Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC15-219 Gould Construction, Inc. Construction AgreementCONSTRUCTION AGREEMENT FOR
CEDAR DRIVE ROAD IMPROVEMENTS
THIS CONSTRUCTION AGREEMENT is dated as of the day of ,
2015, by and between Eagle County, Colorado, a body corporate and politic, actag by and
through its Board of County Commissioners (hereinafter called "County" or "Owner") whose
address for purposes hereof is P.O. Box 850, 500 Broadway, Eagle, CO 81631, and Gould
Construction, Inc. a Colorado Corporation licensed to work in the State of Colorado (hereinafter
called "Contractor") whose address for purposes hereof is P.O. Box 130, Glenwood Springs, CO
81602.
Owner and Contractor, in consideration of the mutual covenants herein set forth, agree as
follows:
ARTICLE 1— THE PROJECT AND THE WORK
1.1 The construction project which is the subject matter hereof is generally described as the
Cedar Drive Road Improvements Project (hereinafter the "Project"). Contractor shall
supply and perform all work to complete the Project as specified in the Contract
Documents and in accordance with the approved design plans and specifications
("Work").
1.2 This Project is supported by the State of Colorado acting by and through the Department
of Transportation ("CDOT" or "State") and is funded by Owner and the Federal Highway
Administration ("FHWA").
1.3 Owner shall be entitled to perform inspection and testing activities, approve sources of
materials, perform required plant and shop inspections all as more fully set forth herein.
1.4 A more complete description of the Project and a description of the applicable Project site
(the "Site") is provided by the Contract Documents.
1.5 Capitalized terms that are not defined in this Agreement shall have the meanings ascribed
to them in the General Conditions and (or) the other Contract Documents as applicable.
1.6 The intent of the Contract Documents is to include all items reasonably necessary for the
proper execution and completion of the Work. The Contract Documents are
complementary and what is required by any one shall be binding as if required by all.
Based on Contractor's careful review of the Contract Documents, Contractor
acknowledges that the Contract Documents require the construction of a completed
Project in accordance with the terms hereof.
1.7 Contractor shall perform all the Work required by the Contract Documents or reasonably
inferable therefrom, for the complete construction of the Project in accordance with the
Contract Documents. Contractor shall provide and furnish all materials, supplies,
equipment, tools, implements, all other facilities, and all other labor, supervision,
tk
security, transportation, utilities, storage, appliances and all other services as and when
required for or in connection with the complete construction of the Project.
1.8 If the Work is taking place on property owned by other federal, state or local
governmental entities, or a public utility or other third party, Contractor shall comply
with any additional terms and conditions required by applicable law and (or) applicable
permits.
1.9 Contractor shall perform with its own organization a minimum of thirty percent (30%) of
the total Contract Price excluding identified specialty items.
ARTICLE 2 - OWNER'S REPRESENTATIVE
2.1 The Project is under the authority of the Eagle County Engineering Department, the
Manager of which, or her designee, shall be Owner's liaison with Contractor with respect
to the performance of the Work.
2.2 Contractor's representative is Ryan Hill, Project Manager. Contractor's representative
shall be a competent superintendent or supervisor who is employed by Contractor with
full authority to direct performance of the Work in accordance with the Contract
Documents, and is in charge of all construction operations regardless of who performs the
Work. Contractor shall supply such other of its own organizational resources as Owner
determines is necessary to assure the performance of the Contract.
2.3 Neither Owner's nor Contractor's representative shall be changed with less than ten (10)
days prior written notice to the other party.
ARTICLE 3 - CONTRACT TIME
3.1 The Work will be completed and ready for final payment in accordance with the Contract
Documents on or before September 14, 2015 ("Contract Time").
3.2 Contractor shall employ all such additional labor, services and supervision, including
such extra shifts and over time, as may be necessary to maintain and to achieve final
payment in accordance with the Contract Documents on or before October 5, 2015 all
without an increase in the Contract Price.
3.3 Owner and Contractor recognize that time is of the essence of this Agreement and that
Owner will suffer financial loss if the Work is not substantially complete within the time
specified in paragraph 3.1 above, plus any extensions thereof allowed in accordance with
the General Conditions. They also recognize the delays, expense, and difficulties
involved in proving at a legal or arbitration hearing, the actual loss suffered by Owner if
the Work is not substantially complete on time. Accordingly, instead of requiring such
proof, Owner and Contractor agree that as liquidated damages for delay (but not as a
penalty) Contractor shall pay Owner $1,600.00for each day that expires after the time
specified in paragraph 3.1 for completion until the Work is complete. tk
ARTICLE 4 - CONTRACT PRICE
4.1 Owner shall pay Contractor, for Contractor's performance of the Work under the
Contract Documents, an amount not to exceed $1,031,365.00 ("Contract Price").
4.2 Notwithstanding anything in the Contract Documents to the contrary, the Contract Price
(which is based in part 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 or profit. Unit quantities actually incorporated
in the Project may be adjusted subject to the not to exceed Contract Price and in
accordance with the Contract Documents. In no event shall the Unit prices set forth in
Contractor's Bid Form be adjusted.
4.3 Contractor acknowledges that Owner is a tax exempt entity and that Owner has
appropriated funds for this Project in a sum equal to or in excess of the Contract Price.
4.4 Owner shall pay Contractor for performance of the Work in accordance with the Contract
Documents.
4.5 Pursuant to the provisions of §24-91-103.6, C.R.S., and notwithstanding anything to the
contrary contained elsewhere in the Contract Documents, no change order or other form
of order or directive by Owner, and no amendment to this Agreement, requiring
additional compensable Work to be performed which Work causes the aggregate amount
payable under the Agreement to exceed the amount appropriated for the original
Agreement, shall be of any force or effect unless accompanied by a written assurance by
Owner 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 in the
Agreement.
4.6 Eagle County is a governmental entity and all obligations beyond the current fiscal year
are subject to funds being budgeted and appropriated. Specifically, notwithstanding
anything to the contrary contained in this Agreement, Owner shall have no obligations
under this Agreement, nor shall any payment be made to Contractor in respect of any
period after December 31 of each calendar year during the term of this Agreement,
without an appropriation therefore by the Owner in accordance with a budget adopted by
the Board of County Commissioners in compliance with the provisions of Article 25 of
Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S.
§29-1-101 et.seq.), and the TABOR Amendment (Constitution, Article X, Sec. 20).
ARTICLE 5 - PAYMENT PROCEDURES
Contractor shall submit Applications for Payment in accordance with the General Conditions.
Applications for Payment will be processed as provided in the General Conditions.
C1
5.1 PROGRESS PAYMENTS: Owner shall make monthly progress payments on account of
the Contract Price and as provided in the Contract Documents. All progress payments
will be on the basis of the progress of the Work. Owner 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 The period covered by each Application for Payment shall be one calendar month
beginning on the first of each month and ending on the last day of the month.
5.3 Each Application for Payment shall be based upon the unit prices and percentage of
completion as set forth in the Contract Price and otherwise in accordance with the
Contract Documents. Each Application for Payment shall show actual quantities
incorporated into the Project for each portion of the Work as of the end of the period
covered by such Application for Payment.
5.4 Prior to Completion, Owner shall authorize partial payments at the end of each calendar
month or as soon thereafter as practicable if Contractor is satisfactorily performing the
Agreement. Progress payments will be in an amount equal to:
95% of the calculated value of the Work completed. The withheld percentage of the
Contract Price shall be retained until the Agreement is completed satisfactorily and
finally accepted by the Owner.
5.5 Progress payments and retained funds shall occur in compliance with the General
Conditions attached hereto and C.R.S. §24-91-103.
5.6 In taking action on Contractor's Applications for Payment, Owner shall be entitled to rely
on the accuracy and completeness of the information furnished by Contractor and shall
not be deemed to represent that (i) Owner has made a detailed examination, audit or
arithmetic verification of the documentation submitted by Contractor; (ii) Owner has
made exhaustive or continuous on-site inspections of the Work; or (iii) Owner has made
examination to ascertain how or for what purposes Contractor has used amounts
previously paid on the Contract Price.
5.7 FINAL PAYMENT: Upon final completion and acceptance in accordance with the
General Conditions, Owner shall pay the remainder of the Contract Price. 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 thereon and complied with
C.R.S. §38-26-107. Final payment shall be made in accordance with the requirements of
the aforesaid statute. Owner shall make a final settlement in accordance with C.R.S. 38-
26-107 within sixty days after the contract is completed satisfactorily and finally accepted
by Owner.
5.8 Owner may withhold payments due to Contractor, to such an extent as may be necessary
to protect Owner from loss, because of defective work or material not remedied or the
failure of Contractor to carry out the Work in accordance with this Agreement.
5.9 Notwithstanding the fact some of the Work may occur on property owned by third parties
that are not governmental entities, the Contractor acknowledges and agrees that payment
shall be made in accordance with C.R.S. 24-91-103 and C.R.S. 38-26-107 and hereby
waives it right to lien the property. Contractor shall include the language of this
paragraph 5.9 in any subcontracts for the Project.
ARTICLE 6 - CONTRACTOR'S REPRESENTATIONS
In order to induce Owner to enter into this Agreement, Contractor makes the following
representations:
6.1 Contractor has familiarized himself with the nature and extent of the Contract
Documents, Work, locality, and with all local conditions, and federal, state, and local
laws, ordinances, rules and regulations that in any manner may affect cost, progress, or
performance of the Work.
6.2 Contractor has made, or caused to be made, examinations, investigations, and tests and
studies of such reports and related data 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.
6.3 Contractor has correlated the results of all such observations, examinations,
investigations, tests, reports, and data with the terms and conditions of the Contract
Documents.
6.4 Contractor has given Owner written notice of all conflicts, errors, or discrepancies that he
has discovered in the Contract Documents and the written resolution thereof by Owner is
acceptable to Contractor.
6.5 In performing the Work under this Agreement, the Contractor acts as an independent
contractor and is solely responsible for necessary and adequate worker's compensation
insurance, personal injury and property damage insurance, as well as errors and
omissions insurance. The Contractor, as an independent contractor, is obligated to pay
federal and state income tax on moneys earned. The personnel employed by the
Contractor are not and shall not become employees, agents or servants of the Owner or
the State because of the performance of any Work by this Agreement.
6.6 Contractor represents and warrants that it holds a license, permit or other special license,
as required by law, to perform the Work required under the Contract Documents and
shall keep and maintain such licenses, permits and special licenses in good standing and
Ak
in full force and effect at all times while Contractor is performing the Work under the
Contract Documents.
6.7 Contractor shall maintain insurance as set forth in the General Conditions. Before
permitting any of his subcontractors to perform any Work under this Agreement,
Contractor shall require each of his subcontractors to procure and maintain such
insurance as set forth in the General Conditions.
6.8 Contractor shall comply with and is responsible for compliance by its subcontractors,
lower tier subcontractors and/or service providers with FHWA 1273 and Contractor shall
physically include that FHWA 1273 verbatim in all subcontracts, regardless of tier and in
any purchase order, rental agreement or service agreement as required by 23 C.F.R.
633.102(e). FHWA 1273 is part of the Contract Documents and is attached hereto and
incorporated herein as Exhibit E.
6.9 Standard Special Provisions relating to equal employment opportunity, affirmative action
wage decisions are part of the Contract Documents and shall be included in all
subcontracts.
6.10 Contractor shall supply Owner and the State with all lower tiered subcontract agreements
and purchase orders.
6.11 Contractor shall be responsible for reserving the right for itself and for Owner, the State
and their employees and agents, the right to inspect its subcontracts to determine
compliance with Contract Documents.
6.12 Contractor shall allow Owner, the State and their respective employees or agents to
conduct random checks with onsite subcontractor employees to determine if they are paid
according to Contract Documents and to verify that no discriminatory employment
practices are present.
6.13 Contractor shall submit all documentation requested by Owner, the State or their
respective employees or agents, such as meeting minutes and rosters and complaint
procedures. Contractor must assure that all employees, including subcontractor
employees, have been informed of required wages, non -segregated facilities, training
opportunities and potential hiring opportunities for women and minorities.
6.14 To ensure dissemination of policies relating to Equal Employment Opportunity, the
Contractor must have a meeting prior to the Work and then not less than once every six
months. The Contractor shall notify Owner and State of the date, time and location of the
meeting.
6.15 Contractor shall be responsible for certifying that all subcontractors or material suppliers
do not have segregated facilities in accordance with applicable law.
6.16 Contractor is responsible for compliance with the Contract Documents for all
subcontractors and shall complete all forms required by the Owner, State and FHWA.
1j\
6.17 Contractor shall comply with all civil rights and labor requirements required by CDOT
including project bulletin board and pre -construction packet requirements. Contractor
shall process CDOT Form 205- Sublet Permit Application Review and sign completed
CDOT Form 205 for each subcontractor and submit to Owner or CDOT as required. The
Contractor is responsible for providing a main bulletin board at the Project site that is
accessible to all employees. The bulletin board must contain the Equal Employment
Opportunity policy and other documents required by the Contract Documents. Posters
must be in English and Spanish, if applicable and checked frequently to assure documents
are legible. Should any documents become missing or faded, the Contractor is
responsible for replacement.
6.18 The parties agree that the Davis -Bacon Act applies to the Work being performed by
Contractor and sub -contractors. Contractor and any subcontractor shall comply with the
Davis -Bacon Act and reporting requirements thereunder and as supplemented by the
applicable Code of Federal Regulations, and shall be responsible for obtaining and
supplying any required forms or other information. Contractor shall insert a clause
containing the terms of this section 6.18 in all contracts or subcontracts in excess of
$2,000.00.
6.19 Contractor and its subcontractors and consultants shall at all times during the term of this
Agreement strictly adhere to, and comply with, all applicable federal and state laws, and
their implementing regulations as they currently exist or may hereafter be amended. A
list of certain federal and state laws, regulations and rules that may be applicable are
described in Exhibit C which is attached hereto and incorporated herein by reference.
Exhibit C shall be incorporated in all subcontracts.
6.20 Contractor shall comply with the Americans with Disabilities Act ("ADA") and
applicable federal regulations and standards as contained in the document "ADA
Accessibility Requirements in CDOT Transportation Projects."
6.21 Contractor shall comply with Title VI of the Civil Rights Act of 1964, as amended, which
provides that no person shall on the ground of race, color, national origin, sex, age, or
disability, be excluded from participation in, be denied the benefits of, or be subjected to
discrimination under any program or activity receiving Federal financial assistance.
Contractor shall insert a clause containing the terms of this section in all contracts or
subcontracts.
6.22 Contractor shall meet the Quality Control requirements of the FHWA/CDOT Stewardship
Agreement.
6.23 All Work shall be performed in accordance with the requirements of the current federal and
state environmental regulations including the National Environmental Policy Action of 1969
(NEPA) as applicable and SB -40 requirements.
6.24 Contractor shall comply with Underutilized Disadvantaged Business Enterprise Goals
applicable to this Project.
6.25 Contractor shall comply with On -The -Job Training Goals applicable to this Project.
6.26 Contractor shall comply with any reporting requirements related to Federal Wage
Decision, all required Disadvantaged Business Enterprise/On-the-Job Training special
provisions and FHWA Form 1273.
6.27 Contractor shall cooperate and participate as may be required in Equal Employment
Opportunity and Labor Compliance Verification Employee Interviews and completion of
CDOT Form 280 and cooperate and complete as necessary CDOT Form 205 -Sublet
Permit Application for each subcontractor.
6.28 Contractor shall cooperate and participate as may be required in monitoring DBE
Participation to ensure compliance with Commercial Useful Function Requirements and
shall cooperate with or conduct interviews as may be required when Project utilizes on
the job trainees and will complete or participate as may be required with CDOT Form
200 -OJT Training Questionnaire.
6.29 Contractor shall comply with all payroll certification requirements
6.30 Contractor shall be responsible for submitting FHWA Form 1391.
6.31 Contractor agrees to comply with Executive Order 11246 of September 24, 1965, entitled
"Equal Employment Opportunity," as amended by Executive Order 11375 of October 13,
1967, and as supplemented in Department of Labor regulations (41 CFR Part 60).
Contractor shall not discriminate against any employee or applicant for employment to be
employed in the performance of this Agreement on the basis of race, color, religion,
national origin, sex, sexual orientation, ancestry, physical handicap, age, political
affiliation or family responsibility. Contractor shall insert a clause containing the terms of
this section 6.31 in all contracts or sub -contracts that exceed $10,000.00.
6.32 Due to the involvement of federal funding for this Project, the Contractor shall comply with
the Copeland Anti -Kickback Act (18 U.S.C. 874) as supplemented in the Department of
Labor Regulations (29 CFR Part 3). Contractor shall insert a clause containing the terms of
this section 6.32 in all contracts or sub -contracts.
6.33 Contractor agrees to comply with Sections 103 and 107 of the Contract Work Hours and
Safety Standards Act (40 U.S.C. 327-330) as supplemented by Department of Labor
regulations (29 CFR Part 5). Contractor shall insert a clause containing the terms of this
section in all contracts or sub -contracts in excess of $2,000.00.
6.34 Contractor agrees to comply with all applicable standards, orders or requirements issued
under section 306 of the Clean Air Act (42 U.S.C. 1857(h)), section 508 of the Clean Air
Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency
regulations (40 CFR Part 15). Contractor shall insert a clause containing the terms of this
section in all contracts or sub -contracts in excess of $100,000.00. V
6.35 Contractor agrees to comply with all mandatory standards and policies relating to energy
efficiency which are contained in the state energy conservation plan issued in compliance
with the Energy Policy and Conservation Act (Pub.L. 94-163, 89 Stat. 871).
6.36 Contractor agrees to comply with all requirements concerning Disadvantaged Business
Enterprise applicable to the Project. Contractor will take all necessary affirmative steps to
assure that minority firms, women's business enterprises and labor surplus area firms are
used for subcontracts when possible.
6.37 The State will perform a final project inspection of the Work as a quality
control/assurance activity but the same shall not relieve Contractor of its obligations
under the Contract Documents. Further, Contractor shall participate as requested by
Owner, in any final inspection and Project close out process.
6.38 Contractor shall comply with all applicable Federal, State and local laws governing
safety, health and sanitation and shall provide all safeguards, safety devices, and
protective equipment and shall take any other actions reasonably necessary to protect the
life and health of the persons working at the site of the Project and the safety of the public
and to protect the property in the performance of the Work.
6.39 Contractor shall be responsible for posting any notice required by 23 CFR 635.119
concerning false statements.
6.40 Contractor shall require language of certification for federal -aid which is attached hereto
as Exhibit F in all subcontracts which exceed $100,000.
6.41 Buy American requirements shall apply as set forth in the Contract Documents.
ARTICLE 7 - CONTRACT DOCUMENTS
The Contract Documents which comprise the entire Agreement are made a part hereof, and
consist of the following:
7.1 This Agreement and documents referred to in the Agreement as being part of the Contract
Documents.
7.2 Contractor's Bid Form attached hereto and incorporated herein as Exhibit A.
7.3 Bid Package attached hereto as Exhibit B and the CDOT forms required to be submitted
by Contractor with its Bid.
7.4 "Standard Specifications for Road and Bridge Construction", Colorado Department of
Transportation, State of Colorado, 2011.
*K
7.5 "Colorado Standard Plans, Colorado Department of Transportation, M & S Standards"
2012.
7.6 Bid Set consisting of: Cedar Drive Road Improvements (Federal Aid Project No. SHO 0821-
097, Project Code 18265), prepared by SGM, Inc., dated March 2015.
7.7 CDOT Special Provisions consisting of-
Project
£Project Special Provisions — Cedar Drive Road Improvements
Standard Special Provisions
7.8 All CDOT approved clearance documentation, including utility, environmental and right-
of-way
7.9 Listing of federal and state laws, regulations and requirements Exhibit C.
7.10 Addendum(s) #1, #2, & #3
7.11 Performance, Labor and Material and Payment Bonds.
7.12 Notice of Award and, if any, Notice to Proceed.
7.13 General Conditions also sometimes referred to as General Provisions are attached hereto
as Exhibit D and incorporated herein.
7.14 Any modification, including Change Orders, duly delivered after execution of
Agreement.
7.15 FHWA 1273 is attached hereto and incorporated herein as Exhibit E.
7.16 Certification for Federal -Aid Contracts is attached hereto and incorporated herein as
Exhibit F.
The parties acknowledge and agree that this Agreement shall supersede and control over any
inconsistent or contrary provision in any other attachment or agreement. The order of precedence
for other documents is as set forth in Subsection 105.09 of the Special Provisions. 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 an executed, written amendment to this
Agreement.
ARTICLE 8 — BONDS
8.1 Upon execution of this Agreement, Contractor shall deliver to the Owner the bonds
required by the Contract Documents, and, notwithstanding anything to the contrary
contained in the Contract Documents, Owner shall have no liability or obligation
hereunder unless and until the bonds have been so delivered.
ARTICLE 9- SUBCONTRACTS AND OTHER AGREEMENTS
9.1 Those portions of the Work that Contractor does not customarily perform with
Contractor's own personnel shall be performed under subcontracts and (or) by other
appropriate agreements with Contractor (individually a "Subcontract" and collectively
"Subcontracts").
9.2 All Subcontracts shall conform to provisions of this Agreement, and shall comply with all
applicable federal and state laws and shall provide that such Subcontracts shall be
governed by the laws of the State of Colorado. By an appropriate written agreement,
Contractor shall require the subcontractor to the extent of the Work to be performed by
the subcontractor, to be bound to Contractor by the terms of the Contract Documents and
to assume toward Contractor all the obligation and responsibility which Contractor, by
these Documents, assumes towards Owner. Said agreement shall preserve and protect the
rights of Owner under the Contract Documents with respect to the Work to be performed
by the subcontractor so that the subcontracting thereof will not prejudice such rights.
Contractor shall require each subcontractor to enter into similar agreements with its
subcontractors. Contractor shall make available to each proposed subcontractor, prior to
the execution of the subcontract, the Contract Documents to which the subcontractor will
be bound by this paragraph 9.2. Each subcontractor shall similarly make copies of such
Contract Documents available to its subcontractors. Owner shall have the right to review
and approve each form of Subcontract.
9.3 Contractor shall be responsible to Owner for the acts and omissions of its agents,
employees, suppliers, subcontractors performing Work under a contract with Contractor
and such subcontractors' lower -tier subcontractors, agents and employees.
9.4 Nothing contained in the Contract Documents shall be deemed to create any contractual
relationship between any subcontractor of any tier and Owner.
ARTICLE 10 — MISCELLANEOUS
10.1 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
parry 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. Notwithstanding the foregoing, Contractor agrees that the State, in its sole
discretion, may direct Owner to assign to the State all of its right, title and interest under
any terminated contracts or agreements and Contractor hereby consents to such
assignment.
Ik
10.2 Owner and Contractor each binds himself, his partners, successors, assigns and legal
representatives to the other party hereto, in respect to all covenants, agreements, and
obligations contained in the Contract Documents.
10.3 Sections 105.22, 105.23 and 105.24 of the Colorado Department of Transportation
Standard Specifications for Road and Bridge Construction (2011) shall be of no force and
effect unless expressly agreed to by OWNER in its sole discretion.
All claims, disputes, controversies and other matters in question between OWNER and
CONTRACTOR shall, in the first instance, be subject to good faith negotiations between
the parties. Either party may notify the other of a claim or dispute. Within ten (10) days
after delivery of such notification, or such longer period as the parties may mutually
agree, the parties shall meet in good faith to resolve any claims or disputes. In the even
the parties cannot reach an agreement, any remaining claims, disputes and controversies
related to the Contract Documents, or breach thereof, shall be litigated in the District
Court for Eagle County, Colorado.
10.4 Notwithstanding any other provision to the contrary, nothing herein shall constitute a
waiver, express or implied, of any of the immunities, rights, benefits, protection, or other
provisions of the Colorado Governmental Immunity Act.
10.5 This Agreement shall be governed by the laws of the State of Colorado. Jurisdiction and
venue of any suit, right, or cause of action arising under, or in connection with this
Agreement shall be exclusive in the District Court for Eagle County, Colorado.
10.6 This Agreement supersedes all previous communications, negotiations and/or contracts
between the respective parties hereto, either verbal or written, and the same not expressly
contained herein are hereby withdrawn and annulled. This is an integrated agreement and
there are no representations about any of the subject matter hereof except as expressly set
forth in the Contract Documents.
10.7 Any notice and all written communications required under this Agreement shall be (i)
personally delivered, (ii) mailed in the United States mails, first class postage prepaid, or
(iii) transmitted by facsimile machine together with a hard copy conveyed by delivery or
mail, to the appropriate party at the following addresses:
County:
Ben Gerdes
Eagle County, Colorado
500 Broadway
P. O. Box 850
Eagle, CO 81631
Telephone: (970) 328-8564
Fax: (970) 328-8789
With a copy to:
Eagle County Attorney
P.O. Box 850
500 Broadway
Eagle, CO 81631
Telephone: (970) 328-8685
Fax: (970) 328-8699
Contractor:
Mark Gould, President, CEO, CFO
Gould Construction
PO Box 130
Glenwood Springs, CO 81602
Telephone: (970) 945-7291
Fax: (970) 945-8371
Notices delivered in person shall be effective as of the date of delivery, mailed notices will be
deemed given three business days after the date of deposit in a regular depository of the United
States Postal Service, and Fax notices will be deemed given upon transmission, if during
business hours, or the next business day. Either party can change its address for notice by notice
to the other in accordance with this paragraph.
10.8 PROHIBITIONS ON PUBLIC CONTRACT FOR SERVICES:
As used in this section 10.8, the term undocumented individual will refer to those
individuals from foreign countries not legally within the United States as set forth in
C.R.S. 8-17.5-101 et. seq. If Contractor has any employees or subcontractors, Contractor
shall comply with C.R.S. § 8-17.5-101, et seq., and this Contract. By execution of this
Contract, Contractor certifies that it does not knowingly employ or contract with an
undocumented individual 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.
A. Contractor shall not:
(i) Knowingly employ or contract with an undocumented individual 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
undocumented individual to perform work under the public contract for services.
B. 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.uscis.gov/e-verify.
C. 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.
D. If Contractor obtains actual knowledge that a subcontractor performing work
under the public contract for services knowingly employs or contracts with an
undocumented individual, the Contractor shall be required to:
(i) Notify the subcontractor and the County within three days that the
Contractor has actual knowledge that the subcontractor is employing or
contracting with an undocumented individual; and
(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 undocumented
individual; 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
undocumented individual.
E. 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).
F. If Contractor violates these prohibitions, the County 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 County as required by law.
G. The County will notify the office of the Colorado Secretary of State if Contractor
violates this provision of this Contract and the County terminates the Contract for
such breach.
10.9 Contractor shall make, keep maintain and allow inspection and monitoring by the
County, State and federal government of a complete file of all records, documents,
communications, notes and other written materials, electronic media files, and
communications, pertaining in any manner to the Work or delivery of services or goods
hereunder. Contractor shall maintain such records until the last to occur of the following:
(i) a period of three years after the date of this Agreement is completed or terminated, or
(ii) three years after final payment is made hereunder, whichever is later, or (iii) for such
further period as may be necessary to resolve any pending matters, or (iv) if an audit is
occurring, or if Contractor has received notice that an audit is pending, then until such
audit has been completed and its findings have been resolved (collectively the "Record
Retention Period").
The County, State and the federal government, or any of their duly authorized
representatives, shall have the right to audit, inspect, examine, excerpt, copy and/or
transcribe records related to this Agreement during the Record Retention Period. Contractor
must maintain an established accounting system that complies with generally accepted
U
accounting principles. Records related to disputes arising out of this Agreement shall be
maintained and made available until such disputes have been resolved. As used in this
provision, "records" includes books, papers, records, documents, accounting procedures and
practices, and other data, regardless of the type and regardless of whether such items are in
written form, in the form of computer data, or in any other form. Further, the State may
conduct an audit pursuant to C.R.S. 24-103-601.
Contractor shall maintain all records and other evidence sufficient to reflect costs claimed to
have been incurred or anticipated to be incurred directly or indirectly in performance of this
Agreement. County, State, and the federal government, including the Comptroller General
of the United States or any of their duly authorized representatives, shall have the right to
examine and audit those records at any time, or from time to time. The right of examination
shall include inspection at all reasonable times at the offices of Contractor or sub -contractors
responsible for the Project.
Contractor will be required to submit cost or pricing data and supporting information in
connection with any invoice relating to this Agreement if requested by County. This
section shall not be construed to require Contractor or its sub -contractors to create or
maintain any record that they do not maintain in the ordinary course of business pursuant to
a provision of law, provided that those entities maintain records which conform to generally
accepted accounting practices. Contractor shall insert a clause containing the terms of this
section in all contracts or sub -contracts that exceed $100,000.
Contractor shall permit the County, State or federal government, or any other duly
authorized agent of a government agency, in their sole discretion, to monitor all activities
conducted by the Contractor pursuant to the terms of this Agreement using any reasonable
procedure, including, but not limited to: internal evaluation procedures, examination of
program data, special analyses, on-site checking, formal audit examinations or any other
procedures. All such monitoring shall be performed in a manner that shall not unduly
interfere with the Contractor's performance hereunder.
10.10 Except as set forth in paragraph 10.15 hereof, any indemnity, warranty or guaranty given
by Contractor to Owner under the Contract Documents shall survive the expiration or
termination of the Contract Documents and shall be binding upon Contractor until any
action thereunder is barred by the applicable statute of limitations or as otherwise
expressly provided on the Contract Documents.
10.11 If Contractor brings to the performance of this Agreement a pre-existing patent or
copyright, the Contractor shall retain all rights and entitlements to that pre-existing patent
or copyright. Otherwise, it is expressly agreed that the work performed under this
Contract is a work for hire.
A. If any discovery or invention arises or is developed in the course of, or as a result
of, Work or services performed under this Agreement, or in any way connected
herewith, the Contractor shall refer the discovery or invention to the Owner's
Project Manager for a determination whether patent protection will be sought in
kk
the name of the County and/or State or federal government. Any and all patent
rights accruing under or in connection with the performance of this Agreement are
hereby reserved to Owner and/or the State or federal government. In the event
that any books, manuals, films, or other copyrightable material are produced, the
Contractor shall notify the Owner. Any and all copyrights accruing under or in
connection with the performance under this Agreement are hereby reserved to
Owner and/or the State or federal government. All materials to which the Owner
and/or the State and federal government is to have patent rights or copyrights
shall be marked and dated by the Contractor in such a manner as to preserve and
protect the legal rights of the Owner and/or the State and federal government.
B. Prior to the initiation of services or Work under this Agreement, the Contractor
shall disclose, in writing, all intellectual properties relevant to the performance of
this Agreement which the Contractor knows, or should know, could give rise to a
patent or copyright. The Contractor shall retain all rights and entitlements to any
pre-existing intellectual property which is so disclosed. Failure to disclose will
indicate that no such property exists. The Owner and/or the State and federal
government shall then, under paragraph A above, have the right to all patents and
copyrights which arise as a result of performance under this Agreement.
C. The terms and conditions specified in paragraphs A and B above shall also apply
to any subcontract made under this Agreement. The Contractor shall be
responsible for informing the subcontractor of the provisions of this section and
obtaining disclosures.
D. Any software, research, reports, studies, data, photographs, negatives or other
documents, drawings, models, materials or work product of any type, including
drafts, prepared by the Contractor in the performance of its obligations under this
Agreement shall be the exclusive property of the County and/or State and all work
product shall be delivered to Owner for delivery to the State upon completion or
termination hereof. The Owner and State's exclusive rights in such work product
shall include, but not be limited to, the right to copy, publish, display, transfer,
and prepare derivative works. The Contractor shall not use, willingly allow, cause
or permit such Work Product to be used for any purpose other than the
performance of the Contractor's obligations hereunder without the prior written
consent of the Owner and the State.
E. Notwithstanding anything to the contrary herein, and in addition to all other rights
granted herein, a royalty -free, nonexclusive and irrevocable license to reproduce,
publish or otherwise use, and to authorize others to use, for government purposes
(a) the copyright in any Work developed under this Agreement and (b) any rights
of copyright to which Contractor purchases ownership with support under this
Agreement is hereby granted to County, State and federal government.
10.12 All rights and title to works for hire under this Agreement, whether patentable or
copyrightable or not, shall belong to the Owner and/or the State and federal government
ck
and shall be subject to the terms and conditions of this Agreement. The Contractor
warrants that all materials produced hereunder will be of original development by the
Contractor and will be specifically developed for the fulfillment of this Agreement and
will not knowingly infringe upon or violate any patent, copyright, trade secret or other
property right of any third party, and the Contractor shall indemnify and hold the Owner
harmless from and against any loss, cost, liability or expense arising out of any breach or
claimed breach of this warranty.
10.13 The signatories to this Agreement aver to their knowledge, no employee of the County
has any personal or beneficial interest whatsoever in the Work 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 manner or degree with the performance of the
Work and Contractor should not employ any person having such known interests.
10.14 In the event a change order or amendment to the Contract Documents is agreed to by the
parties, the same shall be in writing and executed by both parties. Signature may be by
Owner's Project Manager or the Eagle County Engineer within amounts budgeted and
appropriated for this Agreement. Any other change order or amendment shall occur in
compliance with Owner's contract approval policy.
