall be the same as, or compatible with, that used and accepted by the agency responsible for maintenance. The Contractor shall coordinate and conduct a final inspection with the Engineer and each Owner upon completion of construction. This inspection shall assure that all lighting and electrical materials are in compliance with these requirements. The Engineer will obtain the Owner’s written approval before accepting the work. The Engineer may inspect all lighting and electrical materials and accept or reject them at the project site. Samples may be taken, or manufacturer's certifications may be accepted in lieu of samples. 715.02 Light Standard Foundations and Concrete Foundation Pads. Concrete shall be Class BZ for cast-in-place concrete foundations. All concrete shall conform to Section 601. Anchor bolts shall be designed by the Contractor's Engineer and shown on the working drawings, or as provided by the pole manufacturer. The threaded ends of the anchor bolts, the nuts, and the washers shall be galvanized in accordance with ASTM A153. Galvanizing on anchor bolts shall extend 2 to 4 inches beyond the threads. Reinforcing steel shall conform to Section 602. 715.03 Light Standards. (a) General. Structural components of light standards, bases, couplers, anchor bolts, luminaires, and other attachments to be used for lighting shall be designed for a minimum of 120 MPH wind speed, in accordance with AASHTO’s LRFD Bridge Design Specifications. For special wind regions, the wind speed shall be in accordance with Section 3.8.3. The CDOT Bridge Design Manual, Section 32.3 shall be used for Owner approved wind speeds. Breakaway bases and couplers shall meet the breakaway requirements specified in AASHTO's LRFD Bridge Design Specifications Section 12. Conformance shall be verified by crash tests reviewed and accepted by FHWA. A certificate of compliance shall be provided. (b) Metal Light Standards. Metal light standards shall be fabricated of either steel or aluminum, unless otherwise specified. Whenever the light standard metal is not specified, the Contractor may furnish either steel or aluminum. Material type and shape of light standards shall be the same throughout the project, unless otherwise shown in the Contract. Metal poles shall be tapered and shall be supplied with pole caps.

Page 230: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Standards shall have cable-entrance holes located in conformity with the type of arm mounting used. Metal surfaces shall be free of imperfections marring the appearance and of burrs or sharp edges that might damage the cable. Aluminum alloys shall have a minimum yield strength of 25,000 psi. Aluminum poles, arms, and fittings shall be made of aluminum alloy conforming to the following for the material form required:

Aluminum poles may also be made of aluminum alloy 5086-H34 conforming to ASTM B313 (excluding pressure and burst tests). Aluminum mast arms shall be tapered unless otherwise shown on the plans. Steel mast arms shall be made of Schedule 40 standard steel pipe conforming to ASTM A53. Steel poles, mast arms and base flanges shall be hot-dip galvanized in accordance with ASTM A123. Units on which the spelter coating has been damaged shall be repaired as provided in AASHTO M 36, or other approved method. Base flanges for both aluminum and steel poles shall have continuous welds both inside and outside, unless otherwise permitted. Base flanges inserted into the pole and bonded shall meet the requirements for materials and strength stated herein. Base flanges for aluminum poles and transformer bases shall be aluminum castings of alloy ANSI 356.0-T6 or UNS A03560 T6 conforming to ASTM B26 or an acceptable equivalent. Each metal light standard shall be wired with a breakaway, submersible fused connector of proper capacity rating. The fused connector shall be located in the transformer base. If the light standard has no transformer base, the fused connector shall be located in the pole at the hand hole. Transformer bases shall have vandal resistant, removable access doors.

ASTM Standard Alloy Number

B 209 6061-T6

B 211 6061-T6

B 221 6061-T6

6063-T6

6005-T5

B 241 6061-T6

6063-T6

Page 231: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

The transformer base shall be a frangible breakaway type as shown in CDOT standard S-613-1 and shall accommodate the anchorage and base flange of the light pole supplied. Each transformer base shall have a ½ inch bolt or lug fastened inside the base for grounding; the lug or bolt shall be visible from the door opening. Hardware. Hardware used with steel standards shall be either cadmium plated steel, hot dip galvanized steel, or stainless steel. All hardware used with aluminum standards shall be anodized aluminum or stainless steel with anti-seize compound. Bolts to be inserted in aluminum threads shall be stainless steel with an anti-seize compound. 715.04 Luminaires and Light Sources. Luminaires shall be UL or Intertek Testing Services (ETL) listed for use in wet locations with a minimum IP66 rating. Luminaires shall be adaptable to the type of power distribution system to be used. (a) General. Luminaires shall conform to the following requirements: (1) Housing. The luminaire enclosure shall be an injection-molded or die-cast opaque housing. The housing shall have a powder-coated, corrosion-resistant finish. The luminaires shall be gray or as specified per the project. The housing shall have a door that provides access to all internal components. The door shall be equipped with a safety catch and a latch. The housing shall have an inner rolled flange to support the door frame. The door frame shall be an aluminum casting, hinged to the housing. The door frame shall be sealed to the housing with a molded silicone gasket and shall be secured with a minimum of four captive screws. (2) Optical Chamber. The luminaire distribution shall be equal to or less than an Illuminating Engineering Society (IES) TM-15-11 Backlight, Uplight, and Glare (BUG) ratings listed below in Table 715-1 based on initial luminaire lumens or light loss factor (LLF) = 1.0. Roadway luminaires with a U value greater than U0 shall not be accepted. The optical chamber shall be completely sealed from the housing, or the housing shall be completely sealed. A seamless one-piece memory-retentive gasket shall seal the optical chamber or housing against the luminaire lens door. All wires entering the optical chamber shall be gasketed at the point of entry. Socket mountings, rivets used in the construction or support of the reflector system, and all other penetrations into the optical chamber shall be completely sealed. The optical chamber shall be water tight when the luminaire door is closed.

Page 232: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Table 715-1 BACKLIGHT, UPLIGHT AND GLARE (BUG) VALUES

(3) Lens and Lens Door. The lens shall be either micro-lens fully sealed to maintain an IP66 rating; or shall be constructed of clear, flat (for light sources over 3200 initial lumens), tempered glass. The glass shall be thermal-resistant and impact-resistant. The lens shall be sealed to the door frame with continuous silicone gasketing. The door shall have an easy-access, quick- release safety latch. The door shall have aluminum or stainless steel quick-release hinge pins for tool-less or one-hand easy and secure opening. When the door is closed, the electrical component compartment and the optical chamber shall be completely sealed. (4) Electrical Components. All components shall be listed for wet locations by UL, ETL, or by an Occupational Safety & Health Administration Nationally Recognized Testing Laboratory (OSHA NRTL). Luminaires shall operate from 120 to 277 VAC or be adaptable to the type of power distribution system to be used. All internal wiring and quick disconnects shall be rated for at least 600 VAC and insulated for 302°F. The dimmable driver shall be easily removable from the luminaire housing without the use of tools. The following components shall be in accordance with corresponding sections of ANSI C136.37: 1. Wiring and grounding electrodes; 2. Terminal blocks for incoming AC lines; 3. 7-pin photocontrol receptacle; and 4. Latching and hinging. (b) Roadway Luminaires. Roadway luminaires shall be a Light Emitting Diode (LED) type with integral dimming driver, lens, aluminum housing, and shall be UL or

Luminaire Mounting Location

Minimum Initial

Luminaire Lumen Range

Backlight (B) Rating

Maximum

Uplight (U) Rating

Maximum

Glare (G) Rating

Maximum

Non median- mounted

Less than 6,000 B1 U0 G1

6,000 – 14,000 B2 U0 G2

14,000 – 24,000 B3 U0 G3

Above 24,000* B3 U0 G4

Median- mounted

Less than 6,000 B2 U0 G1

6,000 – 14,000 B3 U0 G2

14,000 – 24, 000 B4 U0 G3

Above 24,000* B4 U0 G4

*By special application only.

Page 233: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

ETL listed for wet locations. All luminaires for the Project shall be the same type and design unless the plans specify otherwise. (1) The luminaire and all components shall be UL or ETL listed for wet location and shall have minimum ingress protection rating of IP66. (2) The light source shall be composed of LED modules connected to a non-integrated driver and be ready for connection to a production line luminaire. Luminaires utilizing integrated driver LED light sources, screw-based products, or panel retrofit products shall not be used. (3) The luminaire shall have a Type II, III, or IV distribution for non-median mounted luminaires, and Type II, III, IV or V distribution for median mounted luminaires. (4) Transmissive optical components shall be applied in accordance with LED manufacturer’s Original Equipment Manufacturer (OEM) design guidelines to ensure suitability for the environment in which the luminaire is installed. (5) Luminaires shall utilize an adjustable slipfitter-type mounting system for installation on 1.25-inch (1.66-inch outer diameter (o.d.)) to 2-inch (2.375-inch o.d.) diameter pipe tenons. Slipfitter shall consist of a two-piece clamp and four 9⁄16 inch hex bolts. Slipfitter shall allow for a vertical tilt adjustment of at least ±5 percent in order to mount luminaire plumb to foundation for a U0 rating (no uplight). Luminaires shall be equipped with integrated leveling bubble. (6) Access to all internal parts requiring replacement shall not require tools (i.e. “tool-less entry”). (7) The luminaire housing shall be constructed of aluminum alloy. (8) The power supply and/or driver shall be provided in compliance with subsection 715.05. The dimming driver shall be internal and thermally separated from the LED compartment. (9) The dimming 7-pin photocell receptacle shall conform to subsection 715.04(d) below. (10) The luminaire finish shall be corrosion resistant super triglycidyl isocyanurate (TGIC) polyester powdercoat. The color shall be gray or as specified per the project. (i) Powder coat: super TGIC polyester powder coat 2.5 mil nominal thickness. (ii) Finish shall exceed a rating of 6 per ASTM D1654 after 1000hrs of testing per ASTM B117.

Page 234: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

(iii) The coating shall exhibit no greater than 30 percent reduction of gloss per ASTM D523, after 500 hours of ultraviolet (UV) testing at ASTM G154. (11) The effective projected area (EPA) for wind-loading calculations shall be no greater than 1.2 square feet. (12) The luminaire weight shall not exceed 45 pounds. (13) The luminaire shall be tested in accordance with IES LM-79 and IES TM-21 certifying photometric performance and rated life, respectively. IES LM-79 (performance) and IES TM-21 (predicted life at 55 °C) testing shall both be for the same luminaire’s operating drive current as specified. (14) The luminaire shall have a maximum backlight rating as shown in Table 715 1, an uplight rating of U0, and a maximum glare rating as shown in Table 715 1. (15) The luminaire system efficacy shall not be less than 85 initial luminaire lumens per input watt. (16) The luminaire shall have an external label per ANSI C136.15 and internal label per ANSI C136.22. (c) Light Sources. LED luminaires shall not be retrofit to the existing luminaire housing; the Contractor shall replace the housing along with the luminaire as a single unit. Light sources shall be compatible with dimmable drivers supplied with the luminaires in which they are to be installed. All light sources of a similar type shall be provided by the same manufacturer. LED light sources shall meet or exceed the following requirements: (1) CCT, CRI and Flux: (i) Correlated Color Temperature (CCT) – All LED light sources shall emit white light and have a CCT no greater than 3400K nominal in accordance with ANSI C78.277. (ii) Color Rendering Index (CRI) – All LED light sources shall have a minimum color rendering index (CRI) of 70 in accordance with the IES LM-79 test results. (iii) Luminous Flux – LED light sources shall not exceed the junction temperature recommended by the LED manufacturer. Luminous flux differences between LEDs shall not exceed 10 percent. (2) LEDs shall have a minimum rated life of 70,000 hours per IES TM-21 at 55 °C at the normal operating driver current for the specific luminaire. The lumen output shall be maintained at 70 percent of initial rated lumens (L70) or greater at the rated life of the luminaire.

Page 235: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

(3) LEDs shall be temperature rated for operation and storage within the range of -40°C to +50°C, and shall withstand low and high frequency vibration (ANSI C136.31 Vibration Level 3G) over the rated life of the light source. (4) Cooling System (i) Mechanical design of protruding external surfaces (e.g. heat sink fins) shall facilitate hose-down cleaning and discourage debris accumulation. (ii) The cooling system must be passive utilizing heat sinks, convection or conduction. (iii) Fans, diaphragms, pumps, or liquids shall not be used. (d) Photocontrol Receptacle. Each roadway luminaire shall be furnished with a 7-pin multi-contact twist-lock outdoor lighting dimming receptacle per ANSI C136.41. Photoelectric controls shall be listed for long life LEDs and have hermetically sealed, cadmium sulfide twist-lock type with high impact polypropylene cover with clear UV stabilized window. Photoelectric controls shall have a turn-on setting of 1.4 foot-candles ±0.2 foot-candles. The maximum ratio of the turn-off to turn-on setting shall be 3:1. 715.05 LED Drivers. LED drivers shall conform to the following: (1) Dimming signal protocols are 0-10V direct current (DC) or digital addressable lighting interface (DALI). (2) The operating voltage shall be 120/277-volt at 50/60 Hz, and the driver shall operate normally with input voltage fluctuations of ±10 percent, consistent with NEMA SSL-1, Electronic Drivers for LED Devices, Arrays or Systems. (3) The minimum power factor (PF) shall be 0.90 at full input power and across specified voltage range. (4) The maximum total harmonic distortion (THD) shall be 20 percent at full input power and across specified voltage range. (5) The factory-set drive current shall be 700A or less unless approved by the Project Engineer. If higher drive currents are proposed, the submittal must be accompanied with IES LM-79 and IES TM-21 test results for higher operating drive current. (6) Drivers shall be at a minimum Restriction of Hazardous Substances (RoHS) 1 compliant.

Page 236: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

(7) The rated case temperature for operation and storage shall be rated for up to +85°C. The LED driver shall be rated for an ambient operating temperature within the range of -40°C to +50°C (8) All electronics of the power supply shall be protected from all electrical surges with an elevated (10kV) electrical immunity rating including, but not limited to, lightning strikes and stray current in rebar and concrete. Surge protection shall be integral to the LED power supply. (9) The luminaire, including driver, shall consume no more than four watts of power in the off state. (a) Electrical immunity (including surge protection): The luminaire shall meet the “Elevated” 10kV/5kA requirements per IEEE/ANSI C136.2. The manufacturer shall indicate whether failure of the electrical immunity system can possibly result in disconnection of power from the luminaire. (b) Electromagnetic interference: The driver shall comply with Federal Communications Commission (FCC) 47 Code of Federal Regulations (CFR) part 15 non-consumer radio frequency interference (RFI) and/or electromagnetic interference (EMI) standards. 715.06 Alternative Power Sources. Electrical power systems not connected to an electrical power grid shall be one of the following: (a) General. Alternative power source systems shall conform to the following: (i) The assembly shall be UL or ETL listed for wet location and shall have a minimum ingress protection rating of IP66. (ii) The assembly shall withstand low and high frequency vibration (ANSI C136.31 Vibration Level 3G) over the rated life the assembly. (b) Battery. All batteries shall conform to the following and shall be approved by the Project Engineer: (i) General a. The battery shall have an extended operating temperature rated for operation and storage within the range of -40 °C to 85 °C. b. The nominal voltage shall be 12V. c. Shall have no less than 80% capacity after 12 months of storage at 25 °C.

Page 237: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

d. Batteries used for roadway luminaires shall have a minimum rated capacity for three days autonomy without charge, at full light output for the three-day duration. e. Batteries shall be rated for a 5-year design life. (c) Solar Panel. Solar panels shall be n-type, mono crystalline silicon, with greater than or equal to 20 percent efficiency at 25 °C. All solar panels shall be approved by the project Engineer. (d) Wind Turbine. All wind turbines shall conform to the following and be approved by the Project Engineer. (i) Shall consist of an axial flux coreless permanent magnet synchronous generator. (ii) Blade materials shall be reinforced polyamide. (iii) Shall include anti-vibration mounts. (iv) Shall include regulation to stop turbine from rotating when system is fully charged, or wind gusts are above design speeds. (v) The noise generated by the entire assembly shall be less than 55dBA at the adjacent edge of right of way. 715.07 Conduit. Unless otherwise specified, conduit shall be rigid metallic or semirigid plastic electrical conduit. Metallic conduit shall be clean, free of burrs, and galvanized. Plastic conduit shall be a semirigid type currently recommended and UL listed for the proposed use. Underground plastic conduit for street lighting shall conform to ASTM-F441 schedule 80. Fittings shall be the type used outside the conduit. Fittings shall connect the conduit in a manner that makes the joints watertight. Junction boxes used in structures shall be galvanized steel, 6 inches square by 4 inches deep, with weatherproof covers. Pull boxes and splice boxes shall be a minimum of 13 inches by 24 inches and 12 inches deep, and sized per NEC 314 and CDOT Standard S-613-3. Pull and/or splice boxes shall have heavy duty weatherproof covers rated for roadway applications. The housing shall be resistant to sunlight exposure, weathering, and chemicals; it shall be unaffected by freeze/thaw cycles. Covers shall fit flush to the sidewalk, turf area, or roadway surface. Hardware and inserts shall be stainless steel. The cover for street lighting circuits shall be marked “ELECTRICAL” or “STREET LIGHTING”. The cover shall list the minimum HS load rating of 22,500 psi. 715.08 Lighting Circuitry and Wiring. All wiring shall be copper with 600-volt insulation, rated for outdoor use. Wire sizes #14 AWG through #10 AWG shall be solid copper.

Page 238: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Wire sizes #8 AWG and larger shall be stranded copper; except, service ground conductors to grounding electrodes shall be #4 stranded, insulated copper. All conductor sizes shall be, at minimum, sized to the breaker amperage feeding the circuit per NEC Table 310.16. A breakaway submersible, in-line fuse holder and fuse for each hot conductor and breakaway submersible connector shall be installed on the neutral if a neutral is required. The grounding wires shall not be fused or breakaway. Fuse connectors shall be installed in the phase wires of their respective circuits at the junction box located as a back box to the luminaire or within the pole base or transformer base. The Contractor shall provide sufficient excess conductor length to allow withdrawal of the connected fuse holder from the hand hole. Fuses and fuse holders shall be UL listed and shall be installed in such a manner that the fuse stays with the load side when holder is separated. The Contractor shall form loops in the leads on each side of the fuse holders and so position the fuse holders that they may be easily removed or inserted through the opening of hand hole. All electrical apparatus used in the lighting system shall be rated to adequately handle the necessary loads and shall conform to power source requirements. Bonding and grounding electrodes shall conform to the requirements of subsection 613.08. 715.09 Secondary Service Pedestals, Lighting Control Centers, and Meter Power Pedestal. Secondary Service Pedestals, Lighting Control Centers, and Meter Power Pedestals shall be metal conforming to ANSI C47.12.28 Pad Mounted Enclosure Integrity Standard and shall be the nominal size and dimensions shown in the Contract. The cabinets shall be constructed of 12-gauge corrosion-resistant steel with hoods and covers constructed of 14-gauge corrosion-resistant steel. Cabinets shall be NEMA 3R or NEMA 4 construction and shall be UL listed as “Enclosed Industrial Control Equipment” (UL508A). Cabinets shall be vandal resistant dead-front enclosures. The cabinet’s external finish shall be polyurethane industrial grade powder paint of at least 1.7 mil thickness. The cabinet's internal finish shall be polyurethane industrial grade powder paint of at least 1.7 mil thickness or bare aluminum. All external fasteners, rivets, screws and bolts shall be stainless steel. Fasteners, except sealing screws, shall not be removable by external access. Hinges shall be stainless steel continuous piano type hinges. External nameplates shall be permanently attached to the cabinet. A stainless-steel handle shall be provided on the front exterior of each cabinet door or hood. Cabinet shall be equipped with a three-point latch. All handles shall be pad lockable per CDOT Maintenance requirements.

Page 239: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

The cabinet shall have separate isolated sections for metering equipment (if required), utility termination, and CDOT equipment. All sections must be sealed and pad lockable. The metering section shall have a hinged swing back hood with an integral hinged polycarbonate sealable window for visual access to meters. The utility termination section shall be sealed and securable with a padlock. The section shall have a lift off cover with a stainless steel handle. Sufficient clearance shall be provided for a 4-inch diameter conduit for utility cables. Utility landing lugs shall be UL listed and shall accommodate 6 - #350 kcmil conductors. An optional meter fusible disconnect ahead of the meter shall be provided for utility companies that require them. The CDOT compartment door shall be sealed and securable with a padlock. The compartment door shall be anchorable in an open position. There shall be a print pocket on the inside of the door. The print pocket shall hold all wiring schematics and instructions in a clear weatherproof sleeve with a side opening. Required UL labeling shall be located on the inside of the CDOT door. Distribution and control equipment shall be behind an internal dead-front door with a quarter-turn securing latch and be hinged to open more than 90 degrees. The dead-front door shall be hinged on the same side as the CDOT section door. Pedestal mounting bolts shall not be visible or accessible externally. Pedestal mounting shall include pedestal mounting base and hardware. Pad mounting shall include concrete pad mounting base, anchor bolt kit and hardware. Secondary service pedestals, lighting control centers, and meter power pedestals shall be rated for 600 VAC, installed with protection against damage from greater currents. The pedestals and centers shall be grounded with grounding electrodes in conformance with the current edition of the NEC. The following equipment is for a typical installation and may or may not be required per the project plans: (1) Fusible meter disconnect ahead of meter (optional per utility company requirements). (2) Service meter pedestal or a meter socket. Location of meter shall be confirmed by the Project Engineer per the CDOT region requirements. The meter shall confirm to the utility company requirements. (3) Service main circuit breaker that is installed in a circuit load center as sized on the plans. (4) Circuit load center with an all-copper bus for CDOT loads. (5) Circuit breakers. (6) Ground fault circuit interrupter receptacle (GFCI) (20 amp, 120 VAC NEMA 5-20R).

Page 240: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

(7) Multiple pole light contactors. (8) Test switch. (9) Photoelectronic control with exterior mounted 3-prong twist-lock receptacle. (10) Mounting pans or false backs for circuit breakers, contactors, relays, switches, transformers, and other types of electrical equipment mounted inside the cabinet. (11) 18” snow skirt (floor stand kit), optional per the Project Engineer’s requirements. (12) Cabinet style HVAC unit (heating, ventilation, and air-conditioning), optional per the Project Engineer’s requirements. The internal wiring of cabinets shall be assembled by a UL listed facility or by a licensed master electrician using UL listed components. Cabinets shall conform to one or more of the following standards where appropriate: UL 50 Cabinets and Boxes; UL 67 Panel Boards; UL 869A Service Equipment; and UL 508A Standard for Industrial Control Panels. Circuit breakers and equipment shall be labeled with an engraved permanent label on the dead-front panel to indicate the circuit controlled. Multiple pole light contactors shall be “lighting” type, specifically rated for the type of lighting load specified. The contactors shall have a 600-volt rating. All multiple pole light contactors shall be unenclosed, single phase with the number of poles specified on plans; they shall be open type lighting contactors with the rating shown or specified. Contactors shall be constructed for surface mounting on a false back or bracket within a weatherproof cabinet. The contactor coil shall operate on 120 Volt for 120/240 Volt or 120/208 Volt circuits and 277 Volt, for 277/480 Volt circuits. Contact material shall be designed for LED driver loads and require no maintenance such as filing, burnishing, or dressing at any time the contactor is in service. A 277 VAC rated test switch or hand-off-auto (HOA) switch shall be installed in the control cabinets if shown. The test switch shall be a heavy-duty single pole switch or circuit breaker rated at 20 amps and shall be installed in the control cabinet as a roadway lighting test switch. The switch shall be wired to shunt the photoelectric control relay power contactor and energize the lighting circuit contactors. The HOA switch shall be single or double pole, double throw, center off with 15A contacts. The HOA switch shall be wired to the photocell control when switch is in the Auto position, lighting contactor(s) shall close when photocell is in low light closure. HOA shall be wired to energize the lighting contactor(s) closure when the HOA is in the Hand position. The HOA’s Off position will turn off the control circuit.

Page 241: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

All components of the photoelectric control relays shall be housed in a weatherproof, locking, non-rusting container. The photoelectric control relay shall be rated for long life LED loads and attach to a three prong locking receptacle by a twisting motion. The photoelectric control relay shall meet or exceed the requirements of ANSI C136.10. The photoelectric control shall be factory set to turn on lights when ambient lighting levels fall to 1.4 foot-candles plus or minus 0.2 foot-candles when operated at 120 VAC. When operated at 250 VAC, turn on shall not change more than plus or minus 0.3 foot-candles from the 120 VAC value. The maximum off to on ratio shall be 1.5:1. The photoelectric control shall be a cadmium sulfide photoelectric control encapsulated for humidity protection, or a silicon junction type photo transistor. The photoelectric control shall be designed for normal operation at a dual voltage of 105 V and 285 V. Power consumption shall be less than 1 watt. At the designated voltage, the photoelectric control shall be capable of controlling a minimum load of 1000 watts. Minimum operating temperature range shall be from -40 °C to 65°C. A time delay control circuit shall prevent false turn offs by transient lighting conditions. The unit shall include a failsafe circuit for the lighting load such that the lighting systems remain energized if any functional failure of the photoelectric control circuit occurs. 715.10 Heavy Duty Safety Switch. All switches shall be heavy duty rated. Switch blades and jaws shall be fixable and plated copper. Switches shall have a pad lockable handle. Switches shall have defeatable door interlocks that prevent the door from opening when the handle is in the ON position (except for double-throw switches). Defeater mechanism shall be front accessible. Switches shall have deionizing arc chutes. Switch assembly and operating handle shall be an integral part of the enclosure base. Switches rated 30 A to 600 A shall have reinforced, rejection type fuse clips. Switch blades shall be readily visible in the “ON” and “OFF” position. Switch operating mechanism shall be non-teasible, positive quick-make/quick-break type. Bail type mechanisms are not acceptable. Fusible switches shall be suitable for service entrance equipment (except for 4-pole switches and 1200 A when used on 480Y/277 wye systems). Switches shall have line terminal shields (except for non-fusible double throw switches). Switches shall be suitable for systems capable of 200 kA at 480 V with Class J, L, R, or T fusing as applicable for single-throw switches; 100 kA at 600 V for double-throw switches. Embossed or engraved ON-OFF indication shall be provided. Double-make, double-break switch blade feature shall be provided. Fuse pullers shall be provided on all NEMA 3R, 4X and 12 switches through 200 A. Renewal parts data shall be shown on the inside of the door. All enclosures shall be NEMA 3R unless otherwise noted. Other types, where noted, shall be NEMA 4X watertight corrosion-resistant 316 stainless steel or NEMA 12 dust-tight and oil-tight special industry (dual NEMA 12/3R rating through 800 A). All

Page 242: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

enclosures shall have a factory installed ground terminal block. Nameplate shall be front cover mounted, containing a permanent record of switch type, ampere rating, and maximum voltage rating. 30 A to 100 A, NEMA 4X or NEMA 12 enclosures shall be provided with draw-pull latches.

AFFIRMATIVE ACTION REQUIREMENTS EQUAL EMPLOYMENT OPPORTUNITY

A. AFFIRMATIVE ACTION REQUIREMENTS Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 11246) 1. The Bidder’s attention is called to the “Equal Opportunity Clause” and the “Standard Federal Equal Employment Opportunity Construction Contract Specifications” set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the Contractor’s aggregate workforce in each trade on all construction work in the covered area are as follows: Goals and Timetable for Minority Utilization

Timetable - Until Further Notice

Economic Area

Standard Metropolitan Statistical Area (SMSA)

Counties Involved

Goal

157 (Denver)

2080 Denver-Boulder Adams, Arapahoe, Boulder, Denver, Douglas, Gilpin, Jefferson...................

13.8%

2670 Fort Collins Larimer................................................ 6.9%

3060 Greeley Weld.................................................... 13.1%

Non SMSA Counties Cheyenne, Clear Creek, Elbert, Grand, Kit Carson, Logan, Morgan, Park, Phillips, Sedgwick, Summit, Washington & Yuma............................

12.8%

158 (Colo. Spgs. - Pueblo)

1720 Colorado Springs El Paso, Teller..................................... 10.9%

6560 Pueblo Pueblo................................................. 27.5%

Non SMSA Counties Alamosa, Baca, Bent, Chaffee, Conejos, Costilla, Crowley, Custer, Fremont, Huerfano, Kiowa, Lake, Las Animas, Lincoln, Mineral, Otero, Prowers, Rio Grande, Saguache........

19.0%

159 (Grand Junction)

Non SMSA Archuleta, Delta, Dolores, Eagle, Garfield, Gunnison, Hinsdale, La Plata, Mesa, Moffat, Montezuma, Montrose, Ouray, Pitkin, Rio Blanco, Routt, San Juan, San Miguel

10.2%

Page 243: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

156 (Cheyenne - Casper WY)

Non SMSA Jackson County, Colorado.................. 7.5%

GOALS AND TIMETABLES FOR FEMALE UTILIZATION Until Further Notice......................................................................................................................6.9% -- Statewide

These goals are applicable to all the Contractor’s construction work (whether or not it is Federal or federally assisted) performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the Contractor also is subject to the goals for both its federally involved and non-federally involved construction. The Contractor’s compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts meet the goals established for the geographical area where the contract resulting form this solicitation is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor’s goals shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Par 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. 4. As used in this specification, and in the contract resulting from this solicitation, the “covered area” is the county or counties shown on the Invitation for Bids and on the plans. In cases where the work is in two or more counties covered by differing percentage goals, the highest percentage will govern. B. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1. As used in these Specifications:

Page 244: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

a. “Covered area” means the geographical area described in the solicitation from which this contract resulted; b. “Director” means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c. “Employer identification number” means the Federal Social Security number used on the Employer’s Quarterly Federal Tax Return, U.S. Treasury Department Form 941. d. “Minority” includes; (i) Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); (ii) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin, regardless of race); (iii) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (iv) American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the Contractor, or any Subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or Subcontractor participating in an approved Plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or Subcontractor toward a goal in an approved Plan does not excuse any covered Contractor’s or

Page 245: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Subcontractor’s failure to take good faith efforts to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered Construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any office of Federal Contract Compliance Programs Office or from Federal procurement contracting officers. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor’s obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor’s compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following; a. Ensure and maintain a working environment free of harassment, intimidation , and coercion at all sites, and in all facilities at which the Contractor’s employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor’s obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to

Page 246: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

community organizations when the Contractor or its union have employment opportunities available, and maintain a record of the organization’s responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source of community organization and of what action was taken with respect to each individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when he Contractor has other information that the union referral process has impeded the Contractor’s efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor’s employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor’s EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc., by specific review of the policy with all management personnel and with all minority and female employees at least once a year, and by posting the Contractor’s EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the Contractor’s EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with onsite supervisory personnel such as Superintendents, General Foreman, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor’s EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractors and Subcontractors with whom the Contractor does or anticipates doing business.

Page 247: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

i. Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor’s recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor’s workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. l. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc. such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor’s obligations under these specifications are being carried out. n. Ensure that all facilities and Contractor’s activities are nonsegregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisor’s adherence to and performance under the Contractor’s EEO policies and affirmative action obligation. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through p). The efforts of a contractor association, joint contractor-union contractor-community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through p of these specifications provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the

Page 248: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Contractor’s minority and female workforce participation, makes a good faith effort to meet its individual goal and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor’s and failure of such a group to fulfill an obligation shall not be a defense for the Contractor’s noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even thought the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any Subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13 The Contractor in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form, however,

Page 249: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). C. SPECIFIC EQUAL EMPLOYMENT OPPORTUNITY RESPONSIBILITIES. 1. General. a. Equal employment opportunity requirements not to discriminate and to take affirmative action to assure equal employment opportunity as required by Executive Order 11246 and Executive Order 11375 are set forth in Required Contract. Provisions (Form FHWA 1273 or 1316, as appropriate) and these Special Provisions which are imposed pursuant to Section 140 of Title 23, U.S.C., as established by Section 22 of the Federal-Aid highway Act of 1968. The requirements set forth in these Special Provisions shall constitute the specific affirmative action requirements for project activities under this contract and supplement the equal employment opportunity requirements set forth in the Required Contract provisions. b. The Contractor will work with the State highway agencies and the Federal Government in carrying out equal employment opportunity obligations and in their review of his/her activities under the contract. c. The Contractor and all his/her subcontractors holding subcontracts not including material suppliers, of $10,000 or more, will comply with the following minimum specific requirement activities of equal employment opportunity: (The equal employment opportunity requirements of Executive Order 11246, as set forth in Volume 6, Chapter 4, Section 1, Subsection 1 of the Federal-Aid Highway Program Manual, are applicable to material suppliers as well as contractors and subcontractors.) The Contractor will include these requirements in every subcontract of $10,000 or more with such modification of language as is necessary to make them binding on the subcontractor. 2. Equal Employment Opportunity Policy. The Contractor will accept as his operating policy the following statement which is designed to further the provision of equal employment opportunity to all persons without regard to their race, color, religion, sex, or national origin, and to promote the full realization of equal employment opportunity through a positive continuing program; It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, or national origin. Such action shall include; employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or

Page 250: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

other forms of compensation; and selection for training, including apprenticeship, preapprenticeship, and/or on-the-job training. 3. Equal Employment Opportunity Officer. The Contractor will designate and make known to the State highway agency contracting officers and equal employment opportunity officer (herein after referred to as the EEO Officer) who will have the responsibility for an must be capable of effectively administering and promoting an active contractor program of equal employment opportunity and who must be assigned adequate authority and responsibility to do so. 4. Dissemination of Policy. a. All members of the Contractor’s staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the Contractor’s equal employment opportunity policy and contractual responsibilities to provide equal employment opportunity in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum; (1) Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the Contractor’s equal employment opportunity policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer or other knowledgeable company official. (2) All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer or other knowledgeable company official, covering all major aspects of the Contractor’s equal employment opportunity obligations within thirty days following their reporting for duty with the Contractor. (3) All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer or appropriate company official in the Contractor’s procedures for locating and hiring minority group employees. b. In order to make the Contractor’s equal employment opportunity policy known to all employees, prospective employees and potential sources of employees, i.e., schools, employment agencies, labor unions (where appropriate), college placement officers, etc., the Contractor will take the following actions: (1) Notices and posters setting forth the Contractor’s equal employment opportunity policy will be placed in areas readily accessible to employees, applicants for employment and potential employees.

Page 251: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

(2) The Contractor’s equal employment opportunity policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 5. Recruitment. a. When advertising for employees, the Contractor will include in all advertisements for employees the notation; “An Equal Opportunity Employer.” All such advertisements will be published in newspapers or other publications having a large circulation among minority groups in the area from which the project work force would normally be derived. b. The Contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants, including, but not limited to, State employment agencies, schools, colleges and minority group organizations. To meet this requirement, the Contractor will, through his EEO Officer, identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority group applicants may be referred to the Contractor for employment consideration. In the event the Contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the Contractor’s compliance with equal employment opportunity contract provisions. (The U.S. Department of Labor has held that where implementation of such agreements have the effect of discriminating against minorities or women, or obligates the Contractor to do the same, such implementation violates Executive Order 11246, as amended.) c. The Contractor will encourage his present employees to refer minority group applicants for employment by posting appropriate notices or bulletins in areas accessible to all such employees. In addition, information and procedures with regard to referring minority group applicants will be discussed with employees. 6. Personnel Actions. Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, or national origin. The following procedures shall be followed; a. The Contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. b. The Contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices.

