Loading...
HomeMy WebLinkAboutPACKET Town Board 2020-04-14The Mission of the Town of Estes Park is to provide high-quality, reliable services for the benefit of our citizens, guests, and employees, while being good stewards of public resources and our natural setting. The Town of Estes Park will make reasonable accommodations for access to Town services, programs, and activities and special communication arrangements for persons with disabilities. Please call (970) 577-4777. TDD available. BOARD OF TRUSTEES - TOWN OF ESTES PARK REGULAR MEETING – TO BE HELD VIRTUALLY Tuesday, April 14, 2020 7:00 p.m. Board Room – 170 MacGregor Avenue Estes Park, CO 80517 The Town Board of Trustees will participate in the meeting remotely due to the Declaration of Emergency signed by Town Administrator Machalek on March 19, 2020 related to COVID-19 and provided for with the adoption of Ordinance 04-20 on March 18, 2020. Options for the Public to Participate Remotely and Provide Public Input: 1. By Public Comment Form or Electronic Mail: Members of the public may provide public comment or comment on a specific agenda item by completing the Public Comment form found at www.estes.org/boardsandmeetings or sending an email to townclerk@estes.org. The form email must be received by 12:00 p.m., Tuesday, April 14, 2020. All emails will be provided to the Board for consideration during the agenda item and added to the final packet. 2. By Telephone Message: Members of the public may provide public comment or comment on a specific agenda item by calling (970) 577-4773. The calls must be received by 12:00 p.m., Tuesday, April 14, 2020. All calls will be transcribed and provided to the Board for consideration during the agenda item and added to the final packet. 3. The meeting will be using Google Hangouts which provides for closed captioning of the meeting. 4. The Town Board meetings will be livestreamed at www.estes.org/videos. The meeting will be posted at www.estes.org/videos within 48 hours of the meeting. 5. No public attendance at this meeting. AGENDA PLEDGE OF ALLEGIANCE. (Any person desiring to participate, please join the Board in the Pledge of Allegiance). AGENDA APPROVAL. PUBLIC COMMENT. (Please state your name and address). TOWN BOARD COMMENTS / LIAISON REPORTS. TOWN ADMINISTRATOR REPORT. 1. POLICY GOVERNANCE MONITORING REPORT - POLICY 3.3 AND 3.7. Prepared 04/03/2020 *Revised 1 1 NOTE: The Town Board reserves the right to consider other appropriate items not available at the time the agenda was prepared. Board Policy 2.3 designates specific reporting requirements for the Town Administrator to provide information on policy compliance to the Board. Policy 3.3 and Policy 3.7 are reported on each April. CONSENT AGENDA: 1. Bills. 2. Town Board Minutes dated March 24, 2020 and Special Town Board Meeting dated March 18, 2020. 3. Resolution 21-20 Approving Mutual Aid Agreement with the Colorado Water Wastewater Agency Response Network. 4. Contract for Fall River Trail Construction Oversight with Cornerstone Engineering & Surveying, Inc. for $124,770.00, Budgeted. 5. Resolution 17-20 Setting the Public Hearing date of May 12, 2020 for a New Hotel and Restaurant Liquor License filed by Sunny Acre Corporation dba The Egg of Estes, 393 E Elkhorn Avenue, Estes Park, CO 80517. 6. Acceptance of Town Administrator Policy Governance Monitoring Report. ACTION ITEMS: 1. REVISED POLICY 602 PURCHASING POLICY – LOCAL PREFERENCE. Town Administrator Machalek. Discussion of proposed revisions to the Town’s local preference provisions for purchasing. 2. CONTRACT AWARD FOR BROOK DRIVE WATER SHOP REMODEL. Superintendent Eshelman, Director Bergsten. Water Division’s recommendation to award the remodeling contract to the Ranack Corporation for the Brook Drive Water Shop Building. 3. ALLOW MAYOR SIGNATURE AUTHORITY ON PURCHASE ORDERS FOR BROOK DRIVE REMODEL. Superintendent Eshelman, Director Bergsten. Town Board to authorize the Mayor to sign Purchase Orders over $100,000 for the Brook Drive Remodel. REQUEST TO ENTER INTO EXECUTIVE SESSION: For discussion of a personnel matter - Section 24-6-402(4)(f), C.R.S. and not involving: any specific employees who have requested discussion of the matter in open session; any member of the Town Board; the appointment of any person to fill an office of the Town Board; or personnel policies that do not require discussion of matters personal to particular employees – Municipal Judge Review. ADJOURN. 2 2 Town Administrator’s Office Memo To: Honorable Mayor Jirsa Board of Trustees From: Town Administrator Machalek Date: April 14, 2020 RE: Policy Governance Monitoring Report – Policy 3.3 and 3.7 (Mark all that apply) PUBLIC HEARING ORDINANCE LAND USE CONTRACT/AGREEMENT RESOLUTION OTHER: Policy QUASI-JUDICIAL YES NO Board Policy 2.3 designates specific reporting requirements for the Town Administrator to provide information on policy compliance to the Board. In April of each year the Town Administrator is required to report on Policies 3.3 and 3.7. Policy 3.3 states: “With respect for strategic planning for projects, services and activities with a fiscal impact, the Town Administrator may not jeopardize either the operational or fiscal integrity of Town government.” Policy 3.7 states: “The Town Administrator shall have an Emergency Preparedness Process in place for coordination of all emergency management partners – Federal, State, and local governments, voluntary disaster relief organizations, and the private sector to meet basic human needs and restore essential government services following a disaster.” This report constitutes my assurance that, as reasonable interpreted, these conditions have not occurred and further, that the data submitted below are accurate as of this date. Travis Machalek Town Administrator 3 3 Policy 3.3: With respect for strategic planning for projects, services and activities with a fiscal impact, the Town Administrator may not jeopardize either the operational or fiscal integrity of Town government. Accordingly, the Town Administrator shall not allow budgeting which: 3.3.1: Deviates from statutory requirements. Status: Compliance Interpretation: I interpret this to mean that our budgeting practices and policies comply with all requirements contained in the Colorado Revised Statutes that are applicable to statutory towns. Compliance with the policy will be achieved when: There are no deviations in our practices or policies from what is required by State Statute. Evidence: 1. The annual independent audit 2. Comprehensive Annual Financial Report 3. All policies are reviewed for legal compliance by the Town Attorney 4. No State-issued non-compliance notifications to the Town of Estes Park regarding our budgetary obligations under State Statute. Report: I report compliance. 3.3.2: Deviates materially from Board-stated priorities in its allocation among competing budgetary needs. Status: Compliance Interpretation: I interpret this to mean that the annual budget adopted by the Board of Trustees represents the officially adopted priorities of the Board. This includes any budget amendments approved by the Town Board throughout the year and any specific spending authorizations approved by the Town Board. I interpret “materially deviate” to mean any change in spending priority that results in a resource diversion away from any Board objective, goal, or outcome that is substantial enough to hinder the achievement of the objective, goal, or outcome. I do not interpret minor deviations resulting from changing circumstances, community demands, and/or unforeseen circumstances outside of the Town’s control as material deviations. Compliance with the policy will be achieved when: Budget spending does not materially deviate from the levels approved in the adopted budget. Evidence: 4 4 1. The 2020 adopted budget was prepared based on the Board’s Strategic Plan. 2. Any substantial budget changes have been presented to the Board for review and approval as budget amendments. 3. HTE budget reports for each department are available on request. Report: I report compliance 3.3.3: Contains inadequate information to enable credible projection of revenues and expenses, separation of capital and operational items, cash flow and subsequent audit trails, and disclosure of planning assumptions. Status: Compliance Interpretation: I interpret this to mean that the Town Administrator’s recommended budget must be based on credible data and the best available information concerning the local economy and other factors that may impact the Town’s revenues and expenses. In addition, the budget is to be structured to separate capital expenditures from operational costs. All revenue projections will be based on the professional judgement of the Town’s Finance Director. Compliance with the policy will be achieved when:  Revenue projections are clear and projected and actual revenues are within a 5-10% margin of error, barring any catastrophic events.  Actual revenues are not less than projected, barring any catastrophic events.  The budget presented to the Board for adoption is in a format that separates revenues, expenses, and capital expenditures.  Critical assumptions used in preparing the budget are clearly articulated to the Board during budget review sessions. Evidence: 1. COVID-19 has created significant economic headwinds that will alter our projected revenues. Staff is currently working on updating revenue projections and will be bringing forward a budget amendment in the near future to reflect our new projections in light of this catastrophic event. 2. The 2019 budget and 2020 proposed budget are both presented in a format that separates revenues, expenditures, and capital. 3. Critical assumptions used in preparing the budget were discussed with the Board during budget review sessions. Report: I report compliance. Revenue projections will need to be overhauled due to catastrophic events (COVID-19). 5 5 3.3.4: Plans the expenditure in any fiscal year of more funds than are conservatively projected to be received in that period, or which are otherwise available. Status: Compliance Interpretation: I interpret this to mean that the proposed budget must be balanced. This includes expenditures for the year not exceeding the revenues received from all sources. Exceptions are Board-approved use of fund balances, and use of funds that have been accumulated over a period of time, with the approval of the Board, with the intent of saving funds to pay for a specific project or capital expense. Compliance with the policy will be achieved when: The proposed budget meets the above criteria, inclusive of any board approved spending of fund balance or specific reserve funds. Evidence: 1. The adopted budget demonstrates that I have not allowed budgeting which plans the expenditure in any fiscal year of more funds than are conservatively projected to be received in that period, or which are otherwise available. The current budget will need to be amended due to the impacts of COVID-19. Staff is working on preparing that amendment now. Report: I report compliance. Staff is working on developing a budget amendment to ensure that the budget remains balanced (excepting any Board-approved use of fund balance) in light of the impacts of COVID-19. 3.3.5: Reduces fund balances or reserves in any fund to a level below that established by the Board of Town Trustees by adopted policy. Status: Compliance Interpretation: I interpret this to mean that the audited year-end unrestricted fund balance in the General Fund does not drop below 25% unless otherwise authorized by the Board. If the Board approves and adopts a budget that plans for reducing the fund balance below the 25% level, I interpret this as being authorized by the Board. Compliance with the policy will be achieved when:  The final CAFR shows a General-Fund fund balance of 25% or greater, unless otherwise approved by the Board. 6 6  The proposed budget anticipates an end-of-year fund balance in the General Fund of 25% or greater, unless otherwise approved by the Board. Evidence: 1. The 2018 CAFR shows a 54% General-Fund fund balance at the end of 2018. 2. The 2019 budget, as amended, anticipates a 25.6% General-Fund fund balance at the end of 2019. 3. The adopted 2020 budget anticipates a 29.4% General-Fund fund balance at the end of 2020. This budget will need to be amended due to the impacts of COVID-19. Report: I report compliance. 3.3.6: Fails to maintain a Budget Contingency Plan capable of responding to significant shortfalls within the Town’s budget. Status: Compliance Interpretation: I interpret this to mean that I must prepare a budget that maintains a fund balance of 25% or more in the General Fund and adequate fund balances in all enterprise funds, including the required TABOR reserve and the current cash reserves as defined in Board Policy 670 – Cash and Investment Reserve and Contingency. Compliance with the policy will be achieved when:  The final CAFR indicates a General-Fund fund balance of 25% or greater, unless otherwise authorized by the Board.  The proposed budget anticipates an end-of-year fund balance in the General Fund of 25% or greater, unless otherwise authorized by the Board.  The current cash reserves meet the criteria defined in Board Policy 670 – Cash and Investment Reserve and Contingency. Evidence: 1. The 2018 CAFR shows a 54% General-Fund fund balance at the end of 2018. 2. The 2019 budget, as amended, anticipates a 25.6% General-Fund fund balance at the end of 2019. 3. The adopted 2020 budget anticipates a 29.4% fund balance at the end of 2020. This budget will need to be amended due to the impacts of COVID- 19. 4. Current cash and investment reserves are reported to the Board on a monthly basis, as required by Board Policy 670. 7 7 5. The Town’s budget contingency plan is established in Policy 670 (Section 3.b). Report: I report compliance. 3.3.7: Fails to provide for an annual audit. Status: Compliance Interpretation: I interpret this to mean that I must ensure that the Town completes an independent audit annually. Further, that audit report should result in an unqualified and unmodified opinion from the Board’s auditors. Compliance with the policy will be achieved when: The annual audit is complete and presented to the Town Board. Evidence: 1. The 2018 Audit has been completed and the CAFR prepared and submitted to the State of Colorado with an unqualified and unmodified opinion from the Board’s auditors. 2. The 2019 Audit will take place throughout the month of May. The Auditors will be working remotely due to COVID-19. Report: I report compliance. 3.3.8: Fails to protect, within his or her ability to do so, the integrity of the current or future bond ratings of the Town. Status: Compliance Interpretation: I interpret this to mean that I cannot take any action that will negatively impact the Town’s bond rating. This includes maintaining adequate fund balances as required in 3.3.5 and maintaining adequate bond coverage ratios for all revenue bonds associated with the Town’s enterprise funds. Compliance with the policy will be achieved when:  I am in compliance with 3.3.5.  Required bond coverage ratios are met. Evidence: 1. The 2018 CAFR shows a 54% General-Fund fund balance at the end of 2018. 2. Our current bond-coverage ratio for Power and Communications (226%) exceeds the required ratio of 125%. 8 8 3. Our current bond-coverage ratio for Water (435%) exceeds the required ratio of 110%. Report: I report compliance. 3.3.9: Results in new positions to staffing levels without specific approval of the Board of Town Trustees. The Town Administrator may approve positions funded by grants, which would not impose additional costs to the Town in addition to the grant funds and any temporary positions for which existing budgeted funds are allocated. Status: Compliance Interpretation: I interpret this to mean that I cannot allow any new positions or expansion of any part-time positions to be advertised or filled without prior Board approval. I may allow new positions or partial positions funded by grants or temporary positions for which existing budgeted funds are allocated without prior approval of the Board. I may also allow reductions in staffing without Board approval. Compliance with the policy will be achieved when: No new positions or expansion of any part-time positions are approved and/or hired without approval of the Board, with the exceptions noted above. Evidence: 1. All positions are indicated in the adopted and proposed budgets and no unapproved positions have been created. Report: I report compliance. Policy 3.7: The Town Administrator shall have an Emergency Preparedness Process in place for coordination of all emergency management partners – Federal, State, and local governments, voluntary disaster relief organizations, and the private sector to meet basic human needs and restore essential government services following a disaster. 3.7.1: The Town Administrator shall be responsible for the assigned responsibilities identified in the Town of Estes Park Emergency Operations Plan. Status: Compliance Interpretation: I interpret this to mean that the Town has adopted and kept current an Emergency Operations Plan that covers multiple possible emergency situations and outlines the roles and responsibilities of Town staff during an emergency. These roles are consistent with the standards of the National Incident Management System (NIMS) process. I also interpret this to mean that key staff have had basic NIMS/Incident Command System (ICS) training. 9 9 Compliance with the policy will be achieved when:  The Town has an up-to-date Emergency Operations Plan.  Key staff have completed NIMS/ICS 100 training. Evidence: 1. The Town has an up-to-date Emergency Operations Plan 2. All key staff have completed NIMS/ICS 100 training Report: I report compliance. 3.7.2: The Town Administrator shall not fail to have a business continuity plan for the Town. Status: Compliance Interpretation: I interpret this to mean that the Town has adopted and kept current a Continuity of Operations Plan (COOP) for Town operations. Compliance with the policy will be achieved when: The Town has an up-to- date Continuity of Operations Plan (COOP). Evidence: 1. The Town has an up-to-date Continuity of Operations Plan Report: I report compliance. 3.7.3: In the event of an emergency, the Town Administrator shall not fail to take appropriate action immediately to ensure the safety of the public and public and private assets, including authorizing specific actions by Town staff and declaring an emergency on behalf of the Board of Town Trustees. Status: Compliance Interpretation: I interpret this to mean that in the event of an emergency I take appropriate steps to respond to the emergency including, but not limited to, actions outlined in the Town Emergency Operation Plan and Chapter 2.28 of the Municipal Code. Compliance with the policy will be achieved when: 1. During an emergency, I ensure that we follow the Emergency Operations Plan and standard NIMS procedures (as applicable) in implementing our response. 2. Response and recovery efforts are prudent and in compliance with state and federal requirements for aid and reimbursements (when applicable). 10 10 Evidence: 1. COVID-19 Response including declaration of emergency, emergency order, and implementation of NIMS structure to coordinate Town response. Report: I report compliance. 11 11       12 12 Town of Estes Park, Larimer County, Colorado, March 24, 2020 Minutes of a Regular meeting of the Board of Trustees of the Town of Estes Park, Larimer County, Colorado. Meeting held in the Town Hall in said Town of Estes Park on the 24th day of March, 2020. Present: Todd Jirsa, Mayor Trustees Carlie Bangs Eric Blackhurst Marie Cenac Patrick Martchink Ron Norris Ken Zornes Also Present: Travis Machalek, Town Administrator Dan Kramer, Town Attorney Jackie Williamson, Town Clerk Absent: None Mayor Jirsa called the meeting to order at 7:00 p.m. and all desiring to do so, recited the Pledge of Allegiance. AGENDA APPROVAL. It was moved and seconded (Zornes/Norris) to approve the Agenda, and it passed unanimously. PUBLIC COMMENTS. All public comment for the meeting was provided by email or transcribed voice message through the Town Clerk’s office and added to the final packet. TOWN BOARD COMMENTS Trustee Cenac stated the Town should consider delaying the discussion on raising utility rates during the current COVID-19 pandemic. Mayor Pro Tem Norris stated as of the meeting Colorado has 912 cases on COVID-19 with 43 occurring in Larimer County. He further stated no new cases in Estes Park have been identified. Trustee Blackhurst thanked the IT staff and the Town Clerk’s office for their efforts in establishing a virtual meeting process. TOWN ADMINISTRATOR REPORT. Town Administrator Machalek presented his policy governance report for policies 3.0, 3.1, 3.2, 3.4, 3.5, 3.6, 3.9, 3.10, and 3.11. He reported full compliance. 1. CONSENT AGENDA: 1. Bills. 2. Town Board Minutes dated March 10, 2020 and Town Board Study Session Minutes dated March 10, 2020. 3. Family Advisory Board Minutes dated February 13, 2020 (Acknowledgement Only). 4. Resolution 14-20 Approval of Bylaws for Estes Park Board of Adjustment. 5. Resolution 15-20 Approval of Bylaws for Estes Park Planning Commission.DRAFT13 13 Board of Trustees – March 24, 2020 – Page 2 6. Family Advisory Board Appointments of John Bryant, Reappointment, 3-year term expiring April 15, 2023 and Laurie Dale Marshall, Reappointment, 3-year term expiring April 15, 2023. 7. Transportation Advisory Board Appointments of Ann Finley, Reappointment, 3- year term expiring March 31, 2023, Belle Morris, Reappointment, 3-year term expiring March 31, 2023 and Lawrence Gamble, Appointment, 3-year term expiring March 31, 2023. 8. Purchase Order for Prospect Mountain Water Company Project engineering services, for $1,197,200, Budgeted. 9. Letter of Support for the FTA-CDOT Grant Application for Electric Trolley Facility and one Charging Station. 10. Resolution 16-20 – Electric Rate Public Hearing Reschedule to June 23, 2020. 11. Acceptance of Town Administrator Policy Governance Monitoring Report. It was moved and seconded (Norris/Cenac) to approve the Consent Agenda Items, and it passed unanimously. 2. ACTION ITEMS: 1. RESOLUTION 20-20 CONTINUING THE DECLARATION OF LOCAL EMERGENCY DUE TO THE COVID-19 PANDEMIC. It was moved and seconded (Norris/Zornes) to approve Resolution 20-20 Continuing the Declaration of Local Emergency due to the COVID-19 Pandemic, and it passed unanimously. 2. ORDINANCE 06-20 AMENDING THE ESTES VALLEY DEVELOPMENT CODE SECTION 3.1 REVIEW PROCEDURES. Attorney Kramer presented the ordinance which would suspend the Development Code deadlines for automatic approvals and denials of development applications during a declared emergency or disaster. It was moved and seconded (Marthink/Blackhurst) to approve Ordinance 06-20 Amending the Estes Valley Development Code Section 3.1 Review Procedures, and it passed unanimously. 3. PLANNING COMMISSION ITEMS: 1. ACTION ITEMS: A. ORDINANCE 05-20 ELKHORN LODGE PRELIMINARY PLANNED UNIT DEVELOPMENT (PUD), 600 ELKHORN AVENUE, ZAHOUREK CONSERVANCY, LLC, OWNER, EAST AVENUE DEVELOPMENT, LLC, A TEXAS LLC, C/O JUSTIN MABEY, APPLICANT. Trustee Blackhurst recused himself from the item. Staff recommended the item be postponed until a public hearing could be held. B. RESOLUTION 18-20 ELKHORN LODGE PRELIMINARY PLAT, 600 ELKHORN AVENUE, ZAHOUREK CONSERVANCY, LLC, OWNER, EAST AVENUE DEVELOPMENT, LLC, A TEXAS LLC, C/O JUSTIN MABEY, APPLICANT. Trustee Blackhurst recused himself from the item. Staff recommended the item be postponed until a public hearing could be held. It was moved and seconded (Norris/Bangs) to postpone Ordinance 05-20 and Resolution 18-20 and to hear the items once the emergency ordinance has been lifted, and it passed with Trustee Blackhurst abstaining. DRAFT14 14 Board of Trustees – March 24, 2020 – Page 3 ACTION ITEMS (Continued): 3. FEE WAIVER REQUEST, 1230 BIG THOMPSON AVENUE, REZONING APPLICATION FEE, ADESTES PROPERTIES, LLC. Director Hunt provided a review of the request by Adestes Properties, LLC (David & Alix LaSalle) to waive the rezoning fee for property rezoned in 1999 from C-O to A – Accommodations. The 60 year history provided by the applicants demonstrates the property has been used as a restaurant and a health club facility and never as an accommodations. It recently has been leased to Visit Estes Park, a local marketing district, as office space, which is not an allowed use in the A zoning district. The rezoning application would rezone the property from A – Accommodations to CO – Commercial Outlying to align with the past and current uses of the property. It was moved and seconded (Zornes/Norris) to approve a fee waiver the rezoning application fee for 1230 Big Thompson Avenue by Adestes Properties, LLC, and it passed unanimously. 4. RESOLUTION 19-20 SUPPLEMENTAL BUDGET APPROPRIATIONS. Director Hudson presented a budget amendment to re-appropriate the remaining balances of uncompleted 2019 purchase orders in 2020 to fund the completion of the acquisition of goods or service ordered and not completed in 2019. The projects rolled over include those in the General, Community Reinvestment, Larimer County Open Space, Trails, Parking Services, Street Improvement, Power and Communication, Water, Fleet and Vehicle Replacement funds. The Board discussed the need to support the community during the COVID-19 impacts and the “Stay At Home” order causing the shut down of a number of businesses within town. Town Administrator Machalek suggested the Board consider $250,000 from the Town’s reserves to fund food, shelter and business assistance for the Estes Park community. Staff would coordinate with local entities to determine the criteria and process for allocating the funds. After further discussion, it was moved and seconded (Cenac/Blackhurst) to approve Resolution 19-20, Option #2, and it passed unanimously. 