HomeMy WebLinkAboutC12-341 Old Castle SW Group CONSTRUCTION AGREEMENT WITH OLDCASTLE SW GROUP, INC., DBA B &B EXCAVATING FOR REPLACEMENT OF SIPHON PIPE AT THE HOWARD DITCH THIS AGREEMENT is made this d'day of October 2012, by and between Eagle County (hereinafter "County "), Eagle County School District RE -50J (hereinafter "School District "), SPI Golf, Inc. (hereinafter "SPI "), (referred to collectively as "Howard Ditch Owners" or "Owners ") and Oldcastle SW Group, Inc., dba B &B Excavating a company organized and existing by virtue of the laws of the State of Colorado (hereinafter "Contractor ") with a principal place of business at 2273 River Road, Grand Junction, Colorado 81515.. RECITALS WHEREAS, Owners desire to replace the existing siphon pipe and related appurtenances at the Howard Ditch in Eagle County, Colorado (the "Project "); and WHEREAS, Contractor is authorized to do business in the State of Colorado, has experience and expertise necessary to perform said renovation and construction services for Owners; and WHEREAS, Contractor understands and acknowledges that Contractor's work under this Construction Agreement (the "Agreement ") will be subject to the drawing and specifications terms and requirements contained in the attached Exhibit A; and WHEREAS, Owners and Contractor intend by this Agreement to set forth the scope of the responsibilities of Contractor in connection with the Project and related terms and conditions to govern the relationship between Contractor and Owners in connection with this Agreement. AGREEMENT NOW, THEREFORE, in consideration of the foregoing premises and the following promises, Owners and Contractor agree as follows: ARTICLE 1— WORK 1.1 Contractor shall use licensed, skilled and competent laborers to complete all Work as specified or indicated in the Contract Documents. The "Work" is generally described as providing all labor, tools, materials and services for the removal of all existing siphon pipe and related appurtenances and to construct a new siphon and appurtenances in accordance with Howard Ditch Phase 1 Improvements Drawings and Project Specifications issued by Stantec Consulting, Sheets G001, G002, C100, C110, and C500 dated March 30, 2012, and Howard Ditch specifications dated March 2012, which are collectively attached hereto and incorporated herein as Exhibit A. As a component of the 1 CA-'341 Work, Contractor will be required to protect all construction areas from the public to prevent interference with the Work to be provided hereunder. ARTICLE 2 - OWNER'S REPRESENTATIVE 2.1 The Project is under the authority of the County Facilities Management Department, the Manager of which, or his designee, shall be Owner's Project Manager with Contractor with respect to the performance of the Work (hereinafter "Project Manager "). ARTICLE 3 — CONTRACT TIME 3.1 This Agreement shall commence upon execution of this Agreement by all parties and, subject to the provisions of Article 11 hereof, shall continue in full force and effect until the Work has been completed. 3.2 Contractor will commence Work with the applicable component of the Project upon the issuance of a Notice to Proceed. Once a Notice to Proceed has been issued, Contractor will order the materials necessary to complete the Project and store such materials in a secure location until the Work is ready to commence. The Work will commence after the Howard Ditch has been shut down by the Owners for the season, typically October 1, or sooner if the Howard Ditch is shut down due to low flows in the Eagle River or a failure of the existing siphon. Contractor will complete the Work in a diligent and expeditious manner and shall complete the Project on or before November 5, 2012, or twenty one (21) calendar days of the date field construction has commenced, whichever is earlier. Final completion of the Work in accordance with paragraphs 20 and 21(including subparts) of the General Conditions shall be achieved by Contractor on or before November 5, 2012 ARTICLE 4 — CONTRACT PRICE 4.1 For the Work to be provided hereunder, Owners will pay Contractor the amounts provided in Exhibit B. The maximum amount of compensation under this Agreement shall not exceed one hundred sixteen thousand three hundred ninety one and 58/100 dollars ($116,391.58) without a signed amendment to the Agreement. The maximum compensation amount under this agreement (which is based upon Unit Prices) includes, without limitation, the entire amount of overhead and profit payable to Contractor in connection with the Work under the Contract Documents. Contractor shall not have the right to, nor shall it seek to recover, any additional compensation for overhead and profit. 4.2 Owners will not withhold any taxes from monies paid to the Contractor hereunder and Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made pursuant to the terms of this Agreement. 4.3 Notwithstanding anything to the contrary contained in this Agreement, no charges shall be made to the Owners nor shall any payment be made to the Contractor in excess of 2 the amount for any Services done without the written approval in accordance with a budget adopted by the Owners in accordance with provisions of the Colorado Revised Statutes. Moreover, the parties agree that Eagle County is a governmental entity and that all obligations beyond the current fiscal year are subject to funds being budgeted and appropriated. 4.4 The signatories to this Agreement aver to their knowledge, no employee of the County or School District has any personal or beneficial interest whatsoever in the service or property described in this Agreement. The Contractor has no interest and shall not acquire any interest, direct or indirect, that would conflict in any matter or degree with the performance of Contractor's services and Contractor shall not employ any person having such known interests ARTICLE 5 — PAYMENT PROCEDURES 5.1 Contractor shall submit applications for payment in accordance with paragraph 18 of the General Conditions. The Contractor shall submit applications for payment and all back -up material (e.g. Subcontractor's invoices, vendor statements and receipts) as shall be reasonably required in accordance with the General Conditions. Applications for payment will be processed by the Project Manager as provided in the General Conditions. The application for payment shall list all general and sub -trade divisions with each division clearly showing the total construction cost and all increments for monthly payment requests for labor and materials and all monthly reconciliation totals for each division. The application shall also include a summary of all current changes to the contract through approved Change Orders and the cost impact for these changes. 5.2 PROGRESS PAYMENTS: Owners shall make monthly progress payments on account of the Contract Price on the basis of Contractor's applications for payments as recommended by the Project Manager, as provided below. All progress payments will be on the basis of the progress of the Work. Owners shall have the right to request and inspect supporting documentation for progress payments, including but not limited to receipts and invoices evidencing payments of charges associated with the Work. 5.2.1 Progress Payments will be in an amount equal to: Ninety -five percent (95 %) of the calculated value of Work completed and materials and equipment not yet incorporated in the Work but delivered and suitably stored less in each case the aggregate of payments previously made. The withheld percentage of the Contract Price may be retained until the Work is completed satisfactorily and finally accepted by Owners as provided for herein. 5.3 FINAL PAYMENT: Except as provided in section 5.4 of this Agreement, within sixty (60) days of completion and acceptance of the Work by Owners in accordance with the General Conditions, Owners shall pay the remainder of the Contract Price as recommended by Project Manager as provided in paragraphs 20 and 21(including sub - 3 parts) of the General Conditions. The final payment shall not be made until after final settlement of this contract has been duly advertised at least ten days prior to such final payment by publication of notice thereof at least twice in a public newspaper of general circulation published in Eagle County, and the Board of County Commissioners has held a public hearing, thereupon and complied with C.R.S. § 38 -26 -107, as amended. Final payment shall be made in accordance with the requirements of aforesaid statute. 