Page 252: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

c. The Contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the Contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The Contract will promptly investigate all complaints of alleged discrimination made to the Contractor in connection with his obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the Contractor will inform every complainant of all of his avenues of appeal. 7. Training and Promotion. a. The Contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees, and applicants for employment. b. Consistent with the Contractor’s work force requirements and as permissible under Federal and State regulations, the Contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training. c. The Contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. d. The Contractor will periodically review the training and promotion potential of minority group and women employees and will encourage eligible employees to apply for such training and promotion. 8. Unions. If the Contractor relies in whole or in part upon unions as a source of employees, the Contractor will use his/her best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women with the unions, and to effect referrals by such unions of minority and female employees. Actions by the Contractor either directly or thorough a contractor’s association acting as agent will include the procedures set forth below: a. The Contractor will use best efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minority group members and women for membership in the unions and increasing the skills of minority group employees and women so that they may qualify for higher paying employment.

Page 253: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

b. The Contractor will use best efforts to incorporate an equal employment opportunity clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, or national origin. c. The Contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the Contractor, the Contractor shall so certify to the State highway department and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the Contractor with a reasonable flow of minority and women referrals within he time limit set forth in the collective bargaining agreement, the Contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion , sex or national origin; making full efforts to obtain qualified and/or qualifiable minority group persons and women. (The U.S. Department of Labor has held that it shall be no excuse that the union with which the Contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees.) In the event the union referral practice prevents the Contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such Contractor shall immediately notify the State highway agency. 9. Subcontracting. a. The Contractor will use his best efforts to solicit bids from and to utilize minority group subcontractors or subcontractors with meaningful minority group and female representation among their employees. Contractors shall obtain lists of minority-owned construction firms from State highway agency personnel. b. The Contractor will use his best efforts to ensure subcontractor compliance with their equal employment opportunity obligations. 10. Records and Reports. a. The Contractor will keep such records as are necessary to determine compliance with the Contractor’s equal employment opportunity obligations. The records kept by the Contractor will be designed to indicate: (1) The number of minority and nonminority group members and women employed in each work classification on the project. (2) The Progress and efforts being made in cooperation with unions to increase employment opportunities for minorities and women (applicable only to contractors who rely in whole or in part on unions as a source of their work force).

Page 254: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

(3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minority and female employees, and (4) The progress and efforts being made in securing the services of minority group subcontractors or subcontractors with meaningful minority and female representation among their employees. b. All such records must be retained for a period of three years following completion of the contract work and shall be available at reasonable times and places for inspection by authorized representatives of the State highway agency and the Federal Highway Administration. c. The Contractors will submit an annual report to the State highway agency each July for the duration of the project, indicating the number of minority, women, and non-minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form PR 1391.

DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTS (LOCAL AGENCY)

1. Overview The Disadvantaged Business Enterprise (DBE) Program is a federally-mandated program that seeks to ensure non-discrimination in the award of U.S. Department of Transportation (DOT)-assisted contracts and to create a level playing field on which DBEs can compete fairly for DOT-assisted contracts. Local Public Agencies (LPAs) that receive federal funds, must comply with CDOT’s DBE program. To such end, CDOT sets a contract goal for DBE participation for each DOT-assisted LPA Contract. In order to be awarded the Contract, the bidder shall show that it has committed to DBE participation sufficient to meet the goal or has otherwise made good faith efforts to do so. CDOT will amend the goal prior to award if the lowest apparent bidder demonstrates that good faith efforts were made but sufficient commitments to meet the goal could not be obtained. CDOT and the LPA will monitor the progress of the Contractor throughout the project to ensure that the Contractor’s DBE commitments are being fulfilled. Modifications to the commitments must be approved by the CDOT Regional Civil Rights Office (RCRO). CDOT may withhold payment or seek other contractual remedies if the Contractor is not complying with the requirements of this special provision. Upon completion of the Contract, CDOT may require the LPA to reduce the final payment to the Contractor if the Contractor has failed to fulfill the commitments or made good faith efforts to meet the contract goal.

Page 255: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

For general assistance regarding the DBE program and compliance, contact CDOT’s Civil Rights and Business Resource Center (CRBRC) at (303)757-9234. For project specific issues, contact the LPA Engineer or RCRO. All forms referenced herein can be found on the CDOT website in the forms library. 2. Contract Assurance By submitting a proposal for this Contract, the bidder agrees to the following assurance and shall include it verbatim in all (including non-DBE) subcontracts: The contractor, subrecipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1) Withholding monthly progress payments; (2) Assessing sanctions; (3) Liquidated damages; and/or (4) Disqualifying the contractor from future bidding as non-responsible. 3. Definitions Terms not defined herein shall have the meaning provided in the CDOT Standard Specifications for Road and Bridge Construction. A. Commitment. A commitment is a portion of the Contract, identified by dollar amount and work area, designated by the bidder or Contractor for participation by a particular DBE. Commitments are submitted to CDOT via Form 1414, Anticipated DBE Participation Plan, or via Form 1420, DBE Plan Modification Request. Once approved, commitments are enforceable obligations of the Contract. B. Commercially Useful Function (CUF). Responsibility for the execution of the work and carrying out such responsibilities by actually performing, managing and supervising the work as further described in Section 8 below. C. Contract Goal. The percentage of the contract designated by CDOT for DBE participation. The contract goal for this contract is provided in the Project Special Provision Disadvantaged Business Enterprise Contract Goal. (1) The bidder/Contractor shall make good faith efforts to fulfill the contract goal with eligible DBE participation. For determining whether the contract goal was met prior to award, the contract goal shall be based upon the proposal amount excluding force account items. For determining whether the contract goal was met during and upon completion of the project, the contract goal shall be based upon the total earnings amount.

Page 256: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

(2) If the lowest apparent bidder demonstrates that it was unable to meet the contract goal but made good faith efforts to do so, the contract goal will be amended and the revised contract goal will be provided on Form 1417, Approved DBE Participation Plan. D. Disadvantaged Business Enterprise (DBE). A Colorado-certified Disadvantaged Business Enterprise listed on the Colorado Unified Certification Program (UCP) DBE Directory at www.coloradodbe.org. E. DBE Program Manual. The manual maintained by the CRBRC which details CDOT’s policies and procedures for administering the DBE program. A copy of the DBE Program Manual is available on the CRBRC webpage. F. Eligible Participation. Work by a DBE that counts toward fulfillment of the contract goal as described in Section 4 below. G. Good Faith Efforts. All necessary and reasonable steps to achieve the contract goal which, by their scope, intensity, and appropriateness to the objective, could reasonably be expected to obtain sufficient DBE participation, even if not fully successful. Good faith efforts are evaluated prior to award and throughout performance of the Contract. For guidance on good faith efforts, see 49 CFR Part 26, Appendix A. H. Joint Check. A check issued by the Contractor or one of its subcontractors to a DBE firm and a material supplier or other third party for materials or services to be incorporated into the work. I. Reduction. A reduction occurs when the Contractor reduces a commitment to a DBE. A reduction constitutes a partial termination. J. Subcontractor. An individual, firm, corporation or other legal entity to whom the Contractor sublets part of the Contract. For purposes of this special provision, the term subcontractor includes suppliers. K. Substitution. Substitution occurs when a Contractor seeks to find another DBE to perform work on the contract as a result of a reduction or termination. L. Termination. A termination occurs when a Contractor no longer intends to use a DBE for fulfillment of a commitment. M. Total Earnings Amount: Amount of the Contract earned by the Contractor, including approved changes and approved force account work performed, but not including any deductions for liquidated damages, price reduced material, work time violations, overweight loads or liens. The amount of the Contract earned does not include plan force account items (i.e. OJT, pavement incentives, etc).

Page 257: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

N. Work Code. A code to identify the work that a DBE is certified to perform. A work code includes a six digit North American Industry Classifications System code plus a descriptor. Work codes are listed on a firm’s profile on the UCP DBE Directory. The Contractor may contact the CRBRC to receive guidance on whether a work code covers the work to be performed. 4. Eligible Participation The following rules will be used to determine whether work performed by a DBE qualifies as eligible participation on the Contract: A. Work Must be Identified in Commitment. The work performed by the DBE must be reasonably construed to be included in the work area and work code identified by the Contractor in the approved commitment. (1) If the Contractor intends to use a DBE for work that was not listed in the commitment, the Contractor shall submit Form 1420, DBE Participation Plan Modification for approval of the modification. Unapproved work will not count toward the contract goal. (2) A DBE commitment cannot be modified to include work for which the DBE was not certified at the time of the approval of the original commitment. B. DBE Must be Certified to Perform the Work. The DBE must be certified to perform the work upon submission of the commitment and upon execution of the DBE’s subcontract. (1) When a commitment has been made, but upon review of Form 205, Sublet Permit, CDOT determines that the DBE is no longer certified in the work code which covers the work to be performed, the Contractor may not use the DBE’s participation toward the contract goal. The Contractor shall terminate the DBE commitment and seek substitute DBE participation in accordance with Section 9 below. (2) A DBE’s work will continue to count as eligible participation if the DBE was certified upon approval of Form 205, Sublet Permit and the certification status changes during the performance of the work. (3) Suppliers must be certified upon execution of the purchase order. C. DBE Performs the Work. Eligible participation will only include work actually performed by the DBE with its own forces. (1) Work performed by the DBE includes the cost of supplies and materials obtained by the DBE for its work on the Contract, including any equipment leased by the DBE, provided that such supplies or equipment are not purchased or leased from the Contractor or a subcontractor that is subletting to the DBE.

Page 258: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

(2) The term “work actually performed by the DBE with its own forces” includes work by temporary employees, provided such employees are under the control of the DBE. (3) If CDOT or the LPA determines that a DBE has not performed a CUF on the project, no participation by such DBE shall count toward the contract goal. D. DBE Subcontracts to Another Firm. When a DBE subcontracts part of the work, the value of the subcontracted work may only be counted toward the goal if the subcontractor is a DBE. Performance by non-DBE subcontractors, including non-DBE trucking firms and owner-operators, shall be deducted from the DBE’s participation. E. DBE Received Payment for the Work. Eligible participation only includes work for which the DBE has received payment, including the release of its retainage. F. Special Calculations for Suppliers. When a DBE supplies goods on a project, the DBE may be classified as a manufacturer, dealer or broker. The DBE’s status as a manufacturer, dealer or broker is determined on a contract-by-contract basis and is based upon the actual work performed. (1) When a DBE is deemed to be acting as a manufacturer, one hundred percent of the commitment will count as eligible participation. (2) When a DBE is deemed to be acting as a regular dealer (i.e. non-manufacturer supplier), only sixty percent of the commitment will count as eligible participation. (3) When a DBE is deemed to be acting as a broker, only the reasonable brokerage fee will count as eligible participation. G. Reasonable Fee for Contract-Specific Services. Services shall count toward the contract goal only if they are specifically required for the performance of the Contract. Non-contract specific expenses may not be counted toward the contract goal. Fees for services must be reasonable. Services include but are not limited to professional services, public involvement, etc. In the case of temporary employment placement agencies, only the placement fee for an individual to be specifically and exclusively used for work on the contract shall count as eligible participation. H. Pre-Approval for Joint Venture Participation. When a DBE is a participant in a joint venture, the DBE must apply to CDOT to determine how much of the work performed by the joint venture will count toward the contract goal. The DBE shall complete Form 893, Information for Determining DBE Participation when a Joint Venture Includes a DBE. Form 893 shall be submitted to CDOT CRBRC no less than ten days before the submission of the Proposal or to the RCRO no less than ten days before submission of the Form 205 to ensure sufficient time for review.

Page 259: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

5. Proposal Requirements In order to be eligible for award, the following shall be submitted with the proposal to the LPA: A. Form 1413, Bidders List. The bidder shall list each subcontractor (including both DBE and non-DBE subcontractors) that submitted a quote for participation on the project. Failure to submit a signed Form 1413 will result in rejection of the proposal. B. Form 1414, Anticipated DBE Participation Plan. If the Contract Goal is greater than zero, the bidder shall submit Form 1414 to document anticipated DBE participation. (1) If the Bidder has not obtained any DBE commitments, it shall still submit Form 1414 documenting zero anticipated participation. If the Contract Goal is greater than zero, failure to submit a signed Form 1414 shall result in rejection of the proposal. (2) The bidder shall list the DBE, work area(s), commitment amount and estimated eligible participation for each commitment. Once Form 1414 is submitted, a commitment may only be terminated or reduced in accordance with Section 9 below. The bidder is responsible for ensuring that commitments, and the estimated eligible participation resulting therefrom, have been properly calculated prior to submitting its proposal. (3) If the bidder is a DBE, the bidder must include itself in Form 1414 and list the work area(s) and amount that it intends to self-perform and count as eligible participation on the contract. (4) Commitments may be made to second tier or lower DBE subcontractors; however, the Contractor is ultimately responsible for the fulfillment of the commitment and shall sign the Form 1415, Commitment Confirmation. 6. Additional Forms Due Prior to Award. If the contract goal is greater than zero, or if the bidder has voluntarily made commitments, the Bidder shall submit the following forms to the LPA within five calendar days of selection as the lowest apparent bidder. These forms must be submitted to the CDOT CRBRC concurrent with the request for concurrence to award. A. Form 1415, Commitment Confirmation. A Form 1415, Commitment Confirmation shall be obtained from each DBE listed on Form 1414. The bidder shall complete Section 1 and the DBE shall complete Section 2 of Form 1415. Form 1415s shall be consistent with the commitments listed on Form 1414. The bidder shall not modify commitments listed on Form 1414 without good cause and approval from CDOT.

Page 260: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

The bidder shall contact CDOT if any issues arise which may require the bidder to alter or terminate a commitment. B. Form 1416, Good Faith Effort Report. If the total eligible participation listed on Form 1414 does not meet the contract goal, the lowest apparent bidder shall also submit Form 1416, Good Faith Effort Report and any supporting documentation that the bidder would like considered by CDOT as evidence of good faith efforts. 7. Commitment and Good Faith Effort Review A. Commitment Review. CDOT will evaluate the Form 1414 and each Form 1415 to ensure that it the commitment is valid and has been properly calculated. CDOT may investigate or request additional information in order to confirm the accuracy of a commitment. If CDOT determines that the total estimated eligible participation of the commitments does not meet the contract goal, within two business days of notice from CDOT, the bidder shall submit Form 1416 to CDOT. B. Good Faith Effort Review. If the total eligible participation of Form 1414 and all supporting Form 1415s does not meet the contract goal, CDOT will review Form 1416 and all supporting documentation submitted by the bidder in order to determine whether the bidder has demonstrated good faith efforts to obtain DBE participation. CDOT will use 49 CFR Part 26, Appendix A as a guide for determining whether the bidder made good faith efforts to meet the contract goal. A bidder will be deemed to not have made good faith efforts if the bidder lists a DBE for a work area for which the DBE is not certified and the bidder cannot establish a reasonable basis for its determination. CDOT may consider and approve commitments made after submission of the bid if the Bidder demonstrates that (1) good faith efforts were made prior to submission of the bid and (2) there is a reasonable justification for not obtaining the commitments prior to submission of the bid. C. Administrative Reconsideration. If CDOT determines that the bidder did not demonstrate good faith efforts to meet the contract goal, it will provide the bidder and LPA with written notice of its determination. The bidder will be provided an opportunity to request administrative reconsideration of the decision. The process for reconsideration is set forth in the Good Faith Effort Appeal Process, which is an Appendix I to the DBE Program Manual. A copy of the Good Faith Effort Appeal Process will be included in the written notice from CDOT. D. Form 1417, Approved DBE Participation Plan. If CDOT determines that the bidder has met the contract goal or made good faith efforts to do so, CDOT will issue to the bidder, with a copy to the LPA, Form 1417, Approved DBE Participation Plan, documenting the approved commitments. If CDOT determines that the bidder did not meet the contract goal but made good faith efforts to do so, via the Form 1417 CDOT will amend the contract goal in accordance with the commitments that were obtained and attach an explanation of its determination.

Page 261: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

8. Ongoing Oversight of DBE Participation A. Consistency Review. CDOT will review Form 205, Sublet Permit Application to determine whether the work being sublet is consistent with the DBE commitments. CDOT may withhold approval of the sublet or direct the LPA to stop performance of the work if the Contractor has reduced, terminated, or otherwise modified the type or amount of work to be performed by a DBE without seeking prior approval. B. Form 1419, DBE Participation Report. The Contractor shall submit Form 1419, DBE Participation Report to the LPA Engineer on a quarterly basis (January 15, April 15, July 15, and October 15) and upon completion of the Contract. The LPA may withhold progress payments if the quarterly Form 1419 is not received on time. The LPA will not provide final payment on the Contract until the final Form 1419 has been reviewed and approved by the CDOT RCRO. C. Joint Checks. All joint checks must be approved by the CDOT RCRO before they are used in payment to a DBE. Joint checks used in payments to DBEs will be monitored closely to ensure (1) the DBE is performing a CUF and (2) the joint checks are not being used in a discriminatory manner. The Contractor shall request approval for the use of a joint check in a written letter signed by the DBE and the Contractor, stating the reason for the joint checks and the approximate number of checks that will be needed. D. Commercially Useful Function. CDOT will monitor performance during the Contract to ensure each DBE is performing a CUF. If CDOT or the LPA determines that a DBE is not performing a CUF, no work performed by such DBE shall count as eligible participation. The DBE, Contractor, and any other involved third parties may also be subject to additional enforcement actions. (1) When determining whether a DBE is performing a CUF, CDOT and the LPA will consider the amount of work subcontracted, industry practices, the amount the firm is to be paid compared to the work performed and eligible participation claimed, and any other relevant factors. (2) With respect to material and supplies used on the Contract, in order to perform a CUF the DBE must be responsible for negotiating price, determining quality and quantity, ordering the material, installing the material, if applicable, and paying for the material itself. (3) With respect to trucking, in order to perform a CUF, the DBE trucking firm must own and operate at least one fully licensed, insured and operational truck used on the Contract. Additionally, the DBE trucking firm must be responsible for the management and supervision of the entire trucking operation for which it is responsible on the Contract.

Page 262: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

(4) A DBE does not perform a CUF when its role is limited to that of an extra participant in a transaction, contract or project through which funds are passed in order to obtain the appearance of DBE participation. CDOT will evaluate similar transactions involving non-DBEs in order to determine whether a DBE is an extra participant. (5) If a DBE does not perform or exercise responsibility for at least 30 percent of the total cost of its contract with its own work force, or the DBE subcontracts a greater portion of the work than would be expected on the basis of normal industry practice for the type of work involved, CDOT and the LPA will presume that the DBE is not performing a CUF. The DBE may present evidence to rebut this presumption. 9. DBE Participation Plan Modifications A. Contractor must Use DBEs Listed in Approved Plan. The Contractor shall utilize the specific DBEs listed to perform the work and supply the materials for which it is listed unless the Contractor obtains the CDOT RCRO’s written consent to terminate, reduce or modify the commitment. Unless CDOT grants such consent, the Contractor will not be entitled to payment for the work or materials. Failure to carry out the requirements of this section is a material breach of the Contract and may result in the termination of the Contract or other remedies established by CDOT or the LPA. B. Form 1420, DBE Participation Plan Modification Request. During the performance of the Contract, the Contractor shall use Form 1420, DBE Participation Plan Modification Request to communicate all requests for termination, reduction, substitution, and waivers to the CDOT RCRO. One Form 1420 may include multiple requests and must be submitted at the time of the occurrence or, if that is not possible, within a reasonable time of the occurrence requiring termination, reduction, substitution or waiver. C. Commitment Terminations and Reductions. No commitment shall be terminated or reduced without CDOT’s approval. Terminations and reductions include, but are not limited to, instances in which a Contractor seeks to perform work originally designated for a DBE subcontractor with its own forces, those of an affiliate, a non-DBE firm or with another DBE firm. In order to receive approval, the Contractor shall: (1) Have good cause for termination or reduction. Good cause may include: (i) the DBE fails or refuses to execute a written contract; (ii) the DBE fails or refuses to perform the work of its subcontract consistent with normal industry standards, provided that such failure is not the result of bad faith or discriminatory actions of the Contractor or one of its subcontractors; (iii) the DBE fails to meet reasonable, nondiscriminatory bond requirements; (iv) the DBE becomes bankrupt, insolvent, or exhibits credit unworthiness;

Page 263: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

(v) the DBE is ineligible to work because of suspension or debarment proceedings or other state law; (vi) the DBE is not a responsible contractor; (vii) the DBE voluntarily withdraws from the project and provides written notice to CDOT, (viii) the DBE is ineligible to receive DBE credit for the work required; (ix) the DBE owner dies or becomes disabled and is unable to complete the work; (x) the DBE ceases business operations or otherwise dissolves; (xi) or other documented good cause that compels termination. Good cause does not exist if the Contractor seeks to terminate a DBE it relied upon to obtain the contract so that the Contractor can self-perform the work for which the DBE was engaged or so that the Contractor can substitute another DBE or non-DBE contractor after contract award. (2) Provide the DBE notice of the Contractor’s intent to terminate or reduce the commitment and the reason for such termination or reduction, with a copy to the CDOT RCRO and LPA; (3) In the notice of intent, provide the DBE at least five calendar days to respond to the notice and inform CDOT and the Contractor of the reasons, if any, why it objects to the proposed termination or reduction and any reasons that it shall not be approved. The Contractor is not required to provide the five calendar days written notice in cases where the DBE in question has provided written notice that it is withdrawing from the subcontract or purchase order. The notice period may be reduced by the CDOT RCRO if required by public necessity. (4) Following the notice period, if the Contractor decides to proceed, submit Form 1420 requesting approval of the termination or reduction. (5) When a commitment is terminated or reduced (including when a DBE withdraws), make good faith efforts to find another DBE to substitute. These good faith efforts shall be directed at finding another DBE to perform at least the same amount of work under the contract as the participation that was terminated or reduced up to the contract goal. D. Contract Changes. In the event of a contract change:

Page 264: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

(1) If the LPA eliminates or reduces work committed to a DBE, such change shall be considered good cause for termination or reduction in accordance with Section 9.B above. The Contractor shall follow the processes outlined in Section 9.B. (2) If the LPA issues a change which increases or adds new work items, the Contractor shall ensure that it has obtained sufficient DBE participation to meet the Contract Goal, or has made good faith efforts to do so. E. Process for Substitution or Increase in Participation to Meet the Contract Goal. When the Contractor must obtain additional DBE participation to meet the Contract Goal, whether resulting from an approved termination or reduction or a change to the Contract, the Contractor shall: (1) Increase the participation of a DBE for any work items previously identified in an approved commitment without seeking CDOT approval; provided, however, that at its discretion, the CDOT RCRO may request a Form 1420 documenting such additional participation; or (2) If the Contractor needs to add new work to a commitment or obtain additional participation from a DBE that is not already participating on the contract pursuant to an approved commitment, submit a Form 1420 and Form 1415 to the RCRO requesting approval of the additional participation; or (3) If the Contractor determines that additional DBE participation cannot be obtained, submit a Form 1420 to the RCRO requesting waiver of the participation. The Contractor shall include its justification for not obtaining additional participation and, at its discretion, CDOT may require additional information regarding the efforts of the Contractor. If the Contractor has not obtained substitute participation, the RCRO may require the Contractor to submit evidence of good faith efforts to substitute. The contractor shall have seven days to submit such information. This period may be extended at the discretion of the RCRO. 10. Payment Reduction The Contractor’s retainage will not be released until the CDOT RCRO has determined whether the Contractor will be subject to a payment reduction. Payment reductions will be calculated as follows: A. Failure to Fulfill Commitments. If the Contractor terminated or reduced a commitment, the Contractor will be subject to a payment reduction for any termination or reduction which was not approved via a Form 1420. B. Failure to Meet Contract Goal. If the Contractor failed to meet the contract goal, the Contractor will be subject to a payment reduction for the portion of the contract goal that was not met and was not waived via an approved Form 1420.

Page 265: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

C. Duplication. The contractor will not be subject to duplicate reduction for the same offense. D. Adjustments. CDOT may adjust the payment reduction wherein the Contractor demonstrates that its failure to obtain DBE participation was due to circumstances outside of its control. 11. Other Enforcement A. Investigations. As it determines necessary, CDOT or the LPA may conduct reviews or investigations of participants. All participants, including, but not limited to, DBE firms and applicants for DBE certification, complainants, and contractors using DBE firms to meet contract goals, are required to cooperate fully and promptly with compliance reviews, certification reviews, investigations, and other requests for information. B. Intimidation and retaliation. Participants shall not intimidate, threaten, coerce, or discriminate against any individual or firm for the purpose of interfering with any right or privilege secured by the DBE program or because the individual or firm has made a

complaint, testified, assisted, or participated in any manner in an investigation, proceeding, or hearing under the DBE program. C. Consequences of Non-Compliance. Failure to comply with subsections 11 A. or 11 B. shall be a ground for appropriate action against the party involved (e.g., with respect to recipients, a finding of noncompliance; with respect to DBE firms, denial of certification or removal of eligibility and/or suspension and debarment; with respect to a complainant or appellant, dismissal of the complaint or appeal; with respect to a contractor which uses DBE firms to meet goals, findings of non-responsibility for future contracts and/or suspension and debarment). D. Fraud and Misrepresentation. If CDOT or the LPA determines that a Contractor or subcontractor was a knowing and willing participant in any intended or actual subcontracting arrangement contrived to artificially inflate DBE participation or any other business arrangement determined by CDOT or the LPA to be unallowable, or if the Contractor engages in repeated violations, falsification or misrepresentation, CDOT may: (1) refuse to count any fraudulent or misrepresented DBE participation; (2) withhold progress payments to the Contractor commensurate with the violation; (3) suspend or reduce the Contractor’s prequalification status; (4) refer the matter to the Office of Inspector General of the US Department of Transportation for investigation; or

Page 266: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

(5) seek any other available contractual remedy

ON THE JOB TRAINING This On-the-Job Training (OJT) special provision is an implementation of 23 U.S.C, 140(a), a federal requirement to provide equal opportunity and training on federal-aid construction projects. The Contractor shall meet the requirements of the FHWA 1273 for all apprentices and trainees. For additional guidance, please look at the OJT Contractor Manual. 1. Goal Setting CDOT will set OJT goals for every federally-assisted project. Goals for the projects will be set based on the criteria that is outlined in the 23 CFR Part 230, Appendix B to Subpart (A): A. Availability of minorities, women, and disadvantaged persons for training; B. The potential for effective training; C. Duration of the contract; D. Dollar value of the contract; E. Total normal workforce that the average bidder could be expected to use; F. Geographic location; G. Type of work; H. The need for journey-level workers in the area; I. Recognition of the state’s goal; J. A satisfactory ratio of trainees to journeymen expected to be on the workforce. The number of required training hours will be identified in the Contract. The following chart provides guidelines based on contract value, but the required number of hours will be determined by CDOT after consideration of the aforementioned variables.

Contract dollar value Training hours to be

provided on the project

Up to 1 million 0

>1 - 2 million 320

>2 - 4 million 640

>4 - 6 million 1280

>6 - 8 million 1600

>8 - 12 million 1920

>12 - 16 million 2240

>16 - 20 million 2560

Page 267: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

For each increment of $5 million, over $20

million 1280

2. Training Plan Options CDOT accepts the following training programs: A. CDOT’s pre-approved classifications utilization program (PAC-UP); B. A registered U.S. Department of Labor training program or apprenticeship program; C. Approved programs through workforce centers and through specific groups like Colorado Contractors Association (CCA) and Western Colorado Contractors Association (WCCA); D. A Contractor specific plan approved by CDOT and the Federal Highway Administration (FHWA). The minimum length and type of training for each skilled craft shall be as established in the training program selected by the Contractor. When one or more approved plans are chosen, the Contractor shall submit the OJT Contractor Commitment to Meet OJT Requirements, CDOT Form 1337 to the Engineer. Additional pre-approved training programs and/or additional apprentices/trainees may be utilized at any point throughout the project. The plan option(s) that the Contractor chooses will be effective for the duration of the project. 3. Journey-Level Worker to Apprentice/Trainee Ratio The OJT goal requirement shall be met through approved trainee(s)/apprentice(s) working on the CDOT project under the supervision of a journey-level worker. For the CDOT Pre-Approved Classification Training Programs (PAC-UP), the apprentice/trainee ratio to journey-level worker shall not exceed a one to one ratio for all classifications, and the Contractor shall not exceed 25 percent of the workforce as trainees/apprentices at any time. Furthermore, it is at CDOT’s discretion that a stricter ratio guideline may be imposed as outlined in the specific training classification. For all other approved programs, the apprentice/trainee ratio shall be as outlined in the specific program. When apprentices/trainees are on the job without proper supervision as outlined above, they shall be paid full Davis-Bacon wages. 4. Trainee Selection Two components must be considered when choosing a trainee:

Page 268: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

A. The intent of this program is for Contractors to recruit and train entry-level individuals or individuals who will be working within new classifications and guide them toward journey-level status in that specific classification. A trainee will not be approved in any classification for which they have already obtained journey-level status. B. Another intent of the OJT program is the primary consideration for the Contractor to use minorities, women, and disadvantaged persons to fulfill the trainee roles, and as such, the Contractor shall make every effort to enroll such individuals in the program by using “systematic and direct recruitment through public and private sources.” The consideration to include women and minorities is based on the regulation; however, it will not be used to systematically deny any one person or group from the opportunity to be a part of the OJT program. CDOT may reject non-minority male trainees for entry into the program if it is determined that a Contractor failed to make sufficient good faith efforts (GFE) to hire minorities or female trainees and/or the Contractor failed to document or submit evidence of its GFE to do so. CDOT will consider a Contractor’s documentation of all GFE on a case-by-case basis and will take into account the items listed in the goal setting section of this specification. For more information, please see Section 11 of this specification. 5. OJT Apprentice/Trainee Approval As a condition of the OJT program, the Contractor will: A. Notify all employees at the start of employment and at a minimum of at least once per year regarding the available training programs, positions, and eligibility requirements. The Contractor shall document that this information was conveyed to and received by employees. B. Provide each trainee with a copy of his or her enrollment form (if applicable) and the training program within a month of starting the chosen plan. The OJT submittals (CDOT Form 1337, Contractor Commitment to Meet OJT Requirements; CDOT Form 832, Trainee Status and Evaluation; CDOT Form 838, OJT apprentice/trainee Record) shall be filled out completely and approved or rejected by CDOT. If the apprentice/trainee is working within the proposed classification before approval is granted, full Davis-Bacon prevailing wages shall be paid to the individual. The Regional Civil Rights Office must approve the CDOT Form 838 prior to any of the hours counting toward the OJT goal. If there is a CDOT delay that is completely outside of the Contractor’s responsibility for approval of the apprentices/trainees, and if approval is ultimately granted, the date that will be utilized will be ten business days after the date that the CDOT Form 838 was submitted. The Contractor shall retain full responsibility for meeting the training requirements imposed by this special provision.

Page 269: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

6. Eligible Work Activities that Count Toward the Training Goal The work hours that are completed on the site of work and per the training documents for approved apprentices/trainees in approved classifications and programs will apply toward the project goal. Hours for work performed outside the individual’s approved training classification will not count toward the project OJT goal and the individual shall be paid full applicable prevailing wage. Job shadowing can apply toward the project goal if it is written into the specific training plan. If the Contractor is using CDOT’s PAC-UP training program, job shadowing can apply toward the project goal when the approved employee is performing within the “Observation” component of the plan (hours vary by classification). Non-CDOT project hours will not be accepted toward the project goal. Although US DOL apprenticeship programs can use the reduced wages for any CDOT job (with or without an OJT goal) with approval, none of these “additional” hours may be banked or included for use as part of the required special provisions on any project other than that for which it was approved. The Contractor may count OJT hours accomplished by a subcontractor with an approved plan. The subcontractor’s trainee or apprentice, who is enrolled in any of the approved OJT programs and is contributing toward meeting a project’s OJT goal hours, can count toward the project’s OJT goal to satisfy the requirement of this specification. A subcontractor who chooses to participate in meeting the OJT goal shall follow the same process as the Contractor in terms of approving apprentices/trainees, submitting forms, etc. The Contractor retains the full responsibility for meeting the training requirements imposed by this special provision. 7. Contractor Training and Trainee Monitoring The Contractor’s representative (supervisor, manager, or other designee) will evaluate progress for the apprentice/trainee monthly and will provide a copy to the apprentice/trainee of the submitted CDOT Form 832 within 30 calendar days. This evaluation will include documentation of the apprentice/trainee’s performance including what was done well and what needs to be improved. The Contractor training and monitoring will be evaluated through CDOT’s use of the CDOT Form 200 Interview. 8. Wages The Contractor may pay apprentice/trainee wages at a reduced rate for those that are in an approved program according to the following guidelines: US DOL Apprenticeship Programs Rates (at minimum) will be paid according to the scaled adjustments for a registered US DOL Apprentice. Fringe benefits (either in cash and/or bona fide benefits in lieu of cash) will be paid in full and as outlined by the bargained agreement. If fringe benefits are not mentioned as part of a bargained

Page 270: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

agreement or if there is no collectively bargained agreement, full fringe benefits will be paid as outlined through the US DOL wage decision. Approved US DOL apprenticeship programs can use the reduced wages for any CDOT project. If the project does not have a training goal and the Contractor is seeking to pay apprenticeship rates as part of a registered US DOL Apprenticeship Program, the following documentation is required to ensure wages are being paid correctly: apprenticeship program registration, OA (formerly BAT) certificates, and collective bargaining agreement including the wage sheet. Other Approved Programs For all other OJT wage reductions, reduced percentages are allowed for the project if there is a goal greater than zero as outlined in the 23 CFR Appendix B to Subpart A of Part 230 (as described in this section), in the collectively bargained agreement, or as outlined in the specific plans. If the Contractor chooses to pay the trainee rates, the reduced percentage shall be based only on the base rate of pay. Fringe benefits shall be paid at 100 percent of the journey-level wage. If the apprentice/trainee is working within the proposed classification before approval is granted, full Davis-Bacon prevailing wages shall be paid to the apprentice/trainee. The minimum trainee wage (base and fringe) shall be no less than $13.00 per hour. Trainees shall be paid at minimum: First half of the training period -- at least 60 percent of the appropriate minimum journey-level rate Third quarter of the training period – at least 75 percent of the appropriate minimum journey-level rate Last quarter of the training period -- at least 90 percent of the appropriate minimum journey-level rate 9. Contractor Reporting The Contractor shall keep all data associated with the trainees and the project for a period of at least three years from the closing date of the Contract. 10. Reimbursement to Contractors For the purposes of reimbursement, the Contractor will have satisfied its responsibilities under this specification if CDOT has determined that it has fulfilled the acceptable number of training hours. Contractors will be reimbursed at a rate of $10.00 per hour per (approved) trainee for all OJT hours worked in approved classifications up to the project goal.