10.15 The parties acknowledge that a boulder is located above Cedar Drive and Frying Pan
Road and will be removed in connection with the Work. The cost of removing the
boulder is currently unknown other than (i) the estimate from Holy Cross Energy in the
amount of $15,000 (the actual cost of this work to be billed when such work is complete)
which the parties agree will be incorporated into a change order at the appropriate time;
and (ii) traffic control which is already included in the cost of the Work; and (iii) bid item
cost 203-00450 rock removal of $5,000 each. Other costs that may arise in removing the
boulder shall be addressed through the change order process as set forth in the Contract
Documents. The Parties acknowledge the costs may include, but will not be limited to,
damage to Cedar Drive and Frying Pan Road, damage to utilities, tree replacement, if
needed as well as regulatory issues that may include removal of the boulder from the
Frying Pan River. Contractor's indemnification obligations shall not apply to removal of
the boulder as set forth in this paragraph 10.15 unless damage is the result of Contractor's
negligence.
[rest of page intentionally left blank]
IN WITNESS WHEREOF, the parties have executed this Agreement on the day and year first set
forth above.
EAGLE COUNTY, COLORADO
By and through its Board of County
Commissioners
ATTEST
o
By: By4kathyandler-Henry,
Clerk of the Board f County Commissioners Chairman
STATE OF COLORADO
ss:
COUNTY OF EAGLE
"Contractor":
GOULD CONSTRUCTIONIVC
By:
Mark Gould, President, CE , CFO
The foregoing instrument was acknowledged before me by 1► ]Av-k C- (lot -la of
C1ok4 t^on •aJP this lit day of /YID , 2015.
My commission expires:Mo-di ZA Z:�O(KIMBERLY D. OCHKO
NOTARY PUBLIC - STATE OF COLORADO
Notary Identification #20014003716
MY Commission Expires 3/23/2017
Notary Public
Exhibit A
EAGLE COUNTY ENGINEERING DEPARTMENT
CEDAR DRIVE ROAD IMPROVEMENTS
PROJECT NO. SHO 0821-097, PROJECT CODE 18266
REVISED BID FORM
CONTRACT
ITEM NO.
CONTRACT ITEM
UNIT
QUANTITY
COST
UNIT
EXTENDED
201-00000
CLEARING AND GRUBBING
LS
1
q5oco-00
q'coo. 00
202-00010
REMOVAL OF TREE
EACH
2
00
cX0.00
202-00035
REMOVAL OF PIPE (12" CMP)
LF
30
101.00
570,00
202-00220
REMOVAL OF ASPHALT MAT
SY
6
_00
pU
203-OW10
UNCLASSIFIED EXCAVATION
(COMPLETE IN PLACE)
CY
700
.00
O b
203-00060
EMBANKMENT MATERIAL
(COMPLETE IN PLACE)
CY
850
aS�O
203-400
ROCK EXCAVATION
CY
625
(cr:-, OCA
203-00450
ROCK REMOVAL
EACH
3
57004-_0G
I sccO.Op
203-00500
ROCK FILL
CY
625
;;�5- 00
'9101s"
206-00000
STRUCTURE EXCAVATION
CY
22
X5700
-7-7000
206-00100
STRUCTURE BACKFILL
(CLASS 1)
CY
21
00
I yb
00
a`Z�l�fO'
206-00360
MECHANICAL
REINFORCEMENT OF SOIL
CY
19
Od
o G
207-00205
TOPSOIL
CY
30
c) 0
y Ind O 6
208-00002
EROSION LOG (12 INCH)
LF
75
13.00
TSS oO
208-00040
CHECK DAM
EACH
12
1-70-00
.2pyo-op
208-00045
CONCRETE WASHOUT
STRUCTURE
EACH
1G5U
3.3 SO
3.35Z>' o4
208-00050
STORM DRAIN INLET
PROTECTION
EACH
9
pp
'Aq-c- O d
208-00205
EROSION CONTROL
SUPERVISOR
DAY
12
06
X30'
-o O
210-00810
RESET GROUND SIGN
EACH
2
0 00
- O G
212-00006
SEEDING (NATIVE)
ACRE
1
' 7c,00
1,200,0c)
213-002
MULCHING (WEED FREE HAY)
ACRE
1
ooeac
213-00061
MULCH TACKIFIER
LB
50
�-,pG
;zsv-c,0
240-00000
WILDLIFE BIOLOGIST
HOUR
12
qv.00
1,08c
Page 7 of 9 - Addendum #3
EAGLE COUNTY ENGINEERING DEPARTMENT
CEDAR DRIVE ROAD IMPROVEMENTS
PROJECT NO. SHO 0821-097, PROJECT CODE 18265
CONTRACT
ITEM NO.
CONTRACT ITEM
UNIT
QUANTITY
COST
UNIT
EXTENDED
304-06000
AGGREGATE BASE COURSE
CLASS fi
TON
2560
�•00
403-34721
HOT MIX ASPHALT (GRADING
SX) (75) (PG 58-28)
TON
183500
/zZ
Z73 $70 00
420-00132
GEOTEXTILE (SEPARATOR)
(CLASS 1)
SY
70000
1. � c0
502-08250
MICROPILE (4 INCH)
LF
280
7S�-00
a� � • 00
506-00209
RIPRAP (9 INCH)
CY
6a
00a
p0
506-00212
RIPRAP (12 INCH)
CY
25
es -co
�aSOG�
506-00218
RIPRAP (18 INCH)
CY
9
es-00
--7Gja.0O
507-00700
DITCH TYPE 1
LF
65
�F
601-03052
CONCRETE CLASS D (WALL)
(COLORED)l�
CY
17
OU
j 17 OO
602-00020
REINFORCING STEEL (EPDXY
LB
3020COATE
Z_ 12p
p D
603-50018
18 INCH PLASTIC PIPE
LF
91
CIO. 00
9,1` 6. O O
603-50024
24 INCH PLASTIC PIPE
LF
100
los-00
l' BSUG OCA
603-50036
36 INCH PLASTIC PIPE
LF
40�G0•
00
1 y 00
603-50042
42 INCH PLASTIC PIPE
LF
75
1q.3 00
�Ll,y7so6
604-00305
INLET TYPE C (5 FOOT)
EACH
1
�cc 00
�Oa• 00
604-00505
INLET TYPED (5 FOOT)
EACH
2
1 fd 0
,
(�15Cj O 0
606-00301
GUARDRAIL TYPE 3 (6-3 POST
SPACING) (7 FOOT POST)
LF
1568
O O
cam• -j -7Wp6
606-01390
END ANCHORAGE TYPE 3K
EACH
14
�0.[X7
606-10305
BRIDGE RAIL TYPE 3
(SPECIAL)
LF
47
7-&'-
lyZ609-24003
609-24003
GUTTER TYPE 2 (3 FOOT)
LF
670
LO -00
3Z '00
612-00001
DELINEATOR (TYPE 1)
EACH
18
RS -6>0
DO
613-00600
6" SCH 80 PVC WATERLINE
SLEEVE
LF
40
Q�
O�
,D`
625-00000
CONSTRUCTION SURVEYING
LS
1
,,7 00p'CO
Z7COO .00
626-00000
MOBILIZATION
LS
1
e ,Q 'vU
�
Page 8 of 9 - Addendum #3
EAGLE COUNTY ENGINEERING DEPARTMENT
CEDAR DRIVE ROAD IMPROVEMENTS
PROJECT NO. SHO 0821-097, PROJECT CODE 18266
ITEM NO.T
CONTRACT ITEM
UNIT
QUANTITY
COST
-75�j'00
F/A TRAFFIC CONTROL
UNIT
EXTENDED
626-01000
PUBLIC INFORMATION
LS
160
S' Db
SS3
CONTROL
SERVICES
,��o. ► n
630-00000
FLAGGING
HOUR
1000pQ
O�
630-00007
TRAFFIC CONTROL
DAY
60
d�
g,
INSPECTION
630-00012
TRAFFIC CONTROL
DAY
15
-%ST.i
II T�.O4
MANAGEMENT
630-80311
BARRICADE (TYPE 3) (5FT X
EACH
6
3Lto'
Z'CAC OO
8�
630-80341
CONSTRUCTION TRAFFIC
EACH
9
'7-0 p
i `O PCS
SIGN (PANEL SIZE A)
630-80342
CONSTRUCTION TRAFFIC
EACH
800
1,20
cIlA'� Ov
SIGN (PANEL SIZE C)
630-80355
MESSAGE SIGN
PORTPANEL
EACH
2
/Y&'GO
Z-7, 2woo
630-80363
DRUM CHANNELIZING DEVICE
EACH
200
O�
(FLASHING)
I
S
630.80370
CONCRETE BARRIER
(TEMPORARY)
LF
15000
!' %
DD
630-80380
TRAFFIC CONE
EACH
20
/0 co
&)o'OD
FORCE ACCOUNT ITEMS
700-70009
F/A MINOR CONTRACT
REVISIONS
FA
1
75000
-75�j'00
F/A TRAFFIC CONTROL
700-70492
(UNIFORMED TRAFFIC
HOUR
20
1500
�d� 00
CONTROL
,��o. ► n
1031, 31�S c
�; l,eAse -See
Qualification rescinded by letter dated 4/23/2015 included in
Bid Package (Exhibit B)
Page 9 of 9 - Addendum #3
Exhibit B
RESPONSE CHECKLIST
For Construction of the Cedar Drive Road improvements Project
The bidder's attention is especially called to the items listed below, which must be submitted in
full as part of the bid. Failure to submit any of the documents listed below as a part of your bid,
or failure to acknowledge any addendum in writing with your bid, or submitting a bid on any
condition, limitation or provision not officially invited in this Invitation For Bids may be cause
for rejection of the bid. Bidders shall check each box indicating compliance.
THIS CHECKLIST MUST BE SUBMITTED AS PART OF YOUR PACKAGE
THE FOLLOWING CDOT FORMS MUST ALSO BE SUBMITTED AS PART OF
YOUR BID. BIDS WILL NOT BE ACCEPTED IF THEY DO NOT INCLUDE THESE
FORMS (1 original & 1 copy
CDOT Form 606, ANTI -COLLUSION AFFIDAVIT
CDOT Form 1413, BIDDER'S LIST
CDOT Form, 1414, ANTICIPATED DBE PARTICIPATION PLAN
The CDOT Form 347, Certification of EEO Compliance, is no longer required to be submitted in
the bid package. This form certified that the contractor/proposed subcontractors were in
compliance with the Joint Reporting Committee EEO -1 form requirements. The EEO -I Report
must still be submitted to the Joint Reporting Committee if the contractors and subcontractors
meet the eligibility requirements (29 CFR 1602.07); we will, however, no longer require
certification. For additional information regarding these federal requirements, please refer to:
lrttp://www.eeoc.g vov/empvers/eeotsurvevq cfm. This Project includes funding by CDOT
administered by Federal Highway Administration (" FHWA') grants; therefore the Davis Baca
Act will apply.
Page 8 of 415
RESPONSE CHECKLIST
ADDENDUM(S) ACKNOWLEDGED (IF APPLICABLE)
EAGLE COUNTY BID BOND OR OTHER FORM OF BID SECURITY (5%)
&-k
MINIMUM INSURANCE REQUIREMENTS FORM AND CERTIFICATE OF
INSURANCE SHOWING COhRdERCIAL GENERAL LIABILITY AND
WORKERS COMPENSATION COVERAGE
BID FORM
ONE (1) ORIGINAL HARDCOPY SET AND ONE (1) COMPLETE COPY OF ALL
BID DOCUMENTS
LOBBYING CERTIFICATION
BIDDER IS PRE -QUALIFIED WITH THE STATE OF COLORADO
DEPARTMENT OF TRANSPORTATION
THE FOLLOWING CDOT FORMS MUST ALSO BE SUBMITTED AS PART OF
YOUR BID. BIDS WILL NOT BE ACCEPTED IF THEY DO NOT INCLUDE THESE
FORMS (1 original & 1 copy
CDOT Form 606, ANTI -COLLUSION AFFIDAVIT
CDOT Form 1413, BIDDER'S LIST
CDOT Form, 1414, ANTICIPATED DBE PARTICIPATION PLAN
The CDOT Form 347, Certification of EEO Compliance, is no longer required to be submitted in
the bid package. This form certified that the contractor/proposed subcontractors were in
compliance with the Joint Reporting Committee EEO -1 form requirements. The EEO -I Report
must still be submitted to the Joint Reporting Committee if the contractors and subcontractors
meet the eligibility requirements (29 CFR 1602.07); we will, however, no longer require
certification. For additional information regarding these federal requirements, please refer to:
lrttp://www.eeoc.g vov/empvers/eeotsurvevq cfm. This Project includes funding by CDOT
administered by Federal Highway Administration (" FHWA') grants; therefore the Davis Baca
Act will apply.
Page 8 of 415
RESPONSE CHECKLIST - continued
For Construction of the Cedar Drive Road Improvement Project
The apparent low bidder will be given the following forms. These forms need to be
returned to Eagle County by 4:30 pm MT on the first calendar day following bid opening.
Failure to submit the forms may result in the denial of award to the apparent low
responsible bidder and forfeiture of the proposal guarantee.
CDOT Form 605, CONTRACTORS PERFORMANCE CAPABILITY STATEMENT
CDOT Form 621, ASSIGNMENT OF ANTITRUST CLAIMS
CDOT Form 1415, UDBE COMMITMENT CONFIRMATION
CDOT Form 1416, DBE GOOD FAITH EFFORT REPORT
The table below shall be filled out and signed as part of the completion of the Response
Checklist.
Company Name:
Phone Number:
Gou,IJ
ago `NS-7aq/
Street Address:
Fax:
Pp Sox 130
q-70 ITLfS'
City, State, Zip:
Email:
(7,JeA S rr S p
Authorized Representative Name (Print):
Title:
M a -r k C— (qC'U (J
Pres, jej,
Authorized Rep a t' 'gnature:
Date:
A - .n (0 20r.—
Page 9 of 415
RESPONSE CHECKLIST - continued
For Construction of the Cedar Drive Road Improvement Project
Fuel Cost Adjustments
Bidders have the option to accept Fuel Cost Adjustments in accordance with the Revision of
Section 109 —Fuel Cost Adjustment. To accept this standard special provision, the bidder must
fill in an "X" next to "YES" below. No Fuel Cost Adjustment will be made due to fuel cost
changes for bidders who answer "NO". If neither line is marked, Eagle County will assume the
bidder rejects Fuel Cost Adjustments for this project. After bids are submitted, bidders will not
be given any other opportunity to accept or reject this adjustment.
(Mark only one line with an "X")
(Pe -'1,K YES, I choose to accept Fuel Cost Adjustments for this project
NO, I choose NOT to accept Fuel Cost Adjustments for this project (if neither line is
!marked, the default is "NO", I choose NOT to accept Fuel Cost Adjustments for this project
Page 10 of 415
EAGLE COUNTY BID BOND
<NC -W ALL MEN By 7HESE ORESEVS, THA7,
Gould Construction, Inc.
!Nwre)
P.O. Box 130. Glenwood Springs. CO 81602 hereina:-*terrr=tl-tJD!ir,:t.,,i--.1 i,o
jAcdressl
Employers Mutual Casualty Company
jSuRETv Name:
;'a, 01 Oi28r:_ L,: a,w cxls!; =a
pw.'s ar the State r)4. Iowa
P.O. Box 712, Des Moines, IA 50306
,5v RE o' Audies-,
and ALJ-'1ORIZM 70 F1,0 3uS!,%FSS % 717 ST ATr OF CO! OqAD%, as herear.e, re- SU-PV1, are ,,-ld miv ' uiscj to
EAGLE Cr? JNT:, CULORADO, as 0i•,'
,gee, ere af-.er :a1lec the CIL ;gee, e sut o: ' n5ert Prorosa� Ar -punt 'n Wo -as?
Five Percent (5%) of Total Amount Bid 5%
lav, ful n-oney of ,he Un.,,ed States of Aweiir;i f0r paymen', c4' wh ch si;m ve! ai4 - Jy -c, to raoe ": e, pvnrlcoal ani- e Sc. etv
birc dlefl-'selves' t-err-ei-s, executers successors and ass`g5. i.;In%' and y by rhes. ore i rt;5
VjNHREAS, the Prirlcipa. has six -m =-,ed tr: rhe Ob,ige-,
a contrac- bid dated -lie 10th day OfApril 9n15 _ cor oe P,;icovk , c < cxva, t*
Cedar Drive Improvement Project
3 NIM 74EREC-CRE, -HE COINIDMCNI OF THI> OBUSA-01,; IS SJ,' -i ' Hk,, :: P, ..-pws '*id is accep',el t%•/ Obi gee and 0:iri,:!pa! s
a,.-jarded tne contract r whore or in part. ar,: the Principal sha!, cr;vter Into the contract %v: -.h the O'bogee in aLCQ4idnCe Wit! the
Ler,,rls of such b d, and give such Payr.-ent, Performance, and Maintenance nond or bonds as may be specified the bidaing or
-,
.ontract docurients .-vith go..,d and sufficient surer; ',.)r the '"aithful perf,rTance Of Such Contact and W the por-,pt c-aynient of
abcr ane, mate ia fu-n;shed i: tie piosecwv,*� thetew. o, r the ever.1- �" the failure of d, e Prins pa, tc eater suc, corse — and give
such crood of uinn.i>, if the Pr nrcpal shat, promptly pay to ,he OVgee th= amount of this hcrid as set forth herein aocove, then tf .s
)btigation shat be n, and void o.r:erwise this obi;gauon -o erviai!i it fur! -or -e ano effect.
Sigre,,, ano seaieaejqhe dates set fr,;th be:o-.-,,:
FOP. Gould Constructign, Inc.
Ts.- ir
(Se Th -15 10th day ofl April 2Q1a_______
EMP114mrs. asualjy Company
E
TS: Ar ey K. Anders 94)
N/ Attorney -in -Fact
:his 10th 02y of APO'
2015
Scrd —his Bore Cis! j5 ,i<_ net: a SSA Gua,anteed Bond.
# N/A
Page 29 of 4'. 5
/EMC.
INSURANCE P.O. Box 712 • Des Moines, Iowa 60306-0712
CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY-IN-FACT
KNOW ALL MEN BY THESE PRESENTS, that:
1. Employers Mutual Casualty Company, an Iowa Corporation
2. EMCASCO Insurance Company, an Iowa Corporation
3. Union Insurance Company of Providence, an Iowa Corporation
4. Illinois EMCASCO Insurance Company, an Iowa Corporation
5. Dakota Fire Insurance Company, a North Dakota Corporation
6. EMC Property & Casualty Company, an Iowa Corporation
7. Hamilton Mutual Insurance Company, an Iowa Corporation
hereinafter referred to severally as "Company" and collectively as "Companies", each does, by these presents, make, constitute and appoint:
TIMOTHY J. BLANCHARD, ASHLEY K. ANDERSON, JONATHAN B. LAND, ROBERT CHARLES TORREZ, VICKIE GOLOBIC, TERRI L. REESE,
BROOKE DIANA LEE BECK, ANITA CLAYTON KELLER, CHRISTINA L. TOWNSEND, INDIVIDUALLY, GRAND JUNCTION, COLORADO
its true and lawful attomey-in-fact, with full power and authority conferred to sign, seal, and execute the following Surety Bond:
ANY AND ALL BONDS
and to bind each Company thereby as fully and to the same extent as if such instruments were signed by the duly authorized officers of each such Company, and all
of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed.
The authority hereby granted shall expire April 1, 2018 unless sooner revoked.
AUTHORITY FOR POWER OF ATTORNEY
This Power -of -Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at the
first regularly scheduled meeting of each company duly called and held in 1999:
RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have
power and authority to (1) appoint attorneys -in -fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds
and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof; and (2) to remove any such attorney-in-fact at any time
and revoke the power and authority given to him or her. Attorneys -in -fact shall have power and authority, subject to the terms and limitations of the power-of-attorney
issued to them, to execute and deliver on behalf of the Company, and to attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of
indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such aftorney-in-fact shall be fully and in all respects binding upon
the Company. Certification as to the validity of any power-of-attorney authorized herein made by an officer of Employers Mutual Casualty Company shall be fully and in all
respects binding upon this Company. The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon
a certified copy of any power-of-attorney of the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed.
IN WITNESS THEREOF, the Companies have caused these presents to be signed for each by their officers as shown, and the Corporate seals to be hereto affixed this
22nd day of June, 2010.
Seals
Wa`w °^+P�=; ; ¢ `oP•°�.~ �" : o�P�o"•°�+; s;':
,1953
Bruce G. Kelley, Chairman Michael Freel
SEAL ; = = �' 1863° ° o = ` =
of Companies 2, 3, 4, 5 & 6; President Assistant Secretary
�; '<�= ' 10"'^ `o ? -� • .o :
of Company 1; Vice Chairman and
CEO ofCompany 7
• 11=1 On this 22nd da of June, AD 2010 before me a Notaryy Public in and for the State of Iowa,
=.'NSURAJV4 ,' `�NSw+AryC, y
'moo, ;moo ;,.�;° '•F� : :`�,, personally appeared Bruce G. Kelley and Michael Freel, who, being by me duly sworn,
°P "'° ='�' : sg °° ''^ '` '° ''• = did say that they are, and are known to me to be the Chairman, President, Vice Chairman
- .i SEAL ; ; SEAL ° ? W SEAL A : and CEO, and/or Assistant Secretary, respectively, of each of the Companies above; that
... the seals affixed to this instrument are the seals of said corporations; that said instrument
was signed and sealed on behalf of each of the Companies by authority of their respective
Boards of Directors; and that the said Bruce G. Kelley and Michael Free], as such officers,
�M
TU q iy acknowledged the execution of said Instrument to be their voluntary act and deed, and the
UTU q y voluntary act and deed of each of the Companies.
VIMHT _ m Nu 22DO My CoFCATE
xpires November 1, 2017.
PAMCMJL
o��� Nva � Oamrt 2fj1i � a ES,
Notary
i �,
Notary Public in and for the State of to a
CERT
I, James D. Clough, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, and
this Power of Attorney issued pursuant thereto on 22nd day of June, 2010, are true and correct and are still in full force and effect.
In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 10th day of April 2015
Vice President
MINIMUM INSURANCE REQUIREMENTS
The minimum insurance requirements specified in the General Conditions, shall be carried by all contractors as
specified in the County's solicitation package, Special Provisions and Standard Specifications.
Except for workers compensation and employer's liability insurance, Eagle County and the State of
Colorado Department of Transportation (CDOT) must be named as an additional insured. Certificates of
Insurance must be submitted upon execution of the Agreement by Contractor and provide 45 days'
notice prior to any cancellation.
•
All coverage furnished by contractor is primary, and that any insurance held by Eagle County and State
of Colorado Department of Transportation is excess and non-contributory.
• The certificates of insurance shall provide that there will be no cancellation, reduction or modification
of coverage without forty-five (45) days' prior written notice to Eagle County of AMcancellation. If
CONTRACTOR does not comply with this section, the County may, in addition to any other remedies it
may have, terminate this Agreement, subject to any provision of this Agreement.
The undersigned certifies and agrees to carry and maintain the insurance requirements indicated above throughout
the contract Period of Performance.
C A &L�c -
(Name of Company)
�t)
(Signature)
Page 33 of 415
Client*: 122855
QAULCONS2
ACORD. CERTIFICATE OF LIABILITY INSURANCEa"T`p`" "I
4/08/2015
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER'THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BiT1,OW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUN G INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER AND THE CERTIFICATE HOLDER.
IMPORTANT: It On cardfleate holder M an ADDITIONAL INSURED, the poky(ies) must be sndwssi N SU111111100ATION IS WANM subject Ir
the farms and conditions of the policy, certain pokles may mqui a an endorsement. A atatenw it on We oerWaste does not corder rWft to the
cwd lcsb Roeder In lou of such endorsamsn*).
PRODUCERLiMEAcT
Anita War
HUB krternathmal Ins Svcs Inc
870-354-3308 74
2742 Crossroads Blvd
Grand Junction, CO 815H
888 245.8011
. anita.kelle nternational.com
� APPSRoea COVERAGE NAIL w
a KINER A c Zurich American Insurance Cc 18535
Gould Construction Inc
Noor e ■ : American Guarantee & Liability 2;247
3/01/2015
PO Box 130
INGUNE`c:
con MErCIAL GENERAL LIABILITY
Glenwood Springs, CO 81801
D"KINER E :
rwaUNEN F: HUB CA License 00757776
I "V= AI n "CK l WRAP /C KljM9 K. @FYIR NIlwmi w.
THIS E TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN E SUBJECT TO ALL THE TERMS.
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAAM.
tv
TYPE OF IIaNN1R110E
ADDL
22
POLICY "U&AM
uWTS
A
GENERAL Luanrrr
X
X ",
GLOS31154814
3/01/2015
0310112014 EAcm occLww cE _ $1,000.000
con MErCIAL GENERAL LIABILITY
MffE :100000
OCCUR
oi,.
MED EXP 1408 0
PERSOWILAADVINAIRY 51000000
GENERAL AGGREGATE i 00O 000
GENL AGGREGATE LONT APPLIES PER:
PRODUCTS - Cok~ AGG s 000 000
POLICY XJMX Lia
t
A
AUTOMOBILELIAtahY
X
X
, BAP831154914
D310112015
0=112014 A1,00,000
X AM AUTO
OW LY of MY rw,arson) $
ALL OWNED SCHEDULED
AUTOS ' AUTOB
ODDLY INAEtY �r swkt4 s
X HIRED AUTO X AUT UNE,
PROPERTY DAMAGE t
B
X WINNELIALAX
OCCUR
AUC009649400 v`
3/01/2015
03101/201 EACH OCCURRENCE s5 000
RE7tC1Fl tJAa
CLAIMS -MADE
AGGREGATE $5,000,000
XIt
t
A
WNyy
X
WC831154714
3/01/2015
0331801120! X �A
r N
_
7T�IO��N�
= IRDED7 E1
MIA
LL EACH ACCIDENT t1 M 000
DISEASE - EA EMPL $1000 000
0ftE.L.
P OPERATIONS below
E.L asEA - POLICY LINT $1 000 000
I
-T
i
pwacPxn 'MI eF oPE voma R LoCATKm lrElMca n ~ A N7. AiNwlal NgnarRs sal.aa., E � ipo� M
Eagle County and Colorado Department of Transportation are named as additional Insured for General
Liability.
Eagle County SHOULD ANY OF TWAiQYa OESCRNM POLICIES BE CAW.ELLSO BNFORE
THE awitATIDN DAYS Tmm*oF, NOTICE WLLL me DBLIYaI w ;IN
PO Box 850 ACCORDAWA WITH THS POLICY PROVISIONS.
Eagle, CO 81631
AU►NORVMD 11@I�a11TATM
®1988-2010 ACORD CORPORATION. All rights reserved.
ACORD 25 (2010105) 1 of 1 The ACORD name and logo are registered marks of ACORD
#834447121M3367301 KY01
EAGLE COUNTY ENGINEERING DEPARTMENT
CEDAR DRIVE ROAD IMPROVEMENTS
PROJECT NO. SHO 0821-097, PROJECT CODE 18265
REVISED BID FORM
CONTRACT
ITEM NO.
CONTRACT ITEM
UNIT
QUANTITY
COST
UNIT
EXTENDED
201-00000
CLEARING AND GRUBBING
LS
1
-00G•
DO
202-00010
REMOVAL OF TREE
EACH
2
00
•OO
202-00035
REMOVAL OF PIPE (12" CMP)
LF
30
19,00
570-00
202-00220
REMOVAL OF ASPHALT MAT
SY
6
00
f -00
203-00010
UNCLASSIFIED EXCAVATION
(COMPLETE IN PLACE);
CY
700
00Ob
GIGG`
203-00060
EMBANKMENT MATERIAL
(COMPLETE IN PLACE)
CY
850R57-00
00
o� 1. Z`50
203-00400
ROCK EXCAVATION
CY
625
IC CI 00
203-00450
ROCK REMOVAL
EACH
3
i50C,d 00
l �f>Dp 00
203-00500
ROCK FILL
CY
625
Z;ts- o o
a I �-7 o0
206-00000
STRUCTURE EXCAVATION
CY
2200
-7-7000
206-00100
STRUCTURE BACKFILL
(CLASS 1)
CY
21
I yb 00
aq OG
206-00360
MECHANICAL
REINFORCEMENT OF SOIL
CY
19
oaoG
?i5
[J(S
207-00205
TOPSOIL
CY
30
1 3g v0
41I1f0- o6
208-00002
EROSION LOG (12 INCH)
LF
75
13.00
q -7S-00
208-00040
CHECK DAM
EACH
12
1-7000
.2.0qO`od
208-00045
CONCRETE WASHOUT
STRUCTURE
EACH
100
3.35
3,352 00
208-00050
STORM DRAIN INLET
PROTECTION
EACH
9
j
a�9� OO
208-00205
EROSION CONTROL
SUPERVISOR
DAY
12
O6
X30
o O
210-00810
RESET GROUND SIGN
EACH
2
O.00
�( - 00
212-00006
SEEDING (NATIVE)
ACRE
1
i�ZQ0.d0
1,7,00-00
213-00002
MULCHING (WEED FREE HAY)
ACRE
1
0o
OC>
213-00061
MULCH TACKIFIER
LB
50
240-00000
WILDLIFE BIOLOGIST
HOUR
12
qo• va
Page 7 of 9 - Addendum #3
EAGLE COUNTY ENGINEERING DEPARTMENT
CEDAR DRIVE ROAD IMPROVEMENTS
PROJECT NO. SHO 0821-097, PROJECT CODE 18265
CONTRACT
ITEM NO.
CONTRACT ITEM
UNIT
QUANTITY
COST
UNIT
EXTENDED
304-06000
CLASS 6) AGGREGATE BASE COURSE
TON
2560
oo
)•OG
403-34721
HOT MIX ASPHALT (GRADING
SX) (75) (PG 58-28)
TON
1835/z,7pd
$'7O pp
420-00132
GEOTEXTILE (SEPARATOR)
(CLASS 1)
SY
700
:2
�, 1 j( Cj -co
502-08250
MICROPILE (4 INCH)
LF
280
-7S-p0
alb• 00
506-00209
RIPRAP (9 INCH)
CY
6
�a ov
a ob
506-00212
RIPRAP (12 INCH)
CY
25
85-00
a �aS00
506-00218
RIPRAP (18 INCH)
CY
9
00
507-00700
DITCH TYPE 1
LF
65
70-00
L 00
601-03052
CONCRETE CLASS D (WALL)
(COLORED)
CY
17
00
, p0
�S
602-00020
REINFO )CING STEEL (EPDXY
COATE603-00018
LB
3020
0 I/ 00
18 INCH PLASTIC PIPE
LF
91
c1c, oo
196. O C'
603-50024
24 INCH PLASTIC PIPE
LF
100
10500
i o,s o oo
603-50036
36 INCH PLASTIC PIPE
LF
40
/w• 00
1 L06
603-50042
42 INCH PLASTIC PIPE
LF
75
1'33 OCA
f,�I4 Lt7500
604-00305
INLET TYPE C (5 FOOT)
EACH
1
3 loc, OU
00
604-00505
INLET TYPED (5 FOOT)
EACH
2
) 3� 00
'3(5r,'00
g,��-00
606-00301
GUARDRAIL TYPE 3 (6-3 POST
SPACING) (7 FOOT POST)
LF
1568
:114 O O
606-01390
END ANCHORAGE TYPE 3K
EACH
14
Gp
OU
606-10305
BRIDGE RAIL TYPE 3
(SPECIAL)
LF
47
71&2 t7-,>
609-24003
GUTTER TYPE 2 (3 FOOT)
LF
670
k f7-00
37-&30 00
612-00001
DELINEATOR (TYPE 1)
EACH
18
'?
iyt� oo
613-00600
6" SCH 80 PVC WATERLINE
SLEEVE
LF
40
j' Q0
QO
�Q'
625-00000
CONSTRUCTION SURVEYING
LS
1
zzcoo X)
626-00000
MOBILIZATION
LS
1
ej,Q'v0�')
-C%
Page 8 of 9 - Addendum #3
EAGLE COUNTY ENGINEERING DEPARTMENT
CEDAR DRIVE ROAD IMPROVEMENTS
PROJECT NO. SHO 0821-097, PROJECT CODE 18266
CONTRACT
ITEM NO.
CONTRACT ITEM
UNIT
QUANTITY
COST
UNIT
EXTENDED
F/A TRAFFIC CONTROL
626-01000
PUBLIC INFORMATION
SERVICESQ7
LS
100
20
6v
630-00000
FLAGGING
HOUR
1000
;3�5CO
.3Q 00
630-00007
TRAFFIC CONTROL
INSPECTION
DAY
60
t1rT,QO
630-00012
TRAFFIC CONTROL
MANAGEMENT
DAY
15
--7-<Z•00
630-80311
BARRICADE (TYPE 3) (5FT X
8FT)
EACH
6
3 00
�4Gt f(j`
630-80341
CONSTRUCTION TRAFFIC
SIGN (PANEL SIZE A)
EACH
9
630-80342
CONSTRUCTION TRAFFIC
SIGN (PANEL SIZE C)
EACH
8
G�
O�
630-80355
PORTABLE MESSAGE SIGN
EACH
2✓
%�,
co
Z�i
630-80363
DRUM CHANNELIZING DEVICE
(FLASHING)
EACH
2
�S DOOD
S'Z�
630-80370
CONCRETE BARRIER
(TEMPORARY)
LF
150
630-80380
TRAFFIC CONE
EACH
20
/0 co
Q�
FORCE ACCOUNT ITFMR
700-70009
F/A MINOR CONTRACT
REVISIONS
FA
1
75000
OQ
75
F/A TRAFFIC CONTROL
700-70492
ED TRAFFIC
HOUR
20
1500
�d00 00
CONTROL)
/, rr/Il1Y1 l �X.4�f17t2t1Git'l4z/i'f AL BID
! 03 J 00}
-p1,eAse- s&e-
Page 9 of 9 - Addendum #3
GOLD
CONSTRUCTION
April 23, 2015
CDOT
Eagle County
PO Box 850
Eagle, CO 81631
RE: Cedar Drive Improvements Project SHO 0821-097
Project Code: 18565
To Whom It May Concern:
Please accept this letter as our notification to CDOT and Eagle County that Gould Construction Inc
rescinds the Qualification Statement that was included in our bid packet submitted on April 10, 2015 for
the Cedar Drive Improvements Project.