5.4 Owners may withhold from any payments due to Contractor, to such extent as may be necessary to protect the Owners from loss, because of defective work or material not remedied or the failure of Contractor to carry out the Scope of Work in accordance with this Agreement. ARTICLE 6 — CONTRACTOR'S REPRESENTATIONS In order to induce Owners to enter into this Agreement, Contractor makes the following representations: 6.1 Contractor has familiarized himself with the nature and extent of the Contract Documents, Work, locality, and with all local conditions, and federal, state, and local laws, ordinances, rules and regulations that may, in any manner, affect cost, progress, or performance of the Work. 6.2 Contractor has studied carefully all reports of investigations and tests of subsurface and latent physical conditions at the site or otherwise affecting cost, progress, or performance of the Work which were relied upon by Project Manager in the preparation of the plans and specifications as shown in Exhibit A. 6.3 Contractor has made, or caused to be made, examinations, investigations, and tests and studies of such reports and related data in addition to those referred to herein as he deems necessary for the performance of the Work at the contract price, within the contract time, and in accordance with other terms and conditions of the Contract Documents; and no additional examinations, investigations, tests, reports, or similar data are, or will be required by Contractor for such purposes. 6.4 Contractor has correlated the results of all such observations, examinations, investigations, tests, reports, and data with the terms and conditions of the Contract Documents. 6.5 Contractor has given Project Manager written notice of all conflicts, errors, or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by Project Manager is acceptable to Contractor. 4 ARTICLE 7 — CONTRACT DOCUMENTS The Contract Documents which comprise the entire Agreement, made a part hereof, and consist of the following: 7.1 This Agreement. 7.2 General Conditions. 7.3 Contractor's Bid Form dated June 28, 2012 which is attached hereto and incorporated herein as Exhibit B. 7.4 Howard Ditch Phase 1 Improvements Drawings and Specifications issued by Stantec Consultants dated March 30, 2012 and March 2012 respectively, which are collectively attached hereto and incorporated herein as Exhibit A. 7.5 There are no Contract Documents other than those listed above in this Article 7. The Contract Documents may only be altered, amended, or repealed by a Change Order or Modification (as defined in the General Conditions). 7.6 The intent of the Contract Documents is to include all items, components and services necessary for the proper execution and completion of all the Work outlined in paragraph 1.1 of this Agreement. The Contract Documents are complementary, and what is required by any one shall be as binding as if required by all. Words and abbreviations which have well known technical or trade meanings are used in the Contract Documents in accordance with such recognized meanings. The Contract Documents are listed in order of priority. If a conflict exists in the terms of any of the Contract Documents, the document with a higher priority shall control. ARTICLE 8 — MISCELLANEOUS 8.1 No assignment by a party hereto of any rights under, or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.2 Owners and Contractor each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.3 Notwithstanding anything to the contrary contained in this Agreement, Eagle County shall have no obligations under this Agreement after, nor shall any payments be 5 made to Contractor in respect of any period after December 31, 2012 without an appropriation therefore by County in accordance with a budget adopted by the Board of Owners Commissioners in compliance with Article 25, Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. § 29 -1 -101 et seq.) and the TABOR Amendment (Colorado Constitution, Article X, Sec. 20). 8.4 Contractor shall comply with the following provisions mandated by C.R.S. § 8- 17.5 -101 et seq. PROHIBITIONS ON PUBLIC CONTRACT FOR SERVICES: If Contractor has any employees or subcontractors, Contractor shall comply with C.R.S. § 8 -17.5 -101, et seq., regarding Illegal Aliens — Public Contracts for Services, and this Contract. By execution of this Contract, Contractor certifies that it does not knowingly employ or contract with an illegal alien who will perform under this Contract and that Contractor will participate in the E- verify Program or other Department of Labor and Employment program ( "Department Program ") in order to confirm the eligibility of all employees who are newly hired for employment to perform work under this Contract. 8.4.1. Contractor shall not: (i) Knowingly employ or contract with an illegal alien to perform work under this contract for services; or (ii) Enter into a contract with a 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 the public contract for services. 8.4.2. Contractor has confirmed the employment eligibility of all employees who are newly hired for employment to perform work under this Contract through participation in the E- verify Program or Department Program, as administered by the United States Department of Homeland Security. Information on applying for the E- verify program can be found at: http://www.dhs.gov/xprevprot/programs/gc_1185221 678 1 50. shtm 8.4.3. The Contractor shall not use either the E- verify program or other Department Program procedures to undertake pre - employment screening of job applicants while the public contract for services is being performed. 8.4.4. If the Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services knowingly employs or contracts with an illegal alien, the Contractor shall be required to: (i) Notify the subcontractor and the Owners within three days that the Contractor has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and 6 (ii) Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to subparagraph (i) of the paragraph (D) 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 such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. 8.4.5. The Contractor 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 its authority established in C.R.S. § 8- 17.5 - 102(5). 8.4.6. If a Contractor violates these prohibitions, the Owners may terminate the contract for a breach of the contract. If the contract is so terminated specifically for a breach of this provision of this Contract, the Contractor shall be liable for actual and consequential damages to the Owners as required by law. 8.4.7. The Owners will notify the office of the Colorado Secretary of State if Contractor violates this provision of this Contract and the Owners terminates the Contract for such breach. 8.5 In the event of litigation between the parties hereto regarding the interpretation of this Agreement, or the obligations, duties or rights of the parties hereunder, or if suit otherwise is brought in law or in equity to recover damages for breach of this Agreement, or an action in tort or an action be brought for injunction or specific performance, then and in such events, the prevailing party shall recover all reasonable costs incurred with regard to such litigation, including reasonable attorney's fees. 8.6.1 At all times during the term of this Agreement, Contractor shall maintain insurance on its own behalf in the minimum amounts required by paragraph 14 of the General Conditions. 8.7 Contractor shall require each subcontractor to be bound by the terms of the Contract Documents. All Work performed by a subcontractor shall be pursuant to the appropriate written agreement in accordance with the requirements of the Contract Documents. ARTICLE 9 - JURISDICTION AND VENUE 9.1 This Agreement shall be interpreted in accordance with the laws of the State of g rP Colorado and the parties hereby agree to submit to the jurisdiction of the courts thereof. Venue shall be in the Fifth Judicial District for the State of Colorado. 