Page 271: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

The Contractor will be reimbursed for no more than the amount outlined in the OJT Force Account budget. 11. OJT Good Faith Efforts (GFE) CDOT recognizes two explanations of good faith efforts: (1) The Contractor will be required to prove an effort has been made to achieve a diversified workforce, but it has not yet been accomplished, or (2) The attempt has been made to meet the number of required OJT hours by using approved trainees or apprentices in approved classification(s) utilizing approved plans, but the Contractor cannot meet the required number of hours. In either case, a GFE will be required, and the Region Civil Rights Office will make the determination. A. If the Contractor does not meet its OJT project goal with the inclusion of some female and/or minority trainees, the Contractor may be requested to produce documentation of adequate good faith efforts taken to fill that position with a minority or female applicant. Good faith efforts are designed to achieve equal opportunity through positive, assertive, and continuous result-oriented measures. Good faith efforts should be taken as hiring opportunities arise. B. If the Contractor does not meet its OJT project goal, the Contractor may submit a CDOT Form 1336, Waiver Request for Contract’s OJT Hours. On the form, the Contractor shall outline and submit all good faith efforts made when it is believed that the required number of training hours will not be met. If GFE is not demonstrated and approved, The Contractor will be subject to payment reductions outlined in the Disincentive Section. If a good faith effort has been denied by CDOT, the Contractor may ask for reconsideration by the Region Civil Rights Manager and the Resident Engineer for the region where work is being performed. Additionally, if requested by the Contractor, the Region Civil Rights Office and the Project Engineer will meet with the Contractor to discuss the Contractor’s initial Good Faith Effort determination. 12. Disincentive A failure to provide the required training without the demonstration and approval of GFE to meet the project OJT goal may result in the Region Civil Rights Office assigning the following disincentive: A sum representing the total number of hours not met in the contract shall be multiplied by the journey worker hourly wages plus fringe benefits [(hours not met) x (dollar per hour + fringe benefits) = disincentive amount]. In order to obtain the disincentive amount, the journey worker wages will be figured using the prevailing wages for the classifications outlined on the CDOT Form 1337. If a single classification is noted on the submitted CDOT Form 1337, then that one wage will be used to figure the monetary amount owed. If multiple classifications are used, then the journey worker wages of all classifications will be used to determine an average

Page 272: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

wage rate. If the Contractor does not submit any documentation toward the OJT goal, the disincentive rate will be calculated at $30.00 per hour. CDOT will provide the Contractor a written notice at the final acceptance stage of the project informing them of the noncompliance with this specification which will include a calculation of the disincentive(s) to be assessed.

SPECIAL CONSTRUCTION REQUIREMENTS FIRE PROTECTION PLAN

(a) Fire Protection Plan. Prior to start of work, the Contractor shall submit a Fire Control Plan in writing to the Engineer for approval. The plan shall include the following: (1) The name and contact information of a Fire Control Coordinator who shall be assigned to the project. (2) A list of numbers to call in case of a fire, including 911 (or the equivalent in the area). (3) A complete list, including storage locations, of all tools and equipment the Contractor will use in the event of a fire within project limits. (4) Methods that will be employed if a fire is encountered or started during construction activities within the project limits. (5) Specific fire prevention precautions, and the required firefighting equipment, for every activity which has the potential for starting a fire. At a minimum the plan shall address prevention planning related to use of heavy equipment, vehicles, hand tools, storage and parking areas. (6) Specific precautions for fueling operations. (7) Provisions for field safety meetings. The Contractor shall conduct field safety meetings (also known as toolbox or tailgate meetings) at least once per week. The Contractor shall encourage participation by all persons working at the project site. Participants shall discuss specific fire prevention precautions for construction activities. (b) Equipment and Procedures. (1) Fire Boxes. Fire boxes shall contain tools and equipment that shall be used exclusively for controlling or suppressing fires which occur due to construction activities on project sites. Each fire box shall contain, as a minimum, the following:

(1) five round-pointed shovels, (2) two double-bitted axes, (3) three pulaskis or mattocks, and (4) two backpack pumps

Page 273: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

(2) Welding. If welding at field locations is required, the welding shall be done at a location where all flammable material has been cleared away for a distance of 16 feet around the area. (3) Spark Arrestors. All diesel and gasoline powered engines, both mobile and stationary, shall be equipped with serviceable spark arrestors. (4) Power Saws. Each gasoline power saw shall be provided with a spark screen and a muffler in good condition. Spill proof metal safety cans shall be used for refueling. (5) Storage and Parking Areas. Batch plant areas, equipment service areas, parking areas, gas and oil drum storage areas, and explosive storage areas shall be cleared of all flammable materials for a distance of 50 feet. Small stationary engine sites shall be cleared of all flammable material for distance of 17 feet. Other mitigation methods may be used as approved by the Engineer (c) Fire Control Coordinator Responsibilities. The Fire Control Coordinator shall: (1) Implement the Fire Control Plan. (2) Monitor, manage, and adjust the Fire Control Plan as needed as construction work progresses. (3) Document in a letter to the Engineer changes to the Fire Control Plan. (4) Immediately contact firefighting authorities when a fire is started due to construction activities within project limits. (5) Coordinate fire control and suppression activities until authorities arrive, including the evacuation of staff. (6) When the Fire Control Coordinator cannot be on the project site, he shall designate a person who is on site to serve as the Fire Control Coordinator. The Fire Control Coordinator, or his designee, shall be on site at all times that work is being performed. (d) Costs. All costs associated with the preparation and implementation of the Plan and compliance with all fire protection provisions and requirements will not be measured and paid for separately, but shall be included in the work.

Page 274: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

SCHEDULE F – MEASUREMENT AND PAYMENT

BID ITEM NO. 201-00000: CLEARING AND GRUBBING (LS) a. Measurement Clearing and Grubbing shall be paid for by lump sum measurement and as accepted by the Engineer as complying with the plans and specifications. Clearing and Grubbing shall be in accordance with Section 220 of the City of Colorado Springs Standard Specifications, and with the Revision to Section 220 – Removal of Structures and Obstructions. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for clearing and grubbing shall include tree/shrub trimming, scalping, removal and off-site disposal of vegetation and debris within the limits of the project. All holes left behind shall be filled with suitable material to existing grade as directed by the Engineer. Removal of tree to be paid for separately. BID ITEM NO. 201-00010: REMOVAL OF TREE (EA) a. Measurement The quantity to complete Removal of Tree to be paid for will be determined by measurement of the number of ground signs actually removed and accepted by the Engineer as complying with the plans and specifications. Removal of Tree shall be in accordance with Section 220 of the City of Colorado Springs Standard Specifications, and with the Revision to Section 220 – Removal of Structures and Obstructions. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for removal of tree shall include tree removal to include stump removal. All holes left behind shall be filled with suitable material to existing grade as directed by the Engineer. BID ITEM NO. 202-00019: REMOVAL OF INLET (EA) a. Measurement The quantity to complete Removal of Inlet to be paid for will be determined by measurement of the number of inlets actually removed and accepted by the Engineer as complying with the plans and specifications. Removal of Inlet shall be in accordance

Page 275: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

with Section 220 of the City of Colorado Springs Standard Specifications, and with the Revision to Section 220 – Removal of Structures and Obstructions. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for removal of inlet shall include saw cutting, removal and off-site disposal of all concrete and subsequent backfill of materials removed, reinforcing steel and all other features of the inlet. BID ITEM NO. 202-00021-SPC: REMOVAL OF EXISTING MANHOLE (0’ – 12 DEPTH) (SANITARY) (EA) a. Measurement The quantity to complete Removal of Existing Manhole (0’ – 12’ Depth)(Sanitary) to be paid for will be determined by measurement of the number of manholes actually removed and accepted by the Engineer as complying with the plans and specifications. Removal of Existing Manhole (0’ – 12’ Depth)(Sanitary) shall be in accordance with Section 220 of the City of Colorado Springs Standard Specifications, and with the Revision to Section 220 – Removal of Structures and Obstructions and CDOT section 210. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for removal of manhole shall include saw cutting, removal and off-site disposal of all concrete and subsequent backfill of materials removed, reinforcing steel and all other features of the manhole. BID ITEM NO. 202-00026: REMOVAL OF SLOPE AND DITCH PAVING (SY) a. Measurement Removal of Slope and Ditch Paving to be paid for shall be determined by measurement of the number of square yards of material removed and accepted by the Engineer as complying with the plans and specifications. Removal of Slope and Ditch Paving shall be in accordance with Section 220 of the City of Colorado Springs Standard Specifications, and with the Revision to Section 220 – Removal of Structures and Obstructions.

Page 276: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

b. Payment ayment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for removal of slope and ditch paving shall include saw cutting, removal and off-site disposal of all concrete and subsequent backfill of materials removed, reinforcing steel and all other features of the slope and ditch paving. BID ITEM NO. 202-00031: REMOVAL OF FIRE HYDRANT (EA) a. Measurement The quantity of Removal of Fire Hydrant will be determined by measurement of the number of fire hydrants removed and accepted by the Engineer as complying with the plans and specifications. Removal of Fire Hydrant shall be in accordance with Revision of Section 220 – Removal of Structures and Obstructions (Utilities). Work shall be subject to inspection and testing by City of Colorado Springs Water Utilities. b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment shall be full compensation for sawing, excavation, removal and flow fill of hydrants and other appurtenances, abandonment by filling with sand, and subsequent backfill of materials required for removal. The cost for the removal of the fire hydrant at Sta. 1+59 shall include the removal of the 6” x 6” tee, and the installation of a section of 6” PVC in place of the removed tee. BID ITEM NO. 202-00035: REMOVAL OF PIPE (LF) a. Measurement The quantity to complete Removal of Pipe to be paid for will be determined by measurement of the number of linear feet of pipe actually removed and accepted by the Engineer as complying with the plans and specifications. Removal of Pipe shall be in accordance with Section 220 of the City of Colorado Springs Standard Specifications, and with the Revision to Section 220 – Removal of Structures and Obstructions. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for removal of pipe shall include saw cutting, removal and off-site disposal of all materials and subsequent backfill of materials removed and all other features of the pipe.

Page 277: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 202-00035-SPC1: REMOVAL OF PIPE (8” PVC)(>7’ DEEP) (SANITARY) (LF) a. Measurement The quantity to complete Removal of Pipe (8” PVC) (< 7’ Deep) (Sanitary) to be paid for will be determined by measurement of the linear foot of sanitary sewer pipe actually removed and accepted by the Engineer as complying with the plans and specifications. Work shall be in accordance with shall be in accordance with shall be in accordance with Revision of Section 220 – Removal of Structures and Obstructions (Utilities). b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for removal of pipe shall include saw cutting, removal and off-site disposal of all materials and subsequent backfill of materials removed. BID ITEM NO. 202-00035-SPC2: REMOVAL OF PIPE (12” DIP) (LF) a. Measurement The quantity to complete Removal of Pipe (12” DIP) to be paid for will be determined by measurement of the linear feet of pipe actually removed and accepted by the Engineer as complying with the plans and specifications. Work shall be in accordance with shall be in accordance with Revision of Section 220 – Removal of Structures and Obstructions (Utilities). b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for removal of pipe shall include saw cutting, removal and off-site disposal of all material and subsequent backfill of materials removed. BID ITEM NO. 202-00035-SPC3: REMOVAL OF PIPE (12’ PERMASTRAND) (LF) a. Measurement The quantity to complete Removal of Pipe (12’ Permastrand) to be paid for will be determined by measurement of the linear feet of pipe actually removed and accepted by the Engineer as complying with the plans and specifications. Work shall be in accordance with shall be in accordance with Revision of Section 220 – Removal of Structures and Obstructions (Utilities).

Page 278: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for removal of pipe shall include saw cutting, removal and off-site disposal of all materials and subsequent backfill of materials removed. BID ITEM NO. 202-00035-SPC4: ABANDON EXISTING 12” WATER MAIN (LF) a. Measurement The quantity to complete Removal of Abandon Existing 12” Water Main to be paid for will be determined by measurement of the linear feet of pipe actually removed and accepted by the Engineer as complying with the plans and specifications. Work shall be in accordance with shall be in accordance with Revision of Section 220 – Removal of Structures and Obstructions (Utilities). b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment shall include saw cutting, removal and off-site disposal of all materials and subsequent backfill of materials removed. The cost of removing existing water main where a water lowering is proposed is incidental to the cost of the project. The cost of suitable flow-fill material for the abandonment of water mains shall be incidental to the cost of Abandon Existing 12” Water Main. BID ITEM NO. 202-00155: REMOVAL OF WALL (LF) a. Measurement Removal of Wall to be paid for shall be determined by measurement of the number of linear feet of material removed and accepted by the Engineer as complying with the plans and specifications. Removal of Wall shall be in accordance with Section 220 of the City of Colorado Springs Standard Specifications, and with the Revision to Section 220 – Removal of Structures and Obstructions. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for removal of wall shall include saw cutting, removal and

Page 279: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

off-site disposal of all wall materials and subsequent backfill of materials removed, and all other features of the retaining wall. BID ITEM NO. 202-00200: REMOVAL OF SIDEWALK (SY) a. Measurement Removal of Sidewalk to be paid for shall be determined by measurement of the number of square yards of material removed and accepted by the Engineer as complying with the plans and specifications. Removal of Sidewalk shall be in accordance with Section 220 of the City of Colorado Springs Standard Specifications, and with the Revision to Section 220 – Removal of Structures and Obstructions. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for removal of sidewalk shall include saw cutting, removal and off-site disposal of all concrete and subsequent backfill of materials removed, reinforcing steel and all other features of the concrete sidewalk. BID ITEM NO. 202-00203: REMOVAL OF CONCRETE CURB AND GUTTER (LF) a. Measurement Removal of Concrete Curb and Gutter to be paid for shall be determined by measurement of the number of linear feet of material actually removed and accepted by the Engineer as complying with the plans and specifications. Remove of Concrete Curb and Gutter shall be in accordance with Section 220 of the City of Colorado Springs Standard Specifications, and with the Revision to Section 220 – Removal of Structures and Obstructions. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for removal of concrete curb and gutter shall include saw cutting, removal of concrete pan poured monolithically with existing concrete curb, removal and off-site disposal of all concrete and subsequent backfill of materials removed, reinforcing steel and all other features of the concrete curb and gutter.

Page 280: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 202-00203 (SPECIAL): REMOVAL OF CONCRETE CURB AND GUTTER (SPECIAL) (LF) a. Measurement Removal of Concrete Curb and Gutter (Special) to be paid for shall be determined by measurement of the number of linear feet of material actually removed and accepted by the Engineer as complying with the plans and specifications. Work shall be in accordance with Section 220 of the City of Colorado Springs Standard Specifications, and with the Revision to Section 220 – Removal of Structures and Obstructions. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment shall include saw cutting, removal of concrete pan poured monolithically with existing concrete curb, removal and off-site disposal of all concrete and subsequent backfill of materials removed, reinforcing steel and all other features of the concrete curb and gutter. BID ITEM NO. 202-00206: REMOVAL OF CONCRETE CURB RAMP (SY) a. Measurement Removal of Concrete Curb Ramp to be paid for shall be determined by measurement of the number of square yards of material actually removed and accepted by the Engineer as complying with the plans and specifications. Remove of Concrete Curb Ramp shall be in accordance with Section 220 of the City of Colorado Springs Standard Specifications, and with the Revision to Section 220 – Removal of Structures and Obstructions. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for removal of concrete curb ramp shall include saw cutting, removal of concrete pan poured monolithically with existing concrete curb ramp, removal and off-site disposal of all concrete and subsequent backfill of materials removed, reinforcing steel, warning panels and all other features of the concrete curb ramp.

Page 281: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 202-00212: REMOVAL OF CONCRETE PAVEMENT (SPECIAL) (SY) a. Measurement Removal of Concrete Pavement (Special) to be paid for shall be determined by measurement of the number of square yards of material actually removed and accepted by the Engineer as complying with the plans and specifications. Remove of Concrete Pavement (Special) shall be in accordance with Section 220 of the City of Colorado Springs Standard Specifications, and with the Revision to Section 220 – Removal of Structures and Obstructions. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for removal of concrete pavement (Special) shall include saw cutting, removal of concrete, removal and off-site disposal of all concrete and subsequent backfill of materials removed, reinforcing steel and all other features of the concrete pavement. BID ITEM NO. 202-00220: REMOVAL OF ASPHALT MAT (SY) a. Measurement Removal of Asphalt Mat to be paid for shall be determined by measurement of the number of square yards of material actually removed and accepted by the Engineer (regardless of depth) as complying with the plans and specifications. Removal of Asphalt Mat shall meet the material and construction requirements of Section 220 of the City Standard Specifications and the Revision of City of Colorado Springs Section 220. Pavement removals shall be removed by sawcutting in a neat line. b. Payment Payment for Removal of Asphalt Mat shall include full compensation for sawing, removing, hauling, disposal, excavation, and subsequent backfill of materials removed and all other features of the asphalt mat. BID ITEM NO. 202-00810: REMOVAL OF GROUND SIGN (EA) a. Measurement The quantity to complete Removal of Ground Sign to be paid for will be determined by measurement of the number of ground signs actually removed and accepted by the Engineer as complying with the plans and specifications. Removed signs shall be delivered to the City of Colorado Springs Signs/markings shop at 404 West Fontenaro

Page 282: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Street. Removal of Ground Sign shall be in accordance Section 220 of the City of Colorado Springs Standard Specifications, and with the Revision to Section 220 – Removal of Structures and Obstructions. b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary for removal and delivery of ground signs. BID ITEM NO. 202-01000: REMOVAL OF FENCE (LF) a. Measurement The quantity of Removal of Fence to be paid for will be determined by measurement of the number of linear feet of fence actually removed and accepted by the Engineer as complying with the plans and specifications. Quantity will be measured along the base of fence at existing grade. Removal of Fence shall be in accordance with Section 220 of the City of Colorado Springs Standard Specifications, and with the Revision to Section 220 – Removal of Structures and Obstructions. b. Payment Payment shall be made at the applicable contract unit price for bid item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for Removal of Fence shall include disposal of rail, posts, footers, bracing, and all other features of the fence. Payment shall be full compensation for sawing, excavation and subsequent backfill of materials installed. BID ITEM NO. 202-01130: REMOVAL OF GUARDRAIL TYPE 3 (LF) a. Measurement The quantity of Removal of Guardrail Type 3 to be paid for will be determined by measurement of the number of lineal feet of guardrail actually removed and accepted by the Engineer as complying with the plans and specifications. Quantity will be measured along the base of guardrail at existing grade. Removal of Guardrail Type 3 shall be in accordance with Section 220 of the City of Colorado Springs Standard Specifications, and with the Revision to Section 220 – Removal of Structures and Obstructions and CDOT Section 202. b. Payment Payment shall be made at the applicable contract unit price for bid item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for Removal of Guardrail Type 3 shall include disposal of

Page 283: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

rail, posts, footers, bracing, and all other features of the guardrail. Payment shall be full compensation for sawing, excavation and subsequent backfill of materials installed. BID ITEM NO. 202-01170: REMOVAL OF GUARDRAIL TYPE 7 (LF) a. Measurement The quantity of Removal of Guardrail Type 7 to be paid for will be determined by measurement of the number of lineal feet of guardrail actually removed and accepted by the Engineer as complying with the plans and specifications. Quantity will be measured along the base of guardrail at existing grade. Removal of Guardrail Type 7 shall be in accordance with Section 220 of the City of Colorado Springs Standard Specifications, and with the Revision to Section 220 – Removal of Structures and Obstructions and CDOT Section 202. b. Payment Payment shall be made at the applicable contract unit price for bid item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for Removal of Guardrail Type 7 shall include disposal of concrete, footers, and all other features of the guardrail. Payment shall be full compensation for sawing, excavation and subsequent backfill of materials installed. BID ITEM NO. 202-04002: CLEAN CULVERT (EA) a. Measurement The quantity of Clean Culvert to be paid for will be determined by measurement of the number of culverts actually cleaned and accepted by the Engineer as complying with the plans and specifications. Work shall be in accordance with CDOT Revision to Section 202-Clean Culvert. b. Payment Payment shall be made at the applicable contract unit price for bid item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 203-00010: UNCLASSIFIED EXCAVATION (COMPLETE IN PLACE) (CY) a. Measurement This item includes excavation and export of excess earth material within individual project areas to achieve the planned sub-grade and surface grade elevations. It is anticipated that a portion of this material may be able to be utilized as embankment in

Page 284: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

other project areas that will require import of earth materials but the Contractor shall determine their plan for earthwork management for the project including the potential that all of the material will need to be exported and disposed of outside of the overall project area in the development of their unit price for the item. The quantity of Unclassified Excavation (CIP) to be paid shall not be measured but shall be the cubic yard quantities designated in the bid form for each project area. This work shall be performed in accordance with City of Colorado Springs Standard Specifications for Earthwork. b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for this item shall include but not be limited to survey, hauling, repair of damage to haul routes, rough grading, fine grading, stock piling, moisture control, water used as a dust palliative, and compaction, and disposal required to complete the item. Excavation for storm drain inlets and pipes will not be measured and will be incidental to storm drain let and pipe pay items. BID ITEM NO. 203-01500: BLADING (HOUR) a. Measurement The quantity of Blading to be paid for will be determined by measurement of the number of hours of blading actually performed and accepted by the Engineer as complying with the plans and specifications. Measurement shall be in accordance with CDOT Section 203. b. Payment Payment shall be in accordance with CDOT Section 203 BID ITEM NO. 203-01550: DOZING (HOUR) a. Measurement The quantity of Dozing to be paid for will be determined by measurement of the number of hours of dozing actually actually performed and accepted by the Engineer as complying with the plans and specifications. Measurement shall be in accordance with CDOT Section 203. b. Payment Payment shall be in accordance with CDOT Section 203

Page 285: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 203-01594: COMBINATION LOADER (HOUR) a. Measurement The quantity of Combination Loader to be paid for will be determined by measurement of the number of hours of combination loader actually performed and accepted by the Engineer as complying with the plans and specifications. Measurement shall be in accordance with CDOT Section 203. b. Payment Payment shall be in accordance with CDOT Section 203 BID ITEM NO. 203-01597: POTHOLING (HOUR) a. Measurement The quantity of Potholing to be paid for will be determined by measurement of the number of hours of potholing performed by the Contractor and accepted by the Engineer as complying with the plans and specifications. Potholing shall be in accordance with Section 203 of the CDOT Standard Specifications. b. Payment Payment shall be made at the applicable contract unit price for bid item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for potholing shall include all related work including, removal of pavement, backfilling, shoring and labor. BID ITEM NO. 206-00000: STRUCTURE EXCAVATION (CY) a. Measurement The quantity of Structure Excavation to be paid shall not be measured but shall be the cubic yard quantities designated in the bid form for each project area. This work shall be performed in accordance with Section 622 of the City of Colorado Springs Standard Specifications and Section 206 of the CDOT Standard Specifications for Road and Bridge Construction b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for this item shall include but not be limited to survey, hauling, placement, stock piling, moisture control, water used as a dust palliative, compaction, and disposal required to complete the item. Payment shall be made at the

Page 286: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

applicable contract unit price for the Bid Item and shall be considered full compensation for all soil preparation, labor, equipment, tools, and materials necessary to complete the work. Where only end section work is required the structure excavation quantity and the structure backfill quantity will not be measured and paid for separately, but shall be included in the work. BID ITEM NO. 206-00050: STRUCTURE BACKFILL (SPECIAL) (CY) a. Measurement The quantity of Structure Backfill (Special) to be paid shall not be measured but shall be the cubic yard quantities designated in the bid form for each project area. This work shall be performed in accordance with CDOT Standard Specifications for Road and Bridge Construction and Project Special 504 Concrete Block Wall MSE facing. b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for this item shall include but not be limited to survey, hauling, placement, stock piling, moisture control, water used as a dust palliative, compaction, and disposal required to complete the item. Payment shall be made at the applicable contract unit price for the Bid Item and shall be considered full compensation for all soil preparation, labor, equipment, tools, and materials necessary to complete the work. Where only end section work is required the structure excavation quantity and the structure backfill quantity will not be measured and paid for separately, but shall be included in the work. BID ITEM NO. 206-00065: STRUCTURE BACKFILL (FLOW-FILL) (CY) a. Measurement The quantity of Structure Backfill (Flow-Fill) to be paid shall not be measured but shall be the cubic yard quantities designated in the bid form for each project area, Except in areas where the plans call for storm pipes to be abandoned in place and Structure Backfill (Flow-Fill) full. The storm pipes to be paid for by measurement of the number of cubic yards actually used to fill the storm pipes full as accepted by the Engineer as complying with the plans and specifications. This work shall be performed in accordance with Section 622 of the City of Colorado Springs Standard Specifications and Section 206 of the CDOT Standard Specifications for Road and Bridge Construction

Page 287: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for this item shall include but not be limited to survey, hauling, placement, stock piling, moisture control, water used as a dust palliative, compaction, and disposal required to complete the item. Payment shall be made at the applicable contract unit price for the Bid Item and shall be considered full compensation for all soil preparation, labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 206-00100: STRUCTURE BACKFILL (CLASS 1) (CY) a. Measurement The quantity of Structure Backfill (Class 1) to be paid shall not be measured but shall be the cubic yard quantities designated in the bid form for each project area. This work shall be performed in accordance with Section 622 of the City of Colorado Springs Standard Specifications and Section 206 of the CDOT Standard Specifications for Road and Bridge Construction b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for this item shall include but not be limited to survey, hauling, placement, stock piling, moisture control, water used as a dust palliative, compaction, and disposal required to complete the item. Payment shall be made at the applicable contract unit price for the Bid Item and shall be considered full compensation for all soil preparation, labor, equipment, tools, and materials necessary to complete the work. Structure backfill, including bed course material, for pipes and end sections will not be measured and paid for separately, but shall be included in the work. Where only end section work is required the structure excavation quantity and the structure backfill quantity will not be measured and paid for separately, but shall be included in the work. When the Contractor substitutes Structure Backfill (Flow Fill) for Structure Backfill (Class 1) or (Class 2), there will be no adjustment in the price or the quantity paid for structure excavation or structure backfill as a result of reducing the trench width. BID ITEM NO. 206-00200: STRUCTURE BACKFILL (CLASS 2) (CY) a. Measurement The quantity of Structure Backfill (Class 2) to be paid shall not be measured but shall be the cubic yard quantities designated in the bid form for each project area. This work

Page 288: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

shall be performed in accordance with Section 622 of the City of Colorado Springs Standard Specifications and Section 206 of the CDOT Standard Specifications for Road and Bridge Construction b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for this item shall include but not be limited to survey, hauling, placement, stock piling, moisture control, water used as a dust palliative, compaction, and disposal required to complete the item. Payment shall be made at the applicable contract unit price for the Bid Item and shall be considered full compensation for all soil preparation, labor, equipment, tools, and materials necessary to complete the work. Structure backfill, including bed course material, for pipes and end sections will not be measured and paid for separately, but shall be included in the work. Where only end section work is required the structure excavation quantity and the structure backfill quantity will not be measured and paid for separately, but shall be included in the work. When the Contractor substitutes Structure Backfill (Flow Fill) for Structure Backfill (Class 1) or (Class 2), there will be no adjustment in the price or the quantity paid for structure excavation or structure backfill as a result of reducing the trench width. BID ITEM NO. 206-00520: FILTER MATERIAL (CLASS B) (CY) a. Measurement The quantity of Filter Material (Class B) to be paid shall not be measured but shall be the cubic yard quantities designated in the bid form for each project area. This work shall be performed in accordance with Section 622 of the City of Colorado Springs Standard Specifications and Section 206 of the CDOT Standard Specifications for Road and Bridge Construction b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for this item shall include but not be limited to survey, hauling, placement, stock piling, moisture control, water used as a dust palliative, compaction, and disposal required to complete the item. Payment shall be made at the applicable contract unit price for the Bid Item and shall be considered full compensation for all soil preparation, labor, equipment, tools, and materials necessary to complete the work.

Page 289: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 207-00205 TOPSOIL (CY) a. Measurement The quantity of Topsoil to be paid for will be determined by measurement of the number of cubic yards actually imported, amended, and spread as accepted by the Engineer as complying with the plans and specifications. Topsoil shall be in accordance with Section 207 of the CDOT Standard Specifications for Road and Bridge Construction. Measurement for Topsoil shall be in accordance with Section 207 of the CDOT Standard Specifications for Road and Bridge Construction. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for Topsoil shall include all survey, excavation, hauling, wetting, compaction, and all other items of work involved in the importing and spreading of topsoil. Stockpile Topsoil to be paid for separately. BID ITEM NO. 207-00210: STOCKPILE TOPSOIL (CY) a. Measurement The quantity of Stockpile Topsoil to be paid shall not be measured but shall be the cubic yard quantities designated in the bid form for each project area. Topsoil shall be scraped to a depth of 4 inches prior to site excavation and grading and stockpiled. Upon completion of slope work and final grading (less 4 inches), topsoil shall be evenly distributed over the embankment and channel to a depth of 4 inches. Stockpile Topsoil shall be in accordance with Section 207 of the CDOT Standard Specifications for Road and Bridge Construction. b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for this item shall include but not be limited to survey, hauling, placement, stock piling, moisture control, water used as a dust palliative, compaction, and disposal required to complete the item. Topsoil to be paid for separately. BID ITEM NO. 208-00002: EROSION LOG TYPE 1 (12 INCH) (LF) a. Measurement The quantity of Erosion Log Type 1 (12 inch) to be paid for will be determined by measurement of the number of linear feet actually placed and accepted by the Engineer

Page 290: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

as complying with the plans and specifications. Measurement shall be in accordance with CDOT Section 208. b. Payment Payment shall be in accordance with CDOT Section 208 BID ITEM NO. 208-00020: SILT FENCE (LF) a. Measurement The quantity of Silt Fence to be paid for will be determined by measurement of the number of linear feet actually placed and accepted by the Engineer as complying with the plans and specifications. Measurement shall be in accordance with CDOT Section 208. b. Payment Payment shall be in accordance with CDOT Section 208 BID ITEM NO. 208-00030: SEDIMENT BASIN (EA) a. Measurement The quantity of Sediment Basin to be paid for will be determined by measurement of the number of basins actually placed and accepted by the Engineer as complying with the plans and specifications. Measurement shall be in accordance with CDOT Section 208. b. Payment Payment shall be in accordance with CDOT Section 208 BID ITEM NO. 208-00035: AGGREGATE BAG (LF) a. Measurement The quantity of Aggregate Bag to be paid for will be determined by measurement of the number of linear feet actually placed and accepted by the Engineer as complying with the plans and specifications. Measurement shall be in accordance with CDOT Section 208. b. Payment Payment shall be in accordance with CDOT Section 208

Page 291: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 208-00041: ROCK CHECK DAM (EA) a. Measurement The quantity of Rock Check Dam to be paid for will be determined by measurement of the number of dams actually placed and accepted by the Engineer as complying with the plans and specifications. Measurement shall be in accordance with CDOT Section 208. b. Payment Payment shall be in accordance with CDOT Section 208 BID ITEM NO. 208-00045: CONCRETE WASHOUT STRUCTURE (EA) a. Measurement The quantity of Concrete Washout Structure to be paid for will be determined by measurement of the number of structures actually placed and accepted by the Engineer as complying with the plans and specifications. Measurement shall be in accordance with CDOT Section 208. b. Payment Payment shall be in accordance with CDOT Section 208 BID ITEM NO. 208-00051: STORM DRAIN INLET PROTECTION (TYPE I) (LF) a. Measurement The quantity of Storm Drain Inlet Protection (Type I) to be paid for will be determined by measurement of the number of linear feet actually placed and accepted by the Engineer as complying with the plans and specifications. Measurement shall be in accordance with CDOT Section 208. b. Payment Payment shall be in accordance with CDOT Section 208 BID ITEM NO. 208-00054: STORM DRAIN INLET PROTECTION (TYPE II) (EA) a. Measurement The quantity of Storm Drain Inlet Protection (Type I) to be paid for will be determined by measurement of the number of inlet protections actually placed and accepted by the

Page 292: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Engineer as complying with the plans and specifications. Measurement shall be in accordance with CDOT Section 208. b. Payment Payment shall be in accordance with CDOT Section 208 BID ITEM NO. 208-00057: STORM DRAIN INLET PROTECTION (TYPE 1) (144 INCH) (EA) a. Measurement The quantity of Storm Drain Inlet Protection (Type I) (144 Inch) to be paid for will be determined by measurement of the number of inlet protections actually placed and accepted by the Engineer as complying with the plans and specifications. Measurement shall be in accordance with CDOT Section 208. b. Payment Payment shall be in accordance with CDOT Section 208 BID ITEM NO. 208-00058: STORM DRAIN INLET PROTECTION (TYPE 1) (204 INCH) (EA) a. Measurement The quantity of Storm Drain Inlet Protection (Type I) (204 Inch) to be paid for will be determined by measurement of the number of inlet protections actually placed and accepted by the Engineer as complying with the plans and specifications. Measurement shall be in accordance with CDOT Section 208. b. Payment Payment shall be in accordance with CDOT Section 208 BID ITEM NO. 208-00070: VEHICLE TRACKING PAD (EA) a. Measurement The quantity of Vehicle Track Pad to be paid for will be determined by measurement of the number of pads actually placed and accepted by the Engineer as complying with the plans and specifications. Measurement shall be in accordance with CDOT Section 208. b. Payment Payment shall be in accordance with CDOT Section 208

Page 293: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 208-00103: REMOVAL AND DISPOSAL OF SEDIMENT (LABOR) (HR) a. Measurement The quantity of Removal and Disposal of Sediment (Labor) to be paid for will be determined by measurement of the actual number of hours labor is used for removal and disposal of sediment. Measurement shall be in accordance with CDOT Section 208. b. Payment Payment shall be in accordance with CDOT Section 208 BID ITEM NO. 208-00105: REMOVAL AND DISPOSAL OF SEDIMENT (EQUIPMENT)(HR) a. Measurement The quantity of Removal and Disposal of Sediment (Equipment) to be paid for will be determined by measurement of the actual number of hours equipment is used for removal and disposal of sediment. Measurement shall be in accordance with CDOT Section 208. b. Payment Payment shall be in accordance with CDOT Section 208 BID ITEM NO. 208-00106: SWEEPING (SEDIMENT REMOVAL) (HR) a. Measurement The quantity of Sweeping (Sediment Removal) to be paid for will be determined by measurement of the actual number of hours sweeping is used for removal and disposal of sediment. Measurement shall be in accordance with CDOT Section 208. b. Payment Payment shall be in accordance with CDOT Section 208 BID ITEM NO. 208-00107: REMOVAL OF TRASH (HR) a. Measurement The quantity of Removal of Trash to be paid for will be determined by measurement of the actual number of hours labor is used actively removing trash from site. Measurement shall be in accordance with CDOT Section 208.

Page 294: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

b. Payment ayment shall be in accordance with CDOT Section 208 BID ITEM NO. 208-00207: EROSION CONTROL MANAGEMENT (DAY) a. Measurement The quantity of Erosion Control Management to be paid for will be determined by measurement of the actual number of days ECM work is performed. Measurement shall be in accordance with CDOT Section 208. b. Payment Payment shall be in accordance with CDOT Section 208 BID ITEM NO: 210-01000 RESET FENCE (LF) a. Measurement The quantity of Reset Fence to be paid for will be determined by measurement of the number of linear feet of fence actually reset and accepted by the Engineer as complying with the plans and specifications. Quantity will be measured along the base of fence at existing grade. Reset of Fence shall be in accordance with Section 220 of the City of Colorado Springs Standard Specifications, and with the Revision to Section 240 – Reset Structures and CDOT Section 607. b. Payment Payment shall be made at the applicable contract unit price for bid item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for Reset Fence shall include disposal and installation of fence, wire, posts, footers, bracing, and all other features of the fencing. Payment shall be full compensation for sawing, excavation and subsequent backfill of materials installed. BID ITEM NO: 210-01130 RESET GUARDRAIL TYPE 3 (LF) a. Measurement The quantity of Reset Guardrail Type 3 to be paid for will be determined by measurement of the number of linear feet of guardrail actually reset and accepted by the Engineer as complying with the plans and specifications. Quantity will be measured along the face of guardrail. Reset of Guradrail shall be in accordance with Section 220 of the City of Colorado Springs Standard Specifications, and with the Revision to Section 240 – Reset Structures and CDOT Section 210.