Sincerely,
Mark C. Gould, Jr
COO
P.O. Box 130,,Glenwood Springs, CO 81602 Phone: 970-945-7291 Fax: 970-945-8371
GOVLD
CONSTRUCTION
April 10, 2015
RE: Qualification Statement
Cedar Drive Improvements Project
SHO 0821-097,
Project Code: 18265
As the civil engineer for the project is anticipating the need for the rock in exhibit A(attached) to be
barred from its current location, Gould Construction, Inc. would like to qualify is bid with the following
statements.
Gould Construction, Inc will not be responsible for property damage to adjacent properties for any
rockfall related to or caused by rock removal activities on the Cedar Drive Improvements project; nor for
the cost of removal of the rock from the river, or damages caused to the roadway if the rock activity
damages the Frying Pan Road. Also excluded are the costs of removal of Holy Cross three phase line
next to the road. We have talked to Holy Cross and believe the County should carry a budget of
$50,000.00 for Holy Cross and Road Damage repair.
Sincerely,
Mark C. Gould
President CEO CFO
P.O. Box 130, Glenwood Springs, CO 81602 Phone: 970-945-7291 Fax: 970-945-8371
x
Al..♦� "` i � ;si� \` �"f��' r �'+� "ik "[g,'"Y`•F�.'��.8`-s/1•fi't'� � y � fit" 4�, i 7 � } :1
Supplemental Bid Notes: (if applicable)
The bidder understands that the bid quantities are estimated and that final payment will be based
on actual field measured quantities.
A. DBE Goal for this Project is 10%
B. This Project is funded by CDOT administered by FHWA grants; therefore Davis Bacon
wages apply.
C� C Ons
COMPANY NAME
Page 26 of 415
BID FORM SIGNATURE PAGE
By signing in this space, the contractor hereby certifies that this company is not presently debarred,
suspended, proposed for debarment, declared ineligible or voluntarily excluded from bidding/proposing
on any federal st u nicipal Invitations for Bids or Requests for Proposals. Contract shall sign
be k.
Si nature ' �0��
_' Dat
e5
Title
THE CONTRACTOR hereby Certifies that at the time of this certification, the Contractor does not
knowingly employ or contract with an illegal alien and that the contractor has participated or attempted
to participate in the basic pilot program in order to verify that the Contractor does not employ any
illegal aliens. "Basic pilot program" means the basic pilot employment verification program created in
Public Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th Congress, as
amended, that is administered by the United States department of homeland security.
If awarded the contract, the undersigned hereby agrees to sign said Contract, and furnish the necessary
bonds within fifteen (15) days of receipt of the "Notice of Award", of said contract, and to begin work
within fifteen (15) days from the date of receipt of the "Notice to Proceed", reach a Substantial
Completion milestone the construction effort, as defined in Special Provision 105, Subsection 105.21,
within ONE HUNDRED TWENTY (120) calendar days and to Final Acceptance for the project within
ONE HUNDRED FORTY (140) calendar days.
The undersigned acknowledges and understands the terms, conditions, Specifications and all
Requirements contained and/or referenced and is legally authorized by the bidder ake the above
bid statements or representations. /Please include original signature in in
(Name of Company) (Signature) ( ate S—
(Address)
(City, State and Zip)
21!iiG 600
(Name tvoed/PrintPdl r n.►_►
FEDERAL TAX ID #
Quo Sits- 7aq /
(Telephone Number)
g -;0 q�,s S.34 1
(Facsimile Number)
This Company Is: CorporationX Individual Partnership LLC
Bidder hereby acknowledges receipt of the following Addendums if applicable (Bidder agrees that it is
bound by all Amendments identified herein)
ADDENDUM DATED:
ADDENDUM #2_1YL � _ DATED: Ot S—
ADDENDUM #3- I?l e- C1 DATED:
Page 27 of 415
CERTIFICATION OF FEDERAL AID CONTRACTS
(LOBBYING CERTIFICATION)
Contractor certifies, by signing this Agreement, to the best of its knowledge and belief, that:
No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any
person for influencing or attempting to influence an officer or employee of any Federal agency, a Member
of Congress, an officer or employee of Congress, or an employee of a member of Congress in connection
with the awarding of any Federal loan, the entering into any cooperative agreement, and the extension,
continuation, renewal, amendment, or modification of any Federal contract, Agreement, loan or
cooperative agreement.
If any funds other than Federal appropriated funds have been paid or will be paid to any person for
influencing or attempting to influence an officer or of Congress, or an employee of a Member of Congress
in connection with this Federal contract, Agreement, loan or cooperative agreement, the undersigned shall
complete and submit Standard Form -LLL "Disclosure Form to Report Lobbying," in accordance with its
instructions.
This certification is a material representation of fact upon which reliance was placed when this transaction
was made or entered into. Submission of this certification is a prerequisite for making or entering into this
transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required
certification shall be subject to civil penalty of not less than $10,000 and not more than $100,000 for each
such failure.
The prospective participant also agree by submitting his or her bid or proposal that he or she shall require
that the language of this certification be included in all lower tier subcontracts, which exceed $100,000
and that all such sub -recipients shall certify and disclose accordingly.
Aaid Oowclw4::�,
ame of Company)
IO, 7-01 S '
(Date
Page 6 of 9 - Addendum #3
Contracts and Market Analysis BranchCOLORADO
4201 East Arkansas Avenue, 21d Floor
Denver, Colorado 80222 Department of Transportation
Telephone: (303) 757-9583 Division of Project Support
Facsimile: (303) 757-9867
March 31, 2015
NOTIFICATION OF PREOUALIFICATION
GOULD CONSTRUCTION, INC.
P. O. BOX 130 Limit: $unlimited
GLENWOOD SPRINGS, CO 81602- Vendor ID: 534A
Reference is made to your application for registration as a qualified bidder on Colorado Highway work,
dated March 23, 2015. Your file has been reviewed and determined to be complete. Your firms Vendor ID
is indicated above and must be shown on your bid proposal.
Bids from a general contractor will be received subject to any limitation stated above, and with due
consideration to the amount of work presently under contract, past performance on highway contracts, and
the contractor's financial status at the time of bidding. It is further understood that the bidder has available
the organization and equipment adequate for any project on which a bid is submitted; that the contractor's
organization and equipment will be available to undertake the work on which bids are currently made,
promptly after award of contract; and that the work will be carried on expeditiously and under proper
supervision.
This notice supersedes all previous notices. This prequalification will expire on March 31, 2016. You must
file a new application 17 days prior that time to remain current. It is the contractor's sole responsibility to
obtain and file the necessary forms each year prior to expiration. Forms are available on the Internet at
hqs://www.coloradodot.info/business/bidding/Prequa]%20Form/view.
Regards,
Peter Avbenake
Pre -Qualification Administrator
COLORADO DEPARTMENT OF TRANSPORTATION PROJwr N0.5 H p 09 1 _ 1)y
ANTI -COLLUSION AFFIDAVIT LOCATION
C cunhj , 1. Ag1 e Z-0
-©
I hereby attest Ghat t am title person Will* my Arm for to final dedaion as to the prl*s) ars amount of VU
bid or. A not, that i have written aufhorizatim, aid herewith, frdxn;tdssi hperson to matte Nie atstemern0 set out bebw
his or her behalf and on behalf of ,rain firm,
on
I hirfher atlest that
1. The price(s) and amount of the bid have been arrived at kudpendentiy, without consultation, communication or
agreement for the purpose or with Nee efiad of restricting competition with arty COW Arm or person who's a bidder
or potential prime bidder.
2A.'Neither the pfte(s) nor the amount of this bid have been disd: used to any duet Arm or person who is a bidder or
Potential. prime bidder on N►ts project, and Will not be so disclosed prior to bid opening.
2B. Neither the prices nor the amount of t#0 bid of any other Arm or person who Is a bidder or potential prime bidder on
V* project have been disclosed to me or my Arm.
8A. No attempt has been made to sdLA` cause or kKkxe any Arm or person who Is a bidder or potential prime bier so
refrain from bidding at this p(o)ect, or to submit a bid higher than the bid of Ods flam or
competitive bid dor other torn dui oomplamentary bid. � �bt+ ► or non-
competitive
No agreement has been promsod or $04C ted for any other Arm or person who is a bidder or potential prime bidder
on this project to subunit an intentionally high, petithre or csther form def complementary bid on No project,
4. The bid of my firm Is trade In good kith and not pursuant to any conwAadon, comrrnnlcatlon, agreement or
discussion with, or kxkmnent or solichatim by or From any Arm or person to Kien
petltlue or other form of �eritay bkL Intentionally • rcnoorn
S. My Arm has not offered or entered kOa a subcontract or agreement regarding Nn purchase or sale of materials or
services from any Arm or person, or offered, promised or pats cash or anyftV dd value io any Arm or person,
whetter In connection with this or any other project, in consideradort for an agreement or prcmrse by any firm or
person to refrain from bidding or fo subn* arty.Irdentionally high, nonoornpeddve or other form of complementary bid
or agreeing or pmn**V to do so on Nes p/oj0ca.
6. My Arm has not accepted or been pranced any stubontract or agreement regarding Nus sale of materials or
services to any Arra or person, and has not been promised or paid cash or any ft of value by any Arm or person,
whetter in eonneclion with Nus or any dither project, In consideration for uryr Draft submitling any intentionally
noncompetitive or other form of complementsty bid, or agreeing or promift to do so, on Ors project.
T. i have made s;cingent kq uiry of all members, offers, emplayess, and agents d my Arm wf h responsibilities
relating to the preparatlon, approval or submission of my rim's bid on this project and have been advised by each d
Oren► that he or she has not parlicipalad in any communication, consultallon, dWmmkx% agreemeK oo on, or
other conduct inconsistent with any of 1he stdoments and 101)(6 tenets in ifs aALdavit.
A. f understand and my Aran urderstands to any misstatement in this a3lidavit is and shag be treated as a fraudulent
concealment from the Colorado Department of Tra , of u,e lrue faros misting b submission of bids for Mis
contract.
1 DECLARE UNDER PENALTY OF PER"Y NJ THE SECOND DEGREE, AND ANY OTHER APKXABLE STATE OR
FEDERAL LAWS, THAT THE STATEMENTS MADE ON THIS DOCL*AENT ARE TRUE Al COAN'LETE TO THE BEST
OF MY KNOWLEDGE.
Contracla'e &M er campay Mme
C�c(c� nn ( ",4 DV
Me
IMors firm or company name.
Sworn to byre nee this 1011y, day of,
Notary pubk3
i�r ton>f,aafor+.
2;S, 2 -©t -
NOTE: This document must be signed In ink.
We
KNURLY D. OCIIKO
NOTARY int W • STAIE OF COLORADO
NA" kkn#kaAdnr #014003ii6
MY OarWnissbrr 8f23r201i
COOT Form #W 1102
ENGINEERING DEPARTMENT
(970) 328-3560
FAX: (970) 328-8789
TDD: (970) 328-8797
www.eaglecounty.us
EAGLE COUNTY
ADDENDUM #1
CEDAR DRIVE IMPROVEMENT PROJECT
CDOT R3 PROJECT NO SHO 0821-097
PROJECT CODE 18265
March 26, 2015
EVA WILSON
County Engineer
The Bid Package for the Cedar Drive Improvement Project, issued on March 20, 2015,
with Bids due on April 10, 2015 at 3:00pm MT is hereby amended as follows:
1. Replace pages "35 of 415" to "51 of 415" of the Bid Package with the revised
Eagle County Sample Construction Agreement, enclosed herein from "Page 2
of 53 —Addendum #1" to "Page 20 of 53 —Addendum #1"
2. Replace pages "72 of 415" to "102 of 415" of the Bid Package with the revised
Eagle County General Conditions, enclosed herein from "Page 21 of 53 —
Addendum #1" to "Page 53 of 53 — Addendum #1"
3. The following information is provided as a courtesy to bidders, and shall have no
binding effect on the Bid Package:
Two property owners have expressed interest in offering their private property as
staging and storage areas for the project.
Parcel 2467-082-07-001, with the address of 675 Frying Pan Road, owned by
Virginia & Lowell Bair, located at approximate Station 6+50.00 on the right side.
Contact is Michael Bair at 970-948-2449.
Parcel 2467-082-00-002, with the address of 801 Cedar Drive, owned by Mickey
Berumen, Donna Southwell, Terry Southwell, and Carolyn Southwell, located at
approximate Station 8+00.00 on the left side.
Contact is Brian Busch at 928-514-3154.
END OF ADDENDUM #I!1
�1
Eagle County Building, 500 Broadway, P.O. Box 850, Eagle, Colorado 81631-0850
Page 1 of 53 - Addendum 41
ENGINEERING DEPARTMENT
(970)328-3560
FAX: (970) 328-8789
TDD: (970) 328-8797
www.eaglecounty.us
EAGLE COUNTY
ADDENDUM #2
CEDAR DRIVE IMPROVEMENT PROJECT
CDOT R3 PROJECT NO SHO 0821-097
PROJECT CODE 18265
April 1, 2015
EVA WILSON
County Engineer
The Bid Package for the Cedar Drive Improvement Project, issued on March 20, 2015,
with Bids due on April 10, 2015 at 3:00pm MT is hereby amended as follows:
1. All of the items from previous Addendums are still valid.
2. The Mandatory Pre -Bid meeting was held yesterday, March 31, 2015 at 1:00pm
MT, at the Pinion Room in the El Jebel Community Center. An agenda for the
meeting is enclosed herein as "Page 2 of 4 — Addendum #2".
3. Enclosed herein as "Page 3-4 of 4 — Addendum #2" is the Attendance Sheet for
the above mentioned meeting.
4. All questions received during the meeting that are pertinent shall be addressed in
a future addendum. The last addendum will be issued no later than April 7, 2015
at 5:00pm MT.
END OF ADDENDUM #2
Eagle County Building, 500 Broadway, P.O. Box 850, Eagle, Colorado 81631-0850
Page 1 of 4 - Addendum #2
ENGINEERING DEPARTMENT
(970)328-3560
FAX: (970) 328-8789
TDD: (970) 328-8797
www.eaglecounty.us
EAGLE COUNTY
ADDENDUM #3
CEDAR DRIVE IMPROVEMENT PROJECT
CDOT R3 PROJECT NO SHO 0821-097
PROJECT CODE 18265
April 7, 2015
EVA WILSON
County Engineer
The Bid Package for the Cedar Drive Improvement Project, issued on March 20, 2015,
with Bids due on April 10, 2015 at 3:00pm MT is hereby amended as follows:
1. All of the items from previous Addendums are still valid.
2. On the Agenda that was distributed at the Mandatory Pre -Bid Conference, Item 7e
had the incorrect Bid Opening date. A copy of the agenda is included in
Addendum #2. The correct Bid Opening date is April 10, 2015 at 3:00pm MT.
3. Replace "Page 34 of 415" of the Bid Package with the revised Certification of
Federal Aid Contracts (Lobbying Certification), enclosed herein as "Page 6 of
9 — Addendum #3"
4. Replace "Page 23 of 415" to "Page 25 of 415" with the Revised Bid Form,
enclosed herein as "Page 7 of 9 — Addendum #3" to "Page 9 of 9 — Addendum
#3"
5. During the site visit, rock removal was discussed. Please refer to the information
contained in the Bid Package for locations of this activity.
6. The following questions were received during the Pre -Bid Meeting on March 31,
2015:
a. Question: Will the bid be awarded by low bid or qualifications?
Response: The Successful Bidder will be determined as described under
Section A. Defined Terms on "Page 16 of 415".
b. Question: In Revision of Section 105, Hot Mix Asphalt Pavement
Smoothness, Page 186 of 415, what will be required?
Response: HMA. Asphalt Smoothness will not be evaluated for this
project.
Eagle County Building, 500 Broadway, P.O. Box 850, Eagle, Colorado 81631-0850
Page 1 of 9 - Addendum #3
ENGINEERING DEPARTMENT
(970)328-3560
FAX: (970) 328-8789
TDD: (970) 328-8797
www.eaglecounty.us
EAGLE COUNTY
EVA WILSON
County Engineer
C. Question: In revision of Section 401, Composition of i1fixtures — Voids
Acceptance, Page 255 of 415, Section (3)(d) requires the Contractor to
construct a 500 -ton test strip. Is a test strip this required for this project?
Response: Section 401, Composition of Mixtures — Voids Acceptance,
shall be deleted from the Project Manual.
d. Question: Is a SWMP required and if so, who is responsible for obtaining
it?
Response: Revision of Section 107, Contractor Obtained Stormwater
Construction Permit, "Page 200 of 415", requires that the Contractor
obtain the permit.
e. Question: In Revision of Section 626, Public Information Services, Page
144 of 415, what is required for this section?
Response: Per Section 626, specifically providing communication and
notification of ongoing road construction and closures to stakeholders
identified within Section 626, as well as those road users who may be
affected by closures of Cedar Drive or Fryingpan Road using notification
methods to reach potential users.
7. The following questions were received by email on April 1, 2015:
a. Question: Revision of Section 503 — Micropiles
Who will perform grout testing?
Response: Grout testing will be performed by the Owner or their
designated representative.
Eagle County Building, 500 Broadway, P.O. Box 850, Eagle, Colorado 81631-0850
Page 2 of 9 - Addendum #3
ENGINEERING DEPARTMENT
1970)328-3560
FAX: (970) 328-8789
TDD: (970) 328-8797
www.eaglecounty.us
EVA WILSON
County Engineer
b. Question: Submittals —Working Drawings
This section, (1) & (2), calls for plan view and elevation view of micropile
structure. These drawings are part of the bid drawings. Are additional
drawings required or can Part 1 & 2 be deleted from the specification? If
additional drawings are required please describe how they are different
from the drawings in the bid set.
This section, (4), calls for certificates of compliance to be provided prior
to delivery of material. The certificates of compliance are typically
shipped with the materials notprior to delivery. Is this acceptable?
Response: Additional drawings will not be required. Submission of
certificates of compliance upon delivery is acceptable.
C. Question: Micropile Installation
Paragraph 11 calls for the grouting to be done in a two —stagedprocess.
The micropiles are not pre -stressed anchors. Therefore two-stage
grouting is not necessary. Please explain why two-stage grouting is
required.
Proof testing is to be done prior to grouting the annular space. Why is
this required if the micropiles are not pre -stressed anchors?
Response: Two-stage grouting is not required. Proof testing can be done
after the annular spacing in the cased portion is grouted.
d. Question: Drawing sheet 28
The micropile detail calls for a 4 " OD permanent casing imbedded 1 foot
into the bedrock and a 4.5 " nominal diameter hole below the casing. 4 "
OD casing will fall to the bottom of the hole if the hole is drilled to 4.-5,,
diameter below the casing. Please reconsider the size of the casing and
hole size to account for this.
Response: The Contractor can propose a different casing size to
accommodate their installation method.
Eagle County Building, 500 Broadway, P.O. Box 850, Eagle, Colorado 81631-0850
Page 3 of 9 - Addendum #3
ENGINEERING DEPARTMENT
(970)328-3560
FAX: (970) 328-8789
TDD: (970) 328-8797
www.eaglecounty.us
EAGLE COUNTY
EVA WILSON
County Engineer
e. Question: Revision of Section 503 — Micropiles
The #10 bar is to be epoxy coated. Are the nuts and plates for the
micropiles to be epoxy coated?
What is the color of the concrete for the wall and footer above the
micropiles? I could not find the color in the specifications or drawings.
Response: Nuts and plates are not required to be epoxy coated. Concrete
shall be standard CDOT Class D. Colored concrete or structural concrete
coating is not required.
f. Question: Will RCP be allowed instead of the plastic pipe?
Response: RCP will be allowed as an alternate bid to the plastic pipe.
Contractor to declare RCP as an alternate on the Bid Schedule and write in
price on existing Bid Schedule line items for the same size plastic pipe.
8. The following questions were received by email on April 3, 2015:
a. Question: Division 200 Notes; #14, Do Class 6 quantities include
shoulders?
Response: Yes
b. Question: Is topsoil to be onsite remove/replace or is imported topsoil
necessary?
Response: Topsoil shall be generated onsite where available, any deficit
shall be imported.
C. Question: Would soil conditioning to topsoil be incidental to that item?
Response: Soil Conditioning is not required for this project.
d. Question: If rock excavation is required for culvert installation, will it be
Paid as rock excavation or is it incidental to the culvert install?
Response: It will be incidental to the culvert installation.
Eagle County Building, 500 Broadway, P.O. Box 850, Eagle, Colorado 81631-0850
Page 4 of 9 - Addendum #3
ENGINEERING DEPARTMENT
(970)328-3560
FAX: (970) 328-8789
TDD: (970) 328-8797
www.eaglecounty.us
EAGLE COUNTY
e. Question: Is Builder's Risk Insurance a requirement?
EVA WILSON
County Engineer
Response: Builder's Risk Insurance is not required on this project. Delete
Section 5.6 Builder's Risk Insurance of the General Conditions to
Construction Agreement on "Page 81 of 415" and "Page 31 of 53 —
Addendum #1"
9. Sheet 5, General Notes (2), Note 7 under Division 400 Pavement, on "Page 380 of
415" shall be revised to read:
THE FOLLOWING SHALL BE FURNISHED WITH EACH BITUMINOUS
PAVER:
A SKI TYPE DEVICE IS NOT REQUIRED
SHORT SKI OR SHOE
500 FEET OF CONTROL LINE AND STAKES
10. Sheet 6, Summary of Approximate Quantities, on "Page 381 of 415" shall have
the following lines added to be consistent with the Revised Bid Form:
CONTRACT ITJjjITEM
NO.UNIT
UNIT
QUANTITY
COST
EXTENDED
240-00000OGIST
HOUR
12
630-00012ROL
DAY
15
END OF ADDENDUM #3
Eagle County Building, 500 Broadway, P.O. Box 850, Eagle, Colorado 81631-0850
Page 5 of 9 - Addendum #3
far
COLORADO DEPARTMENT OF TRANSPORTATION
BIDDERS LIST ale of �.
Project Name and Number Project Code Proposal Date
Contractor
Region
51.40 O801 t opt a- f SZ(p 5 1/0/15- 15- cau
cert c cy, n
Subcontracto upplleraNendors: 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
Email
Work Proposed DBE
(Select all that apply) (Y/N)
Selected
(YIN)
bi ivc & Pr ? Ajar- wn l • Cart
r
L'or^c-e_4e.-
M ire -Conn
S Yl
r, n
+1tna b r, rosin(✓• eoyn
aY
in Lc,iC, ne-,
Ifn +e-;0—gC_i>-eovy►
30 i1
Cass ion. e
MI -C 600kei suwve, COW,)-
svo a� e Ws- �� co►�
02-
c
01 d ,4�re&A-S4--
m - meld CIA (_- A7MiasYIu►cr, o,is .c opq
I , f S ✓l
IZ K r "n LLQ
13
(n ega r%. Per hone q&4er•cow+
a
10n �S 0
OhZ�tS R•rdYt2� CDi'+'1
r E i
��tSl:et,0 r CirGt�i'►+�d/t- LG�'t
Z
o ��1 (,tC
Dontz C_ dods�n erg
on AP
v,'%&4 - +passe a, ,cam Ue fig, cam+-,
t
i CC I E
J� ,r"d ri vGr GC.
t 5
e i n Cor orA- .C*I
QAVeW l&,gsn r. con-
�-
lnyer S� -�i
rc an go t .6k
1
m i `GI'1 ir\Q . t
A-�'QelY1M^CrvlPn ;b<er�n • c'D►�►')
ZZ //}
NS , ; eS
me, rron em -mcs; • eow,
y
e COn
r s• C
l
Sl1h 5o crt 2 er
C3ob6C� `s5 —7n�eo"
ZZ
gnv�ronl�t�rt
Jaso., to sm v1el���d • Corn
50
uaA-,r W n
orlambere_winwa rlvo"&-c
l
P R' pq d'K6-roxVC;tr-_ • ea -n
i
S A -e+ .a
54e w pdk vt z4r @ rY15n - eow-\
1-1 r S
CTUT Cans _C '(-1 nt!,
i•(r�Crnsiruehca� p�Aot CA►,�
I certify`that the information provided herein is true and a b4st of my knowledge.
5
NameV C puQ
Signature/Ini s
Title C'i_O
Date
Work Proposed Categories: 11. Structural Steel and Steel Reinforcement 21. Clearing, Demolition, Excavation and
1. Materials and Supplies 12. Riprap and Anchored Retaining Walls Earthwork
2 Flagging and Traffic Control 13. Landscape and Erasion Control 22. Engineering and Surveying Services
3. Trucking and Hauling 14. Bridge and Bridge Deck Construction 23. Public Relations and Involvement
4. Precast Concrete, Foundations, and 15_ Asphalt Paving 24. Piles and Deep Foundations
Footings 16. Road and Parking Lot Marking 25. Waste Management and Recycling
5. Concrete Paving, Flatwork and Repair 17 Chip Sea/, Crack Seal,. Joint Seal and 26. Site Clean Up
6. Lighting and Electrical Crack Fill 27 Mechenical and HVAC
7 Signs Signal Installaliort and Guardrail 18, Bridge Painting and Coating 28. Tunnel Construction
8. Fencing 19. Stairway and Ornamental Metal 29. Profiling and Grinding
9. Buildings and Vertical Structures 20. Parking Lots and Commercial Sidewalks 30. Environmental Health and Safety
10. Utility. Water and Sewer tines
This form must be submitted by the proposal deadline. For CDOT projects, submit to cdot hc_dbeforrns@state.co.us.
CDOT Form #1413 01114
ADO DEPARTMENT OF TRANSPORTATION
DERS LIST P� Z of Z
F
roject Name and Number
Projed Cade Proposal pate " Contractor Region
,
0r'io 5440$ i�A-
llbzLvt' �! 1a l5— Q c lS CLf1O� nC
to re/SuppitersNendors: The bidder must list a# Rm,s seeking to participate on the contract. This inkmnation is use by the
oiorado Department of Transportation (CDOT) to determine overall goals for the Disadvanttoged Business Enterprise Program. Fall me to;
WM* this farm may result in the proposal being rejected.
Firm Name
Work Proposed ODE Selected
Email
(SOW all that ) (YIN) (YtN)
'1772 Larium 1VDL'
R1 -Acn .cam., -t Z
W
K b 'erre 41,c w lA-C-0
certify that the Information provided herein is nd cjEZ o my knowledge.
Nelms k G t chi
t trellnitiala re ri C e:0 tfb tofu
Work Proposed Categories: 11. Structural Steel and Steel Reinforcement 21. Cleadniq Demoll6ort Excavation and
1. Materials and Supplies f2.RiprapandAnchoredRetaining Walls, Earthwork
2 Flagging and Traffic Control 13. Landscape and Erosion Control 22 Engineering and Surveying Services
3. Trucking and Hauling 14. Bridge and Bridge DeckConstnrction 23. Public Relations and Involvement
4. Precast Concrete, Foundations, and 15. Asphalt Paving 24. Piles and Deep Foundations
Footings 16. Road and Parldng Lot Marking 25 Waste Management and Recycling
5. Concrete Paving Flatwork and Repair 17. Chip Seal. Crack Seal, Joint Seal and 26. Site Clean Up
6. Lighting and Electrical CrackFiil 2T. Mechanical and HVAC
7. Signs, Signal installation, and Guardrail 18 Bridge Painting and Coating 28. Tunnel Construction
8. Fencing 19 Stairway and Ornamental Metal 29. Profiling and Grinding
9. Buildings and Vertical Structures 20. Parking Lots and Commercial Sidewalks 30. Environmental Heallh and Safety
10. Utility Water and Sewer Lines
This form must be submitted by the proposal deadline. For CDOT projects, submit to cdothq_dbeformsQstate.co.us.
tate.co.us.
CDOT Form #1413 01/14
COLORADO DEPARTMENT OF TRANSPORTATION'
ANTICIPATED DBE PARTICIPATION PLAN
Wdd sato -0.7
Coni - W1 ft -rt cCi Code: te,z-toy
Pane: A c�9�s as i Dole'ef w ,o 7
I1'! ,i1 _• C&A cer*sd Goal:
Prefierred Contact Method:
DBE Firm Name
Work to Be ftdmned
Commitment
Amount
Eigibte
S-ew n.-4- COnO-Ve-4C
i7gdainin l 11, UA(1e,1
317(1 370 '
/600'3
C.y'lA t CCn4MA-01 Inc-
es-'qLt/4
I 0
TotallEfigibleParkodkm
t,/
Total Bid Amount
c)3;1 to O
TdaiParticipationP
L
t3idc�r Sigilr A
This section must be signed by an individual with the authority to bind the Bidder. By sipg this fom% as an awed
representative of the Bidder. you declare under penalty of perjury In the second degree and any other appicabie stats or %dent taws
that the statements made in We document are true and complete to the best your knovMedge. Further, you ataet OW you have read
the Standard Special Provision Disadvantaged Business Enterprise Reqs and understand the *Aov&V.
CDOT shall not award a conbaca urd It has been determined that the contract god has been met or the you have o0orwise
demonstrated good cause. Once your proposal has been submitted, c onv7 trnents may riot be mooed or Ilarminalled without the
approval of CDOT. If seWled as the lowest apparent bidder, you shy submit a Form 1415 for each comm#ment Noted above. N you
have not met the conbact goal, you will allso be required to submit d4cumerdeflon of all good faith eft to mast the contact Scal.
It Is your responsi# Ity to ensure that the selleded DBEs are certified for the warts to be performed and that their erigibie pargoipation ,
has been properly couched. For additional in wmation and Instructions on pardcspathon, No the Glaridard,Special `
Provision Disadvautl4ed Business EMerprise ReW rernents.
Name MAIrkG Tilet5 �fC. pate Y j
...1 ...u0L C auu,mueu oy uie proposal aeaaune. t -or cuuT projects, submit to cdot:—hq_d6eforms@state.io.us.
Civil Rights and Business Resource Center CDOT Form # 1414 01114
V-olorado Unified Certification Program
Vendor Information
Vendor Information
https://coucp.dbesystem.com/FrontEnd/VendorSearchPublicDetail.as...
Business Name
Stewart Concrete Construction, LLC
Owner
Mr. Randy Stewart
Address
453-31 Road
> .Man Thos Add=
Grand Junction, CO 81504
Phone
970-250-7759
Fax
970-434-0857
Email
stewartconcretet_msn corn
Ethnicity
Black
Gender
Male
Certification Information
Certifying Agency Colorado Department of Transportation
Certification Type DBE - Disadvantaged Business Enterprise
Certified Business construction
Description
Work Codes
CO UCP NAICS
Footing and foundation concrete contractors
238110
CO UCP NAICS
Precast concrete panel, slab, or form installation
238120
CO UCP NAICS
Demolition contractor
238910
CO UCP NAICS
Sidewalk construction, residential and commercial
238990
Customer Support
Copyright ® 2015 UGnow. At rights reserved.
c"0sE V;NDC,V�'
1 of 1
4/10/2015 12:29 PM
Colorado Unified Certification Program
Vendor information
Vendor Information
Business Name
Cruz Construction, Inc.
Owner
Mr. Joe Cruz
Address
4850 Geiger Blvd.
> Man.This Address
Colorado Springs, CO 80915
Phone
719-5596-9226
Fax
719-596-9324
Email
crzconstruction@aol.com
Ethnicity
Hispanic
Gender
Male
Certification Information
https:Hcoucp.dbesystem. con/FrontEnd/VendorSearchPublicDetail. as...
CI_d5E 4'JIAJDOL'r' ,X
Certifying Agency Colorado Department of Transportation
Certification Type DBE - Disadvantaged Business Enterprise
Certified Business Road paving, commercial and residential concrete flatwork,
Description fencing and guardrail construction
Work Codes
CO UCP NAICS
Concrete paving (i.e., highway, road, street, public sidewalk)
237310
CO UCP NAICS
Guardrail construction
237310
CO UCP NAICS
Other Heavy and Civil Engineering Construction
237990
CO UCP NAICS
Fencing contractors (except electronic containment fencing for pets)
238990
CO UCP NAICS
Sidewalk construction, residential and commercial
238990
custgmer Suomi
Copyright V 2015 1212Gnow. AB rights reserved.