7 ARTICLE 10 - INDEMNIFICATION 10.1 The Contractor shall, to the fullest extent permitted by law, indemnify and hold harmless Owners and any of its officers, agents and employees against any losses, claims, damages or liabilities for which Owners or any of its officers, agents, or employees may become subject to, insofar as any such losses, claims, damages or liabilities arise out of, directly or indirectly, this Agreement, or are based upon any performance or nonperformance by Contractor hereunder or any subcontractor or anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder; and Contractor shall reimburse Owners for any and all legal and other expenses including attorney fees incurred by Owners in connection with investigating or defending any such loss, claim, damage, liability or action. This indemnification shall not apply to claims by third parties against the Owners to the extent that the Owners is solely liable to such third party for such claim. This Article shall survive termination of this Agreement. ARTICLE 11 - TERMINATION 11.1 Owners may terminate this Agreement, in whole or in part, for any reason, at any time, with or without cause. Any such termination shall be effected by delivery to Contractor of a written notice of termination specifying the date upon which termination becomes effective. Upon termination, Contractor shall deliver all redlined drawings and other illustrations, photos or documents entirely or partially completed, whether in electronic form or otherwise, together with all material supplied by Contractor or by Owners. In such event, Contractor shall be compensated for all Work satisfactorily completed up to the date of termination. Final payment, subject to the requirements of Article 5 of this Agreement, will be due within thirty (30) days after Contractor has delivered the last of the documents or records due the Owners. ARTICLE 12 - OWNERSHIP OF DOCUMENTS 12.1 All documents (including electronic files) which are obtained during or wholly or partially prepared in the performance of the Work shall remain the property of the Owners and are to be delivered to Owners before final payment is made to Contractor or upon earlier termination of this Agreement. ARTICLE 13 — NOTICE 13.1 Any notice required under this Agreement shall be personally delivered, mailed in the United States mail, first class postage prepaid, or sent via facsimile provided an original is also promptly delivered to the appropriate party at the following addresses: The Owners: Owner's Project Manager Ron Siebert, Facilities Project Manager P.O. Box 850 Eagle, Colorado 81631 8 (970) 328 -8881 (p) (970) 328 -8899 (f) and a copy to: Eagle County Attorney P.O. Box 850 Eagle, Colorado 81631 (970) 328 -8685 (p) (970) 328 -8699 (f) The Contractor: Oldcastle SW Group, Inc. dba B &B Excavating Chip Bair P.O. Box 4870 Eagle CO 81631 (970) 328 -1734 (p) (970) 328 -1735 (f) Notices shall be deemed given on the date of delivery; on the date a FAX is transmitted and confirmed received or, if transmitted after normal business hours, on the next business day after transmission, provided that a paper copy is mailed the same date; or three days after the date of deposit, first class postage prepaid, in an official depositary of the U.S. Postal Service. ARTICLE 14 — INDEPENDENT CONTRACTOR 14.1 It is expressly acknowledged and understood by the parties hereto that nothing contained in this Agreement shall result in, or be construed as establishing an employment relationship. Contractor shall be, and shall perform as, an independent contractor. No technician, agent, subcontractor, employee, or servant of Contractor shall be, or shall be deemed to be, the employee, agent or servant of Owners. Contractor shall be solely and entirely responsible for its acts and for the acts of its subcontractors, technicians, agents, employees, and servants during the performance of this agreement. Contractor shall not represent, act, purport to act or be deemed the agent, representative, employee or servant of Owners. / / /THE REMAINDER OF THIS PAGE LEFT BLANK INTENTIONALLY. SIGNATURE PAGE FOLLOWS. /// 9 IN WITNESS WHEREOF, the parties hereto have signed this Agreement in triplicate on the day and year first set forth above. One counterpart each has been delivered to Owners, Contractor and Project Manager. All portions of the Contract Documents have been signed or identified by Owners and Contractor. • GLE COUNTY COLORAD • B and Through of ^ • RD OF C •A` Y I *NERS ATTEST: =� / ,z! 4110"' "` - •, Chairman Clerk to the Boar of .ate F• f N (,t County Commissioners 1 1 tc.Q v EAGLE COUNTY SCHOOL DISTRICT RE-501J By: U 114-44/„-- Philip Onofrio, Chief Financial Officer Eagle County School District RE -501J SPI GOLF, St BY s r<:. •, Johann: s aessler, President 01dccastle SW Group, Inc., dba CONTRACTOR: B & Excavating By : Name: Kyle Alpha Title: General Manager CONTRACTOR IS REQUIRED TO HAVE ITS SIGNATURE NOTARIZED STATE OF COLORADO ) ) SS COUNTY OF EAGLE ) The foregoing instrument was acknowledged before me' V t �, . &O\ e of d 6 a Y.cc,..tic 4,..j.n 0 , on this it —day of S tep�em wee -2012 My commission expires: 3 ° 3.. 1S 1/�•_�1� -c }, ��-� J DEBBIE WEAVER NOTARY PUBLIC Notary Public STATE OF COLORADO 10 m">z BID DRAWING SET HOWARD DITCH PHASE 1 IMPROVEMENTS EDWARDS, COLORADO MARCH 2012 r"Ig /i I rr il et s ' 1 E j ✓ { J b :r _ F J r p. r V < I ✓ ^ - `i p P, �. t� f���1 i t t r � � f J,� .. \ � t rl i I �`r : 1, r fi s � ,• fb X \ � � ' ij�l`i [ (,✓,, l t // a d I "✓I!C � / / i I ( ti✓� zli 1 � ! r � � � L r' x x� �....: ,i - •., < - ( s ? > ��/' . I r t n t 1 I � rg ' � l as ' \ r , .� r �r 4 € r p � !�! � a r 7 w�\ +�+r2 �• lb.� „ ✓ c I� 11. }� 1 I I�flr "JLJ J'y 3 } r ^� ✓ _.. i E' e�. F s € .I� „ ... I r . ! r ri y J i. �) 1 4S / T "r ') § C,., I r }+. *t t �-+i ✓ ... 1 k } h`e , € 1 .k7NE CRBEICPIP�`',� $IRI� t J ( �- J nl { s l -' ,="5 F - s V �CftO§SfNG }}��1CATION't ✓ r T I WING C'1� y,� I )� �� v ✓ I /r $EE'1jI�AVNJ130110 EDWARD , `�.,"�.(� J�, � , � �t ! r CIS ���„ —• r^ i_ r � t 1� }• '`, 1 Cr~ / ! .'!) -�.� )Y J ,r.-±` 1 `` )„b : >r,.,e 1 I I \ kt ''< r�l (t. 1� 4 ka J t ) r '*' 1'T '- r1 ,ryur %�` AY IfBf ,' ` ✓ Az \ �II r' I^1 r_ r r. r '.i t :-r I 7 f �c / } r J� <c ,- 1 >. r A tt^t•,+�. '.. H 7ti 'uy ..� - A � r €,.'H�,° i ! i ,/ , "v�r r� ir” ,? 'r"� i � � t s r °� �r`'�I" 1 } h,3 J:Y � ��.. i�� r `��i, :,, .r ' i ' r r EAGLE COUNTY PKUJtUI LUL;AI ION MAP ._ o zwo' woo' <000' Ganes CO USA P.O. BOX 850 80222 SHEET NO. DRAWING NO. TITLE 1 G001 SITE LOCATION AND SHEET INDEX 2 G002 GENERAL NOTES AND SUMMARY OF QUANTITIES 3 C100 SIPHON PLAN AND PROFILE 4 C710 JUNE CREEK PIPE CROSSING PLAN AND PROFILE 5 C500 SITE DETAILS EAGLE COUNTY SWnteo ConsuXhlq ._ FACILITIES MANAGEMENT ' Ganes CO USA P.O. BOX 850 80222 BIG, _ -- 3289 COOLEY MESA ROAD. BUILDING A BASIS OF BEARINGS Fee 303 758 4828 GYPSUM CO. 81637 , STATE PLANE COORDINATE SYSTEM, CENTRAL ZONE. NAD83. A'� SITE LOCATION AN i GL= COUNTY m ee .nae r<aH PROJECT CONTACT INFORMATION %<a«ia, Iqr ab me arv.ing - me< auwl a.iw. FACIURES PROJECT MANAGER RON SIEBERT (970) 328 -8881 IN SWnteo ConsuXhlq ._ 2000 South C910md0 BNd. Suite 2 -3W ' Ganes CO USA 80222 BIG, _ -- H. 303 758 4058 BASIS OF BEARINGS Fee 303 758 4828 ALL BEARINGS ARE GRID COORDINATES OF THE COLORADO •nrslOnleetam STATE PLANE COORDINATE SYSTEM, CENTRAL ZONE. NAD83. A'� SITE LOCATION AN i CWj*t RawrveO m ee .nae r<aH o..e 1., 11 a . . npo %<a«ia, Iqr ab me arv.ing - me< auwl a.iw. ow moM Oe rto... t a0 pod e m , a < la m eaor am amni ^9a a,< me v,ov.dr a a - - 11, mao �a n'IO Iem.< a o. mom 4 uam:. — < lay aw a�,wm am., Ilwn um io�Naae.. IN slU CG9nUPzoject E EAGLE COUNTY M HOWARD DITCH BIG, _ -- PHASEIIMPROVEMENTS BASIS OF BEARINGS C H EDWARDS, CO ALL BEARINGS ARE GRID COORDINATES OF THE COLORADO J fir" T STATE PLANE COORDINATE SYSTEM, CENTRAL ZONE. NAD83. A'� SITE LOCATION AN i RevOim e MW rr.uuoo ELEVATIONS ARE BASED ON BENCHMARK GPS 003, DESCRIBED ", PmjaC NIL Srak AS AN EAGLE COUNTY SURVEY DISK LOCATED AT THE SCENIC OVERLOOK OF EDWARDS ON EASTBOUND 1 -70 NEAR MILE r y�. 187308W ASN MARKER 161. ELEVATION m 7207.0 FT (NAVD88) Orawrg No. stoat y 'r 3 G001 1 5 of -- - -- - FOi &0 49110'$$V[0 e Mae. ee.a rr.uumo 1? n' Name: 0&505C -CWFP 5U1 F_ LL 1}0319 Onn. chkd. ., ae.M 00 R&Ww A slU CG9nUPzoject E EAGLE COUNTY M HOWARD DITCH PHASEIIMPROVEMENTS BASIS OF BEARINGS C H EDWARDS, CO ALL BEARINGS ARE GRID COORDINATES OF THE COLORADO J fir" T STATE PLANE COORDINATE SYSTEM, CENTRAL ZONE. NAD83. A'� SITE LOCATION AN i SHEETINDEX BASIS OF ELEVATIONS J ELEVATIONS ARE BASED ON BENCHMARK GPS 003, DESCRIBED ", PmjaC NIL Srak AS AN EAGLE COUNTY SURVEY DISK LOCATED AT THE SCENIC OVERLOOK OF EDWARDS ON EASTBOUND 1 -70 NEAR MILE r y�. 187308W ASN MARKER 161. ELEVATION m 7207.0 FT (NAVD88) Orawrg No. stoat y 'r 3 G001 1 5 of R&Ww A GENERAL CONSTRUCTION NOTES 1, ME CONTRACTOR SHALL GIVE THE OWNER SEVENTY -TWO (72) HOURS ADVANCE NOTICE PRIOR TO THE COMMENCEMENT OF ANY CONSTRUCTION ACTIVITIES. 2. THE CONTRACTOR SHALL OBTAIN AT HIS OWN EXPENSE ALL PERMITS AND LICENSES NECESSARY TO COMPLETE THE WORK. 3. ME LOCATION OF ALL UTIUMES SHALL BE VERIFIED BY THE CONTRACTOR PRIOR TO CONSTRUCTION. THE CONTRACTOR SHALL COORDINATE MTH THE APPROPRIATE UTILITY COMPANIES AS REQUIRED. ALL UTILITIES SHALL BE PROTECTED IN PLACE DURING CONSTRUCTION. 4. ME CONTRACTOR SHALL FOLLOW ALL APPLICABLE SAFETY PRECAUTONS DURING CONSTRUCTION. INCLUDING BUT NOT UNITED TO SIGNAGE. SECURITY AND EXCAVATIONS AS SET FORM BY OSHA PUBLICATION 2226. 'EXCAVATING AND TRENCHING OPERATIONS'. 5, THE STABILITY OF EXISTING STRUCTURES AND SLOPE STABILIZATION ARE SOLELY THE RESPONSIBILITY OF THE CONTRACTOR AT ALL TIMES. 