Page 295: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

b. Payment Payment shall be made at the applicable contract unit price for bid item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for Reset Guardrail shall include all work necessary to remove the items from their existing location to the new location, and shall include all mounting hardware, footings, and all other work necessary to complete the reset item. BID ITEM NO. 210-04011: ADJUST MANHOLE (SPECIAL) (EA) a. Measurement The quantity of adjust manhole (special) to be paid for will be determined by measurement of the number of sanitary manhole adjustments actually constructed and accepted by the Engineer as complying with the plans and specifications. Work shall be in accordance with the Revision to Section 240 – Reset Structures. b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for manhole adjustments shall include excavation, bedding, backfill, local depression and connections. BID ITEM NO. 210-04015: MODIFY MANHOLE (EA) a. Measurement The quantity of modify manhole to be paid for will be determined by measurement of the number of modified manholes actually constructed and accepted by the Engineer as complying with the plans and specifications. Work shall be in accordance with the Revision to Section 240 – Reset Structures and CDOT Section 210. b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for manhole shall include excavation, bedding, backfill, local depression and subdrain connections. BID ITEM NO. 210-04020: MODIFY INLET (EA) a. Measurement The quantity of inlet to be paid for will be determined by measurement of the number of inlets modified and accepted by the Engineer as complying with the plans and

Page 296: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

specifications. Work shall be in accordance with the Revision to Section 240 – Reset Structures and CDOT Section 210. b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for inlet shall include excavation, bedding, backfill, local depression and subdrain connections. BID ITEM NO. 210-04050: ADJUST VALVE BOX (EA) a. Measurement The quantity of inlet to be paid for will be determined by measurement of the number of valve boxes adjusted and accepted by the Engineer as complying with the plans and specifications. Adjust Valve Box shall be in accordance with Section 240 of the City of Colorado Springs Standard Specifications and CDOT Section 210. Work shall be subject to inspection and testing by City of Colorado Springs Water Utilities. b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment shall include cleaning. BID ITEM NO. 212-00006: SEEDING (NATIVE) (ACRE) a. Measurement The quantity of Seeding (Native) to be measured will be by acre placed and accepted. Seeding (Native) is per CDOT Section 212 and CDOT Project Special Provision 212-Seeding b. Payment Payment shall be in accordance with CDOT Section 212. BID ITEM NO. 212-032: SOIL CONDITIONING (ACRE) a. Measurement The quantity of Soil Conditioning to be paid for will be the quantity, in acres, specified in the bid form. Soil Conditioning must be accepted in the field by the Engineer as

Page 297: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

complying with the plans and specifications. Soil Conditioning shall be in accordance with CDOT Section 212. b. Payment Payment shall be in accordance with CDOT Section 212. BID ITEM NO. 213-00003: MULCHING (WEED FREE) (ACRE) a. Measurement The quantity of Mulching (Weed Free) to be paid for will be the quantity, in acres, specified in the bid form. Mulching (Weed Free) must be accepted in the field by the Engineer as complying with the plans and specifications. Mulching (Weed Free) shall be in accordance with CDOT Section 213. b. Payment Payment shall be in accordance with CDOT Section 213. BID ITEM NO. 213-00061: MULCH TACKIFIER (LB) a. Measurement The quantity of Mulch Tackifier to be paid for will be the quantity, in pounds, specified in the bid form. Mulch Tackifier must be accepted in the field by the Engineer as complying with the plans and specifications. Mulch Tackifier shall be in accordance with CDOT Section 213. b. Payment Payment shall be in accordance with CDOT Section 213. BID ITEM NO. 213-00070: LANDSCAPE WEED BARRIER FABRIC (SY) a. Measurement The quantity of Landscape Weed Barrier Fabric to be paid for will be the quantity, in square yards, specified in the bid form. Landscape Week Barrier Fabric must be accepted in the field by the Engineer as complying with the plans and specifications. shall be in accordance with CDOT Section 213.

Page 298: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall be considered full compensation for all soil preparation, labor, equipment, tools, and materials, and protection of seeding areas necessary to complete the work. BID ITEM NO. 214-00000: LANDSCAPE MAINTENANCE (LS) a. Measurement Landscape Maintenance will not be measured, but will be paid for on a lump sum basis. Landscape maintenance shall be in accordance with CDOT project special provision Revision to Section 214-Landscape Establishment. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall be considered full compensation for all work to complete the item. Water required for all items of work will not be measured and paid for separately, but shall be included in the work. BID ITEM NO. 216-00021: SOIL RETENTION BLANKET (CLASS 1) (SY) a. Measurement Soil retention coverings, including staples, complete in place and accepted, will be measured by the square yard of finished surface, excluding overlap, which is installed and accepted. Soil Retention Blanket (Class 1) shall be in accordance with CDOT Section 216 b. Payment Payment shall be in accordance with CDOT Section 216. BID ITEM NO. 216-00022: SOIL RETENTION BLANKET (CLASS 2) (SY) a. Measurement Soil retention coverings, including staples, complete in place and accepted, will be measured by the square yard of finished surface, excluding overlap, which is installed and accepted. Soil Retention Blanket (Class 2) shall be in accordance with CDOT Section 216. b. Payment Payment shall be in accordance with CDOT Section 216.

Page 299: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 216-00301: TURF REINFORCEMENT MAT (CLASS 1) (SY) a. Measurement Turf reinforcement mat, including staples, complete in place and accepted, will be measured by the square yard of finished surface, excluding overlap, which is installed and accepted. Turf Reinforcement Mat (Class 1) shall be in accordance with CDOT Section 216. b. Payment Payment shall be in accordance with CDOT Section 216. BID ITEM NO. 217-00020: HERBICIDE TREATMENT (HR) a. Measurement The quantity of herbicide treatment to be measured will be the actual number of hours the Contractor spends applying the herbicide and accepted by the Engineer. Areas designated to receive herbicide treatment will be measured once for each designated application. Reapplication of herbicide required due to inappropriate timing of the original application will not be measured or paid for. Herbicide Treatment shall be in accordance with CDOT Section 217. b. Payment Payment shall be in accordance with CDOT Section 217. BID ITEM NO. 218-00000: NOXIOUS WEED MANAGEMENT (LS) a. Measurement Noxious Weed Management will not be measured, but will be paid for on a lump sum basis. This will include all work, materials, and labor required to accomplish the scope of work. Noxious Weed Management shall be in accordance with CDOT b. Payment Partial payment for Noxious Weed Management, as determined by the Engineer, will be made as the work progresses. Payment shall be made at the applicable contract unit price for the Bid Item and shall be considered full compensation to complete the work.

Page 300: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 240-00015: PROTECTION OF MIGRATORY BIRDS (HR) a. Measurement Protection of Migratory Birds will be measured by the actual authorized number of hours a wildlife biologist is on site performing the required tasks. During the breeding season, April 1 through August 31, the Contractor shall submit to the Engineer each week for approval a list of the workers who removed nests and the number of hours each one spent removing nests. b. Payment 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 for Protection of Migratory Birds will be full compensation for all work and materials required to complete the item, including wildlife biologist, wildlife survey, and documentation (record of nest location and protection method), removal of nests and netting. BID ITEM NO. 250-00010: ENVIRONMENTAL HEALTH AND SAFETY MANAGEMENT (LS) a. Measurement Environmental Health and Safety Management will not be measured, but will be paid for on a lump sum basis. This will include all work, materials, and hourly time charges by the HSO and other personnel required to accomplish the scope of work. Environmental Health and Safety Management shall be in accordance with CDOT Standard Specification Section 250 b. Payment Partial payment for Environmental Health and Safety Management, as determined by the Engineer, will be made as the work progresses. The Contractor shall submit a schedule of environmental related Health and Safety Management work before the first partial payment is made. The schedule shall indicate the environmental related Health and Safety Management time for each work item that requires Contractor environmental related Health and Safety Management effort and the total time for the project. Payment shall be made at the applicable contract unit price for the Bid Item and shall be considered full compensation to complete the work.

Page 301: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 250-00050: MONITORING TECHNICIAN (HR) a. Measurement The quantity to be measured for Monitoring Technician will be the total number of hours that Monitoring Technician is actually used as authorized. Equipment specified in subsection 250.03(b), supervision of the MT, preparation and submittal of the daily monitoring diary, travel to and from the project site, and PPE required for use by the MT (Levels C & D) will not be measured and paid for separately, but shall be included in the hourly cost of the MT. Monitoring Technician shall be in accordance with CDOT Specification section 250 b. Payment The accepted quantity for Monitoring Technician will be the number of hours of onsite monitoring as approved by the Engineer and will be paid at the Contract unit price. Payment shall be made at the applicable contract unit price for the Bid Item and shall be considered full compensation for all monitoring labor, equipment, tools, and materials, necessary to complete the work. BID ITEM NO. 304-06000: AGGREGATE BASE COURSE (CLASS 6) (TON) a. Measurement The quantity of Aggregate Base Course (Class 6) to be paid for will be determined by measurement of the number of tons of material actually constructed and accepted by the Engineer as complying with the plans and specifications. Aggregate Base Course (Class 6) construction specifications shall be in accordance with Section 300 of the City of Colorado Springs Standard Specifications and the Pikes Peak Regional Pavement Specifications and be in accordance with the Revision to Section 300 – Aggregate Base Course. b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all materials, for preparation, mixing, placing and compaction of these materials BID ITEM NO. 307-00212: PROCESSING LIME TREATED SUBGRADE (12 INCH) (SY) a. Measurement The quantity of Processing Lime Treated Subgrade (12 Inch) to be paid for will be determined by measurement of the number of square yards of material actually

Page 302: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

completed and accepted by the Engineer as complying with the plans and specifications. Overlap mixing will not be measured and paid for separately but shall be included in the work. Construction specifications shall be in accordance with City Specification Section - 205 Subgrade. b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all materials, for preparation, mixing, placing and compaction of these materials and for all labor, equipment, tools, and incidentals necessary to complete the work. BID ITEM NO. 403-00721: HOT MIX ASPHALT (PATCHING) (ASPHALT) (TON) a. Measurement The quantity of HOT MIX ASPHALT (PATCHING) (ASPHALT) to be paid for will be determined by measurement of the number of TONS of material actually constructed and accepted by the Engineer as complying with the plans and specifications. HOT MIX ASPHALT (PATCHING) (ASPHALT) construction specifications shall be in accordance with Section 400 of the City of Colorado Springs Standard Specifications and the Pikes Peak Regional Pavement Specifications. b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all materials, for preparation, mixing, placing and compaction of these materials and for all labor, equipment, tools, and incidentals necessary to complete the work. Emulsified asphalt to be paid separately. BID ITEM NO. 403-33841: HOT MIX ASPHALT (GRADING SX) (75) PG 58-28) (TON) a. Measurement The quantity of HOT MIX ASPHALT (GRADING SX) (75) (PG 58-28) to be paid for will be determined by measurement of the number of TONS of material actually constructed and accepted by the Engineer as complying with the plans and specifications. Asphalt Concrete Pavement (Grading SX) (75) (PG 58-28) construction specifications shall be in accordance with Section 400 of the City of Colorado Springs Standard Specifications and the Pikes Peak Regional Pavement Specifications. b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all materials, for preparation, mixing, placing and

Page 303: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

compaction of these materials and for all labor, equipment, tools, and incidentals necessary to complete the work. Emulsified asphalt to be paid separately. BID ITEM NO. 411-10255: EMULSIFIED ASPHALT (SLOW-SETTING) (GAL) a. Measurement The quantity of Emulsified asphalt to be paid for will be determined by measurement of the number of gallons of material actually constructed and accepted by the Engineer as complying with the plans and specifications. Emulsified asphalt construction specifications shall be in accordance with Section 400 of the City of Colorado Springs Standard Specifications and the Pikes Peak Regional Pavement Specifications. b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all materials, for preparation, mixing, placing and compaction of these materials and for all labor, equipment, tools, and incidentals necessary to complete the work. Hot mix asphalt to be paid for separately. BID ITEM NO. 412-00800: CONCRETE PAVEMENT (8 INCH) (SY) a. Measurement The quantity of Concrete pavement (8 inch) to be paid for will be determined by the measurement od the square yards of concrete pavement actually constructed and accepted by the Engineer as complying with the plans and specification. Concrete pavement construction specifications shall be in accordance with Section 500 of the City of Colorado Springs Standard Specifications, City project special provision Section 502-Concrete Materials and the Pikes Peak Regional Pavement Specifications. b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all materials, for preparation, mixing, placing and compaction of these materials and for all labor, equipment, tools, and incidentals necessary to complete the work. BID ITEM NO. 412-00900: CONCRETE PAVEMENT (9 INCH) (SY) a. Measurement The quantity of Concrete pavement (9 inch) to be paid for will be determined by the measurement od the square yards of concrete pavement actually constructed and

Page 304: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

accepted by the Engineer as complying with the plans and specification. Concrete pavement construction specifications shall be in accordance with Section 500 of the City of Colorado Springs Standard Specifications, City project special provision Section 502-Concrete Materials and the Pikes Peak Regional Pavement Specifications. b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all materials, for preparation, mixing, placing and compaction of these materials and for all labor, equipment, tools, and incidentals necessary to complete the work. BID ITEM NO. 420-00132: GEOTEXTILE (SEPARATOR) (CLASS 1) (SY) a. Measurement The quantity of Geotextile (Separator) (Class 1) will be measured by the square yard of surface area covered, complete in place. Geotextile (Separator) (Class 1) construction specifications shall be in accordance City project special provision Section 206-Subgrade and CDOT Standard Specifications. b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all materials, for preparation, placing and compaction of these materials and for all labor, equipment, tools, and incidentals necessary to complete the work. Securing pins, staples, adhesives, sewn seams, asphalt cement, brooming, skilled technician, and other work and materials necessary for placement will not be measured and paid for separately but shall be included in the work. BID ITEM NO. 502-11489: STEEL SOLDIER PILE (HP 14X89) (LF) a. Measurement Steel Soldier Pile (HP 14X89) shall be per CDOT specifications and CDOT project special provision Revision of Section 519 – Drilled-In Soldier Pile and Shotcrete Panel Wall. See Revision of Section 519 for measurement. b. Payment Steel Soldier Pile (HP 14X89) shall be per CDOT specifications and CDOT project special provision Revision of Section 519 – Drilled-In Soldier Pile and Shotcrete Panel Wall. See Revision of Section 519 for payment.

Page 305: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 502-14102: STEEL SOLDIER PILE (HP 14X102) (LF) a. Measurement Steel Soldier Pile (HP 14X102) shall be per CDOT specifications and CDOT project special provision Revision of Section 519 – Drilled-In Soldier Pile and Shotcrete Panel Wall. See Revision of Section 519 for measurement. b. Payment Steel Soldier Pile (HP 14X102) shall be per CDOT specifications and CDOT project special provision Revision of Section 519 – Drilled-In Soldier Pile and Shotcrete Panel Wall. See Revision of Section 519 for payment. BID ITEM NO. 503-00200: CAISSON (SPECIAL) (LF) a. Measurement Caisson (Special) shall be per CDOT specifications and CDOT project special provision Revision of Section 519 – Drilled-In Soldier Pile and Shotcrete Panel Wall. See Revision of Section 519 for measurement. b. Payment Caisson (Special) shall be per CDOT specifications and CDOT project special provision Revision of Section 519 – Drilled-In Soldier Pile and Shotcrete Panel Wall. See Revision of Section 519 for payment. BID ITEM NO. 504-03311: WALL 1 (BLOCK WALL) (SF) a. Measurement Wall 1 (Block Wall) shall be per CDOT Standard Specifications for Road and Bridge Construction and Project Special 504 Concrete Block Wall MSE facing. See Revision of Section 504 for measurement. b. Payment Wall 1 (Block Wall) shall be per CDOT Standard Specifications for Road and Bridge Construction and Project Special 504 Concrete Block Wall MSE facing. See Revision of Section 504 for measurement.

Page 306: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 504-03312: WALL 2 (BLOCK WALL) (SF) a. Measurement Wall 2 (Block Wall) shall be per CDOT Standard Specifications for Road and Bridge Construction and Project Special 504 Concrete Block Wall MSE Facing. See Revision of Section 504 for measurement. b. Payment Wall 2 (Block Wall) shall be per CDOT Standard Specifications for Road and Bridge Construction and Project Special 504 Concrete Block Wall MSE Facing. See Revision of Section 504 for measurement. BID ITEM NO. 504-03313: WALL 3 (BLOCK WALL) (SF) a. Measurement Wall 3 (Block Wall) shall be per CDOT Standard Specifications for Road and Bridge Construction and Project Special 504 Concrete Block Wall MSE Facing. See Revision of Section 504 for measurement. b. Payment Wall 3 (Block Wall) shall be per CDOT Standard Specifications for Road and Bridge Construction and Project Special 504 Concrete Block Wall MSE Facing. See Revision of Section 504 for measurement. BID ITEM NO. 504-03314: WALL 4 (BLOCK WALL) (SF) a. Measurement Wall 4 (Block Wall) shall be per CDOT Standard Specifications for Road and Bridge Construction and Project Special 504 Concrete Block Wall MSE Facing. See Revision of Section 504 for measurement. b. Payment Wall 4 (Block Wall) shall be per CDOT Standard Specifications for Road and Bridge Construction and Project Special 504 Concrete Block Wall MSE Facing. See Revision of Section 504 for measurement.

Page 307: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 504-04440: FACING (SPECIAL) (SF) a. Measurement Facing (Special) shall be per CDOT Standard Specifications for Road and Bridge Construction and Project Special 504 Concrete Block Wall MSE Facing. See Revision of Section 504 for measurement. b. Payment Facing (Special) shall be per CDOT Standard Specifications for Road and Bridge Construction and Project Special 504 Concrete Block Wall MSE Facing. See Revision of Section 504 for measurement. BID ITEM NO. 506-00409: SOIL RIPRAP (9 INCH) (CY) a. Measurement SOIL RIPRAP (9 INCH) shall be measured by the cubic yard and shall be calculated as the product of the depth, length, and width of riprap as constructed and as accepted by the Engineer as complying with the plans and specifications. Riprap shall be buried under 4 inches of topsoil. Riprap (9 Inch) shall meet the material and construction requirements of Section 506 of the CDOT Standard Specifications for Road and Bridge Construction. b. Payment The accepted quantities will be paid for at the Contract unit price for this Item. Payment will be full compensation for all materials and labor necessary to furnish and install the riprap including, equipment, subgrade preparation, excavation, backfill, compaction, and topsoil as complete in place. BID ITEM NO. 506-00412: SOIL RIPRAP (12 INCH) (CY) a. Measurement SOIL RIPRAP (12 INCH) shall be measured by the cubic yard and shall be calculated as the product of the depth, length, and width of riprap as constructed and as accepted by the Engineer as complying with the plans and specifications. Riprap shall be buried under 4 inches of topsoil, unless noted otherwise in the plans. Riprap (12 Inch) shall meet the material and construction requirements of Section 506 of the CDOT Standard Specifications for Road and Bridge Construction.

Page 308: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

b. Payment The accepted quantities will be paid for at the Contract unit price for this Item. Payment will be full compensation for all materials and labor necessary to furnish and install the riprap including, equipment, subgrade preparation, excavation, backfill, compaction, and topsoil as complete in place. BID ITEM NO. 507-00100: CONCRETE SLOPE AND DITCH PAVING (REINFORCED) (CY) a. Measurement Concrete slope and ditch paving will be measured by the cubic yard by the method of average end areas based on dimensions shown on the plans or ordered. When the plans call for concrete lined ditch less than 4 inches thick but the actual thickness placed is greater than the plan thickness, measurement and payment will be made only for the thickness shown on the plans. Concrete Slope and Ditch Paving shall be per Section 507 of the CDOT Standard Specifications for Road and Bridge Construction. b. Payment The accepted quantities will be paid for at the Contract unit price for this Item. Payment will be full compensation for all materials and labor necessary to complete this item. BID ITEM NO. 514-00000: PIPE RAILING (LF) a. Measurement Railing will be measured by the linear foot from end to end of the railing. Payment will be full compensation for all work and materials required to complete the installation including foundations, anchorages, attachments, fabrication, painting, and installation. Pipe Railing shall be per Section 514 of the CDOT Standard Specifications for Road and Bridge Construction. b. Payment The accepted quantities will be paid for at the Contract unit price for this Item. Payment will be full compensation for all materials and labor necessary to complete this item. BID ITEM NO. 514-00200: PEDESTRIAN RAIL (STEEL) (LF) a. Measurement Railing will be measured by the linear foot from end to end of the railing. Pedestrian Rail (Steel) shall be in accordance with City of Colorado Spring Specifications.

Page 309: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

b. Payment Payment will be full compensation for all work and materials required to complete the installation including foundations, anchorages, attachments, fabrication, painting, and installation. BID ITEM NO. 515-01120: WATERPROOFING (MEMBRANE) (SY) a. Measurement The quantity of Waterproofing (Membrane) shall be per square yard constructed, completed and as accepted by the Engineer as complying with the plans and specifications. Waterproofing (Membrane) is included the construction of the 20’x10’ concrete box culvert and for the existing 32’ x 10’ three-sided culvert. b. Payment Payment shall be made at the applicable contract unit price for Waterproofing (Membrane), and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for this item shall include, but not be limited to, removal of the existing waterproofing membrane and cleaning of the concrete prior to placing the new waterproofing membrane. Structural Backfill (Class 1) will be paid separately under Bid Item 206-00100. Structure Excavation will be paid for separately under Bid Item No. 206-00000 BID ITEM NO. 601-03030: CONCRETE CLASS D (BOX CULVERT) (CY) a. Measurement The quantity of Concrete Class D (Box Culvert) will be per cubic yard constructed, completed and accepted by the Engineer as complying with the plans and specifications. Concrete Class D includes the construction of the 20’ x 10’ concrete box culvert, wingwalls, footings, headwalls, and all associated components and shall include reinforcing steel and forms. Acceptance and pay factors described in the CDOT Standard Specifications for Road and Bridge Construction section 601.17 may apply. Construction of the wingwalls shall be in accordance with Section 601 of the CDOT Standard Specifications for Road and Bridge Construction, and with the Revisions to Section 601 – Structural Concrete and Reinforcing Steel. b. Payment Payment shall be made at the applicable contract unit price for Concrete Class D (Box Culvert), subject to the pay factors described in the CDOT Standard Specifications for

Page 310: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Road and Bridge Construction section 601.17, and shall -include full compensation for all labor, equipment, tools, and materials, including forms, joint seals, coating to necessary to complete the work. Structural Backfill (Class 1) and Structure Backfill (Class 2) will be paid separately under Bid Item 206-00100 and 206-00200, respectively. Structure Excavation will be paid for separately under Bid Item No. 206-00000 BID ITEM NO. 601-03050: CONCRETE CLASS D (WALL) (CY) a. Measurement The quantity of Concrete Class D (Wall) will be per cubic yard constructed, completed and accepted by the Engineer as complying with the plans and specifications. Concrete Class D includes the construction of the 20’ x 10’ concrete box culvert, wingwalls, footings, headwalls, and all associated components and shall include reinforcing steel and forms. Acceptance and pay factors described in the CDOT Standard Specifications for Road and Bridge Construction section 601.17 may apply. Construction of the wingwalls shall be in accordance with Section 601 of the CDOT Standard Specifications for Road and Bridge Construction, and with the Revisions to Section 601 – Structural Concrete and Reinforcing Steel. b. Payment Payment shall be made at the applicable contract unit price for Concrete Class D (Wall), subject to the pay factors described in the CDOT Standard Specifications for Road and Bridge Construction section 601.17, and shall -include full compensation for all labor, equipment, tools, and materials, including forms, joint seals, coating to necessary to complete the work. Structural Backfill (Class 1) and Structure Backfill (Class 2) will be paid separately under Bid Item 206-00100 and 206-00200, respectively. Structure Excavation will be paid for separately under Bid Item No. 206-00000 BID ITEM NO. 602-00000: REINFORCING STEEL (LB) a. Measurement The weight of reinforcing steel for payment will not be measured but shall be the quantities designated in the Contract; except, measurements will be made for revisions requested by the Engineer, or for an error of plus or minus 2 percent of the total weight shown on the plans for each structure. Acceptance and pay factors described in the CDOT Standard Specifications for Road and Bridge Construction Section 602 apply.

Page 311: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

b. Payment The accepted quantities of reinforcing steel will be paid for at the contract unit price per pound. No allowance will be made for supports, clips, wire or other material used for fastening reinforcement in place. BID ITEM NO. 602-00020: REINFORCING STEEL (EPOXY COATED) (LB) a. Measurement The weight of reinforcing steel (EPOXY COATED) for payment will not be measured but shall be the quantities designated in the Contract; except, measurements will be made for revisions requested by the Engineer, or for an error of plus or minus 2 percent of the total weight shown on the plans for each structure. Acceptance and pay factors described in the CDOT Standard Specifications for Road and Bridge Construction Section 602 apply. b. Payment The accepted quantities of reinforcing steel will be paid for at the contract unit price per pound. No allowance will be made for supports, clips, wire or other material used for fastening reinforcement in place BID ITEM NO. 603-01155: 15 INCH REINFORCED CONCRETE PIPE (CIP)(LF) a. Measurement Conduit used for culverts and storm drains of the different types and sizes will not be measured but will be the net length of pipe called for on the plans, except when field changes are ordered or when there are errors on the plans. In case of exceptions, the quantity to be measured shall be the actual net length of conduit measured along the bottom centerline. Extra length of conduit due to joint creep will not be measured and paid for. Pipe shall be in accordance with Section 603 CDOT Standard Specifications and Revision to Section 603 – Culverts and Sewers. b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all joints, elbows, concrete collars, connecting bands and other connecting devices will not be paid for separately but shall be included in the work.

Page 312: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 603-01185: 18 INCH REINFORCED CONCRETE PIPE (CIP)(LF) a. Measurement Conduit used for culverts and storm drains of the different types and sizes will not be measured but will be the net length of pipe called for on the plans, except when field changes are ordered or when there are errors on the plans. In case of exceptions, the quantity to be measured shall be the actual net length of conduit measured along the bottom centerline. Extra length of conduit due to joint creep will not be measured and paid for. Pipe shall be in accordance with Section 603 CDOT Standard Specifications and Revision to Section 603 – Culverts and Sewers. b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all joints, elbows, concrete collars, connecting bands and other connecting devices will not be paid for separately but shall be included in the work. BID ITEM NO. 603-01245: 24 INCH REINFORCED CONCRETE PIPE (CIP)(LF) a. Measurement Conduit used for culverts and storm drains of the different types and sizes nestable will not be measured but will be the net length of pipe called for on the plans, except when field changes are ordered or when there are errors on the plans. In case of exceptions, the quantity to be measured shall be the actual net length of conduit measured along the bottom centerline. Extra length of conduit due to joint creep will not be measured and paid for. Pipe shall be in accordance with Section 603 CDOT Standard Specifications and Revision to Section 603 – Culverts and Sewers. b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all joints, elbows, concrete collars, connecting bands and other connecting devices will not be paid for separately but shall be included in the work. BID ITEM NO. 603-01305: 30 INCH REINFORCED CONCRETE PIPE (CIP)(LF) a. Measurement Conduit used for culverts and storm drains of the different types and sizes will not be measured but will be the net length of pipe called for on the plans, except when field

Page 313: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

changes are ordered or when there are errors on the plans. In case of exceptions, the quantity to be measured shall be the actual net length of conduit measured along the bottom centerline. Extra length of conduit due to joint creep will not be measured and paid for. Pipe shall be in accordance with Section 603 CDOT Standard Specifications and Revision to Section 603 – Culverts and Sewers. b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all joints, elbows, concrete collars, connecting bands and other connecting devices will not be paid for separately but shall be included in the work. BID ITEM NO. 603-01365: 36 INCH REINFORCED CONCRETE PIPE (CIP)(LF) a. Measurement Conduit used for culverts and storm drains of the different types and sizes will not be measured but will be the net length of pipe called for on the plans, except when field changes are ordered or when there are errors on the plans. In case of exceptions, the quantity to be measured shall be the actual net length of conduit measured along the bottom centerline. Extra length of conduit due to joint creep will not be measured and paid for. Pipe shall be in accordance with Section 603 CDOT Standard Specifications and Revision to Section 603 – Culverts and Sewers. b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all joints, elbows, concrete collars, connecting bands and other connecting devices will not be paid for separately but shall be included in the work. BID ITEM NO. 603-01425: 42 INCH REINFORCED CONCRETE PIPE (CIP)(LF) a. Measurement Conduit used for culverts and storm drains of the different types and sizes will not be measured but will be the net length of pipe called for on the plans, except when field changes are ordered or when there are errors on the plans. In case of exceptions, the quantity to be measured shall be the actual net length of conduit measured along the bottom centerline. Extra length of conduit due to joint creep will not be measured and paid for. Pipe shall be in accordance with Section 603 CDOT Standard Specifications and Revision to Section 603 – Culverts and Sewers.

Page 314: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all joints, elbows, concrete collars, connecting bands and other connecting devices will not be paid for separately but shall be included in the work. BID ITEM NO. 603-01485: 48 INCH REINFORCED CONCRETE PIPE (CIP)(LF) a. Measurement Conduit used for culverts and storm drains of the different types and sizes will not be measured but will be the net length of pipe called for on the plans, except when field changes are ordered or when there are errors on the plans. In case of exceptions, the quantity to be measured shall be the actual net length of conduit measured along the bottom centerline. Extra length of conduit due to joint creep will not be measured and paid for. Pipe shall be in accordance with Section 603 CDOT Standard Specifications and Revision to Section 603 – Culverts and Sewers. b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all joints, elbows, concrete collars, connecting bands and other connecting devices will not be paid for separately but shall be included in the work. BID ITEM NO. 603-02365: 45x29 INCH REINFORCED CONCRETE PIPE ELLIPTICAL (CIP) (LF) a. Measurement Conduit used for culverts and storm drains of the different types and sizes will not be measured but will be the net length of pipe called for on the plans, except when field changes are ordered or when there are errors on the plans. In case of exceptions, the quantity to be measured shall be the actual net length of conduit measured along the bottom centerline. Extra length of conduit due to joint creep will not be measured and paid for. Pipe shall be in accordance with Section 603 CDOT Standard Specifications and Revision to Section 603 – Culverts and Sewers. b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in

Page 315: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all joints, elbows, concrete collars, connecting bands and other connecting devices will not be paid for separately but shall be included in the work. BID ITEM NO. 603-02425: 53x34 INCH REINFORCED CONCRETE PIPE ELLIPTICAL (CIP) (LF) a. Measurement Conduit used for culverts and storm drains of the different types and sizes will not be measured but will be the net length of pipe called for on the plans, except when field changes are ordered or when there are errors on the plans. In case of exceptions, the quantity to be measured shall be the actual net length of conduit measured along the bottom centerline. Extra length of conduit due to joint creep will not be measured and paid for. Pipe shall be in accordance with Section 603 CDOT Standard Specifications and Revision to Section 603 – Culverts and Sewers. b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all joints, elbows, concrete collars, connecting bands and other connecting devices will not be paid for separately but shall be included in the work. BID ITEM NO. 603-07300: 30 INCH REINFORCED CONCRETE PIPE (JACKED)(LF) a. Measurement Jacked pipe will be measured by the linear foot complete in place and accepted. Structure excavation, structure backfill, receiving pits, grout materials, and grouting operation for jacked pipe will not be measured and paid for separately but shall be included in the work. Pipe shall be in accordance with Section 603 CDOT Standard Specifications and Revision to Section 603 – Culverts and Sewers. b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all joints, elbows, concrete collars, connecting bands and other connecting devices will not be paid for separately but shall be included in the work.

Page 316: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 603-50008-SPC2: 8 INCH PVC SDR35 PIPE (12’ – 20’ DEPTH)(LF) a. Measurement The quantity of 8 inch PVC SDR35 Pipe (12’ – 20’ Depth) to be paid for will be determined by measurement of the linear feet of PVC actually constructed and accepted by the Engineer as complying with the plans and specifications. 8 inch PVC SDR35 Pipe (12’ – 20’ Depth) shall be in accordance with Colorado Springs Utilities Wastewater Line Extension & Service Standards. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 603-50008-SPC3: CONNECT TO EXISTING MANHOLE (8" PVC) [SANITARY] (EA) a. Measurement The quantity of Connect to Existing Manhole (8” PVC) [Sanitary] to be paid for will be determined by each number of connections actually constructed and accepted by the Engineer as complying with the plans and specifications. Connect to Existing Manhole (8” PVC) [Sanitary] shall be in accordance with Colorado Springs Utilities Wastewater Line Extension & Service Standards. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 603-50008-SPC4: CONNECT EXISTING SANITARY SEWER SERVICE (EA) a. Measurement The quantity of Connect Existing Sanitary Sewer Service to be paid for will be determined by each number of connections actually constructed and accepted by the Engineer as complying with the plans and specifications. Connect Existing Sanitary Sewer Service shall be in accordance with Colorado Springs Utilities Wastewater Line Extension & Service Standards.

Page 317: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 603-50012: 12 INCH PLASTIC PIPE (LF) a. Measurement Conduit used for culverts and storm drains of the different types and will not be measured but will be the net length of pipe called for on the plans, except when field changes are ordered or when there are errors on the plans. In case of exceptions, the quantity to be measured shall be the actual net length of conduit measured along the bottom centerline. Extra length of conduit due to joint creep will not be measured and paid for. Pipe shall be in accordance with Section 603 CDOT Standard Specifications and Revision to Section 603 – Culverts and Sewers. b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all joints, elbows, concrete collars, connecting bands and other connecting devices will not be paid for separately but shall be included in the work. BID ITEM NO. 603-99999-SPC1: 20” CASING END SEAL (EA) a. Measurement The quantity of 20” Casing End Seal to be paid for will be determined by each number of end seals actually constructed and accepted by the Engineer as complying with the plans and specifications. 20” Casing End Seal shall be in accordance with Colorado Springs Utilities Wastewater Line Extension & Service Standards. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 603-99999-SPC2: 20” CASING SPACERS (EA) a. Measurement The quantity of 20” Casing Spacers to be paid for will be determined by each number of casing spacers actually constructed and accepted by the Engineer as complying with

Page 318: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

the plans and specifications. 20” Casing Spacers shall be in accordance with Colorado Springs Utilities Wastewater Line Extension & Service Standards. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 603-99999-SPC3: 12" STEEL CASING W/SPACERS AND END SEALS (LF) a. Measurement The quantity of 12” Steel Casing W/Spacers and End Seals to be paid for will be determined by measuring the linear feet of casing actually constructed and accepted by the Engineer as complying with the plans and specifications. 12” Steel Casing W/Spacers and End Seals shall be in accordance with Colorado Springs Utilities Wastewater Line Extension & Service Standards. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Spacers and End Seals to be paid for separately. BID ITEM NO. 603-99999-SPC4: 12" SPLIT STEEL CASING W/SPACERS AND END SEALS (LF) a. Measurement The quantity of 12” Split Steel Casing W/Spacers and End Seals to be paid for will be determined by measuring the linear feet of casing actually constructed and accepted by the Engineer as complying with the plans and specifications. 12” Split Steel Casing W/Spacers and End Seals shall be in accordance with Colorado Springs Utilities Wastewater Line Extension & Service Standards. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Spacers and End Seals to be paid for separately.