1 of 1 4/10/2015 12:29 PM
Exhihit C:
FEDERAL REQUIREMENTS
Federal laws and regulations that may be applicable to the Work include:
A. Uniform Administrative Requirements for Agreements and Cooperative Agreements to
State and Local Governments (Common Rule)
The "Uniform Administrative Requirements for Agreements and Cooperative Agreements to
State and Local Governments (Common Rule), at 49 Code of Federal Regulations, Part 18,
except to the extent that other applicable federal requirements (including the provisions of 23
CFR Parts 172 or 633 or 635) are more specific than provisions of Part 18 and therefore
supersede such Part 18 provisions. The requirements of 49 CFR 18 include, without limitation:
the Local Agency/Contractor shall follow applicable procurement procedures, as required by section
18.36(4);
the Local Agency/Contractor shall request and obtain prior CDOT approval of changes to any
subcontracts in the manner, and to the extent required by, applicable provisions of section 18.30;
the Local Agency/Contractor shall comply with section 18.37 concerning any sub -Agreements;
to expedite any CDOT approval, the Local Agency/Contractors attorney, or other authorized
representative, shall also submit a letter to CDOT certifying Local Agency/Contractor compliance with
section 18.30 change order procedures, and with 18.36(d) procurement procedures, and with 18.37
sub -Agreement procedures, as applicable;
the Local Agency/Contractor shall incorporate the specific contract provisions described in 18.36(i)
(which are also deemed incorporated herein) into any subcontract(s) for such services as terms and
conditions of those subcontracts.
B. Executive Order 11246
Executive Order 11246 of September 24, 1965 entitled "Equal Employment Opportunity," as
amended by Executive Order 11375 of October 13, 1967 and as supplemented in Department
of Labor regulations (41 CFR Chapter 60) (AII construction contracts awarded in excess of
$10,000 by the Local Agencys and their contractors or sub -the Local Agencys.
C. Copeland "Anti -Kickback" Act
The Copeland "Anti -Kickback" Act (18 U.S.C. 874) as supplemented in Department of Labor
regulations (29 CFR Part 3) (All contracts and sub -Agreements for construction or repair).
D. Davis -Bacon Act
The Davis -Bacon Act (40 U.S.C. 276a to a-7) as supplemented by Department of Labor
regulations (29 CFR Part 5) (Construction contracts in excess of $2,000 awarded by the Local
Agencys and sub -the Local Agencys when required by Federal Agreement program legislation.
This act requires that all laborers and mechanics employed by contractors or sub -contractors to
work on construction projects financed by federal assistance must be paid wages not less than
those established for the locality of the project by the Secretary of Labor).
E. Contract Work Hours and Safety Standards Act
Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-
330) as supplemented by Department of Labor regulations (29 CFR Part 5). (Construction
contracts awarded by the Local Agencys and sub -the Local Agencys in excess of $2,000, and in
excess of $2,500 for other contracts which involve the employment of mechanics or laborers).
F. Clear Air Act
Standards, orders, or requirements issued under section 306 of the Clear Air Act (42 U.S.C.
1857(h), section 508 of the Clean Water Act (33 U.S.C. 1368). Executive Order 11738, and
Environmental Protection Agency regulations (40 CFR Part 15) (contracts, subcontracts, and
sub -Agreements of amounts in excess of $100,000).
G. Energy Policy and Conservation Act
Mandatory standards and policies relating to energy efficiency which are contained in the state
energy conservation plan issued in compliance with the Energy Policy and Conservation Act
(Pub. L. 94-163)-
H. OMB Circulars
Page 1 of 3
Office of Management and Budget Circulars A-87, A-21 or. A-122, and A-102 or A-110,
whichever is applicable.
I. Hatch Act
The Hatch Act (5 USC 1501-1508) and Public Law 95-454 Section 4728. These statutes state
that federal funds cannot be used for partisan political purposes of any kind by any person or
organization involved in the administration of federally -assisted programs.
J. Nondiscrimination
42 USC 6101 et sea. 42 USC 2000d, 29 USC 79.4, and implementing regulation, 45 C.F.R. Part
80 et. seg. These acts require that no person shall, on the grounds of race, color, national
origin, age, or handicap, be excluded from participation in or be subjected to discrimination in
any program or activity funded, in whole or part, by federal funds.
K. ADA
The Americans with Disabilities Act (Public Law 101-336; 42 USC 12101, 12102, 12111-12117,
12131-12134, 12141-12150, 12161-12165, 12181-12189, 12201-12213 47 USC 225 and 47
USC 611.
L. Uniform Relocation Assistance and Real Property Acquisition Policies Act
The Uniform Relocation Assistance and Real Property Acquisition Policies Act, as amended
(Public Law 91-646, as amended and Public Law 100-17, 101 Stat. 246-256). (If the contractor
is acquiring real property and displacing households or businesses in the performance of the
Agreement).
M. Drug -Free Workplace Act
The Drug -Free Workplace Act (Public Law 100-690 Title V, subtitle D, 41 USC 701 et seg. .
N. Age Discrimination Act of 1975
The Age Discrimination Act of 1975, 42 U.S.C. Sections 6101 et_ sea. and its implementing
regulation, 45 C.F.R. Part 91; Section 504 of the Rehabilitation Act of 1973, 29 U.S.C. 794, as
amended, and implementing regulation 45 C.F.R. Part 84.
0.23 C.F.R. Part 172
23 C.F.R. Part 172, concerning "Administration of Engineering and Design Related Contracts".
P. 23 C.F.R Part 633
23 C.F.R Part 633, concerning "Required Contract Provisions for Federal -Aid Construction
Contracts".
Q. 23 C.F.R. Part 635
23 C.F.R. Part 635, concerning "Construction and Maintenance Provisions".
R. Title VI of the Civil Rights Act of 1964 and 162(a) of the Federal Aid Highway Act of
1973
Title VI of the Civil Rights Act of 1964 and 162(a) of the Federal Aid Highway Act of 1973. The
requirements for which are shown in the Nondiscrimination Provisions, which are attached
hereto and made a part hereof.
S. Nondiscrimination Provisions:
S. Nondiscrimination Provisions:
In compliance with Title VI of the Civil Rights Act of 1964 and with Section 162(a) of the Federal
Aid Highway Act of 1973, the Contractor, for itself, its assignees and successors in interest,
agree as follows:
i. Compliance with Regulations
The Contractor will comply with the Regulations of the Department of Transportation relative
to nondiscrimination in Federally assisted programs of the Department of Transportation
(Title 49, Code of Federal Regulations, Part 21, hereinafter referred to as the "Regulations"),
which are herein incorporated by reference and made a part of this Agreement.
Nondiscrimination
The Contractor, with regard to the work performed by it after award and prior to completion of
the contract work, will not discriminate on the ground of race, color, sex, mental or physical
Page 2 of 3
handicap or national origin in the selection and retention of Subcontractors, including
procurement of materials and leases of equipment. The Contractor will not participate either
directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations,
including employment practices when the contract covers a program set forth in Appendix C
of the Regulations.
Solicitations for Subcontracts, including Procurement of Materials and Equipment
In all solicitations either by competitive bidding or negotiation made by the Contractor for
work to be performed under a subcontract, including procurement of materials or equipment,
each potential Subcontractor or supplier shall be notified by the Contractor of the
Contractor's obligations under this Agreement and the Regulations relative to
nondiscrimination on the ground of race, color, sex, mental or physical handicap or national
origin.
Information and Reports
The Contractor will provide all information and reports required by the Regulations, or orders
and instructions issued pursuant thereto and will permit access to its books, records,
accounts, other sources of information and its facilities as may be determined by the State or
the FHWA to be pertinent to ascertain compliance with such Regulations, orders and
instructions. Where any information required of the Contractor is in the exclusive possession
of another who fails or refuses to furnish this information, the Contractor shall so certify to the
State, or -the FHWA as appropriate and shall set forth what efforts have been made to obtain'
the information.
Sanctions for Noncompliance.
in the event of the Contractor's noncompliance with the nondiscrimination provisions of this
Agreement, the State shall impose such contract sanctions as it or the FHWA may determine
to be appropriate, including, but not limited to: a. Withholding of payments to the Contractor
under the contract until the Contractor complies, and/or b. Cancellation, termination or
suspension of the contract, in whole or in part.
T. Incorporation of Provisionsg22
The Contractor will include the provisions of paragraphs A through F in every subcontract,
including procurement of materials and leases of equipment, unless exempt by the Regulations,
orders, or instructions issued pursuant thereto. The Contractor will take such action with respect
to any subcontract or procurement as the State or the FHWA 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 supplier as a result of such direction, the Contractor may request the State to enter into such
litigation to protect the interest of the State and in addition, the Contractor may request the
FHWA to enter into such litigation to protect the interests of the United States.
Page 3of3
EXHIBIT D TO AGREEMENT
GENERAL CONDITIONS
TO CONSTRUCTION AGREEMENT
FOR
CEDAR DRIVE ROAD IMPROVEMENTS PROJECT
ARTICLE 1— DEFINITIONS
Wherever used in these General Conditions or in the other Contract Documents, the following terms have
the meanings indicated which are applicable to both the singular and plural thereof:
ADDENDA: Written or graphic instruments issued prior to the opening of bids which clarify,
correct, or change the Bid Package or the Contract Documents.
AGREEMENT: The written agreement between OWNER and CONTRACTOR covering the
Work to be performed; other Contract Documents are attached to the Agreement and made a part
thereof as provided therein.
APPLICATION FOR PAYMENT: The form accepted by ENGINEER which is to be used by
CONTRACTOR in requesting progress or final payment, and which is to include such supporting
documentation as is required by the Contract Documents.
BID: The offer or proposal of the bidder submitted on the prescribed form setting forth the prices
for the Work to be performed.
BONDS: Bid, performance, labor, materials and payment bonds, and other instruments of
security.
CHANGE ORDER: A written order to CONTRACTOR signed by OWNER authorizing an
addition, deletion, or revision in the Work, or an adjustment in the Contract Price or the Contract
Time issued after the effective date of the Agreement. All change orders shall be approved by the
State of Colorado prior to execution by County and are subject to funds being budgeted an
appropriated by the OWNER.
CONTRACT DOCUMENTS: Those documents set forth in Article 7 of the Agreement.
CONTRACT PRICE: The monies payable by OWNER to CONTRACTOR under the Contract
Documents as stated in the Agreement.
CONTRACT TIME: The number of days computed as provided in these General Conditions, or
the date stated in the Agreement for the completion of the Work.
CONTRACTOR: The person, firm, or corporation with whom OWNER has entered into the
Agreement.
DAY: A calendar day of twenty-four hours measured from midnight to the next midnight.
DEFECTIVE: An adjective which, when modifying the word "Work," refers to Work that is
unsatisfactory, faulty or deficient, or does not meet the requirements of any inspection, test, or
approval referred to in the Contract Documents, or has been damaged prior to ENGINEER'S
recommendation of final payment or prior to the expiration of any applicable statute of
limitations.
DRAWINGS: Graphic and pictoral portions of the Contract Documents which show the
character and scope of the Work to be performed including design, location and dimension of the
Work including plans, elevations, sections, details, schedules and diagrams, and which have been
prepared or approved by ENGINEER, and are referred to in the Contract Documents.
EFFECTIVE DATE OF THE AGREEMENT: The date indicated in the Agreement on which
it becomes effective, but, if no such date is indicated, it means the date on which the Agreement
is signed and delivered by the last of the two parties to sign and deliver.
ENGINEER: The person, firm or corporation to be identified by OWNER. The ENIGINEER
may be a department employee of OWNER who may perform all or some of the duties of
ENGINEER, but in such case shall exercise his duties in conformance with the standards
applicable to independent professional engineers.
FIELD ORDER: A written order issued by ENGINEER which orders minor changes in the
Work in accordance with paragraph 10.2, but which does not involve a change in the Contract
Price or the Contract Time.
MODIFICATION: (a) A written amendment of the Contract Documents signed by both parties,
or (b) a change order. The Contract Documents may only be amended by a modification. A
modification may only be issued after the effective date of the Agreement. The Contract
Documents only create a contractual relationship between OWNER and CONTRACTOR.
NOTICE OF AWARD: The written notice by OWNER to the apparent successful bidder stating
that upon compliance by the apparent successful bidder with the conditions precedent enumerated
therein, within the time specified by OWNER, will sign and deliver the Agreement.
NOTICE TO PROCEED: A written notice given by OWNER to CONTRACTOR (with a copy
to ENGINEER) fixing the date on which the Contract Time will commence to run, and on which
CONTRACTOR shall start to perform his obligations under the Contract Documents.
OWNER: The public body or authority, corporation, association, partnership, or individual with
whom CONTRACTOR has entered into the Agreement, and for whom the Work is to be
provided.
PROJECT: The Cedar Drive Road Improvement Project. The total construction of which the
Work to be provided under the Contract Documents may be the whole or a part, as indicated
elsewhere in the Contract Documents.
RESIDENT PROJECT REPRESENTATIVE: The authorized representative of ENGINEER
as approved by OWNER who is assigned to the site or any part thereof.
SHOP DRAWINGS: All drawings, diagrams, illustrations, schedules, and other data which are
specifically prepared by CONTRACTOR, a subcontractor, manufacturer, fabricator, supplier, or
distributor to illustrate some portion of the work, and all illustrations, brochures, standard
schedules, performance charts, instructions, diagrams, and other information prepared by a
manufacturer, fabricator, supplier, or distributor and submitted by CONTRACTOR to illustrate
material or equipment for some portion of the Work.
SPECIFICATIONS: Those portions of the Contract Documents consisting of written technical
descriptions of materials, equipment, construction systems, standards, and workmanship as
applied to the Work and certain administrative details applicable thereto.
SUBSTANTIAL COMPLETION: Substantial Completion shall occur as set forth in the
Contract Documents including the Colorado Department of Transportation Standard
Specifications for Road and Bridge Construction (2011) and Project Special Provisions.
WORK: The entire completed construction or the various separately identifiable parts thereof
required to be furnished under the Contract Documents. Work is the result of performing
services, furnishing and incorporating materials and equipment into all construction, all as
required by the Contract Documents or as may be reasonably inferable therefrom and includes all
labor, materials, equipment and services provided or to be provided by CONTRACTOR or to
fulfill CONTRACTOR'S obligations.
ARTICLE 2 — PRELIMINARY MATTERS
DELIVERY OF BONDS:
2.1 When CONTRACTOR delivers the executed Agreements to OWNER, CONTRACTOR shall
also deliver to OWNER such bonds as CONTRACTOR may be required to furnish in accordance
with paragraph 5.1.
COPIES OF DOCUMENTS:
2.2 OWNER shall furnish to CONTRACTOR up to ten (10) copies (unless otherwise specified
herein) of the Contract Documents as are reasonable necessary for the execution of the Work.
Additional copies will be furnished, upon request, at the cost of reproduction without markup
thereon.
COMMENCEMENT OF CONTRACT TIME; NOTICE TO PROCEED:
2.3 The Contract Time will commence upon issuance of a Notice to Proceed. A Notice to Proceed
may be given at any time within thirty (30) days after the effective date of the Agreement.
STARTING THE PROJECT:
2.4 CONTRACTOR shall start to perform the Work on the date when the Contract Time commences
to run, but no Work shall be done at the site prior to the date on which the Contract Time
commences to run.
BEFORE STARTING CONSTRUCTION:
2.5 Before undertaking each part of the Work, CONTRACTOR shall carefully study and compare the
Contract Documents and check and verify pertinent figures shown thereon and all applicable field
measurements. CONTRACTOR shall promptly report in writing to ENGINEER and OWNER
any conflict, error, or discrepancy which CONTRACTOR may discover; however,
CONTRACTOR shall not be liable to OWNER or ENGINEER for failure to report any conflict,
error, or discrepancy in the Drawings or Specifications, unless CONTRACTOR had actual
knowledge thereof, or should reasonably have known thereof.
2.6 Within ten days after the effective date of the Agreement (unless otherwise specified in the
Contract Documents) CONTRACTOR shall submit to ENGINEER and OWNER for review and
acceptance an estimated progress schedule indicating the starting and completion dates of the
various stages of the Work, a preliminary schedule of shop drawings submissions, and a
preliminary schedule of values of the Work.
2.7 When Contractor delivers the executed Agreement to Owner, CONTRACTOR shall also deliver
to OWNER, with a copy to ENGINEER, certificates of insurance (and other evidence of
insurance requested by OWNER) which CONTRACTOR is required to purchase and maintain in
accordance with Article 5 hereof.
PRE -CONSTRUCTION CONFERENCE:
2.8 Within twenty days after the effective date of the Agreement, but before CONTRACTOR starts
the Work at the site, a conference will be held for review and acceptance of the schedules referred
to in paragraph 2.6, to establish procedures for handling shop drawings and other submittals, and
for processing applications for payment, and to establish a working understanding among the
parties as to the Work.
ARTICLE 3 — CONTRACT DOCUMENTS: INTENT AND REUSE
INTENT:
3.1 The Contract Documents comprise the entire agreement between OWNER and CONTRACTOR
concerning the Work. They may be altered only by a Modification.
3.2 The Contract Documents are complementary; what is called for by one is as binding as if called
for by all. If during the performance of the Work, CONTRACTOR finds a conflict, error, or
discrepancy in the Contract Documents, he shall report it to ENGINEER and OWNER in writing
at once and before proceeding with the Work affected thereby; however, CONTRACTOR shall
not be liable to OWNER or ENGINEER for failure to report any conflicts, error, or discrepancy
in the Specifications or Drawings unless CONTRACTOR had actual knowledge thereof, or
should reasonably have known thereof.
3.3 The Contract documents include those documents set forth in Article 7 of the Agreement.
3.4 It is the intent of the Specifications and Drawings to describe a complete Project (or part thereof)
to be constructed in accordance with the Contract Documents. Any Work that may reasonably be
inferred from the Specifications or Drawings as being required to produce the intended result
shall be supplied whether or not it is specifically called for. When words which have a well-
known technical or trade meaning are used to describe work, materials, or equipment, such words
shall be interpreted in accordance with such meaning. References to codes of any technical
society, organization, or association, or to the code of any governmental authority, whether such
reference be specific or by implication, shall mean the latest standard specification, manual, or
code in effect at the time of opening of bids (or on the effective date of the agreement if there
were no bids), except as may be otherwise specifically stated. However, no provision of any
referenced standard specification, manual, or code (whether or not specifically incorporated by
reference in the Contract Documents) shall change the duties and responsibilities of OWNER,
CONTRACTOR, or ENGINEER, or any of their agents or employees from those set forth in the
Contract Documents. Clarifications and interpretations of the Contract Documents shall be
issued by ENGINEER as provided for in paragraph 9.3.
3.5 The Contract Documents will be governed by the law of the place of the Project.
REUSE OF DOCUMENTS:
3.6 Neither CONTRACTOR nor any Subcontractor, manufacturer, fabricator, supplier, or distributor
shall have or acquire any title to or ownership rights in any of the drawings, specifications, or
other documents (or copies of any thereof) prepared by or bearing the seal of ENGINEER; and
they shall not reuse any of them on extensions of the Project, or any other project, without written
consent of OWNER and ENGINEER, and specific written verification or adaptation by
ENGINEER.
ARTICLE 4 — AVAILABILITY OF LANDS; PHYSICAL CONDITIONS• REFERENCE POINTS
AVAILABILITY OF LANDS:
4.1 OWNER shall furnish, as indicated in the Contract Documents, the lands upon which the Work is
to be performed, rights-of-way for access thereto, and such other lands which are designated for
the use of CONTRACTOR. Easements for permanent structures, or permanent changes in
existing facilities, will be obtained and paid for by OWNER, unless otherwise provided in the
Contract Documents. If CONTRACTOR believes that any delay in OWNER'S furnishing these
lands or easements entitles him to an extension of the Contract Time, CONTRACTOR may make
a claim therefore as provided in Article 12. CONTRACTOR shall provide for all additional lands
and access thereto that may be required for temporary construction facilities or storage of
materials and equipment.
PHYSICAL CONDITIONS:
4.2 Reference is made to the supplementary conditions for identification of those 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 have been relied upon by ENGINEER
in the preparation of the Drawings and Specifications. Such reports are not part of the Contract
Documents.
4.3 Intentionally Omitted.
4.4 Differing Site Conditions. During progress of the Work, if subsurface or latent physical
conditions are encountered at the site differing materially from those indicated in the Contract
Documents or if unknown physical conditions of an unusual nature, differing materially from
those ordinarily encountered and generally recognized as inherent in the Work provided for in the
Contract Documents, are encountered at the site, the party discovering such conditions shall
promptly notify the other party in writing of the specific differing conditions before the site is
disturbed and before the affected Work is performed.
Upon written notification, the ENGINEER will investigate the conditions, and if it is determined
that the conditions materially differ and cause an increase or decrease in the cost or time required
for the performance of any Work under the Contract Documents, an adjustment, excluding
anticipated profits, will be made and the Contract modified in writing accordingly. The
ENGINEER will notify the CONTRACTOR of the determination whether or not an adjustment
of the Contract is warranted.
No Contract adjustment which results in a benefit to the CONTRACTOR will be allowed unless
the CONTRACTOR has provided the required written notice.
No Contract adjustment will be allowed under this clause for any effects caused on unchanged
Work.
4.5 Suspension of Work ordered by ENGINEER. If the performance of all or any portion of the
Work is suspended or delayed by the ENGINEER in writing for any unreasonable period of time
(not originally anticipated, customary, or inherent to the construction industry) and the
CONTRACTOR believes that additional compensation and/or Contract Time is due as a result of
such suspension or delay, the CONTRACTOR shall submit to the ENGINEER in writing a
request for adjustment within seven (7) calendar days of receipt of the notice to resume Work.
The request shall set forth the reasons and support for such adjustment.
Upon receipt, the ENGINEER will evaluate the CONTRACTOR'S request. If the ENGINEER
agrees that the cost and/or time for the performance of the Contract has increased as a result of
such suspension and the suspension was caused by conditions beyond the control of and not the
fault of the CONTRACTOR, its suppliers, or subcontractors at any approved tier, and not caused
by weather, the ENGINEER will make an adjustment (excluding profit) and modify the
Agreement in writing accordingly. The CONTRACTOR will be notified of ENGINEER's
determination whether or not an adjustment of the Agreement is warranted.
No Contract adjustment will be allowed unless the CONTRACTOR has submitted the request for
adjustment within the time prescribed.
No Contract adjustment will be allowed under this clause to the extent that performance would
have been suspended or delayed by any other cause, or for which an adjustment is provided or
excluded under any other term or condition of this Contract.
4.6 Significant changes in the character of the Work.
The ENGINEER reserves the right to make, in writing, at any time during the Work, such
changes in quantities and such alterations in the Work as are necessary to satisfactorily complete
the Project. Such changes in quantities and alterations shall not invalidate the Contract nor release
the surety, and the CONTRACTOR agrees to perform the Work as altered.
If the alterations or changes in quantities significantly change the character of the Work under the
Contract Documents, whether such alterations or changes are in themselves significant changes to
the character of the Work or by affecting other Work, cause such other work to become
significantly different in character, an adjustment, excluding loss of anticipated profit, will be
made to the Agreement. The basis for the adjustment shall be agreed upon in writing prior to the
performance of the Work. If a basis cannot be agreed upon, then an adjustment will be made
either for or against the CONTRACTOR in such amount as the ENGINEER may determine to be
fair and equitable.
If the alterations or changes in quantities do not significantly change the character of the Work to
be performed under the Contract Documents, the altered Work will be paid for as provided
elsewhere in the Agreement.
The term "significant change" shall be construed to apply only to the following circumstances:
(A) When the character of the Work as altered differs materially in kind or nature from that
involved or included in the original proposed construction; or
(B) When a major item of Work, is increased in excess of 125 percent or decreased below 75
percent of the original Contract quantity. Any allowance for an increase in quantity shall
apply only to that portion in excess of 125 percent of original Contract item, quantity, or in
case of a decrease below 75 percent, to the actual amount of Work performed.
(C) A major item of Work is any item having an original contract value in excess of 10 % of the
original contract amount.
REFERENCE POINTS:
4.7 CONTRACTOR shall provide surveying as required for the Project. CONTRACTOR shall be
responsible for laying out the Work (unless otherwise specified herein), shall protect and preserve
the established reference points, and shall make no changes or relocations without the prior
written approval of OWNER. CONTRACTOR shall report to ENGINEER and OWNER
whenever any reference point is lost or destroyed or requires relocation because of necessary
changes in grades or locations, and shall be responsible for replacement or relocation of such
reference points by professional qualified personnel.
ARTICLE 5 — BONDS AND INSURANCE
PERFORMANCE AND OTHER BONDS:
5.1 CONTRACTOR shall furnish performance, labor and material, and payment bonds, each in an
amount at least equal to 100% of the Contract Price as security for the faithful performance and
payment of all CONTRACTOR'S obligations under the Contract Documents. These bonds shall
remain in effect until after the date of final payment and all obligations of CONTRACTOR have
been fulfilled. CONTRACTOR shall also furnish other bonds as are required by the Contract
Documents. All bonds shall be in the forms prescribed by the Contract Documents, and 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. The
bonds shall be conditioned upon the faithful performance of the Contract Documents, and, in
addition, shall provide that, if the CONTRACTOR or his or her subcontractor fails to duly pay for
any labor, materials, team hire, sustenance, provisions, provender, or other supplies used or
consumed by CONTRACTOR or his or her subcontractors in the performance of the Work
contracted to be done or fails to pay any person who supplies laborers, rental machinery, tools, or
equipment, all amounts due as the result of the use of such laborers, machinery, tools or
equipment in the prosecution of the Work, the surety will pay the same in an amount not
exceeding the sum specified in the bond together with interest at the rate of eight percent per
annum. Further, bonds shall be conditioned such that CONTRACTOR shall at all times promptly
make payments of all amounts lawfully due to all persons supplying or furnishing such person or
such person's subcontractors with labor, laborers, materials, rental machinery, tools, or equipment
used or performed in the prosecution of the Work and CONTRACTOR shall indemnify and save
County harmless to the extent of any payments in connection with the carrying out the Contract
which County may be required to make under the law. Subcontractors, material men, mechanics,
suppliers of rental equipment, and others may have a right of action for amounts lawfully due
them from the Contractor or subcontractor directly against the principal and surety of such bond.
5.2 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 paragraph 5. 1,
CONTRACTOR shall within five days thereafter substitute another bond and surety, both of
which shall be acceptable to OWNER.
INSURANCE:
5.3 CONTRACTOR'S Liability Insurance: The CONTRACTOR shall purchase and maintain such
insurance as will protect him from claims set forth below which may arise out of or result from
the CONTRACTOR'S operations under the Agreement, whether such operations be by himself,
or by any Subcontractor, 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.
5.3.1 Claims under Workmen's Compensation, disability benefits, and other similar employee
benefit acts;
5.3.2 Claims for damage because of bodily injury, occupational sickness or disease, or death of
his employees, and claims insured by usual personal injury liability coverage;
5.3.3 Claims for damage because of bodily injury, sickness or disease, or death of any person
other than his employees, and claims insured by usual personal injury liability coverage;
5.3.4 Claims for damages because of injury to or destruction of tangible property, including
loss of use resulting therefrom.
Workmen's Compensation insurance shall provide coverage as required by the laws of
the State of Colorado.
Insurance covering claims for damages to persons or property required by the preceding
paragraph (except subparagraph 5.3. 1) 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
Products and completed operations aggregate $2,000,000
Employers Liability, including $500,000
Occupational Disease
Any one fire $50,000
If any aggregate limit is reduced below $1,000,000 because of claims made or paid,
CONTRACTOR shall immediately obtain additional insurance to restore the full
aggregate limit and furnish to OWNER a certificate or other document satisfactory to
OWNER showing compliance with this provision.
Said insurance shall be furnished in types specified as follows:
5.3.5 CONTRACTOR'S Commercial General Liability Insurance written on ISO occurrence
form CG 00 01 10/93 or equivalent, issued to and covering the liability for damage
imposed by law upon the CONTRACTOR and each Subcontractor with respect to all
Work performed by them under the Agreement and covering premises operations, fire
damage, independent contractors, products and completed operations, blanket liability,
personal injury, and advertising liability.
5.3.6 CONTRACTOR'S Protective Liability Insurance issued to and covering the liability for
damages imposed by law upon the CONTRACTOR and each Subcontractor with respect
to all Work under the Agreement performed for the CONTRACTOR by Subcontractors.
5.3.7 Completed Operations Liability Insurance issued to and covering the liability for damage
imposed by law upon the CONTRACTOR and each Subcontractor arising between 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.
5.3.8 Comprehensive Automobile Insurance covering any auto (including owned, hired and
non -owned autos) shall be carried with a minimum limit of $1,000,000.00 each accident
combined single limit. All liability and property damage insurance required hereunder
shall be Comprehensive General and Automobile Bodily Injury and Property Damage
form of policy.
5.3.9 Employer's Liability Insurance covering all of CONTRACTOR's and any
Subcontractor's employees acting within the course and scope of their employment.
5.3. 10 The CONTRACTOR shall in addition, and in the amounts required under the above,
obtain Protective Liability Insurance issued to and covering the liability for damages
imposed by law upon the OWNER with respect to all operations under the Agreement by
the CONTRACTOR or his Subcontractors, including omissions and supervisory acts by
the OWNER.
5.3.11 Professional liability and such other insurance as maybe required by Colorado
Department of Transportation Standard Specifications for Road and Bridge Construction
(2011).
5.4 Intentionally Omitted.
5.5 Subcontractor's Insurance: Before permitting any of his Subcontractors to perform any Work
under this Agreement, CONTRACTOR shall either (a) require each of his Subcontractors to
procure and maintain during the life of his Subcontracts insurance consistent with the
requirements of paragraph 5.3 and its subparts above, or (b) insure the activities of his
Subcontractors in his own policy.
5.6 Builder's Risk Insurance: Insofar as the Work to be performed under this Agreement consists
entirely of new construction removed and separated from any existing facility used by OWNER,
CONTRACTOR shall procure and maintain, for the duration of the Work of this Project,
Builder's Risk Insurance, including the perils of fire, extended coverage (loss due to vehicles,
explosion, wind, flood, riot, etc.), vandalism and malicious mischief, and special extended
coverage (loss due to falling objects, collapse, water damage from faulty or leaking systems, etc.)
in the full amount of the Contract Price plus the cost of authorized extras. Said amount of
insurance coverage shall be considered to cover the insurable value of the Work under this
Agreement which is considered not to exceed one hundred percent (100%) of the amount of this
Agreement and authorized extras. Such policy shall not insure any tools or equipment, or
temporary structures erected at the site and belonging to any person or persons, or their
Subcontractors who are obliged by contract with the OWNER to do Work on the Projects.
Such insurance shall be placed jointly in the names of the OWNER, State of Colorado -
Department of Transportation, CONTRACTOR, and any and all Subcontractors, and any and all
others obliged by contract with the OWNER to do Work on this Project and at the OWNER'S
option, any other person or persons whom the OWNER deems to have an insurable interest in
said property, or any part thereof, payable as their several interests may appear.
CONTRACTOR shall furnish OWNER with certification of said insurance prior to
commencement of any Work. Any proceeds obtained from insurance provided for by this
paragraph shall be paid to and held by the OWNER as trustee. The OWNER 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.
5.7 Certificates of Insurance: Certificates of Insurance acceptable to the OWNER shall be filed with
the OWNER prior to commencement of the Work. These Certificates shall contain provisions
naming the OWNER and the State of Colorado Department of Transportation 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 cancelled until at least forty-five
(45) days prior written notice has been given the OWNER and the State of Colorado via certified
mail. No later than fifteen (15) days prior to the expiration date of any such coverage,
CONTRACTOR and any Subcontractor shall deliver to OWNER certificates of insurance
evidencing renewals thereof. In addition, upon request by the State of Colorado at any other time
during the term of the Agreement, CONTRACTOR and any Subcontractor shall, within ten (10)
days of such request, supply to the State of Colorado and Owner evidence satisfactory to the State
of compliance with Section 5.3 and its subparts. CONTRACTOR and his Subcontractors shall
not permit any of his Subcontractors to start Work until all required insurance has been obtained
and certificates with the proper endorsements have been filed with the OWNER. Failure of the
CONTRACTOR to comply with the foregoing insurance requirement shall in no way waive the
OWNER'S rights hereunder.
5.8 Owner's Liability Insurance: The OWNER, at his option, may but shall not be required to
purchase and maintain such liability insurance as will protect him against claims which may arise
from operations under this Agreement. Purchasing and maintaining such insurance, however,
will not relieve the CONTRACTOR from purchasing and maintaining the insurance hereinbefore
specified.
5.9 Loss of Use of Insurance: The OWNER, at his option, may but shall not be required to, purchase
and maintain such insurance as will insure him against loss of use of his property due to fire or
other hazards, however caused.
5.10 Coverage required of CONTRACTOR and any of its subcontractors shall be primary over any
insurance or self-insurance program carried by OWNER or the State of Colorado.
5.11 All insurance policies in any way related to this Agreement and secured and maintained by
CONTRACTOR as required in this Article 5 shall include clauses stating that each carrier shall
waive all rights of recovery, under subrogation or otherwise, against OWNER or the State of
Colorado, its agencies, institutions, organizations, officers, agents, employees and volunteers.
5.12 OWNER and the State of Colorado -Department of Transportation shall be named as additional
insured on the Commercial General Liability (construction contracts require additional insured
coverage for completed operations on endorsements CG 2010 11/85, CG 2037 or equivalent) and
Automobile Liability Insurance policies.
5.13 Contractor shall insert a clause containing the terms of Article 5 and all its subparts in all contracts or
sub -contracts, and all Subcontractors shall purchase and maintain the insurance on the terms and
conditions as set forth herein.
ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES
SUPERVISION AND SUPERINTENDENCE:
6.1 CONTRACTOR shall supervise and direct the Work competently and efficiently, devoting such
attention thereto and applying such skills and expertise as may be necessary to perform the Work
in accordance with the Contract Documents. CONTRACTOR shall be solely responsible for the
means, methods, techniques, sequences, and procedures of construction. CONTRACTOR shall
not be responsible for the negligence of others in the design or selection of a specific means,
method, technique, sequence, or procedure of construction which is indicated in and required by
the Contract Documents. CONTRACTOR shall be responsible to see that the finished Work
complies accurately with the Contract Documents.
6.2 CONTRACTOR shall keep on the Work at all times during its progress a competent resident
superintendent, who shall not be replaced without written notice to OWNER and ENGINEER
except under extraordinary circumstances. The superintendent will be CONTRACTOR'S
representative at the site and shall have authority to act on behalf of CONTRACTOR. All
communications given to the superintendent shall be as binding as if given to CONTRACTOR.
OWNER may demand removal of any of CONTRACTOR's employees, agents or sub -contractors
whom the OWNER deems incompetent, careless, insubordinate, unsuitable, or otherwise
unacceptable, or whose continued relation to this Agreement is deemed contrary to the public
interest or not in the OWNER's best interest.
6.2.1 CONTRACTOR shall maintain and deliver to OWNER a daily job report of Work
performed, notable events and incidents, weather conditions, Subcontractor's performance, any
deficiencies (and the corrective actions taken), delays, and other information that OWNER may
reasonably request.
6.2.2 CONTRACTOR will participate in meetings with OWNER at a specific date, time and
place established by OWNER, and to deliver all attending parties current reports on the following
items: progress payment requests; requests for information -current log; change requests- current
log; submittals- current log; change orders- current list; claims- pending claims, notices of claims
and any plans to file claims, if applicable, project progress report, job problems and quality
control review and other information OWNER may reasonably request.
LABOR, MATERIALS AND EQUIPMENT:
6.3 CONTRACTOR shall provide competent, suitably qualified personnel to survey and lay out the
Work, and perform construction as required by the Contract Documents. CONTRACTOR shall
at all times maintain good discipline and order at the site. Except in connection with the safety or
protection of persons, or the Work, or property at the site or adjacent thereto, and except as
otherwise indicated in the supplementary conditions, if any, all Work at the site shall be
performed during regular working hours and CONTRACTOR will not permit overtime Work or
the performance of Work on Saturday, Sunday, or any legal holiday without OWNER'S written
consent given after prior written notice to ENGINEER.
6.4 Intentionally Omitted.
6.5 CONTRACTOR shall furnish all materials, equipment, labor, transportation, construction
equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, and
sanitary facilities, and all other facilities and incidentals necessary for the execution, testing,
initial operation, and completion of Work.
6.6 All materials and equipment shall be of good quality and new, except as otherwise provided in
the Contract Documents. If required by OWNER or ENGINEER, CONTRACTOR shall furnish
satisfactory evidence (including reports of any required tests) as to the kind and quality of
materials and equipment.
6.7 All materials and equipment shall be applied, installed, connected, erected, used, cleaned, and
conditioned in accordance with the instructions of the applicable manufacturer, fabricator,
supplier, or distributor, except as otherwise provided in the Contract Documents.
6.8 CONTRACTOR shall replace supervision personnel as -needed based upon OWNER's
assessment that the Project is not adequately staffed or the Work is not progressing adequately.
6.9 CONTRACTOR shall at all times maintain a full-time management and supervisory staff of
competent persons at the Project site to coordinate and provide general direction of the Work and
progress of subcontractors on the Project.
6.10 CONTRACTOR agrees that only competent and skilled workmen who satisfactorily perform
their duties shall be employed on the Project and CONTRACTOR shall ensure that there are an
adequate and competent supply of skilled workmen and materials as necessary to carry out the
Work on a continuous basis.
EQUIVALENT MATERIALS AND EQUIPMENT:
6.11 Whenever materials or equipment are specified or described in the drawings or specifications by
using the name of a proprietary item, or the name of a particular manufacturer, fabricator,
supplier, or distributor, the naming of the item is intended to establish the type, function, and
quality required. Unless the name is followed by words indicating that no substitution is
permitted, materials or equipment of other manufacturers, fabricators, suppliers, or distributors
may be accepted by ENGINEER and OWNER if sufficient information is submitted by
CONTRACTOR to ENGINEER and OWNER to determine that the material or equipment
proposed is equivalent to that named. The procedure for review by ENGINEER and OWNER
will be as set forth in paragraphs 6.11.1 and 6.11.2 below.
6.11.1 Requests for review of substitute items of material and equipment will not be accepted by
ENGINEER or OWNER from anyone other than CONTRACTOR. If CONTRACTOR
wishes to furnish or use a substitute item of material or equipment, CONTRACTOR shall
make written application to ENGINEER and OWNER for acceptance thereof, certifying
that the proposed substitute will perform adequately the functions called for by the
general design, be similar and of equal substance to that specified and be suited to the
same use and capable of performing the same function as that specified. The application
will state whether or not acceptance of the substitute for use in the Work will require a
change in the drawings or specifications to adapt the design to the substitute and whether
or not incorporation or use of the substitute in connection with the Work is subject of
payment of any license fee or royalty. All variations of the proposed substitute from that
specified shall be identified in the application and available maintenance, repair and
replacement service will be indicated. The application will also contain an itemized
estimate of all costs or savings that will result directly or indirectly from acceptance of
such substitute, including costs of redesign and claims of other contractors affected by the
resulting change, all of which shall be considered by ENGINEER and OWNER in
evaluating the proposed substitute. ENGINEER may require CONTRACTOR to furnish,
at CONTRACTOR'S expense, additional data about the proposed substitute.
ENGINEER and OWNER will be the sole judge of acceptability, and no substitute will
be ordered or installed without ENGINEER'S and OWNER's prior written acceptance.
OWNER may notify CONTRACTOR and ENGINEER in writing that CONTRACTOR
is authorized to work with ENGINEER on substitutions as set forth here and shall only be
required to seek OWNERS approval under 6.11 when the requested substitute is
significant and material to the Project. OWNER may require CONTRACTOR to furnish,
at CONTRACTOR'S expense, a special performance guarantee or other surety with
respect to any substitute.
6.11.2 ENGINEER will record time required by ENGINEER and ENGINEER'S consultants in
evaluating substitutions proposed by CONTRACTOR and in making changes in the
drawings or specifications occasioned thereby, whether or not ENGINEER or OWNER
accepts a proposed substitute. CONTRACTOR shall reimburse OWNER for the charges
of ENGINEER and ENGINEER'S consultants for evaluating any proposed substitute.
CONCERNING SUBCONTRACTORS:
6.12 CONTRACTOR shall not employ any Subcontractor or other person or organization (including
those who are to furnish the principal items of materials or equipment), whether initially or as a
substitute, against whom OWNER or ENGINEER may have reasonable objection. A
Subcontractor or other person or organization identified in writing to OWNER and ENGINEER
by CONTRACTOR prior to the Notice of Award, and not objected to in writing by OWNER or
ENGINEER prior to the Notice of Award, will be deemed acceptable to OWNER and
ENGINEER. Acceptance of any Subcontractor, other person or organization by OWNER or
ENGINEER shall not constitute a waiver of any right of OWNER or ENGINEER to reject
defective work. If OWNER or ENGINEER, after due investigation, has reasonable objection to
any Subcontractor, or other person or organization proposed by CONTRACTOR after the Notice
of Award, CONTRACTOR shall submit an acceptable substitute, and the Contract Price shall be
increased or decreased by the difference in cost occasioned by such substitution, and an
appropriate change order shall be issued. CONTRACTOR shall not be required to employ any
Subcontractor, other person or organization against whom CONTRACTOR has reasonable
objection.
6.13 CONTRACTOR shall be fully responsible for all acts and omissions of his Subcontractors, and of
persons and organizations directly or indirectly employed by them, and of persons and
organizations for whose acts any of them may be liable to the same extent that CONTRACTOR is
responsible for the acts and omissions of persons directly employed by CONTRACTOR.
Nothing in the Contract Documents shall create a contractual relationship between OWNER or
ENGINEER and any Subcontractor or other person or organization having a direct contract with
CONTRACTOR, nor shall it create any obligation on the part of OWNER or ENGINEER to pay
or to see to the payment of any monies due any Subcontractor, or other person or organization,
except as may otherwise be required by law. OWNER or ENGINEER may furnish to any
Subcontractor or other person or organization, to the extent practicable, evidence of amounts paid
to CONTRACTOR on account of specific Work done.
6.14 The divisions and sections of the specifications and the identifications of any drawings shall not
control CONTRACTOR in dividing the Work among Subcontractors, or delineating the Work to
be performed by any specific trade.
6.15 All Work performed for CONTRACTOR by a Subcontractor will be pursuant to an appropriate
agreement between CONTRACTOR and the Subcontractor which specifically binds the
Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of
the OWNER and ENGINEER. CONTRACTOR shall pay each Subcontractor a just share of any
insurance monies received by CONTRACTOR on account of losses under policies issued
pursuant to paragraph 5.6. Notwithstanding anything herein to the contrary, CONTRACTOR
shall certify that each subcontract will be in the form of a written agreement containing all the
requirements and applicable provisions of this Agreement or alternatively all subcontracts shall
be subject to review and approval by OWNER.
PATENT FEES AND ROYALTIES:
6.16 CONTRACTOR shall pay all license fees and royalties, and assume all costs incident to the use
in the performance of the Work, or the incorporation in the Work of any invention, design,
process, product, or device which is the subject of patent rights or copyrights held by others. If a
particular invention, design, process, product, or device is specified in the Contract Documents
for use in the performance of the Work, and if to the actual knowledge of OWNER or
ENGINEER its use is subject to patent rights or copyrights calling for the payment of any license
fee or royalty to others, the existence of such rights shall be disclosed by OWNER in the Contract
Documents. CONTRACTOR shall indemnify and hold harmless OWNER and ENGINEER and
anyone directly or indirectly employed by either of them from and against all claims, damages,
losses, and expenses (including attorney's fees) arising out of any infringement of patent rights or
copyrights incident to the use in the performance of the Work, or resulting from the incorporation
in the Work of any invention, design, process, product, or device not specified in the Contract
Documents, and shall defend all such claims in connection with any alleged infringement of such
rights.
PERMITS:
6.17 Unless otherwise provided in the Contract Documents, CONTRACTOR shall obtain and pay for
all construction permits and licenses. OWNER shall assist CONTRACTOR, when necessary, in
obtaining such permits and licenses. CONTRACTOR shall pay all governmental charges and
inspection fees necessary for the prosecution of the Work, which are applicable at the time of
opening of bids. CONTRACTOR shall pay all charges of utility service companies for
connections to the Work, and OWNER shall pay all charges of such companies for capital costs
related thereto.
LAWS AND REGULATIONS:
6.18 CONTRACTOR shall give all notices and comply with all laws, ordinances, rules, and
regulations applicable to the Work. If CONTRACTOR observes that the specifications or
drawings are at variance therewith, CONTRACTOR shall give ENGINEER and OWNER prompt
written notice thereof, and any necessary changes shall be adjusted by an appropriate
Modification approved by OWNER. If CONTRACTOR performs any Work knowing, or having
reason to know, that it is contrary to such laws, ordinances, rules, and regulations, and without
such notice to ENGINEER and OWNER, CONTRACTOR shall bear all costs arising therefrom;
however, it shall not be CONTRACTOR'S primary responsibility to make certain that the
specifications and drawings are in accordance with such laws, ordinances, rules, and regulations.
TAXES:
6.19 CONTRACTOR shall pay all sales, consumer, use, and other similar taxes required to be paid by
him in accordance with the law of the place of the Project.
USE OF PREMISES:
6.20 CONTRACTOR shall confine construction equipment, the storage of materials and equipment,
and the operations of workmen to areas permitted by law, ordinances, permits, or the
requirements of the Contract Documents, and shall not unreasonably encumber the premises with
construction equipment or other materials or equipment.
6.21 During the progress of the Work, CONTRACTOR shall keep the premises free from
accumulations of waste materials, rubbish, and other debris resulting from the Work. At the
completion of the Work, CONTRACTOR shall remove all waste materials, rubbish, and debris
from and about the premises as well as all tools, appliances, construction equipment, and
machinery, and surplus materials, and shall leave the site clean and ready for occupancy by
OWNER. CONTRACTOR shall restore to their original condition those portions of the site not
designated for alteration by the Contract Documents.
6.22 Except as set forth in paragraph 10.15 of the Agreement, CONTRACTOR shall not load, nor
permit any part of any structure to be loaded, in any manner that will endanger the structure, nor
shall CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures
that will endanger it.
6.23 CONTRACTOR shall be responsible for removing all water and or mud interfering with the
Work.
6.24 Except as set forth in paragraph 10.15 of the Agreement, CONTRACTOR shall perform the
Work so as not to interfere with or disrupt the business operations of any adjacent businesses and
recreation areas.
6.25 Except as set forth in paragraph 10.15 of the Agreement, CONTRACTOR shall protect and
prevent damage or disturbance to any trees or other vegetation as shown in the Contract
Documents.
6.26 CONTRACTOR will locate all underground pipelines, conduits, ducts, cables, wires, manholes,
vaults, tanks, tunnels, or other such facilities or attachments, and any easements containing such
facilities, including those that convey electricity, gasses, steam, liquid petroleum products,
telephone or other communications, cable television, water, wastewater, storm water, other
liquids or chemicals, or traffic or other control systems which shall collectively be known as the
"Underground Facilities" prior to performing the Work. Unless it is otherwise expressly provided
in the Contract Documents;
6.26.1 OWNER shall not be responsible for providing any information to
CONTRACTOR
regarding the Underground Facilities; and
6.26.2 The cost of all of the following will be included in the Contract Price, and
CONTRACTOR
shall have full responsibility for:
a. Locating all Underground Facilities
b. Coordination of the Work with the owners of such Underground Facilities,
including OWNER, during construction; and the safety and protection of all
such Underground Facilities and repairing any damage thereto resulting from
the Work except for damage related to removal of the boulder which shall be
addressed as set forth in paragraph 10.15 of the Agreement.
RECORD DOCUMENTS:
6.27 CONTRACTOR shall keep one record copy of all specifications, drawings, addenda,
modifications, shop drawings, and samples at the site in good order and annotated to show all
changes made during the construction process. These shall be available to ENGINEER and
OWNER for examination and shall be delivered to ENGINEER for OWNER upon completion of
the Work.
SAFETY AND PROTECTION:
6.28 CONTRACTOR shall be responsible for initiating, maintaining, and supervising all safety
precautions and programs in connection with the Work. CONTRACTOR shall take all necessary
precautions for the safety of, and shall provide the necessary protection to prevent damage,
injury, or loss to:
6.28.1 all employees and Subcontractors on the Work and other persons who may be affected
thereby,
6.28.2 all the Work and all materials or equipment to be incorporated therein, whether in storage
on or off the site, and
6.28.3 other property at the site, or adjacent thereto, including trees, shrubs, lawns, walks,
pavements, roadways, structures, and utilities not designated for removal, relocation or
replacement in the course of construction. CONTRACTOR shall comply with all
applicable laws, ordinances, rules, regulations, and orders of any public body having
jurisdiction for the safety of persons or property, or to protect them from damage, injury,
or loss; and shall erect and maintain all necessary safeguards for such safety and
protection. CONTRACTOR shall notify owners of adjacent property and utilities when
prosecution of the Work may affect them. All damage, injury, or loss to any property
referred to in paragraph 6.28.2 or 6.28.3 caused, directly or indirectly, in whole or in part,
by CONTRACTOR, any Subcontractor, or anyone directly or indirectly employed by any
of them, or anyone for whose acts any of them may be liable, shall be remedied by
CONTRACTOR (except damage or loss attributable to the fault of Drawings or
Specifications, or to the acts or omissions of OWNER or ENGINEER).
CONTRACTOR'S duties and responsibilities for the safety and protection of the Work
shall continue until such time as all the Work is completed and ENGINEER has issued a
notice to OWNER and CONTRACTOR, in accordance with paragraph 14.13, that the
Work is acceptable.
6.29 CONTRACTOR shall designate a responsible member of his organization at the site whose duty
shall be the prevention of accidents. This person shall be CONTRACTOR'S superintendent,
unless otherwise designated in writing by CONTRACTOR to OWNER.
EMERGENCIES:
6.30 In emergencies affecting the safety or protection of persons, or the Work, or property at the site or
adjacent thereto, CONTRACTOR, without special instruction or authorization from ENGINEER
to OWNER, is obligated to act to prevent threatened damage, injury, or loss. CONTRACTOR
shall give ENGINEER and OWNER prompt written notice of any significant changes in the
Work, or deviations from the Contract Documents caused thereby.
SHOP DRAWINGS AND SAMPLES:
6.31 See Section 105.02 of "Standard Specifications For Road and Bridge Construction", Colorado
Department of Transportation, State of Colorado (2011). Notwithstanding anything to the
contrary in Section 105.02, Owner and CDOT shall approve all Shop Drawings.
CONTINUING THE WORK:
6.32 CONTRACTOR shall carry on the Work and maintain the progress schedule during all disputes
or disagreements with OWNER. No Work shall be delayed or postponed pending resolution of
any disputes or disagreements, except as CONTRACTOR and OWNER may otherwise agree in
writing.
INDEMNIFICATION:
6.33 To the fullest extent permitted by law, CONTRACTOR shall indemnify and hold harmless
OWNER, ENGINEER and the State of Colorado and its Department of Transportation, and their
officials, agents and employees, from and against all suits, claims or any type or character,
damages, liabilities, losses, and expenses including, but not limited to, attorney's fees and costs
arising out of, or resulting from, the performance or non-performance of the Work, and including,
but not limited to, claims, damages, liabilities, losses, or expenses attributable to bodily injury,
sickness, disease, or death, or injury to or destruction of tangible property including the loss of
use resulting therefrom or is caused, in whole or in part, by any act or omission of
CONTRACTOR, any Subcontractor, anyone directly or indirectly employed by any of them, or
anyone for whose acts any of them may be liable. Nothing in the contract shall be interpreted that
the OWNER waives its sovereign immunity granted under Colorado Governmental Immunity Act
or other applicable law.
CONTRACTOR shall also comply with all other indemnification requirements set forth in the
Contract Documents.
The parties agree that CONTRACTOR's duty to indemnify as set forth in paragraph 6.33 is not
applicable to boulder removal unless damage related to the boulder removal is caused by
CONTRACTOR's negligence as set forth in paragraph 10.15 of the Agreement.
6.34 In any and all claims against OWNER or ENGINEER, or any of their agents or employees, by
any employee of CONTRACTOR, any Subcontractor, anyone directly or indirectly employed by
any of them, or anyone for whose acts any of them may be liable, the indemnification obligation
under paragraph 6.33 shall not be limited in any way by any limitation on the amount or type of
damages, compensation, or benefits payable by or for CONTRACTOR or any Subcontractor
under worker's or workmen's compensation acts, disability benefit acts, or other employee
benefit acts.
6.35 The obligations of CONTRACTOR under paragraph 6.33 shall not extend to the liability of
ENGINEER, his agents, or employees arising out of the ENGINEER'S preparation of maps,
drawings, opinions, reports, surveys, change orders, designs, or specifications.
ARTICLE 7 — WORK BY OTHERS
7.1 OWNER may perform additional Work related to the Project by himself, or have additional work
performed by utility service companies, or let other direct contracts therefore which shall contain
general conditions similar to these. CONTRACTOR shall afford the utility service companies
and the other contractors who are parties to such direct contracts (or OWNER, if OWNER is
performing the additional work with OWNER'S employees) reasonable opportunity for the
introduction and storage of materials and equipment, and the execution of work, and shall
properly connect and coordinate his work with theirs.
7.2 If any part of CONTRACTOR'S Work depends, for proper execution or results, upon the work of
any such other contractor or utility service company (or OWNER), CONTRACTOR shall inspect
and promptly report to ENGINEER and OWNER in writing any patent or apparent defects or
deficiencies in such work that render it unsuitable for such proper execution and results.
CONTRACTOR'S failure to so report shall constitute an acceptance of the other work as fit and
proper for integration with CONTRACTOR'S Work, except for latent or non -apparent defects
and deficiencies in the other work.
7.3 CONTRACTOR shall do all cutting, fitting, and patching of his Work that may be required to
make its several parts come together properly and integrate with such other Work.
CONTRACTOR shall not endanger any work of others by cutting, excavating, or otherwise
altering their work, and will only cut or alter their work with the written consent of ENGINEER
and the others whose work will be affected.
7.4 If the performance of additional work by other contractors or utility service companies or
OWNER was not noted in the Contract Documents, written notice thereof shall be given to
CONTRACTOR prior to starting any such additional work. If CONTRACTOR believes that the
performance of such additional work by OWNER or others involves additional expense to
CONTRACTOR, or requires an extension of the Contract Time, CONTRACTOR may make a
claim therefore as provided in Articles 11 and 12.
ARTICLE 8 — OWNER'S RESPONSIBILITIES
8.1 OWNER shall issue all communications to CONTRACTOR through ENGINEER.
8.2 In case of termination of the employment of ENGINEER, OWNER shall appoint an engineer
whose status under the Contract Documents shall be that of the former ENGINEER.
8.3 OWNER and all of its employees and agents shall have the right to full access and use of the
Project site. Such use shall not constitute acceptance of the Work or any part thereof, or waive
any of OWNER'S rights or remedies under the Contract Documents.
ARTICLE 9 — ENGINEER'S STATUS DURING CONSTRUCTION
OWNER'S REPRESENTATIVE:
9.1 ENGINEER will be OWNER'S representative during the construction period as set forth in the
Contract Documents. The duties and responsibilities and the limitations of authority of
ENGINEER as OWNER'S representative during construction are set forth in the Contract
Documents, and shall not be extended without written consent of OWNER and ENGINEER.
Notwithstanding anything to the contrary herein, in all instances in the Contract Documents
where ENGINEER has the authority to make decisions concerning quality of and acceptance of
the Work performed by CONTRACTOR the ENGINEER shall first discuss such decision and
proposed acceptance with OWNER and obtain its approval prior to communicating with the
CONTRACTOR. Further, in all instances in the Contract Documents where ENGINEER has the
authority to make a decision that impacts the Project budget or Contract Price or payment to the
CONTRACTOR, then Engineer shall first discuss the payment or costs with OWNER and obtain
its approval prior to approving any payment, additive or deductive Work. Further, the State of
Colorado shall approve all change orders under this Agreement. This paragraph is not intended as
and shall not be a waiver of ENGINEER'S responsibility for oversight of the Work.
VISITS TO SITE:
9.2 ENGINEER will make visits to the site at intervals appropriate to the various stages of
construction to observe the progress and quality of the executed Work and to determine, in
general, if the Work is proceeding in accordance with the Contract Documents. ENGINEER will
not be required to make exhaustive or continuous on-site inspections to check the quality or
quantity of the Work. ENGINEER'S efforts will be directed toward providing for OWNER a
greater degree of confidence that the completed Work will conform to the Contract Documents.
On the basis of such visits and on-site observations, as an experienced and qualified design
professional, ENGINEER will keep OWNER informed of the progress of the Work, and will
endeavor to guard OWNER against defects and deficiencies in the Work.
CLARIFICATIONS AND INTERPRETATIONS:
9.3 ENGINEER will issue, with reasonable promptness, such written clarifications or interpretations
of the Contract Documents (in the form of drawings or otherwise) as ENGINEER may determine
necessary, which shall be consistent with, or reasonably inferable from, the overall intent of the
Contract Documents.
If CONTRACTOR believes that a written clarification or interpretation justifies an increase in the
Contract Price or Contract Time, CONTRACTOR may make a claim therefore, as provided in
Article 11 or Article 12.
REJECTING DEFECTIVE WORK:
9.4 ENGINEER after conferring and receiving approval of OWNER will have authority to
disapprove or reject Work which is defective, and will also have authority to require special
inspection or testing of the Work as fabricated, installed, or completed.
SHOP DRAWINGS, CHANGE ORDERS, AND PAYMENTS:
9.5 In connection with ENGINEER'S responsibility for shop drawings and samples, see paragraphs
6.31.
9.6 In connection with ENGINEER'S responsibilities as to change orders see Articles 10, 11, and 12.
9.7 In connection with ENGINEER'S responsibilities in respect to applications for payment, etc., see
Article 14.
PROJECT REPRESENTATION:
9.8 ENGINEER may utilize Resident Project Representative to assist ENGINEER in observing the
performance of the Work. The duties, responsibilities, and limitations of authority of any such
Resident Project Representative and assistants will be as provided in the Contract Documents. If
OWNER designates another agent to represent him at the site who is not ENGINEER'S agent, the
duties, responsibilities, and limitations of authority of such other person will be as provided the
Contract Documents.
DECISIONS ON DISAGREEMENTS:
9.9 ENGINEER will be the initial interpreter of the requirements of the Contract Documents and
after first conferring with OWNER will judge of the acceptability of the Work thereunder.
Claims, disputes, and other matters relating to the acceptability of the Work, or the interpretation
of the requirements of the Contract Documents pertaining to the execution and progress of the
Work, shall be referred initially to ENGINEER in writing with a request for a formal decision
which ENGINEER will render in writing within a reasonable time after conferring with OWNER.
LIMITATIONS ON ENGINEER'S RESPONSIBILITIES:
9.10 Neither ENGINEER'S authority to act under this Article 9, or elsewhere in the Contract
Documents, nor any decision made by ENGINEER or OWNER in good faith either to exercise or
not exercise such authority shall give rise to any duty or responsibility of ENGINEER or
OWNER to CONTRACTOR, any Subcontractor, any manufacturer, fabricator, supplier, or
distributor, or any of their agents or employees, or any other person performing any of the Work.
9.11 Whenever, in the Contract Documents, the terms "as ordered", "as directed", "as required", "as
allowed", or terms of like effect or import are used, or the adjectives "reasonable", "suitable",
"acceptable", "proper", or "satisfactory", or adjectives of like effect or import are used to
describe requirement, direction, review, or judgment of ENGINEER as to the Work, it is intended
that such requirement direction, review, or judgment will be solely to evaluate the Work for
compliance with the Contract Documents (unless there is a specific statement indicating
otherwise). The use of any such term or adjective never indicates that ENGINEER shall have
authority to supervise or direct performance of the Work, or authority to undertake responsibility
contrary to the provisions of paragraphs 9.12 or 9.13.
9.12 ENGINEER and OWNER will not be responsible for CONTRACTOR'S means, methods,
techniques, sequences or procedures of construction, or the safety precautions and programs
incident thereto, and ENGINEER and OWNER will not be responsible for CONTRACTOR'S
failure to perform the Work in accordance with the Contract Documents.
9.13 ENGINEER and OWNER will not be responsible for the acts or omissions of CONTRACTOR,
or of any Subcontractor, or of the agents or employees of any CONTRACTOR or Subcontractor,
or of any other persons at the site or otherwise performing any of the Work.
ARTICLE 10 — CHANGES IN THE WORK
10.1 Without invalidating the Agreement, OWNER may, at any time or from time to time, order
additions, deletions, or revisions in the Work; these will be authorized by change orders. Upon
receipt of an executed change order, CONTRACTOR shall proceed with the Work involved. All
such Work shall be executed under the applicable conditions of the Contract Documents. If any
change order causes an increase or decrease in the Contract Price, or an extension or shortening
of the Contract Time, an equitable adjustment may be made as provided in Article 11 or Article
12 on the basis of a claim made by either party.
10.2 ENGINEER, with approval of OWNER, may authorize minor changes in the Work, not involving
an adjustment in the Contract Price or the Contract Time, which are consistent with the overall
intent of the Contract Documents. These may be accomplished by a field order, and shall be
binding on OWNER, and also on CONTRACTOR who shall perform the change promptly. If
CONTRACTOR believes that a field order justifies an increase in the Contract Price or Contract
Time, CONTRACTOR may make a claim therefore, prior to performing the Work as provided in
Article 11 or Article 12.
10.3 Additional Work performed without authorization of a change order will not entitle
CONTRACTOR to an increase in the Contract Price, or an extension of the Contract Time,
except in the case of an emergency as provided in paragraph 6.30, and for uncovering work found
not to be defective.
10.4 OWNER may execute appropriate change orders prepared by ENGINEER covering changes in
the Work which are required by OWNER, or required because of differing site conditions or
emergencies, or because of uncovering Work found not to be defective, or as provided in
paragraphs 11.10 or 11.11.
10.5 If notice of any change affecting the general scope of the Work or change in the Contract Price is
required by the provisions of any bond to be given to the surety, it will be CONTRACTOR'S
responsibility to so notify the surety, and the amount of each applicable bond shall be adjusted
accordingly. CONTRACTOR shall furnish proof of such adjustment to OWNER.
10.6 Notwithstanding anything to the contrary herein, State shall approve all change orders prior to
any change order becoming binding on OWNER or the Project.
ARTICLE 11— CHANGE OF CONTRACT PRICE
11.1 The Contract Price constitutes the total compensation (subject to authorized adjustments) payable
to CONTRACTOR for performing the Work. All duties, responsibilities, and obligations
assigned to or undertaken by CONTRACTOR shall be at his expense without change in the
Contract Price.
11.2 The Contract Price may only be changed by a change order. Any claim for an increase in the
Contract Price shall be by written notice delivered to OWNER and ENGINEER within five (5)
days of the occurrence of the event giving rise to the claim. Any change in the Contract Price
resulting from any such claim and approved by ENGINEER and OWNER shall be incorporated
in a change order which shall be approved by the State prior to execution by OWNER. No Work
performed by CONTRACTOR shall be the basis for additional compensation unless and until
CONTRACTOR has obtained written authorization and acknowledgement by OWNER for such
Work. Accordingly, no course of conduct or dealings between the parties, nor verbal change
orders, express or implied acceptance of alterations or additions to the Work, and no claim that
OWNER has been unjustly enriched by any additional services or Work, whether or not there is
in fact any such unjust enrichment, shall be the basis of any increase in the compensation payable
hereunder. In the event that written authorization and acknowledgment by OWNER for such
work is not timely executed and issued in strict accordance with this Agreement,
CONTRACTOR's rights with respect to such work or services shall be deemed waived and such
failure shall result in non-payment for such services or work performed.
11.3 No change orders or other form of order or directive which requires additional compensable
Work to be performed may be issued or be effective unless accompanied by a written assurance
to the CONTRACTOR that lawful appropriations to cover the costs of the additional Work have
been made.
11.4 The value of any Work covered by a change order, or of any claim for an increase or decrease in
the Contract Price, shall be determined as set forth in Article 4 hereof and in accordance with the
State of Colorado Department of Transportation Standard Specifications for Road and Bridge
Construction (2011).
11.5 Intentionally Omitted.
11.6 Intentionally Omitted.
11.7 No Contractor's fee shall apply in the event of a change order.
11.8 The amount of credit to be allowed by CONTRACTOR to OWNER for any such change which
results in a net decrease in cost will be the amount of the actual net decrease. When both
additions and credits are involved in any one change, the combined adjustment to overhead and
profit shall be figured on the basis of the net increase or decrease in allowable costs, if any.
11.9 Notwithstanding anything to the contrary herein, State shall approve all change orders prior to
any change order becoming binding on OWNER or the Project.
ADJUSTMENT OF UNIT QUANTITIES:
11.9 Whenever the cost of any Work is to be determined based upon unit price, CONTRACTOR will
submit, in form acceptable to ENGINEER and OWNER, an itemized cost breakdown together
with supporting data.
11.10 Where the quantity of Work with respect to any item that is covered by a unit price differs
materially and significantly from the quantity of such Work indicated in the Contract Documents,
an appropriate change order (additive or deductive) may be issued on recommendation of
ENGINEER with written approval of OWNER and as set forth in the Colorado Department of
Transportation Standard Specifications for Road and Bridge Construction (2011). In no event will
the unit price bid by CONTRACTOR be modified, but the quantity of any item may be increased
or decreased as set forth in the Contract Documents. Notwithstanding the foregoing, in no event
will the change modify the not to exceed Contract Price or otherwise be modified without a
change order approved in writing by OWNER and the State of Colorado.
CASH ALLOWANCES:
11.11 It is understood that CONTRACTOR has included in the Contract Price all allowances so named
in the Contract Documents, and shall cause the Work so covered to be done by such
Subcontractors, manufacturers, fabricators, suppliers, or distributors, and for such sums within the
limit of the allowances as may be acceptable to ENGINEER and OWNER. Upon final payment,
the Contract Price shall be adjusted as required, and an appropriate change order issued.
CONTRACTOR agrees that the original Contract Price includes such sums as CONTRACTOR
deems proper for costs and profit on account of cash allowances. No demand for additional cost
or profit in connection therewith will be valid.
ARTICLE 12 — CHANGE OF THE CONTRACT TIME
12.1 The Contract Time may only be changed by a change order. Any claim for an extension in the
Contract Time shall be by written notice delivered to OWNER and ENGINEER within five (5)
days of the occurrence of the event giving rise to the claim. Any change in the Contract Time
resulting from any such claim shall be determined as set forth in the Colorado Department of
Transportation Standard Specifications for Road and Bridge Construction (2011).
12.2 All time limits stated in the Contract Documents are of the essence of the Agreement. The
provisions of Articles 11 and 12 are CONTRACTOR'S sole remedies for delay by any cause
whatsoever, including acts of OWNER.
12.3 Notwithstanding anything to the contrary herein, State shall approve all change orders prior to
any change order becoming binding on OWNER or the Project.