6. IF, DURING THE CONSTRUCTION PROCESS, CONDITIONS ARE ENCOUNTERED WHICH COULD INDICATE A SITUATION THAT IS NOT IDENTIFIED IN THE PLANS OR SPECIFICATIONS. ME CONTRACTOR SHALL CONTACT THE OWNER IMMEDIATELY. 7. THE CONTRACTOR SHALL HAVE ONSIM AT ALL TIMES ONE (1) SIGNED COPY OF THE APPROVED PLANS, ONE (1) COPY OF ME APPROPRIATE STANDARDS AND SPECIFICATIONS, AND A COPY OF ANY PERMITS AND EXTENSION AGREEMENTS NEEDED FOR THE PROJECT. 8. THE CONTRACTOR IS RESPONSIBLE FOR PROVIDING ALL LABOR AND MATERIALS NECESSARY FOR THE COMPLETION OF THE IMPROVEMENTS SHOWN ON THESE DRAWINGS OR DESIGNATED TO BE PROVIDED. INSTALLED, OR CONSTRUCTED, UNLESS SPECIFICALLY NOTED OTHERWISE. 9. THE CONTRACTOR SHALL PERFORM ALL WORK IN ACCORDANCE ME EAGLE COUNTY REGULATIONS AND THE COLORADO DEPARTMENT OF TRANSPORTATION 'STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION'. 2011 EDITION, UNLESS SPECIFICALLY NOTED OTHERWISE, IN CASES OF CONFLICT. TIE MORE STRINGENT STANDARD SHALL APPLY. 10. WASTE MATERIALS SHALL BE DISPOSED OF BY THE CONTRACTOR AT NO ADDITIONAL COST TO THE OVMER, IT SHALL BE THE RESPONSIBIUTY OF THE CONTRACTOR TO OBTAIN A DISPOSAL SITE FOR ALL UNUSABLE MATERIAL, CLEARING AND GRUBBING MATERIALS. AND DEMOLITION MATERIALS. 11. THE CONTRACTOR SHALL ENSURE THAT NO DIRT OR DEBRIS IS TRACKED ONTO EXISTING PAVED STREETS. ANY DIRT OR DEBRIS TRACKED ONTO STREETS MUST BE REMOVED IMMEDIATELY. 12. THE CONTRACTOR SHALL COMPLY WITH ALL TERMS AND CONDITIONS OF THE COLORADO PERMIT FOR 'STORMWATER DISCHARGES ASSOCIATED WITH CONSTRUCTION ACTIVITIES' AND ME EROSION CONTROL PLAN, IF APPLICABLE, CONTACT COLORADO DEPARTMENT OF PUBLIC HEALTH AND ENVIRONMENT, WATER QUALITY CONTROL DIVISION, (303) 692 -350D. 13. THE CONTRACTOR SHALL CONSTRUCT OR PROVIDE A CONCRETE WASHOUT AREA THAT CONFORMS WIM ME COOT EROSION CONTROL At STORMWATER QUALITY GUIDE. 14. THE CONTRACTOR SHALL BE RESPONSIBLE FOR RECORDING AS -BUILT INFORMATION ON A SET OF RECORD DRAWINGS KEPT ON ME CONSTRUCTION SIZE AND AVAILABLE TO THE OWNER'S INSPECTOR AT ALL TILES. 15. DIMENSIONS FOR LAYOUT AND CONSTRUCTION ARE NOT TO BE SCALED FROM ANY DRAWING. IF PERTINENT DIMENSIONS ARE NOT SHOWN. CONTACT TIE DESIGNER FOR CLARIFICATION AND ANNOTATE THE DIMENSION ON ONE HARD COPY AND ONE DIGITAL SET OF THE AS -BUILT RECORD DRAWINGS. 16. UPON COMPLETION OF CONSTRUCTION, ALL DISTURBED AREAS SHALL BE CLEANED AND RESTORED TO A CONDITION THAT EQUALS OR EXCEEDS THAT WHICH EXISTED BEFORE CONSTRUCTION, OR TO ME GRADES AND CONDITION AS REQUIRED BY THESE DRAWNGS. 17. RESEED ALL DISTURBED AREAS WITH A NATIVE DRYLAND SEED MIX APPROVED BY ME OWNER. 18, ALL EXISTING UTILITIES AND IMPROVEMENTS. INCLUDING BUT NOT LIMITED TO FENCES, TREES, STREETS, SIDEWALKS, CURBS, GUTTERS, AND LANDSCAPING THAT ARE DESTROYED, DAMAGED OR REMOVED DUE TO CONSTRUCTION OF THIS PROJECT SHALL BE REPLACED OR RESTORED IN LIKE KIND AT ME CONTRACTOR'S EXPENSE PRIOR TO ACCEPTANCE OF ME WORK. 19. EXCESS EXCAVATION Si BE SPREAD ON 511E AND SEEDED IN AREA(S) DESIGNATED BY ME PROJECT MANAGER. 20. LOCATES ARE CONTRACTOR'S RESPONSIBILITY, 21. LIMITS OF DISTURBANCE ON GOLF COURSE TO BE DEFINED DURING PRE -BID WALK THROUGH. 22 WORK TO BE COMPLETED BY JUNE 1. 2012. SUMMARY OF APPROXIMATE QUANTITIES SIPHON JUNE CREEK CROSSING ITEMNO. DESCRIPTION QUANTITY UNR i Mebllizalion 1 P 2 Cleadngand Grabbing 1 IS 3 Removal of Swdures and Mat 1 US 4 Structure&ravation 769 a 5 Smulure Backfill 502 a 6 Siltfence 920 IT 7 Concrete Wasboul5tmtture i FA 8 Pennanent5eeding&MulcM1In, 019 AC 9 Erosion Control Olonkep 51raw /Coconut 32 SY 10 4V Steel Pipe IF 11 2V PVC Pipe 914 LF 12 24'PVC Tee &$1pton A cod ss Cover Attu mIT, 1 IS 13 Pipe Bedding Material 145 CY 14 Concrete 2 a 15 Reinforcement 150 LB 16 Trash Guard Complete In Place 1 EA 17 Improve Edi Access Road i P is Bond, Payment, and Prefomlance 1 LS QUANTITY UNIT LS ] LS IS 2 CY 1 Cr, 70 IF EA 0.1 AC SY 30 1F LS CY CY US EA IS LS Stantec Consulthi 2000 South Colorado Bra, Suite 2 - 300 Denver CO USA 00222 W. 303.758,4058 Far. 303.758.4828 _e'lanteeeam Tire Len vclor stop e,N eM Ov v n ae Evr n oversees Be NOT stole loe due, - or, coon or orrdesune that rerepmol to Slontm egai etl% the Co,11, to all d,o, end lure.ps are Ue propeXy a1 Elam - e.pruemuvn or 50 for am P"P :e omcr coon that amsar.= e h Sall. �a 1INeaen. NOTES Lr a r of boa, rr.MU DD 1 h.„z _ _ __ ________ __ /, rSSVED rOfl &0 ll E.M. 1]03.J0 r�� IssueO e a—e. nuuvv Y "g F< flame: 08595C— t10IE5.DWL SIH EM LL 1101191 An cove. 771, 11'H400 EAGLE COUNTY HOWARD DITCH PHASEIIMPROVEMENTS EDWARDS, CO GENERAL NOTES AND w SUMMARY OF QUANTITIES .. Plgect� Scale f�J 187308585 AS NOTED �' rp Draevlg No. Sheet ftevBbn GQQZ 2of5 A 5D:_ �-------------- \ _.x7300 =r - END 24' PVC PIPE RED 66C. A2 1 542 BE' - _ i CERO_A '- OETNL3 DRAW THE SOUTH SIDE O J.LON - THE SOUTH SIDE OF STA. 6 +69 23 ERVICE- ROADN— $ N 1,660502. 59 E2J0233fi 91 EAGLE RIVER .. FLOW X23 44' R 2 �0\ -- _ L-44 T= 22 46' \ \ L =443. 4.]8 \ Ni 7: 72 73 73 z z 73 . F 73 8 +00 5 +0D 4 +00 SIPHON PROFILE 1' =50' 1 +OD 7350 7345 ]340 z 7330 5 a w 7325 F es^' S Consulting IN L „ 2000 South Colomeo Blvd S,Re 2 -30D D<AV<. c0 usn G, IH. 303' 4058 y L"L Fa }OS J584828 ,nn.zlvnle<.mm stamK S CuP11igA1 Reserved Wi I t: , M1 a g M <nors o. om<amna <M1nN p< , <poded to .e v to, 4m�nq< <,e ue pmpenv er st r:<i W stem« < m:u a.� <M p "•°"< emo mw, m <I a NOTES 1. HEADWALL T RACK TO BE COOT STANDARD 616 -i. SipNDAflO M SEE E DETAIL 1. GNAWING C500. 2. PVC PIPE TO BE COMMON A -2000 PVC PIPE OR APPROVED EQUAL 3 PVC PIPE TO BE INSTALLED PER TRENCH DETAIL 2, CRAVING C500 AND CONTECH A -20M INSTALLATION GUIDE + 4 THE MAXMUM DEFLECTION AT PIPE JOINT IS 1.5 - IN ANY �<�^� OIRECPON. L is 5. PLACE ENONE SipNDAflO A -20M DOUBLE CASKET ON ME *"` Pt IPE D TO BE CAST INTO HEADWALL. REFERENCE PAGE 13 OF THE A -2000 INSTALLATION MANUAL 'NON FLEXIBLE MANHOLE CONNEQNONS'. F: 6. CONTRACTOR SHALL REMOVE AND DISPOSE OF LEGALLY 'r EXISTING SIPHON HEADWALL AND TRASH RACK. J CONTRACTOR SHALL REMOVE AND DISPOSE OF LEGALLY +] ALL EXISTING STEEL PIPE AND FITTINGS LOCATED WHIN ME EXCAVATED TRENCH FOR THE NEW PIPEONE. Dom' B. TOPOGRAPHIC CONTOURS PRE BASED ON AIRBORNE LIDM L SURVEY AND ARE CONSIDERED APPROXIMATE. 9 CONTRACTOR SHALL VERIFY EXI IPE INVERTS M1H PROJECT MANAGER PRIOR TO REMOVAL OF ME BA TO R E%ISRNC PIPE 10 CONTRACTOR SHALL PROTECT EXISTING TREES AND ,\ VEGETATION TO ME MAXIMUM EXTENT PRACTICABLE. '1 CONTRACTOR SHALL IDENTIFY ALL TREES TO BE TRIMMED �1 OR REMOVED AND OBTAIN APPROVAL FROM ME PROJECT MANAGER PRIOR TO CLEARING AND GRUBBING. 11. NO HEADWALL IS TO BE INSTALLED AT ME SIPHON U1 OUTLET IN ORDER TO FACILITATE FUTURE PIPE INSTALLATION IN ME DITCH. FINISHED SLOPES AT ME E e7 OUTLET SHALL BE SEEDED AND COVERED WITH EROSION {3 CONTROL BLANKET. IF ME EXISTING LARGE ROCKS AT .-^-i ME OUTLET ARE DISTURBED. THEY SHALL BE RESET IN PLACE. w V 12. HORIZONTAL LENGTHS OF PIPE LISTED. SLOPE LENGTHS fA SLIGHTLY GREATER. r Tub �s ,..^; Revlsim ev Apes. rr.uMVD K FY °J A I FOR so By 6N.. IzoJlo Isusd B Appe. rr.vuoo N Fo Nerse: oessm- EPARI- pe,I). _ [ a Iz_iu rr.Mwoo P¢mulSeal EAGLE COUNTY HOWARD DITCH PHASEIIMPROVEMENTS EDWARDS, CO 7320 SIPHON PLAN AND PROFILE Pmjed NO. Scale 187308585 AS NOTED Drawing NO. Street Reusbl cloo 3of5 A c 'o �FFO f { 0 0,352 1 227 03 , A � tvI \ �� _ BEGIN 0 + P V A PVC PIP (dOD 'EADWA MD CTC, ^v- .ASH ACN YsEE/ND i J b �' SILT FENCE Q CE A NO THE SOUTH SID F ^T' SERVICE ROAD) \ N 1,660232]0 0294239 73: 731 8 +00 5 +0D 4 +00 SIPHON PROFILE 1' =50' 1 +OD 7350 7345 ]340 z 7330 5 a w 7325 F es^' S Consulting IN L „ 2000 South Colomeo Blvd S,Re 2 -30D D<AV<. c0 usn G, IH. 303' 4058 y L"L Fa }OS J584828 ,nn.zlvnle<.mm stamK S CuP11igA1 Reserved Wi I t: , M1 a g M <nors o. om<amna <M1nN p< , <poded to .e v to, 4m�nq< <,e ue pmpenv er st r:<i W stem« < m:u a.� <M p "•°"< emo mw, m <I a NOTES 1. HEADWALL T RACK TO BE COOT STANDARD 616 -i. SipNDAflO M SEE E DETAIL 1. GNAWING C500. 2. PVC PIPE TO BE COMMON A -2000 PVC PIPE OR APPROVED EQUAL 3 PVC PIPE TO BE INSTALLED PER TRENCH DETAIL 2, CRAVING C500 AND CONTECH A -20M INSTALLATION GUIDE + 4 THE MAXMUM DEFLECTION AT PIPE JOINT IS 1.5 - IN ANY �<�^� OIRECPON. L is 5. PLACE ENONE SipNDAflO A -20M DOUBLE CASKET ON ME *"` Pt IPE D TO BE CAST INTO HEADWALL. REFERENCE PAGE 13 OF THE A -2000 INSTALLATION MANUAL 'NON FLEXIBLE MANHOLE CONNEQNONS'. F: 6. CONTRACTOR SHALL REMOVE AND DISPOSE OF LEGALLY 'r EXISTING SIPHON HEADWALL AND TRASH RACK. J CONTRACTOR SHALL REMOVE AND DISPOSE OF LEGALLY +] ALL EXISTING STEEL PIPE AND FITTINGS LOCATED WHIN ME EXCAVATED TRENCH FOR THE NEW PIPEONE. Dom' B. TOPOGRAPHIC CONTOURS PRE BASED ON AIRBORNE LIDM L SURVEY AND ARE CONSIDERED APPROXIMATE. 