Page 319: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 603-99999-SPC5: BYPASS PUMPING (SANITARY) (LS) a. Measurement No measurement will be made for Bypass Pumping (Sanitary), but will be paid for as a lump sum for the work described in the plans. Bypass Pumping (Sanitary) shall be in accordance with Colorado Springs Utilities Wastewater Line Extension & Service Standards. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 603-99999-SPC6: 18" STEEL CASING W/SPACERS AND END SEALS (LF) a. Measurement The quantity of 18” Steel Casing W/Spacers and End Seals to be paid for will be determined by measuring the linear feet of casing actually constructed and accepted by the Engineer as complying with the plans and specifications. 18” Steel Casing W/Spacers and End Seals shall be in accordance with Colorado Springs Utilities Wastewater Line Extension & Service Standards. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Spacers and End Seals to be paid for separately. BID ITEM NO. 603-99999-SPC7: 24" STEEL CASING W/SPACERS AND END SEALS (LF) a. Measurement The quantity of 24” Steel Casing W/Spacers and End Seals to be paid for will be determined by measuring the linear feet of casing actually constructed and accepted by the Engineer as complying with the plans and specifications. 24” Steel Casing W/Spacers and End Seals shall be in accordance with Colorado Springs Utilities Wastewater Line Extension & Service Standards.

Page 320: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Spacers and End Seals to be paid for separately. BID ITEM NO. 603-99999-SPC8: BRIDGE AND FLOWFILL SANITARY SEWER (EA) a. Measurement The quantity of Bridge and Flowfill Sanitary Sewer to be paid for will be determined by each number actually constructed and accepted by the Engineer as complying with the plans and specifications. Bridge and Flowfill Sanitary Sewer shall be in accordance with Colorado Springs Utilities Wastewater Line Extension & Service Standards. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 604-00305: INLET TYPE C (5 FOOT) (EA) a. Measurement Manholes and inlets will be measured by the complete unit including ring and cover or grating and frame. Measurement shall be in accordance with Section 604 CDOT Standard Specifications and Revision to Section 604 – Manholes, inlets and meter vaults. b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all connecting devices will not be measured and paid for separately but shall be included in the work. If the use of precast inlets requires an increase in the structure size denoted on the plans, the cost associated with an increase in structure size due to the use of precast structures shall be included in the work.

Page 321: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 604-00315: INLET TYPE C (15 FOOT) (EA) a. Measurement Manholes and inlets will be measured by the complete unit including ring and cover or grating and frame. Measurement shall be in accordance with Section 604 CDOT Standard Specifications and Revision to Section 604 – Manholes, inlets and meter vaults. b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all connecting devices will not be measured and paid for separately but shall be included in the work. If the use of precast inlets requires an increase in the structure size denoted on the plans, the cost associated with an increase in structure size due to the use of precast structures shall be included in the work. BID ITEM NO. 604-00505: INLET TYPE D (5 FOOT) (EA) a. Measurement Manholes and inlets will be measured by the complete unit including ring and cover or grating and frame. Measurement shall be in accordance with Section 604 CDOT Standard Specifications and Revision to Section 604 – Manholes, inlets and meter vaults. b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all connecting devices will not be measured and paid for separately but shall be included in the work. If the use of precast inlets requires an increase in the structure size denoted on the plans, the cost associated with an increase in structure size due to the use of precast structures shall be included in the work.

Page 322: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 604-00510: INLET TYPE D (10 FOOT) (EA) a. Measurement Manholes and inlets will be measured by the complete unit including ring and cover or grating and frame. Measurement shall be in accordance with Section 604 CDOT Standard Specifications and Revision to Section 604 – Manholes, inlets and meter vaults. b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all connecting devices will not be measured and paid for separately but shall be included in the work. If the use of precast inlets requires an increase in the structure size denoted on the plans, the cost associated with an increase in structure size due to the use of precast structures shall be included in the work. BID ITEM NO. 604-00550: INLET TYPE D (SPECIAL) (EA) a. Measurement Manholes and inlets will be measured by the complete unit including ring and cover or grating and frame. Measurement shall be in accordance with Section 604 CDOT Standard Specifications and Revision to Section 604 – Manholes, inlets and meter vaults. b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all connecting devices will not be measured and paid for separately but shall be included in the work. If the use of precast inlets requires an increase in the structure size denoted on the plans, the cost associated with an increase in structure size due to the use of precast structures shall be included in the work.

Page 323: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 604-16005: INLET TYPE 16 (5 FOOT) (EA) a. Measurement Manholes and inlets will be measured by the complete unit including ring and cover or grating and frame. Measurement shall be in accordance with Section 604 CDOT Standard Specifications and Revision to Section 604 – Manholes, inlets and meter vaults. b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all connecting devices will not be measured and paid for separately but shall be included in the work. If the use of precast inlets requires an increase in the structure size denoted on the plans, the cost associated with an increase in structure size due to the use of precast structures shall be included in the work. BID ITEM NO. 604-16010: INLET TYPE 16 (10 FOOT) (EA) a. Measurement Manholes and inlets will be measured by the complete unit including ring and cover or grating and frame. Measurement shall be in accordance with Section 604 CDOT Standard Specifications and Revision to Section 604 – Manholes, inlets and meter vaults. b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all connecting devices will not be measured and paid for separately but shall be included in the work. If the use of precast inlets requires an increase in the structure size denoted on the plans, the cost associated with an increase in structure size due to the use of precast structures shall be included in the work.

Page 324: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 604-16505: INLET TYPE 16 (DOUBLE) (5 FOOT) (EA) a. Measurement Manholes and inlets will be measured by the complete unit including ring and cover or grating and frame. Measurement shall be in accordance with Section 604 CDOT Standard Specifications and Revision to Section 604 – Manholes, inlets and meter vaults. b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all connecting devices will not be measured and paid for separately but shall be included in the work. If the use of precast inlets requires an increase in the structure size denoted on the plans, the cost associated with an increase in structure size due to the use of precast structures shall be included in the work. BID ITEM NO. 604-16510: INLET TYPE 16 (DOUBLE) (10 FOOT) (EA) a. Measurement Manholes and inlets will be measured by the complete unit including ring and cover or grating and frame. Measurement shall be in accordance with Section 604 CDOT Standard Specifications and Revision to Section 604 – Manholes, inlets and meter vaults. b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all connecting devices will not be measured and paid for separately but shall be included in the work. If the use of precast inlets requires an increase in the structure size denoted on the plans, the cost associated with an increasee in structure size due to the use of precast structures shall be included in the work.

Page 325: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 604-16605: INLET TYPE 16 (TRIPLE) (5 FOOT) (EA) a. Measurement Manholes and inlets will be measured by the complete unit including ring and cover or grating and frame. Measurement shall be in accordance with Section 604 CDOT Standard Specifications and Revision to Section 604 – Manholes, inlets and meter vaults. b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all connecting devices will not be measured and paid for separately but shall be included in the work. If the use of precast inlets requires an increase in the structure size denoted on the plans, the cost associated with an increase in structure size due to the use of precast structures shall be included in the work. BID ITEM NO. 604-16610: INLET TYPE 16 (TRIPLE) (10 FOOT) (EA) a. Measurement Manholes and inlets will be measured by the complete unit including ring and cover or grating and frame. Measurement shall be in accordance with Section 604 CDOT Standard Specifications and Revision to Section 604 – Manholes, inlets and meter vaults. b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all connecting devices will not be measured and paid for separately but shall be included in the work. If the use of precast inlets requires an increase in the structure size denoted on the plans, the cost associated with an increase in structure size due to the use of precast structures shall be included in the work.

Page 326: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 604-19000: INLET SPECIAL (EA) a. Measurement Manholes and inlets will be measured by the complete unit including ring and cover or grating and frame. Measurement shall be in accordance with Section 604 CDOT Standard Specifications and Revision to Section 604 – Manholes, inlets and meter vaults. b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all connecting devices will not be measured and paid for separately but shall be included in the work. If the use of precast inlets requires an increase in the structure size denoted on the plans, the cost associated with an increase in structure size due to the use of precast structures shall be included in the work. BID ITEM NO. 604-19205: INLET TYPE R L 10 (5 FOOT) (EA) a. Measurement Manholes and inlets will be measured by the complete unit including ring and cover or grating and frame. Measurement shall be in accordance with Section 604 CDOT Standard Specifications and Revision to Section 604 – Manholes, inlets and meter vaults. b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all connecting devices will not be measured and paid for separately but shall be included in the work. If the use of precast inlets requires an increase in the structure size denoted on the plans, the cost associated with an increase in structure size due to the use of precast structures shall be included in the work.

Page 327: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 604-19215: INLET TYPE R L 10 (15 FOOT) (EA) a. Measurement Manholes and inlets will be measured by the complete unit including ring and cover or grating and frame. Measurement shall be in accordance with Section 604 CDOT Standard Specifications and Revision to Section 604 – Manholes, inlets and meter vaults. b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all connecting devices will not be measured and paid for separately but shall be included in the work. If the use of precast inlets requires an increase in the structure size denoted on the plans, the cost associated with an increase in structure size due to the use of precast structures shall be included in the work. BID ITEM NO. 604-19305: INLET TYPE R L 15 (5 FOOT) (EA) a. Measurement Manholes and inlets will be measured by the complete unit including ring and cover or grating and frame. Measurement shall be in accordance with Section 604 CDOT Standard Specifications and Revision to Section 604 – Manholes, inlets and meter vaults. b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all connecting devices will not be measured and paid for separately but shall be included in the work. If the use of precast inlets requires an increase in the structure size denoted on the plans, the cost associated with an increase in structure size due to the use of precast structures shall be included in the work.

Page 328: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 604-19315: INLET TYPE R L 15 (15 FOOT) (EA) a. Measurement Manholes and inlets will be measured by the complete unit including ring and cover or grating and frame. Measurement shall be in accordance with Section 604 CDOT Standard Specifications and Revision to Section 604 – Manholes, inlets and meter vaults. b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all connecting devices will not be measured and paid for separately but shall be included in the work. If the use of precast inlets requires an increase in the structure size denoted on the plans, the cost associated with an increase in structure size due to the use of precast structures shall be included in the work. BID ITEM NO. 604-30005: MANHOLE SLAB BASE (5 FOOT) (EA) a. Measurement Manholes and inlets will be measured by the complete unit including ring and cover or grating and frame. Measurement shall be in accordance with Section 604 CDOT Standard Specifications and Revision to Section 604 – Manholes, inlets and meter vaults. b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all connecting devices will not be measured and paid for separately but shall be included in the work. If the use of precast manholes requires an increase in the structure size denoted on the plans, the cost associated with an increase in structure size due to the use of precast structures shall be included in the work.

Page 329: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 604-30010: MANHOLE SLAB BASE (10 FOOT) (EA) a. Measurement Manholes and inlets will be measured by the complete unit including ring and cover or grating and frame. Measurement shall be in accordance with Section 604 CDOT Standard Specifications and Revision to Section 604 – Manholes, inlets and meter vaults. b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all connecting devices will not be measured and paid for separately but shall be included in the work. If the use of precast manholes requires an increase in the structure size denoted on the plans, the cost associated with an increase in structure size due to the use of precast structures shall be included in the work. BID ITEM NO. 604-30015: MANHOLE SLAB BASE (15 FOOT) (EA) a. Measurement Manholes and inlets will be measured by the complete unit including ring and cover or grating and frame. Measurement shall be in accordance with Section 604 CDOT Standard Specifications and Revision to Section 604 – Manholes, inlets and meter vaults. b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all connecting devices will not be measured and paid for separately but shall be included in the work. If the use of precast manholes requires an increase in the structure size denoted on the plans, the cost associated with an increase in structure size due to the use of precast structures shall be included in the work.

Page 330: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 604-30020: MANHOLE SLAB BASE (20 FOOT) (EA) a. Measurement Manholes and inlets will be measured by the complete unit including ring and cover or grating and frame. Measurement shall be in accordance with Section 604 CDOT Standard Specifications and Revision to Section 604 – Manholes, inlets and meter vaults. b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all connecting devices will not be measured and paid for separately but shall be included in the work. If the use of precast manholes requires an increase in the structure size denoted on the plans, the cost associated with an increase in structure size due to the use of precast structures shall be included in the work. BID ITEM NO. 604-30025: MANHOLE SLAB BASE (25 FOOT) (EA) a. Measurement Manholes and inlets will be measured by the complete unit including ring and cover or grating and frame. Measurement shall be in accordance with Section 604 CDOT Standard Specifications and Revision to Section 604 – Manholes, inlets and meter vaults. b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all connecting devices will not be measured and paid for separately but shall be included in the work. If the use of precast manholes requires an increase in the structure size denoted on the plans, the cost associated with an increase in structure size due to the use of precast structures shall be included in the work

Page 331: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 604-31005: MANHOLE BOX BASE (5 FOOT) (EA) a. Measurement Manholes and inlets will be measured by the complete unit including ring and cover or grating and frame. Measurement shall be in accordance with Section 604 CDOT Standard Specifications and Revision to Section 604 – Manholes, inlets and meter vaults. b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all connecting devices will not be measured and paid for separately but shall be included in the work. If the use of precast manholes requires an increase in the structure size denoted on the plans, the cost associated with an increase in structure size due to the use of precast structures shall be included in the work. BID ITEM NO. 604-31015: MANHOLE BOX BASE (15 FOOT) (EA) a. Measurement Manholes and inlets will be measured by the complete unit including ring and cover or grating and frame. Measurement shall be in accordance with Section 604 CDOT Standard Specifications and Revision to Section 604 – Manholes, inlets and meter vaults. b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all connecting devices will not be measured and paid for separately but shall be included in the work. If the use of precast manholes requires an increase in the structure size denoted on the plans, the cost associated with an increase in structure size due to the use of precast structures shall be included in the work.

Page 332: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 604-31020: MANHOLE BOX BASE (20 FOOT) (EA) a. Measurement Manholes and inlets will be measured by the complete unit including ring and cover or grating and frame. Measurement shall be in accordance with Section 604 CDOT Standard Specifications and Revision to Section 604 – Manholes, inlets and meter vaults. b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all connecting devices will not be measured and paid for separately but shall be included in the work. If the use of precast manholes requires an increase in the structure size denoted on the plans, the cost associated with an increase in structure size due to the use of precast structures shall be included in the work. BID ITEM NO. 604-3900: MANHOLE SPECIAL (EA) a. Measurement Manholes and inlets will be measured by the complete unit including ring and cover or grating and frame. Measurement shall be in accordance with Section 604 CDOT Standard Specifications and Revision to Section 604 – Manholes, inlets and meter vaults. b. Payment Payment shall be per CDOT Standard Specifications. The accepted quantities will be paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Except as otherwise indicated on the plans or in the special provisions, all connecting devices will not be measured and paid for separately but shall be included in the work. If the use of precast manholes requires an increase in the structure size denoted on the plans, the cost associated with an increase in structure size due to the use of precast structures shall be included in the work.

Page 333: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 604-39001SPC2: MANHOLE SANITARY 5’ DIAMETER (12’-16’ DEPTH) (EA) a. Measurement The quantity of Manhole Sanitary 5’ Diameter (12’ – 16’ depth) to be paid for will be determined by measurement of the number of manholes actually constructed and accepted by the Engineer as complying with the plans and specifications. Manhole Sanitary 5’ Diameter (12’ – 16’ depth) shall be in accordance with Colorado Springs Utilities Wastewater Line Extension & Service Standards. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 604-39001SPC6: MANHOLE (DROP) SANITARY 5’ DIAMETER (16’-20’ DEPTH) (EA) a. Measurement The quantity of Manhole (Drop) Sanitary 5’ Diameter (16’ – 20’ depth) to be paid for will be determined by measurement of the number of manholes actually constructed and accepted by the Engineer as complying with the plans and specifications. Manhole (Drop) Sanitary 5’ Diameter (16’ – 20’ depth)) shall be in accordance with Colorado Springs Utilities Wastewater Line Extension & Service Standards. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM 605-00040 4-INCH PERFORATED PIPE UNDERDRAIN (LF) a. Measurement The quantity of 4-Inch Perforated Pipe Underdrain to be paid for will be determined by measurement of the number of linear feet actually constructed and accepted by the Engineer as complying with the plans and specifications.

Page 334: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM 605-00060 6-INCH PERFORATED PIPE UNDERDRAIN (LF) a. Measurement Pipe Underdrain to be paid for will be determined by measurement of the number of linear feet actually constructed and accepted by the Engineer as complying with the plans and specifications. b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM 605-83560 6-INCH PIPE UNDERDRAIN (LF) a. Measurement The quantity of 6-Inch Perforated Pipe Underdrain to be paid for will be determined by measurement of the number of linear feet actually constructed and accepted by the Engineer as complying with the plans and specifications. b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. ½” angular rock is incidental to the work and shall not be paid for separately. BID ITEM 606-00301: GUARDRAIL TYPE 3 (6-3 POST SPACING) (LF) a. Measurement The quantity of Guardrail Type 3 (6-3 Post Spacing) to be measured by the linear foot along the centerline of the rail from end to end of completed and accepted rail as shown on the plans, excluding end anchorages, median terminals, and transitions. Posts will be included in the quantities of guardrail of the specified type and not measured separately. Additional posts required for guardrail adjacent to bridges and obstructions, as shown on the plans, will not be measured and paid for separately but shall be

Page 335: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

included in the work. Guardrail Type 3 (6-3 Post Spacing) shall be per CDOT Standard Specifications and CDOT Standard Special Provision 606-Guradrail. b. Payment The accepted quantities of guardrail will be paid for at the contract unit price for the type specified. BID ITEM 606-01340: END ANCHORAGE TYPE 3D (EA) a. Measurement End anchorages, median terminals and transitions will be measured by the actual number placed and accepted. Each end anchorage, median terminal, or transition shall include all concrete, reinforcing steel, anchor bolts, cable, rods, turnbuckles, backing rail, plates, bolts, nuts, washers and all other work and material necessary to complete the item. End Anchorage Type 3D shall be per CDOT Standard Specifications and CDOT Standard Special Provision 606-Guradrail. b. Payment The accepted quantities of guardrail will be paid for at the contract unit price for the type specified. BID ITEM 606-02003: END ANCHORAGE (NONFLARED) (EA) a. Measurement End anchorages, median terminals and transitions will be measured by the actual number placed and accepted. Each end anchorage, median terminal, or transition shall include all concrete, reinforcing steel, anchor bolts, cable, rods, turnbuckles, backing rail, plates, bolts, nuts, washers and all other work and material necessary to complete the item. End Anchorage (Nonflared) shall be per CDOT Standard Specifications and CDOT Standard Special Provision 606-Guradrail. b. Payment The accepted quantities of guardrail will be paid for at the contract unit price for the type specified. BID ITEM NO. 607-01000: FENCE BARBED WIRE WITH METAL POSTS (LF) a. Measurement The quantity of Fence Barbed Wire with Metal Posts will be measured by the linear foot. Measurement will be along the base of the fence from outside to outside of end posts

Page 336: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

for each continuous run of fence including length of barbed wire gates, but excluding the length of driveway gates and walk gates. End posts, corners posts and line posts and line brace posts shall not be measured separately. Fence shall be per CDOT specifications and CDOT project special provision 607-Fence. b. Payment Payment shall be made at the applicable contract unit price for bid item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for Fence Barbed Wire with Metal Posts shall include installation of fence, wire, posts, footers, bracing, and all other features of the fencing. Payment shall be full compensation for sawing, excavation and subsequent backfill of materials installed. BID ITEM NO. 607-11525: FENCE (PLASTIC) (LF) a. Measurement The quantity of Fence (Plastic) will be measured by the linear foot. Measurement will be along the base of the fence from outside to outside of end posts for each continuous run of fence. End posts, corners posts and line posts and line brace posts shall not be measured separately. Fence shall be per CDOT specifications and CDOT project special provision 607-Fence. b. Payment Payment shall be made at the applicable contract unit price for bid item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for Fence (Plastic) shall include installation of fence, posts, footers, bracing, and all other features of the fencing. BID ITEM NO: 608-00005 CONCRETE SIDEWALK (SPECIAL) (SY) a. Measurement The quantity of Concrete Sidewalk (Special) to be paid for will be determined by measurement of the number of square yards actually constructed and accepted by the Engineer as complying with the plans and specifications. Concrete Sidewalk shall be in accordance with Revision of Section 509 – Sidewalks of the City of Colorado Springs Standard Specifications. b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for concrete sidewalk shall include all prepping, forming

Page 337: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

and form removal, purchase and placement of concrete, finishing and curing of concrete, grading, compaction and any other items of work involved in construction and all other items of work involved in construction of concrete sidewalk. The cost of pouring monolithic curb head will not be paid for separately but shall be include in the work for Concrete Sidewalk (Special). BID ITEM NO: 608-00006 CONCRETE SIDEWALK (6 INCH) (SY) a. Measurement The quantity of Concrete Sidewalk to be paid for will be determined by measurement of the number of square yards actually constructed and accepted by the Engineer as complying with the plans and specifications. Concrete Sidewalk shall be in accordance with Section 500 of the City of Colorado Springs Standard Specifications. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work including, but not limited to saw cutting, subgrade preparation, necessary stabilization within the first 6-inches of depth below the new construction, compaction, placement of select fill for leveling and forming, forming, expansion joint material, concrete, finishing, subsequent backfill around formed concrete and all other items of work involved in Concrete Sidewalk (6-inch). BID ITEM NO: 608-00010 CONCRETE CURB RAMP (SY) a. Measurement The quantity of Concrete Curb Ramp to be paid for will be determined by measurement of the number of square yards actually constructed and accepted by the Engineer as complying with the plans and specifications. Pedestrian ramp shall be in accordance with Section 500 of the City of Colorado Springs Standard Specifications for Pedestrian Ramp. If the ramp requires curbing, this will be included in the measurement, and not paid for separately. b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for Concrete Curb Ramp shall include all prepping, forming and form removal, purchase and placement of concrete, finishing and curing of concrete, grading, compaction and any other items of work involved in construction and all other items of work involved in construction of concrete curb ramp. Detectable Warning panels, when required, will not be paid for separately but included in the work for concrete curb ramp.

Page 338: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO: 608-00026: CONCRETE BIKEWAY (6 INCH) (SY) a. Measurement The quantity of Concrete Bikeway (6 Inch) to be paid for will be determined by measurement of the number of square yards actually constructed and accepted by the Engineer as complying with the plans and specifications. Concrete Bikeway (6 Inch) shall be in accordance with City of Colorado Spring Parks Specifications Section 02751-CEMENT CONCRETE PAVEMENT. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work including, but not limited to saw cutting, subgrade preparation, necessary stabilization within the first 6-inches of depth below the new construction, compaction, placement of select fill for leveling and forming, forming, expansion joint material, concrete, reinforcing steel, finishing, joint sealant, subsequent backfill around formed concrete and all other items associated with the work. BID ITEM NO. 609-20010 CURB TYPE 2 (SECTION B) (LF) a. Measurement Curb Type 2 (Section B) to be paid for shall be determined by measurement of the number of lineal feet actually constructed and accepted by the Engineer as complying with the plans and specifications. Curb will be measured along the face of the curb. Deduction in length will be made for drainage structures, such as catch basins, drop inlets, etc., pedestrian ramps and driveway aprons installed in the curb and gutter. The quantities shown on in the plans and specifications reflect the deductions. Curb and Gutter shall be in accordance with Section 500 of the City of Colorado Springs Standard Specifications and with the Revision to Section 509 – CURB AND GUTTER. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for Curb Type 2 (Section B) shall include all prepping, compaction, replacement of necessary select fill for leveling and forming, subsequent backfill around formed concrete and all other items of work involved in construction of the concrete curb.

Page 339: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 609-21010 CURB AND GUTTER TYPE 2 (SECTION I-B) (LF) a. Measurement Concrete Curb and Gutter Type 2 (Section I-B) to be paid for shall be determined by measurement of the number of lineal feet actually constructed and accepted by the Engineer as complying with the plans and specifications. Concrete Curb and gutter will be measured along the face of the curb. Deduction in length will be made for drainage structures, such as catch basins, drop inlets, etc., pedestrian ramps and driveway aprons installed in the curb and gutter. The quantities shown on in the plans and specifications reflect the deductions. Curb and Gutter shall be in accordance with the Revision to Section 509 – CURB AND GUTTER. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for Concrete Curb and Gutter Type 2 (Section I-B shall include all prepping, compaction, replacement of necessary select fill for leveling and forming, subsequent backfill around formed concrete and all other items of work involved in construction of the concrete curb and gutter. BID ITEM NO. 609-21020 CURB AND GUTTER TYPE 2 (SECTION II-B) (LF) a. Measurement Concrete Curb and Gutter Type 2 (Section II-B) to be paid for shall be determined by measurement of the number of lineal feet actually constructed and accepted by the Engineer as complying with the plans and specifications. Concrete Curb and gutter will be measured along the face of the curb. Deduction in length will be made for drainage structures, such as catch basins, drop inlets, etc., pedestrian ramps and driveway aprons installed in the curb and gutter. The quantities shown on in the plans and specifications reflect the deductions. Curb and Gutter shall be in accordance with the Revision to Section 509 – CURB AND GUTTER. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for Concrete Curb and Gutter Type 2 (Section II-B) shall include all prepping, compaction, replacement of necessary select fill for leveling and forming, subsequent backfill around formed concrete and all other items of work involved in construction of the concrete curb and gutter.

Page 340: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 609-23000 GUTTER (SPECIAL) (LF) a. Measurement Gutter (Special) to be paid for shall be determined by measurement of the number of lineal feet actually constructed and accepted by the Engineer as complying with the plans and specifications. Gutter will be measured along the centerline of the gutter. Deduction in length will be made for drainage structures, such as catch basins, drop inlets, etc., pedestrian ramps and driveway aprons installed in the gutter. The quantities shown on in the plans and specifications reflect the deductions. Gutter (Special) shall be in accordance with Revision to Section 509 – CURB AND GUTTER. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for Gutter (Special) shall include all prepping, compaction, replacement of necessary select fill for leveling and forming, subsequent backfill around formed concrete and all other items of work involved in construction of the gutter. BID ITEM NO. 609-24002: GUTTER TYPE 2 (2 FOOT) (LF) a. Measurement Gutter Type 2 (2 foot) to be paid for shall be determined by measurement of the number of lineal feet actually constructed and accepted by the Engineer as complying with the plans and specifications. Gutter will be measured along the centerline of the gutter. Deduction in length will be made for drainage structures, such as catch basins, drop inlets, etc., pedestrian ramps and driveway aprons installed in the gutter. The quantities shown on in the plans and specifications reflect the deductions. Gutter Type 2 (2 foot) shall be in accordance with Revision to Section 509 – CURB AND GUTTER. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for Gutter Type 2 (2 foot) shall include all prepping, compaction, replacement of necessary select fill for leveling and forming, subsequent backfill around formed concrete and all other items of work involved in construction of the gutter.

Page 341: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 609-24006: GUTTER TYPE 2 (6 FOOT) (LF) a. Measurement Gutter Type 2 (6 foot) to be paid for shall be determined by measurement of the number of lineal feet actually constructed and accepted by the Engineer as complying with the plans and specifications. Gutter will be measured along the centerline of the gutter. Deduction in length will be made for drainage structures, such as catch basins, drop inlets, etc., pedestrian ramps and driveway aprons installed in the gutter. The quantities shown on in the plans and specifications reflect the deductions. Gutter Type 2 (6 foot) shall be in accordance with Revision to Section 509 – CURB AND GUTTER. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for Gutter Type 2 (6 foot) shall include all prepping, compaction, replacement of necessary select fill for leveling and forming, subsequent backfill around formed concrete and all other items of work involved in construction of the gutter. BID ITEM NO. 609-24030: MEDIAN COVER MATERIAL (CONCRETE) (SF) a. Measurement Median Cover Material (Concrete) to be paid for shall be determined by measurement of the number of square feet actually constructed and accepted by the Engineer as complying with the plans and specifications. Median Cover Material (Concrete) shall be in accordance with CDOT Project Special Provision 609-Median Cover Material. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for Median Cover (Concrete) shall include all prepping, compaction, replacement of necessary select fill for leveling and forming, excavation and subsequent backfill around formed concrete and all other items of work involved in construction of the median cover. BID ITEM NO. 609-24055: MEDIAN COVER MATERIAL (STONE) (SF) a. Measurement Median Cover Material (Stone) to be paid for shall be determined by measurement of the number of square feet actually constructed and accepted by the Engineer as

Page 342: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

complying with the plans and specifications. Median Cover Material (Stone) shall be in accordance with CDOT Project Special Provision 609-Median Cover Material. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for Median Cover (Stone) shall include all prepping, compaction, replacement of necessary select fill for leveling and forming, excavation and subsequent backfill around formed concrete and all other items of work involved in construction of the median cover. BID ITEM NO. 613-00200: 2 INCH ELECTRICAL CONDUIT (LF) a. Measurement Conduit will be measured by the linear foot in place. Measurement will be in accordance with CDOT Section 613 and CDOT Project Special Section 613-Lighting. b. Payment Payment shall be made at the applicable contract unit bid price for Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment will be in accordance with CDOT Section 613 and CDOT Project Special Section 613-Lighting. BID ITEM NO. 613-07010: PULL BOX (SURFACE MOUNTED) (EA) a. Measurement The quantity of Pull Box (Surface Mounted) to be paid for will be determined by measurement of each number of pull boxes actually installed and accepted by the Engineer as complying with the plans and specifications. Measurement will be in accordance with CDOT Section 613 and CDOT Project Special Section 613-Lighting. b. Payment Payment shall be made at the applicable contract unit bid price for Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment will be in accordance with CDOT Section 613 and CDOT Project Special Section 613-Lighting.

Page 343: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 613-07050: PULL BOX (13”X24”X18”) DEEP (EA) a. Measurement The quantity of Pull Box (12”X24”X18”) Deep to be paid for will be determined by measurement of each number of pull boxes actually installed and accepted by the Engineer as complying with the plans and specifications. Measurement will be in accordance with CDOT Section 613 and CDOT Project Special Section 613-Lighting. b. Payment Payment shall be made at the applicable contract unit bid price for Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment will be in accordance with CDOT Section 613 and CDOT Project Special Section 613-Lighting. BID ITEM NO. 613-40010: LIGHT STANDARD FOUNDATION (EA) a. Measurement Concrete Foundation Pads and Light Standard Foundations will be measured by the actual number installed and accepted. Measurement will be in accordance with CDOT Section 613 and CDOT Project Special Section 613-Lighting. b. Payment Payment shall be made at the applicable contract unit bid price for Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment will be in accordance with CDOT Section 613 and CDOT Project Special Section 613-Lighting. BID ITEM NO. 614-00011 SIGN PANEL (CLASS I) (SF) a. Measurement The quantity of Sign Panel (Class I) to be paid for will be determined by measurement of the number of square feet of Sign Panel (Class I) actually installed and accepted by the Engineer as complying with the plans and specifications. Each sign panel shall include the date of manufacture and all necessary attaching hardware. Sign Panel (Class I) shall be in accordance with the City of Colorado Springs, Signage and Pavement Markings Guidelines and Section 614 of the CDOT Standard Specifications for Road and Bridge Construction. The City of Colorado Springs, Signage and Pavement Markings Guidelines shall take precedence in the event of conflict between the two specifications.

Page 344: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 614-00013 SIGN PANEL (CLASS III) (SF) a. Measurement The quantity of Sign Panel (Class III) to be paid for will be determined by measurement of the number of square feet of Sign Panel (Class III) actually installed and accepted by the Engineer as complying with the plans and specifications. Each sign panel shall include the date of manufacture and all necessary attaching hardware. Sign Panel (Class III) shall be in accordance with the City of Colorado Springs, Signage and Pavement Markings Guidelines and Section 614 of the CDOT Standard Specifications for Road and Bridge Construction. The City of Colorado Springs, Signage and Pavement Markings Guidelines shall take precedence in the event of conflict between the two specifications. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 614-00612: STEEL SIGN POST (W 6X12) (LF) a. Measurement The quantity of Steel Sign Post (W 6x12) to be paid for will be determined by measurement of linear feet of post actually installed and accepted by the Engineer as complying with the plans and specifications. Item shall include the foundation and shall be in accordance with the City of Colorado Springs Traffic Engineering, Signage and Pavement Markings Guidelines. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work.

Page 345: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 614-01583: STEEL SIGN SUPPORT (2-1/2 INCH ROUND SCH 80)(POST & SLIPBASE) (EA) a. Measurement The quantity of STEEL SIGN SUPPORT (2-1/2 INCH ROUND SCH 80)(POST & SLIPBASE) to be paid for will be determined by measurement of the number of STEEL SIGN SUPPORT (2-1/2 INCH ROUND SCH 80)(POST & SLIPBASE) including any foundation, actually installed and accepted by the Engineer as complying with the plans and specifications. Item shall include the foundation and shall be in accordance with the City of Colorado Springs Traffic Engineering, Signage and Pavement Markings Guidelines. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 614-03001 CONCRETE FOOTING (TYPE 1) (EA) a. Measurement The quantity of Concrete Footing (Type 1) to be paid for will be determined by the number of concrete footings actually installed and accepted by the Engineer as complying with the plans and specifications. Item shall include the foundation and shall be in accordance with the City of Colorado Springs Traffic Engineering, Signage and Pavement Markings Guidelines. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Anchoring and concrete footers will be paid for as Concrete Footing of the appropriate size. BID ITEM NO. 614-10120: VARIABLE MESSAGE BOARD (EACH) a. Measurement The quantity of Variable Message Board to be paid shall be determined by the measure of the number of actual days each lane closure is used on the project as approved by the Inspector.

Page 346: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

b. Payment Payment shall be made at the applicable unit price for the Bid Item and shall include full compensation for all labor, equipment tools and materials necessary to complete the work including but not limited to maintenance, storage, operation, relocation to different sites during the project, and all repairs and all other items of work involved in the Variable Message Board. BID ITEM NO. 619-00007-SPC1: CONNECT TO EXISTING 6" WATERLINE (6" SPLIT STEEL COUPLING) (EA) a. Measurement The quantity of CONNECT TO EXISTING 6" WATERLINE (6" SPLIT STEEL COUPLING) to be paid for will be determined by each number of connections actually constructed and accepted by the Engineer as complying with the plans and specifications. CONNECT TO EXISTING 6" WATERLINE (6" SPLIT STEEL COUPLING) shall be in accordance with Colorado Springs Utilities Water Line and Extension Service Standards. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 619-00007-SPC2: CONNECT TO EXISTING 8" WATERLINE (8" SPLIT STEEL COUPLING) (EA) a. Measurement The quantity of CONNECT TO EXISTING 8" WATERLINE (8" SPLIT STEEL COUPLING) to be paid for will be determined by each number of connections actually constructed and accepted by the Engineer as complying with the plans and specifications. CONNECT TO EXISTING 8" WATERLINE (8" SPLIT STEEL COUPLING) shall be in accordance with Colorado Springs Utilities Water Line and Extension Service Standards. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work.

Page 347: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 619-00007-SPC3: CONNECT TO EXISTING 12" WATERLINE (12" SPLIT STEEL COUPLING) (EA) a. Measurement The quantity of CONNECT TO EXISTING 12" WATERLINE (12" SPLIT STEEL COUPLING) to be paid for will be determined by each number of connections actually constructed and accepted by the Engineer as complying with the plans and specifications. CONNECT TO EXISTING 12" WATERLINE (12" SPLIT STEEL COUPLING) shall be in accordance with Colorado Springs Utilities Water Line and Extension Service Standards. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 619-06060: 6 INCH DUCTILE IRON PIPE (LF) a. Measurement The quantity of 6 Inch Ductile Iron Pipe to be paid for will be determined by measurement of linear feet of pipe actually constructed and accepted by the Engineer as complying with the plans and specifications. 6 Inch Ductile Iron Pipe shall be in accordance with Colorado Springs Utilities Water Line and Extension Service Standards. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 619-06080: 8 INCH DUCTILE IRON PIPE (LF) a. Measurement The quantity of 8 Inch Ductile Iron Pipe to be paid for will be determined by measurement of linear feet of pipe actually constructed and accepted by the Engineer as complying with the plans and specifications. 8 Inch Ductile Iron Pipe shall be in accordance with Colorado Springs Utilities Water Line and Extension Service Standards.