ARTICLE 13 — WARRANTY AND GUARANTEE; TESTS AND INSPECTION; CORRECTION
REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK
WARRANTY AND GUARANTEE:
13.1 CONTRACTOR warrants and guarantees to OWNER and ENGINEER that all Work and
materials will be in accordance with the Contract Documents and will not be defective. Prompt
notice of all defects shall be given to CONTRACTOR. All defective Work, whether or not in
place, may be rejected, corrected, or accepted as provided in this Article 13.
ACCESS TO WORK:
13.2 OWNER, ENGINEER, ENGINEER'S representatives, other representatives of OWNER, testing
agencies, and governmental agencies with jurisdictional interests will have access to the Work at
reasonable times for their observation, inspection and testing. CONTRACTOR shall provide
proper and safe conditions for such access.
TESTS AND INSPECTIONS:
13.3 CONTRACTOR shall give ENGINEER and OWNER timely notice of readiness of work for all
required inspections, tests or approvals.
13.4 If any law, ordinance, rule, regulation, code, or order of any public body having jurisdiction
requires any Work (or part thereof) to specifically be inspected, tested, or approved,
CONTRACTOR shall assume full responsibility therefore, pay all costs in connection therewith,
and furnish ENGINEER and OWNER the required certificates of inspection, testing, or approval.
CONTRACTOR shall also be responsible for and shall pay all costs in connection with any
inspection or testing required in connection with OWNER'S or ENGINEER'S acceptance of a
manufacturer, fabricator, supplier or distributor of materials or equipment
proposed to be incorporated in the Work, or of materials or equipment submitted for approval
prior to CONTRACTOR'S purchase thereof for incorporation of the Work. The cost of all other
inspections, tests, and approvals required by the Contract Documents shall be paid by
CONTRACTOR.
13.5 Any inspections, tests, or approvals, other than those required by law, ordinance, rule, regulation,
code, or order of any public body having jurisdiction, shall be performed by organizations
acceptable to OWNER and ENGINEER if so specified.
13.6 If any Work that is to be inspected, tested, or approved is covered without written concurrence of
ENGINEER and OWNER, it must, if requested by ENGINEER or OWNER, be uncovered for
observation. Such uncovering shall be at CONTRACTOR'S expense, unless CONTRACTOR
has given ENGINEER and OWNER timely notice of CONTRACTOR'S intention to cover such
Work and ENGINEER and OWNER has not acted with reasonable promptness in response to
such notice.
13.7 Neither observations by ENGINEER or OWNER nor inspections, tests, or approvals by others
shall relieve CONTRACTOR from his obligations to perform the Work in accordance with the
Contract Documents.
13.7.1 OWNER and State reserve the right to inspect the Work at all reasonable times and places during
the term of the Agreement, including any extension. If the Work fails to conform to the
requirements of this Agreement, the OWNER may require the CONTRACTOR promptly to bring
the Work into conformity with Contract Documents, at the CONTRACTOR's sole expense. If the
Work cannot be brought into conformance by re -performance or other corrective measures, the
OWNER may require CONTRACTOR to take necessary action to ensure that future performance
conforms to the Contract Documents and may exercise remedies available under this Agreement,
at law or in equity in lieu of or in conjunction with such corrective measures.
UNCOVERING WORK:
13.8 If any Work is covered contrary to the written request of ENGINEER or OWNER, it must, if
requested by ENGINEER or OWNER, be uncovered for ENGINEER or OWNER's observation
and replaced at CONTRACTOR'S expense.
13.9 If ENGINEER or OWNER considers it necessary or advisable that covered Work be observed by
ENGINEER or OWNER, or inspected or tested by others, CONTRACTOR, at ENGINEER or
OWNER's request, shall uncover, expose, or otherwise make available for observation,
inspection, or testing as ENGINEER or OWNER may require, that portion of the Work in
question, furnish all necessary labor, material, and equipment. If it is found that such Work is
defective, CONTRACTOR shall bear all the expenses of such uncovering, exposure, observation,
inspection, and testing of satisfactory reconstruction, including compensation for additional
professional services, and an appropriate deductive change order shall be issued. If, however,
such Work is not found to be defective, CONTRACTOR shall be allowed an increase in the
Contract Price, or an extension of the Contract Time, or both, directly attributable to such
uncovering, exposure, observation, inspection, testing, and reconstruction.
OWNER MAY STOP THE WORK:
13.10 If the Work is defective, or CONTRACTOR fails to supply sufficient skilled workmen or suitable
materials or equipment, OWNER may order CONTRACTOR to stop the Work, or any portion
thereof, until the cause for such order has been eliminated; however, this right of OWNER to stop
the Work shall not give rise to any duty on the part of OWNER to exercise this right for the
benefit of CONTRACTOR or any other party.
13.10.1 OWNER, alone or after notice from the State, may provide notice to CONTRACTOR and
suspend Work wholly or in part due to failure of CONTRACTOR to correct conditions which are
unsafe to workers, conditions which are unsuitable for prosecution of the Work or for such
periods as are necessary to protect the public interest.
CORRECTION OR REMOVAL OF DEFECTIVE WORK:
13.11 If required by ENGINEER or OWNER, CONTRACTOR shall promptly, without cost to
OWNER and as specified by ENGINEER or OWNER, either correct any defective Work,
whether or not fabricated, installed, or completed, or, if the Work has been rejected by
ENGINEER or OWNER, remove it from the site and replace it with non -defective Work in a
manner acceptable to the ENGINEER and OWNER.
MATERIALS:
13.12 Materials to be used or incorporated in the Project shall be new and of good quality. All
warranties for materials furnished by any manufacturer or supplier are for the benefit of OWNER.
ACCEPTANCE OF DEFECTIVE WORK:
13.13 If, instead of requiring correction or removal and replacement of defective Work, OWNER (and,
prior to ENGINEER'S recommendation of final payment,) prefers to accept it, OWNER may do
so. In such case, if acceptance occurs prior to ENGINEER'S recommendation of final payment, a
change order shall be issued incorporating the necessary revisions in the Contract Price; or, if the
acceptance occurs after such recommendation, an appropriate amount shall be paid by
CONTRACTOR to OWNER.
OWNER MAY CORRECT DEFECTIVE WORK:
13.14 If CONTRACTOR fails, within a reasonable time after written notice of ENGINEER or
OWNER, to proceed to correct defective Work, or to remove and replace rejected Work as
required by ENGINEER or OWNER in accordance with paragraph 13.11, or if CONTRACTOR
fails to perform the Work in accordance with the Contract Documents (including any
requirements of the progress schedule), OWNER may, after seven days written notice to
CONTRACTOR, correct and remedy any such deficiency. In exercising his rights under this
paragraph OWNER shall proceed expeditiously. To the extent necessary to complete corrective
and remedial action, OWNER may exclude CONTRACTOR from all or part of the site, take
possession of all or part of the Work, and suspend CONTRACTOR'S services related thereto,
take possession of CONTRACTOR'S tools, appliances, construction equipment, and machinery at
the site, and incorporate in the Work all materials and equipment stored at the site, or for which
OWNER has paid CONTRACTOR, but which are stored elsewhere. CONTRACTOR shall allow
OWNER, OWNER'S representatives, agents, and employees such access to the site as may be
necessary to enable OWNER to exercise his rights under this paragraph. All direct and indirect
costs of OWNER in exercising such rights shall be charged against CONTRACTOR in an
amount verified by ENGINEER, and a change order shall be issued incorporating the necessary
revisions in the Contract Documents and a reduction in the Contract Price. Such direct and
indirect costs shall include, in particular but without limitation, compensation for additional
professional services required, and all costs of repair and replacement of work of others destroyed
or damaged by correction, removal, or replacement of CONTRACTOR'S defective Work.
CONTRACTOR shall not be allowed an extension of the Contract Time because of any delay in
performance of the Work attributable to the exercise by OWNER of OWNER'S rights hereunder.
ARTICLE 14 — PAYMENTS TO CONTRACTOR AND COMPLETION
SCHEDULES:
14.1 At least ten days prior to submitting the first application for a progress payment, CONTRACTOR
shall (except as otherwise specified in the general requirements) submit to ENGINEER and
OWNER a progress schedule, a final schedule of shop drawing submissions, and, where
applicable, a schedule of values of the Work. These schedules shall be satisfactory in form and
substance to ENGINEER and OWNER. The schedule of values shall include quantities and unit
prices aggregating the Contract Price, and shall subdivide the Work into component parts in
sufficient detail to serve as the basis for progress payments during construction. Upon acceptance
of the schedule of values by ENGINEER and OWNER, it shall be incorporated into a form of
application for payment acceptable to ENGINEER and OWNER.
APPLICATION FOR PROGRESS PAYMENT:
14.2 At least ten days before each progress payment falls due (but not more often than once a month),
CONTRACTOR shall submit to ENGINEER and OWNER for review an application for payment
filled out and signed by CONTRACTOR covering the Work completed as of the date of the
application, and accompanied by such supporting documentation as is required by the Contract
Documents, and also as ENGINEER or OWNER 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 OWNER, as will establish OWNER'S title
to the material and equipment, and protect OWNER'S interest therein, including applicable
insurance. In addition, the material and equipment shall conform to the requirements of the
Contract Documents and the quantity of such stored material shall not exceed the total estimated
quantity required to complete the Project. Further, the value of such stored material shall not
exceed the appropriate portion of the value of the contract item or items in which such materials
are to be incorporated. 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 retainage with respect to progress payments will be as
stipulated in the Agreement.
CONTRACTOR'S WARRANTY OF TITLE:
14.3 CONTRACTOR warrants and guarantees that title to all Work, materials, and equipment covered
by any application for payment, whether incorporated in the Project or not, will pass to OWNER
at the time of payment free and clear of all liens, claims, security interests, and encumbrances
(hereafter in these General Conditions referred to as "Liens").
REVIEW OF APPLICATIONS FOR PROGRESS PAYMENT:
14.4 ENGINEER will after conferring with OWNER, within ten days after receipt of each application
for payment, either indicate in writing a recommendation of payment and present the application
to OWNER, or return the application to CONTRACTOR indicating in writing ENGINEER'S
reasons for refusing to recommend payment. In the latter case, CONTRACTOR may make the
necessary corrections and resubmit the application. OWNER shall, within twenty days of
presentation to him of the application for payment with ENGINEER'S recommendation, pay
CONTRACTOR the amount recommended.
14.5 ENGINEER'S recommendation of any payment requested in an application for payment will
constitute a representation by ENGINEER to OWNER that, based on ENGINEER'S on-site
observations of the Work in progress as an experienced and qualified design professional, and on
ENGINEER'S review of the application for payment, and the accompanying data and schedules,
the Work has progressed to the point indicated; that, to the best of ENGINEER'S knowledge,
information, and belief, the quality of the Work is in accordance with the Contract Documents
(subject to an evaluation of the Work as a functioning Project upon substantial completion, and to
the results of any subsequent tests called for in the Contract Documents and any qualifications
stated in the recommendation); and, that CONTRACTOR is entitled to payment of the amount
recommended. However, by recommending any such payment, ENGINEER will not thereby be
deemed to have represented that exhaustive or continuous on-site inspections have been made to
check the quality or the quantity of Work, or that the means, methods, techniques, sequences, and
procedures of construction have been reviewed, or that any examination has been made to
ascertain how or for what purpose CONTRACTOR has used the monies paid or to be paid to
CONTRACTOR on account of the Contract Price, or that title to any Work, materials, or
equipment has passed to OWNER free and clear of any Liens.
14.6 ENGINEER'S recommendation of final payment will constitute an additional representation by
ENGINEER to OWNER that the conditions precedent to CONTRACTOR'S being entitled to
final payment as set forth in paragraph 14.13 have been fulfilled.
14.7 ENGINEER may refuse to recommend the whole, or any part of any payment if, in his opinion, it
would be incorrect to make such representations to OWNER. He may also refuse to recommend
any such payment, or, because of subsequently discovered evidence, or the results of subsequent
inspections or tests, nullify any such payment previously recommended to such extent as may be
necessary in ENGINEER'S opinion to protect OWNER from loss because:
14.7.1 the Work is defective, or completed Work has been damaged requiring correction or
replacement,
14.7.2 written claims have been made against OWNER, or Liens have been filed in connection
with the Work,
14.7.3 the Contract Price has been reduced because of modifications,
14.7.4 OWNER has been required to correct defective Work, or complete the Work in
accordance with paragraph 13.14,
14.7.5 of CONTRACTOR'S unsatisfactory prosecution of the Work in accordance with the
Contract Documents, or
14.7.6 CONTRACTOR'S failure to make payment to Subcontractors, or for labor, materials, or
equipment.
ACCEPTANCE AND PARTIAL UTILIZATION:
14.8 Substantial Completion shall occur as set forth in the Contract Documents including the Colorado
Department of Transportation Standard Specifications for Road and Bridge Construction (2011)
and Project Special Provisions.
14.9 Acceptance and Partial Utilization of the Work shall occur as set forth in the Contract Documents
including the Colorado Department of Transportation Standard Specifications for Road and
Bridge Construction (2011) and Project Special Provisions.
14.10 Intentionally Omitted.
14. 10. 1 Intentionally Omitted.
14.10.2 Intentionally Omitted.
14.10.3 No occupancy of part of the Work, or taking over of operations of a facility will be
accomplished before the insurers providing the property insurance have acknowledged
notice thereof and in writing effected any changes in coverage necessitated thereby. The
insurers providing the property insurance shall consent by endorsement on the policy or
policies, but the property insurance shall not be cancelled or permitted to lapse on
account of any such partial use or occupancy.
FINAL INSPECTION:
14.11 Upon written notice from CONTRACTOR that the Work is complete, ENGINEER will make a
final inspection with OWNER and CONTRACTOR, and will notify CONTRACTOR in writing
of all particulars in which this inspection reveals that the Work is incomplete or defective.
CONTRACTOR shall immediately take such measures as are necessary to remedy such
deficiencies.
FINAL APPLICATION FOR PAYMENT:
14.12 After CONTRACTOR has completed all such corrections to the satisfaction of
ENGINEER and OWNER, and delivered all maintenance and operating instructions,
schedules, guarantees, bonds, certificates of inspection, marked -up record documents,
and other documents, all as required by the Contract Documents, and after ENGINEER
has indicated that the Work is acceptable (subject to the provisions of paragraph 14.14),
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 ENGINEER may reasonably require. Payment shall be processed in accordance with
C.R.S. 24-91-103 and C.R.S. 38-26-107. Notwithstanding the foregoing,
CONTRACTOR will provide complete and legally effective lien releases or waivers
satisfactory to OWNER. In lieu thereof, and as approved by OWNER, 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 OWNER or his 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 OWNER to indemnify OWNER.
14.12.1 Before OWNER may advertise for final payment, CONTRACTOR shall deliver
to
OWNER for review:
i. A letter confirming that sales tax from the OWNER is exempt have
not been paid;
ii. One (1) complete bound set of required operations and
maintenance manuals and instructions, if any;
One (1) set of stamped by a PE or PLS as -built drawings in an
electronic format acceptable to OWNER;
iv. To the extent not already furnished, one copy of all corrected Shop
Drawings;
V. Satisfactory evidence that all payroll, material bills, and other
indebtedness connected with the Work have been paid or otherwise
satisfied;
vi. 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 of furnished by each on the Work;
viii. Any other documents required to be furnished by the Contract
Documents.
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.
FINAL PAYMENT AND ACCEPTANCE:
14.13 If, after conferring with OWNER and on the basis of ENGINEER'S observation of the Work
during construction and final inspection, and ENGINEER'S review of the final application for
payment and accompanying documentation, all as required by Contract Documents, ENGINEER
is satisfied that the Work has been completed and CONTRACTOR has fulfilled all of his
obligations under the Contract Documents, ENGINEER will, within ten days after receipt of the
final application for payment, indicate in writing his recommendation of payment, and present the
application to OWNER for payment. Thereupon, ENGINEER will give written notice to
OWNER and CONTRACTOR that the Work is acceptable subject to the provisions of paragraph
14.15. Otherwise, ENGINEER will return the application to CONTRACTOR, indicating in
writing the reasons for refusing to recommend final payment, in which case CONTRACTOR
shall make the necessary corrections, and resubmit the application. If the application and
accompanying documentation are appropriate as to form and substance, OWNER shall, after
receipt thereof, pay CONTRACTOR in accordance with payment procedures set forth in the
Agreement, the amount recommended by ENGINEER.
CONTRACTOR'S CONTINUING OBLIGATION:
14.14 CONTRACTOR'S obligation to perform and complete the Work in accordance with the Contract
Documents shall be absolute. Neither recommendation of any progress or final payment by
ENGINEER, nor the issuance of a certificate of substantial completion, nor any payment by
OWNER to CONTRACTOR under the Contract Documents, nor any use or occupancy of the
Work or any part thereof by OWNER, nor any act of acceptance by OWNER, nor any failure to
do so, nor the issuance of a notice of acceptability by ENGINEER pursuant to paragraph 14.13,
nor any correction of defective Work by OWNER 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.
WAIVER OF CLAIMS:
14.15 The making and acceptance of final payment shall constitute:
14.15.1 a waiver of all claims by OWNER against CONTRACTOR, except claims arising from
unsettled liens, from defective Work or from failure to comply with the Contract
Documents or the terms of any special guarantees specified therein; further, it shall not
constitute a waiver by OWNER of any rights in respect of CONTRACTOR'S continuing
obligations under the Contract Documents; and
14.15.2 a waiver of all claims by CONTRACTOR against OWNER other than those previously
made in writing and still unsettled.
ARTICLE 15 — SUSPENSION OF WORK AND TERMINATION
15.1 OWNER may, at any time and without cause, suspend the Work, or any portion thereof, for a
period of not more than ninety days, by notice in writing to CONTRACTOR and ENGINEER
which shall fix the date on which Work shall be resumed. CONTRACTOR shall resume the
Work on the date so fixed. CONTRACTOR may be allowed an increase in the Contract Price, or
an extension of the Contract Time, or both, directly attributable to any suspension, if he makes a
claim therefor as provided in Articles 11 and 12. Work may further be suspended, wholly or in
part, due to the failure of the CONTRACTOR to correct conditions which are unsafe for workers
or for such periods as OWNER may deem necessary due to unsuitable weather, or for conditions
considered unsuitable for the prosecution of the Work, or for any other condition or reason
deemed by OWNER to be in the public interest.
15.2 Default and/or termination of the Contract shall be as set forth in Colorado Department of
Transportation Standard Specifications for Road and Bridge Construction 2011.
15.3 Where CONTRACTOR'S services have been terminated by OWNER, the termination shall not
affect any rights of OWNER against CONTRACTOR then existing, or which may thereafter
accrue. Any retention or payment of monies due CONTRACTOR by OWNER will not release
CONTRACTOR from liability.
15.4 To the extent specified in any termination notice, CONTRACTOR shall not incur further
obligations or render further performance hereunder past the effective date of such notice and
shall terminate outstanding orders and sub -contracts with third parties. However, the
CONTRACTOR shall complete and deliver to OWNER, all Work not cancelled by the
termination notice and may incur obligations as are necessary to do so within this Agreement's
terms. Contractor shall insert a clause containing the terms of this section 15.4 in all contracts or
sub -contracts that exceed $10,000.
CONTRACTOR MAY STOP WORK OR TERMINATE:
15.5 If, through no act or fault of CONTRACTOR, the Work is suspended for a period of more than
ninety days by OWNER, or under an order of court or other public authority, or ENGINEER fails
to act on any application for payment within thirty days after it is submitted, or OWNER fails for
thirty days to pay CONTRACTOR any sum finally determined to be due, then CONTRACTOR
may, upon seven days written notice to OWNER and ENGINEER, terminate the Agreement and
recover from OWNER payment for all Work executed through the date of termination.
ARTICLE 16 — MISCELLANEOUS
GIVING NOTICE:
16.1 Whenever any provision of the Contract Documents requires the giving of written notice, it shall
be deemed to have been validly given if delivered in person to the individual, or to a member of
the firm, or to an officer of the corporation for whom it is intended, or if delivered at or sent by
registered or certified mail, postage prepaid, to the last business address known to the giver of the
notice.
COMPUTATION OF TIME:
16.2 When any period of time is referred to in the Contract Documents by days, it shall be calendar
days and be computed to exclude the first and include the last day of such period. If the last day
of any such period falls on a Saturday or Sunday, or on a day made a legal holiday by the law of
the applicable jurisdiction, such day shall be omitted from the computation.
GENERAL:
16.3 Should OWNER or CONTRACTOR suffer injury or damage to his person or property because of
any error, omission or act of the other party or of any of the other party's employees or agents, or
others for whose acts the other party is legally liable, claim shall be made in writing to the other
party within a reasonable time of the first observances of such injury or damage.
16.4 The duties and obligations imposed by these general conditions and the rights and remedies
available hereunder to the parties hereto, and, in particular, but without limitation, the warranties,
guarantees, and obligations imposed upon CONTRACTOR by paragraphs 6.33, 13.1, 13.11,
13.14, 14.3, and 15.2, and all of the rights and remedies available to OWNER and ENGINEER
thereunder, shall be in addition to, and shall not be construed in any way as a limitation of, any
rights and remedies available to any or all of them which are otherwise imposed or available by
law or contract, by special warranty or guarantee, or by other provisions of this paragraph shall be
as effective as if repeated specifically in the Contract Documents in connection with each
particular duty, obligations, right and remedy to which they apply. All representations,
warranties, and guarantees made in the Contract Documents shall survive final payment and
termination or completion of this Agreement.
REQUIRED CONTRACT PROVISIONS
FEDERAL -AID CONSTRUCTION CONTRACTS
I. General
II. Nondiscrimination
III. Nonsegregated Facilities
IV. Davis -Bacon and Related Act Provisions
V. Contract Work Hours and Safety Standards Act
Provisions
VI. Subletting or Assigning the Contract
VII. Safety: Accident Prevention
VIII. False Statements Concerning Highway Projects
IX. Implementation of Clean Air Act and Federal Water
Pollution Control Act
X. Compliance with Governmentwide Suspension and
Debarment Requirements
XI. Certification Regarding Use of Contract Funds for
Lobbying
ATTACHMENTS
A. Employment and Materials Preference for Appalachian
Development Highway System or Appalachian Local Access
Road Contracts (included in Appalachian contracts only)
I. GENERAL
1. Form FHWA-1273 must be physically incorporated in each
construction contract funded under Title 23 (excluding
emergency contracts solely intended for debris removal). The
contractor (or subcontractor) must insert this form in each
subcontract and further require its inclusion in all lower tier
subcontracts (excluding purchase orders, rental agreements
and other agreements for supplies or services).
The applicable requirements of Form FHWA-1273 are
incorporated by reference for work done under any purchase
order, rental agreement or agreement for other services. The
prime contractor shall be responsible for compliance by any
subcontractor, lower -tier subcontractor or service provider.
Form FHWA-1273 must be included in all Federal -aid design -
build contracts, in all subcontracts and in lower tier
subcontracts (excluding subcontracts for design services,
purchase orders, rental agreements and other agreements for
supplies or services). The design -builder shall be responsible
for compliance by any subcontractor, lower -tier subcontractor
or service provider.
Contracting agencies may reference Form FHWA-1273 in bid
proposal or request for proposal documents, however, the
Form FHWA-1273 must be physically incorporated (not
referenced) in all contracts, subcontracts and lower -tier
subcontracts (excluding purchase orders, rental agreements
and other agreements for supplies or services related to a
construction contract).
2. Subject to the applicability criteria noted in the following
sections, these contract provisions shall apply to all work
performed on the contract by the contractor's own organization
and with the assistance of workers under the contractor's
immediate superintendence and to all work performed on the
contract by piecework, station work, or by subcontract.
Exhibit E
FHWA-1273 — Revised May 1, 2012
3. A breach of any of the stipulations contained in these
Required Contract Provisions may be sufficient grounds for
withholding of progress payments, withholding of final
payment, termination of the contract, suspension / debarment
or any other action determined to be appropriate by the
contracting agency and FHWA.
4. Selection of Labor: During the performance of this contract,
the contractor shall not use convict labor for any purpose
within the limits of a construction project on a Federal -aid
highway unless it is labor performed by convicts who are on
parole, supervised release, or probation. The term Federal -aid
highway does not include roadways functionally classified as
local roads or rural minor collectors.
It. NONDISCRIMINATION
The provisions of this section related to 23 CFR Part 230 are
applicable to all Federal -aid construction contracts and to all
related construction subcontracts of $10,000 or more. The
provisions of 23 CFR Part 230 are not applicable to material
supply, engineering, or architectural service contracts.
In addition, the contractor and all subcontractors must comply
with the following policies: Executive Order 11246, 41 CFR 60,
29 CFR 1625-1627, Title 23 USC Section 140, the
Rehabilitation Act of 1973, as amended (29 USC 794), Title VI
of the Civil Rights Act of 1964, as amended, and related
regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR
Parts 200, 230, and 633.
The contractor and all subcontractors must comply with: the
requirements of the Equal Opportunity Clause in 41 CFR 60-
1.4(b) and, for all construction contracts exceeding $10,000,
the Standard Federal Equal Employment Opportunity
Construction Contract Specifications in 41 CFR 60-4.3.
Note: The U.S. Department of Labor has exclusive authority to
determine compliance with Executive Order 11246 and the
policies of the Secretary of Labor including 41 CFR 60, and 29
CFR 1625-1627. The contracting agency and the FHWA have
the authority and the responsibility to ensure compliance with
Title 23 USC Section 140, the Rehabilitation Act of 1973, as
amended (29 USC 794), and Title VI of the Civil Rights Act of
1964, as amended, and related regulations including 49 CFR
Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633.
The following provision is adopted from 23 CFR 230, Appendix
A, with appropriate revisions to conform to the U.S.
Department of Labor (US DOL) and FHWA requirements.
1. Equal Employment Opportunity: Equal employment
opportunity (EEO) requirements not to discriminate and to take
affirmative action to assure equal opportunity as set forth
under laws, executive orders, rules, regulations (28 CFR 35,
29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27)
and orders of the Secretary of Labor as modified by the
provisions prescribed herein, and imposed pursuant to 23
U.S.C. 140 shall constitute the EEO and specific affirmative
action standards for the contractor's project activities under
Exhibit F
CERTIFICATION FOR FEDERAL -AID CONTRACTS
The Local Agency certifies, by signing this Agreement, to the best of its knowledge and belief,
that:
No Federal appropriated funds have been paid or will be paid, by or on behalf or the
undersigned, to any person for influencing or attempting to influence an officer or employee of
any Federal agency, a Member of Congress, an officer or employee of Congress, or an
employee of a Member of Congress in connection with the awarding of any Federal loan, the
entering into of any cooperative agreement, and the extension, continuation, renewal,
amendment, or modification of any Federal contract, Agreement, loan, or cooperative
agreement.
If any funds other than Federal appropriated funds have been paid or will be paid to any person
for influencing or attempting to influence an officer or of Congress, or an employee of a Member
of Congress in connection with this Federal contract, Agreement, loan, or cooperative
agreement, the undersigned shall complete and submit Standard Form -LLL, "Disclosure Form
to Report Lobbying," in accordance with its instructions.
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certification is a prerequisite for
making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any
person who fails to file the required certification shall be subject to a civil penalty of not less than
$10,000 and not more than $100,000 for each such failure.
The prospective participant also agree by submitting his or her bid or proposal that he or she
shall require that the language of this certification be included in all lower tier subcontracts,
which exceed $100,000 and that all such sub -recipients shall certify and disclose accordingly.
Required by 23 CFR 635.112
Exhibit F — Page 1 of 1
this contract. The provisions of the Americans with Disabilities
Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR
35 and 29 CFR 1630 are incorporated by reference in this
contract. In the execution of this contract, the contractor
agrees to comply with the following minimum specific
requirement activities of EEO:
a. The contractor will work with the contracting agency and
the Federal Government to ensure that it has made every
good faith effort to provide equal opportunity with respect to all
of its terms and conditions of employment and in their review
of activities under the contract.
b. The contractor will accept as its operating policy the
following statement:
"it is the policy of this Company to assure that applicants
are employed, and that employees are treated during
employment, without regard to their race, religion, sex, color,
national origin, age or disability. Such action shall include:
employment, upgrading, demotion, or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or
other forms of compensation; and selection for training,
including apprenticeship, pre -apprenticeship, and/or on-the-
job training."
2. EEO Officer: The contractor will designate and make
known to the contracting officers an EEO Officer who will have
the responsibility for and must be capable of effectively
administering and promoting an active EEO program and who
must be assigned adequate authority and responsibility to do
so.
3. Dissemination of Policy: All members of the contractor's
staff who are authorized to hire, supervise, promote, and
discharge employees, or who recommend such action, or who
are substantially involved in such action, will be made fully
cognizant of, and will implement, the contractor's EEO policy
and contractual responsibilities to provide EEO in each grade
and classification of employment. To ensure that the above
agreement will be met, the following actions will be taken as a
minimum:
a. Periodic meetings of supervisory and personnel office
employees will be conducted before the start of work and then
not less often than once every six months, at which time the
contractor's EEO policy and its implementation will be
reviewed and explained. The meetings will be conducted by
the EEO Officer.
b. All new supervisory or personnel office employees will be
given a thorough indoctrination by the EEO Officer, covering
all major aspects of the contractor's EEO obligations within
thirty days following their reporting for duty with the contractor.
c. All personnel who are engaged in direct recruitment for
the project will be instructed by the EEO Officer in the
contractor's procedures for locating and hiring minorities and
women.
d. Notices and posters setting forth the contractor's EEO
policy will be placed in areas readily accessible to employees,
applicants for employment and potential employees.
e. The contractor's EEO policy and the procedures to
implement such policy will be brought to the attention of
employees by means of meetings, employee handbooks, or
other appropriate means.
4. Recruitment: When advertising for employees, the
contractor will include in all advertisements for employees the
notation: "An Equal Opportunity Employer." All such
advertisements will be placed in publications having a large
circulation among minorities and women in the area from
which the project work force would normally be derived.
a. The contractor will, unless precluded by a valid
bargaining agreement, conduct systematic and direct
recruitment through public and private employee referral
sources likely to yield qualified minorities and women. To
meet this requirement, the contractor will identify sources of
potential minority group employees, and establish with such
identified sources procedures whereby minority and women
applicants may be referred to the contractor for employment
consideration.
b. In the event the contractor has a valid bargaining
agreement providing for exclusive hiring hall referrals, the
contractor is expected to observe the provisions of that
agreement to the extent that the system meets the contractor's
compliance with EEO contract provisions. Where
implementation of such an agreement has the effect of
discriminating against minorities or women, or obligates the
contractor to do the same, such implementation violates
Federal nondiscrimination provisions.
c. The contractor will encourage its present employees to
refer minorities and women as applicants for employment.
Information and procedures with regard to referring such
applicants will be discussed with employees.
5. Personnel Actions: Wages, working conditions, and
employee benefits shall be established and administered, and
personnel actions of every type, including hiring, upgrading,
promotion, transfer, demotion, layoff, and termination, shall be
taken without regard to race, color, religion, sex, national
origin, age or disability. The following procedures shall be
followed:
a. The contractor will conduct periodic inspections of project
sites to insure that working conditions and employee facilities
do not indicate discriminatory treatment of project site
personnel.
b. The contractor will periodically evaluate the spread of
wages paid within each classification to determine any
evidence of discriminatory wage practices.
c. The contractor will periodically review selected personnel
actions in depth to determine whether there is evidence of
discrimination. Where evidence is found, the contractor will
promptly take corrective action. If the review indicates that the
discrimination may extend beyond the actions reviewed, such
corrective action shall include all affected persons.
d. The contractor will promptly investigate all complaints of
alleged discrimination made to the contractor in connection
with its obligations under this contract, will attempt to resolve
such complaints, and will take appropriate corrective action
within a reasonable time. If the investigation indicates that the
discrimination may affect persons other than the complainant,
such corrective action shall include such other persons. Upon
completion of each investigation, the contractor will inform
every complainant of all of their avenues of appeal.
6. Training and Promotion:
a. The contractor will assist in locating, qualifying, and
increasing the skills of minorities and women who are
applicants for employment or current employees. Such efforts
should be aimed at developing full journey level status
employees in the type of trade or job classification involved.
b. Consistent with the contractor's work force requirements
and as permissible under Federal and State regulations, the
contractor shall make full use of training programs, i.e.,
apprenticeship, and on-the-job training programs for the
geographical area of contract performance. In the event a
special provision for training is provided under this contract,
this subparagraph will be superseded as indicated in the
special provision. The contracting agency may reserve
training positions for persons who receive welfare assistance
in accordance with 23 U.S.C. 140(a).
c. The contractor will advise employees and applicants for
employment of available training programs and entrance
requirements for each.
d. The contractor will periodically review the training and
promotion potential of employees who are minorities and
women and will encourage eligible employees to apply for
such training and promotion.