5. CONTRACT FOR FALL RIVER TRAIL CONSTRUCTION WITH JAG'S ENTERPRISES, INC., FOR $1,846,258.50. Engineer Barr reviewed a contract with Jag’s Enterprises, Inc. to continue the Fall River trail from David Drive along Fall River onto Fish Hatchery Road to Rocky Mountain National Park (RMNP), an estimated 2.5 miles. A portion of the trail would cross the RMNP boundary to connect the Aspenglen Campground to the main trail and be supported with funds from the Rocky Mountain Conservancy. Jag’s Enterprises, Inc. from Greeley, CO was the sole bidder on the project at $1.85 million which was less than the $1.95 million engineer’s estimate for the project. The project would be funded with 1A Trail Expansion funds, Open Space funds and two grants, Land and Water Conservation fund of $400,000 and Recreational Trails Program of $250,000, and a local contribution from the Estes Valley Recreation and Parks District of $500,000. Staff recommends contracting with Jag’s Enterprises, Inc. for $2 million to include contingency funds for the project. Trustee Blackhurst stated support for the project which has be ongoing and has taken nine years to get to the current state. He stated the worthy project would complete a premier trail in the area and provide access to the RMNP. Discussion followed on the inclusion of emergency clauses related to the timing and completion of the project. Engineer Barr stated the contract contains controls, and further stated the awarded grants have time limits. The project estimates approximately four months for completion once the contractor breaks ground. The RMNP segment would be completed later in the fall. It was moved and seconded (Martchink/Blackhurst) to approve the construction contract with Jag’s Enterprises, Inc. and authorize Public Works staff to spend up to a total amount of $2 million if needed to address DRAFT15 15 Board of Trustees – March 24, 2020 – Page 4 unanticipated conditions encountered during construction, and it passed unanimously. 6. ESTES PARK PLANNING COMMISSION APPOINTMENTS. It was moved and seconded (Norris/Cenac) to approve the appointments to the Estes Park Planning Commission of Matthew Comstock for a six-year term expiring March 31, 2026, Joe Elkins and Matthew Heiser for four-year terms expiring March 31, 2024, Howard Hanson and Steve Murphree for two- year terms expiring March 31, 2022, and it passed unanimously. 7. ESTES PARK PLANNING COMMISSION APPOINTMENTS. It was moved and seconded (Norris/Zornes) to approve the appointments to the Estes Park Board of Adjustment Appointments of Jeff Moreau for a three- year term expiring March 31, 2023, Francis (Joe) Holtzman for a two-year term expiring March 31, 2022, and Guy Wayne Newsom for a one-year term expiring March 31, 2021, and it passed unanimously. Whereupon Mayor Jirsa adjourned the meeting at 8:14 p.m. Todd Jirsa, Mayor Jackie Williamson, Town Clerk DRAFT16 16 Town of Estes Park, Larimer County, Colorado, March 18, 2020 Minutes of a Special meeting of the Board of Trustees of the Town of Estes Park, Larimer County, Colorado. Meeting held in the Town Hall in said Town of Estes Park on the 18th day of March, 2020. Present: Todd Jirsa, Mayor Trustees Carlie Bangs Eric Blackhurst Marie Cenac Patrick Martchink Ron Norris Ken Zornes Also Present: Travis Machalek, Town Administrator Jason Damweber, Assistant Town Administrator Dan Kramer, Town Attorney Jackie Williamson, Town Clerk Absent: None. Called the meeting to order 5:30 p.m. AGENDA APPROVAL. It was moved and seconded (Cenac/Zornes) to approve the Agenda, and it passed unanimously. REPORT & DISCUSSION ITEM(S) (OUTSIDE ENTITIES) 1. UPDATE FROM LARIMER COUNTY DEPARTMENT OF HEALTH AND ENVIRONMENT. Tom Gonzales/Larimer County Public Health Director provided an update on the COVID-19 status, stating Larimer County has five cases. Testing continues to be an issue with 250 tests completed in a day and 5,000 back logged in the system to be processed with an average turnaround of seven days for results. A State of Emergency has been declared by Larimer County which closed restaurants, bars, gyms, etc.; however, dine out or take out can occur. Events of 50 or more people have been cancelled. High risk populations, including those 60 and older and those with health risks are encouraged to limit activities outside the home, only essential travel and maintain social distancing. All non-emergency operations are being cancelled. The County has also recommended limiting one member of the family to go to the grocery store, pharmacy, etc. He stated there are no confirmed cases in Estes Park at this time. Board discussion and questions were heard and summarized: Questioned if the County has discussed the closing of hotels and accommodations; should there be a limit on the number of people within a store; questioned if the Estes Park hospital is being monitored by the County; raised concern with the National Park system remaining open and inviting the public to the parks during the COVID event; questioned if it was time to be proactive rather than a reactive to the COVID event; how is the County addressing the unique needs of communities such as Estes Park; and questioned if the County had been in contact with the Estes Park Health Board of Directors to discuss level of services and needs. Mr. Gonzales responded to questions. He stated the County had not discussed the need to close accommodations or limit the number of individuals within stores. The County continues to monitor the local facilities and has discussed the need for overflow capacity to be planned for and identify the facilities that could be used. The local hospital has been contacted and has collaborated on messaging and protocols. The County continues to stress the need for self-isolation and shelter in place and as best they can be proactive with the guidance provided by the CDC and the State of Colorado. Mr. Gonzales stated he would like to continueDRAFT 17 17 Board of Trustees – March 18, 2020 – Page 2 discussions with Town leaders to better understand the unique challenges of the community. ACTION ITEMS: 1. POLICY 370 – COVID-19. Director Williamson reviewed the policy which outlines a new leave category COVID-19 Leave to address employees with influenza-like symptoms, employees placed on manditory quarantine by a medical professional or government mandate, and for employees suspected of being exposed and in consultation with their supervisor, director and human resources. The leave category would provide up to fifteen days/120 hours to paid leave. The policy also provides the Town Administrator with the ability to approve paid administrative leave for employees that may not have adequate paid leave to address a COVID situation. The policy further outlines the use of FMLA, the Town’s right to send employees home that display COVID-19 symptoms, and policies regarding the use of time for childcare leave during the current situation. It was moved and seconded (Norris/Zornes) to approve Policy 370, and it passed unanimously. 2. ORDINANCE 04-02 AMENDING ESTES PARK MUNICIPAL CODE TITLE 2 REGARDING EMERGENCIES. Attorney Kramer outlined the ordinance that would formalize the procedures during an emergency such as the current COVID- 19 emergency. This would delegate to the Town Administrator the ability to make an emergency declaration. It would provide him the ability to call a special meeting due to the need for immediate action. The ordinance also addresses the Board meeting virtually when a quorum of the Board would be unable to attend in person or due to a declared disaster or emergency. The public would be provided maximum notice of such a meeting and how to participate. The meeting guidelines outlined in the ordinance would not be sufficient to meet the requirements of a quasi-judicial item. A new section 2.28.030 Disaster and emergency declarations would be added to the Municipal Code to provide the Town Administrator with the authority to establish an emergency declaration for seven days. After the seventh day the Board would have to ratify the emergency order. The authority provides the Town Administrator the ability to react quickly to a situation, can free up funding sources both internal and external, set a plan in motion already established, provide the Administrator with the authority to set regulations, processes, rules, and orders to reasonably protect life and safety. Notice to the public would be completed by legal notice. Town Board could terminate any regulation and order put in place by the Town Administrator. Charley Dickey/Town citizen questioned the mind set of having a non-elected official making decisions for the Town. Attorney Kramer stated the Town Administrator has daily contact with the Town staff and the Town Board leading up to and during an emergency, therefore, closely involved in the day-to-day operations of the Town. Board discussion was summarized: The system contains a built-in check and balance process and provides the Board the ability to reverse the declaration. The emergency procedures provide a mechanism to allow the Town to respond quickly during an emergency. It was moved and seconded (Norris/Bangs) to approve Ordinance 04-20 with the correction to Section 1 to correct section 2.03.045 to read 2.04.045, and it passed unanimously. 2. REPORT AND DISCUSSION ITEMS: 1. PLANNING TRANSITION ORDINANCE DISCUSSION. Town Administrator Machalek stated the Board meeting on March 24, 2020 contains a quasi-judicial item on the agenda. Attorney Kramer has stated a public hearing on a quasi- judicial item cannot be held virtually. Staff requests direction from the Board on the postponement of paid parking for 2020 as it could negatively impact the DRAFT18 18 Board of Trustees – March 18, 2020 – Page 3 business community. He questioned whether a special meeting to discuss paid parking would be needed or would the Town Board be amenable to staff having the discussions and report back to the Board. Staff requested feedback from the Board on if the Town Board should meet publicly or virtually moving forward. Board comments were heard and summarized: All items which are not time sensitive should be deferred; if the quasi-judicial meeting item is time sensitive the items should be heard in the current meeting format; and the paid parking item would need further consideration to discuss the issue as considerable time and energy has been spent. After further discussion, the Board consensus was to meet publicly with proper social distancing at the Tuesday, March 24, 2020 Board meeting with the information the Board has as of today. The Board consensus was to allow staff to work on the consideration of the postponement of paid parking at the staff level. Trustee Martchink encouraged the Town Board to take a position to expect change to come, and he encouraged staff to reach out to the Estes Park Health for a position statement to guide the Town on decision making moving forward. He stated the Town has the opportunity to be proactive and do what is best for the Town citizens. Trustee Bangs commented the Town Board needs to support the non-profits which are essential in supporting the community during the pandemic. She reiterated that travel in and out of the community is not recommended at this time. She thanked all the businesses that have shut down voluntarily and stated regardless of what has been recommended by the County, the Town can always do more as the Board sees the need. Whereupon Mayor Jirsa adjourned the meeting at 6:47 p.m. Todd Jirsa, Mayor Jackie Williamson, Town Clerk DRAFT19 19       20 20 UTILITIES Memo To: Honorable Mayor Jirsa Board of Trustees Through: Town Administrator Machalek From: Director Bergsten, Superintendent Eshelman Attorney Kramer Date: April 14, 2020 RE: Resolution 21-20 Approving Mutual Aid Agreement with the Colorado Water/Wastewater Agency Response Network (Mark all that apply) PUBLIC HEARING ORDINANCE LAND USE CONTRACT/AGREEMENT RESOLUTION OTHER______________ QUASI-JUDICIAL YES NO Objective: Provide reliable water service under emergency conditions. Present Situation: This mutual aid and assistance network provides water utilities with the means to quickly obtain help in the form of personnel, equipment, materials and associated services from other utilities to restore critical operations impacted during any type of emergency. Becoming a member of a mutual aid and assistance network before assistance is required can make all the difference when we need help. The Water/Wastewater Agency Response Network is a nationally recognized program. Each state administers a separate network. The agreement must be approved by the Town Board for the Town to participate in the Colorado Water/Wastewater Agency Response Network (CoWARN) Proposal: The staff proposes approval of the agreement by resolution. Advantages:  Mutual Aid agreements establish a common understanding between agencies  We can give help to other water systems and we can help during emergencies Disadvantages: 21 21 None Action Recommended: Staff recommends approving the Agreement by Resolution. Finance/Resource Impact: None Level of Public Interest Low Sample Motion: This will be on the consent agenda. Should it be removed the following sample motion could be used. I move to approve/deny the Resolution. Attachments: Resolution 21-20 Colorado’s Water/Wastewater Agency Response Network Mutual Aid and Assistance Agreement - Link 22 22 RESOLUTION 21-20 A RESOLUTION APPROVING AN INTERGOVERNMENTAL AGREEMENT WITH COLORADO’S WATER/WASTEWATER AGENCY RESPONSE NETWORK (CoWARN) FOR MUTUAL AID AND ASSISTANCE WHEREAS, the Town Board desires to enter the intergovernmental agreement referenced in the title of this resolution for the purpose of mutual aid and assistance. NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF TRUSTEES OF THE TOWN OF ESTES PARK, COLORADO: The Board approves, and authorizes the Mayor to sign, the intergovernmental agreement referenced in the title of this resolution in substantially the form now before the Board. DATED this day of , 2020. TOWN OF ESTES PARK Mayor ATTEST: Town Clerk APPROVED AS TO FORM: Town Attorney 23 23 24 25 26 27 28 970-577-3630 970-412-2533 20 Town of Estes Park, Water Division April14th 29 TOWN OF ESTES PARK Mayor Date ATTEST: Town Clerk APPROVED AS TO FORM: Town Attorney 30 PUBLIC WORKS Memo To: Honorable Mayor Jirsa Board of Trustees Through: Town Administrator Machalek From: Ryan Barr, EI, Pavement Manager Gregory Muhonen, PE, Public Works Director Date: April 14, 2020 RE: Fall River Trail Construction Oversight Contract with Cornerstone Engineering & Surveying, Inc. (Mark all that apply) PUBLIC HEARING ORDINANCE LAND USE CONTRACT/AGREEMENT RESOLUTION OTHER______________ QUASI-JUDICIAL YES NO Objective: Public Works seeks approval from the Town Board for the construction oversight contract with Cornerstone Engineering & Surveying, Inc. for the western-most segment of the Fall River Trail project. Present Situation: Public Works staff is planning construction to start on the Fall River Trail this spring, 2020. Construction oversight is needed to ensure proper management of this grant- funded project including daily inspection, materials testing, permitting, grant compliance for Buy America, documentation and close out tasks, traffic control inspection, and managing field changes per Requests for Information and Submittals. The Construction Oversight Consultant will assist the Town Project Manager in managing the project’s scope, schedule and budget. The Town Board approved the Fall River Trail construction contract with Jag’s Enterprises, Inc. at the Town Board meeting on 3-24-2020. Based on current staff availability, Public Works is seeking services from an engineering consultant to assist with construction oversight activities, to ensure a successful construction project and grant compliance. A request for proposals for construction oversight services was advertised on March 6, 2020. Three proposals were received on March 23, 2020 from the following firms: Cornerstone Engineering & Surveying (Estes Park), Coffey Engineering & Surveying (Loveland), and Artaic Group (Denver). The proposal evaluation committee found Cornerstone Engineering & Surveying to be the most qualified proposing firm. 25 31 Cornerstone Engineering & Surveying has relevant experience managing construction projects, and assisting with grant documentation and closeout for projects similar in size and scope. A number of these similar projects have been for the Town. Proposal: Public Works proposes approval of the professional services contract with Cornerstone Engineering & Surveying, Inc. for Construction Oversight services on the Fall River Trail (RTP, LWCF, Harmony, RMNP) project. Advantages: Contracting with an experienced construction oversight consultant will ensure the project is properly managed for successful completion. The construction oversight consultant will provide consistent and continuous onsite monitoring working closely with the construction contractor and the Town Project Manage to ensure timely response to field changes. This allows Public Works staff to continue essential work for the Department and Town Disadvantages: There is a financial cost to contracting for these services; however, it is funds well spent to ensure the project is successful. Grant documentation in construction projects can be time-consuming and arduous; however, having a dedicated person to assist with documentation can ensure compliance. Town funds could be used for other projects; however, this is a priority project. Action Recommended: Staff recommends approving the attached professional services contract with Cornerstone Engineering & Surveying, Inc. in the amount of $124,770.00. Finance/Resource Impact: These construction oversight services will be funded from the 1A Trails Expansion Fund and the Open Space Fund. Level of Public Interest Low. Sample Motion: I move for approval/denial of the professional services contract with Cornerstone Engineering & Surveying, Inc. Attachments: Professional Services Contract - Link 26 32 RESOLUTION 17-20 SETTING THE PUBLIC HEARING FOR A NEW HOTEL & RESTAURANT LIQUOR LICENSE APPLICATION FOR SUNNY ACRE CORPORATION DBA THE EGG OF ESTES BE IT RESOLVED BY THE BOARD OF TRUSTEES OF THE TOWN OF ESTES PARK, COLORADO: That the filing date of the application for a New Hotel & Restaurant Liquor License, filed by Sunny Acre Corporation dba The Egg of Estes, 393 East Elkhorn Avenue, Estes Park, Colorado, is March 13, 2020. It is hereby ordered that a public hearing on said application shall be held in the Board Room of the Municipal Building, 170 MacGregor Avenue, on Tuesday, May 12, 2020, at 7:00 P.M., and that the neighborhood boundaries for the purpose of said application and hearing shall be the area included within a radius of 3.81 miles, as measured from the center of the applicant's property. DATED this day of , 2020. TOWN OF ESTES PARK Mayor ATTEST: Town Clerk APPROVED AS TO FORM: Town Attorney 27 33 TOWN OF ESTES PARK, COLORADO PROFESSIONAL SERVICES CONTRACT Construction Oversight services for the Fall River Trail (RTP, LWCF, Harmony, RMNP) project, as outlined in the Consultant’s Proposal (attached). The parties, the Town of Estes Park, Colorado (Town), a municipal corporation, and Cornerstone Engineering & Surveying, Inc. (Consultant), a Colorado corporation, whose address is 1692 Big Thompson Avenue, Suite 200, Estes Park, CO 80517, make this Contract this __________ day of ____________________, 2020, at the Town of Estes Park, Colorado, considering the following facts and circumstances: 1 RECITALS: 1.1 Town desires to use the services of Consultant outlined in Consultant's Proposal; and; 1.2 Consultant has agreed to provide the Services outlined in its Proposal, on the terms and conditions stated in this Contract; 2 CONTRACT: This Agreement is a Contract, representing the entire and integrated agreement between the parties and supersedes any prior negotiations, written or oral representations and agreements. The Agreement incorporates the following Contract Documents. In resolving inconsistencies between two or more of the Contract Documents, they shall take precedence in the order enumerated, with the first listed Contract Document having highest precedence. The Contract Documents, except for amendments executed after execution of this Contract, are: 2.1 Change Orders; 2.2 Notice to Proceed; 2.3 This Contract; 2.4 The following Addenda, if any: Number Date Pages Addendum 1 March 13, 2020 3 Addendum 2 March 18, 2020 2 2.5 The following Special Conditions of the Contract, if any: Document Title Pages 34 TOWN OF ESTES PARK, COLORADO PROFESSIONAL SERVICES CONTRACT Page 2 of 14 No Special Conditions, 2.6 Notice of Award; 2.7 Request for Proposals, containing 262 pages, dated March 6, 2020; 2.8 Consultant's Proposal, containing 42 pages, dated March 23, 2020; 2.9 Insurance Certificates; 2.10 Consultant’s Fee Proposal, containing 1 page. 3 SCOPE OF SERVICES: Consultant shall provide and furnish at its own cost and expense all materials, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to provide its Services in strict accordance with the conditions and prices stated in the Contract Documents. 4 BEGINNING WORK AND COMPLETION SCHEDULE: The Consultant shall begin services under this Contract upon receiving Town’s notice to proceed. Consultant shall timely perform its Services, according to the Performance Schedule attached to and incorporated into this Contract or as otherwise directed by Town. 5 PRICE: The Town will pay Consultant for the performance of this Contract, not to exceed $124,770.00, as the Price for the total Services performed as stipulated in Consultant's Proposal. This Contract does not create a multiple fiscal year direct or indirect debt or other financial obligation. Each request for service shall incur a concurrent debt for that request only. All financial obligations of the Town under this Contract are contingent upon appropriation, budgeting, and availability of specific funds to discharge such obligations. 6 TIME OF PAYMENTS TO CONSULTANT: The Consultant shall bill its charges to the Town periodically, but no more frequently than once a month. Each bill shall contain a statement of the time the primary employees spent on the Project since the previous bill, a brief description of the Services provided by each such employee, and an itemization of direct expenses. The Town will pay each such bill which it finds to be in accordance with this Contract within forty-five days of its receipt. If Town questions any part of a bill, finds any part of a bill does not conform to this Contract, or claims the right to withhold payment of any part of a bill, it will promptly notify Consultant of the question, nonconformity or reasons for withholding. 7 QUALIFICATIONS ON OBLIGATIONS TO PAY: No partial payment shall be final acceptance or approval of that part of the Services paid for, or shall relieve Consultant of any of its obligations under this Contract. Notwithstanding any other terms of this Contract, Town may withhold any payment (whether a progress payment or final payment) to Consultant under the following conditions: 7.1 Consultant fails to promptly pay all bills for labor, material, or services of consultants furnished or performed by others to perform Services. 35 TOWN OF ESTES PARK, COLORADO PROFESSIONAL SERVICES CONTRACT Page 3 of 14 7.2 Consultant is in default of any of its obligations under this Contract or any of the Contract Documents. 7.3 Any part of such payment is attributable to Services not conforming to this Contract. (Town will pay for any part attributable to conforming Services). 7.4 Town, in its good faith judgment, determines that the compensation remaining unpaid will not be sufficient to complete the Services according to this Contract. 8 CONSULTANT'S DUTIES: 8.1 Town enters into this Contract relying on Consultant’s special and unique abilities to perform the Services. Consultant accepts the relationship of trust and confidence established between it and the Town by this Contract. Consultant will use its best efforts, skill, judgment, and abilities. Consultant will further the interests of Town according to Town’s requirements and procedures, according to high professional standards. 8.2 Consultant has and will undertake no obligations, commitments, or impediments of any kind that will limit or prevent its performance of the Services, loyally, according to the Town's best interests. In case of any conflict between interests of Town and any other entity, Consultant shall fully and immediately disclose the issue to Town and, without Town's express approval, shall take no action contrary to Town's interests. 8.3 Consultant’s Services under this Contract shall be of at least the standard and quality prevailing among recognized professionals of expert knowledge and skill engaged in the Consultant's same profession under the same or similar circumstances. 