Page 348: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 619-06120: 12 INCH DUCTILE IRON PIPE (LF) a. Measurement The quantity of 12 Inch Ductile Iron Pipe to be paid for will be determined by measurement of linear feet of pipe actually constructed and accepted by the Engineer as complying with the plans and specifications. 12 Inch Ductile Iron Pipe shall be in accordance with Colorado Springs Utilities Water Line and Extension Service Standards. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 619-50960-SPC1: 12 INCH PVC (C900) (DR14) (LF) a. Measurement The quantity of 12 Inch PVC (C900) (DR 14) to be paid for will be determined by measurement of linear feet of PVC actually constructed and accepted by the Engineer as complying with the plans and specifications. 12 Inch PVC (C900) (DR 14) shall be in accordance with Colorado Springs Utilities Water Line and Extension Service Standards. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 619-50960-SPC2: 12 INCH PVC (C900) (RESTRAINED JOINTS)(LF) a. Measurement The quantity of 12 Inch PVC (C900) (Restrained Joints) to be paid for will be determined by measurement of linear feet of PVC actually constructed and accepted by the Engineer as complying with the plans and specifications. 12 Inch PVC (C900)

Page 349: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

(Restrained Joints) shall be in accordance with Colorado Springs Utilities Water Line and Extension Service Standards. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 619-71596-SPC: 5' MANHOLE & 12" AIR VAC VALVE ASSEMBLY W/ VENTS (EA) a. Measurement The quantity of 5' MANHOLE & 12" AIR VAC VALVE ASSEMBLY W/ VENTS to be paid for will be determined by each 5’ manhole and 12” air vac valve assembly with vents actually constructed and accepted by the Engineer as complying with the plans and specifications. 5' MANHOLE & 12" AIR VAC VALVE ASSEMBLY W/ VENTS shall be in accordance with Colorado Springs Utilities Water Line and Extension Service Standards. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 619-75048: 6 INCH GATE VALVE (EA) a. Measurement The quantity of 6 Inch Gate Valve to be paid for will be determined by each valve actually constructed and accepted by the Engineer as complying with the plans and specifications. 6 Inch Gate Valve shall be in accordance with Colorado Springs Utilities Water Line and Extension Service Standards. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work.

Page 350: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 619-75064: 8 INCH GATE VALVE (EA) a. Measurement The quantity of 8 Inch Gate Valve to be paid for will be determined by each valve actually constructed and accepted by the Engineer as complying with the plans and specifications. 8 Inch Gate Valve shall be in accordance with Colorado Springs Utilities Water Line and Extension Service Standards. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 619-75096: 12 INCH GATE VALVE (EA) a. Measurement The quantity of 12 Inch Gate Valve to be paid for will be determined by each valve actually constructed and accepted by the Engineer as complying with the plans and specifications. 12 Inch Gate Valve shall be in accordance with Colorado Springs Utilities Water Line and Extension Service Standards. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 619-78048-SPC: 6 INCH FIRE HYDRANT ASSEMBLY WITH 6" GATE VALVE AND PVC LATERAL (EA) a. Measurement The quantity of 6 INCH FIRE HYDRANT ASSEMBLY WITH 6" GATE VALVE AND PVC LATERAL to be paid for will be determined by each assembly actually constructed and accepted by the Engineer as complying with the plans and specifications. 6 INCH FIRE HYDRANT ASSEMBLY WITH 6" GATE VALVE AND PVC LATERAL shall be in accordance with Colorado Springs Utilities Water Line and Extension Service Standards.

Page 351: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 619-88884-SPC1: 6” X 6” TEE (EA) a. Measurement The quantity of 6” X 6” Tee to be paid for will be determined by each number actually constructed and accepted by the Engineer as complying with the plans and specifications. 6” X 6” Tee shall be in accordance with Colorado Springs Utilities Water Line and Extension Service Standards. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 619-88885-SPC3: 6” BEND – 45 DEGREE (EA) a. Measurement The quantity of 6” Bend – 45 Degree to be paid for will be determined by each number actually constructed and accepted by the Engineer as complying with the plans and specifications. 6” Bend – 45 Degree shall be in accordance with Colorado Springs Utilities Water Line and Extension Service Standards. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 619-88886-SPC3: 8” BEND – 45 DEGREE (EA) a. Measurement The quantity of 8” Bend – 45 Degree to be paid for will be determined by each number actually constructed and accepted by the Engineer as complying with the plans and specifications. 8” Bend – 45 Degree shall be in accordance with Colorado Springs Utilities Water Line and Extension Service Standards.

Page 352: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 619-88887-SPC1: 12” BEND – 11.25 DEGREE (EA) a. Measurement The quantity of 12” Bend – 11.25 Degree to be paid for will be determined by each number actually constructed and accepted by the Engineer as complying with the plans and specifications. 12” Bend – 11.25 Degree shall be in accordance with Colorado Springs Utilities Water Line and Extension Service Standards. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 619-88887-SPC2: 12” BEND – 22.5 DEGREE (EA) a. Measurement The quantity of 12” Bend – 22.5 Degree to be paid for will be determined by each number actually constructed and accepted by the Engineer as complying with the plans and specifications. 12” Bend – 22.5 Degree shall be in accordance with Colorado Springs Utilities Water Line and Extension Service Standards. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 619-88887-SPC3: 12” BEND – 45 DEGREE (EA) a. Measurement The quantity of 12” Bend – 45 Degree to be paid for will be determined by each number actually constructed and accepted by the Engineer as complying with the plans and specifications. 12” Bend – 45 Degree shall be in accordance with Colorado Springs Utilities Water Line and Extension Service Standards.

Page 353: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 619-88888-SPC1: 12” X 6” TEE (EA) a. Measurement The quantity of 12” x 6” Tee to be paid for will be determined by each number actually constructed and accepted by the Engineer as complying with the plans and specifications. 12” x 6” Tee shall be in accordance with Colorado Springs Utilities Water Line and Extension Service Standards. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 619-88888-SPC2: 12” X 8” TEE (EA) a. Measurement The quantity of 12” x 8” Tee to be paid for will be determined by each number actually constructed and accepted by the Engineer as complying with the plans and specifications. 12” x 8” Tee shall be in accordance with Colorado Springs Utilities Water Line and Extension Service Standards. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 619-88888-SPC3: 12” X 12” TEE (EA) a. Measurement The quantity of 12” x 12” Tee to be paid for will be determined by each number actually constructed and accepted by the Engineer as complying with the plans and specifications. 12” x 12” Tee shall be in accordance with Colorado Springs Utilities Water Line and Extension Service Standards.

Page 354: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 619-88890-SPC1: 12” PLUG (EA) a. Measurement The quantity of 12” Plug to be paid for will be determined by each number actually constructed and accepted by the Engineer as complying with the plans and specifications. 12” Plug shall be in accordance with Colorado Springs Utilities Water Line and Extension Service Standards. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 620-00002: FIELD OFFICE (CLASS 2) (EA) a. Measurement Field Office (Class 2) complete with utilities, will be measured and paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. b. Payment Payment will be full compensation for Field office (Class 2), including all appurtenant items specified in the Contract. Restoration of the field facility areas will not be paid for separately, but shall be included in the cost of the item. BID ITEM NO. 620-00012: FIELD LABORATORY (CLASS 2) (EA) a. Measurement Field Laboratory (Class 2) complete with utilities, will be measured and paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. b. Payment Payment will be full compensation for Field Laboratory (Class 2), including all appurtenant items specified in the Contract. Restoration of the field facility areas will not be paid for separately, but shall be included in the cost of the item.

Page 355: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. 621-00451: DETOUR PAVEMENT (SY) a. Measurement Detour pavement will be measured and paid for at the contract unit price for each of the pay items listed below that appear in the bid schedule. Detour Pavement shall be per CDOT project special provision Revision of Section 621 – Detour Pavement. b. Payment Payment will be full compensation for Detour pavement. Detour Drainage Pipe will not be paid for separately, but shall be included in the cost of the item. BID ITEM NO. 625-00000: CONSTRUCTION SURVEYING (LS) a. Measurement The quantity of Construction Staking to be paid for shall be lump sum. Construction Staking shall be in accordance with Section 108 of the City of Colorado Springs Standard Specifications. b. Payment Payment shall be made at the applicable contract unit bid price for Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 626-00000: MOBILIZATION (LS) a. Measurement Mobilization shall be paid for by lump sum measurement and as accepted by the Engineer as complying with the plans and specifications. Mobilization shall be in accordance with Section 100 of the City of Colorado Springs Standard Specifications. Payment will be according to the following schedule: When 10% of the original contract amount is earned, 50% of the amount bid for mobilization will be paid. When 50% of the original contract amount is earned, 100% of the amount bid for mobilization will be paid. The total sum of all payments shall not exceed the original contract amount bid for the item, regardless of the fact that the Contractor may have, for any reason, shut down the work on the project or moved equipment away from the project and then back again.

Page 356: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to mobilize, prepare the project staging area, including stabilized construction access, temporary gravel access path and parking area, removal of facilities and gravel, potholing, cleaning up of site, establishment of sanitary facilities, installation of project construction signs, permitting, and all other costs incurred or labor and operations which must be performed prior to beginning the other items under the contract and effort to complete the work, provide adequate storage and security of on-site equipment and transportation BID ITEM NO. 627-00005: EPOXY PAVEMENT MARKING (GAL) a. Measurement: The quantity of Epoxy Pavement Marking to be paid for will be determined by measurement of the number of square feet of Pavement Marking actually constructed and accepted by the Engineer as complying with the plans and specifications. Epoxy Pavement Marking shall be in accordance with the City of Colorado Springs, Signage and Pavement Markings Guidelines. b. Payment Payment shall be made at the applicable contract unit bid price for Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. 627-30205 THERMOPLASTIC PAVEMENT MARKING (WORD-SYMBOL)(SF) a. Measurement The quantity of Thermoplastic Pavement Marking (Word-Symbol) to be paid for will be determined by measurement of the number of square feet of Thermoplastic Pavement Marking actually constructed and accepted by the Engineer as complying with the plans and specifications. Preformed Thermoplastic Pavement Marking shall be in accordance with the City of Colorado Springs, Signage and Pavement Markings Guidelines and Section 627 of the CDOT Standard Specifications for Road and Bridge Construction. The City of Colorado Springs, Signage and Pavement Markings Guidelines shall take precedence in the event of conflict between the two specifications.

Page 357: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

b. Payment Payment shall be made at the applicable contract unit bid price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Marking areas will be based upon CDOT Standard S-627-1. BID ITEM NO. 627-30210 THERMOPLASTIC PAVEMENT MARKING (XWALK-STOPLINE) (SF) a. Measurement The quantity of Thermoplastic Pavement Marking (Xwalk-Stopline) to be paid for will be determined by measurement of the number of square feet of Thermoplastic Pavement Marking actually constructed and accepted by the Engineer as complying with the plans and specifications. Preformed Thermoplastic Pavement Marking shall be in accordance with the City of Colorado Springs, Signage and Pavement Markings Guidelines and Section 627 of the CDOT Standard Specifications for Road and Bridge Construction. The City of Colorado Springs, Signage and Pavement Markings Guidelines shall take precedence in the event of conflict between the two specifications. b. Payment Payment shall be made at the applicable contract unit bid price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Marking areas will be based upon CDOT Standard S-627-1. BID ITEM NO. 641-10010: INITIAL SHOTCRETE FACING (SF) a. Measurement Initial Shotcrete Facing shall be per CDOT specifications and CDOT project special provision Revision of Section 519 – Drilled-In Soldier Pile and Shotcrete Panel Wall. See Revision of Section 519 for measurement. b. Payment Initial Shotcrete Facing shall be per CDOT specifications and CDOT project special provision Revision of Section 519 – Drilled-In Soldier Pile and Shotcrete Panel Wall. See Revision of Section 519 for payment. BID ITEM NO. BID ITEM NO 700-70380 F/A EROSION CONTROL (FA) a. Measurement F/A Erosion control is a Force Account Item.

Page 358: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

b. Payment Payment will be made for F/A Erosion Control at the agreed upon price for the work completed and shall include full compensation for all labor, equipment, tools, materials and warranty necessary to complete the work. BID ITEM NO 700-70593 F/A ROW MONUMENTATION (FA) a. Measurement F/A Row Monumentation is a Force Account Item. b. Payment Payment will be made for F/A ROW Monumentation at the agreed upon price for the work completed and shall include full compensation for all labor, equipment, tools, materials and warranty necessary to complete the work. BID ITEM NO. C-10: SLEEVES TO ROUNDABOUT (LF) a. Measurement The quantity of Sleeves to Roundabout to be measured will be by linear feet of sleeve placed and accepted. b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all labor, equipment, tools, and incidentals necessary to complete the work. BID ITEM NO. C212-00006: SEEDING (WILDFLOWER) (ACRE) a. Measurement The quantity of Seeding (Wildflower) to be measured will be by acre placed and accepted. Seeding (Wildflower) is per CDOT Section 212 and CDOT Project Special Provision 212-Seeding. b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all labor, equipment, tools, and incidentals necessary to complete the work.

Page 359: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. C212-01200: SITE RESTORATION (LS) a. Measurement F/A Site Restoration is a Force Account Item. b. Payment Payment will be made for F/A Site Restoration at the agreed upon price for the work completed and shall include full compensation for all labor, equipment, tools, materials and warranty necessary to complete the work. BID ITEM NO. C213-00700: RELOCATE BOULDERS (EA) a. Measurement The quantity of Relocate Boulders to be measured will be each number of boulders relocated and accepted. Relocate Boulders is per REVISION OF SECTION 240 – RESET STRUCTURES. b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all labor, equipment, tools, and incidentals necessary to complete the work. BID ITEM NO. C213-00701: RELOCATE GARDEN OF THE GODS SIGN (EA) a. Measurement The quantity of Relocate Garden of the Gods Sign to be measured will be each number of signs relocated and accepted. Relocate Garden of the Gods Sign is per REVISION OF SECTION 240 – RESET STRUCTURES. b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all labor, equipment, tools, and incidentals necessary to complete the work.

Page 360: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. C213-00702: RELOCATE PARKS STONE SIGN (EA) a. Measurement The quantity of Relocate Parks Stone Sign to be measured will be each number of signs relocated and accepted. Relocate Parks Stone Sign is per REVISION OF SECTION 240 – RESET STRUCTURES. b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all labor, equipment, tools, and incidentals necessary to complete the work. BID ITEM NO. C213-00703: RELOCATE VISITOR CENTER SIGN (EA) a. Measurement The quantity of Relocate Visitor Sign to be measured will be each number of sign relocated and accepted. Relocate Visitor Sign is per REVISION OF SECTION 240 – RESET STRUCTURES. b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all labor, equipment, tools, and incidentals necessary to complete the work. BID ITEM NO. C214-00355: 5 GALLON SHRUBS (EA) a. Measurement The quantity of planting to be measured will be the number of plants, of the types and sizes designated in the Contract, that are actually planted and accepted. 5 Gallon Shrubs shall be per CDOT Specification 214 Planting and CDOT project special provision Revision to Section 214-Landscape Establishment. b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all labor, equipment, tools, and incidentals necessary to complete the work. Water required for all items of work will not be measured and paid for separately, but shall be included in the work.

Page 361: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. C215-00165: TRANSPLANT TREES (65” SPADE) (EA) a. Measurement The quantity of transplanting to be measured will be the actual number of plants of the various types transplanted and accepted. The quantity of transplanted trees to be measured will be the actual number of trees of the various calipers and types transplanted and accepted in their final location. Caliper measurement shall conform to the USA Standard for Nursery Stock, sponsored by the American Association of Nurserymen, Inc. Only living plants in healthy condition at the end of the maintenance period will be accepted. If all other work is completed on the project, contract time will not be charged during the maintenance period. The quantity of transplanted plugs to be measured will be the actual number of plugs transplanted and accepted in their final locations. Transplant Trees (65” Spade) shall be per CDOT Specification 214 Planting and CDOT project special provision Revision to Section 214-Landscape Establishment. b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all labor, equipment, tools, and incidentals necessary to complete the work. Water required will not be measured and paid for separately, but shall be included in the work. Hauling plants to their new location, removing unsuitable backfill, and providing clean suitable backfill for planting pit voids will not be measured and paid for separately but shall be included in the work. BID ITEM NO. C215-00194: TRANSPLANT TREES (94” SPADE) (EA) a. Measurement The quantity of transplanting to be measured will be the actual number of plants of the various types transplanted and accepted. The quantity of transplanted trees to be measured will be the actual number of trees of the various calipers and types transplanted and accepted in their final location. Caliper measurement shall conform to the USA Standard for Nursery Stock, sponsored by the American Association of Nurserymen, Inc. Only living plants in healthy condition at the end of the maintenance period will be accepted. If all other work is completed on the project, contract time will not be charged during the maintenance period. The quantity of transplanted plugs to be measured will be the actual number of plugs transplanted and accepted in their final locations. Transplant Trees (94” Spade) shall be per CDOT Specification 214 Planting and CDOT project special provision Revision to Section 214-Landscape Establishment.

Page 362: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all labor, equipment, tools, and incidentals necessary to complete the work. Water required will not be measured and paid for separately, but shall be included in the work. Hauling plants to their new location, removing unsuitable backfill, and providing clean suitable backfill for planting pit voids will not be measured and paid for separately but shall be included in the work BID ITEM NO. C504-08050: STONE LANDSCAPE WALL (SF) a. Measurement The quantity of Stone Landscape Wall to be paid for will be determined by the measurement of square feet of wall actually constructed and accepted by the Engineer as complying with the plans and specifications. Stone Landscape Wall to follow Project Special Provision 504-Stone Landscape Wall. b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all materials, for preparation, mixing, placing and compaction of these materials and for all labor, equipment, tools, and incidentals necessary to complete the work. Stone Garden of the Gods Park Entrance Signs to be paid for separately. BID ITEM NO. C504-08051: STONE GARDEN OF THE GODS PARK ENTRANCE SIGNS (EA) a. Measurement The quantity of Stone Garden of the Gods Park Entrances Signs to be paid for will be determined by the measurement of each number of signs actually constructed and accepted by the Engineer as complying with the plans and specifications. b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all materials, for preparation, mixing, placing and compaction of these materials and for all labor, equipment, tools, and incidentals necessary to complete the work.

Page 363: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. C608-00350: PLAZA CONCRETE (COLORED) (SF) a. Measurement The quantity of Plaza Concrete (Colored) to be paid for will be determined by the measurement of the square foot of concrete pavement actually constructed and accepted by the Engineer as complying with the plans and specification. Concrete pavement construction specifications shall be in accordance with City of Colorado Springs Parks Specifications SECTION 02751 – CEMENT CONCRETE PAVEMENT b. Payment Payment shall be made at the applicable contract unit price for Bid Item and shall include full compensation for all materials, for preparation, mixing, placing and compaction of these materials and for all labor, equipment, tools, and incidentals necessary to complete the work. BID ITEM NO. C609-21011: ROUNDABOUT CURB AND GUTTER (LF) a. Measurement Roundabout Curb and Gutter to be paid for shall be determined by measurement of the number of lineal feet actually constructed and accepted by the Engineer as complying with the plans and specifications. Roundabout Curb and gutter will be measured along the face of the curb. Deduction in length will be made for drainage structures, such as catch basins, drop inlets, etc., pedestrian ramps and driveway aprons installed in the curb and gutter. The quantities shown on in the plans and specifications reflect the deductions. Roundabout Curb and Gutter shall be in accordance with Section 500 of the City of Colorado Springs Standard Specifications and with the Revision to Section 509 – CURB AND GUTTER. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for Roundabout Curb and Gutter shall include all prepping, compaction, replacement of necessary select fill for leveling and forming, subsequent backfill around formed concrete and all other items of work involved in construction of the concrete curb and gutter. BID ITEM NO. C609-21021: TYPE 5 CURB AND GUTTER (LF) a. Measurement Type 5 Curb and Gutter to be paid for shall be determined by measurement of the number of lineal feet actually constructed and accepted by the Engineer as complying

Page 364: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

with the plans and specifications. Type 5 curb and gutter will be measured along the face of the curb. Deduction in length will be made for drainage structures, such as catch basins, drop inlets, etc., pedestrian ramps and driveway aprons installed in the curb and gutter. The quantities shown on in the plans and specifications reflect the deductions. Type 5 Curb and Gutter shall be in accordance with Section 500 of the City of Colorado Springs Standard Specifications and with the Revision to Section 509 – CURB AND GUTTER. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for Type 5 Curb and Gutter shall include all prepping, compaction, replacement of necessary select fill for leveling and forming, subsequent backfill around formed concrete and all other items of work involved in construction of the concrete curb and gutter. BID ITEM NO. C610-00050: BREEZE GRAVEL (CY) a. Measurement Breeze Gravel to be paid for shall be determined by measurement of the number of cubic yards actually placed and accepted by the Engineer as complying with the plans and specifications. Breeze Gravel shall be in accordance with Revision to Section 300 – AGGREGATE BASE COURSE. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. C613-1300: LUMINAIRE (WALL TYPE) (LED) (EA) a. Measurement The quantity of Luminaire (Wall Type) (LED) to be paid for will be determined by measurement of the number of luminaire actually installed and accepted by the Engineer as complying with the plans and specifications. Measurement will be in accordance with CDOT Section 613 and CDOT Project Special Section 613-Lighting. b. Payment Payment shall be made at the applicable contract unit bid price for Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work.

Page 365: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. C626-01101: PUBLIC INFORMATION SERVICES (TIER 1) (LS) a. Measurement Public Information Services will not be measured and shall be paid for as lump sum. Public Information Services shall be in accordance with the Addition of COS Section 260 – Public Information Services. b. Payment Payment shall be made at the applicable contract unit bid price for Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. C630-00000: FLAGGING (HR) a. Measurement Flagging to be paid for shall be by the hour. Flagging shall be in accordance with Section 800 of the City of Colorado Springs Standard Specifications, and with the Revision to Section 800 – Work Zone Traffic Control. b. Payment Payment shall be made at the applicable contract unit bid price for Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for Flagging shall be made at the unit price to include contractor preparation, submittal, revision, and execution of traffic control plans and all other items of work involved in Flagging. Payment for Flagging shall include full compensation for the design, materials, placement, maintenance, and removal of the following: Traffic Control Supervisor time; Inspections; Development of a flagging plan; Uniformed Traffic Control (UTC) by the Colorado Springs Police Department (CSPD); Permitting. Any action on the part of the Contractor which results in non-compliance with the approved Traffic Control Plan or the project specifications shall be cause for reduction in payment. Non-compliance shall include failure to have the Traffic Control Plan on the job site at all times when in effect, and failure to have the TCS on site during active traffic control. The payment shall be reduced by an amount equal to the Traffic Control (MOT) Contract unit price divided by the total number of contract days as stated in the bid documents multiplied by the number of days when the Contractor is not in compliance. In no case shall the amount of the reduction in payment per day be less than one (1) percent of the total MOT Contract amount.

Page 366: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

BID ITEM NO. C900-00013 IRRIGATION SYSTEM (POND A) (LS) a. Measurement The quantity of Irrigation System (Pond A) to be paid for shall be lump sum. Irrigation System (Pond A)shall include all items of work involved in laying out and installing the system, including the tap, curb stop, stop and waste valve, meter assembly, backflow preventer assembly, electrical service, controller and all parts and equipment required for a complete and functioning system according to the Irrigation Plans. The installation of the Irrigation System (Pond A)shall be installed according and per the Colorado Springs Park Recreation and Cultural Resource Department Standards and Specifications and SECTION 32 84 00 – IRRIGATION. b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. C900-00014 IRRIGATION SYSTEM (ROUNDABOUT) (LS) a. Measurement The quantity of Irrigation System (Roundabout)to be paid for shall be lump sum. Irrigation System (Roundabout)shall include all items of work involved in laying out and installing the system, including the tap, curb stop, stop and waste valve, meter assembly, backflow preventer assembly and all parts and equipment required for a complete and functioning system according to the Irrigation Plans. The installation of the Irrigation System (Roundabout)shall be installed according and per the Colorado Springs Park Recreation and Cultural Resource Department Standards and Specifications and SECTION 32 84 00 – IRRIGATION b. Payment Payment shall be made at the applicable contract unit price for the Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. BID ITEM NO. C900-00015: TRAFFIC CONTROL (LS) a. Measurement Traffic Control to be paid for shall be lump sum. Traffic Control shall be in accordance with Section 800 of the City of Colorado Springs Standard Specifications, and with the Revision to Section 800 – Work Zone Traffic Control.

Page 367: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

b. Payment Payment shall be made at the applicable contract unit bid price for Bid Item and shall include full compensation for all labor, equipment, tools, and materials necessary to complete the work. Payment for work zone traffic control shall be made at the unit price to include detour pavement placement and removal, advanced signs, construction area signs, contractor preparation, submittal, revision, and execution of traffic control plans and all other items of work involved in work zone traffic control. Payment for Traffic Control shall include full compensation for the design, materials, placement, maintenance, and removal of the following: Temporary earthwork; Temporary shoring, Temporary retaining walls; Contractor preparation, submittal, revision, and execution of traffic control plans; Temporary traffic control devices including: Temporary striping; Drums, cones, tubular markers, and other delineators; Traffic barrier (includes impact attenuation if necessary); Temporary lighting; Traffic Control Supervisor; Traffic control inspection; Development of a construction phasing plan; Snow removal; Maintenance of the public traveled way; Temporary pavement markings (and removal); Uniformed Traffic Control (UTC) by the Colorado Springs Police Department (CSPD); Permitting. Detour Pavement, Flagging and Variable Message Signs (VMS) are not included in this item and will be paid for separately. Any action on the part of the Contractor which results in non-compliance with the approved Traffic Control Plan or the project specifications shall be cause for reduction in payment. Non-compliance shall include failure to have the Traffic Control Plan on the job site at all times when in effect, and failure to have the TCS on site during active traffic control. The payment shall be reduced by an amount equal to the Traffic Control (MOT) Contract unit price divided by the total number of contract days as stated in the bid documents multiplied by the number of days when the Contractor is not in compliance. In no case shall the amount of the reduction in payment per day be less than one (1) percent of the total MOT Contract amount. Additional payment for traffic control will not be allowed for weekends, holidays, rain/snow, or days the contractor chooses not to work. BID ITEM NO C990-70010 F/A MINOR CONTRACT REVISIONS (FA) a. Measurement F/A Minor Contract Revisions is a Force Account Item.

Page 368: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

b. Payment Payment will be made for F/A Minor Contract Revisions at the agreed upon price for the work completed and shall include full compensation for all labor, equipment, tools, materials and warranty necessary to complete the work

Page 369: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

SCHEDULE G – SCOPE OF WORK The 30th Street project includes roadway improvements between Fontanero Street and Mesa Road, including roundabout intersection improvements at Gateway Road. Other key features of the work include trail, drainage, box culvert, retaining wall, landscaping and irrigation, utility, lighting and signing and striping improvements. Stormwater Management will be subject to all City and State permits and requirements. The Contractor shall coordinate traffic control during construction with the City Project Manager and the City of Colorado Springs Traffic Engineering Department. Pre-cast box culverts will be permitted, if they meet City specifications and approval of the City Project Manager. All work shall be performed per the contract documents, plans, quantities, measurement and Payment items.

Page 370: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

SCHEDULE H – DAVIS BACON WAGES

Decision Nos. CO20200008 dated January 3, 2020 supersedes

Decision Nos. CO190008 dated January 4, 2019.

Modifications ID

MOD Number

1

2

Date

08/28/20

10/30/20

Page Number(s)

1

1

1 2

When work within a project is located in two or more counties and

the minimum wages and fringe benefits are different for one or more

job classifications, the higher minimum wages and fringe benefits

shall apply throughout the project.

General Decision No. CO20200008 applies to the following counties: El Paso, Pueblo, and Teller counties.

General Decision No. CO20200008 The wage and fringe benefits listed below reflect collectively bargained rates.

COD

E CLASSIFICATION

Basic Hourly Rate

Fringe Benefits Last Mod

ELECTRICIAN:

1199 El Paso, Teller 33.25 3% + 15.75 2

1200 Pueblo 28.15 12.04

POWER EQUIPMENT OPERATOR:

Drill Rig Caisson

1201 Smaller than Watson 2500 and similar 30.37 11.15 1

1202 Watson 2500 similar or larger 30.37 11.15 1

Crane

1203 50 tons and under 30.20 11.15 1

1204 51 - 90 tons 30.37 11.15 1

1205 91 - 140 tons 31.55 11.15 1

General Decision No. CO20200008 The wage and fringe benefits listed below do not reflect collectively bargained rates.

CARPENTER:

1206 Excludes Form Work 24.15 6.25

Form Work Only

1207 El Paso, Teller 19.06 5.84

1208 Pueblo 19.00 5.88

CEMENT MASON/CONCRETE FINISHER:

1209 El Paso, Teller 17.36 3.00

1210 Pueblo 17.74 3.00

Page 371: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

General Decision No. CO20200008 The wage and fringe benefits listed below do not reflect collectively bargained rates.

COD

E CLASSIFICATION

Basic Hourly Rate

Fringe Benefits Last Mod

1199 FENCE ERECTOR 13.02 3.20

1200 GUARDRAIL INSTALLER 12.89 3.20

HIGHWAY/PARKING LOT STRIPING:

1201 Painter 12.62 3.21

IRONWORKER:

Reinforcing (Excludes Guardrail Installation)

1202 El Paso, Teller 20.49 1.65

1203 Pueblo 16.69 5.45

1204 Structural (Excludes Guardrail Installation) 18.22 6.01

LABORER:

1205 Asphalt Raker 17.54 3.16

1206 Asphalt Shoveler 21.21 4.25

1207 Asphalt Spreader 18.58 4.65

Common or General

1208 El Paso 17.05 3.69

1209 Pueblo 16.29 4.25

1210 Teller 16.88 3.61

1211 Concrete Saw (Hand Held) 16.29 6.14

1212 Landscape and Irrigation 12.26 3.16

1213 Mason Tender - Cement/Concrete 16.29 4.25

1214 Pipelayer 18.72 3.24

1215 Traffic Control (Flagger) 9.55 3.05

1216

Traffic Control (Sets Up/Moves Barrels, Cones, Installs

signs, Arrow Boards and Place Stationary Flags),

(Excludes Flaggers)

12.43 3.22

1217 PAINTER (Spray Only) 16.99 2.87

Page 372: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

General Decision No. CO20200008 The wage and fringe benefits listed below do not reflect collectively bargained rates.

COD

E CLASSIFICATION

Basic Hourly Rate

Fringe Benefits Last Mod

POWER EQUIPMENT OPERATOR:

1211 Asphalt Laydown 22.67 8.72

1212 Asphalt Paver 21.50 3.50

Asphalt Roller

1213 El Paso 24.42 6.96

1214 Pueblo 23.67 9.22

Teller 24.42 6.96

1234 Asphalt Spreader 22.67 8.72

Backhoe/Trackhoe

1235 El Paso 23.31 5.61

1236 Pueblo 21.82 8.22

1237 Teller 23.32 5.50

1238 Bobcat/Skid Loader 15.37 4.28

1239 Boom 22.67 8.72

Broom/Sweeper

1240 El Paso, Teller 23.43 8.04

1241 Pueblo 23.47 9.22

Bulldozer

1242 El Paso 26.56 7.40

1243 Pueblo, Teller 26.11 6.92

1244 Drill 17.59 3.45

1245 Forklift 15.91 4.68

Grader/Blade

1246 El Paso 22.83 8.72

1247 Pueblo 23.25 6.98

1248 Teller 23.22 8.72

1249 Guardrail/Post Driver 16.07 4.41

Page 373: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

General Decision No. CO20200008 The wage and fringe benefits listed below do not reflect collectively bargained rates.

COD

E CLASSIFICATION

Basic Hourly Rate

Fringe Benefits Last Mod

POWER EQUIPMENT OPERATOR (con’t.):

Loader (Front End)

1234 El Paso 23.61 7.79

1235 Pueblo 21.67 8.22

1236 Teller 23.50 7.64

Mechanic

1237 El Paso 22.35 6.36

1238 Pueblo 24.02 8.43

1239 Teller 22.16 6.17

Oiler

1240 El Paso 23.29 7.48

1241 Pueblo 23.13 7.01

1242 Teller 22.68 7.11

Roller/Compactor (Dirt and Grade Compaction)

1243 El Paso 16.70 3.30

1244 Pueblo, Teller 18.43 4.62

1245 Rotomill 16.22 4.41

1246 Scraper 24.28 4.83

Screed

1247 El Paso, Teller 25.22 5.74

1248 Pueblo 23.67 9.22

1249 Tractor 13.13 2.95

Page 374: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

General Decision No. CO20200008 The wage and fringe benefits listed below do not reflect collectively bargained rates.

COD

E CLASSIFICATION

Basic Hourly Rate

Fringe Benefits Last Mod

TRUCK DRIVER:

Distributor

1234 El Paso, Teller 17.98 3.97

1235 Pueblo 18.35 3.85

Dump Truck

1236 El Paso, Teller 16.85 4.83

1237 Pueblo 16.87 4.79

1238 Lowboy Truck 17.25 5.27

1239 Mechanic 26.69 3.50

1240 Multi-Purpose Specialty & Hoisting Truck 17.27 3.71

1241 Pickup and Pilot Car 13.93 3.68

1242 Semi/Trailer Truck 16.00 2.60

1243 Truck Mounted Attenuator 12.43 3.22

Water Truck

1244 El Paso 17.24 4.15

1245 Pueblo 20.93 4.98

1246 Teller 17.31 4.07

WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ========================================================================================= Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(ii)). ------------------------------------------------------------------------------------------------------------------------------------------------------- In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing.

Page 375: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to:

Page 376: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

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.

Page 377: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

SCHEDULE I - EXHIBITS

Exhibit 1 Sample Contract Exhibit 2 Minimum Insurance Requirements Exhibit 3 Qualification Statement Exhibit 4 Representations and Certifications Exhibit 5 Bid Bond Exhibit 6 Notification of Utilities Exhibit 7 CDOT Forms Exhibit 8 Federal Forms Exhibit 9 Construction Plan Set

Page 378: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

EXHIBIT 1 SAMPLE CONTRACT

CONSTRUCTION CONTRACT

Contract Number: Project Name/Title

Vendor/Contractor

Contact Name: Telephone:

Email Address:

Address:

Federal Tax ID # Please check one:

Corporation Individual Partnership

City Contracting Specialist

Name & Phone#

City Dept Rep

Name & Phone# & Department Name

NOT TO EXCEED Contract Amount:

City Account #

Acct Code (5) Fund (3) Dept (4) Project (7)

Contract Type: Period of Performance:

1. INTRODUCTION

THIS TYPE CONTRACT (“Contract”) is made and entered into this ___ day of ___________, 2018 by and between the City of Colorado Springs, a Colorado municipal corporation and home rule city, in the County of El Paso, State of Colorado, (the "City"), and ________________________ (the "Contractor").

THE CITY AND THE CONTRACTOR HEREBY AGREE AS FOLLOWS:

The City has heretofore prepared the necessary Contract Documents for the following Activity: XXXXXXXX.