7. Unions: If the contractor relies in whole or in part upon
unions as a source of employees, the contractor will use good
faith efforts to obtain the cooperation of such unions to
increase opportunities for minorities and women. Actions by
the contractor, either directly or through a contractor's
association acting as agent, will include the procedures set
forth below:
a. The contractor will use good faith efforts to develop, in
cooperation with the unions, joint training programs aimed
toward qualifying more minorities and women for membership
in the unions and increasing the skills of minorities and women
so that they may qualify for higher paying employment.
b. The contractor will use good faith efforts to incorporate an
EEO clause into each union agreement to the end that such
union will be contractually bound to refer applicants without
regard to their race, color, religion, sex, national origin, age or
disability.
c. The contractor is to obtain information as to the referral
practices and policies of the labor union except that to the
extent such information is within the exclusive possession of
the labor union and such labor union refuses to furnish such
information to the contractor, the contractor shall so certify to
the contracting agency and shall set forth what efforts have
been made to obtain such information.
d. In the event the union is unable to provide the contractor
with a reasonable flow of referrals within the time limit set forth
in the collective bargaining agreement, the contractor will,
through independent recruitment efforts, fill the employment
vacancies without regard to race, color, religion, sex, national
origin, age or disability; making full efforts to obtain qualified
and/or qualifiable minorities and women. The failure of a union
to provide sufficient referrals (even though it is obligated to
provide exclusive referrals under the terms of a collective
bargaining agreement) does not relieve the contractor from the
requirements of this paragraph. In the event the union referral
practice prevents the contractor from meeting the obligations
pursuant to Executive Order 11246, as amended, and these
special provisions, such contractor shall immediately notify the
contracting agency.
8. Reasonable Accommodation for Applicants /
Employees with Disabilities: The contractor must be familiar
with the requirements for and comply with the Americans with
Disabilities Act and all rules and regulations established there
under. Employers must provide reasonable accommodation in
all employment activities unless to do so would cause an
undue hardship.
9. Selection of Subcontractors, Procurement of Materials
and Leasing of Equipment: The contractor shall not
discriminate on the grounds of race, color, religion, sex,
national origin, age or disability in the selection and retention
of subcontractors, including procurement of materials and
leases of equipment. The contractor shall take all necessary
and reasonable steps to ensure nondiscrimination in the
administration of this contract.
a. The contractor shall notify all potential subcontractors and
suppliers and lessors of their EEO obligations under this
contract.
b. The contractor will use good faith efforts to ensure
subcontractor compliance with their EEO obligations.
10. Assurance Required by 49 CFR 26.13(b):
a. The requirements of 49 CFR Part 26 and the State
DOT's U.S. DOT -approved DBE program are incorporated by
reference.
b. The contractor or subcontractor shall not discriminate on
the basis of race, color, national origin, or sex in the
performance of this contract. The contractor shall carry out
applicable requirements of 49 CFR Part 26 in the award and
administration of DOT -assisted contracts. Failure by the
contractor to carry out these requirements is a material breach
of this contract, which may result in the termination of this
contract or such other remedy as the contracting agency
deems appropriate.
11. Records and Reports: The contractor shall keep such
records as necessary to document compliance with the EEO
requirements. Such records shall be retained for a period of
three years following the date of the final payment to the
contractor for all contract work and shall be available at
reasonable times and places for inspection by authorized
representatives of the contracting agency and the FHWA.
a. The records kept by the contractor shall document the
following:
(1) The number and work hours of minority and non -
minority group members and women employed in each work
classification on the project;
(2) The progress and efforts being made in cooperation
with unions, when applicable, to increase employment
opportunities for minorities and women; and
(3) The progress and efforts being made in locating, hiring,
training, qualifying, and upgrading minorities and women;
b. The contractors and subcontractors will submit an annual
report to the contracting agency each July for the duration of
the project, indicating the number of minority, women, and
non -minority group employees currently engaged in each work
classification required by the contract work. This information is
to be reported on Form FHWA-1391. The staffing data should
represent the project work force on board in all or any part of
the last payroll period preceding the end of July. If on-the-job
training is being required by special provision, the contractor
will be required to collect and report training data. The
employment data should reflect the work force on board during
all or any part of the last payroll period preceding the end of
July.
III. NONSEGREGATED FACILITIES
This provision is applicable to all Federal -aid construction
contracts and to all related construction subcontracts of
$10,000 or more.
The contractor must ensure that facilities provided for
employees are provided in such a manner that segregation on
the basis of race, color, religion, sex, or national origin cannot
result. The contractor may neither require such segregated
use by written or oral policies nor tolerate such use by
employee custom. The contractor's obligation extends further
to ensure that its employees are not assigned to perform their
services at any location, under the contractor's control, where
the facilities are segregated. The term "facilities" includes
waiting rooms, work areas, restaurants and other eating areas,
time clocks, restrooms, washrooms, locker rooms, and other
storage or dressing areas, parking lots, drinking fountains,
recreation or entertainment areas, transportation, and housing
provided for employees. The contractor shall provide separate
or single -user restrooms and necessary dressing or sleeping
areas to assure privacy between sexes.
IV. DAVIS-BACON AND RELATED ACT PROVISIONS
This section is applicable to all Federal -aid construction
projects exceeding $2,000 and to all related subcontracts and
lower -tier subcontracts (regardless of subcontract size). The
requirements apply to all projects located within the right-of-
way of a roadway that is functionally classified as Federal -aid
highway. This excludes roadways functionally classified as
local roads or rural minor collectors, which are exempt.
Contracting agencies may elect to apply these requirements to
other projects.
The following provisions are from the U.S. Department of
Labor regulations in 29 CFR 5.5 "Contract provisions and
related matters" with minor revisions to conform to the FHWA-
1273 format and FHWA program requirements.
1. Minimum wages
a. All laborers and mechanics employed or working upon
the site of the work, will be paid unconditionally and not less
often than once a week, and without subsequent deduction or
rebate on any account (except such payroll deductions as are
permitted by regulations issued by the Secretary of Labor
under the Copeland Act (29 CFR part 3)), the full amount of
wages and bona fide fringe benefits (or cash equivalents
thereof) due at time of payment computed at rates not less
than those contained in the wage determination of the
Secretary of Labor which is attached hereto and made a part
hereof, regardless of any contractual relationship which may
be alleged to exist between the contractor and such laborers
and mechanics.
Contributions made or costs reasonably anticipated for bona
fide fringe benefits under section 1(b)(2) of the Davis -Bacon
Act on behalf of laborers or mechanics are considered wages
paid to such laborers or mechanics, subject to the provisions
of paragraph 1.d. of this section; also, regular contributions
made or costs incurred for more than a weekly period (but not
less often than quarterly) under plans, funds, or programs
which cover the particular weekly period, are deemed to be
constructively made or incurred during such weekly period.
Such laborers and mechanics shall be paid the appropriate
wage rate and fringe benefits on the wage determination for
the classification of work actually performed, without regard to
skill, except as provided in 29 CFR 5.5(a)(4). Laborers or
mechanics performing work in more than one classification
may be compensated at the rate specified for each
classification for the time actually worked therein: Provided,
That the employer's payroll records accurately set forth the
time spent in each classification in which work is performed.,
The wage determination (including any additional classification
and wage rates conformed under paragraph 1.b. of this
section) and the Davis -Bacon poster (WH -1321) shall be
posted at all times by the contractor and its subcontractors at
the site of the work in a prominent and accessible place where
it can be easily seen by the workers.
b.(1) The contracting officer shall require that any class of
laborers or mechanics, including helpers, which is not listed in
the wage determination and which is to be employed under the
contract shall be classified in conformance with the wage
determination. The contracting officer shall approve an
additional classification and wage rate and fringe benefits
therefore only when the following criteria have been met:
(i) The work to be performed by the classification
requested is not performed by a classification in the wage
determination; and
(ii) The classification is utilized in the area by the
construction industry; and
(iii) The proposed wage rate, including any bona fide
fringe benefits, bears a reasonable relationship to the
wage rates contained in the wage determination.
(2) If the contractor and the laborers and mechanics to be
employed in the classification (if known), or their
representatives, and the contracting officer agree on the
classification and wage rate (including the amount
designated for fringe benefits where appropriate), a report of
the action taken shall be sent by the contracting officer to the
Administrator of the Wage and Hour Division, Employment
Standards Administration, U.S. Department of Labor,
Washington, DC 20210. The Administrator, or an authorized
representative, will approve, modify, or disapprove every
additional classification action within 30 days of receipt and
so advise the contracting officer or will notify the contracting
officer within the 30 -day period that additional time is
necessary.
(3) In the event the contractor, the laborers or mechanics
to be employed in the classification or their representatives,
and the contracting officer do not agree on the proposed
classification and wage rate (including the amount
designated for fringe benefits, where appropriate), the
contracting officer shall refer the questions, including the
views of all interested parties and the recommendation of the
contracting officer, to the Wage and Hour Administrator for
determination. The Wage and Hour Administrator, or an
authorized representative, will issue a determination within
30 days of receipt and so advise the contracting officer or
will notify the contracting officer within the 30 -day period that
additional time is necessary.
(4) The wage rate (including fringe benefits where
appropriate) determined pursuant to paragraphs 1.b.(2) or
1.b.(3) of this section, shall be paid to all workers performing
work in the classification under this contract from the first
day on which work is performed in the classification.
c. Whenever the minimum wage rate prescribed in the
contract for a class of laborers or mechanics includes a fringe
benefit which is not expressed as an hourly rate, the contractor
shall either pay the benefit as stated in the wage determination
or shall pay another bona fide fringe benefit or an hourly cash
equivalent thereof.
d. If the contractor does not make payments to a trustee or
other third person, the contractor may consider as part of the
wages of any laborer or mechanic the amount of any costs
reasonably anticipated in providing bona fide fringe benefits
under a plan or program, Provided, That the Secretary of
Labor has found, upon the written request of the contractor,
that the applicable standards of the Davis -Bacon Act have
been met. The Secretary of Labor may require the contractor
to set aside in a separate account assets for the meeting of
obligations under the plan or program.
2. Withholding
The contracting agency shall upon its own action or upon
written request of an authorized representative of the
Department of Labor, withhold or cause to be withheld from
the contractor under this contract, or any other Federal
contract with the same prime contractor, or any other federally -
assisted contract subject to Davis -Bacon prevailing wage
requirements, which is held by the same prime contractor, so
much of the accrued payments or advances as may be
considered necessary to pay laborers and mechanics,
including apprentices, trainees, and helpers, employed by the
contractor or any subcontractor the full amount of wages
required by the contract. In the event of failure to pay any
laborer or mechanic, including any apprentice, trainee, or
helper, employed or working on the site of the work, all or part
of the wages required by the contract, the contracting agency
may, after written notice to the contractor, take such action as
may be necessary to cause the suspension of any further
payment, advance, or guarantee of funds until such violations
have ceased.
3. Payrolls and basic records
a. Payrolls and basic records relating thereto shall be
maintained by the contractor during the course of the work and
preserved for a period of three years thereafter for all laborers
and mechanics working at the site of the work. Such records
shall contain the name, address, and social security number of
each such worker, his or her correct classification, hourly rates
of wages paid (including rates of contributions or costs
anticipated for bona fide fringe benefits or cash equivalents
thereof of the types described in section 1(b)(2)(B) of the
Davis -Bacon Act), daily and weekly number of hours worked,
deductions made and actual wages paid. Whenever the
Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that
the wages of any laborer or mechanic include the amount of
any costs reasonably anticipated in providing benefits under
plan or program described in section 1(b)(2)(B) of the Davis -
Bacon Act, the contractor shall maintain records which show
that the commitment to provide such benefits is enforceable,
that the plan or program is financially responsible, and that the
plan or program has been communicated in writing to the
laborers or mechanics affected, and records which show the
costs anticipated or the actual cost incurred in providing such
benefits. Contractors employing apprentices or trainees under
approved programs shall maintain written evidence of the
registration of apprenticeship programs and certification of
trainee programs, the registration of the apprentices and
trainees, and the ratios and wage rates prescribed in the
applicable programs.
b.(1) The contractor shall submit weekly for each week in
which any contract work is performed a copy of all payrolls to
the contracting agency. The payrolls submitted shall set out
accurately and completely all of the information required to be
maintained under 29 CFR 5.5(a)(3)(i), except that full social
security numbers and home addresses shall not be included
on weekly transmittals. Instead the payrolls shall only need to
include an individually identifying number for each employee
e.g. , the last four digits of the employee's social security
number). The required weekly payroll information may be
submitted in any form desired. Optional Form WH -347 is
available for this purpose from the Wage and Hour Division
Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm
or its successor site. The prime contractor is responsible for
the submission of copies of payrolls by all subcontractors.
Contractors and subcontractors shall maintain the full social
security number and current address of each covered worker,
and shall provide them upon request to the contracting agency
for transmission to the State DOT, the FHWA or the Wage and
Hour Division of the Department of Labor for purposes of an
investigation or audit of compliance with prevailing wage
requirements. It is not a violation of this section for a prime
contractor to require a subcontractor to provide addresses and
social security numbers to the prime contractor for its own
records, without weekly submission to the contracting agency..
(2) Each payroll submitted shall be accompanied by a
"Statement of Compliance," signed by the contractor or
subcontractor or his or her agent who pays or supervises the
payment of the persons employed under the contract and shall
certify the following:
(i) That the payroll for the payroll period contains the
information required to be provided under §5.5 (a)(3)(ii) of
Regulations, 29 CFR part 5, the appropriate information is
being maintained under §5.5 (a)(3)(i) of Regulations, 29
CFR part 5, and that such information is correct and
complete;
(ii) That each laborer or mechanic (including each
helper, apprentice, and trainee) employed on the contract
during the payroll period has been paid the full weekly
wages earned, without rebate, either directly or indirectly,
and that no deductions have been made either directly or
indirectly from the full wages earned, other than
permissible deductions as set forth in Regulations, 29 CFR
part 3;
(iii) That each laborer or mechanic has been paid not
less than the applicable wage rates and fringe benefits or
cash equivalents for the classification of work performed,
as specified in the applicable wage determination
incorporated into the contract.
(3) The weekly submission of a properly executed
certification set forth on the reverse side of Optional Form
WH -347 shall satisfy the requirement for submission of the
"Statement of Compliance" required by paragraph 3.b.(2) of
this section.
(4) The falsification of any of the above certifications may
subject the contractor or subcontractor to civil or criminal
Prosecution under section 1001 of title 18 and section 231 of
title 31 of the United States Code.
C. The contractor or subcontractor shall make the records
required under paragraph 3.a. of this section available for
inspection, copying, or transcription by authorized
representatives of the contracting agency, the State DOT, the
FHWA, or the Department of Labor, and shall permit such
representatives to interview employees during working hours
on the job. If the contractor or subcontractor fails to submit the
required records or to make them available, the FHWA may,
after written notice to the contractor, the contracting agency or
the State DOT, take such action as may be necessary to
cause the suspension of any further payment, advance, or
guarantee of funds. Furthermore, failure to submit the required
records upon request or to make such records available may
be grounds for debarment action pursuant to 29 CFR 5.12.
4. Apprentices and trainees
a. Apprentices (programs of the USDOL).
Apprentices will be permitted to work at less than the
Predetermined rate for the work they performed when they are
employed pursuant to and individually registered in a bona fide
apprenticeship program registered with the U.S. Department of
Labor, Employment and Training Administration, Office of
Apprenticeship Training, Employer and Labor Services, or with
a State Apprenticeship Agency recognized by the Office, or if a
person is employed in his or her first 90 days of probationary
employment as an apprentice in such an apprenticeship
program, who is not individually registered in the program, but
who has been certified by the Office of Apprenticeship
Training, Employer and Labor Services or a State
Apprenticeship Agency (where appropriate) to be eligible for
probationary employment as an apprentice.
The allowable ratio of apprentices to journeymen on the job
site in any craft classification shall not be greater than the ratio
permitted to the contractor as to the entire work force under
the registered program. Any worker listed on a payroll at an
apprentice wage rate, who is not registered or otherwise
employed as stated above, shall be paid not less than the
applicable wage rate on the wage determination for the
classification of work actually performed. In addition, any
apprentice performing work on the job site in excess of the
ratio permitted under the registered program shall be paid not
less than the applicable wage rate on the wage determination
for the work actually performed. Where a contractor is
performing construction on a project in a locality other than
that in which its program is registered, the ratios and wage
rates (expressed in percentages of the journeyman's hourly
rate) specified in the contractor's or subcontractor's registered
program shall be observed.
Every apprentice must be paid at not less than the rate
specified in the registered program for the apprentice's level of
Progress, expressed as a percentage of the journeymen hourly
rate specified in the applicable wage determination.
Apprentices shall be paid fringe benefits in accordance with
the provisions of the apprenticeship program. If the
apprenticeship program does not specify fringe benefits,
apprentices must be paid the full amount of fringe benefits
listed on the wage determination for the applicable
classification. If the Administrator determines that a different
practice prevails for the applicable apprentice classification,
fringes shall be paid in accordance with that determination.
In the event the Office of Apprenticeship Training, Employer
and Labor Services, or a State Apprenticeship Agency
recognized by the Office, withdraws approval of an
apprenticeship program, the contractor will no longer be
permitted to utilize apprentices at less than the applicable
predetermined rate for the work performed until an acceptable
program is approved.
b. Trainees (programs of the USDOL).
Except as provided in 29 CFR 5. 16, trainees will not be
permitted to work at less than the predetermined rate for the
work performed unless they are employed pursuant to and
individually registered in a program which has received prior
approval, evidenced by formal certification by the U.S.
Department of Labor, Employment and Training
Administration.
The ratio of trainees to journeymen on the job site shall not be
greater than permitted under the plan approved by the
Employment and Training Administration.
Every trainee must be paid at not less than the rate specified
in the approved program for the trainee's level of progress,
expressed as a percentage of the journeyman hourly rate
specified in the applicable wage determination. Trainees shall
be paid fringe benefits in accordance with the provisions of the
trainee program. If the trainee program does not mention
fringe benefits, trainees shall be paid the full amount of fringe
benefits listed on the wage determination unless the
Administrator of the Wage and Hour Division determines that
there is an apprenticeship program associated with the
corresponding journeyman wage rate on the wage
determination which provides for less than full fringe benefits
for apprentices. Any employee listed on the payroll at a trainee
rate who is not registered and participating in a training plan
approved by the Employment and Training Administration shall
be paid not less than the applicable wage rate on the wage
determination for the classification of work actually performed.
In addition, any trainee performing work on the job site in
excess of the ratio permitted under the registered program
shall be paid not less than the applicable wage rate on the
wage determination for the work actually performed.
In the event the Employment and Training Administration
withdraws approval of a training program, the contractor will no
longer be permitted to utilize trainees at less than the
applicable predetermined rate for the work performed until an
acceptable program is approved.
c. Equal employment opportunity. The utilization of
apprentices, trainees and journeymen under this part shall be
in conformity with the equal employment opportunity
requirements of Executive Order 11246, as amended, and 29
CFR part 30.
d. Apprentices and Trainees (programs of the U.S. DOT).
Apprentices and trainees working under apprenticeship and
skill training programs which have been certified by the
Secretary of Transportation as promoting EEO in connection
with Federal -aid highway construction programs are not
subject to the requirements of paragraph 4 of this Section IV.
The straight time hourly wage rates for apprentices and
trainees under such programs will be established by the
particular programs. The ratio of apprentices and trainees to
journeymen shall not be greater than permitted by the terms of
the particular program.
5. Compliance with Copeland Act requirements. The
contractor shall comply with the requirements of 29 CFR part
3, which are incorporated by reference in this contract.
6. Subcontracts. The contractor or subcontractor shall insert
Form FHWA-1273 in any subcontracts and also require the
subcontractors to include Form FHWA-1273 in any lower tier
subcontracts. The prime contractor shall be responsible for the
compliance by any subcontractor or lower tier subcontractor
with all the contract clauses in 29 CFR 5.5.
7. Contract termination: debarment. A breach of the
contract clauses in 29 CFR 5.5 may be grounds for termination
of the contract, and for debarment as a contractor and a
subcontractor as provided in 29 CFR 5.12.
8. Compliance with Davis -Bacon and Related Act
requirements. All rulings and interpretations of the Davis -
Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5
are herein incorporated by reference in this contract.
9. Disputes concerning labor standards. Disputes arising
out of the labor standards provisions of this contract shall not
be subject to the general disputes clause of this contract. Such
disputes shall be resolved in accordance with the procedures
of the Department of Labor set forth in 29 CFR parts 5, 6, and
7. Disputes within the meaning of this clause include disputes
between the contractor (or any of its subcontractors) and the
contracting agency, the U.S. Department of Labor, or the
employees or their representatives.
10. Certification of eligibility.
a. By entering into this contract, the contractor certifies that
neither it (nor he or she) nor any person or firm who has an
interest in the contractor's firm is a person or firm ineligible to
be awarded Government contracts by virtue of section 3(a) of
the Davis -Bacon Act or 29 CFR 5.12(a)(1).
b. No part of this contract shall be subcontracted to any person
or firm ineligible for award of a Government contract by virtue
of section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1).
c. The penalty for making false statements is prescribed in the
U.S. Criminal Code, 18 U.S.C. 1001.
V. CONTRACT WORK HOURS AND SAFETY
STANDARDS ACT
The following clauses apply to any Federal -aid construction
contract in an amount in excess of $100,000 and subject to the
overtime provisions of the Contract Work Hours and Safety
Standards Act. These clauses shall be inserted in addition to
the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As
used in this paragraph, the terms laborers and mechanics
include watchmen and guards.
1. Overtime requirements. No contractor or subcontractor
contracting for any part of the contract work which may require
or involve the employment of laborers or mechanics shall
require or permit any such laborer or mechanic in any
workweek in which he or she is employed on such work to
work in excess of forty hours in such workweek unless such
laborer or mechanic receives compensation at a rate not less
than one and one-half times the basic rate of pay for all hours
worked in excess of forty hours in such workweek.
2. Violation; liability for unpaid wages; liquidated
damages. In the event of any violation of the clause set forth
in paragraph (1.) of this section, the contractor and any
subcontractor responsible therefor shall be liable for the
unpaid wages. In addition, such contractor and subcontractor
shall be liable to the United States (in the case of work done
under contract for the District of Columbia or a territory, to such
District or to such territory), for liquidated damages. Such
liquidated damages shall be computed with respect to each
individual laborer or mechanic, including watchmen and
guards, employed in violation of the clause set forth in
paragraph (1.) of this section, in the sum of $10 for each
calendar day on which such individual was required or
permitted to work in excess of the standard workweek of forty
hours without payment of the overtime wages required by the
clause set forth in paragraph (1.) of this section.
3. Withholding for unpaid wages and liquidated damages.
The FHWA or the contacting agency shall upon its own action
or upon written request of an authorized representative of the
Department of Labor withhold or cause to be withheld, from
any moneys payable on account of work performed by the
contractor or subcontractor under any such contract or any
other Federal contract with the same prime contractor, or any
other federally -assisted contract subject to the Contract Work
Hours and Safety Standards Act, which is held by the same
prime contractor, such sums as may be determined to be
necessary to satisfy any liabilities of such contractor or
subcontractor for unpaid wages and liquidated damages as
provided in the clause set forth in paragraph (2.) of this
section.
4. Subcontracts. The contractor or subcontractor shall insert
in any subcontracts the clauses set forth in paragraph (1.)
through (4.) of this section and also a clause requiring the
subcontractors to include these clauses in any lower tier
subcontracts. The prime contractor shall be responsible for
compliance by any subcontractor or lower tier subcontractor
with the clauses set forth in paragraphs (1.) through (4.) of this
section.
VI. SUBLETTING OR ASSIGNING THE CONTRACT
This provision is applicable to all Federal -aid construction
contracts on the National Highway System.
1. The contractor shall perform with its own organization
contract work amounting to not less than 30 percent (or a
greater percentage if specified elsewhere in the contract) of
the total original contract price, excluding any specialty items
designated by the contracting agency. Specialty items may be
performed by subcontract and the amount of any such
specialty items performed may be deducted from the total
original contract price before computing the amount of work
required to be performed by the contractor's own organization
(23 CFR 635.116).
a. The term "perform work with its own organization" refers
to workers employed or leased by the prime contractor, and
equipment owned or rented by the prime contractor, with or
without operators. Such term does not include employees or
equipment of a subcontractor or lower tier subcontractor,
agents of the prime contractor, or any other assignees. The
term may include payments for the costs of hiring leased
employees from an employee leasing firm meeting all relevant
Federal and State regulatory requirements. Leased
employees may only be included in this term if the prime
contractor meets all of the following conditions:
(1) the prime contractor maintains control over the
supervision of the day-to-day activities of the leased
employees;
(2) the prime contractor remains responsible for the quality
of the work of the leased employees;
(3) the prime contractor retains all power to accept or
exclude individual employees from work on the project; and
(4) the prime contractor remains ultimately responsible for
the payment of predetermined minimum wages, the
submission of payrolls, statements of compliance and all
other Federal regulatory requirements.
b. "Specialty Items" shall be construed to be limited to work
that requires highly specialized knowledge, abilities, or
equipment not ordinarily available in the type of contracting
organizations qualified and expected to bid or propose on the
contract as a whole and in general are to be limited to minor
components of the overall contract.
2. The contract amount upon which the requirements set forth
in paragraph (1) of Section VI is computed includes the cost of
material and manufactured products which are to be
purchased or produced by the contractor under the contract
provisions.
3. The contractor shall furnish (a) a competent superintendent
or supervisor who is employed by the firm, has full authority to
direct performance of the work in accordance with the contract
requirements, and is in charge of all construction operations
(regardless of who performs the work) and (b) such other of its
own organizational resources (supervision, management, and
engineering services) as the contracting officer determines is
necessary to assure the performance of the contract.
4. No portion of the contract shall be sublet, assigned or
otherwise disposed of except with the written consent of the
contracting officer, or authorized representative, and such
consent when given shall not be construed to relieve the
contractor of any responsibility for the fulfillment of the
contract. Written consent will be given only after the
contracting agency has assured that each subcontract is
evidenced in writing and that it contains all pertinent provisions
and requirements of the prime contract.
5. The 30% self -performance requirement of paragraph (1) is
not applicable to design -build contracts; however, contracting
agencies may establish their own self -performance
requirements.
VII. SAFETY: ACCIDENT PREVENTION
a n i s p r o v i s i o n i s applicable to all Federal -aid
construction contracts and to all related subcontracts.
1. In the performance of this contract the contractor shall
comply with all applicable Federal, State, and local laws
governing safety, health, and sanitation (23 CFR 635). The
contractor shall provide all safeguards, safety devices and
protective equipment and take any other needed actions as it
determines, or as the contracting officer may determine, to be
reasonably necessary to protect the life and health of
employees on the job and the safety of the public and to
protect property in connection with the performance of the
work covered by the contract.
2. It is a condition of this contract, and shall be made a
condition of each subcontract, which the contractor enters into
pursuant to this contract, that the contractor and any
subcontractor shall not permit any employee, in performance
of the contract, to work in surroundings or under conditions
which are unsanitary, hazardous or dangerous to his/her
health or safety, as determined under construction safety and
health standards (29 CFR 1926) promulgated by the Secretary
of Labor, in accordance with Section 107 of the Contract Work
Hours and Safety Standards Act (40 U.S.C. 3704).
3. Pursuant to 29 CFR 1926.3, it is a condition of this contract
that the Secretary of Labor or authorized representative
thereof, shall have right of entry to any site of contract
performance to inspect or investigate the matter of compliance
with the construction safety and health standards and to carry
out the duties of the Secretary under Section 107 of the
Contract Work Hours and Safety Standards Act (40
U.S.C.3704).
VIII. FALSE STATEMENTS CONCERNING HIGHWAY
PROJECTS
T h i s p r o v i s i o n i s applicable to all Federal -aid
construction contracts and to all related subcontracts.
In order to assure high quality and durable construction in
conformity with approved plans and specifications and a high
degree of reliability on statements and representations made
by engineers, contractors, suppliers, and workers on Federal -
aid highway projects, it is essential that all persons concerned
with the project perform their functions as carefully, thoroughly,
and honestly as possible. Willful falsification, distortion, or
misrepresentation with respect to any facts related to the
project is a violation of Federal law. To prevent any
misunderstanding regarding the seriousness of these and
similar acts, Form FHWA-1022 shall be posted on each
Federal -aid highway project (23 CFR 635) in one or more
places where it is readily available to all persons concerned
with the project:
18 U.S.C. 1020 reads as follows:
'Whoever, being an officer, agent, or employee of the United
States, or of any State or Territory, or whoever, whether a
person, association, firm, or corporation, knowingly makes any
false statement, false representation, or false report as to the
character, quality, quantity, or cost of the material used or to
be used, or the quantity or quality of the work performed or to
be performed, or the cost thereof in connection with the
submission of plans, maps, specifications, contracts, or costs
of construction on any highway or related project submitted for
approval to the Secretary of Transportation; or
Whoever knowingly makes any false statement, false
representation, false report or false claim with respect to the
character, quality, quantity, or cost of any work performed or to
be performed, or materials furnished or to be furnished, in
connection with the construction of any highway or related
project approved by the Secretary of Transportation; or
Whoever knowingly makes any false statement or false
representation as to material fact in any statement, certificate,
or report submitted pursuant to provisions of the Federal -aid
Roads Act approved July 1, 1916, (39 Stat. 355), as amended
and supplemented;
Shall be fined under this title or imprisoned not more than 5
years or both."
IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL
WATER POLLUTION CONTROL ACT
This provision is applicable to all Federal -aid construction
contracts and to all related subcontracts.
By submission of this bid/proposal or the execution of this
contract, or subcontract, as appropriate, the bidder, proposer,
Federal -aid construction contractor, or subcontractor, as
appropriate, will be deemed to have stipulated as follows:
1. That any person who is or will be utilized in the
performance of this contract is not prohibited from receiving an
award due to a violation of Section 508 of the Clean Water Act
or Section 306 of the Clean Air Act.
2. That the contractor agrees to include or cause to be
included the requirements of paragraph (1) of this Section X in
every subcontract, and further agrees to take such action as
the contracting agency may direct as a means of enforcing
such requirements.
X. CERTIFICATION REGARDING DEBARMENT,
SUSPENSION, INELIGIBILITY AND VOLUNTARY
EXCLUSION
This provision is applicable to all Federal -aid construction
contracts, design -build contracts, subcontracts, lower -tier
subcontracts, purchase orders, lease agreements, consultant
contracts or any other covered transaction requiring FHWA
approval or that is estimated to cost $25,000 or more — as
defined in 2 CFR Parts 180 and 1200.
1. Instructions for Certification — First Tier Participants:
a. By signing and submitting this proposal, the prospective
first tier participant is providing the certification set out below.
b. The inability of a person to provide the certification set out
below will not necessarily result in denial of participation in this
covered transaction. The prospective first tier participant shall
submit an explanation of why it cannot provide the certification
set out below. The certification or explanation will be
considered in connection with the department or agency's
determination whether to enter into this transaction. However,
failure of the prospective first tier participant to furnish a
certification or an explanation shall disqualify such a person
from participation in this transaction.
c. The certification in this clause is a material representation
of fact upon which reliance was placed when the contracting
agency determined to enter into this transaction. If it is later
determined that the prospective participant knowingly rendered
an erroneous certification, in addition to other remedies
available to the Federal Government, the contracting agency
may terminate this transaction for cause of default.
d. The prospective first tier participant shall provide
immediate written notice to the contracting agency to whom
this proposal is submitted if any time the prospective first tier
participant learns that its certification was erroneous when
submitted or has become erroneous by reason of changed
circumstances.
e. The terms "covered transaction," "debarred,"
"suspended," "ineligible," "participant," "person," "principal,"
and "voluntarily excluded," as used in this clause, are defined
in 2 CFR Parts 180 and 1200. "First Tier Covered
Transactions" refers to any covered transaction between a
grantee or subgrantee of Federal funds and a participant (such
as the prime or general contract). "Lower Tier Covered
Transactions" refers to any covered transaction under a First
Tier Covered Transaction (such as subcontracts). "First Tier
Participant" refers to the participant who has entered into a
covered transaction with a grantee or subgrantee of Federal
funds (such as the prime or general contractor). "Lower Tier
Participant" refers any participant who has entered into a
covered transaction with a First Tier Participant or other Lower
Tier Participants (such as subcontractors and suppliers).
f. The prospective first tier participant agrees by submitting
this proposal that, should the proposed covered transaction be
entered into, it shall not knowingly enter into any lower tier
covered transaction with a person who is debarred,
suspended, declared ineligible, or voluntarily excluded from
participation in this covered transaction, unless authorized by
the department or agency entering into this transaction.
g. The prospective first tier participant further agrees by
submitting this proposal that it will include the clause titled
"Certification Regarding Debarment, Suspension, Ineligibility
and Voluntary Exclusion -Lower Tier Covered Transactions,"
provided by the department or contracting agency, entering
into this covered transaction, without modification, in all lower
tier covered transactions and in all solicitations for lower tier
covered transactions exceeding the $25,000 threshold.
h. A participant in a covered transaction may rely upon a
certification of a prospective participant in a lower tier covered
transaction that is not debarred, suspended, ineligible, or
voluntarily excluded from the covered transaction, unless it
knows that the certification is erroneous. A participant is
responsible for ensuring that its principals are not suspended,
debarred, or otherwise ineligible to participate in covered
transactions. To verify the eligibility of its principals, as well as
the eligibility of any lower tier prospective participants, each
participant may, but is not required to, check the Excluded
Parties List System website (ht—tl2s://www.epls.goo, which is
compiled by the General Services Administration.
I. Nothing contained in the foregoing shall be construed to
require the establishment of a system of records in order to
render in good faith the certification required by this clause.
The knowledge and information of the prospective participant
is not required to exceed that which is normally possessed by
a prudent person in the ordinary course of business dealings.
j. Except for transactions authorized under paragraph (f) of
these instructions, if a participant in a covered transaction
knowingly enters into a lower tier covered transaction with a
person who is suspended, debarred, ineligible, or voluntarily
excluded from participation in this transaction, in addition to
other remedies available to the Federal Government, the
department or agency may terminate this transaction for cause
or default.