8.4 Consultant's work, including drawings and other tangible work products provided to Town, will be accurate and free from any material errors, and will conform to the requirements of this Contract. Town approval of defective drawings or other work shall not diminish or release Consultant's duties, since Town ultimately relies upon Consultant's skill and knowledge. 8.5 The Contract Documents determine whether the Consultant's Scope of Services includes detailed independent verification of data prepared or supplied by Town. Consultant will, nevertheless, call to Town's attention anything in any drawings, plans, sketches, instructions, information, requirements, procedures, or other data supplied to Consultant (by the Town or any other party) that Consultant knows, or reasonably should know, is unsuitable, improper, or inaccurate for Consultant's purposes. 8.6 Consultant shall attend such meetings on the work stated in this Contract, as Town requires. Town will give reasonable notice of any such meetings, so Consultant may attend. Town will pay for any meeting time exceeding Consultant’s total estimate of included hours, according to Consultant’s fee schedule attached to Consultant’s proposal. 36 TOWN OF ESTES PARK, COLORADO PROFESSIONAL SERVICES CONTRACT Page 4 of 14 8.7 As applicable state and federal laws may require, Consultant will assign only persons duly licensed and registered to do work under this Contract. 8.8 Consultant shall furnish efficient business administration and superintendence and perform the Services in the most efficient and economical manner consistent with the best interests of Town. 8.9 Consultant shall keep its books and records for Services and any reimbursable expenses according to recognized accounting principles and practices, consistently applied. Consultant shall make them available for the Town's inspection at all reasonable times. Consultant shall keep such books and records for at least three (3) years after completion of the Services. 9 TOWN'S DUTIES: 9.1 Town will provide full information to the Consultant on the Town's requirements in a timely manner. 9.2 Town will assist the Consultant by providing such pertinent information available to Town, including maps, studies, reports, tests, surveys and other data, as Consultant specifically requests. 9.3 Town will examine all tests, reports, drawings, specifications, maps, plans and other documents presented by the Consultant to Town for decisions. Town will obtain the advice of other consultants, as the Town thinks appropriate. Town will give decisions to the Consultant in writing within a reasonable time. 9.4 Town will appoint a person to act as Town's representative on this Agreement. This person will have authority to issue instruction, receive information, interpret and define the Town's policies and decisions on the Consultant’s Services. 9.5 Town will give prompt written notice to the Consultant when the Town notices any development that affects the scope or timing of the Services. 10 USE OF FINAL PRODUCT: Consultant may have limited involvement after the completion of this Agreement and lacks control of the future use of Consultant's work. Except for deficiencies in Consultant’s performance under this Agreement, future use and interpretation of Consultant’s work is at the risk of Town or other users. 10.1 The Consultant will keep record copies of all work product items delivered to the Town. 11 OWNERSHIP OF DOCUMENTS AND OTHER MATERIALS: All drawings, specifications, computations, sketches, test data, survey results, renderings, models, and other materials peculiar to the Services of Consultant or Consultant’s subconsultants under this Contract are property of Town, for its exclusive use and re-use at any time without further compensation and without any restrictions. Consultant shall treat all such material 37 TOWN OF ESTES PARK, COLORADO PROFESSIONAL SERVICES CONTRACT Page 5 of 14 and information as confidential, and Consultant shall neither use any such material or information or copies on other work nor disclose such material or information to any other party without Town's prior written approval. Upon completion of Services, or at such other time as the Town requires, Consultant shall deliver to the Town a complete, reproducible set of all such materials. For copyright ownership under the Federal Copyright Act, Consultant conveys to Town and waives all rights, title and interest to all such materials in written, electronic or other form, prepared under this Contract. Town shall have worldwide reprint and reproduction rights in all forms and in all media, free of any claims by the Consultant or its subconsultants and subcontractors. The Town's rights, granted above, in drawing details, designs and specifications that are Consultant's standard documents for similar projects, and in Consultant’s databases, computer software and other intellectual property developed, used or modified in performing Services under this Contract are not exclusive, but joint rights, freely exercisable by either the Town or the Consultant. All design documents, including drawings, specifications, and computer software prepared by Consultant according to this Contract comprise Consultant's design for a specific Project. Neither party intends or represents them as suitable for reuse, by Town or others, as designs for extension of that same Project or for any other project. Any such reuse without prior written verification or adaptation by Consultant for the specific purpose intended will be at user's sole risk and without liability or legal exposure to Consultant. Except as required for performance under this Contract, Consultant's verification or adaptation of design documents will entitle Consultant to additional compensation at such rates as the Consultant may agree. 12 CHANGE ORDERS: Town reserves the right to order work changes in the nature of additions, deletions, or modifications, without invalidating this agreement, and agrees to make corresponding adjustments in the contract price and time for completion. All changes will be authorized by a written change order signed by Town. Work shall be changed, and the contract price and completion time shall be modified only as set out in the written change order. Town shall issue no Change Order or other form of order or directive requiring additional compensable work that will cause the Price to exceed the amount approved. 13 SERVICE OF NOTICES: The parties may give each other required notices in person or by first class mail or by email to their authorized representatives (or their successors) at the addresses listed below: TOWN OF ESTES PARK: Ryan Barr, EI, Project Manager Public Works Department Town of Estes Park PO Box 1200 Estes Park, CO 80517 CONSULTANT: Michael Todd, PE, Principal Cornerstone Engineering & Surveying, Inc. 1692 Big Thompson Avenue, Suite 200 Estes Park, CO 80517 14 COMPLIANCE WITH LAW: Consultant will perform this Contract in strict compliance with applicable federal, state, and municipal laws, rules, statutes, charter provisions, ordinances, and regulations (including sections of the Occupational Safety and Health Administration [OSHA] regulations, latest revised edition, providing for job safety and 38 TOWN OF ESTES PARK, COLORADO PROFESSIONAL SERVICES CONTRACT Page 6 of 14 health protection for workers) and all orders and decrees of bodies or tribunals applicable to work under this Contract. In particular, Consultant shall strictly comply with all applicable federal, state, and local orders regarding COVID-19. Consultant shall protect and indemnify Town against any claim or liability arising from or based on the violations of any such law, ordinance, regulation, order, or decrees by itself or by its subcontractors, agents, or employees. Town assumes no duty to insure that Consultant follows the safety regulations issued by OSHA. 15 PERMITS AND LICENSES: The Consultant shall secure all permits and licenses, pay all charges, files, and taxes and give all notices necessary and incidental to the lawful prosecution of its Services. Anyone conducting business in the Town of Estes Park is required a business license which can be obtained from the Town Clerk’s Office. 16 PATENTED DEVICES, MATERIALS AND PROCESSES: The Consultant shall hold and save harmless the Town from all claims for infringement, by reason of fee use of any patented design, device, material, process, or trademark or copyright and shall indemnify the Town for any costs, expenses, and damages, including court costs and attorney fees, incurred by reason of actual or alleged infringement during the prosecution or after completion of Services. 17 INSURANCE: Consultant shall, at its own costs, secure and continuously maintain through the term of this Contract the minimum insurance coverages listed below, with forms and insurers acceptable to Town. In addition, Consultant shall maintain such coverages for the insurance listed in Paragraphs 17.1, 17.3 and 17.4 for two additional years. For any claims- made policy, Consultant shall include the necessary retroactive dates and extended reporting periods to maintain continuous coverage. 17.1 Professional Liability/Errors and Omissions for at least $1,000,000. 17.2 Workers' Compensation according to the Workers' Compensation Act of the State of Colorado and Employer's Liability with limits of at least $500,000. 17.3 General liability, including contractual liability, of at least $1,000,000 per each occurrence plus an additional amount adequate to pay related attorney's fees and defense cost. Coverage shall include bodily injury, property damage, personal injury, and contractual liability. 17.4 Comprehensive Automobile Liability with minimum limits for bodily injury and property damage coverage of at least $1,000,000 per each occurrence plus an additional amount adequate to pay related attorneys' fees and defense costs, for each of Consultant's owned, hired or non-owned vehicles assigned to or used in performance of this Contract. 17.5 Valuable Papers insurance in an amount adequate to assure the restoration of any plans, drawings, field notes, or other similar data related to the services covered by this Contract in case of their loss or destruction. 39 TOWN OF ESTES PARK, COLORADO PROFESSIONAL SERVICES CONTRACT Page 7 of 14 17.6 The required general liability and comprehensive automobile liability policies shall contain endorsements to include Town and its officers and employees as additional insureds. The required professional liability and workers’ compensation policies or coverages shall not contain endorsements including the Town, its officers or employees as additional insureds. Every policy required above shall be primary insurance. Any insurance or self-insurance benefits carried by Town, its officers, or its employees, shall be in excess and not contributory to that provided by Consultant. 17.7 Consultant shall, upon request, provide Town a certified copy of each required policy. 17.8 As evidence of the insurance coverages required by this Contract, before beginning work under this Contract, Consultant shall furnish certificates of insurance certifying that at least the minimum coverages required here are in effect and specifying the liability coverages (except for professional liability) are written on an occurrence form to: Town of Estes Park 170 MacGregor Avenue PO Box 1200 Estes Park, CO 80517 Attention: Engineering Division, Public Works Department With the exception of professional liability and workers’ compensation, policy or policies providing insurance as required will defend and include the Town, its Board, officers, agents and employees as additional insureds on a primary basis for work performed under or incidental to this Contract. Required insurance policies shall be with companies qualified to do business in Colorado with a general policyholder’s financial rating acceptable to the Town. The policies shall not be cancelable or subject to reduction in coverage limits or other modification except after thirty days prior written notice to the Town. General liability and automobile policies shall be for the mutual and joint benefit and protection of the Consultant and the Town. These policies shall provide that the Town, although named as an additional insured, shall nevertheless be entitled to recover under said policies for any loss occasioned to it, its officers, employees, and agents by reason of acts or omissions of the Consultant, its officers, employees, agents, sub-consultants, or business invitees. They shall be written as primary policies not contributing to and not in excess of coverage the Town may carry. 17.9 If Consultant is self-insured under the laws of the State of Colorado, Consultant shall provide appropriate declarations and evidence of coverage. 17.10 Consultant shall not cancel, change, or fail to renew required insurance coverages. Consultant shall notify Town's designated person responsible for risk management of any reduction or exhaustion of aggregate limits, which Town may deem to be a breach of this Contract. 17.11 The Town relies on, and does not waive or intend to waive, by any provision of this Contract, the monetary limitations or any other rights, immunities, and protections 40 TOWN OF ESTES PARK, COLORADO PROFESSIONAL SERVICES CONTRACT Page 8 of 14 provided by the Colorado Governmental Immunity Act, § 24-10-101 et seq., C.R.S., as from time to time amended, or otherwise available to the parties, their officers, or their employees. 17.12 If any insurance required here is to be issued or renewed on a claims-made form as opposed to the occurrence form, the retroactive date for coverage will be no later than the commencement date of the project and will state that in the event of cancellation or nonrenewal, the discovery period for insurance claims (tail coverage) will be at least 72 months. 17.13 Consultant shall not cancel, non-renew or cause insurance to be materially changed or replaced by another policy without prior approval by Town. 18 INDEMNIFICATION: 18.1 Consultant and its agents, principals, officers, partners, employees, and subcontractors ("Indemnitors") shall and do agree to indemnify, protect, and hold harmless the Town, its officers, employees, and agents ("Indemnitees") from all claims, damages, losses, liens, causes of actions, suits, judgments, and expenses (including attorneys’ fees), of any nature, kind, or description ("Liabilities") by any third party arising out of, caused by, or resulting from any Services under this Contract if such Liabilities are: (1) attributable to bodily injury, personal injury, sickness, disease, or death of any person, or to the injury or destruction of any tangible property (including resulting loss of use or consequential damages) and (2) caused, in whole or in part, by any error, omission or negligent act of the Consultant, anyone directly or indirectly employed by it, or anyone for whose acts Consultant may be liable. 18.2 If more than one Indemnitor is liable for any error, omission or negligent act covered by this Agreement, each such Indemnitor shall be jointly and severally liable to the Indemnitees for indemnification and the Indemnitors may settle ultimate responsibility among themselves for the loss and expense of any such indemnification by separate proceedings and without jeopardy to any Indemnitee. This Agreement shall not eliminate or reduce any other right to indemnification or other remedy the Town, or any of the Indemnitees may have by law. 18.3 As part of this indemnity obligation, the Consultant shall compensate the Town for any time the Town Attorney's Office and other counsel to the Town reasonably spend on such claims or actions at the rates generally prevailing among private practitioners in the Town of Estes Park for similar services. This obligation to indemnify the Town shall survive the termination or expiration of this Agreement. 19 INDEPENDENT CONTRACTOR: Consultant shall perform all Services under this Agreement as an independent contractor, and not as an agent or employee of Town. No employee or official of Town shall supervise Consultant. Consultant shall exercise no supervision over any employee or official of Town. Consultant shall not represent that it is an employee or agent of the Town in any capacity. Consultant’s officers, employees and agents are not entitled to Workers' Compensation benefits and is obligated to pay 41 TOWN OF ESTES PARK, COLORADO PROFESSIONAL SERVICES CONTRACT Page 9 of 14 federal and state income tax on money earned under this Agreement. Except as this Agreement expressly states, Consultant shall, at its sole expense, supply all buildings, equipment and materials, machinery, tools, superintendence, personnel, insurance and other accessories and Services necessary. This Agreement is not exclusive; subject the terms of this Agreement, Town and Consultant may each contract with other parties. 20 PROVISIONS CONSTRUED AS TO FAIR MEANING: Any tribunal enforcing this Agreement shall construe its terms as to their fair meaning, and not for or against any party based upon any attribution to either party. 21 HEADINGS FOR CONVENIENCE: All headings, captions and titles are for convenience and reference only and of no meaning in the interpretation or effect of this Contract. 22 NO THIRD-PARTY BENEFICIARIES: The parties intend no third-party beneficiaries under this Contract. Any person besides Town or Consultant receiving services or benefits under this Agreement is an incidental beneficiary only. 23 TOWN’S RIGHT TO BAR PERSONNEL FROM WORK SITE: For conduct the Town (in its sole discretion) decides may violate applicable laws, ordinances rules or regulations, or may expose Town to liability or loss, Town may bar any person (including Consultant's and subconsultants’ and subcontractors’ employees) from the Town's work sites. Such a bar shall not require any employee's discharge from employment, but shall merely prohibit the employee's presence at Town’s work sites. Such a bar shall not warrant an increase in contract time or Price. 24 WAIVER: No waiver of any breach or default under this Agreement shall waive any other or later breach or default. 25 TERM: This Contract shall commence on its effective date, and shall continue through December 31, 2020 with the option of contract extensions, which must be authorized by the Town. 26 TERMINATION: 26.1 In addition to any other available remedies, either party may terminate this Contract if the other party fails to cure a specified default within seven (7) days of receiving written notice of the default. The notice shall specify each such material breach, in reasonable detail. 26.2 Town may, at any time, terminate performance of the work, in whole or in part, for its own convenience. The Town may effect such termination by giving Consultant written Notice of Termination specifying the extent and effective date of termination. In case of termination, for convenience, Town shall pay Consultant for work satisfactorily completed, to the date of termination. The Town shall determine the portion of work completed. 26.3 If either party so terminates, the Consultant shall promptly deliver to the Town all drawings, computer programs, computer input and output, analysis, plans, 42 TOWN OF ESTES PARK, COLORADO PROFESSIONAL SERVICES CONTRACT Page 10 of 14 photographic images, tests, maps, surveys and writer’s materials of any kind generated in the performance of its Services under this Contract up to and including the date of termination. 27 SUSPENSION: Without terminating or breaching this Contract, the Town may, at its pleasure, suspend fee services of the Consultant hereunder. Town may effect suspension by giving the Consultant written notice one (1) day in advance of the suspension date. Upon receipt of such notices the Consultant shall cease their work as efficiently as possible, to keep total charges to a minimum. The Town must specifically authorize any work performed during suspension. Since suspension and subsequent reactivation may inconvenience the Consultant, Town will endeavor to provide advance notice and minimize its use. After a suspension has been in effect for thirty days, the Consultant may terminate this Contract at will. 28 ASSIGNMENT AND DELEGATION: Except as stated, neither party may assign its rights or delegate its duties under this Contract without the express written approval of the other. 29 SUBCONTRACTING: Except subconsultant clearly identified and accepted in the Contractor's Proposal, Consultant may employ subconsultants to perform the Services only with Town's express prior written approval. Consultant is solely responsible for any compensation, insurance, and all clerical detail involved in employment of subconsultants. 30 GOVERNING LAW AND VENUE: The laws of the State of Colorado shall govern enforcement and interpretation of this Contract. Venue and jurisdiction for any court action filed regarding this agreement shall be only in Larimer County, Colorado. 31 AUTHORITY: This instrument forms a contract only when executed in writing by duly authorized representatives of Town and Consultant. By their signatures on this document, the signatories represent that they have actual authority to enter this Contract for the respective parties. 32 INTEGRATION: There are no other agreements on the same subject than expressly stated or incorporated in this Contract. 33 UNLAWFUL EMPLOYEES, CONTRACTORS AND SUBCONTRACTORS: Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Contract. Contractor shall not knowingly contract with a subcontractor that (a) knowingly employs or contracts with an illegal alien to perform work under this Contract or (b) fails to certify to the Contractor that the subcontractor will not knowingly employ or contract with an illegal alien to perform work under this Contract. 34 VERIFICATION REGARDING ILLEGAL ALIENS: Contractor has confirmed the employment eligibility of all employees newly hired for employment to perform work under this Contract through participation in either the E-verify program administered jointly by the United States Department of Homeland Security and the Social Security Administration or the employment verification program of the Colorado Department of Labor & Employment. 35 LIMITATION REGARDING E-VERIFY PROGRAM: Contractor shall not use either E- verify or Colorado Department of Labor & Employment program procedures to undertake 43 TOWN OF ESTES PARK, COLORADO PROFESSIONAL SERVICES CONTRACT Page 11 of 14 pre-employment screening of job applicants while performing this Contract. 36 DUTY TO TERMINATE A SUBCONTRACT; EXCEPTIONS: If Contractor obtains actual knowledge that a subcontractor performing work under this Contract knowingly employs or contracts with an illegal alien, the Contractor shall, unless the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien: (a) notify the subcontractor and the Town within three (3) days that the Contractor has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and (b) terminate the subcontract with the subcontractor if, within three days of receiving notice that the Contractor has actual knowledge that the subcontractor is employing or contracting with an illegal alien, the subcontractor does not stop employing or contracting with the illegal alien. 37 DUTY TO COMPLY WITH STATE INVESTIGATION: Contractor shall comply with any reasonable request of the Colorado Department of Labor and Employment made in the course of an investigation pursuant to C.R.S. 8-17.5-102 (5). 38 DAMAGES FOR BREACH OF CONTRACT: In addition to any other legal or equitable remedy the Town may be entitled to for a breach of this Contract, if the Town terminates this Contract, in whole or in part, due to Contractor’s breach of any provision of this Contract, Contractor shall be liable for actual and consequential damages to the Town. Signature pages follow. 44 TOWN OF ESTES PARK, COLORADO PROFESSIONAL SERVICES CONTRACT Page 12 of 14 CONSULTANT Date Title: _______________________________ ACKNOWLEDGMENT STATE OF ) ) ss COUNTY OF ) The foregoing instrument was acknowledged before me this __________ day of ____________________, 2020, by ______________________________, as _____________________________ of ______________________________, Consultant. (If by natural person or persons, insert name or names; if by person acting in representative or official capacity or as attorney-in-fact, insert name of person as an executor, attorney-in-fact, or other capacity or description; if by officer of corporation, insert name of such officer or officers as the President or other officers of such corporation, naming it.) Witness my hand and official seal. My Commission Expires . Notary Public 45 TOWN OF ESTES PARK, COLORADO PROFESSIONAL SERVICES CONTRACT Page 13 of 14 TOWN OF ESTES PARK: Date Title: _______________________________ State of ) ) ss: County of ) The foregoing instrument was acknowledged before me by [Type name of Town Representative, then press f11 to proceed],as [Type title of Town Representative, then press f11 to proceed] of the Town of Estes Park, a Colorado municipal corporation, on behalf of the corporation, this day of , 2020. Witness my hand and official Seal. My Commission expires . Notary Public APPROVED AS TO FORM: 46 Incorporated in the Contract: Request for Proposal Addendum 1 Addendum 2 Consultant’s Proposal Consultant’s Fee Proposal 47 1 REQUEST FOR PROPOSALS CONSTRUCTION OVERSIGHT Fall River Trail (LWCF, RTP, Harmony, RMNP) Public Works Department Release Date March 6, 2020 Proposal Due Date: March 23, 2020 48 2 Contents 1.0 ADMINISTRATIVE INFORMATION AND INSTRUCTIONS ....................................... 