9 CONTRACTOR SHALL VERIFY EXI IPE INVERTS M1H PROJECT MANAGER PRIOR TO REMOVAL OF ME BA TO R E%ISRNC PIPE 10 CONTRACTOR SHALL PROTECT EXISTING TREES AND ,\ VEGETATION TO ME MAXIMUM EXTENT PRACTICABLE. '1 CONTRACTOR SHALL IDENTIFY ALL TREES TO BE TRIMMED �1 OR REMOVED AND OBTAIN APPROVAL FROM ME PROJECT MANAGER PRIOR TO CLEARING AND GRUBBING. 11. NO HEADWALL IS TO BE INSTALLED AT ME SIPHON U1 OUTLET IN ORDER TO FACILITATE FUTURE PIPE INSTALLATION IN ME DITCH. FINISHED SLOPES AT ME E e7 OUTLET SHALL BE SEEDED AND COVERED WITH EROSION {3 CONTROL BLANKET. IF ME EXISTING LARGE ROCKS AT .-^-i ME OUTLET ARE DISTURBED. THEY SHALL BE RESET IN PLACE. w V 12. HORIZONTAL LENGTHS OF PIPE LISTED. SLOPE LENGTHS fA SLIGHTLY GREATER. r Tub �s ,..^; Revlsim ev Apes. rr.uMVD K FY °J A I FOR so By 6N.. IzoJlo Isusd B Appe. rr.vuoo N Fo Nerse: oessm- EPARI- pe,I). _ [ a Iz_iu rr.Mwoo P¢mulSeal EAGLE COUNTY HOWARD DITCH PHASEIIMPROVEMENTS EDWARDS, CO 7320 SIPHON PLAN AND PROFILE Pmjed NO. Scale 187308585 AS NOTED Drawing NO. Street Reusbl cloo 3of5 A c 'o �FFO f { 0 0,352 1 227 03 , A � tvI \ �� _ BEGIN 0 + P V A PVC PIP (dOD 'EADWA MD CTC, ^v- .ASH ACN YsEE/ND i J b �' SILT FENCE Q CE A NO THE SOUTH SID F ^T' SERVICE ROAD) \ N 1,660232]0 0294239 STA. 17 +89.62 N 1,660.3 E'2.701.281 84 T 0100 A v 4 x 4 STA. 18 +09.62 x (SEE NOTE STEEL PIPE x STA. 18 +39.62 x \ END 42" STEEL PIPE (SEE NOTE 1) < r > \ /q ' s +p - - -' SILT FENCE—' _ 1 S � v T ' I r STA, Te +5B.. V -- - - - -_- E 2,70t.1,660,219.16 -- ^ -'�: -/ E 219.tfi \1 JUNE CREEK CROSSING PLAN 7342 7340 7338 7336 0 7334 w 7332 7330 7328 18 +60 EXIST JUNE CREEK CROSSING PROFILE 0 5 IT 10' X0RIZ0.N iAL 1'.Y aaaaaaaa� � n uarri -� sTT+ncAc IB +IU IU +UU 17 +90 7342 7340 7336 7336 7334 p a 7332 7330 7328 Stantac ConsuNllg 2000 Sotth Coiomeo BN& Suite 2 -100 Do,— CO USA 80222 N. 303.758.4058 Fs., 303,75B.4828 — stontec mm .n mowolo, a.t .eery o.e to , .oe.re a m. a 4..ms>m. 00 IWT sso4 mo e,o:.q s" a ^o s c, om fac.a anon he "W., to Stomae ah.ul "Is' me Coq grata to w II em:9^a a e d—, on ie ° en`in of a toea. a. am.. I.,, 10 y wo os, a a. m m wn axed W Sta ttc a lomme.e w NOTES 1. STEEL PIPE TO HAVE A MIN. WALL THICKNESS OF 1/4' AND SHALL BE LINED WITH COAL TAR EPDXY OR APPROVED EQUAL. 2. CONTRACTOR SHALL REMOVE AND DISPOSE OF EXISTING CMP AND TRASH RACK. 3. TOPOGRAPHIC CONTOURS ARE BASED ON AIRBORNE UDAR SURVEY AND ARE CONSIDERED APPROXIMATE. 4. CONTRACTOR SHALL VERIFY EXISTING PIPE INVERTS WITH THE PROJECT MANAGER PRIOR TO REMOVAL OF THE EXISTING PIPE. 5. CONTRACTOR SHALL PROTECT EXISTING TREES AND VEGETATION TO THE MAXIMUM EXTENT PRACTICABLE. CONTRACTOR SHALL IDENTIFY ALL TREES TO BE TRIMMED OR REMOVED AND OBTAIN APPROVAL FROM THE PROJECT MANAGER PRIOR TO CLEARING AND GRUBBING. 6. STATIONING IS A CONTINUATION OF THE STATIONING ESTABLISHED FOR THE SIPHON. 3 � F M 82 ro a. rr.uNOo 3 Imm By Ppp o. nNV 00 rv'3 �" -^" » � (iie (lame: 09595x - Etch amxs -O0.E =9 �lN EM lL iR 0I 19 �. o.or cola. mq.. NiA2 teh„ PernutZeal EAGLE COUNTY HOWARD DITCH PHASEIIMPROVEMENTS EDWARDS, CO TNe JUNE CREEK PIPE CROSSING PLAN AND PROFILE Pmjw NO. Scale 187308585 AS NOTED OR" No. Shoal C110 4of5 Resisbn A roE mulnm P�uDlsas IH d P L Il 1' -6 Y -V I' -6' 16 2' -r 3'-0' 2' -1' 24 r-O 4 2 -6 PRE - EXCAVATION DENSITY (LENGTH TO BE DETERMINED IN FIELD) LD 24" SOR -35 PVC FLANGE JOIN M Iss11Ea FPR BP S' -r e 201..10 Is9DeG 9y HE DWAI I DIMENSIONS u EI:GF]:lM� /l:U1lTL.1�.49[ ].F1�.TE=i1pAT�iL71Lj PIPE EMBEDMENT MATERIAL SPECIFICATIONS CONCRETE SUPPORT BLOCK A -2000 SDR -35 24" TEE C MINIMUM 6' MAXIMUM 12 If construction traF£ic cr.sPoo over the pipe, cover in accordance with ASTM 02321, Section 7.6. BOND BREAKER PROFILE VIEW �1 DETAIL PIPE TRENCH N.T.S. COMPACTED SUBGRADE K;'\ SIPHON ACCESS AND DRAIN FLANGE N.T.S. Stantet, Consulerg 2000 Sevth Colonel. R,d. S l0 2 -300 Denver CD USA 80222 N. 303.]58 4058 Po,, 303758.4828 NNom�__ rvr.'W'a' r �1 CaW011esslveG 1h, Evel —te, el oa y � -lynnr vM o' rt lrenrinla le, all N�'P a I 14, —1, Ine arn 'non or oevul'e anen ne nponee to Zone, .unem In , IDe coe'gm: to or Myna e e me I,, I,,'rearm el smmee Re'rleve4 am m e, e, lo, W,W a vu„ IMn mot ovllvl sse hr some, I: r e, MAN Eyx E? ruf = ='=, RmiMm a 404 rr..0 PP X➢EM W]16 U81 J FINAL 61' MIN. Y / EXCAVATED MATERIAL BACKFILL PIPE BARREL COMPACTED TO ORIGINAL 24' SDR -35 PVC PIPE PRE - EXCAVATION DENSITY (LENGTH TO BE DETERMINED IN FIELD) LD 24" SOR -35 PVC FLANGE JOIN M Iss11Ea FPR BP • e 201..10 Is9DeG 9y roGa DD SNEER (DRILLED TO MATCH EXIST. FLANGE) \ 6 MIN ASTM 02564 GE WASHER SUPPORT BACKFILL 11 e` / BACKFILL OF RANGE ZONE \ e. se MATERIAL ASTM I.II.III FULL -FACE RUBBER Hnterinis, Iner.lonB NEW C I GASKET AST RON BLIND FLANGE \ Native Solt (Class N W /DRAIN TAP, USE NEW BOLTS, e N accordance rIth NUTS, WASHERS TO MATCH EXIST. e h ASTM 82321 SIZE AND TYPE HAUNCHING ZONE - % .!• ' PLAN VIEW HAUNCHING ROAD BASE MATERIAL \ MATERIAL BEDDING ZONE / I '.CODING ROAD BASE MATERIAL C MINIMUM 6' MAXIMUM 12 If construction traF£ic cr.sPoo over the pipe, cover in accordance with ASTM 02321, Section 7.6. BOND BREAKER PROFILE VIEW �1 DETAIL PIPE TRENCH N.T.S. COMPACTED SUBGRADE K;'\ SIPHON ACCESS AND DRAIN FLANGE N.T.S. Stantet, Consulerg 2000 Sevth Colonel. R,d. S l0 2 -300 Denver CD USA 80222 N. 303.]58 4058 Po,, 303758.4828 NNom�__ rvr.'W'a' r �1 CaW011esslveG 1h, Evel —te, el oa y � -lynnr vM o' rt lrenrinla le, all N�'P a I 14, —1, Ine arn 'non or oevul'e anen ne nponee to Zone, .unem In , IDe coe'gm: to or Myna e e me I,, I,,'rearm el smmee Re'rleve4 am m e, e, lo, W,W a vu„ IMn mot ovllvl sse hr some, I: r e, MAN Eyx E? ruf = ='=, RmiMm a 404 rr..0 PP X➢EM W]16 U81 J d Y (� M Iss11Ea FPR BP LL E 201..10 Is9DeG 9y roGa DD filelbre. 0 a PA SH H 11 12UIR i � ' O, n. CnYe. Wgn. W.NN.pp CBonl)Pr*d EAGLE COUNTY HOWARD DITCH PHASEIIMPROVEMENTS EDWARDS, CO We SITE DETAILS 787308585 AS NOTED Drawing ND. sheet R2Y6p0 C5 00 5 A GENERAL NOTES 1. SIPHON DUN, VALVE AND VALVE BOX, AND TRASH GUARDS ME TO BE PROVIDED ONLY WHEN CALLED FOR Oil THE PUNS. 2. CONCRETE SIVLL HAVE A MIN. COMPRESSNE STRENM OF PICA PSI AT 28 DAYS, 3. All EXPOSED CONCRETE CORNERS SMALL BE CRAMMED 1 1, IN 4. THE LOCATION, SIZE. PIPE M00%. AND GOVERNING DIMENSIONS OF SIPHONS WU_ BE SHORN ON THE PWIS, S. COST OF JOINT SEA3ERS, GASRES, FITTINGS AND CONNECTIONS SIV1L BE INCLUDED IN THE BID PRICE FOR SIPHON PIPE. S. TRASH GUARDS AND APPURIENMCES SHNL BE GALVMIZED IN CONFORMANCE " A<WTO M III. HLAUWAL QUAl NHT 5 A MRIa6 FM Ma PVC A aoucnm ro wE HLAN VIEW IxADdNL �-I— � NA TAO WiEE '. PPE SLLRE 10.Wf %' WPE 0.l —IY .., (f N. PyN I ntVlF • (—Ih HINGE ASSEMBLY HINGE PE 0 &F AMO PWEE LS da tlKH9p6 X➢EM W]16 U81 J d Y (� HLAUWAL QUAl NHT 5 A MRIa6 FM Ma PVC A aoucnm ro wE HLAN VIEW IxADdNL �-I— � NA TAO WiEE '. PPE SLLRE 10.Wf %' WPE 0.l —IY .., (f N. PyN I ntVlF • (—Ih HINGE ASSEMBLY HINGE PE 0 &F AMO PWEE LS ®VCFS tlKH9p6 X➢EM W]16 U81 J d Y (� TIP 1w 293 DETAIL HEADWALL AND TRASH RACK COOT (M- 616 -1) N.T.S. TRA5H GUARD OETAILS 6' s' -n- , HOWARD DITCH PHASE 1 IMPROVEMENTS BID SCHEDULE - SIPHON ITEM SECTION DESCRIPTION QUANTIT UNIT UNIT AMOUNT OF NO. Y PRICE BID 1 100 Mobilization 1 LS = 'Z 4 S"1 2 201 Clearing and Grubbing 1 LS = ��' �0` 5z 3 202 Removal of Structures and Obstructions 1 LS 4 5!§3.!- - _ ? 3s553 V 4 206 Structure Excavation 769 CY =} bi f S 5 206 Structure Backfill 502 CY g' 2D BIZ = 4'D , s y 6 208 Silt Fence 970 LF @i/ 7 =$469, 7 208 Concrete Washout Structure 1 EA @464/1/C3 = $ (g9 Sa 8 212 Permanent Seeding & Mulching 0.9 AC g44/4141j ' J .�q7 yt 9 208 Erosion Control Blanket, Straw /Coconut 32 SY = f 43S- gj 10 707 42" Steel Pipe -- LF =1 8 11 624 24" PVC Pipe 914 LF *I fi �/ t 5 � -- 12 900 24" PVC Tee & Siphon Access Cover Assembly 1 LS 44gS .4 13 703 Pipe Bedding Material 145 CY =46Z V- 4 06 3 9S 14 601 Concrete 2 CY = 4411 0 Z 4 q( 9 oL 15 602 Reinforcement 150 LB = 4Y L° A630 16 616 Trash Guard, Complete in Place 1 EA = ��L2�c/ - ¢� y 1.4/ 17 Bond (Payment & Performance) 1 LS = 433075 -t, asc;71 TOTAL BID SCHEDULE Howard Ditch Phasel // s Improvements- Siphon (Items 1 -17) r /lr,J 3,/ Ck a iif 5 Ki co x. D . Bid Schedule.xls EXHIBIT I GENERAL CONDITIONS • 1. Contractor shall provide and pay for labor, materials, equipment, tools, licenses, transportation, and other facilities and services necessary for proper execution and completion of the Work. 2. If Contractor fails to obtain the tax exemption(s) applicable to public works projects from sales, consumer, use and similar taxes, Contractor shall pay the same. Owners will cooperate with Contractor to obtain tax exemption for this project. 3. Contractor shall be responsible for having taken steps reasonably necessary to ascertain the nature and location of the Work, and the general and local conditions which can affect the Work or the cost thereof. Any failure by Contractor to do so will not relieve it from responsibility for successfully performing the Work without additional expense to the Owners . Owners assume no responsibility for any understanding or representations concerning conditions made by any of its officers, employees or agents prior to the execution of this Agreement, unless such understanding or representations are expressly stated in the Agreement. 