2. Certification Regarding Debarment, Suspension,
Ineligibility and Voluntary Exclusion — First Tier
Participants:
a. The prospective first tier participant certifies to the best of
its knowledge and belief, that it and its principals:
(1) Are not presently debarred, suspended, proposed for
debarment, declared ineligible, or voluntarily excluded from
participating in covered transactions by any Federal
department or agency;
(2) Have not within a three-year period preceding this
proposal been convicted of or had a civil judgment rendered
against them for commission of fraud or a criminal offense in
connection with obtaining, attempting to obtain, or performing
a public (Federal, State or local) transaction or contract under
a public transaction; violation of Federal or State antitrust
statutes or commission of embezzlement, theft, forgery,
bribery, falsification or destruction of records, making false
statements, or receiving stolen property;
(3) Are not presently indicted for or otherwise criminally or
civilly charged by a governmental entity (Federal, State or
local) with commission of any of the offenses enumerated in
paragraph (a)(2) of this certification; and
(4) Have not within a three-year period preceding this
application/proposal had one or more public transactions
(Federal, State or local) terminated for cause or default.
b. Where the prospective participant is unable to certify to
any of the statements in this certification, such prospective
participant shall attach an explanation to this proposal.
2. Instructions for Certification - Lower Tier Participants:
(Applicable to all subcontracts, purchase orders and other
lower tier transactions requiring prior FHWA approval or
estimated to cost $25,000 or more - 2 CFR Parts 180 and
1200)
a. By signing and submitting this proposal, the prospective
lower tier is providing the certification set out below.
b. The certification in this clause is a material representation
of fact upon which reliance was placed when this transaction
was entered into. If it is later determined that the prospective
lower tier participant knowingly rendered an erroneous
certification, in addition to other remedies available to the
Federal Government, the department, or agency with which
10
this transaction originated may pursue available remedies,
including suspension and/or debarment.
c. The prospective lower tier participant shall provide
immediate written notice to the person to which this proposal is
submitted if at any time the prospective lower tier participant
learns that its certification was erroneous by reason of
changed circumstances.
d. The terms "covered transaction," "debarred,"
"suspended," "ineligible," "participant," 'person," "principal,"
and "voluntarily excluded," as used in this clause, are defined
in 2 CFR Parts 180 and 1200. You may contact the person to
which this proposal is submitted for assistance in obtaining a
copy of those regulations. "First Tier Covered Transactions"
refers to any covered transaction between a grantee or
subgrantee of Federal funds and a participant (such as the
prime or general contract). "Lower Tier Covered Transactions"
refers to any covered transaction under a First Tier Covered
Transaction (such as subcontracts). "First Tier Participant'
refers to the participant who has entered into a covered
transaction with a grantee or subgrantee of Federal funds
(such as the prime or general contractor). "Lower Tier
Participant" refers any participant who has entered into a
covered transaction with a First Tier Participant or other Lower
Tier Participants (such as subcontractors and suppliers).
e. The prospective lower tier participant agrees by
submitting this proposal that, should the proposed covered
transaction be entered into, it shall not knowingly enter into
any lower tier covered transaction with a person who is
debarred, suspended, declared ineligible, or voluntarily
excluded from participation in this covered transaction, unless
authorized by the department or agency with which this
transaction originated.
f. The prospective lower tier participant further agrees by
submitting this proposal that it will include this clause titled
"Certification Regarding Debarment, Suspension, Ineligibility
and Voluntary Exclusion -Lower Tier Covered Transaction,"
without modification, in all lower tier covered transactions and
in all solicitations for lower tier covered transactions exceeding
the $25,000 threshold.
g. A participant in a covered transaction may rely upon a
certification of a prospective participant in a lower tier covered
transaction that is not debarred, suspended, ineligible, or
voluntarily excluded from the covered transaction, unless it
knows that the certification is erroneous. A participant is
responsible for ensuring that its principals are not suspended,
debarred, or otherwise ineligible to participate in covered
transactions. To verify the eligibility of its principals, as well as
the eligibility of any lower tier prospective participants, each
participant may, but is not required to, check the Excluded
Parties List System website (httos://www.epls.gov, which is
compiled by the General Services Administration.
h. Nothing contained in the foregoing shall be construed to
require establishment of a system of records in order to render
in good faith the certification required by this clause. The
knowledge and information of participant is not required to
exceed that which is normally possessed by a prudent person
in the ordinary course of business dealings.
I. Except for transactions authorized under paragraph a of
these instructions, if a participant in a covered transaction
knowingly enters into a lower tier covered transaction with a
person who is suspended, debarred, ineligible, or voluntarily
excluded from participation in this transaction, in addition to
other remedies available to the Federal Government, the
department or agency with which this transaction originated
may pursue available remedies, including suspension and/or
debarment.
Certification Regarding Debarment, Suspension,
Ineligibility and Voluntary Exclusion --Lower Tier
Participants:
1. The prospective lower tier participant certifies, by
submission of this proposal, that neither it nor its principals is
presently debarred, suspended, proposed for debarment,
declared ineligible, or voluntarily excluded from participating in
covered transactions by any Federal department or agency.
2. Where the prospective lower tier participant is unable to
certify to any of the statements in this certification, such
prospective participant shall attach an explanation to this
proposal.
XI. CERTIFICATION REGARDING USE OF CONTRACT
FUNDS FOR LOBBYING
This provision is applicable to all Federal -aid construction
contracts and to all related subcontracts which exceed
$100,000 (49 CFR 20).
1. The prospective participant certifies, by signing and
submitting this bid or proposal, to the best of his or her
knowledge and belief, that:
a. No Federal appropriated funds have been paid or will be
paid, by or on behalf of the undersigned, to any person for
influencing or attempting to influence an officer or employee of
any Federal agency, a Member of Congress, an officer or
employee of Congress, or an employee of a Member of
Congress in connection with the awarding of any Federal
contract, the making of any Federal grant, the making of any
Federal loan, the entering into of any cooperative agreement,
and the extension, continuation, renewal, amendment, or
modification of any Federal contract, grant, loan, or
cooperative agreement.
b. If any funds other than Federal appropriated funds have
been paid or will be paid to any person for influencing or
attempting to influence an officer or employee of any Federal
agency, a Member of Congress, an officer or employee of
Congress, or an employee of a Member of Congress in
connection with this Federal contract, grant, loan, or
cooperative agreement, the undersigned shall complete and
submit Standard Form -LLL, "Disclosure Form to Report
Lobbying," in accordance with its instructions.
2. This certification is a material representation of fact upon
which reliance was placed when this transaction was made or
entered into. Submission of this certification is a prerequisite
for making or entering into this transaction imposed by 31
U.S.C. 1352. Any person who fails to file the required
certification shall be subject to a civil penalty of not less than
$10,000 and not more than $100,000 for each such failure.
3. The prospective participant also agrees by submitting its
bid or proposal that the participant shall require that the
language of this certification be included in all lower tier
subcontracts, which exceed $100,000 and that all such
recipients shall certify and disclose accordingly.
ATTACHMENT A - EMPLOYMENT AND MATERIALS
PREFERENCE FOR APPALACHIAN DEVELOPMENT
HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS
ROAD CONTRACTS
This provision is applicable to all Federal -aid projects funded
under the Appalachian Regional Development Act of 1965.
1. During the performance of this contract, the contractor
undertaking to do work which is, or reasonably may be, done
as on-site work, shall give preference to qualified persons who
regularly reside in the labor area as designated by the DOL
wherein the contract work is situated, or the subregion, or the
Appalachian counties of the State wherein the contract work is
situated, except:
a. To the extent that qualified persons regularly residing in
the area are not available.
b. For the reasonable needs of the contractor to employ
supervisory or specially experienced personnel necessary to
assure an efficient execution of the contract work.
c. For the obligation of the contractor to offer employment to
present or former employees as the result of a lawful collective
bargaining contract, provided that the number of nonresident
persons employed under this subparagraph (1 c) shall not
exceed 20 percent of the total number of employees employed
by the contractor on the contract work, except as provided in
subparagraph (4) below.
2. The contractor shall place a job order with the State
Employment Service indicating (a) the classifications of the
laborers, mechanics and other employees required to perform
the contract work, (b) the number of employees required in
each classification, (c) the date on which the participant
estimates such employees will be required, and (d) any other
pertinent information required by the State Employment
Service to complete the job order form. The job order may be
placed with the State Employment Service in writing or by
telephone. If during the course of the contract work, the
information submitted by the contractor in the original job order
is substantially modified, the participant shall promptly notify
the State Employment Service.
3. The contractor shall give full consideration to all qualified
job applicants referred to him by the State Employment
Service. The contractor is not required to grant employment to
any job applicants who, in his opinion, are not qualified to
perform the classification of work required.
4. If, within one week following the placing of a job order by
the contractor with the State Employment Service, the State
Employment Service is unable to refer any qualified job
applicants to the contractor, or less than the number
requested, the State Employment Service will forward a
certificate to the contractor indicating the unavailability of
applicants. Such certificate shall be made a part of the
contractor's permanent project records. Upon receipt of this
certificate, the contractor may employ persons who do not
normally reside in the labor area to fill positions covered by the
certificate, notwithstanding the provisions of subparagraph (1c)
above.
5. The provisions of 23 CFR 633.207(e) allow the
contracting agency to provide a contractual preference for the
use of mineral resource materials native to the Appalachian
region.
IN
6. The contractor shall include the provisions of Sections 1
through 4 of this Attachment A in every subcontract for work
which is, or reasonably may be, done as on-site work.
Client#: 122855
GOULCONS3
ACOR& CERTIFICATE OF LIABILITY INSURANCE
DATE(MMMDIYYYY)
5/08/2015
THIS CERTIFICATE IS ISSUED ASA MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BYTHE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
PRODUCER
HUB International Ins Svcs Inc
2742 Crossroads Blvd
Grand Junction, CO 81506
888 245-8011
CONTACT
NAME: Anita Keller
PHONE 97Q-254306 FAX 866-908-6374
A1C No Ext): AIC No :
EDoss anita.keller@hubinternational.com
INSURER(S) AFFORDING COVERAGE NAIC#
INSURER A: Zurich American Insurance Co 16535
INSURED Gould Construction Inc
INSURER 13: American Guarantee & Liability 26247
INSURER C:
PO Box 130
INSURER D:
Glenwood Springs, CO 81601
MED EXP (Any one person) $10,000
PERSONAL & ADV INJURY $1,000,000
INSURER E!
GENERAL AGGREGATE $2,000,000
INSURER F: HUB CA License #0757776
COVERAGES CERTIFICATE NUMBER: REVISION NUMRER-
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
LTR
TYPE OF INSURANCE
ADD
IND
SUB
WVD
POLICY NUMBER
POLICY EFF
MM110D
POLICY EXP
MM1D0
LIMBS
A
GENERAL LIABILITY
X COMMERCIAL GENERAL LIABILITY
CLAIMS -MADE 1:9 OCCUR
X
X
GL0831154814
3/01/2015
03/01/2016
$ j 000 000
�EAACH�OCCURRENCE
PREMISES Ea ocMcurtDence $1 OQ,OQO
MED EXP (Any one person) $10,000
PERSONAL & ADV INJURY $1,000,000
GENERAL AGGREGATE $2,000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY X SRS X LOC
PRODUCTS - COMPIOPAGG $2,000,000
$
A
AUTOMOBILE LIABILITY
X ANY AUTO
ALL OWNED SCHEDULED
AUTOS AUTOS
X HIRED AUTOS X NON -OWNED
AUTOS
X
X
BAP831154914
3/01/2015
0310112016
COMBINED SINGLE LIMIT
Ea acddem 1,000,000
BODILY INJURY (Per person) $
BODILY INJURY (Par $
( )
PROPERTYDAMAGE
Per accQt $
B
X
UMBRELLA LIAB
EXCESS LIAS
X
OCCUR
CLAIMS -MADE
AUC009849400
0310112015
03101/2016
-
EACH OCCURRENCE $5 000 000
AGGREGATE s5,000,000
DED I X I RETENTION $0
- $
A
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y 1 NTORY
ANY PROPRIETORIPARTNEPlEXECUTIVE
OFFICER/MEMBER EXCLUDED?
(Mandatory in NH)
Ifyes, describe under
DESCRIPTION OF OPERATIONS below
NIA
X
WC831154714
3/01/2015
03/01/2016
X WC STATu- OTH-
I IMTS IFR
E.L. FJICHACCIDENT $1,000,000
E.L. DISEASE - EA EMPLOYEE $1,000,000
E.L. DISEASE -POLICY LIMIT $1,000,000
DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, it more space is required)
Eagle County and Colorado Department of Transportation are an additional insured for General Liability to
include both, ongoing and completed operations. Coverage shall be primary and non-contributory. Waiver of
Subrogation applies in favor of Certificate Holder and Additional Insureds. 45 Day Notice of Cancellation
applies.
rQn
Eagle County
PO Box 850
500 Broadway
Eagle, CO 81631
ACORD 25 (2010/05) 1 of 1
#S34965211M3367301
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
_114
@ 1988-2010 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORD
AW03
E_ The following is added to Paragraph 2_ Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV—
Comrerckd General Liability Condttinns;
The additional insured must see to it that:
1. Mare notified as soon as practicable of an 'occurrence" or offense that may result in a claim;
2- Vkb receive written notice of a claim or "suit" as soon as practicable; and
3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by
another insurer under which the additional insured may be an insured in any capacity. This provision does not
apply to insurance on which the additional insured is a Named Insured, if the written contract or written agreement
requires that this coverage be primary and non-contributory.
F. For the coverage provided by this endorsement:
1. The following paragraph is added to Paragraph 4ka. of the Other Insurance Condition of Section IV— Convnercial
General Liability Concitions
This insurance is primary insurance as respects our coverage to the additional insured person or organization,
where the written contract or written agreement requires that this insurance be primary and non-contributory with
respect to any other policy upon which the additional insured is a Named Insured. In that event, we will not seek
contribution from any other such insurance policy available to the additional insured on which the additional
insured person or organization is a Named Insured.
2 The following paragraph is added to Paragraph 4.b, of the Other Insurance Condition of Section IV— ConwMrcial
General Liability Conditlons:
This insurance is excess over;
Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional
insured, in which the additional insured on our policy is also covered as an additional insured on another policy
providing coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy
in which the additional insured is a Named Insured on such other policy and where our policy is required by
written contract or written agreement to provide coverage to the additional insured on a primary and non-
contributory basis.
G. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement
showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to
that identified additional insured.
All other terms and conditions of this policy remain unchanged.
U -GL -1175-E CW (04112)
Page 2 of 2
Ineludes copyrighted material of Insurance Services Office. Inc.. with its permission.
Waiver Of Subrogation (Blanket) Endorsement
Policy No. Eff. Date of Pot. Exp. Date of Pot. Eff. Dale of End. Producer Add'l. Pr Retum Prem
THIS ENDOMMENr CHANGESTHE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the:
Cormtercial General Liability Coverage Part
The following is added to the Transfer Of Rights Of recovery Against Others To Us ConAtion:
If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery from
others, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to
any other operations in which the insured has no contractual interest.
U -GL -925-8 CW (12/01)
Page l of l
POLICY NUMBER:GLO 8311548-12
COMMERCIAL GENERAL LIABILITY
CG 25 03 05 09
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ R CAREFULLY.
DESIGNATED CONSTRUCTION PROJECT(S)
GENERAL AGGREGATE LIMIT
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Desigrratad Construction Projeos):
ALL PROJECTS
A. For all sums which the insured becomes legally
obligated to pay as damages caused by
"occurrences" under Section I — Coverage A, and
for all medical expenses caused by accidents
under Section I —Coverage C, which can be
attributed only to ongoing operations at a single
designated construction project shown in the
Schedule above:
1. A separate Designated Construction Project
General Aggregate Limit applies to each
designated construction project, and that limit
is equal to the amount of the General
Aggregate Limit shown in the Declarations.
2. The Designated Construction Project General
Aggregate Limit is the most we will pay for the
sum of all damages under Coverage A, except
damages because of "bodily injury" or
"property damage" included in the "products -
completed operations hazard", and for
medical expenses under Coverage C
regardless of the number of:
a. Insureds;
b. Claims made or "suits" brought; or
c. Persons or organizations making claims or
bringing "sulks".
3. Any payments made under Coverage A for
damages or under Coverage C for medical
expenses shall reduce the Designated
Construction Project General Aggregate Limit
for that designated construction project. Such
payments shall not reduce the General
Aggregate Limit shown in the Declarations nor
shall they reduce any other Designated
Construction Project General Aggregate Limit
for any other designated construction project
shown in the Schedule above.
4, The limits shown in the [declarations for Each
Occurrence, Damage To Premises Rented To
You and Medical Expense continue to apply.
However, instead of being subject to the
General Aggregate Limit shown in the
Declarations, such limits will be subject to the
applicable Designated Construction Project
General Aggregate Limit.
CG 25 03 05 09 0 Insurance Services Office, Inc., 2008 Page 1 of 2 D
B. For all sums which the insured becomes legally
obligated to pay as damages caused by
"occurrences" under Section I — Coverage A, and
for all medical expenses caused by accidents
under Section I —Coverage C, which cannot be
attributed only to ongoing operations at a single
designated construction project shown in the
Schedule above:
I. Any payments made under Coverage A for
damages or under Coverage C for medical
expenses shall reduce the amount available
under the General Aggregate Limit or the
Products -completed Operations Aggregate
Limit, whichever is applicable, and
2. Such payments shall not reduce arty
Designated Construction Project General
Aggregate Limit.
C. Men coverage for liability arising out of the
"products -completed operations hazard" is
provided, any payments for damages because of
"bodily injury" or "property damage" included in
the products -completed operations hazard" will
reduce the Prod ucts-compLaW Operations
Aggregate Limit, and not reduce the General
Aggregate Limit nor the Designated Construction
Project General Aggregate Limit.
D. If the applicable designated construction project
has been abandoned, delayed, or abandoned
and then restarted, or if the authorized
contracting parties deviate from plans, blueprints,
designs, specifications or timetables, the project
will still be deemed to be the same construction
project.
E. The provisions of Section 111 — Limits Of
Insurance not otherwise modified by this
endorsement shall continue to apply as
stipulated.
Page 2 of 2 0 Insurance Services Office, Inc., 2008 CG 25 03 05 09 ❑
POLICY NUMBER: GTO 8311548-12 COMMERCIAL GENERAL LIABILITY
CG 25 04 05 09
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
DESIGNATED LOCATION(S)
GENERAL AGGREGATE LIMIT
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
SCHEDULE
Designated Location(s):
ALL LOCATIONS OWNED OR RENTED BY YOU OR TEMPORARILY OCCUPIED I3Y YOU
WITH PERMISSION OF THE OWNER.
Information required to complete this Schedule, if not shown above, will W shown in the Declarations.
A. For all sums which the insured becomes legally
obligated to pay as damages caused by
"occurrenoes" under Section I — Coverage A, and
for all medical expenses caused by accidents
under Section I --Coverage C, which can be
attributed only to operations at a single
designated "location" shown in the Schedule
above:
1. A separate Designated Location General
Aggregate Limit applies to each designated
location", and that limit is equal to the amount
of the General Aggregate Limit shown in the
Declarations.
2. The Designated Location General Aggregate
Limit is the most we will pay for the sum of all
damages under Coverage A, except damages
because of "bodily injury" or "property
damage" included in the "products -completed
operations hazard", and for medical expenses
under Coverage C regardless of the number
of:
a. Insureds;
b. Claims made or "suits" brought; or
c- Persons or organizations making claims or
bringing "suits".
3. Any payments made under Coverage A for
damages or under Coverage C for medical
expenses shall reduce the Designated
Location General Aggregate Limit for that
designated "location". Such payments shall
not reduce the General Aggregate Limit
shown in the Declarations nor shall they
reduce any other Designated Location
General Aggregate Limit for any other
designated "location" shown in the Schedule
above.
4. The limits shown in the Declarations for Each
Occurrence, Damage To Premises Rented To
You and Medical Expense continue to apply.
However, instead of being subject to the
General Aggregate Limit shown In the
Declarations, such limits will be subject to the
applicable Designated Location General
Aggregate Limit.
CG 25 0405 09 0 Insurance Services Office, Inc., 2008 Page 1 of 2 ❑
B. For all sums which the insured becomes legally
obligated to pay as damages caused by
"occurrences" under Section I — Coverage A, and
for all medical expenses caused by accidents
under Section I —Coverage C, which cannot be
attributed only to operations at a single
designated 'location" shown in the Schedule
above:
1. Any payments made under Coverage A for
damages or under Coverage C for medical
expenses shall reduce the amount available
under the General Aggregate Limit or the
Products -completed Operations Aggregate
Limit, whichever is applicable; and
2. Such payments shall not reduce arty
Designated Location General Aggregate Limit.
C. When coverage for liability arising out of the
"products -completed operations hazard" is
provided, any payments for damages because of
"bodily injury" or "property damage" included in
the "products -completed operations hazard" will
reduce the products -completed Operations
Aggregate Limit, and not reduce the General
Aggregate Limit nor the Designated Location
General Aggregate Limit.
D. For the purposes of this endorsement, the
Defini'ti'ons Section is amended by the addition of
the following definition.
'Location" means premises involving the same or
connecting lets, or premises whose connection is
interrupted only by a street, roadway, waterway
or right-of-way of a railroad.
E. The provisions of Section III — Limits Of
Insurance not otherwise modified by this
endorsement shall continue to apply as
stipulated.
Page 2 of 2 0 Insurance Services Office, Inc., 2008 CG 25 04 05 09 0
POLICY NUMBER: BAP 8311549-12
COMMERCIAL AUTO
CA 20 48 02 99
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
DESIGNATED INSURED
This endorsement modifies insurance provided under the following:
BUSINESS AUTO COVERAGE FORM
GARAGE COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
TRUCKERS COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by
this endorsement.
This endorsement identifies person(s) or organization(s) who are insureds" under the Who Is An Insured Provision of
the Coverage Form. This endorsement does not atter coverage provided in the Coverage Form.
This endorsement changes the policy effective on the inception date of the policy unless another date is indicated
below.
Endorsement Effective: Countersigned By:
Named Insured:
Authorized Representative)
SCHEDULE
Name of Person(s) or Organization(s):
ONLY THOSE WHERE REQUIRED BY WRITTEN CONTRACT EXECUTED PRIOR TO LOSS.
(If no entry appears above, information required to complete this endorsement will be shown in the Declarations as
applicable to the endorsement.)
Each person or organization shown in the Schedule is an "insured" for Liability Coverage, but only to the extent that
person or organization qualifies as an 'insured" under the Who Is An Insured Provision contained in Section II of the
Coverage Form.
CA 20 48 02 99 Copyright, Insurance Services Office, Inc., 1998 Page 1 of 1 0
Coverage Extension Endorsement
Policy No. Eff. Date of Pol. Exp. Date of Pol. Eff. Date of End. Producer NAdd'I. Prem Platurn Prem.
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
This endorsement modifies insurance provided under the:
Business Auto Coverage Form
Motor Carrier Coverage Form
A. Amended Who Is An Insured
1. The following is added to the Who Is An Insured Provision in Section II —Liability Coverage:
Thefollowing are also 'insureds":
a. Any "employee" of yours is an 'insured" while using a covered "auto" you don't own, hire or borrow for acts
performed within the scope of employment by you.
b. Anyone volunteering services to you is an ,'insured" while using a covered "auto" you don't own, hire or
borrow to transport your clients or other persons in activities necessary to your business.
c. Anyone else who furnishes an "auto" referenced in Paragraphs a. and b. above.
d. Any person(s) or organization(s) where required by written contract or written agreement executed prior to
any "accident" provided the "accident" arises out of operations contemplated by such contract or agreement.
2. Thefollowing is added to the Other Insurance Provision in the Conditions Section:
Coverage for any person(s) or organization(s) where required by written contract or written agreement executed
prior to any "accident" will apply on a primary basis and any insurance maintained by the additional "insured" will
apply on an excess basis. However, in no event will this coverage extend beyond the terms and conditions of the
coverage form.
B. Amendrrrent — Supplementary Payments
Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section II —Liability Coverage are replaced by the
following:
(2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an
"accident" we cover. We do not have to furnish these bonds.
(4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a
day because of time off from work.
C. Fellow Employee Coverage
The Fellow Employee Exclusion contained in Section II —Liability Coverage does not apply.
D. Driver Safety Program Liabiity and Physical Damage Coverage
1. The following is adder) to the Racing Exclusion in Section II —Liability Coverage:
This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not
limited to, auto or truck rodeos and other auto or truck agility demonstrations.
U -CA -424-E CW (04-11)
Page 1 of 5
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
2. The following is added to Paragraph 2. in the Excluslons of Section III — Physical Damage Coverage of the
Business Auto Coverage Form and Paragraph 2.b. in the Excluslons of Section IV — Physical Damage Coverage
of the Motor Carrier Coverage Form:
This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not
limited to, auto or truck rodeos and other auto or truck agility demonstrations.
E. Lease or Loan Cep Coverage
The following is added to the Coverage Provision of the Physical Damage Coverage Section:
Lease Or Loan Gap Coverage
In the event of a total "loss" to a covered "auto", we will pay any unpaid amount due on the lease or loan for a covered
"auto", less:
a. Any amount paid under the Physical Damage Coverage Section of the coverage form; and
b. Any:
(1) Overdue lease or loan payments at the time of the "loss";
(2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage:
(3) Security deposits not returned by the lessor;
(4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the
loan or lease; and
(5) Carry-over balances from previous leases or loans.
F. Towing and Labor
The following is added to Paragraph A2. of the Physical Damage Coverage Section:
We will pay up to $75 for towing and labor costs incurred each time a covered "auto" of the private passenger type is
disabled. However, the labor must be performed at the place of disablement.
G. Extended Glass Coverage
The following is added to Paragraph A3.a. of the Physical Damage Coverage Section:
If glass must be replaced, the deductible will be $100 or the deductible shown in the Declarations, whichever is less. If
glass can be repaired and is actually repaired rather than replaced, thedeductible will be waived. You have the option
of having the glass repaired rather than replaced.
H. Hired Auto Physical Damage — Increased Loss of Use Expenses
The Loss Of Use Expenses Provision of the Physical Damage Coverage Section is replaced by the following:
Loss Of Use Expenses
For Hired Auto Physical Damage, we will pay expenses for which an 'insured" becomes legally responsible to pay for
loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We
will pay for loss of use expenses if caused by:
(1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered
"auto";
(2) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for
any covered "auto'; or
(3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto".
However, the most we will pay for any expenses for loss of use is $100 per day, to a maximum of $3000.
I. Personal Effects Coverage
The following is added to the Coverage Provision of the Physical Damage Coverage Section:
Personal Effects Coverage
a. We will pay up to $750 for "loss" to personal effects which are:
(1) Personal property owned by an "insured'; and
U -CA -424-E CW (04-11)
Page 2 of 5
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
(2) In or on acovered "auto".
b. Subject to Paragraph a. above, the amount to be paid for "loss" to personal effects will be based on the lesser of:
(1) The reasonable cost to replace; or
(2) The actual cash value.
c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered "auto".
No deductible applies to this coverage. However, we will not pay for "loss" to personal effects of any of the
following:
(1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other
documents of value.
(2) Bullion, gold, silver, platinum, or other precious alloys or metals; furs or fur garments; jewelry, watches,
precious or semi-precious stones.
(3) Paintings, statuary and other works of art.
(4) Contraband or property in the course of illegal transportation or trade.
(5) Tapes, records, discs or other similar devices used with audio, visual or data electronic equipment.
Any coverage provided by this Provision is excess over any other insurance coverage availablefor the same'loss".
J. Tapes, Records and Discs Coverage
1. The Exclusion in Paragraph 13.4.a. of Section III — Physical Damage Coverage in the Business Auto Coverage
Form and the Exclusion in Paragraph B.2.c. of Section IV — Physical Damage Coverage in the Motor Carrier
Coverage Form do not apply.
2. The following is added to Paragraph 1.a. Comprehensive Coverage under the Coverage Provision of the Physical
Damage Coverage Section:
We will pay for "loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic
equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices:
(a) Are the property of an "insured" and
(b) Are in a covered "auto" at the time of "loss".
The most we will pay for such "loss" to tapes, records, discs or other similar devices is $500. The Physical
Damage Coverage Deductible Provision does not apply to such "loss".
K. Airbag Coverage
The Exclusion in Paragraph 13.3.a. of Section III — Physical Damage Coverage in the Business Auto Coverage Form
and the Exclusion in Paragraph B.4.a. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form
do not apply to the accidental discharge of an airbag.
L. Two or More Deductibles
The following is added to the Deductible Provision of the Physical Damage Coverage Section:
If an accident is covered both by this policy or coverage form and by another policy or coverage form issued to you
by us, the following applies for each covered "auto" on a per vehicle basis:
1. If the deductible on this policy or coverage form is the smaller (or smallest) deductible, it will be waived; or
2. If the deductible on this policy or coverage form is not the smaller (or smallest) deductible, it will be reduced by
the amount of the smaller (or smallest) deductible.
M. Physical Damage — Comprehensive Coverage — Deductible
The following is added to the Deductible Provision of the Physical Damage Coverage Section:
Regardless of the number of covered "autos" damaged or stolen, the maximum deductible that will be applied to
Comprehensive Coverage for all "loss"from any onecause is $5,000.
U -CA -424-E CW (04-11)
Page 3 of 5
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
N. Temporary Substitute Autos — Physical Damage
1. The following is added to Section I —Covered Autos:
Temporary Substitute Autos - Physical Damage
If Physical Damage Coverage is provided by this coverage form on your owned covered "autos", the following
types of vehicles are also covered "autos" for Physical Damage Coverage:
Any "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered
"auto" you do own but is out of service because of its:
1. Breakdown;
2 Repair;
3. Servicing;
4. "Loss"; or
5. Destruction.
2. The following is added to the Coverage Provision of the Physical Damage Coverage Section.-
Temporary
ection:
Temporary Substitute Autos — Physical Damage
We will pay the owner for'loss" to the temporary substitute "auto" unless the "loss" resultsfrom fraudulent acts or
omissions on your part. If we make any payment to the owner, we will obtain the owner's rights against any other
party.
The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it
replaces.
0. Amended Duties In The Event Of Accident, Claim, Suit Or Loss
Paragraph a. of the Duties In The Event Of Accident, Claim, Suit Or Loss Condition is replaced by the following:
a. In the event of "accident", claim, "suit" or 'loss", you must give us or our authorized representative prompt notice
of the "accident", claim, "suit" or "loss". However, these duties only apply when the "accident", claim, "suit" or "loss"
is known to you (if you are an individual), a partner (if you are a partnership), a member (if you are a limited
liability company) or an executive officer or insurance manager (if you are a corporation). The failure of any agent.
servant or employee of the "insured" to notify us of any "accident", claim, "suit" or "loss" shall not invalidate the
insurance afforded by this policy.
Include, as soon as practicable:
(1) How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written
notice of the claim or "suit" including, but not limited to, the date and details of such claim or "suit";
(2) The "insured's" name and address; and
(3) To the extent possible, the names and addresses of any injured persons and witnesses.
If you report an "accident", claim, "suit" or "loss" to another insurer when you should have reported to us, your
failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon
as practicable after the fact of the delay becomes known to you.
P. Waiver of Transfer Of Rights Of Recovery Against Others To Us
The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition:
This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or
"loss", provided that the "accident" or 'loss" arises out of operations contemplated by such contract. This waiver only
applies to the person or organization designated in the contract.
0. Employee Hired Autos — Physical Damage
Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other
Insurance — Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by
the following:
For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos" you own:
U -CA -424-E CW (04-11)
Page 4 of 5
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
(1) Any covered "auto" you lease, hire, rent or borrow; and
(2) Any covered "auto" hired or rented under awritten contract or written agreement entered into by an "employee" or
elected or appointed official with your permission while being operated within the course and scope of that
"employee's" employment by you or that elected or appointed official's duties as respect their obligations to you.
However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto".
R. Unintentional Failure to Disclose Hazards
The following is added to the Concealment, Misrepresentation Or Fraud Condition:
However, we will not deny coverage under this coverageform if you unintentionally:
(1) Fail to disclose any hazards existing at the inception date of this coverage form; or
(2) Make an error, omission, improper description of "autos" or other misstatement of information.
You must notify us as soon as possible after the discovery of any hazards or any other information that was not
provided to us prior to the acceptance of this policy.
S. Hired Auto —World Wide Coverage
Paragraph (5)(a) of the Policy Period, Coverage Territory Condition is replaced by the following:
(a) A covered "auto" is leased, hired, rented or borrowed for a period of 60 days or less; and
T. Bodily Injury Redefined
The definition of "bodily injury" in the Definitions Section is replaced by the following:
"Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish,
resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease.
All other terms and conditions of this policy remain unchanged.
U -CA -424-E CW (04-11)
Page 5 of 5
Includes copyrighted material of Insurance Services Office, Inc., with its permission.
WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 0313
(Ed. 4-84)
WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce
our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you
perform work under a written contract that requires you to obtain this agreement from us.)
This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule.
Schedule
ALL PERSONS OR ORGANIZATIONS
This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated.
(The information below is required only when this endorsement is issued subsequent to preparation of the policy.)
Endorsement Effective Policy No. Endorsement No.
Insured Premium $
Insurance Company Countersigned By
WC 00 03 13
(Ed. 4-84)
Copyright 1983 National Council an Compensation Insurance