3 2.0 PROPOSED SCHEDULE ................................................................................................... 5 3.0 FEES, PAYMENT, AND CONTRACT .............................................................................. 6 4.0 INFORMATION REQUIRED FROM CONSULTANT .................................................... 7 5.0 EVALUATION AND SELECTION INFORMATION ...................................................... 7 6.0 SCOPE OF SERVICES ....................................................................................................... 8 EXHIBIT 1.................................................................................................................................... 11 EXHIBIT 2.................................................................................................................................... 12 EXHIBIT 3.................................................................................................................................... 13 ATTACHMENTS 01-Town of Estes Park Professional Services Contract Template 02-Fall River Trail – Bid Documents 03-Fall River Trail – Plan Set 04-Fall River Trail – Combined Addenda from Construction Bid 49 3 1.0 ADMINISTRATIVE INFORMATION AND INSTRUCTIONS 1.1 GENERAL: The Town of Estes Park (Town) is seeking a consultant with specific expertise in construction oversight services to manage construction of a segment of the Fall River Trail project. 1.2 PROJECT DESCRIPTION: The Fall River Trail Project will include trail construction along Fish Hatchery Road and Town-owned land not adjacent to Fish Hatchery Road and also within Rocky Mountain National Park (RMNP) from the park boundary into Aspenglen Campground. This trail segment, about 1.1 miles, includes two (2) pedestrian bridges over Fall River, three (3) retaining walls near the Historic Fall River Hydroplant, careful removal of penstock for display, and utility relocations. This is planned as a 10 feet wide, colored concrete multimodal trail that complies with the Americans with Disabilities Act (ADA). There are four (4) funding sources to support this trail segment: 1) Colorado Parks and Wildlife (CPW) Land and Water Conservation Fund (LWCF) referred to as Segment 3 in the plans; 2) CPW Recreational Trails Program (RTP) referred to as Segment 2A in the plans; 3) Harmony Foundation referred to in the plans as Harmony; and 4) Rocky Mountain National Park referred to in the plans as RMNP or ROMO. Each segment has a different funding source and must be tracked accordingly. Work within RMNP will not be permitted when Aspenglen Campground is open from May 21, 2020 to September 30, 2020. The portion of work for RMNP will have its own project timeline and number of working days, which is anticipated to be performed after the September 30, 2020 date. RMNP has its own Project Special Provisions which are included in the General Notes in the plan sheets for RMNP. The awarded firm will be responsible for tracking contractor work for each funding source. Jag’s Enterprises, Inc. is the selected contractor for this project. The Construction Contract is currently pending Town Board approval, which is scheduled for the Town’s March 24th Town Board meeting. The contractor’s Contract Time is 115 working days. 1.3 INQUIRIES AND CORRECTIONS: If a firm submitting a proposal finds discrepancies in or omission from this Request for Proposals (RFP), or should require additional clarification of any part thereof, a written request for interpretation of or change made to the RFP will be made by written addendum and will become part of the RFP and Contract awarded. Town of Estes Park will not be responsible for the accuracy of any other ORAL EXPLANATIONS, INTERPRETATIONS, OR REPRESENTATIONS. All inquiries shall be made in writing and all responses will be provided in writing in an addendum. To be given consideration, inquires must be received by the date outlined in the proposed schedule for the final addendum (see Section 2.0 for Proposed Schedule.) All addenda will be available on BidNet (Rocky Mountain E- 50 4 Purchasing), www.rockymountainbidsystem.com and on the Town’s website at www.estes.org/RFP. The Town of Estes Park cannot guarantee accurate information obtained from sources other than BidNet and the Town website. It shall be the responsibility of each proposing firm to verify that every addenda has been received prior to submitting proposals and to acknowledge the addenda in the space provided on Exhibit 1, Acceptance of Conditions Statement, which shall be submitted with the proposal. All inquiries relating to this RFP shall be addressed in writing to: Ryan Barr, Project Manager Public Works Department Town of Estes Park 170 MacGregor Avenue/ PO Box 1200 Estes Park CO 80517 970-577-3575 rbarr@estes.org 1.4 SUBMITTAL DEADLINE AND LOCATION: All proposals must be received in the Public Works Department by 2:00 pm on Monday, March 23, 2020. Proposals must be submitted through one of the following means: a) Email to Project Manager; b) Through Rocky Mountain E-Purchasing (BidNet); or c) Hand delivery to Town of Estes Park, Public Works Department, Room 100, 170 MacGregor Avenue, Estes Park, CO 80517. 1.5 LATE PROPOSALS: Late proposals will not be accepted under any circumstance, and any proposal so received shall be returned to the proposing firm unopened, provided there is a return address on the envelope. Proposing firms will be expected to allow adequate time for delivery of their proposals. 1.6 PROPRIETARY INFORMATION: All information included in any proposal that is of a proprietary nature must be clearly marked as such. The Town of Estes Park shall be held harmless from any claims arising from release of proprietary information not clearly designated as such by the proposing firm. In general, it is not acceptable to the Town of Estes Park to mark information other than financial data proprietary without the written authorization from the Public Works Director. Failure to adhere to this restriction could result in rejection of the entire proposal. 1.7 DEFINITION CONTEXT AND GENDER: Unless otherwise specified in this document, all words shall have a common meaning unless the context in which they are used clearly requires a different meaning. Words in the singular number include the plural, and in the plural include the singular. Titles having a masculine gender, such as “workmen” and the pronouns “he” or “his” are for the sake of brevity and are intended to refer to persons of either sex. 51 5 1.8 CONDITIONS OF PROPOSAL SUBMITTAL: A. All proposing firms shall comply with all conditions, requirements and specifications contained herein, with any departure constituting sufficient cause for rejection of the proposal. B. The proposal must be signed by a duly authorized official of the proposing firm submitting the proposal. C. No proposal will be accepted from any person, firm or corporation that is in arrears for any obligation to the Town of Estes Park, or that otherwise may be deemed irresponsible or unresponsive by the Town of Estes Park staff or Board of Trustees. No proposal will be accepted from a firm or corporation that is debarred or suspended to work on federally funded projects per the federal System for Award Management (SAM.gov). D. Only one proposal will be accepted from any one person, firm, or corporation. E. The Town of Estes Park reserves the right to reject any and all proposals or any part thereof. The right is reserved to waive any formalities or informalities contained in any proposal, and to award a proposal to the most responsive and responsible proposing firm as deemed in the best interest of the Town and the Town’s funding partners. F. All proposals shall be prepared in a comprehensive manner as to content, but no necessity exists for expensive binders or promotional material. An electronic version of the proposal is required even if proposal is hand delivered. G. Town of Estes Park reserves the right to negotiate final terms with the selected proposer that may vary from those contained in this document. H. This is a qualification-based solicitation in which the fee will be negotiated following selection according to evaluation criteria. I. The Town reserves the right to request a client list from the proposer, for the purpose of determining potential conflicts of interest. Said list shall be considered proprietary. J. Town of Estes Park will not return proposals, or other information supplied to Town to the proposing firms except for those proposals received late. 2.0 PROPOSED SCHEDULE Release RFP for Construction Oversight March 6, 2020 Optional Pre-Proposal Meeting (2:00 pm) March 11, 2020 Deadline for Questions (5:00 pm) March 16, 2020 Final Addendum Issued March 18, 2020 Proposal Due Date (2:00 pm) March 23, 2020 Notice of Award – tentative March 26, 2020 Town Board Approval of Professional Services Contract – target April 14, 2020 Pre-Construction Meeting – tentative April 15, 2020 Anticipated Construction Completion – RMNP segment October 30, 2020 Complete Project Closeout November 2020 This schedule is subject to changes. An optional Pre-Proposal meeting will be held in the Engineering Conference Room (Downstairs in Room 100) of Estes Park Town Hall, located at 170 MacGregor Avenue. A call-in option will 52 6 be available for the Pre-Proposal Meeting. To obtain the call-in details, interested bidders must contact the Project Manager in advance of the meeting. 3.0 FEES, PAYMENT, AND CONTRACT 3.1 PROFESSIONAL SERVICES TIME AND FEES: Following selection of a consultant based on qualifications, competence, experience, and other factors, the Town will enter into fee negotiation and contract agreement for services. Payments shall not exceed the total contracted value. Subcontracting (see 3.3) shall be line item detailed, and an estimated value identified and approved prior to any work. 3.2 METHOD OF PAYMENT: Public Works will process invoices for this project on a monthly basis. The amount of such payment shall be based upon certified progress reports and billing covering the work performed. The invoice will be submitted to the Town representative, as identified above or designee, for approval. Payment by the Town will not exceed 95% until the project is completed and accepted by the Town. In the event that a service is requested which is not listed on the proposal, the consultant and the Town will negotiate an appropriate price for the service prior to any work being done. 3.3 USE OF SUBCONSULTANTS: The proposing consultant shall indicate in the proposal any work intended to be performed by subconsultants or persons outside of their firm. The consultant shall name the subconsultants, if known at the time of proposal submittal. Subconsultants shall be bound to meet the same quality standards and schedules. They will also provide the same level of documentation. 3.4 INSURANCE REQUIREMENTS FOR CONSULTANTS: Insurance certificates are not required with the proposal. The Town must approve the successful consultant’s insurance prior to execution of the contract. Coverage shall meet state standards as per the Colorado Revised Statutes (CRS), and name the Town of Estes Park as additionally insured. The successful consultant shall acquire a Town Business License prior to signing the contract. This can be obtained through the Town Clerks Office, https://www.colorado.gov/pacific/townofestespark/businesslicensing 3.5 MATERIAL OWNERSHIP: All material submitted regarding this RFP becomes the property of the Town and will only be returned to the consultant at the Town’s option. The Town of Estes Park has the right to use any or all ideas presented in reply to this RFP. Disqualification of proposer does not eliminate this right. 3.6 TERM OF CONTRACT: The term of the contract resulting from this RFP shall be from the date of the executed contract through final contract date or final closeout with the granting agencies. The Town will generate the Contract in accordance with Town policy (see template Professional Services Contract included as Attachment 1). 53 7 4.0 INFORMATION REQUIRED FROM CONSULTANT 4.1 RESPONSE TO THE RFP: The proposer must address each item of the following section and meet the mandatory requirements of Section 5.0 of this document. 4.2 REQUIRED PROPOSAL ELEMENTS: The consultant must provide the following information and statements with the proposal: A. Brief summary of the proposal. B. Statement of understanding, showing familiarity with the Scope of Services, including experience working with trail and bridge projects or grant-funded projects. C. Proposed approach to the work as outlined in the Scope of Services. D. The consultant’s qualifications, competence and experience in providing professional project and construction oversight for trail projects of similar size and scope. Include client references for past projects. E. Biographical information or resumes of key professional staff. Name of person who will act as primary contact person for the consultant’s work; including phone, cell phone, and email contact information. F. Availability of staff throughout the duration of the project. Identify the primary staff member(s) that will be on site and performing the oversight and documentation. G. A brief statement of compliance with the terms and conditions as set forth in the Administrative Section of this RFP. H. Completed and attested Exhibits 1-3 of this document 5.0 EVALUATION AND SELECTION INFORMATION 5.1 EVALUATION AND SELECTION METHOD: An Evaluation and Selection Committee composed of members of Town staff will review the proposals. The committee may make a selection on the basis of the proposals received, or may choose to “short list” prospective firms for further negotiations. The firm selected for the award will be chosen on the basis of the apparent greatest benefit to the Town of Estes Park including qualifications, competence, experience, and negotiated fee. The Town reserves the right to request interviews with selected proposer. The objective of the Evaluation and Selection Committee will be to evaluate proposals against the criteria set forth here-in: 54 8 POINTS QUALIFICATION STANDARD 30 Scope, understanding, and approach Approach is clear and concise and addresses this specific project. Understanding of the project location, need, opportunities and challenges in project oversight for construction. Presentation of approach specific to the scope of work. 25 Qualifications of staff Project staff background, education, and experience on similar projects. Qualifications and experience of the consultant in construction oversight and project management. Understanding of plans, specifications and estimates (PS&E); and daily management and documentation of construction work. 20 Experience and client references for similar projects Performance on time, within budget and scope; similar to this project in size and scope. Experience in working with construction firms. Management qualifications and company capability and capacity to perform and complete the work. Qualifications of the consultant in terms of ability, experience, competence and reliability in performing and managing work within a schedule and budget. References should be provided for at least three recent clients for whom the consultant has performed construction oversight services for work outlined in the Scope of Services. 15 Adequacy of proposal Completeness and thoroughness of proposal. Responsive to RFP. 10 Availability Performance in project timeframe. Capable of providing on-site services throughout project timeline. TOTAL POINTS (100 POSSIBLE) Based on the point system, the firms will be ranked in order of their perceived ability to perform the work. The top firms MAY be interviewed, and after interviews, points may be recalculated. 6.0 SCOPE OF SERVICES 6.1 GENERAL: The Public Works Department is seeking the services of a Professional Civil Engineering consultant to provide construction oversight for the Fall River Trail project. Task 1 – Communications with Project Manager: The Town expects the consultant to communicate directly with the Town Project Manager. Public interest is often high when it comes to construction work and improvements because of travel impacts. The consultant should anticipate communicating with Town staff, RMNP, Harmony Foundation, Bugle 55 9 Point Condominiums, Estes Park United Methodist Church, and various property owners and citizens. Task 2 – Review, Understand and Follow the Engineering Design and Construction Documents: Construction Documents, including design plan sheets, are attached to the end of this RFP. Additional documents or standard templates are available upon request. Task 3 – Permitting The consultant is responsible for confirming the contractor obtains and abides by the requirements of the following permits (as needed). Local Permits: Town Right-of-Way Permit CDPHE: Stormwater Construction Permit (CDPS-SCP) Construction Dewatering Permit (CDW) EPA: Stormwater Construction Permit (EPA-SCP) – this for the portion of trail within RMNP. Selected consultant should coordinate with RMNP Construction Control Representative Josh Lyon regarding the contractor obtaining and abiding by this EPA permit Task 4 – Construction Oversight This task includes but is not limited to the following: a. Function as the Project Engineer on site. b. Coordinate work with the Town Project Manager. c. Facilitate regularly scheduled construction meetings including producing agenda and progress notes. d. Attend pre-construction meeting [if awarded in time] e. Document daily inspections of construction work, and equipment and materials used on site according to industry standards. f. Obtain source documentation to meet Buy America requirements. g. Review and approve monthly construction contract pay applications for completeness and accuracies of quantities and costs. h. Document work through photos and daily logs. Provide photos of pre-construction conditions, conditions throughout construction, and post-construction conditions. Photos will be uploaded on a regular bases to an online portal specified by either the consultant or the Town. i. Inspection of traffic control and receive and review traffic control reports from contractor. j. Refer to and follow bid documents, plans and specification during oversight. k. Review and track contractor Requests for Information (RFIs) and Submittals; respond to these with the Town Project Manager. l. Monitor and review construction change orders in collaboration with the Town Project Manager. 56 10 m. Confirm utilities locates have been obtained by the contractor. n. Anticipate and proactively address construction-related issues before they adversely impact the work progress. o. Work with the Town to complete close out requirements including final documentation for the grants/funding agencies, producing and confirming contractor completion of all punch list items, participate in the final inspection with Town staff, notice of final payment, etc. p. Coordinate work with Utilities and Engineer of Record (Otak, Inc.) as needed, but especially when field issues are encountered. q. Coordinate with RMNP Construction Control Representative Josh Lyon for work within RMNP. Task 5 – Materials Testing Oversight This task includes procuring and overseeing the Town’s material testing consultant for performance of all material testing required to satisfy industry standards for this project. Meet with the Project Manager to evaluate appropriate testing frequencies for various work line items. Develop a schedule of material testing requirements to be advertised with the Materials Testing RFP. Develop the Materials Testing RFP packet and administer the procurement process to obtain at least 3 quotes for the material testing work. Deliver these quotes to the Town for selection and contracting. Coordinate with the Contractor to ensure that calls are being made in advance to schedule appropriate testing. Oversee material testing during the construction of this project and record pertinent information related to the testing. 6.2 SITE PARAMETERS: The selected consultant will work closely with Town staff to develop improvements in a manner that will minimize the impact to the citizens. 6.3 PUBLIC CONTACT: The consultant shall work in collaboration with Town staff to contact all adjacent property owners and tenants that will be impacted by the proposed improvements. ATTACHEMENTS TO THIS RFP 01-Town of Estes Park Professional Services Contract Template 02-Fall River Trail – Bid Documents 03-Fall River Trail – Plan Set 04-Fall River Trail – Combined Addenda from Construction Bid 57 11 EXHIBIT 1 TOWN OF ESTES PARK ACCEPTANCE OF CONDITIONS STATEMENT No employee, elected or appointed official of the Town of Estes Park, or any such person’s spouse or dependent child has an existing or pending, direct or indirect, financial, ownership or personal interest in the proposing firm of this Request for Proposal, except as follows: I/we hereby agree to all instructions, terms and conditions, and specifications contained herein: I acknowledge receipt of the following addenda: Proposing Firm: Address: Telephone Number: Submitted By: Signature Printed Name: Attest: 58 12 EXHIBIT 2 CONSULTANT’S PERSONNEL AND SUBCONSULTANT LISTING Name: Role: ILLEGAL ALIENS: Insert additional lines if needed. The Contractor certifies that the Contractor shall comply with the provision of CRS 8 -17.5-101, et seq. The Contractor shall not knowingly employ or contract with an illegal alien to perform work under this contract or enter into a contract with a subcontracto r that knowingly employs or contracts with an illegal alien to perform work under this contract. The Contractor represents, warrants, and agrees that it: (i) has verified that it does not employ any illegal aliens, through participation in the Basic Pilot Emp loyment Verification Program administered by the Social Security Administration and the Department of Homeland Security, or (ii) otherwise will comply with the requirements of CRS 8-17.5-102(2)(b)(I). The Contractor shall comply with all reasonable requests made in the course of an investigation by the Colorado Department of Labor and Employment. If the Contractor fails to comply with any requirement of this provision or CRS 8-17.5-101, et seq., the Town may terminate this contract for breach of contract, and th e Contractor shall be liable for actual and consequential damages to the Town. If the Contractor obtains actual knowledge that a subcontractor performing work under this contract knowingly employs or cont racts with an illegal alien, the Contractor shall: (a) Notify the subcontractor and the Town within three days that the Contractor has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and (b) terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to sub-paragraph (a.) above, the subcontractor does not stop employing or contracting with the illegal alien, unless the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. 59 13 EXHIBIT 3 TOWN OF ESTES PARK REFERENCE AUTHORIZATION AND RELEASE FORM To: A Corporation By: , A Partnership whose address is (Proposer) An Individual Proposer hereby authorizes Town to perform such investigation of proposer as the Town deems necessary to establish the qualifications, responsibility and financial ability of proposer. By its signature hereon, proposer authorizes owner to obtain reference information concerning proposer and releases the party providing such information named above and the Town from any and all liability to proposer as a result of any such reference information provided. Proposer further waives any right to receive copies of reference information provided to the Town. An executed copy of this Reference Authorization and Release Form may be used with the same effectiveness as an original. By: Print Name: Title: Date: 60 [To complete this form, press f11 to move from field to field and follow any prompts. If no prompt appears (like date or section number fields), press f11 to skip to next field. Now press delete to delete this prompt, and press f11 to proceed.] TOWN OF ESTES PARK, COLORADO PROFESSIONAL SERVICES CONTRACT [Here describe the type (or a descriptive title) of the contract and insert table of contents, if necessary, then press f11 to proceed] The parties, the Town of Estes Park, Colorado (Town), a municipal corporation, and [Enter Consultant Name, then press F11 to proceed] (Consultant or Contractor), a [Enter Consultant's legal entity, e.g. Colorado Corporation, then press F11 to proceed], whose address is [Enter Consultant's address, including street, city, state & zip, then press f11 to proceed], make this Contract this __________ day of ____________________, 2020, at the Town of Estes Park, Colorado, considering the following facts and circumstances: 1 RECITALS: 1.1 Town desires to use the services of Consultant outlined in Consultant's Proposal; and; 1.2 Consultant has agreed to provide the Services outlined in its Proposal, on the terms and conditions stated in this Contract; 2 CONTRACT: This Agreement is a Contract, representing the entire and integrated agreement between the parties and supersedes any prior negotiations, written or oral representations and agreements. The Agreement incorporates the following Contract Documents. In resolving inconsistencies between two or more of the Contract Documents, they shall take precedence in the order enumerated, with the first listed Contract Document having highest precedence. The Contract Documents, except for amendments executed after execution of this Contract, are: 2.1 Change Orders; 2.2 Notice to Proceed; 2.3 This Contract; 2.4 The following Addenda, if any: Number Date Pages [Enter addenda, dates, pages, then press f11 to proceed] 2.5 The following Special Conditions of the Contract, if any: 61 TOWN OF ESTES PARK, COLORADO PROFESSIONAL SERVICES CONTRACT Page 2 of 14 Document Title Pages [List special conditions, then press f11 to proceed] 2.6 Notice of Award 2.7 Request for Proposals, containing [Enter number of pages in RFP, then press f11 to proceed] pages, dated [Enter date of RFP, then press f11 to proceed]. 