4. Before commencing activities, Contractor shall: (1) take field measurements and verify field conditions; (2) carefully compare this and other information known to Contractor with the Agreement; and (3) promptly report errors, inconsistencies or omissions discovered to Owner's contract representative. 5. Contractor shall supervise and direct the Work, using Contractor's best skill and attention. Contractor shall be solely responsible for and have control over construction means, methods, techniques, sequences and procedures, and for coordinating all portions of the Work. 6. Contractor, as soon as practicable, shall furnish in writing to the Owners the names of subcontractors and suppliers for each portion of the Work. 7. No charge shall be made by Contractor for hindrances or delays from any cause whatever during the progress of any portion of the Work, unless such hindrance or delay is caused in whole or in part by acts or omissions within the control of Owners. In any event, Owners may grant an extension of time for the completion of the Work, provided it is satisfied that delays or hindrances were due to causes outside Contractor's control, e.g., weather, or to acts of omission or commission by the Owners, provided that such extensions of time shall in no instance exceed the time actually lost to Contractor by reason of such causes, and provided further that Contractor shall have given Owners immediate (as determined by the circumstances, but not exceeding 72 hours) notice in writing of the cause of the detention or delay. 1 8. Contractor shall deliver, handle, store and install materials in accordance with manufacturers' instructions. 9. Contractor warrants to Owners that: (1) materials and equipment furnished under the Agreement will be new and of good quality; (2) the Work will be free from defects not inherent in the quality required or permitted; and (3) the Work will conform to the requirements of the Agreement. 10. Contractor shall comply with and give notices required by all federal, state and local laws, statutes, ordinances, building codes, rules and regulations applicable to the Work. If Contractor performs Work knowing it to be contrary to laws, statutes, ordinances, building codes, rules or regulations without notice to Owners, Contractor shall assume full responsibility for such Work and shall bear the attributable costs. Contractor shall promptly notify Owners in writing of any conflicts between the specifications for the Work and such governmental laws, rules and regulations. 11. Contractor shall keep the premises and surrounding area free from accumulation of debris and trash related to the Work. 12. Contractor shall furnish performance bond and a separate labor and material payment bond on forms acceptable to Owners, each in an amount at least equal to the contract price as security for the faithful performance and payment of all Contractor's obligations under the contract documents. In the event of any change order resulting in the performance of additional work in connection with the Project, the amounts of such bonds shall be increased by an amount equal to the cost of such additional work or materials or fixtures to be incorporated in the Project. Copies of the bonds shall be provided to the Owners' contract representative and shall be made payable to Owners. These bonds shall remain in effect at least until one year after the date of final payment, except as otherwise provided by law. All bonds shall be executed by such sureties as (a) are licensed to conduct business in the state where the project is located, and (b) are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Audit Staff Bureau of Accounts, U.S. Treasury Department. All bonds signed by an agent must be accompanied by a certified copy of the authority to act. If the surety on any bond furnished by Contractor is declared bankrupt, or becomes insolvent, or its right to do business is terminated in any state where any part of the project is located, or it ceases to meet the requirements of clauses (a) and (b) of the preceding paragraph, Contractor shall within five days thereafter substitute another bond and surety, both of which shall be acceptable to Owners. Subcontractor bonds required by the Contractor shall not be included as a cost of Work. 13. Contractor shall be solely responsible for the protection of the Work and material. Contractor shall have no claim against Owners because of any damage or loss to the Work (except that caused by negligence of Owners or those for whom Owners are responsible), and shall be responsible for the complete restoration of damaged Work to its 2 original condition. In the event Contractor's Work is damaged by another party, not under its supervision or control, Contractor shall make its claim directly with the party involved. If a conflict or disagreement develops between Contractor and another party concerning the responsibility for damage or loss to Contractor's Work, such conflict shall not be cause for delay in Contractor's restoration of the damaged Work. 14. Contractor's Insurance: A. Contractor shall purchase and maintain such insurance as will protect it from claims set forth below which may arise out of or result from Contractor's operations under the contract, whether such operations be by itself, or by any of its subcontractors, or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable. All such insurance shall remain in effect until final payment, and at all times thereafter when Contractor may be correcting, removing, or replacing defective Work. In addition, Contractor shall maintain such completed operations insurance for at least one year after final payment. B. Insurance coverages shall be as follows: Claims under Workmen's Compensation, disability benefits, and other similar employee benefit acts, with coverage and in amounts as required by the laws of the State of Colorado; Claims for damage because of bodily injury, occupational sickness or disease, or death of its employees, and claims insured by usual personal injury liability coverage; Claims for damage because of bodily injury, sickness or disease, or death of any person other than its employees, and claims insured by usual personal injury liability coverage; and Claims for damages because of injury to or destruction of tangible property, including loss of use resulting therefrom. Contractor's Liability Insurance issued to and covering the liability for damage imposed by law upon Contractor and each subcontractor with respect to all Work performed by them under this Agreement. Contractor's Protective Liability Insurance issued to and covering the liability for damages imposed by law upon Contractor and each subcontractor with respect to all Work under this Agreement performed for Contractor by subcontractors. Completed Operations Liability Insurance issued to and covering the liability for damage imposed by law upon Contractor and each subcontractor arising between 3 the date of final cessation of the Work, and the date of final acceptance thereof out of that part of the Work performed by each. Comprehensive Automobile Insurance shall be carried in the amount of $500,000/$1,000,000 for bodily injury and $500,000 for property damage, each occurrence. All liability and property damage insurance required hereunder shall be Comprehensive General and Automobile Bodily Injury and Property Damage form of policy. Comprehensive Risk Policy Option: In lieu of the several policies specified for Contractor's Liability Insurance, a comprehensive liability and property damage insurance policy inclusive of all the insurance and requirements herein set forth, subject to the approval of the Owners, will be permissible. Insurance covering claims for damages to persons or property required by the preceding paragraph shall be in the following minimum amounts: Bodily Injury Liability: Each Person: $1,000,000 Each Accident or Occurrence: $2,000,000 Property Damage Liability: Each Accident or Occurrence: $1,000,000 Aggregate: $2,000,000 Insurance shall be placed jointly in the names of the Owners, Contractor, and any and all subcontractors, and any and all others obliged by contract with the Owners to do Work on this project, and, at the Owners' option, any other person or persons whom the Owners deem to have an insurable interest in said property, or any part thereof, payable as their several interests may appear. Any proceeds obtained from insurance provided for by this paragraph shall be paid to and held by the Owner as trustee. The Owners shall have the right to withhold payment of such proceeds until such time as the Work destroyed or damaged and covered by such insurance shall be reconstructed and shall pay such proceeds on an installment basis similar to that provided for by progress payments covering the original Work. C. Certificates of Insurance: Certificates of Insurance acceptable to the Owners shall be filed with Owners with respect to each contractor and subcontractor prior to commencement of the Work. These Certificates shall contain provisions naming the Owners as an additional insured under Contractor's insurance, as more fully required by the General Conditions herein, and that coverage afforded under the policies will not be canceled until at least thirty days prior written notice has been given the Owners. Contractor and its subcontractors shall not permit any of its subcontractors to start Work until all required insurance have been obtained and certificates with the proper endorsements have been filed 4 with the Owners. Failure of Contractor to comply with the foregoing insurance requirements shall in no way waive the Owners' rights hereunder. 