The Contractor did on the ____ day of ________, 2018 submit to the City the Contractor's written offer and proposal to do the work therein described under the terms and conditions therein set forth and furnish all materials, supplies, labor, services, transportation, tools, equipment, and parts for said work in strict conformity with the accompanying Contract Documents, which are attached hereto and incorporated herein by this reference, including the following:

1. This Contract 2. Appendix A – Additional Terms and Conditions 3. Appendix B – Contractor’s Proposal, 4. Appendix C – Statement of Work. 5. Schedule A – Proposal Price Sheet 6. Schedule B – General Construction Terms and Conditions 7. Schedule C – Special Construction Terms and Conditions

Page 379: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

8. Schedule D – General Specifications 9. Schedule E – Special Specifications 10. Exhibit 1 – Performance Bond 11. Exhibit 2 – Labor and Material Payment Bond 12. Exhibit 3 – Maintenance Bond 13. Exhibit 4 – Notification of Utilities 14. Exhibit 5 – Project Schedule

2. COMPENSATION/CONSIDERATION

If FFP: THIS FIRM FIXED PRICE CONTRACT is established at firm fixed amount of $xxxxxxxx.

Subject to the terms and conditions of the Contract Documents, Contractor shall provide all materials, supplies, labor, services, transportation, tools, equipment, and parts to perform ______________ services for the City of Colorado Springs in a good and workmanlike manner to the satisfaction of the City for the total contract amount designated above and in the Notice of Award, to be paid by the City to the Contractor. If T&M Subject to the terms and conditions of the Contract Documents, Contractor shall provide all materials, supplies, labor, services, transportation, tools, equipment, and parts to perform ______________ services for the City of Colorado Springs in a good and workmanlike manner to the satisfaction of the City for the estimated price of _______________________________________ , not to exceed $_____________ (“Not to Exceed estimate”). If the performance of this Contract involves the services of others or the furnishing of equipment, supplies, or materials, the Contractor agrees to pay for the same in full. At the time of payment by the City, the Contractor shall certify in writing that said payments have been so made. This is a Time and Material (T&M) type contract. The Not to Exceed estimate is in accordance with the Contractor’s T&M proposal and rates, as included in the attached proposal, dated XXXXXX. All labor charges shall be in accordance with the T&M rates provided therein. Invoiced hours shall be subject to City review and approval before payable.

The parties estimate that performance of this Contract will not exceed the Not to Exceed estimate. The Contractor shall notify the City Contracts Specialist in writing whenever it has reason to believe that the costs the Contractor expects to incur under this Contract in the following 60 days, when added to all costs previously incurred, will exceed 75 percent of the estimated cost specified herein; or the total cost for the performance of this Contract will be either greater or substantially less than had been previously estimated. As part of the notification, the Contractor shall

Page 380: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

provide the Contracts Specialist a revised estimate of the total cost of performing this Contract.

The City is not liable for any costs above the Not to Exceed estimate, and the Contractor is not obligated to continue performance under this Contract (including actions under the Termination clause of this Contract) or otherwise incur costs in excess of the Not to Exceed estimate specified herein, until the City Contracts Specialist

(i) notifies the Contractor in writing that the estimated cost has been increased and

(ii) provides a revised estimated total not to exceed price of performing this Contract.

IF FIXED UNIT PRICE

THIS FIXED UNIT PRICE CONTRACT is established at the Not to Exceed amount of $xxxxxxxx.

Subject to the terms and conditions of the Contract Documents, Contractor agrees to furnish all materials and to perform all work as set forth in its proposal and as required by the Contract Documents. All pricing is in accordance with the fixed unit prices found in Schedule A, as proposed by the Contractor. Payment made for actual quantities as set forth in Schedule B, General Construction Terms and Conditions. At no time shall the total obligation of the City exceed the not to exceed amount of this Contract.

3. TERM OF CONTRACT

Contractor will start work promptly after the Notice to Proceed and continue to work diligently until completed. The Contractor shall complete all work on an as ordered basis throughout the Contract period which is _____ Calendar Days after the Notice-to-Proceed (“Period of Performance”) as per the specifications and drawings. The Contractor shall provide a two-year guarantee on all work performed under this Contract after the job has been completed and accepted.

4. INSURANCE

The Contractor shall provide and maintain acceptable Insurance Policy(s) consistent with the Minimum Insurance Requirements attached as Schedule F, which includes Property, Liability, and as otherwise listed in Schedule F. The City of Colorado Springs shall be reflected as an additional insured on the Property and Liability policy(s). Further, Contractor understands and agrees that Contractor shall have no right of coverage under any existing or future City comprehensive, self, or personal injury

Page 381: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

policies. Contractor shall provide insurance coverage for and on behalf of Contract that will sufficiently protect Contractor, or Contractor's agents, employees, servants or other personnel, in connection with the services which are to be provided by Contractor pursuant to this Contract, including protection from claims for bodily injury, death, property damage, and lost income. Contractor shall provide worker's compensation insurance coverage for Contractor and all Contractor personnel. Contractor shall file applicable insurance certificates with the City and shall also provide additional insurance as indicated in this Contract. A CURRENT CERTIFICATE OF INSURANCE IS REQUIRED PRIOR TO COMMENCEMENT OF SERVICES LISTING THE CITY AS ADDITIONALLY INSURED.

5. RESPONSIBILITY OF THE CONTRACTOR

A. The Contractor shall be responsible for the professional quality, technical

accuracy, and the coordination of all Scope of Work services furnished by the Contractor under this Contract. The Contractor shall, without additional compensation, correct or revise any errors or deficiencies in services provided under this Contract to the satisfaction of the City.

B. The City's review, approval of, acceptance of, or payment for the services

required under this Contract shall not be construed to operate as a waiver of any rights under this Contract or of any cause of action arising out of the performance of this Contract, and the Contractor shall be and remain liable to the City for any and all damages to the City caused by the Contractor's negligent performance of any of the services furnished under this Contract.

C. The rights and remedies of the City provided for under this Contract are in

addition to any other rights and remedies provided by law. D. If the Contractor is comprised of more than one legal entity, each such entity

shall be jointly and severally liable hereunder.

6. WORK OVERSIGHT

A. The extent and character of the work to be done by the Contractor shall be subject to the general approval of the City’s delegated Project Manager.

B. If any of the work or services being performed does not conform with Contract

requirements, the City may require the Contractor to perform the work or services again in conformity with Contract requirements, at no increase in Contract amount. When defects in work or services cannot be corrected by re-performance, the City may (1) require the Contractor to take necessary action to ensure that future performance conforms to Contract requirements and (2) reduce the Contract price to reflect the reduced value of the work or services performed.

Page 382: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

C. If the Contractor fails to promptly perform the defective work or services again or to take the necessary action to ensure future performance is in conformity with Contract requirements, the City may (1) by Contract or otherwise, perform the services and charge to the Contractor any cost incurred by the City that is directly related to the performance of such work or service or (2) terminate the Contract for breach of contract.

7. SUBCONTRACTORS, ASSOCIATES, AND OTHER CONTRACTORS

A. Any subcontractor, outside associates, or other contractors used by the

Contractor in connection with Contractor's work under this Contract shall be limited to individuals or firms that are specifically identified by the Contractor in the Contractor's proposal and agreed to by the City. The Contractor shall obtain the City’s Project Manager’s written consent before making any substitution of these subcontractors, associates, or other contractors.

B. The Contractor shall include a flow down clause in all of its subcontracts,

agreements with outside associates, and agreements with other contractors. The flow down clause shall cause all of the terms and conditions of this Contract, including all of the applicable parts of the Contract Documents, to be incorporated into all subcontracts, agreements with outside associates, and agreements with other contractors. The flow down clause shall provide clearly that there is no privity of contract between the City and the Contractor's subcontractors, outside associates, and other contractors.

8. KEY PERSONNEL

The key personnel listed in the proposal and/or below will be the individuals used in the performance of the work. If any of the listed key personnel leave employment or are otherwise not utilized in the performance of the work, approval to substitute must be obtained by the Contractor from the City’s Project Manager. Any substitute shall have the same or a higher standard of qualifications that the key personnel possessed at the time of Contract award.

9. START AND CONTINUANCE OF WORK

It is further agreed that the Contractor will start work promptly and continue to work diligently until this Contract is completed.

10. APPROPRIATION OF FUNDS

This Contract is expressly made subject to the limitations of the Colorado Constitution and Section 7-60 of the Charter of the City of Colorado Springs. Nothing herein shall constitute, nor be deemed to constitute, the creation of a debt or multi-year fiscal obligation or an obligation of future appropriations by the City Council of Colorado Springs, contrary to Article X, § 20, Colo. Const., or any other

Page 383: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

constitutional, statutory, or charter debt limitation. Notwithstanding any other provision of this Contract, with respect to any financial obligation of the City which may arise under this Agreement in any fiscal year after the year of execution, in the event the budget or other means of appropriation for any such year fails to provide funds in sufficient amounts to discharge such obligation, such failure (i) shall act to terminate this Contract at such time as the then-existing and available appropriations are depleted, and (ii) neither such failure nor termination shall constitute a default or breach of this Contract, including any sub-agreement, attachment, schedule, or exhibit thereto, by the City. As used herein, the term “appropriation” shall mean and include the due adoption of an appropriation ordinance and budget and the approval of a Budget Detail Report (Resource Allocations) which contains an allocation of sufficient funds for the performance of fiscal obligations arising under this Contract.

11. CHANGES

The Contractor and the City agree and acknowledge as a part of this Contract that no change order or other form or order or directive may be issued by the City which requires additional compensable work to be performed, which work causes the aggregate amount payable under the Contract to exceed the amount appropriated for this Contract as listed above, unless the Contractor has been given a written assurance by the City that lawful appropriations to cover the costs of the additional work have been made or unless such work is covered under a remedy-granting provision of this Contract. The Contractor and the City further agree and acknowledge as a part of this Contract that no change order or other form or order or directive which requires additional compensable work to be performed under this Contract shall be issued by the City unless funds are available to pay such additional costs, and, regardless of any remedy-granting provision included within this Contract, the Contractor shall not be entitled to any additional compensation for any change which increases or decreases the Contract completion date, or for any additional compensable work performed under this Contract, and expressly waives any rights to additional compensation, whether by law or equity, unless, prior to commencing the additional work, the Contractor is given a written change order describing the change in Contract completion date or the additional compensable work to be performed, and setting forth the amount of compensation to be paid, and such change order is signed by the authorized City representative, as defined below. The amount of compensation to be paid, if any, shall be deemed to cover any and all additional, direct, indirect or other cost or expense or profit of the Contractor whatsoever. It is the Contractor's sole responsibility to know, determine, and ascertain the authority of the City representative signing any change order under this Contract.

No change, amendment, or modification to this Contract shall be valid unless duly approved and issued in writing by the City of Colorado Springs Procurement Services Division. The City shall not be liable for any costs incurred by the Contractor resulting from work performed for changes not issued in writing by the City of Colorado Springs Procurement Services Division.

Page 384: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

The following personnel are authorized to sign changes, amendments, or modifications to this Contract. The Project Manager: Changes up to $14,999.99 The City of Colorado Springs Chief of Staff: Changes up to $499,999.99 The Mayor of the City of Colorado Springs: Unlimited

12. ASSIGNMENT

No assignment or transfer by the Contractor of this Contract or any part thereof or of the funds to be received thereunder by the Contractor will be recognized unless such assignment has had the prior written approval of the City and the surety has been given due notice of such assignment. Such written approval by the City shall not relieve the Contractor of the obligations under the terms of this Contract. In addition to the usual recitals in assignment contracts, the following language must be included in the assignment:

It is agreed that the funds to be paid to the assignee under this assignment are subject to a prior lien for services rendered or materials supplied for the performance of the work called for in said contract in favor of all persons, firms, or corporations rendering such services or supplying such materials.

13. CHOICE OF LAW

This Contract is subject to and shall be interpreted under the law of the State of Colorado, and the Charter, City Code, Ordinances, Rules and Regulations of the City of Colorado Springs, Colorado, a Colorado home rule city. Court venue and jurisdiction shall be exclusively in the Colorado District Court for El Paso County, Colorado. The Parties agree that the place of performance for this Contract is deemed to be in the City of Colorado Springs, El Paso County, State of Colorado. The Contractor shall ensure that the Contractor and the Contractor's employees, agents, officers and subcontractors are familiar with, and comply with, applicable Federal, State, and Local laws and regulations as now written or hereafter amended.

14. WORKERS’ COMPENSATION INSURANCE

Contractor shall take out and maintain during the Period of Performance, Colorado Worker's Compensation Insurance for the Contractor and all employees of the Contractor. If any service is sublet by the Contractor, the Contractor shall require the subcontractor to provide the same coverage for the subcontractor and subcontractor’s employees. Workers’ Compensation Insurance shall include occupational disease provisions covering any obligations of the Contractor in accord with the provisions of the Workers’ Compensation Act of Colorado.

Page 385: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

15. INDEMNIFICATION

Contractor agrees that the Contractor shall indemnify, defend and hold harmless the City, its officers, employees and agents, from and against any and all loss, damage, injuries, claims, cause or causes of action, or any liability whatsoever resulting from, or arising out of, or in connection with the Contractor's obligations or actions under this Contract caused by any willful or negligent error, omission or act or a failure to observe any applicable standard of care by the Contractor or any person employed by it or anyone for whose acts the Contractor is legally liable. In consideration of the award of this Contract, to the extent damages are covered by insurance, the Contractor agrees to waive all rights of subrogation against the City, its subsidiary, parent, associated and/or affiliated entities, successors, or assigns, its elected officials, trustees, employees, agents, and volunteers for losses arising from the work performed by the Contractor for the City. The indemnification obligation shall survive the expiration or termination of this Contract.

16. INDEPENDENT CONTRACTOR

In the performance of the Contractor's obligations under this Contract, it is understood, acknowledged and agreed between the parties that the Contractor is at all times acting and performing as an independent contractor, and the City shall neither have nor exercise any control or direction over the manner and means by which the Contractor performs the Contractor's obligations under this Contract, except as otherwise stated within the Contract terms. The City shall not provide any direction to the Contractor on the work necessary to complete the project. Contractor understands that it is an independent contractor responsible for knowing how to perform all work or tasks necessary to complete project. The Contractor understands and agrees that the Contractor and the Contractor's employees, agents, servants, or other personnel are not City employees. The Contractor shall be solely responsible for payment of salaries, wages, payroll taxes, unemployment benefits or any other form of compensation or benefit to the Contractor or any of the Contractor's employees, agents, servants or other personnel performing services or work under this Contract, whether it is of a direct or indirect nature. Further in that regard, it is expressly understood and agreed that for such purposes neither the Contractor nor the Contractor's employees, agents, servants or other personnel shall be entitled to any City payroll, insurance, unemployment, worker's compensation, retirement or any other benefits whatsoever.

17. APPLICABLE LAW AND LICENSES

In the conduct of the services or work contemplated in this Contract, the Contractor shall ensure that the Contractor and all subcontractors comply with all applicable state, federal and City and local law, rules and regulations, technical standards or

Page 386: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

specifications. The Contractor shall qualify for and obtain any required licenses prior to commencement of work.

18. PRIOR AGREEMENTS

This is a completely integrated Contract and contains the entire agreement between the parties. Any prior written or oral agreements or representations regarding this Contract shall be of no effect and shall not be binding on the City. This Contract may only be amended in writing, and executed by duly authorized representatives of the parties hereto.

19. INTELLECTUAL PROPERTY The Parties hereby agree, and acknowledge, that all products, items writings, designs, models, examples, or other work product of the Contractor produced pursuant to this Contract are works made for hire, and that the City owns, has, and possesses any and all ownership rights and interests to any work products of the Contractor made under this Contract, including any and all copyright, trademark, or patent rights, and that compensation to the Contractor for Agreement and acknowledgment of this intellectual property right section of this Contract is included in any compensation or price whatsoever paid to the Contractor under this Contract. It is the intent of the parties that the City shall have full ownership and control of the Contractor's work products produced pursuant to this Contract, and the Contractor specifically waives and assigns to the City all rights which Contractor may have under the 1990 Visual Artists Rights Act, federal, and state law, as now written or later amended or provided. In the event any products, items writings, designs, models, examples, or other work product produced pursuant to this Contract is deemed by a court of competent jurisdiction not to be a work for hire under federal copyright laws, this intellectual property rights provision shall act as an irrevocable assignment to the City by the Contractor of any and all copyrights, trademark rights, or patent rights in the Contractor's products, items writings, designs, models, examples, or other work product produced pursuant to this Contract, including all rights in perpetuity. Under this irrevocable assignment, the Contractor hereby assigns to the City the sole and exclusive right, title, and interest in and to the Contractor's products, items writings, designs, models, examples, or other work product produced pursuant to this Contract, without further consideration, and agrees to assist the City in registering and from time to time enforcing all copyrights and other rights and protections relating to the Contractor's products, items writings, designs, models, examples, or other work product in any and all countries. It is the Contractor's specific intent to assign all right, title, and interest whatsoever in any and all copyright rights in the Contractor's products, items writings, designs, models, examples, or other work product produced pursuant to this Contract, in any media and for any purpose, including all rights of renewal and extension, to the City. To that end, the Contractor agrees to execute and deliver all necessary documents requested by the City in connection therewith and appoints the City as Contractor's agent and attorney-in-fact to act for and in Contractor's behalf and stead to execute,

Page 387: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

register, and file any such applications, and to do all other lawfully permitted acts to further the registration, prosecution, issuance, renewals, and extensions of copyrights or other protections with the same legal force and effect as if executed by the Contractor; further, the parties expressly agree that the provisions of this intellectual property rights section shall be binding upon the parties and their heirs, legal representatives, successors, and assigns.

20. WAIVERS No waiver of default by the City of any of the terms, covenants, and conditions hereof to be performed, kept, and observed by the Contractor shall be construed, or shall operate, as a waiver of any subsequent default of any of the terms, covenants, or conditions herein contained to be performed, kept, and observed by the Contractor.

21. THIRD PARTIES It is expressly understood and agreed that enforcement of the terms and conditions of this Contract, and all rights of action relating to such enforcement, shall be strictly reserved to the Parties hereto, and nothing contained in this Contract shall give or allow any such claim or right of action by any other or third person or entity on such Contract. It is the express intention of the Parties hereto that any person or entity, other than the Parties to this Contract, receiving services or benefits under this Contract shall be deemed to be incidental beneficiaries only.

22. TERMINATION

A. Termination for Convenience. By signing this Contract, Contractor represents that it is a sophisticated business and enters into the Contract voluntarily, has calculated all business risks associated with this Contract, and understands and assumes all risks of being terminated for convenience, whether such risks are known or not known. Contractor agrees that the City may terminate this Contract at any time for convenience of the City, upon written notice to the Contractor. Contractor expressly agrees to and assumes the risk that the City shall not be liable for any costs or fees of whatsoever kind and nature if termination for convenience occurs before Contractor begins any work or portion of the work. Contractor further expressly agrees and assumes the risks that the City shall not be liable for any unperformed work, anticipated profits, overhead, mobilizations costs, set-up, demobilization costs, relocation costs of employees, layoffs or severance costs, administrative costs, productivity costs, losses on disposal of equipment or materials, cost associated with the termination of subcontractors, costs associated with purchase orders or purchases, or any other costs or fees of any kind and nature, if Contractor has started or performed portions of the Contract prior to receiving notice from the City. The City shall be liable only for the portions of work Contractor actually satisfactorily completed up to the point of the issuance of the Notice of Termination for convenience. Upon receipt of this

Page 388: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

notice the Contractor shall immediately: discontinue all services affected (unless the notice directs otherwise), and deliver to the City all data, drawings, specifications, reports, estimates, summaries, and other information and materials accumulated in performing this Contract, whether completed or in process. B. Termination for Cause: The occurrence of any one or more of the following events (“Event of Default”) will justify termination for cause:

i. Contractor’s failure 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 as adjusted from time to time.

ii. Contractor’s disregard of the laws or regulations of any public body having jurisdiction.

iii. Contractor’s disregard of the authority of Project Manager.

iv. Contractor’s violation in any material provision of the Contract Documents.

v. Contractor’s failure to make prompt payments to its subcontractors, and suppliers of any tier, or laborers or any person working on the work by, through, or under the Contractor or any of them, any all of their employees, officers, servants, members, and agents.

vi. Contractor files a petition commencing a voluntary case under the U.S. Bankruptcy Code, or for liquidation, reorganization, or an arrangement pursuant to any other U.S. or state bankruptcy Laws, or shall be adjudicated a debtor or be declared bankrupt or insolvent under the U.S. Bankruptcy Code, or any other federal or state laws relating to bankruptcy, insolvency, winding-up, or adjustment of debts, or makes a general assignment for the benefit of creditors, or admits in writing its inability to pay its debts generally as they become due, or if a petition commencing an involuntary case under the U.S. Bankruptcy Code or an answer proposing the adjudication of Contractor as a debtor or bankrupt or proposing its liquidation or reorganization pursuant to the Bankruptcy Code or any other U.S. federal or state bankruptcy laws is filed in any court and Contractor consents to or acquiesces in the filing of that pleading or the petition or answer is not discharged or denied within sixty (60) Calendar Days after it is filed.

vii. A custodian, receiver, trustee or liquidator of Contractor, all or substantially all of the assets or business of Contractor, or of Contractor’s interest in the Work or the Contract, is appointed in any proceeding brought against Contractor and not discharged within sixty (60) Calendar Days after that appointment, or if Contractor shall consent to or acquiesces in that appointment.

Page 389: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

viii. Contractor fails to commence correction of defective work or fails to correct defective work within a reasonable period of time after written notice.

If one or more of the events identified in Paragraphs i-viii above occur, City may give Contractor written notice of the event and direct the event be cured. Any such Notice to Cure will provide Contractor a minimum of ten (10) calendar days to prepare and submit to the Project Manager a plan to correct the Event of Default. If such plan to correct the Event of Default is not submitted to the Project Manager within ten (10) days after the date of the written notice or such plan is unacceptable to the City, the City may, give Contractor (and the Surety, if any) written notice that Contractor’s services are being terminated for cause. Upon delivery of the termination notice, City may terminate the services of Contractor in whole or in part, exclude Contractor from the site, and take possession of the work and of all Contractor’s tools, appliances, construction equipment, and machinery at the project 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 City has paid Contractor but which are stored elsewhere, and finish the work as City may deem expedient. In such case, Contractor shall not be entitled to receive any further payment until Certificate of Completion of the work. In the event City terminates this Contract for Cause and the cost of completing the work exceeds the unpaid balance of the Contract price, Contractor shall pay City for any costs of completion which exceed the Contract price when combined with all amounts previously paid to Contractor. When exercising any rights or remedies under this paragraph City shall not be required to obtain the lowest price for the work performed. Should the cost of such completion, including all proper charges, be less than the original Contract price, the amount so saved shall accrue to the City. Neither the City nor any officer, agent or employee of the City shall be in any way liable or accountable to the Contractor or the Surety for the method by which the completion of the said work, or any portion thereof, may be accomplished or for the price paid. Where Contractor’s services have been so terminated by City, the termination will not affect any rights or remedies of City against Contractor or Surety then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by City will not release Contractor from liability. C. Termination Notice. Upon receipt of a termination notice, whether for convenience or cause, the Contractor shall immediately: discontinue all services affected (unless the notice directs otherwise), and deliver to the City all data, drawings, specifications, reports, estimates, summaries, and other information and materials accumulated in performing this Contract, whether completed or in process. D. Removal of Equipment. Except as provided above, in the case of termination of this Contract before completion from any cause whatever, the Contractor, if notified to do so by the City, shall promptly remove any part or all of Contractor's equipment and supplies from the property of the City, failing which the City shall

Page 390: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

have the right to remove such equipment and supplies at the expense of the Contractor.

23. BOOKS OF ACCOUNT AND AUDITING

The Contractor shall make available to the City if requested, true and complete records, which support billing statements, reports, performance indices, and all other related documentation. The City’s authorized representatives shall have access during reasonable hours to all records, which are deemed appropriate to auditing billing statements, reports, performance indices, and all other related documentation. The Contractor agrees that it will keep and preserve for at least seven years all documents related to the Contract which are routinely prepared, collected or compiled by the Contractor during the performance of this Contract.

The City’s Auditor and the Auditor’s authorized representatives shall have the right at any time to audit all of the related documentation. The Contractor shall make all documentation available for examination at the Auditor’s request at either the Auditor’s or Contractor's offices, and without expense to the City.

24. ILLEGAL ALIENS

Illegal Aliens - Public Contracts for Services - Compliance with Title 8, Article 17.5, Colorado Revised Statutes: The Contractor acknowledges, understands, agrees, and certifies that: In the performance of any work or the provision of any services by the Contractor under this Contract, the Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Contract; or enter into a contract with any subcontractor that fails to certify to the Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Contract or under the subcontract to this Contract. The Contractor certifies in accord with Section 8-17.5-102(1) C.R.S. that, on the date the Contractor signs this Contract, the Contractor does not knowingly employ or Contract with an illegal alien who will perform work under this Contract and that the Contractor shall participate in the e-verify program or Colorado Department of Labor and Employment program in order to confirm the employment eligibility of all employees who are newly hired for employment or to perform work under this Contract. The Contractor is expressly prohibited from using the e-verify program or Colorado Department of Labor and Employment program procedures to undertake pre-employment screening of job applicants while this Contract and any services under this Contract are being performed. If the Contractor obtains actual knowledge that a subcontractor performing work under this Contract for services knowingly employs or contracts with an illegal alien, the Contractor shall notify the subcontractor and the City within three days that the Contractor has actual knowledge that the subcontractor is employing or contracting with an illegal alien, and terminate the subcontract with the subcontractor if within three days of receiving the notice the subcontractor does not stop employing or contracting with the illegal alien; except that the Contractor shall not terminate the Contract with the subcontractor if during

Page 391: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

the three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. The Contractor shall comply with any request by the City, federal government, or the Colorado Department of Labor and Employment made in the course of an investigation. If the Contractor violates or fails to comply with any provision of C.R.S. 8-17.5-101 et seq, the City may terminate this Contract for breach of contract. If this Contract is so terminated, the Contractor shall be liable for any actual and consequential damages to the City.

25. COMPLIANCE WITH IMMIGRATION REFORM AND CONTROL ACT OF 1986

Contractor certifies that Contractor has complied with the United States Immigration Reform and Control Act of 1986. All persons employed by Contractor for performance of this Contract have completed and signed Form I-9 verifying their identities and authorization for employment.

26. LABOR

The Contractor shall employ only competent and skilled workmen and foremen in the conduct of work on this Contract. The Contractor shall at all times enforce strict discipline and good order among Contractor's employees. The Project Manager shall have the authority to order the removal from the work of any person, including Contractor's or any subcontractor’s employees, who refuses or neglects to observe any of the provisions of these Plans or Specifications, or who is incompetent, abusive, threatening, or disorderly in conduct and any such person shall not again be employed on the Project.

In accord with the Keep Jobs in Colorado Act, codified at sections 8-17-101, et seq., C.R.S., Colorado labor shall be employed to perform the work to the extent of not less than eighty percent (80%) of each type or class of labor in the several classifications of skilled and common labor employed on this Project et seq.=; provided however, that this paragraph shall not apply if the Project receives federal funding.

In no event shall the City be responsible for overtime pay.

27. GRATUITIES

A. This Contract may be terminated if the Mayor, the Mayor’s designee, and/or the

Procurement Services Manager determine, in their sole discretion, that the Contractor or any officer, employee, agent, or other representative whatsoever, of the Contractor offered or gave a gift or hospitality to a City officer, employee, agent or Contractor for the purpose of influencing any decision to grant a City contract or to obtain favorable treatment under any City contract.

B. The terms "hospitality" and "gift" include, but are not limited to, any payment, subscription, advance, forbearance, acceptance, rendering or deposit of money,

Page 392: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

services, or anything of value given or offered, including but not limited to food, lodging, transportation, recreation or entertainment, token or award.

C. Contract termination under this provision shall constitute a breach of contract by

the Contractor, and the Contractor shall be liable to the City for all costs of reletting the contract or completion of the project. Further, if the Contractor is terminated under this provision, or violates this provision but is not terminated, the Contractor shall be subject to debarment under the City's Procurement Regulations. The rights and remedies of the City provided in this clause shall not be exclusive and are in addition to any other rights and remedies provided by law or under this Contract.

28. NON-DISCRIMINATION

A. In accord with section 24-34-402, C.R.S., the Contractor will not discriminate against any employee or applicant for employment because of disability, race, creed, color, sexual orientation, religion, age, national origin, or ancestry. But, with regard to a disability, it is not a discriminatory or an unfair employment practice for an employer to take into consideration disability if there is no reasonable accommodation that the employer can make with regard to the disability, the disability actually disqualifies the person from the job, and the disability has a significant impact on the job. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their disability, race, creed, color, sexual orientation, religion, age, national origin, or ancestry. Such actions 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.

B. The Contractor agrees to post in conspicuous places, available to employees

and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause.

C. The Contractor will, in all solicitations or advertisements for employees placed by

or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to disability, race, creed, color, sexual orientation, religion, age, national origin, or ancestry.

D. Contractor will cooperate with the City in using Contractor's best efforts to ensure

that Disadvantaged Business Enterprises are afforded the maximum opportunity to compete for subcontracts or work under this Contract.

29. ORDER OF PRECEDENCE Any inconsistency in this Contract shall be resolved by giving precedence in the following order:

Page 393: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

A. This Contract document with its terms and conditions B. Specific Construction Terms and Conditions C. General Construction Terms and Conditions D. The Statement of Work E. Specific Specifications F. General Specifications G. Other Appendices, Attachments, Exhibits, or Schedules

30. HEADINGS

The section headings contained in this Contract are for reference purposes only and shall not affect the meaning or interpretation of this Contract.

31. DISPUTES

A. All administrative and contractual disputes arising from or related to this Contract

other than those arising under Unanticipated Circumstances provisions (in section107.27 of Schedule B General Construction Terms and Conditions) shall be addressed in the following manner:

i. If either Party disputes or disagrees with a Contract term or the other Party’s interpretation of a Contract term or has any other administrative or contractual dispute not addressed in the Unanticipated Circumstances provisions, such Party shall promptly give the other Party written notice of said dispute.

ii. The Parties shall hold a meeting as soon as reasonably possible, but in no event later than thirty (30) calendar days from the initial written notice of the dispute, attended by persons with decision-making authority regarding the dispute, to attempt in good faith to negotiate a resolution of the dispute; provided, however, that no such meeting shall be deemed to vitiate or reduce the obligations and liabilities of the Parties or be deemed a waiver by a Party of any remedies to which such Party would otherwise be entitled unless otherwise agreed to by the Parties in writing.

iii. If, within thirty (30) calendar days after such meeting, the Parties have not succeeded in negotiating a resolution of the dispute, they agree to submit the dispute to non-binding mediation and to bear equally the costs of the mediation.

iv. The Parties will jointly appoint a mutually acceptable mediator. If they fail to do so within twenty (20) calendar days from the conclusion of the negotiation period, they shall each select a mediator. The two mediators will then appoint a third mediator who shall conduct mediation for the Parties as the sole mediator.

v. The Parties agree to participate in good faith in the mediation and negotiations for a period of thirty (30) calendar days. The substantive and procedural law of the State of Colorado shall apply to the proceedings. If the Parties are not successful in resolving the dispute through mediation,

Page 394: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

then the Parties shall be free to pursue any other remedy afforded by the laws of the State of Colorado.

vi. Until final resolution of any dispute hereunder, the Contractor shall diligently proceed with the performance of this Contract as directed by the City. For purposes of this Contract, termination for convenience shall not be deemed a dispute. The City of Colorado Springs and the Contractor agree to notify each other in a timely manner of any claim, dispute, or cause of action arising from or related to this Contract, and to negotiate in good faith to resolve any such claim, dispute, or cause of action. To the extent that such negotiations fail, the City of Colorado Springs and the Contractor agree that any lawsuit or cause of action that arises from or is related to this Contract shall be filed with and litigated only by the Colorado District Court for El Paso County, CO.

32. DELIVERY

The City may cancel this Contract or any portion thereof if delivery is not made when and as specified, time being of the essence in this Contract. Contractor shall pay the City for any loss or damage sustained by the City because of failure to perform in accordance with this Contract.

33. PAYMENTS

All invoices shall be sent to the Project Manager identified in this Contract. The City will pay the Contractor, upon submission of proper invoices, the prices stipulated in the Contract for services rendered and accepted, less any deductions provided in this Contract within 30 days (Net 30). The City will not pay late fees or interest. Any discount payment terms offered on the invoice may be taken by the City. All payments for Construction will be made in accordance with the Payment provisions found in Schedule B – General Construction Terms and Conditions. Each invoice must contain at least the following information: Contract number, issued purchase order number, invoice number, invoice date, timeframe covered by invoice, type and amount of labor and materials used for that time period, dollar amount in unit price, extended price, and total value of invoice. IF T&M The City will make payments for services on a monthly basis for services performed during the previous month in accordance with this Contract. All labor Invoices shall include labor categories, rates, hours worked, and total amounts per category. All labor categories and rates charged must be included in this Contract. No other

Page 395: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

categories or rates will be allowed or payable. All labor invoices are subject to City approval. Materials will be payable on a reimbursable basis with no additional profit, fee, overhead, handling, or General and Administrative (G&A) costs. All costs for materials shall be approved by the City Contracts Specialist before the costs are incurred and payable. The City will pay the Contractor, upon submission of proper invoices, the prices stipulated in the Contract for services rendered and accepted, less any deductions provided in this Contract within 30 days (Net 30). The City will not pay late fees or interest. Any discount payment terms offered on the invoice may be taken by the City.

34. INSPECTION OF SERVICES

The Contractor is responsible for performing or having performed all inspections and tests necessary to substantiate that the services furnished under this Contract conform to Contract requirements, including any applicable technical requirements for specified manufacturers’ parts. This clause takes precedence over any City inspection and testing required in the Contract’s specifications, except for specialized inspections or tests specified to be performed solely by the City. A. Definition of “services”, as used in this clause, includes services performed,

workmanship, and material furnished or utilized in the performance of services.

B. The Contractor shall provide and maintain an inspection system acceptable to the City covering the services under this Contract. Complete records of all inspection work performed by the Contractor shall be maintained and made available to the City during Contract performance and for as long afterwards as the Contract requires.

C. The City has the right to inspect and test all services called for by the Contract, to the extent practicable at all times and places during the term of the Contract. The City will perform inspections and tests in a manner that will not unduly delay the work.

D. If the City performs inspections or test on the premises of the Contractor or a subcontractor, the Contractor shall furnish, and shall require subcontractors to furnish, at no increase in Contract price, all reasonable facilities and assistance for the safe and convenient performance of these duties.

35. SECURITY The City maintains security requirements regarding access to City buildings and other City workplaces and worksites on City property. All Contractor personnel

Page 396: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

accessing City buildings, workplaces, or worksites, may be required to produce a valid, Government issued picture identification. Contractor personnel lacking such identification may not be allowed access to such sites. No costs incurred by the Contractor due to City security requirements shall be allowable or payable under this Contract.

36. TIME IS OF THE ESSENCE

In as much as the Contract concerns a needed or required service, the terms, conditions, and provisions of the Contract relating to the time of performance and completion of work are of the essence of this Contract. The Contractor shall begin work on the day specified and shall prosecute the work diligently so as to assure completion of the work within the number of calendar days or date specified, or the date to which the time for completion may have been extended.

37. EMPLOYMENT OF LABOR

The Contractor shall comply with, and defend and hold the City harmless from any violation of all laws and lawful rules and regulations, both of the State of Colorado and of the United States, relating to Workmen's Compensation, unemployment compensation, Social Security, payment for overtime, and all other expenses and conditions of employment under this Contract.