2.8 Consultant's Proposal, containing [Enter number of pages in proposal, then press f11 to proceed] pages, dated [Enter proposal date, then press f11 to proceed]. 2.9 Insurance Certificates [List here any other documents forming part of the Contract, then press f11 to proceed] 3 SCOPE OF SERVICES: Consultant shall provide and furnish at its own cost and expense all materials, machinery, equipment, tools, superintendence, labor, insurance and other accessories and services necessary to provide its Services in strict accordance with the conditions and prices stated in the Contract Documents. 4 BEGINNING WORK AND COMPLETION SCHEDULE: The Consultant shall begin services under this Contract upon receiving Town’s notice to proceed. Consultant shall timely perform its Services, according to the Performance Schedule attached to and incorporated into this Contract or as otherwise directed by Town. 5 PRICE: The Town will pay Consultant for the performance of this Contract, not to exceed [Enter price, then press f11 to proceed], as the Price for the total Services performed as stipulated in Consultant's Proposal. This Contract does not create a multiple fiscal year direct or indirect debt or other financial obligation. Each request for service shall incur a concurrent debt for that request only. All financial obligations of the Town under this Contract are contingent upon appropriation, budgeting, and availability of specific funds to discharge such obligations. 6 TIME OF PAYMENTS TO CONSULTANT: The Consultant shall bill its charges to the Town periodically, but no more frequently than once a month. Each bill shall contain a statement of the time the primary employees spent on the Project since the previous bill, a brief description of the Services provided by each such employee, and an itemization of direct expenses. The Town will pay each such bill which it finds to be in accordance with this Contract within forty-five days of its receipt. If Town questions any part of a bill, finds any part of a bill does not conform to this Contract, or claims the right to withhold payment of any part of a bill, it will promptly notify Consultant of the question, nonconformity or reasons for withholding. 7 QUALIFICATIONS ON OBLIGATIONS TO PAY: No partial payment shall be final acceptance or approval of that part of the Services paid for, or shall relieve Consultant of any of its obligations under this Contract. Notwithstanding any other terms of this Contract, 62 TOWN OF ESTES PARK, COLORADO PROFESSIONAL SERVICES CONTRACT Page 3 of 14 Town may withhold any payment (whether a progress payment or final payment) to Consultant under the following conditions: 7.1 Consultant fails to promptly pay all bills for labor, material, or services of consultants furnished or performed by others to perform Services. 7.2 Consultant is in default of any of its obligations under this Contract or any of the Contract Documents. 7.3 Any part of such payment is attributable to Services not conforming to this Contract. (Town will pay for any part attributable to conforming Services). 7.4 Town, in its good faith judgment, determines that the compensation remaining unpaid will not be sufficient to complete the Services according to this Contract. 8 CONSULTANT'S DUTIES: 8.1 Town enters into this Contract relying on Consultant’s special and unique abilities to perform the Services. Consultant accepts the relationship of trust and confidence established between it and the Town by this Contract. Consultant will use its best efforts, skill, judgment, and abilities. Consultant will further the interests of Town according to Town’s requirements and procedures, according to high professional standards. 8.2 Consultant has and will undertake no obligations, commitments, or impediments of any kind that will limit or prevent its performance of the Services, loyally, according to the Town's best interests. In case of any conflict between interests of Town and any other entity, Consultant shall fully and immediately disclose the issue to Town and, without Town's express approval, shall take no action contrary to Town's interests. 8.3 Consultant’s Services under this Contract shall be of at least the standard and quality prevailing among recognized professionals of expert knowledge and skill engaged in the Consultant's same profession under the same or similar circumstances. 8.4 Consultant's work, including drawings and other tangible work products provided to Town, will be accurate and free from any material errors, and will conform to the requirements of this Contract. Town approval of defective drawings or other work shall not diminish or release Consultant's duties, since Town ultimately relies upon Consultant's skill and knowledge. 8.5 The Contract Documents determine whether the Consultant's Scope of Services includes detailed independent verification of data prepared or supplied by Town. Consultant will, nevertheless, call to Town's attention anything in any drawings, plans, sketches, instructions, information, requirements, procedures, or other data supplied to Consultant (by the Town or any other party) that Consultant knows, or reasonably should know, is unsuitable, improper, or inaccurate for Consultant's purposes. 63 TOWN OF ESTES PARK, COLORADO PROFESSIONAL SERVICES CONTRACT Page 4 of 14 8.6 Consultant shall attend such meetings on the work stated in this Contract, as Town requires. Town will give reasonable notice of any such meetings, so Consultant may attend. Town will pay for any meeting time exceeding Consultant’s total estimate of included hours, according to Consultant’s fee schedule attached to Consultant’s proposal. 8.7 As applicable state and federal laws may require, Consultant will assign only persons duly licensed and registered to do work under this Contract. 8.8 Consultant shall furnish efficient business administration and superintendence and perform the Services in the most efficient and economical manner consistent with the best interests of Town. 8.9 Consultant shall keep its books and records for Services and any reimbursable expenses according to recognized accounting principles and practices, consistently applied. Consultant shall make them available for the Town's inspection at all reasonable times. Consultant shall keep such books and records for at least three (3) years after completion of the Services. 9 TOWN'S DUTIES: 9.1 Town will provide full information to the Consultant on the Town's requirements in a timely manner. 9.2 Town will assist the Consultant by providing such pertinent information available to Town, including maps, studies, reports, tests, surveys and other data, as Consultant specifically requests. 9.3 Town will examine all tests, reports, drawings, specifications, maps, plans and other documents presented by the Consultant to Town for decisions. Town will obtain the advice of other consultants, as the Town thinks appropriate. Town will give decisions to the Consultant in writing within a reasonable time. 9.4 Town will appoint a person to act as Town's representative on this Agreement. This person will have authority to issue instruction, receive information, interpret and define the Town's policies and decisions on the Consultant’s Services. 9.5 Town will give prompt written notice to the Consultant when the Town notices any development that affects the scope or timing of the Services. 10 USE OF FINAL PRODUCT: Consultant may have limited involvement after the completion of this Agreement and lacks control of the future use of Consultant's work. Except for deficiencies in Consultant’s performance under this Agreement, future use and interpretation of Consultant’s work is at the risk of Town or other users. 10.1 The Consultant will keep record copies of all work product items delivered to the Town. 64 TOWN OF ESTES PARK, COLORADO PROFESSIONAL SERVICES CONTRACT Page 5 of 14 11 OWNERSHIP OF DOCUMENTS AND OTHER MATERIALS: All drawings, specifications, computations, sketches, test data, survey results, renderings, models, and other materials peculiar to the Services of Consultant or Consultant’s subconsultants under this Contract are property of Town, for its exclusive use and re-use at any time without further compensation and without any restrictions. Consultant shall treat all such material and information as confidential, and Consultant shall neither use any such material or information or copies on other work nor disclose such material or information to any other party without Town's prior written approval. Upon completion of Services, or at such other time as the Town requires, Consultant shall deliver to the Town a complete, reproducible set of all such materials. For copyright ownership under the Federal Copyright Act, Consultant conveys to Town and waives all rights, title and interest to all such materials in written, electronic or other form, prepared under this Contract. Town shall have worldwide reprint and reproduction rights in all forms and in all media, free of any claims by the Consultant or its subconsultants and subcontractors. The Town's rights, granted above, in drawing details, designs and specifications that are Consultant's standard documents for similar projects, and in Consultant’s databases, computer software and other intellectual property developed, used or modified in performing Services under this Contract are not exclusive, but joint rights, freely exercisable by either the Town or the Consultant. All design documents, including drawings, specifications, and computer software prepared by Consultant according to this Contract comprise Consultant's design for a specific Project. Neither party intends or represents them as suitable for reuse, by Town or others, as designs for extension of that same Project or for any other project. Any such reuse without prior written verification or adaptation by Consultant for the specific purpose intended will be at user's sole risk and without liability or legal exposure to Consultant. Except as required for performance under this Contract, Consultant's verification or adaptation of design documents will entitle Consultant to additional compensation at such rates as the Consultant may agree. 12 CHANGE ORDERS: Town reserves the right to order work changes in the nature of additions, deletions, or modifications, without invalidating this agreement, and agrees to make corresponding adjustments in the contract price and time for completion. All changes will be authorized by a written change order signed by Town. Work shall be changed, and the contract price and completion time shall be modified only as set out in the written change order. Town shall issue no Change Order or other form of order or directive requiring additional compensable work that will cause the Price to exceed the amount approved. 13 SERVICE OF NOTICES: The parties may give each other required notices in person or by first class mail or by email to their authorized representatives (or their successors) at the addresses listed below: TOWN OF ESTES PARK: [Enter name, title, & address of Town's authorized rep., then press f11 to proceed] CONSULTANT: [Enter name, title & address of consultant's authorized rep., then press f11 to proceed] 14 COMPLIANCE WITH LAW: Consultant will perform this Contract in strict compliance with applicable federal, state, and municipal laws, rules, statutes, charter provisions, 65 TOWN OF ESTES PARK, COLORADO PROFESSIONAL SERVICES CONTRACT Page 6 of 14 ordinances, and regulations (including sections of the Occupational Safety and Health Administration [OSHA] regulations, latest revised edition, providing for job safety and health protection for workers) and all orders and decrees of bodies or tribunals applicable to work under this Contract. Consultant shall protect and indemnify Town against any claim or liability arising from or based on the violations of any such law, ordinance, regulation, order, or decrees by itself or by its subcontractors, agents, or employees. Town assumes no duty to insure that Consultant follows the safety regulations issued by OSHA. 15 PERMITS AND LICENSES: The Consultant shall secure all permits and licenses, pay all charges, files, and taxes and give all notices necessary and incidental to the lawful prosecution of its Services. Anyone conducting business in the Town of Estes Park is required a business license which can be obtained from the Town Clerk’s Office. 16 PATENTED DEVICES, MATERIALS AND PROCESSES: The Consultant shall hold and save harmless the Town from all claims for infringement, by reason of fee use of any patented design, device, material, process, or trademark or copyright and shall indemnify the Town for any costs, expenses, and damages, including court costs and attorney fees, incurred by reason of actual or alleged infringement during the prosecution or after completion of Services. 17 INSURANCE: Consultant shall, at its own costs, secure and continuously maintain through the term of this Contract the minimum insurance coverages listed below, with forms and insurers acceptable to Town. In addition, Consultant shall maintain such coverages for the insurance listed in Paragraphs 17.1, 17.3 and 17.4 for two additional years. For any claims- made policy, Consultant shall include the necessary retroactive dates and extended reporting periods to maintain continuous coverage. 17.1 Professional Liability/Errors and Omissions for at least $1,000,000. 17.2 Workers' Compensation according to the Workers' Compensation Act of the State of Colorado and Employer's Liability with limits of at least $500,000. 17.3 General liability, including contractual liability, of at least $1,000,000 per each occurrence plus an additional amount adequate to pay related attorney's fees and defense cost. Coverage shall include bodily injury, property damage, personal injury, and contractual liability. 17.4 Comprehensive Automobile Liability with minimum limits for bodily injury and property damage coverage of at least $1,000,000 per each occurrence plus an additional amount adequate to pay related attorneys' fees and defense costs, for each of Consultant's owned, hired or non-owned vehicles assigned to or used in performance of this Contract. 17.5 Valuable Papers insurance in an amount adequate to assure the restoration of any plans, drawings, field notes, or other similar data related to the services covered by this Contract in case of their loss or destruction. 66 TOWN OF ESTES PARK, COLORADO PROFESSIONAL SERVICES CONTRACT Page 7 of 14 17.6 The required general liability and comprehensive automobile liability policies shall contain endorsements to include Town and its officers and employees as additional insureds. The required professional liability and workers’ compensation policies or coverages shall not contain endorsements including the Town, its officers or employees as additional insureds. Every policy required above shall be primary insurance. Any insurance or self-insurance benefits carried by Town, its officers, or its employees, shall be in excess and not contributory to that provided by Consultant. 17.7 Consultant shall, upon request, provide Town a certified copy of each required policy. 17.8 As evidence of the insurance coverages required by this Contract, before beginning work under this Contract, Consultant shall furnish certificates of insurance certifying that at least the minimum coverages required here are in effect and specifying the liability coverages (except for professional liability) are written on an occurrence form to: Town of Estes Park 170 MacGregor Avenue PO Box 1200 Estes Park, CO 80517 Attention: [INSERT TITLE OF DEPARTMENT CONTACT] With the exception of professional liability and workers’ compensation, policy or policies providing insurance as required will defend and include the Town, its Board, officers, agents and employees as additional insureds on a primary basis for work performed under or incidental to this Contract. Required insurance policies shall be with companies qualified to do business in Colorado with a general policyholder’s financial rating acceptable to the Town. The policies shall not be cancelable or subject to reduction in coverage limits or other modification except after thirty days prior written notice to the Town. General liability and automobile policies shall be for the mutual and joint benefit and protection of the Consultant and the Town. These policies shall provide that the Town, although named as an additional insured, shall nevertheless be entitled to recover under said policies for any loss occasioned to it, its officers, employees, and agents by reason of acts or omissions of the Consultant, its officers, employees, agents, sub-consultants, or business invitees. They shall be written as primary policies not contributing to and not in excess of coverage the Town may carry. 17.9 If Consultant is self-insured under the laws of the State of Colorado, Consultant shall provide appropriate declarations and evidence of coverage. 17.10 Consultant shall not cancel, change, or fail to renew required insurance coverages. Consultant shall notify Town's designated person responsible for risk management of any reduction or exhaustion of aggregate limits, which Town may deem to be a breach of this Contract. 17.11 The Town relies on, and does not waive or intend to waive, by any provision of this Contract, the monetary limitations or any other rights, immunities, and protections 67 TOWN OF ESTES PARK, COLORADO PROFESSIONAL SERVICES CONTRACT Page 8 of 14 provided by the Colorado Governmental Immunity Act, § 24-10-101 et seq., C.R.S., as from time to time amended, or otherwise available to the parties, their officers, or their employees. 17.12 If any insurance required here is to be issued or renewed on a claims-made form as opposed to the occurrence form, the retroactive date for coverage will be no later than the commencement date of the project and will state that in the event of cancellation or nonrenewal, the discovery period for insurance claims (tail coverage) will be at least 72 months. 17.13 Consultant shall not cancel, non-renew or cause insurance to be materially changed or replaced by another policy without prior approval by Town. 18 INDEMNIFICATION: 18.1 Consultant and its agents, principals, officers, partners, employees, and subcontractors ("Indemnitors") shall and do agree to indemnify, protect, and hold harmless the Town, its officers, employees, and agents ("Indemnitees") from all claims, damages, losses, liens, causes of actions, suits, judgments, and expenses (including attorneys’ fees), of any nature, kind, or description ("Liabilities") by any third party arising out of, caused by, or resulting from any Services under this Contract if such Liabilities are: (1) attributable to bodily injury, personal injury, sickness, disease, or death of any person, or to the injury or destruction of any tangible property (including resulting loss of use or consequential damages) and (2) caused, in whole or in part, by any error, omission or negligent act of the Consultant, anyone directly or indirectly employed by it, or anyone for whose acts Consultant may be liable. 18.2 If more than one Indemnitor is liable for any error, omission or negligent act covered by this Agreement, each such Indemnitor shall be jointly and severally liable to the Indemnitees for indemnification and the Indemnitors may settle ultimate responsibility among themselves for the loss and expense of any such indemnification by separate proceedings and without jeopardy to any Indemnitee. This Agreement shall not eliminate or reduce any other right to indemnification or other remedy the Town, or any of the Indemnitees may have by law. 18.3 As part of this indemnity obligation, the Consultant shall compensate the Town for any time the Town Attorney's Office and other counsel to the Town reasonably spend on such claims or actions at the rates generally prevailing among private practitioners in the Town of Estes Park for similar services. This obligation to indemnify the Town shall survive the termination or expiration of this Agreement. 19 INDEPENDENT CONTRACTOR: Consultant shall perform all Services under this Agreement as an independent contractor, and not as an agent or employee of Town. No employee or official of Town shall supervise Consultant. Consultant shall exercise no supervision over any employee or official of Town. Consultant shall not represent that it is an employee or agent of the Town in any capacity. Consultant’s officers, employees and agents are not entitled to Workers' Compensation benefits and is obligated to pay 68 TOWN OF ESTES PARK, COLORADO PROFESSIONAL SERVICES CONTRACT Page 9 of 14 federal and state income tax on money earned under this Agreement. Except as this Agreement expressly states, Consultant shall, at its sole expense, supply all buildings, equipment and materials, machinery, tools, superintendence, personnel, insurance and other accessories and Services necessary. This Agreement is not exclusive; subject the terms of this Agreement, Town and Consultant may each contract with other parties. 20 PROVISIONS CONSTRUED AS TO FAIR MEANING: Any tribunal enforcing this Agreement shall construe its terms as to their fair meaning, and not for or against any party based upon any attribution to either party. 21 HEADINGS FOR CONVENIENCE: All headings, captions and titles are for convenience and reference only and of no meaning in the interpretation or effect of this Contract. 22 NO THIRD-PARTY BENEFICIARIES: The parties intend no third-party beneficiaries under this Contract. Any person besides Town or Consultant receiving services or benefits under this Agreement is an incidental beneficiary only. 23 TOWN’S RIGHT TO BAR PERSONNEL FROM WORK SITE: For conduct the Town (in its sole discretion) decides may violate applicable laws, ordinances rules or regulations, or may expose Town to liability or loss, Town may bar any person (including Consultant's and subconsultants’ and subcontractors’ employees) from the Town's work sites. Such a bar shall not require any employee's discharge from employment, but shall merely prohibit the employee's presence at Town’s work sites. Such a bar shall not warrant an increase in contract time or Price. 24 WAIVER: No waiver of any breach or default under this Agreement shall waive any other or later breach or default. 25 TERM: This Contract shall commence on [Fill in the date contract begins, which can be "its effective date", a specific date, or "the date specified in a forthcoming Notice to Proceed", and press F11 to continue], and shall continue through [Fill in the date contract ends, press F11 to continue] with the option of four (4) additional renewals, on an annual basis, upon agreement of both parties. 26 TERMINATION: 26.1 In addition to any other available remedies, either party may terminate this Contract if the other party fails to cure a specified default within seven (7) days of receiving written notice of the default. The notice shall specify each such material breach, in reasonable detail. 26.2 Town may, at any time, terminate performance of the work, in whole or in part, for its own convenience. The Town may effect such termination by giving Consultant written Notice of Termination specifying the extent and effective date of termination. In case of termination, for convenience, Town shall pay Consultant for work satisfactorily completed, to the date of termination. The Town shall determine the portion of work completed. 69 TOWN OF ESTES PARK, COLORADO PROFESSIONAL SERVICES CONTRACT Page 10 of 14 26.3 If either party so terminates, the Consultant shall promptly deliver to the Town all drawings, computer programs, computer input and output, analysis, plans, photographic images, tests, maps, surveys and writer’s materials of any kind generated in the performance of its Services under this Contract up to and including the date of termination. 27 SUSPENSION: Without terminating or breaching this Contract, the Town may, at its pleasure, suspend fee services of the Consultant hereunder. Town may effect suspension by giving the Consultant written notice one (1) day in advance of the suspension date. Upon receipt of such notices the Consultant shall cease their work as efficiently as possible, to keep total charges to a minimum. The Town must specifically authorize any work performed during suspension. Since suspension and subsequent reactivation may inconvenience the Consultant, Town will endeavor to provide advance notice and minimize its use. After a suspension has been in effect for thirty days, the Consultant may terminate this Contract at will. 28 ASSIGNMENT AND DELEGATION: Except as stated, neither party may assign its rights or delegate its duties under this Contract without the express written approval of the other. 29 SUBCONTRACTING: Except subconsultant clearly identified and accepted in the Contractor's Proposal, Consultant may employ subconsultants to perform the Services only with Town's express prior written approval. Consultant is solely responsible for any compensation, insurance, and all clerical detail involved in employment of subconsultants. 