15. The Owners, at its option, may purchase and maintain such liability insurance as will protect it against claims which may arise from operations under this contract. Purchasing and maintaining such insurance, however, will not relieve Contractor from purchasing and maintaining the insurance hereinbefore specified. 16. Before permitting any of its subcontractors to perform any Work under this contract, Contractor shall either (a) require each of its subcontractors to procure and maintain during the life of its subcontracts, Subcontractor's General Liability and Property Damage Insurance of the types and in the amounts as may be applicable to its Work, which type and amounts shall be subject to the approval of the Owners, or (b) insure the activities of its subcontractors in its own policy. 17. To the fullest extent permitted by law, Contractor shall indemnify and hold harmless Owners, and Eagle County Board of Commissioners, employees and the agents of any of them, from and against claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the Work, provided that such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) including loss of use resulting therefrom, but only to the extent caused in whole or in part by negligent acts or omissions of Contractor, a subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable. 18. Progress Payments: Not more often than once a month, Contractor shall submit to Owners an application for payment filled out and signed by Contractor covering the work completed as of the date of the application, and accompanied by such supporting documentation as Owners may reasonably require. If payment is requested on the basis of materials and equipment not incorporated in the work, but delivered and suitably stored at the site or at another location agreed to in writing, the application for payment shall also be accompanied by such data, satisfactory to Owners, as will establish Owners' title to the material and equipment, and protect Owners' interest therein, including applicable insurance. Each subsequent application for payment shall include an affidavit of Contractor stating that all previous progress payments received on account of the work have been applied to discharge in full all of Contractor's obligations reflected in prior applications for payment. The amount of retention with respect to progress payments will be as stipulated in the Agreement. Owners will, within ten days after receipt of each application for payment, either indicate in writing a recommendation of payment, or return the application to Contractor indicating in writing its reasons for refusing to recommend payment. In the latter case, Contractor may make the necessary corrections and resubmit the 5 application. Owners shall, within ten days of recommendation of payment, pay Contractor the amount recommended. 19. Contractor warrants and guarantees that title to all work, materials, and equipment covered by any application for payment, whether incorporated in the project or not, will pass to Owners at the time of payment free and clear of all liens, claims, security interests, and encumbrances (in these General Conditions referred to as "Liens "). 20. Final Payment: A. Upon written notice from Contractor that the work is complete, Owners will make a final inspection with Contractor, and will notify Contractor in writing of all particulars in which this inspection reveals that the work is incomplete or defective. Contractor shall immediately take such measures as are necessary to remedy such deficiencies. B. After Contractor has completed all such corrections to the satisfaction of Owners, and delivered all maintenance and operating instructions, guarantees, bonds, certificates of inspection, Contractor may make application for final payment following the procedure for progress payments. The final application for payment shall be accompanied by all documentation called for in the contract documents, and such other data and schedules as Owners may reasonably require, together with complete and legally effective releases or waivers (satisfactory to Owners) of all liens arising out of, or filed in connection with the work. In lieu thereof, and as approved by Owners, Contractor may furnish receipts or releases in full; an affidavit of Contractor that the releases and receipts include all labor, services, material, and equipment for which lien could be filed, and that all payrolls, material, and equipment bills, and other indebtedness connected with the work, for which Owners or its property might in any way be responsible, have been paid or otherwise satisfied; and consent of the surety, if any, to final payment. If any subcontractor, manufacturer, fabricator, supplier, or distributor fails to furnish a release or receipt in full, Contractor may furnish a bond or other collateral satisfactory to Owners to indemnify Owners against any lien. 21. Final payment shall not become due until Contractor submits to Owners releases and waivers of liens, and data establishing payment or satisfaction of obligations, such as receipts, claims, security interests or encumbrances arising out of the Work. Final payment is subject to the Final Settlement requirements and time periods set forth in C.R.S. §38 -26 -107. 21.1 The Owners shall not authorize final payment until all items on the punch list have been completed, the Architect issues its Final Certificate of Completion, the Owners has received a Certificate of Occupancy from the local jurisdiction, the Notice of Acceptance is issued, and the Notice of Contractor's Final Settlement Date is published and at least 30 days have expired with no claims filed. 6 21.2. Before the Owners may advertise, Contractor shall: A. Deliver to the Eagle County Project Manager for review: 1. All guaranties and warranties; 2. A letter confirming that sales taxes from which the County is exempt have not been paid; 3. Two (2) complete bound sets of required operations and maintenance manuals and instructions plus One (1) electronic copy placed on an archival quality compact disk; 4. Two (2) full size sets of as -built drawings plus One (1) electronic copy placed on an archival quality compact disk; 5. To the extent not already furnished, one copy of all corrected Shop Drawings; 6. Satisfactory evidence that all payroll, material bills, and other indebtedness connected with the Work have been paid or otherwise satisfied; 7. A complete and final waiver and/or release of any and all lien rights and liens from each subcontractor of all tiers, material, men, supplier, manufacturer and dealer for all labor, equipment and material used or furnished by each on the Work; 8. Consent of the surety to final payment; and 9. Any other documents required to be furnished by the Contract Documents. B. Demonstrate to the operating personnel of the Owners the proper operation and maintenance of all equipment. 21.3. Upon completion of the foregoing, Contractor's Settlement shall be advertised in accordance with Colorado law. On the date of final settlement thus advertised, and after Contractor has submitted a written notice that no claims have been filed, final payment and settlement shall be made in full. 21.4. Pursuant to C.R.S. §38 -26 -107, if any unpaid claim for labor, materials, rental machinery, tools, supplies, or equipment is filed before payment in full of all sums due Contractor, Owners shall withhold from Contractor sufficient funds to insure the payment of such claim, until the same shall have been paid or withdrawn, such payment or withdrawal to be evidenced by filing a receipt in full 7 or an order for withdrawal signed by the claimant or its duly authorized agent or assignee. 