38. SALES TAX

The Contractor must have a tax-exemption certificate from the Colorado Department of Revenue for this project. The certificate does not apply to City of Colorado Springs Sales and Use Tax which shall be applicable. The tax exempt project number and the exemption certificate only applies to County, PPRTA (Pikes Peak Rural Transportation Authority), and State taxes when purchasing construction and building materials to be incorporated into this project.

Furthermore, the exemption does not include or apply to the purchase or rental of equipment, supplies or materials that do not become a part of the completed project or structure. Such purchases and rentals are subject to full applicable taxation.

All contracts with subcontractors must include the City of Colorado Springs Sales and Use Tax on the work covered by the Contract, and other taxes as applicable.

Note: For all equipment, materials and supplies incorporated into the work purchased from vendors or suppliers not licensed to collect City Sales Tax (i.e. out of state suppliers, etc.), City Use Tax is due and payable to the City. The Contractor shall execute and deliver, and shall cause the Contractor’s subcontractors to execute and deliver to the City Sales Tax Office, ST 16 forms listing all said equipment, materials and supplies and the corresponding use tax due, along with payment for said

Page 397: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

taxes. Any outstanding taxes due may be withheld from the final payment due the Contractor and may result in suspension of Contractor from bidding on City projects. Forms and instructions can be downloaded at https://coloradosprings.gov/cat/government/tax-information/sales-tax. Questions can be directed to the City Sales Tax Division at (719) 385-5903.

Our Registration Numbers are as follows: City of Colorado Springs Federal I.D.: 84-6000573 Federal Excise: A-138557 State Sales Tax: 98-03479

The Contractor's payment or exemption of State of Colorado, El Paso County and City Sales and Use Taxes shall be as specified herein.

39. SEVERABILITY

If any terms, conditions, or provisions of this Contract shall be held unconstitutional, illegal, or void, such finding shall not affect any other terms, conditions, or provisions of this Contract.

40. LIABILITY OF CITY EMPLOYEES

All authorized representatives of the City are acting solely as agents and representatives of the City when carrying out and exercising the power or authority granted to them under the Contract. There shall not be any liability on them either personally or as employees of the City.

41. USE OF CITY NAME OR LOGO

Except as otherwise provided in this Contract, the Contractor shall not refer to this Contract or the City of Colorado Springs in any advertising or promotions in such a manner as to state or imply that the product or service provided is endorsed or preferred by the City of Colorado Springs, its employees, or its Departments, or is considered by these entities to be superior to other products or services. Any use of the name or logo of the City of Colorado Springs in advertising or promotions must be approved in writing by the City of Colorado Springs Contracts Specialist assigned to the Contract prior to such use.

42. TRAVEL

If travel expenses are included as a line item in this Contract, all travel expenses incurred and billable by the Contractor are subject to City approval. Air travel shall be limited to the round trip "economy coach" fare. Travel from the Colorado Springs Airport is encouraged. Unless there are extenuating circumstances, the Contract should take advantage of lower airfares by purchasing tickets more than 14 days in advance of travel. In-state travel by air must be more economical than travel by

Page 398: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

private vehicle. Use of a private vehicle may be reimbursed per mile at the current rate published by the IRS annually. Short-term parking, long-term parking or cab fare associated with airport departure and arrival may be allowable expenses. Valet parking will not be allowed unless it is the least expensive or only option. Car rental rates may be reimbursed for car rentals no greater than the intermediate or standard classification. The City will not reimburse any other travel methods or expenses. The City will pay for lodging, meals, and miscellaneous expenses on a per diem basis only, in accordance with the current per deim rates published by the IRS annually. The City will not pay for Contractor expenses exceeding the per deim rates. Receipts for all reimbursable expenses must be provided with the Contractor’s invoice.

43. APPENDICES

The following Appendices are made a part of this Agreement:

1. Appendix A – Additional Terms and Conditions 2. Appendix B – Contractor’s Proposal, 3. Appendix C – Statement of Work. 4. Appendix D – Project Schedule 5. Appendix E – Exhibits from the RFP

Performance Bond (Exhibit 8 of the RFP) Labor and Material Payment Bond (Exhibit 9 of the RFP) Maintenance Bond (Exhibit 10 of the RFP) Notification of Utilities (Exhibit 11 of the RFP)

6. Schedule A – Proposal Price Sheet 7. Schedule B – General Construction Terms and Conditions 8. Schedule C – Special Construction Terms and Conditions 9. Schedule D – General Specifications 10. Schedule E – Special Specifications 11. Schedule F – Insurance Requirements

Page 399: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

CONTRACT SIGNATURE PAGE

The Contractor certifies in accord with Section 8-17.5-102(1) C.R.S. that, on the date the Contractor signs this Contract, the Contractor does not knowingly employ or Contract with an illegal alien who will perform work under this Contract and that the Contractor shall participate in the e-verify program or Colorado Department of Labor and Employment program in order to confirm the employment eligibility of all employees who are newly hired for employment or to perform work under this Contract. The Contractor is expressly prohibited from using the e-verify program or Colorado Department of Labor and Employment program procedures to undertake pre-employment screening of job applicants while this Contract and any services under this Contract are being performed.

IN WITNESS WHEREOF, the parties have caused these presents to be executed on the day and the year first above written. This Contract is executed in one (1) original copy.

THE CITY OF COLORADO SPRINGS, COLORADO:

SECOND PARTY:

Corporate Name

Signature Date

Title

Page 400: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

EXHIBIT 2 MINIMUM INSURANCE REQUIREMENTS

MINIMUM INSURANCE REQUIREMENTS

The following listed minimum insurance requirements shall be carried by all contractors and consultants unless otherwise specified in the City’s solicitation package, Special Provisions or Standard Specifications.

Commercial General Liability for limits not less than $1,000,000 combined single limit with $2,000,000 aggregate for bodily injury and property damage for each occurrence. Coverage shall include blanket contractual, broad form property damage, products and completed operations.

Workers’ Compensation and Employers Liability as required by statute. Employers Liability coverage is to be carried for a minimum limit of $100,000.

Automobile Liability covering any auto (including owned, hired, and non-owned autos) with a minimum of $1,000,000 each accident combined single limit.

Except for workers’ compensation and employer’s liability insurance, the City of Colorado Springs must be named as an additional insured. Certificates of Insurance must be submitted before commencing the work and provide 30 days’ notice prior to any cancellation, non-renewal, or material changes to policies required under the contract. All coverage furnished by contractor is primary, and any insurance held by the City of Colorado Springs is excess and non-contributory. The undersigned certifies and agrees to carry and maintain the insurance requirements indicated above throughout the contract Period of Performance. __________________________________________ (Name of Company) ___________________________________________ (Signature) (Date)

Page 401: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

EXHIBIT 3 – QUALIFICATION STATEMENT

CITY OF COLORADO SPRINGS QUALIFICATION STATEMENT

This statement will provide information which will enable the City to evaluate the qualifications of your firm and staff with regard to the requirements of this Invitation for Bid. Please complete this form in its entirety and submit it (in the number of copies requested) along with the other required proposal documents. If a request in the Qualification Statement is contained in the Bid, indicate the section in the Bid where that information can be found.

(PRINT) FIRM NAME:

ADDRESS:

CITY STATE ZIP:

AUTHORIZED REPRESENTATIVE:

TITLE:

AUTHORIZED SIGNATURE:

PHONE: FAX:

E-MAIL ADDRESS:

1. TYPE OF BUSINESS

2. TYPE OF LICENSE & LOCATION

CORPORATION INDIVIDUAL

PARTNERSHIP JOINT VENTURE

OTHER:

3. TYPE OF SERVICE TO BE PROVIDED FOR RFP:

4. NUMBER OF YEARS IN BUSINESS:

5. ON A SEPARATE SHEET PROVIDE A BRIEF HISTORY OF YOUR FIRM, STAFF SIZE AND EXPERIENCE. SUBMIT A RESUME FOR THE PROJECT MANAGER AND EACH KEY PERSONNEL ASSIGNED TO THIS PROJECT. 6. WHAT OTHER NAME(S) HAS YOUR COMPANY OPERATED UNDER:

7. HAVE YOU OR YOUR FIRM EVER FAILED TO COMPLETE ANY WORK AWARDED TO

YOU? YES NO IF “YES”, EXPLAIN:

8. HAS ANY OFFICER OR PARTNER OF YOUR ORGANIZATION EVER BEEN AN OFFICER OR PARTNER OF ANOTHER ORGANIZATION THAT FAILED TO COMPLETE A

CONTRACT WITHIN THE LAST FIVE (5) YEARS? YES NO

IF “YES”, EXPLAIN:

RFP YR-NMBR

Page 402: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

QUALIFICATION STATEMENT – PAGE 2

9. HAS YOUR FIRM OR ANY PARTNERS OR OFFICERS EVER BEEN INVOLVED IN ANY

BANKRUPTCY ACTION? YES NO IF “YES”, EXPLAIN:

10. ARE YOU PRESENTLY INVOLVED IN ANY LITIGATION WITH ANY

GOVERNMENT AGENCY? YES NO IF “YES”, EXPLAIN TYPE,

KIND, PLAINTIFF, DEFENDANT, ETC., AND STATE THE CURRENT STATUS:

11. BANK REFERENCE:

ADDRESS:

CONTACT: PHONE: 12. LIST THREE (3) SIMILAR PROJECTS (LOCAL OR STATE-WIDE) FROM LAST FIVE (5) YEARS-INCLUDE LOCATION OF PROJECT, SIZE OF PROJECT (CONTRACT AMOUNT), CONTACT NAME, ADDRESS, TELEPHONE NUMBERS NOTE: DETAILED INFORMATION ON THESE PROJECTS MAY ALSO BE REQUESTED IN THE RFP PACKAGE. 1. Location of Project:

Size of Project:

Contract Amount:

Contact Name and Title:

Contract Address:

Contact telephone and FAX Numbers:

2. Location of Project:

Size of Project:

Contract Amount:

Contact Name:

Contact Address:

Contact telephone and FAX Numbers:

3. Location of Project:

Size of Project:

Contract Amount:

Contact Name:

Contact Address:

Contact telephone and FAX Numbers:

13. LIST CURRENT SIMILAR PROJECTS (LOCAL OR STATE-WIDE) UNDER CONTRACT- INCLUDE LOCATION OF PROJECT, SIZE OF PROJECT (CONTRACT AMOUNT) CONTACT NAME, ADDRESS, TELEPHONE NUMBERS. NOTE: DETAILED INFORMATION ON THESE PROJECTS MAY ALSO BE REQUESTED IN THE RFP PACKAGE. 1. Location of Project:

Size of Project:

Contract Amount:

Contact Name and Title:

Page 403: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Contact Address:

Contact telephone and FAX Numbers:

2. Location of Project:

Size of Project:

Contract Amount:

Contact Name and Title:

Contact Address:

Contact telephone and FAX Numbers:

3. Location of Project:

Size of Project:

Contract Amount:

Contact Name and Title:

Contact Address:

Contact telephone and FAX Numbers:

14. LIST OF SUB-CONTRACTORS TO BE USED FOR THIS PROJECT:

(INCLUDE NAME, ADDRESS, TELEPHONE NUMBER, TYPE OF WORK) 1. Name:

Address:

Telephone Number:

Type of Work:

2. Name:

Address:

Telephone Number:

Type of Work:

3. Name:

Address:

Telephone Number:

Type of Work:

IF ADDITIONAL INFORMATION IS PROVIDED ON A SEPARATE SHEET FOR ANY OF THE ITEMS, CLEARLY SPECIFY WHERE IT CAN BE LOCATED IN YOUR BID PACKAGE.

Page 404: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

EXHIBIT 4 -- REPRESENTATIONS AND CERTIFICATIONS

1. INSURANCE REQUIREMENTS Offeror shall comply with all insurance requirements and will submit the Insurance Certificates prior to performance start date. If limits are different from the stated amounts, Offeror shall explain variance. Certain endorsements and “additionally insured” statements may require further clarification and specific statements on a project specific basis and should have been described in the Offeror’s Bid. __________ Initials for 1

2. ETHICS VIOLATIONS a) The Offeror shall have in place and follow reasonable procedures designed to prevent and detect possible violations described in this clause in its own operations and direct business relationships. b) Offeror certifies the Offeror has not violated or caused any person to violate, and shall not violate or cause any person to violate, the City’s Code of Ethics contained in Article 3, of Chapter 1 of the City Code and in the City's Procurement Rules and Regulations c) When the Offeror has reasonable grounds to believe that a violation described in this clause may have occurred, the Offeror shall promptly report the possible violation to the City Contracts Specialist in writing. c) The Offeror must disclose with the signing of this Bid, the name of any officer, director, or agent who is also an employee of the City and any City employee who owns, directly or indirectly, an interest of ten percent (10%) or more in the Offeror’s firm or any of its branches. d) In addition, the Offeror must report any conflict or apparent conflict, current or discovered during the performance of the Contract, to the City Contracts Specialist. e) The Offeror shall not engage in providing gifts, meals or other amenities to City employees. The right of the Offeror to proceed may be terminated by written notice issued by City Contracts Specialist if Offeror offered or gave a gratuity to an officer, official, or employee of the City and intended by the gratuity to obtain a contract or favorable treatment under a contract. f) The Offeror shall cooperate fully with the City or any agency investigating a possible violation on behalf of the City. If any violation is determined, the Offeror will properly compensate the City. g) The Offeror agrees to incorporate the substance of this clause (after substituting “Contractor” for “Offeror”) in all subcontracts under this offer. ___________ Initials for 2

Page 405: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

3. ILLEGAL ALIENS If Offeror has any employees or subcontractors, Offeror shall comply with § 8-17.5-101, et seq., C.R.S. regarding Illegal Aliens – Public Contracts for Services, and this section of this Agreement. 8-17.5-102 includes, in part, that: 1. Offeror shall not:

a. Knowingly employ or contract with an illegal alien to perform work under this Agreement; or

b. Enter into a contract with a subcontractor that fails to certify to Offeror that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Agreement.

2. Offeror has verified or attempted to verify that Offeror does not employ any illegal aliens and, will participate in the E-Verify Program or State Department program in order to confirm eligibility of all employees who are newly hired to perform work under public contract for services.

3. Offeror will not use E-Verify Program or State Department program procedures to undertake pre-employment screening of job applicants while the public contract for services is being performed.

4. If Offeror obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Provider shall: a. Notify the subcontractor and the City within three days that Offeror has actual

knowledge that the subcontractor is employing or contracting with an illegal alien; and

b. Terminate the subcontract with the subcontractor if within three days of receiving such notice, the subcontractor does not stop employing or contracting with the illegal alien. However, the Offeror shall not terminate the contract with the subcontractor if during this three day period: i. The subcontractor provides information which establishes that the

subcontractor has not knowingly employed or contracted with an illegal alien, and

ii. The Offeror will not employ the illegal aliens in the performance of any City contract.

5. Offeror shall comply with any reasonable request by the Department of Labor and Employment made in the course of an investigation that the Department is undertaking pursuant to the authority established in §8-17.5-102(5), C.R.S.

6. If Offeror violates this provision, the City may terminate the contract for a breach of contract. If the Agreement is terminated, the Offeror shall be liable for actual and consequential damages.

___________ Initials for 3

4. COOPERATION WITH OTHER CONTRACTORS Other City activities/contracts may be in progress or start during the performance of this

Page 406: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

contract. The Offeror shall coordinate the work harmoniously with the other contractors or City personnel, if applicable. ___________ Initials for 4

5. INTERNET USE Should the Offeror require access to City Internet resources in the performance of this requirement, a “Contractor’s Internet Use Agreement” form must be separately signed by each individual having access to the City Network. The completed Contractor’s Internet Use Agreement will be maintained with this agreement. Inappropriate use of the City Network will be grounds for immediate termination of any awarded contact. ___________ Initials for 5

6. LITIGATION If awarded a contract, Offeror shall notify the City within five (5) calendar days after being served with a summons, complaint, or other pleading in any matter which has been filed in any federal or state court or administrative agency. The Offeror shall deliver copies of such document(s) to the City's Procurement Services Manager. The term "litigation" includes an assignment for the benefit of creditors, and filings of bankruptcy, reorganization and/or foreclosure. __________ Initials for 6

7. CONTRACTOR’S REGISTRATION INFORMATION Offeror’s firm verifies and states that they are (check all that apply): _______ Large Business (i.e. do not qualify as a small business or non-profit) _______ Nonprofit _______ Small Business _______ Minority Owned Business/Small Disadvantaged Business _______ Woman Owned Business

Page 407: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

_______ Veteran Owned Business _______ Service-Disabled Veteran Owned Business _______ HUBZone Business Note: The City accepts self-certification for these categories in accordance with Small Business Administration (SBA) standards. The SBA size standards are found on the SBA website https://www.sba.gov/content/am-i-small-business-concern. __________ Initials for 7

8. CONTRACTOR PERSONNEL

a) The Offeror shall appoint one of its key personnel as the “Authorized Representative” who shall have the power and authority to interface with the City and represent the Offeror in all administrative matters concerning this Bid and any awarded contract, including without limitation such administrative matters as correction of problems modifications, and reduction of costs. b) The Authorized Representative shall be the person identified in the Offeror’s Bid, unless the Offeror provides written notice to the City naming another person to serve as its Authorized Representative. Communications received by the City Contracts Specialist from the Authorized Representative shall be deemed to have been received from the Offeror. The individual, ____________________________________ (Name) with position, _____________________________________ (Title) Can be reached at Work telephone number: ___________________________ Home telephone number: ___________________________ Cellular telephone number: __________________________ E-mail address: ___________________________________ ____________ Initials for 8

9. OFFEROR’S CERTIFICATION The undersigned hereby affirms that: a) He/She is a duly authorized agent of the Offeror; b) He/She has read and agrees to the City’s standard terms and conditions attached. c) The offer is presented in full compliance with the collusive prohibitions of the City of Colorado Springs. The Offeror certifies that no employee of its firm has discussed, or

Page 408: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

compared the offer with any other offeror or City employee and has not colluded with any other offeror or City employee. d) The Offeror certifies that it has checked all of its figures, and understands that the City will not be responsible for any errors or omissions on the part of the Offeror in preparing its Bid. e) By submitting an offer the Offeror certifies that it has complied and will comply with all requirements of local, state, and federal laws, and that no legal requirements have been or will be violated in making or accepting this solicitation. I hereby certify that I am submitting the Bid based on my company's capabilities to provide quality products and/or services on time. ____________ Initials for 9

10. OFFEROR CERTIFICATION REGARDING DEBARMENT, SUSPENSION, PROPOSED DEBARMENT, AND OTHER RESPONSIBILITY MATTERS:

1. The Offeror certifies to the best of its knowledge and belief, that (i) the Offeror

and/or any of its Principals a. Are ( ), Are not ( ) presently debarred, suspended, proposed for

debarment, or declared ineligible for the award of contracts by any Federal agency;

b. Have ( ), Have not ( ), within a three year period preceding this offer, 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, local) contract or subcontract; violation of Federal or state antitrust statutes relation to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statement, tax evasion, or receiving stolen property; and

c. Are ( ), Are not ( ) presently indicated for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in any paragraphs above.

2. The Offeror shall provide immediate written notice to the City Contracts Specialist if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reasons of changed circumstances.

3. The certification in paragraph 1. above, is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the City, the City Contracts Specialist may terminate the contract resulting from this solicitation for default. Termination for default may result in additional charges being levied for the costs incurred by the City to initiate activities to replace the awarded Contractor.

Page 409: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

____________ Initials for 10

11. ACCEPTANCE OF CITY CONTRACTS SPECIALIST’S SOLE AUTHORITY FOR CHANGES

Unless otherwise specified in the Contract, the Offeror hereby agrees that any changes to the scope of work, subsequent to the original contract signing, shall be generated in writing and an approval signature shall be obtained from the City Contracts Specialist prior to additional work performance. ____________ Initials for 11

12. CITY CONTRACTOR SAFETY PROGRAM The Offeror hereby agrees to adhere to a worker safety program for contractor employees on a City job site or location. By initialing below, the Offeror has reviewed the information and will abide by the City Policy which is available for review: https://coloradosprings.gov/finance/page/procurement-regulations-and-documents ____________ Initials for 12

13. ACCEPTANCE OF CITY ENVIRONMENTALLY PREFERRED PURCHASING

(EPP) POLICY The City of Colorado Springs is committed to buying more environmentally preferable goods and services, as long as they meet performance needs, are available within a reasonable time and at a reasonable cost. The Offeror hereby acknowledges review of this policy by initialing below. https://coloradosprings.gov/finance/page/procurement-regulations-and-documents ____________ Initials for 13

14. FRAUD, WASTE, AND ABUSE

Everyone has a duty to report any suspected unlawful act impacting the City of Colorado Springs operations and its enterprises. Anyone who becomes aware of the existence or apparent existence of fraud, waste, and abuse in City of Colorado Springs

Page 410: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

is encouraged to report such matters to the City Auditor’s Office in writing or on the telephone hotline 385-2387 (ADTR). Written correspondence can be mailed to: City Auditor P.O. Box 2241 Colorado Springs CO 80901 Or via email [email protected]. Any of these mechanisms allow for anonymous reporting. For more information, please go to the website https://coloradosprings.gov/cityfraud. ____________ Initials for 14

Name of Company: Federal Tax ID Number: DUNS Number: Principle Place of Business: ____________________________________________ Signature of Authorized Representative Printed Name: Title: Date:

Page 411: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

EXHIBIT 5 CITY OF COLORADO SPRINGS BID BOND 1. KNOW ALL MEN BY THESE PRESENTS, THAT:

(Name)

As Principal, hereinafter called Principal, and

(Address)

(SURETY Name)

a corporation organized and existing under the laws of the State of:

(SURETY Address)

and AUTHORIZED TO DO BUSINESS IN THE STATE OF COLORADO, as Surety, hereinafter called Surety, are held firmly bound to the CITY OF COLORADO SPRINGS, COLORADO, as Obligee, hereinafter called the Obligee, in the sum of: (Insert Bid Amount in Words)

($ DOLLARS),

lawful money of the United States of America, for payment of which sum well and truly to be made, the Principal and the Surety bind themselves, their heirs, executors, successors and assigns, jointly and severally, firmly by these presents.

2. WHEREAS, the Principal has submitted to the Obligee,

a contract bid dated the day of For the following contract:

3. NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH THAT, If Principals bid is accepted by Obligee and

Principal is awarded the contract in whole or in part, and the Principal shall enter into the contract with the Obligee in accordance with the terms of such bid, and give such Payment, Performance, and Maintenance bond or bonds as may be specified in the bidding or contract documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall promptly pay to the Obligee the amount of this bond as set forth herein above, then this obligation shall be null and void, otherwise this obligation to remain in full force and effect.

Signed and sealed on the dates set forth below:

FOR:

(Witness) (Principals Name)

BY:

ITS:

(Seal) This day of

FOR:

(Witness) (Surety's Name)

BY:

ITS:

(Seal) This Day of

Bond # This Bond __(is) __ (is not) a SBA Guaranteed Bond.

Page 412: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

EXHIBIT 6 – NOTIFICATION OF UTILITIES General Information It is the responsibility of the Contractor to notify all applicable utilities (including, but not limited to Colorado Springs Utilities) for utility locations at least two business days or twenty-four hours prior to commencing any work. Should any street be closed off for any amount of time, the Contractor must notify the Traffic Department. See the City of Colorado Springs Standard Specifications General Provisions for more information regarding utilities. The City of Colorado Springs Standard Specifications and General Provisions indicated on the RFP for this project are included by reference. The above document may be reviewed or purchased at the City Administration Building, Engineering Division, at 30 South Nevada, Suite 403, Colorado Springs, Colorado, between the hours of 8:00 A.M. and 5:00 P.M., Monday through Friday, except holidays. Telephone References

1. Utility Notification Center of Colorado 1-800-922-1987

2. Colorado Springs Utilities Electric (719) 448-4811

3. Colorado Springs Utilities Water, Wastewater (719) 448-4200

4. Traffic Department (719) 385-5908

5. Colorado Springs Utilities Gas Emergencies (719) 520-0100

6. Cable Television (719) 633-6616

7. Telephone 1-800-954-0211 Standard Utility Color Code 1. Natural Gas Yellow 2. Electric Red 3. Water Blue 4. Wastewater Green Contractor Responsibilities 1. Contact Colorado Springs Utilities, and/or other applicable utilities company or provider, at least twenty

four hours prior to starting the project so that our service inspector can make contact on the job site. 2. All replacement taps will have to be coordinated and notification must be given to Colorado Springs Utilities twenty four hours prior to scheduling. 3. Any water interruption to properties involved must be notified at least twenty-four hours prior to shut down and coordinated with a service inspector. 4. If in the event a property or business is involved that cannot be without water the Contractor will be responsible for keeping them in water while the shut down is in effect. 5. If for any reason when water is restored after the shut down that a property has no water and Colorado Springs Utilities is contacted to determine the problem, the Contractor will be responsible for digging, regardless of the time of day to restore service. Contractor must provide Colorado Springs Utilities with a name and telephone number of an after hours contact in case of emergency. 6. All services which would be replaced will have to meet our water specifications and be approved by the Water service inspector. 7. All materials pertaining to lowering or replacing water service lines, regardless of size, will be the responsibility of the Contractor unless otherwise specified in Engineering

Page 413: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Specifications and Plans. 8. If for any reason it would not be feasible to shut down and notify affected properties, it would be the responsibility of the Contractor to provide temporary water for the houses or businesses involved. Pre-excavation Checklist 1. Indicate all gas and other utility lines a set of construction plans. 2. Notify City of Colorado Springs Underground Utility Line Locators at least two business days in advance at the division numbers listed above. 3. Utilities locations should be marked on the ground by City Locators. 4. All employees should be briefed on the marking and the standard utility color codes. 5. Employees should be trained on excavation and safety procedures for natural gas lines. 6. When excavation approaches gas lines, employees should expose lines by careful hand digging and probing. 7. Contact the City Forester for any tree protection requirements that may be included on contract specifications

Page 414: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

EXHIBIT 7 – CDOT FORMS

Page 415: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

Date

DateBy2nd contractor's firm or company name. (If joint venture.)

ByContractor's firm or company name

Title

Title

Sworn to before me this day of, 20

NOTE: This document must be signed in ink.

Notary Public

My commission expires

CDOT Form #606 1/02

COLORADO DEPARTMENT OF TRANSPORTATION

ANTI-COLLUSION AFFIDAVIT

PROJECT NO.

LOCATION

I hereby attest that I am the person responsible within my firm for the final decision as to the price(s) and amount of thisbid or, if not, that I have written authorization, enclosed herewith, from that person to make the statements set out below onhis or her behalf and on behalf of my firm.

I further attest that:1. The price(s) and amount of this bid have been arrived at independently, without consultation, communication or

agreement for the purpose or with the effect of restricting competition with any other firm or person who is a bidderor 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 orpotential prime bidder on this project, and will not be so disclosed prior to bid opening.

2B. Neither the prices nor the amount of the bid of any other firm or person who is a bidder or potential prime bidder onthis 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 torefrain from bidding on this project, or to submit a bid higher than the bid of this firm, or any intentionally high or non-competitive bid or other form of complementary bid.

3B. No agreement has been promised or solicited for any other firm or person who is a bidder or potential prime bidderon 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 ordiscussion with, or inducement or solicitation by or from any firm or person to submit any intentionally high, noncom-petitive or other form of complementary bid.

5. My firm has not offered or entered into a subcontract or agreement regarding the purchase or sale of materials orservices from any firm or person, or offered, promised or paid cash or anything of value to any firm or person,whether in connection with this or any other project, in consideration for an agreement or promise by any firm orperson to refrain from bidding or to submit any intentionally high, noncompetitive or other form of complementary bidor 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 orservices 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. I have made a diligent inquiry of all members, officers, employees, and agents of my firm with responsibilitiesrelating to the preparation, approval or submission of my firm's bid on this project and have been advised by each ofthem that he or she has not participated in any communication, consultation, discussion, agreement, collusion, orother conduct inconsistent with any of the statements and representations made in this affidavit.

8. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as a fraudulentconcealment from the Colorado Department of Transportation, of the true facts relating to submission of bids for thiscontract.

I DECLARE UNDER PENALTY OF PERJURY IN THE SECOND DEGREE, AND ANY OTHER APPLICABLE STATE ORFEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCUMENT ARE TRUE AND COMPLETE TO THE BESTOF MY KNOWLEDGE.

Page 416: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

Project Name/Description Proposal Date

Region

Work Proposed

(Select all that apply)

This form must be submitted by the proposal deadline. For CDOT projects, submit to [email protected].

CDOT Form #1413 12/16

COLORADO DEPARTMENT OF TRANSPORTATION

BIDDERS LISTProject Code/ SubAccount

Contractor

Subcontractors/Suppliers/Vendors:

The bidder must list all firms seeking to participate on the contract. This information is used by the

Colorado Department of Transportation (CDOT) to determine overall goals for the Disadvantaged Business Enterprise Program. Failure

to submit this form may result in the proposal being rejected.

Firm Name EmailDBE

(Y/N)

Selected

(Y/N)

Name Signature/Initials Title Date

I certify that the information provided herein is true and correct to the best of my knowledge.

Project Number

Page 417: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

Bidder: Project Name:

Bidder Contact: Subaccount #:

Bidder Phone: Bid Submission Date:

Bidder Email: DBE Contract Goal:

Preferred Contact Method: Region:

Commitment

Amount

Eligible

Participation

$0.00

Total Bid Amount

Total Eligible Participation Percentage #DIV/0!

Name Title Signature Date

CDOT Form # 1414 10/20

COLORADO DEPARTMENT OF TRANSPORTATION

ANTICIPATED DBE PARTICIPATION PLAN

DBE Commitments

DBE Firm Name Work to Be Performed

Total Eligible Participation

Bidder Signature

COMMITMENTS LISTED ON THIS FORM SHALL BE BINDING ON THE BIDDER UPON CONTRACT AWARD. IF THE DBE GOAL IS ZERO, DBE

COMMITMENTS ARE OPTIONAL AND THE BIDDER IS NOT REQUIRED TO LIST ANY DBE COMMITMENTS ON THIS FORM. 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 understand the following:

CDOT shall not award a contract (or provide its concurrence to award a Local Agency Project) until it has been determined that commitments are

sufficient to meet the DBE contract goal or else good faith efforts have been made to meet the goal despite falling short. Once your bid has been

submitted, commitments may not be modified or terminated without the approval of CDOT. If selected as the lowest apparent bidder, you shall submit

a Form 1415 for each commitment listed above. If you have not met the contract goal, you will also be required to submit documentation of all good

faith efforts to meet the contract goal. It is your responsibility to ensure that the selected DBEs are certified for the work to be performed and that their

eligible participation has been properly counted. Please review your project's DBE requirements for additional information and instructions on

calculating eligible participation.

Page 418: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

EXHIBIT 8 – FEDERAL FORMS CERTIFICATION REGARDING DEBARMENT, SUSPENSION AND OTHER RESPONSIBILITY MATTERS The undersigned duly authorized official of the proposer certifies to the best of its knowledge and belief, that it and its principals: A. Are not presently debarred, suspended, proposed for debarment, and declared

ineligible or voluntarily excluded from covered transactions by any Federal department or agency.

B. Have not within a three-year period preceding this proposal been convicted of or

had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain or performing a public (federal, state or local) transaction or contract under a public transaction; violation of federal or state antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification, or destruction of records, making false statements or receiving stolen property.

C. Are not presently indicted for or otherwise criminally or civilly charged by a

governmental entity (federal, state or local) with commission of any of the offenses enumerated in paragraph (B) of this certification; and

D. Have not within a three-year period preceding this application/proposal had one or

more public transaction (federal, state or local) terminated for cause or default. E. Are not on the Comptroller General’s List of Ineligible Bidders or any similar list

maintained by any other governmental entity. Where the proposer is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. (Check One) I DO CERTIFY (_____) I DO NOT CERTIFY (_____) Date: Signature: Title:

Page 419: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

RESTRICTIONS ON LOBBYING CERTIFICATION Pursuant to United States Public Law 101-121, Section 319, the undersigned duly authorized official of the proposer hereby certifies, to the best of her/his knowledge and belief, that: 1. No Federal appropriated funds have paid or will be paid, by or on behalf of the

undersigned, to any person for the purpose of influencing or attempting to influence 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 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 or agency for influencing or attempting to influence 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 a Standard Form-LLL, “Disclosure Form to Report Lobbying”, in accordance with its instructions.

3. The undersigned duly authorized official shall require and ensure that the language

of this certification be included in any award documents for subcontracts, grants, loans, and cooperative agreements, and that all subcontractors shall so 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. The submission of this Certification is a prerequisite for making or entering into this transaction, imposed by Title 31 USC Section 1352. Any proposer (person) who fails to file the required certification shall be subject to civil penalty of not less than ten thousand dollars ($10,000) and not more than one hundred thousand dollars ($100,000) for each such failure to file. Proposer: Signature: Title: Date:

Page 420: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

NON-COLLUSION AFFIDAVIT The undersigned duly authorized official of the proposer hereby certifies, to the best of her/his knowledge and belief, that: 1. That I am an officer or employee of the (proposing entity) having the

authority to sign on behalf of the corporation, and, 2. That the prices in the attached proposal were arrived at independently by

(proposing entity) without collusion, consultation, communication, or any agreement, for the purpose of restricting competition as to any matter relating to such prices with any other proposer or with any other competitor regarding an understanding, or planned common course of action with any other vendor of materials, supplies, equipment, or service described in the RFP/IFB designed to limit independent proposals or competition; and

3. That unless otherwise required by law, the contents and prices contained in the

proposal have not been communicated by (proposing entity) or its employees or agents to any person not an employee or agent of (proposing entity), or its surety on any bond furnished with the proposal, and will not be communicated to any such person prior to the official opening of the proposal; and,

4. That I have fully informed myself regarding the accuracy of the statements made

in this affidavit. Proposer: Signature: Title: Date:

Page 421: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

E Q U A L E M P L O Y M E N T S T A T U S R E P O R T

Contractor’s Name ________________________________________________________________ Street Address _______________________________________________________________ City __________________________State _________________ Zip ______________ This firm is: ______Independently owned and operated ______ An Affiliate Parent Company _________________________________________ or ______ A Subsidiary of Address _____________________________________________ or ______ A Division City and State ___________________________________________ Zip _______________ 1. Contractor ____ HAS ____ HAS NOT Developed and has on file an affirmative action program in conformance with 41 CFR 60-2. 2. Contractor ____ HAS ____ HAS NOT Participated in any previous contract or subcontract subject to the equal opportunity clause either with the City or any Federal agency. 3. Contractor ____ HAS ____ HAS NOT Filed with the City, or where applicable, joint Reporting Committee, or other Federal Agency, all reports due under the applicable contract(s) or subcontract(s). Contractor’s Equal Employment Opportunity Program ____ HAS ____ HAS NOT been subject to a Federal Equal Opportunity Compliance Review. If so, then state date of Review below. _______________________________________________

Page 422: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

Signature ______________________________ Date ___________________________ Title __________________________________

Page 423: B21-032MZ 30TH STREET FONTANERO ST TO MESA RD...2021/06/18  · d. CDOT Form 1415 Commitment Confirmation e. CDOT Form 1416 Good Faith Effort Report 1.4 PRE-BID CONFERENCE A Virtual

B21-032MZ 30TH ST FONTANERO TO MESA RD

EXHIBIT 9 – CONSTRUCTION PLAN SET


Recommended