30 GOVERNING LAW AND VENUE: The laws of the State of Colorado shall govern enforcement and interpretation of this Contract. Venue and jurisdiction for any court action filed regarding this agreement shall be only in Larimer County, Colorado. 31 AUTHORITY: This instrument forms a contract only when executed in writing by duly authorized representatives of Town and Consultant. By their signatures on this document, the signatories represent that they have actual authority to enter this Contract for the respective parties. 32 INTEGRATION: There are no other agreements on the same subject than expressly stated or incorporated in this Contract. 33 UNLAWFUL EMPLOYEES, CONTRACTORS AND SUBCONTRACTORS: Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Contract. Contractor shall not knowingly contract with a subcontractor that (a) knowingly employs or contracts with an illegal alien to perform work under this Contract or (b) fails to certify to the Contractor that the subcontractor will not knowingly employ or contract with an illegal alien to perform work under this Contract. 34 VERIFICATION REGARDING ILLEGAL ALIENS: Contractor has confirmed the employment eligibility of all employees newly hired for employment to perform work under this Contract through participation in either the E-verify program administered jointly by the United States Department of Homeland Security and the Social Security Administration or the employment verification program of the Colorado Department of Labor & Employment. 70 TOWN OF ESTES PARK, COLORADO PROFESSIONAL SERVICES CONTRACT Page 11 of 14 35 LIMITATION REGARDING E-VERIFY PROGRAM: Contractor shall not use either E- verify or Colorado Department of Labor & Employment program procedures to undertake pre-employment screening of job applicants while performing this Contract. 36 DUTY TO TERMINATE A SUBCONTRACT; EXCEPTIONS: If Contractor obtains actual knowledge that a subcontractor performing work under this Contract knowingly employs or contracts with an illegal alien, the Contractor shall, unless the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien: (a) notify the subcontractor and the Town within three (3) days that the Contractor has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and (b) terminate the subcontract with the subcontractor if, within three days of receiving notice that the Contractor has actual knowledge that the subcontractor is employing or contracting with an illegal alien, the subcontractor does not stop employing or contracting with the illegal alien. 37 DUTY TO COMPLY WITH STATE INVESTIGATION: Contractor shall comply with any reasonable request of the Colorado Department of Labor and Employment made in the course of an investigation pursuant to C.R.S. 8-17.5-102 (5). 38 DAMAGES FOR BREACH OF CONTRACT: In addition to any other legal or equitable remedy the Town may be entitled to for a breach of this Contract, if the Town terminates this Contract, in whole or in part, due to Contractor’s breach of any provision of this Contract, Contractor shall be liable for actual and consequential damages to the Town. Signature pages follow. 71 TOWN OF ESTES PARK, COLORADO PROFESSIONAL SERVICES CONTRACT Page 12 of 14 CONSULTANT Date Title: _______________________________ ACKNOWLEDGMENT STATE OF ) ) ss COUNTY OF ) The foregoing instrument was acknowledged before me this __________ day of ____________________, 2020, by ______________________________, as _____________________________ of ______________________________, Consultant. (If by natural person or persons, insert name or names; if by person acting in representative or official capacity or as attorney-in-fact, insert name of person as an executor, attorney-in-fact, or other capacity or description; if by officer of corporation, insert name of such officer or officers as the President or other officers of such corporation, naming it.) Witness my hand and official seal. My Commission Expires . Notary Public 72 TOWN OF ESTES PARK, COLORADO PROFESSIONAL SERVICES CONTRACT Page 13 of 14 TOWN OF ESTES PARK: Date Title: _______________________________ State of ) ) ss: County of ) The foregoing instrument was acknowledged before me by [Type name of Town Representative, then press f11 to proceed],as [Type title of Town Representative, then press f11 to proceed] of the Town of Estes Park, a Colorado municipal corporation, on behalf of the corporation, this day of , 2020. Witness my hand and official Seal. My Commission expires . Notary Public 73 Consultant’s Proposal 74 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) Bid Documents Fall River Trail (RTP, LWCF, Harmony, RMNP) Public Works Department Advertisement Date: January 23, 2020 Bid Opening Date: February 13, 2020 75 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) TABLE OF CONTENTS Invitation to Bid………………………………………………………………………………….3 CONTRACT DESCRIPTION…………………………………………………………….3 SCHEDULE OF ACTIVITIES..………………………………………………………….3 Instructions to Bidders…………………..………………………………………………………5 1.0 BID DOCUMENTS……………………………………………………………….5 2.0 BIDDER’S UNDERSTANDING…………………………………………………5 3.0 BID SUBMISSION……………………………………………………………….5 4.0 SIGNATURES………………………………………………….…………………6 5.0 REJECTION OF PROPOSAL………………………………….…………………6 6.0 METHOD OF PAYMENT…………………………………………….………….6 7.0 SUBCONTRACTS…………………………………………………….………….7 8.0 AWARD OF CONTRACT………………………………………………………..7 9.0 RESPONSE MATERIAL OWNERSHIP………………………………………...7 10.0 WARRANTY……………………………………………………………………..7 11.0 SCHEDULE……………………………………………………………………….7 12.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE……………………..7 13.0 SIGNING OF AGREEMENT…………………………………………………….7 Contract and Bonds CONSTRUCTION CONTRACT…………………………………………………………8 PERFORMANCE AND PAYMENT BOND……………………………………………15 BID BOND………………………………………………………………………………17 UNIT PRICE BID SCHEDULE ……...…………………………………………………19 CONTRACTOR INFORMATION FORM……...………………………………………20 ACCEPTANCE OF FUEL COST ADJUSTMENTS…………………………………...23 General Conditions GENERAL CONDITIONS…………………………………………………………...…24 Special Conditions SPECIAL CONDITIONS………………………………………………………………..47 Special Provisions STANDARD SPECIAL PROVISIONS………………………………………………….49 PROJECT SPECIAL PROVISIONS……………………………………………………..49 Construction Documents PROJECT PLANS – FALL RIVER TRAIL Page 1 of 116 76 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) INVITATION TO BID The Town of Estes Park will only be accepting bids submitted electronically on the Rocky Mountain E- Purchasing System (www.rockymountainbidsystem.com) until 2:00 P.M. (local MT), Thursday February 13, 2020. At this time, bids will be publicly opened and read aloud to consider the construction of the Fall River Trail (RTP, LWCF, Harmony, RMNP) project at the Public Works Office, 170 MacGregor Avenue, Room 100, Estes Park, Colorado 80517. CONTRACT DESCRIPTION: The scope of work for this project includes construction of several segments of Fall River Trail along Fish Hatchery Road in Estes Park, as well as on Town-owned land (not adjacent to Fish Hatchery Road) and within Rocky Mountain National Park (RMNP). This portion of Fall River Trail (about 1.1 miles long by 10 feet wide) will be a colored concrete, ADA-accessible, multimodal trail with two pedestrian bridges at river crossings and three smaller retaining walls near the Historic Fall River Hydroplant. For financial tracking purposes, there will be 4 separate segments of trail: Town Segment 3 = Land and Water Conservation Fund (LWCF); Town Segment 2A = Regional Transportation Program (RTP); Harmony Foundation Segment (Harmony); and Rocky Mountain National Park Segment (RMNP, ROMO). Each of these segments has a different funding source and therefore will be tracked separately on Pay Applications and other documentation. Work within RMNP will not be permitted when Aspenglen Campground is open, which will span from May 21, 2020 to September 30, 2020. This portion of work for RMNP will have its own project timeline and number of working days. RMNP has their own project special provisions which are shown through General Notes in the plan sheets for the Park. The bid documents are structured anticipating that all work within RMNP will be completed after September 30, 2020. If the contractor is interested in completing the work within RMNP prior to May 21, 2020, the Town and RMNP will consider a change order proposal by the successful bidder after award. All bids shall be treated in accordance with the State of Colorado’s “Standard Specifications for Road and Bridge Construction 2017.” All work performed shall additionally follow the specifications listed in the Special Conditions, Standard Special Provisions, and Project Special Provisions. Determination of successful bidder will be made on the basis of the lowest responsive, responsible Bid. Preference may be given to contractors listed on the CDOT Prequalified Contractor Listing to ensure that bidders have adequate experience with CDOT specifications and standards. Contractors must be registered on SAM.gov Page 2 of 116 77 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) PROPOSED SCHEDULE OF ACTIVITIES: Invitation to Bid (ITB) Available January 23, 2020 Pre-Bid Meeting - Mandatory (10:00 A.M.) January 30, 2020 Deadline for Questions (5:00 P.M.) February 6, 2020 Final Addendum Issued February 10, 2020 Bid Opening (2:00 P.M.) February 13, 2020 Notice of Award February 14, 2020 Town Board Approval of Contract March 10, 2020 Pre-Construction Meeting March 12, 2020 Notice to Proceed TBD – March or June, 2020 Final Completion – Town Segment TBD – October 30, 2020 Final Completion – RMNP Segment TBD – October 30, 2020 ALL DATES ARE SUBJECT TO CHANGE. A MANDATORY PRE-BID MEETING will be held at 10:00 a.m. January 30, 2020 at the Town Hall, Room 202, 170 MacGregor Ave, Estes Park, CO. Bids submitted in response to this request shall be for providing all professional construction services necessary for executing roadway and trail construction work as described in this document. The Owner reserves the right to accept any or reject any or all Bids as it may be deemed to be in its best interest. The Owner reserves the right to waive any informalities or irregularities in the bidding. LATE BIDS WILL NOT BE ACCEPTED OR CONSIDERED. The Owner intends to give Notice of Award of bid within 30 days of bid opening. Notice of Award of bid may be provided within 1 day of bid opening. Upon Notice of Award, the successful bidder agrees to execute a Contract for the work and compensation in the Bid on the standard Owner/Contractor Contract supplied herein within 5 days. The Contractor shall name the Town of Estes Park and Rocky Mountain National Park as “additional insured” on their General Liability and Automotive Liability policies. Each bid must be accompanied by a Bid Guaranty consisting of a properly Certified Check, Cashier's Check or Bid Bond, in the amount of five (5) percent of contractor's bid proposal, without conditions, payable to Town of Estes Park. Bid Guaranties consisting of bid bonds will be retained by Town of Estes Park. The Bid Guaranties consisting of Certified Checks and Cashier's Checks, accompanying the three lowest responsive and responsible Bids may be held until a Notice of Award is issued, provided the time from bid opening to Notice of Award does not exceed thirty days; the Bid Guaranties consisting of Certified Checks and Cashier's Checks accompanying the other Bids will be returned promptly after the opening of the bids and verification of the Bids. The Town will verify that the bidder and any designated subcontractors have adequate equipment and experienced personnel to perform the work within the contract time. Please complete the “Contractor Page 3 of 116 78 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) Information Form” and include with submission of bid. Prior to award, the Town may require the apparent low bidder to submit supplemental documentation and references to verify that the bidder and any designated subcontractors have adequate equipment and experienced personnel to perform the work within the contract time. Town of Estes Park bid documents are available on the Rocky Mountain E-Purchasing System (www.rockymountainbidsystem.com) as well as on the Town’s website at www.estes.org/RFP . Interested bidders are responsible for verifying receipt of all applicable documentation, including any associated addenda. The Town of Estes Park cannot guarantee accurate information obtained from sources other than the Rocky Mountain E-Purchasing System (RMEPS). Prospective bidders may make written inquiries by e-mail or through RMEPS before the written inquiry deadline concerning this Bid to obtain clarification of requirements. There will be opportunity to make inquiries during the pre-bid conference. No inquiries will be accepted after the deadline for questions. Inquiries regarding this Bid should be referred to: Ryan Barr Town of Estes Park Public Works Department Estes Park, CO 80517 rbarr@estes.org Response to bidders’ inquiries will be published as a modification/addendum on the Rocky Mountain Bid System in a timely manner. Bidders cannot rely on any other statements that clarify or alter any specification or other term or condition of the Bid. Should any interested bidder, sales representative, or manufacturer find any part of the listed specifications, terms and conditions to be discrepant, incomplete, or otherwise questionable in any respect, it shall be the responsibility of the concerned party to notify the above contact person of such matters immediately upon discovery. Page 4 of 116 79 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) INSTRUCTIONS TO BIDDERS 1.0 BID DOCUMENTS The following documents constitute the bid documents for this project. By submitting a bid, the bidder certifies and represents that it has been furnished with all of the bid documents, is familiar with them, and intends to be bound by them. Furnished with Bid Packet: Invitation to Bid Special Conditions Instructions to Bidders Project Special Provisions Construction Agreement Standard Special Provisions Bid Schedule Drawings and Construction Plans Bid Bond Contractor Information Form Performance & Payment Bond FHWA Form 1273 General Conditions Federal Bid and Contract Provisions 2.0 BIDDER’S UNDERSTANDING The bidder is responsible to be informed of, and the bidder awarded the contract shall comply with, all federal, state, and local laws, statutes, and ordinances relative to the execution of the work. This requirement includes, without limitation, applicable regulations concerning minimum wage rates, nondiscrimination in the employment of labor, protection of public and employee safety and health, permits, fees, and similar subjects. The bidder is responsible to have inspected the site of the proposed work and to have become familiar with the site layout and all site conditions, including subsurface soil conditions and materials and obstructions that might affect the work. The bidder is presumed to have made adequate allowances within the bid for all such conditions. 3.0 BID SUBMISSION Each bid shall be carefully prepared using the bid schedule provided. Entries shall be typed using dark black ribbon or legibly written in dark ink. All prices shall be stated in words and numbers except where the form provides for numbers only. Use of the provided bid form in MS Excel spreadsheet format is acceptable. The bidder shall submit the following as its bid package: a) A complete and signed bid schedule b) A signed copy of each addendum issued c) An appropriate Bid Guaranty in the amount of 5% of the bid value d) A signed Contractor Information Form e) Any other appropriate supplementary information Page 5 of 116 80 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) 4.0 SIGNATURES The bidder shall sign the bid with the bidder’s usual signature and shall give the bidder’s full business address. Bids by partnerships shall be signed with the partnership name followed by the signature and designation of one of the partners or other authorized representative. A complete list of partners shall be included with the bid. Bids by a corporation shall be signed in the official corporate name of the corporation, followed by the signature and designation of the president, secretary, or other person authorized to bind the corporation and shall display the corporate seal. The names of all persons signing should also be typed or printed below the signature. Bidding corporations shall designate the state in which they are incorporated, the address of their principal office, and the name and address of their agent for service of process. A bid by a person who adds the word “president,” “secretary,” “agent,” or other designation without disclosing the principal will be rejected. The bidder’s name stated on the bid shall be the exact legal name of the firm. 5.0 REJECTION OF PROPOSAL: The Town of Estes Park Public Works Department reserves the right to reject any or all proposals and to waive formalities and minor irregularities in proposals received if deemed in the best interest of the Town to do so. If, in the judgment of the Town, the bids or proposals are substantially equal, the Town Board may award the contract to a company located in the Estes Valley or Larimer County. The total cost of bid preparation and submission shall be assumed by the Contractor. 6.0 METHOD OF PAYMENT: In the event that a service is requested which is not listed on the Bid, the Contractor, and the Town will negotiate an appropriate unit price for the service prior to any work being done. Billing and payment cycles are as printed on the Annual Vendor Payment Schedule generated by the Town’s Finance Department and based on a twice per month method. The amount of such payment shall be based upon certified progress reports and billing covering the work performed and based upon work completed. The invoice will be submitted to the Town representative, as identified above, for approval. Payments will not exceed 95% until the project is completed and accepted by the Town. 7.0 SUBCONTRACTS: Upon the Town’s request, the bidder shall supply the Town with a list of all subcontractors the bidder plans to employ to complete the project. The Town reserves the right to disapprove the use of any or all subcontractors that, in the Town’s judgment, are not reasonably capable of performing the work required. 8.0 AWARD OF CONTRACT: An Evaluation/Selection Committee composed of members of the Public Works Department staff will evaluate all submitted bids. Determination of successful bidder will be made on the basis of the lowest responsive, responsible Bid that is most advantageous to the Town. Factors to be considered during bid evaluation will include: conformance to this document, price, schedule, qualifications and capacity of firm and staff to perform the proposed work, projects of similar scope and budget (regardless of owner agency), and previous Town projects and references. The executed contract will be a Unit Price Not-To-Exceed type contract and the Town will generate a Page 6 of 116 81 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) Purchase Order to reflect the contract value. Invoicing shall not exceed the contract without a previously approved change order to the Contract. 9.0 RESPONSE MATERIAL OWNERSHIP: All material submitted regarding this bid becomes the property of the Town and will only be returned to the Contractor at the Town’s option. The Town of Estes Park has the right to use any or all ideas presented in reply to this bid. Disqualification of bidder does not eliminate this right. 10.0 WARRANTY: A two-year warranty will be applied to this project. 11.0 SCHEDULE: The selected Contractor shall furnish a Construction Schedule at the Pre-Construction meeting. The schedule shall be updated and reissued weekly and shall reflect actual job progress, delays or gains of time and any rescheduling. The original schedule and each updating shall be furnished in 1 copy to the Owner. All costs for this scheduling shall be borne by the Contractor. Pay requests will not be processed without such updates. 12.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE: All Bids shall remain open for sixty (60) days after the day of the Bid opening, but Owner may, in his sole discretion, release any Bid and return the Bid Security prior to that date. 13.0 SIGNING OF AGREEMENT: When Owner gives a Notice of Award to the Successful Bidder, within five (5) days thereafter, Contractor shall deliver to Owner one set of the required Security Bonds and Insurance forms and two fully signed sets of Contract Documents. No Agreement is binding upon the Owner until it has been executed by the Owner and delivered to the Contractor. Page 7 of 116 82 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) TOWN OF ESTES PARK CONSTRUCTION AGREEMENT THIS AGREEMENT is effective as of the day of , 2020 by and between the Town of Estes Park (TOEP), a body corporate and political, P.O. Box 1200, Estes Park, Larimer County, Colorado, 80517, (hereinafter called OWNER) and (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1. WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: Fall River Trail [INSERT PROJECT SCOPE OF WORK] Article 2. PROJECT MANAGER The Project Manager shall be Ryan Barr, Public Works Department, Estes Park, Colorado, who is hereinafter called PROJECT MANAGER and who is to act as OWNER's representative, assume all duties and responsibilities and have the rights and authority assigned to PROJECT MANAGER in the Contract Documents in connection with completion of the Work in accordance with the Contract Documents. Article 3. CONTRACT TIMES The Fall River Trail (RTP, LWCF, Harmony, RMNP) project shall be completed as follows: Notice of Award Town Board Approval Pre-Construction Meeting Notice to Proceed No Work within Rocky Mountain National Park May 21 – September 30, 2020  Work prohibited unless otherwise approved: o Memorial Day weekend (Friday May 22 – Monday May 25, 2020) o Independence Day weekend (Friday July 3) o Labor Day weekend (Friday September 4 – Monday September 7, 2020) o Thanksgiving (Thursday November 26 – Friday November 27, 2020) o Christmas Eve and Christmas Day (Thursday December 24 – Friday December 25, 2020) o New Years Day (Friday January 1, 2020) Page 8 of 116 83 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) The date of beginning and the time for completion of the Work are essential conditions of the Contract Documents. The Contractor agrees to complete this project within 105 working days (Contract Time). The contractor will proceed with the Work at such rate of progress to insure full completion within the Contract Time. It is expressly understood and agreed, by and between the Contractor and the Owner, that the Contract Time for the completion of the Work described herein is a reasonable time, taking into consideration the average climate and economic conditions and other factors prevailing in the locality of the Work. Adjustments in the completion date will be made for weather days, etc. as allowed in the specifications. If the Contractor shall fail to complete the Work within the Contract Time, or extension of time granted by the Owner pursuant to a Change Order or approved weather day credits, then the Contractor will pay to the Owner the amount for liquidated damages as specified in this Article. The Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the Work is due to the following and the Contractor has promptly given Written Notice of such delay to the Owner. A. To any act of the Owner. B. To foreseeable causes beyond the control and without the fault or negligence of the Contractor, including but not restricted to, acts of God, or the public enemy, fires, floods, epidemics, quarantine restrictions, strikes, freight embargoes, and unprecedented severe weather. C. Provision for unusually severe weather is included within the specified construction period. No further allowance for severe weather shall be made regardless of actual weather conditions, except for adverse weather of unprecedented severity as determined by the Owner. Contractor shall assume responsibility for adequate weather protection of work in progress and work in place, recognizing the inclement weather typical of the mountain environment and the season of the year. D. Any inconvenience or scheduling delays caused by the failure or neglect of any Subcontractor, suppliers or material personnel shall not be considered as an unforeseeable cause beyond the control and without the fault of the Contractor and further shall not be grounds for delay of the completion of the Work. The Owner shall have the right to deduct the amount of liquidated damages from any moneys due or to become due to the Contractor, or to sue for and recover compensation from the Contractor and his Surety. Liquidated Damages OWNER and CONTRACTOR recognize that time is of the essence of this Agreement, and that the OWNER will suffer financial loss if the Work is not completed in accordance with the contract time set forth in Article 3 of this Agreement. Further, the parties recognize that delays, expense and difficulties in proving in a legal proceeding the actual losses or damages including special, indirect, consequential, incidental and any other losses or damages suffered by OWNER if the Work is not completed as required in Article 3 of this Agreement. Accordingly, and instead of requiring proof of such loss or Page 9 of 116 84 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) damages, the parties agree that as liquidated damages for delay (but not as a penalty), CONTRACTOR shall pay OWNER $ [LD Value based on Contract Amount per CDOT Standard Specs 108.09] for each calendar day that expires after the time specified in Article 3 of this Agreement for Final Completion of the Work. By execution of this Agreement, the OWNER and CONTRACTOR expressly agree that these liquidated damages amounts are reasonable under the circumstances existing at the time this Agreement is executed. Article 4. CONTRACTOR PRICE OWNER shall pay the CONTRACTOR for completion of the Work in accordance with the Contract Documents an amount in current funds equal to the sum of the amounts determined pursuant to the unit prices times the quantities of work actually completed. Unit prices are those shown in the Proposal and Quantities of work actually completed will be determined by the PROJECT MANAGER. Article 5. PAYMENT PROCEDURES CONTRACTOR shall submit Applications for Payment and Final Payment in accordance with the General Conditions. Article 6. INTEREST All moneys not paid when due as provided in the General Conditions shall bear interest at the rate of 10% per annum compounded monthly. Article 7. CONTRACTOR'S REPRESENTATIONS In order to induce OWNER to enter into this Agreement, CONTRACTOR makes the following representations: 7.1 CONTRACTOR has examined and carefully studied the Contract Documents (including any Addenda(s)) and the other related data identified in the Bidding Documents including "technical data". 