21.5. The making of final payment, after the Date of the Notice of Contractor Settlement of the Project, shall constitute a waiver of all claims by the Owners except those arising from: A. Unsettled Claims; B. Faulty or defective work appearing after Completion of the Work; C. Failure of the Work to comply with the requirements of the Contract Documents; or D. Terms of any warranties or special warranties required by the Contract Documents. 21.6. The acceptance of final payment, after the Date of the Notice of Contractor Settlement of the Project, shall constitute a waiver of all claims by Contractor except those previously made in writing and separately identified by Contractor as unsettled in the final Project Application for Payment. 21.7. All provisions of the Contract Documents including without limitation those establishing obligations and procedures, shall remain in full force and effect notwithstanding the making or acceptance of final payment. 22. Contractor's obligation to perform and complete the Work in accordance with the contract documents shall be absolute. Neither the recommendation of any progress or final payment nor the payment by Owners to Contractor under the contract documents, nor any use or occupancy of the Work or any part thereof by Owners, nor any act of acceptance by Owners, nor any failure to do so, nor any correction of defective Work by Owners shall constitute an acceptance of Work not in accordance with the contract documents or a release of Contractor's obligation to perform the Work in accordance with the contract documents. 23. Any work in accordance with the Contract Documents that the Owners finds improper, Contractor will correct said work in a timely manner so as not to delay completion of the project. 24. If Contractor defaults or neglects to carry out the Work in accordance with the Agreement and fails within a ten (10) day period after receipt of written notice from the Owners to correct such default or neglect with diligence and promptness, the Owners may, without prejudice to other remedies, correct such deficiencies and Contractor shall be responsible for the cost of such correction. 8 25. Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs, including all those required by law in connection with performance of the Agreement. Contractor shall promptly remedy damage and loss to property caused in whole or in part by Contractor, or by anyone for whose acts Contractor may be liable. 26. Contractor shall promptly correct Work rejected by Owners as failing to conform to the requirements of the Agreement and Contractor shall bear the cost of correcting such rejected Work. 27. Contractor warrants and guarantees to Owners that all Work will be in accordance with the Contract Documents and will not be defective. Prompt notice of all defects shall be given to Contractor. If, within two years after the date of completion, or such longer period of time as may be prescribed by law, prescribed by the terms of any applicable warranty given by a materials supplier or required by or a part of the Agreement, any Work is found to be defective, Contractor shall promptly, without cost to Owners, and in accordance with Owners' written instructions, either correct such defective Work, or, if it has been rejected by Owners, remove it from the site, and replace it with non - defective work. If Contractor does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, Owners may have the defective Work corrected or the rejected Work removed and replaced, and all direct and indirect costs of such removal and replacement, including compensation for additional professional services, shall be paid by Contractor. 28. The performance of the Work may be terminated at any time in whole, or from time to time in part, by Owners for its convenience. Any such termination shall be effected by delivery to Contractor of a written notice ( "Notice of Termination ") specifying the extent to which performance of the Work is terminated and the date upon which termination becomes effective. After receipt of a Notice of Termination, and except as otherwise directed by Owners, Contractor shall, in good faith, and to the best of its ability, do all things necessary, in the light of such notice and of such requests in implementation thereof as Owners may make, to assure the efficient, proper closeout of the terminated Work (including the protection of Owners' property). Among other things, Contractor shall, except as otherwise directed or approved by Owners: A. stop the Work on the date and to the extent specified in the Notice of Termination; B. place no further orders or subcontracts for services, equipment or materials except as may be necessary for completion of such portion of the Work as is not terminated; C. terminate all orders and subcontracts to the extent that they relate to the performance of Work terminated by the Notice of Termination; 9 D. assign to Owners, in the manner and to the extent directed by it, all of the right, title and interest of Contractor under the orders or subcontracts so terminated, in which case Owners shall have the right to settle or pay any or all claims arising out of the termination of such orders and subcontracts; E. with the approval of Owners, settle all outstanding liabilities and all claims arising out of such termination or orders and subcontracts; and F. deliver to Owners, when and as directed by Owners, all documents and all property which, if the Work had been completed, Contractor would be required to account for or deliver to Owners, and transfer title to such property to Owners to the extent not already transferred. In the event of such termination, Contractor shall be entitled to payment for the work performed prior to the termination date. 29. The selection of bidders shall be in accordance with the laws of Colorado. In the event of Contractor's non - compliance with the Colorado labor laws, this Contract may be canceled, terminated or suspended, in whole or in part, without any liability to the Owners. 30. Contractor acknowledges that the Work is a public work financed in whole or in part by funds of the state of Colorado and/or Owners, and pursuant to section Title 8 -17 -101, C.R.S. (1973) Colorado labor shall be employed to perform the Work in 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 in the Work. For purposes of this provision, "Colorado labor" means "any person who is a resident of the state of Colorado at the time of employment, without discrimination as to race, color, creed, sex, age, or religion except when sex or age is a bona fide occupational qualification. 31. Contractor agrees to comply with the letter and spirit of the Colorado Anti- discrimination Act of 1957, as amended, and other applicable laws respecting discrimination and unfair employment practices. Pursuant thereto, the following provision shall be contained in all Owners contracts or subcontracts: during the performance of this Contract, Contractor agrees as follows: A. Contractor will not discriminate against any employee or applicant for employment because of race, creed, color, national origin, sex, marital status, religion, ancestry, mental or physical disability, sexual orientation, or age. Contractor will take affirmative action to insure that applicants are employed and that employees are treated during employment, without regard to the above mentioned characteristics. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising; lay -offs or terminations; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Contractor 10 agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the contracting officer setting forth provisions of this non - discrimination clause. B. Contractor will, in all solicitations or advertisements for employees placed by or on behalf of Contractor, state that all qualified applicants will receive consideration for employment without regard to race, creed, color, national origin, sex, marital status, religion, ancestry, mental or physical disability, or age. 32. Colorado Statutes do not provide for any right of lien against public buildings. In lieu thereof, Title 38 -26 -107 ct seq. C.R.S., as amended, provides adequate relief for any claimant having furnished labor, materials, rental machinery, tools, equipment or services toward construction of the particular public work in that final payment may not be made to a Contractor until all such creditors have been put on notice by publication in the public press of such pending payment and given opportunity to stop payment to Contractor in the amount of such claims. 11