7.2 CONTRACTOR has reviewed the site, and become familiar with, and is satisfied as to the general, local, and site conditions that may affect cost, progress, performance or furnishing the Work. 7.3 CONTRACTOR acknowledges he knows, understands, and accepts all plans, specifications, and design intent of the Work. 7.4 CONTRACTOR acknowledges he has met with the Project Manager and has been in correspondence with the Project Manager and has sought and received clarification of all issues concerning construction and design. 7.5 CONTRACTOR assumes full responsibility and obligation for safety, high quality workmanship, and timely completion of this project as illustrated by the plans, drawings, and specifications. Contractors are required to comply with applicable federal, state, and local safety and health laws, regulations and ordinances. If the contractor fails to provide documentation and Page 10 of 116 85 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) certification as set forth in FHWA Form 1273, and any other requirements of the Agreement, the contractor shall be specifically liable for any damages, including loss of reimbursement, attributable to contractor’s failure to comply with the applicable regulations. 7.6 CONTRACTOR understands that he may make on-site layout and grading and construction modifications to achieve the desired intent. Such modifications/grading changes and layout cost are already included in the Contract Documents. 7.7 CONTRACTOR understands and acknowledges that this Agreement is a performance-based Agreement, either based on: 1) unit prices 2) maximum lump sum amount 3) price quote; totaling $ ________[INSERT VALUE HERE] that shall not be exceeded or increased, except for contract changes allowed, agreed, and approved in writing by Change Order. 7.8 CONTRACTOR will work cooperatively with the PROJECT MANAGER to mutually achieve a final product acceptable to OWNER. 7.9 CONTRACTOR shall indemnify, save and hold harmless the OWNER from all damages, claims, and judgments whatsoever (including costs, legal fees, and expenses incurred by the OWNER related to such damages or claims) to the OWNER or claimed by third parties against the OWNER, arising directly or indirectly out of CONTRACTOR'S negligent performance of any of the requirements, provisions, or services furnished under this Agreement. 7.10 CONTRACTOR has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all examinations, investigations, explorations, tests, reports and studies which pertain to the subsurface or physical conditions at or contiguous to the site or otherwise may affect the cost, progress, performance or furnishing of the Work as CONTRACTOR considers necessary for the performance of furnishing the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents,; and no additional examinations, investigations, explorations, tests, reports, studies or similar information or data are or will be required by the CONTRACTOR for such purposes. 7.11 CONTRACTOR has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing underground facilities at or contiguous to the site and assumes responsibility for the accurate location of said underground facilities. No additional examinations, investigations, explorations, tests, reports, studies or similar information or data in respect of said underground facilities are or will be required by CONTRACTOR in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of the General Conditions. 7.12 CONTRACTOR has correlated the results of all such observations, examinations, investigations, tests, reports, and data with the terms and conditions of the Contract Documents. 7.13 CONTRACTOR has given PROJECT MANAGER written notice of all conflicts, errors, or discrepancies that he has discovered in the Contract Documents and the written resolution thereof by PROJECT MANAGER is acceptable to CONTRACTOR. Page 11 of 116 86 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) Article 8. CONTRACT DOCUMENTS The Contract Documents which comprise the entire agreement between OWNER and CONTRACTOR concerning the Work, may consist of all, or some, of the following: 8.1 This Agreement 8.2 Exhibits to this Agreement 8.3 Notice of Award 8.4 Notice to Proceed 8.5 Invitation to Bid 8.6 Instructions to Bidders 8.7 Special Conditions 8.8 General Conditions 8.9 Drawings bearing the titles: Fall River Trail, Fall River Extension Trail – Segment 2A & 3, Harmony Foundation, Inc. – Pedestrian Bikepath, Fall River Trail Extension – Aspenglen Connection (Rocky Mountain National Park) (not attached hereto) 8.10 Addenda (s). 8.11 Contractor’s Bid. (Bid Proposal, Price Quote, Bid sheet & Appendix) 8.12 Bid Bond 8.13 Performance & Payment Bond 8.14 Drawings, Plans, Details 8.15 CDOT Standard Specifications for Road and Bridge Construction (not attached hereto), Standard Special Provisions, Project Special Provisions 8.16 Contractor Information Form 8.17 Documentation submitted by CONTRACTOR prior to Notice of Award. 8.18 Change Orders (post approval signatures) 8.19 Insurance Certificate, Business License, Tax Certification. 8.20 The following which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto: All Written Amendments and other documents amending, modifying, or supplementing the Contract Documents pursuant to the General Conditions. The documents composing the Contract Documents are attached to this Agreement and made part hereof (except as expressly noted otherwise above). There are no Contract Documents other than those listed above. The Contract Documents may only be amended, modified, or supplemented as provided in the General Conditions. In case of conflicting provisions, requirements or discrepancies the order of application of the Contract Documents is as follows: 1. Change Orders for clarification of drawings 2. This Agreement 3. Addenda 4. Drawings, Plans, Details 5. Project Special Provisions Page 12 of 116 87 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) 6. Special Conditions 7. Standard Special Provisions 8. General Conditions 9. CDOT Standards Specifications for Road and Bridge Construction Article 9. MISCELLANEOUS 9.1 Reference to the General Conditions shall include modification thereto by any Supplementary Conditions issued. 9.2 No assignments by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 9.3 Except for the intended beneficiaries of any "Payment and Performance Bond" executed in conjunction with this Agreement, nothing in this Agreement shall be construed to give any rights or benefits by virtue of this Agreement to anyone other than OWNER and CONTRACTOR, and all duties and responsibilities undertaken pursuant to this Agreement will be for the sole and exclusive benefit of OWNER and CONTRACTOR and not for the benefit of any other party. 9.4 OWNER and CONTRACTOR each binds itself, its partners, successors, assigns and legal representatives to the other party hereto, its partners, successors, assigns and legal representatives in respect to all covenants, agreements and obligations contained in the Contract Documents. 9.5 In the event of default of any of the provisions of this Agreement by either party which shall require the party not in default to commence legal actions against the defaulting party, the defaulting party shall be liable to the non-defaulting party for the non-defaulting party's reasonable attorney fees and costs, including fees of experts, incurred because of the default. Additionally, CONTRACTOR shall indemnify the OWNER for legal expenses and costs incurred by the OWNER by reason of claims filed by suppliers, subcontractors or other parties, against the Retainage held by the OWNER where the OWNER has paid such sums to the CONTRACTOR. 9.6 The OWNER has appropriated sufficient funds to pay the contract price. (Purchase Order Number: XXXXXX) 9.7 Any provisions or part of the Contract Documents held to be void or unenforceable under any Law or Regulations shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. Page 13 of 116 88 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in duplicate. One counterpart each has been delivered to OWNER and CONTRACTOR. All portions of the Contract Documents have been signed, initialed or identified by OWNER and CONTRACTOR or identified by PROJECT MANAGER on their behalf. This Agreement will be effective as provided on the first page hereof. TOWN OF ESTES PARK By: ______________________________ By: __________________________ Title: Mayor Title: ________________________ (If CONTRACTOR is a corporation attach evidence of authority to sign.) Attest: __________________________ Attest: ______________________ Address for giving notices: Address for giving notices: 170 MacGregor Avenue P. O. Box 1200 Estes Park, Colorado 80517 970-577-3575, rbarr@estes.org Page 14 of 116 89 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) PERFORMANCE AND PAYMENT BOND Bond No.__________________ KNOW ALL MEN BY THESE PRESENTS that: FIRM ADDRESS (an Individual), (a Partnership), (a Corporation), hereinafter called Principal; and FIRM ADDRESS hereinafter called Surety, are held and firmly bound unto the Town of Estes Park, P.O. Box 1200, Estes Park, Colorado, 80517, a Municipal Corporation, hereinafter called the Owner, in the penal sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum well and truly to be made, we bind ourselves, successors and assigns, jointly and severally, firmly by these presents. THE CONDITIONS OF THESE OBLIGATIONS are such that whereas the Principal entered into a certain Contract Agreement with the Owner, dated the day of , 20 , a copy of which is hereto attached and made a part hereof for the performance of Town of Estes Park Project titled . NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties, all the undertakings, covenants, terms, conditions and agreements of said Contract Agreement during the original term thereof, and any extensions thereof which may be granted by the Owner, with or without Notice to the Surety and during the life of the guaranty period, and if he shall satisfy all claims and demands incurred under such Contract Agreement, and shall fully indemnify and save harmless the Owner from all cost and damages which it may suffer by reason of failure to do so, and shall reimburse and repay the Owner all outlay and expense which the Owner may incur in making good any default, and if he shall promptly make payment to all persons, firms, subcontractors and corporations furnishing materials for or performing labor in the prosecution of the work provided for in such Contract Agreement, and any authorized extension or modification thereof, including all amounts due for materials, lubricants, repairs on construction of such work, and all insurance premiums on said work, and for all labor, performed in such work whether by subcontractor or otherwise, then this obligation shall be void; otherwise to remain in full force and effect. Page 15 of 116 90 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Agreement or to the work to be performed thereunder or the specifications accompanying the same shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract Agreement or to the work or to the specifications. PROVIDED, FURTHER, that no final settlement between Owner and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. IN WITNESS WHEREOF, this instrument is executed in three (2) counterparts, each one of which shall be deemed an original, this the day of , 20____ . IN PRESENCE OF: PRINCIPAL BY ADDRESS (Corporate Seal) OTHER PARTNERS (Surety Seal) SURETY ATTORNEY IN FACT ADDRESS NOTE: Date of Bond must not be prior to date of Contract Agreement. If Contractor is partnership, all partners should execute Bond. IMPORTANT: Surety Company must be authorized to transact business in the State of Colorado and be acceptable to the Owner. Page 16 of 116 91 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) TOWN OF ESTES PARK PUBLIC WORKS DEPARTMENT BID BOND KNOW ALL MEN BY THESE PRESENTS, that we, the undersigned, , as Principal, and , as Surety, are hereby held and firmly bound unto the Town of Estes Park, Colorado, as Owner, in the penal sum of for the payment of which, will and truly to be made, we hereby jointly and severally bind ourselves, successors and assigns. THE CONDITION of this obligation is such that whereas the Principal has submitted to the Town of Estes Park, Colorado, the accompanying Bid Proposal, and hereby made a part hereof to enter into a Contract Agreement for the construction of the following Town of Estes Park Project: Fall River Trail (RTP, LWCF, Harmony, RMNP) WHEREAS, the Owner, as a condition for receiving said Bid Proposal, requires the Principal to deposit with the Owner a Bid Proposal Guaranty, equivalent to not less than Five (5) Percent of the amount of said Bid Proposal. NOW, THEREFORE, a. If said Bid Proposal shall be rejected; or in the alternate, b. If said Bid Proposal shall be accepted and the Principal shall execute and deliver a Contract Agreement (properly completed in accordance with said Bid Proposal) and shall furnish a Performance and Payment Bond upon the forms prescribed by the Owner for the faithful performance of said Contract; and for the payment of all persons performing labor of furnishing materials in connection therewith; and shall in all other respects perform the agreement created by the acceptance of said Bid Proposal; then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal amount of this obligation as therein stated. Page 17 of 116 92 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) The Surety, for value received, hereby stipulated and agrees that the obligations of said Surety and its bond shall be in no way impaired or affected by any extension of the time within which the Owner may accept such Bid; and said Surety does hereby waive notice of any such extension. IN WITNESS WHEREOF, the Principal and the Surety have hereunto set their hands and seals, this _______ day of ________________, 20___ and such of them as are corporations have caused their corporate seals to be hereto affixed and these presents to be signed by their proper officers, the day and year first set forth above. PRINCIPAL SURETY Name: Address: By: Attorney-in-fact: Title (SEAL) (SEAL) Note: Surety Companies executing bonds must be authorized to transact business in the State of Colorado and be acceptable to the Owner. Page 18 of 116 93 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) BID SCHEDULE BIDDERS: INSERT UNIT PRICES IN THE EXCEL SPREADSHEET PROVIDED (Bid Schedule), PRINT IT OUT, SIGN IT, AND INSERT THE BID SCHEDULE IN PLACE OF THIS PLACEHOLDER PAGE. Page 19 of 116 94 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) CONTRACTOR INFORMATION FORM Company Name: Proposed for Fall River Trail Superintendent: Project Manager: Foremen: 1) Project Name and Location: Project Year: Completion Date: Contractor Project Staff (Super, Foremen, PM): Subcontractors: Agency Project Manager (PM) Name & Agency: Agency PM Email: Agency PM Phone: Work Performed: *Low bidders may be asked to provide tabular description of work performed, to include work items performed, project quantities, unit prices, and total cost. 2) Project Name and Location: Project Year: Completion Date: Contractor Project Staff (Super, Foremen, PM): Subcontractors: Agency Project Manager (PM) Name & Agency: Agency PM Email: Agency PM Phone: Work Performed: Page 20 of 116 95 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) 3) Project Name and Location: Project Year: Completion Date: Contractor Project Staff (Super, Foremen, PM): Subcontractors: Agency Project Manager (PM) Name & Agency: Agency PM Email: Agency PM Phone: Work Performed: 4) Project Name and Location: Project Year: Completion Date: Contractor Project Staff (Super, Foremen, PM): Subcontractors: Agency Project Manager (PM) Name & Agency: Agency PM Email: Agency PM Phone: Work Performed: Page 21 of 116 96 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) 5) Current Work Under Contract: Code Project Cost Owner Start Finish Work Description A B C D E F G H I J SIGNATURE: DATE: FIRM: Page 22 of 116 97 1 FHWA-1273 -- Revised May 1, 2012 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. 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal-aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal-aid highway does not include roadways functionally classified as local roads or rural minor collectors. II. NONDISCRIMINATION The provisions of this section related to 23 CFR Part 230 are applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60- 1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under Page 23 of 116 98 2 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 Page 24 of 116 99 3 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 Page 25 of 116 100 4 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 Not applicable per CPW Page 26 of 116 101 5 will notify the contracting officer within the 30-day period that additional time is necessary. (4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. d.If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally- assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records a.Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis- Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee ( e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH–347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency.. (2) Each payroll submitted shall be accompanied by a “Statement of Compliance,” signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (i) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. Page 27 of 116 102 6 (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. Page 28 of 116 103 7 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. Page 29 of 116 104 8 VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal-aid construction contracts on the National Highway System. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116). a. The term “perform work with its own organization” refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. 5. The 30% self-performance requirement of paragraph (1) is not applicable to design-build contracts; however, contracting agencies may establish their own self-performance requirements. VII. SAFETY: ACCIDENT PREVENTION T h i s p r o v i s i o n i s applicable to all Federal-aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704). 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: Page 30 of 116 105 9 "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. X.CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more – as defined in 2 CFR Parts 180 and 1200. 1. Instructions for Certification – First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c.The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. d.The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e.The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. “First Tier Covered Transactions” refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). f.The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g.The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. h.A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration. Page 31 of 116 106 10 i.Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. * * * * * 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2.Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. “First Tier Covered Transactions” refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e 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 Page 32 of 116 107 11 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. Page 33 of 116 108 12 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 (1c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1c) above. 5.The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. 6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on-site work. Page 34 of 116 109 BID AND CONTRACT PROVISIONS FOR NON-FEDERAL ENTITIES UNDER FEDERAL AWARDS The following federal regulations are as applicable for the federal funds received for this work including Department of Interior National Park Service and Department of Transportation Federal Highway Administration. Where applicable, these provisions appl y to the Town, prime contractor and the prime’s subcontracts. Includes provisions from 2CFR Part 200, Appendix II. (A) In addition to other provisions required by the Federal agency, the State and/or the Town, all contracts made by the Town under the Federal award must contain provisions covering the following, as applicable. (A) Contracts for more than the simplified acquisition threshold currently set at $250,000, which must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. (B) All contracts must address termination for cause and for convenience by the Town including the manner by which it will be effected and the basis for settlement. (C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of “federally assisted construction contract”, 3 must include the equal opportunity clause. (D) The contracts must include a provision for compliance with the Copeland “Anti-Kickback” Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, “Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States”). The Act provides that each contractor must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The Town must report all suspected or reported violations to the Federal awarding agency. (E) Contract Work Hours and Safety Standards Act (40 U.S.C. 3701–3708). Where applicable, all contracts awarded by the Town in excess of $100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under this Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. (F) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of “funding agreement” under 37 CFR § 401.2 (a) and the recipient wishes to enter Page 35 of 116 110 into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that “funding agreement,” the recipient must comply with the requirements of 37 CFR Part 401, and any implementing regulations issued by the awarding agency. (G) Clean Air Act (42 U.S.C. 7401–7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251–1387), as amended. Contracts in excess of $250,000 must contain a provision that requires the contractor to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401–7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251–1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency (EPA). (H) 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 (42 U.S.C. 6201). (I) Debarment and Suspension (Executive Orders 12549 and 12689). A contract award must not be made to parties listed on the government-wide Excluded Parties List System in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549 (3 CFR Part 1986 Comp., p. 189) and 12689 (3 CFR Part 1989 Comp., p. 235), “Debarment and Suspension.” The Excluded Parties List System in SAM contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. All contractors and subcontractors must be registered on SAM.gov. (J) Byrd Anti-Lobbying Amendment (31 U.S.C. 1352). Contractors that apply or bid for an award of $100,000 or more must certifies that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award. Each contractor must disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. (K) 200.322 Procurement of recovered materials. The Town and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired by the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. Page 36 of 116 111 (L) Architectural Barriers Act (ABA) of 1968. The ABA stands as the first measure by Congress to ensure access to the built environment for people with disabilities. The ABA is enforced through standards for accessible design. (M) Buy America Steel and Iron. All manufacturing processes, including the application of a coating, for all steel and iron products permanently incorporated in the work shall have occurred in the United States of America. All manufacturing processes are defined as “processes required to change the raw ore or scrap metal into the finished, in-place steel or iron product”. This requirement will not prevent a minimal use of foreign steel or iron provided the total project delivered cost of all such steel and iron which includes the cost of delivering the steel and iron to the project, does not exceed one-tenth of one percent of the total contract cost or $2,500, whichever is greater. If there is any foreign steel or iron permanently incorporated into the project the Contractor shall provide documentation of the project delivered cost of that foreign steel or iron. The Contractor shall maintain on file certifications that every process, including the application of a coating, performed on steel or iron products either has or has not been carried out in the United States of America. This certification applies to every iron or steel product that requires pre-inspection, pretesting, certified test results, or a certificate of compliance. The Contractor shall obtain such a certification from each supplier, distributor, fabricator, and manufacturer that has handled each steel or iron product. These certifications shall create a chain of custody trail that includes every supplier, distributor, fabricator, and manufacturer that handles the steel or iron product. The lack of these certifications will be justification for rejection of the steel or iron product. The Contractor shall maintain a document summarizing the date and quantity of all steel and iron material delivered to the project. The document shall show the pay item, quantity of material delivered to the project, along with the quantity of material installed by the cutoff date for the monthly progress payment. The summary shall also reconcile the pay item quantities to the submitted Buy America certifications. The Contractor shall also maintain documentation of the project delivered cost of all foreign steel or iron permanently incorporated into the project. Both documents shall be submitted to the Project Engineer within five days of the cutoff date for the monthly progress payment. A monthly summary shall be submitted even if no steel or iron products are incorporated into the project during the month. The summary document does not relieve the Contractor of providing the necessary Buy America certifications of steel and or iron prior to permanent incorporation into the project. The Town shall be allowed access to this documentation upon request. Prior to the permanent incorporation into the project of steel or iron products the Contractor shall certify in writing that the documentation is on file and the steel or iron products are in compliance with this requirement Page 37 of 116 112 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) GENERAL CONDITIONS 1.0 CONTRACT DOCUMENTS It is understood and agreed that the bid documents, the Contractor’s bid, any addenda and change orders issued by the Town, and all drawings, construction plans, specifications, and engineering data furnished by the Contractor and accepted by the Town are included in the contract, and the Contractor warrants that the work will strictly conform to the requirements therewith. 2.0 DEFINITIONS Words, phrases, or other expressions used in these Contract Documents shall have meanings as follows: “Contract” shall mean the construction contract, which incorporates all of the contract documents by reference therein. “Contract documents” shall mean those documents set forth in Article 8 of the Contract. “Town” or “Owner” shall mean the Town of Estes Park, Colorado and its duly authorized agents. All notices, letters, and other communication directed to the Town shall be addressed and delivered to the Town as specified in the Special Conditions. “Contractor” shall mean the corporation, company, partnership, firm, other legal business entity or individual so named and designated in the contract and its or their duly authorized representatives. “Subcontractor” shall mean and refer only to a corporation, partnership, other legal business entity or individual having a direct contract with the Contractor for performing work at the job site. “Day” or “days” shall mean a calendar day. “Work” shall mean the equipment, supplies, materials, labor, and services to be furnished under the Contract and the carrying out of all obligations imposed by the contract documents. “Drawings” and “construction plans” shall include all of the following: (a) drawings furnished by the Town as a basis for bids; (b) supplementary drawings furnished by the Town to clarify and to define in greater detail the intent of the contract drawings and specifications; (c) drawings submitted by the Contractor with its bid, provided such drawings are acceptable to the Town; (d) drawings furnished by the Town to the Contractor during the progress of the work; and (e) engineering data and drawings submitted by the Contractor during the progress of the work provided such drawings are acceptable to the Town. “Substantial completion,” “substantially complete,” or “substantially completed” shall mean the date when the construction is sufficiently complete, in the Town’s judgment, in accordan ce with the contract and the contract documents, as modified by any change orders agreed to by the Town, so that the work or designated portion thereof is available for use by the Town. “Inspector,” “representative,” “construction observer,” “observer,” “engineer,” and similar terms mean the person or persons designated by the Town to monitor the progress of the work on behalf of the Town. Wherever in the contract documents the words “as ordered,” “as directed,” “as required,” “as permitted,” “as allowed,” or words or phrases of like effect and import are used, it shall be understood that the order, Page 38 of 116 113 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) direction, requirement, permission, or allowance of the Town is intended only to the extent of judging compliance with the terms of the contract; none of these terms shall imply that the Town has authority or responsibility for supervision of the Contractor’s forces or construction operations, such supervision and the sole responsibility therefore being strictly reserved for the Contractor. Similarly, the words “approved,” “reasonable,” “suitable,” “acceptable,” “proper,” “satisfactory,” or words of like effect and import, unless otherwise particularly specified herein, shall mean approved, reasonable, suitable, acceptable, proper, or satisfactory in the sole judgment of the Town. Wherever in the contract documents the expression “it is understood and agreed” or an expression of like import is used, such expression shall mean the mutual understanding and agreement of the parties executing the contract. “Official acceptance” shall mean the Town’s written acceptance of all work performed under the contract based on final inspection and issuance of a final payment certificate. 3.0 EXECUTION OF CONTRACT Two (2) copies of the contract and the performance and payments bonds will be prepared by the Town. If required by the bonding agency in writing, a third copy of the contract and the performance and payment bonds will be prepared by the Town. The copies will be submitted to the Contractor, who shall execute the Contract, insert executed copies of the required performance and payment bonds, power of attorney, and insurance certificates and submit all copies to the Town. The date of contract on the contract and performance and payment bonds shall be left blank for filling in by the Town. The certification date on the power of attorney shall also be left blank for filling in by the Town. The Town will execute all copies, insert the date of contract on the contract, performance and payment bonds, and power of attorney, retain one (1) copy, and distribute the remaining copy/copies to the Contractor. 4.0 LEGAL ADDRESSES All notices, letters, and other communication to the Contractor shall be mailed or delivered to either the Contractor’s business address listed in the bid or the Contractor’s office in the vicinity of the work, with delivery to either of these addresses being deemed as delivery to the Contractor. The address of the Town is hereby designated as the place to which all notices, letters, and other communication to the Town shall be mailed or delivered as identified in the special conditions. 5.0 SCOPE AND INTENT OF CONTRACT DOCUMENTS The specifications and drawings are intended to supplement but not necessarily duplicate each other. Any work exhibited in the one and not in the other shall be executed as if it had been set forth in both so that the work will be constructed according to the complete design as determined by the Town. Should anything necessary for a clear understanding of the work be omitted from the specifications and drawings, or should the requirements appear to be in conflict, the Contractor shall secure written instructions from the Town before proceeding with the work affected thereby. Any detail that appears on one page of the drawings shall be as if it appears on all sections within the set of drawings. It is understood and agreed that the work shall be performed according to the true intent of the contract documents. 6.0 INDEPENDENT CONTRACTOR The Town hereby retains the Contractor for the Project to perform the services on the terms and conditions specified in the Contract Documents, and the Contractor agrees so to serve. The parties agree that the Contractor shall be an independent contractor and shall not be an employee of the Town. The Page 39 of 116 114 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) Contractor, as an independent contractor, is not entitled to workers’ compensation benefits and unemployment insurance benefits, and the Contractor is obligated to pay federal and state income tax on any monies earned pursuant to the contract relationship. 7.0 ASSIGNMENT AND SUBCONTRACTING The Contractor shall not assign by power of attorney or otherwise any of the money payable under this Contract unless prior written consent of the Town has been obtained. No right under this Contract, nor claim for any money due or to become due hereunder, shall be asserted against the Town or persons acting for the Town by reason of any so-called assignment of the Contract, or any part thereof, unless such assignment has been authorized by the prior written consent of the Town. In case the Contractor is permitted to assign monies due or to become due under this Contract, the instrument of assignment shall contain a clause subordinating the claim of the assignee to all prior liens for services rendered or materials supplied for the performance of the work. The Town reserves the right to disapprove the use of any or all subcontractors, which, in the Town’s opinion, are not reasonably capable of performing the work required. Should any subcontractor fail to perform in a satisfactory manner the work undertaken, the subcontractor shall be immediately terminated by the Contractor upon notice from the Town. The Contractor shall be as fully responsible and accountable to the Town for the acts and omissions of subcontractors and of persons either directly or indirectly employed by the Contractor. Nothing contained in the Contract shall create any contractual relationship between any subcontractor and the Town. 8.0 ORAL STATEMENTS It is understood and agreed that the written terms and provisions of this Contract shall supersede all oral statements of representatives of the Town, and oral statements shall not be effective or construed as being a part of this Contract. 9.0 REFERENCE STANDARDS Reference to the standards of any technical society, organization, or association or to codes of local or state authorities shall mean the latest standard, code, specification, or tentative standard adopted and published at the date of taking bids unless specifically stated otherwise. 10.0 OWNER’S DRAWINGS AND SPECIFICATIONS The Contractor will be furnished up to five (5) sets of all drawings, including revisions thereto, and up to five (5) copies of the specifications without charge. 11.0 CONTRACTOR TO CHECK DRAWINGS AND LISTS The Contractor shall check all dimensions, elevations, and quantities indicated on the drawings and lists furnished to it by the Town. The Contractor shall notify the Town of any discrepancy between the drawings and the conditions at the site or any error or omission in drawings or in the layout as given by stakes, points, or instructions which the Contractor may discover in the course of the work. The Contractor shall not be allowed to take advantage of any error or omission in the drawings or Contract Documents. Full instructions shall be furnished by the Town upon discovery of such error or omission, and the Contractor shall carry out such instructions as if originally specified. 12.0 FIGURED DIMENSIONS TO GOVERN Dimensions and elevations indicated on the drawings shall be accurately followed even though different from scaled measurements. No work indicated on the drawings, the dimensions of which are not indicated, shall be executed until necessary dimensions have been obtained from the Town. Page 40 of 116 115 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) 13.0 PROJECT MANAGEMENT The coordination of all field construction shall be under the direction of the Contractor, who shall be responsible for coordinating work between various subcontractors and resolving any conflicts between subcontractors regarding scheduling or coordination. The time of completion is of the essence of the Contract, and the Contractor shall be responsible for performing the work in accordance with the specified construction schedule. If at any time the Contractor’s work is behind schedule, the Contractor shall increase f orces, work overtime, or otherwise accelerate operations to comply with the schedule and shall put into effect definite procedures for getting the work back on schedule. The proposed procedures shall be subject to the Town’s approval or modification. The procedures adopted shall be put into effect immediately. The Contractor will not be allowed extra compensation for costs incurred because of additional regular or premium time or of additional mobilization of equipment required to keep its work on schedule. 14.0 NO WAIVER OF RIGHTS Neither the inspection by the Town or any of its officials, employees, or agents, nor any order by the Town for payment of money, or any payment for, or acceptance of, the whole or any part of the work by the Town, nor any extension of time, nor any possession taken by the Town or its employees shall operate as a waiver of any provision of the Contract, or of any power herein reserved to the Town, or any right to damages herein provided, nor shall any waiver of any breach in the Contract be held to be a waiver of any other or subsequent breach. 15.0 CONSTRUCTION OBSERVATION The Town may appoint such inspectors as the Town deems proper to observe the materials furnished and the work performed for compliance with the drawings and specifications. The Contractor shall furnish all reasonable assistance required by the inspectors for the proper observation of the work. Should the Contractor object to any order given by any inspector, the Contractor may make written appeal to the Town for a decision. Inspectors shall have the authority to reject work that is unsatisfactory, faulty, defective, or does not conform to the requirements of the drawings and specifications. Observation shall not relieve the Contractor from any obligation to construct the work strictly in accordance with the drawings and specifications. Work not so constructed shall be removed and replaced by the Contractor at its own expense. 16.0 FIELD RECORDS The Contractor shall maintain at the site office current copies of all drawings, specifications, and other Contract Documents and supplementary data, complete with latest revisions thereto. In addition, the Contractor shall maintain a continuous record of all field changes and, at the conclusion of work, shall incorporate all such changes on the drawings and other engineering data and shall submit the required number of copies thereof to the Town. 17.0 CONTRACTOR’S SUPERVISION AT THE SITE The Contractor shall furnish adequate management, supervisory, and technical personnel on the site to ensure expeditious and competent handling of the work. A superintendent experienced in construction of the type specified and who is a permanent member of the Contractor’s organization shall be a resident at the Project throughout the construction. The superintendent shall be fully authorized to act for the Contractor and to receive whatever orders or notices may be given for the proper prosecution of the work. Page 41 of 116 116 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) The Contractor’s field organization shall include an experienced staff of qualified technical personnel to handle on-site engineering, planning, and direction of all fieldwork. The Contractor shall be responsible for complete supervision and control of its subcontractors as though they were its own forces. Notice to the Contractor shall be considered notice to any affected subcontractor. 18.0 CONTRACTOR’S OFFICE During the performance of the Contract, the Contractor shall maintain a suitable office, which shall be headquarters of a representative authorized to receive drawings, instructions, or other communication or articles. Any communication given to the said representative or delivered to the Contractor’s office in its absence shall be deemed to have been delivered to the Contractor. Copies of items listed under Section 16.0, “FIELD RECORDS,” shall be kept at the Contractor’s office at the site of the work, available for use at all times. 19.0 RELATIONS WITH OTHER CONTRACTORS The Contractor shall cooperate with all other contractors who may be performing work on behalf of the Town and workers who may be employed by the Town in the vicinity of the work under the Contract and shall conduct operations to minimize interference with the work of such contractors or workers. The Contractor shall promptly make good, at the Contractor’s own expense, any injury or damage that may be sustained by other contractors or employees of the Town at the Contractor’s hands. Any difference or conflict that may arise between the Contractor and other contractors shall be resolved as determined by the Town. If the work of the Contractor is delayed because of any acts or omissions of any other contractor, the Contractor shall have no claim against the Town on that account other than an extension of time. If any part of the Contractor’s work is dependent upon the quality and completeness of work performed under another contract, the Contractor shall inspect the other contractor’s work and promptly report defects therein which render such work unsuitable for the proper execution of the work under this Contract. Failure to report such defects to the Town shall constitute the Contractor’s acceptance of such work as suitable to receive the Contractor’s work; provided, however, that the Contractor shall not be responsible for defects which develop after such inspection and which could not have been reasonably detected or foreseen. 20.0 METHODS OF FIELD OPERATION The Contractor shall inform the Town in advance as to the Contractor’s plans for carrying out each part of the fieldwork. Review by the Town of any plan or method of work proposed by the Contractor shall not relieve the Contractor of any responsibility therefor, and such review shall not be considered as an assumption of any risk or liability by the Town or any officer, agent, or employee thereof. The Contractor shall have no claim because of the failure or inefficiency of any plan or method so reviewed. Any method of work suggested by the Town, but not specified, shall be used at the risk and responsibility of the Contractor, and the Town shall have no responsibility therefor. The Contractor alone shall be responsible for the safety, adequacy, and efficiency of the plan, equipment, and methods. The Contractor shall comply with all applicable requirements of federal, state, and local codes and of all other authorities having jurisdiction over its work. Page 42 of 116 117 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) The Contractor shall be solely and completely responsible for conditions related to Contractor’s work including safety of all persons and property during performance of the work. This requirement will apply continuously and not be limited to normal working hours. The Town shall not be responsible for reviewing the adequacy of the Contractor’s safety measures in, on, or near the construction site, and the Contractor shall be solely responsible for the adequacy of such measures. 21.0 LINES AND GRADES All work shall be done to the lines, grades, and elevations indicated on the drawings. The Contractor shall provide suitable equipment and competent workers who shall locate and lay out the work. The Contractor shall provide experienced instrument survey personnel, competent assistants, and such instruments, tools, stakes, and other materials required to complete survey, layout, and measurement work. In addition, the Contractor shall furnish, without charge, competent persons and such tools, stakes and other materials as the Town may reasonably require in establishing or designating control points, in establishing construction easement boundaries, or in checking survey layout and measurement work performed by the Contractor. Basic horizontal and vertical control points will be established or designated by the Town. These points shall be used as datum for work under this Contract. The Contractor shall keep the Town informed, within a reasonable time not less than two (2) working days in advance of the times and places at which the Contractor wishes to do work, so that any checking of horizontal and vertical control points deemed necessary by the Town may be done with minimum inconvenience to the Town and minimum delay to the Contractor. Any work done without being properly located may be ordered removed and replaced at the Contractor’s expense. 22.0 PRESERVATION OF MONUMENTS AND STAKES The Contractor shall carefully preserve all monuments, benchmarks, property pins, reference points, and stakes. The Contractor shall be charged with the expense of replacement of any such items destroyed and shall be responsible for any mistake or loss of time that may be caused. Permanent monuments or benchmarks which must be removed or disturbed shall be protected until they can be properly referenced for relocation. The Contractor shall furnish materials and assistance for the proper replacement of such monuments or benchmarks, but actual replacement shall be done by a licensed surveyor. 23.0 PROTECTION OF PROPERTY AND PUBLIC LIABILITY FOR DAMAGES The Contractor shall be accountable for any damages resulting from its operations. The Contractor shall be fully responsible for the protection of all persons including members of the public, employees of the Town, and employees of other contractors or subcontractors, and all public and private property. The Contractor is responsible for any damage to existing structures, work materials, or equipment resulting from the Contractor’s operations and shall repair or replace any damaged structures, work materials, or equipment to the satisfaction of, and at no additional cost to, the Town. The Contractor is responsible for all damage to streets, roads, curbs, sidewalks, highways, shoulders, ditches, embankments, culverts, bridges, or other public or private property that may be caused by transporting equipment, materials, or personnel to or from work. The Contractor shall make satisfactory and acceptable arrangements with the agency having jurisdiction over the damaged property concerning its repair or replacement. Page 43 of 116 118 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) The Contractor shall give reasonable advance notice to the owners of public or private property and utilities when such property and utilities are susceptible to injury, damage, or restricted access through the performance of the work and shall make all necessary arrangements with such owners relative to the removal and replacement or protection of such property or utilities. The Contractor shall provide such advance notice in a manner acceptable to the Town. 24.0 EMERGENCY PROTECTION Whenever, in the opinion of the Town, the Contractor has not taken sufficient precaution for the safety of the public or the protection of the work to be constructed under the Contract or of adjacent structures or property, and whenever, in the opinion of the Town, an emergency has arisen and immediate action is considered necessary, then the Town, with or without notice to the Contractor, may provide suitable protection by causing work to be done and material to be furnished and placed. The cost of such work and material shall be borne by the Contractor and, if the same is not paid on presentation of the bills therefore, such costs may be deducted from any amounts due or to become due the Contractor. The performance of such emergency work shall not relieve the Contractor of responsibility for any damage that may occur. 25.0 FORCE MAJEURE Notwithstanding anything contained herein to the contrary, in the event and to the extent that fire, flood, earthquake, natural catastrophe, explosion, accident, riot, terrorist attack, war, illegality, or any other cause beyond the control of the parties hereto prevents or delays performance by either party, such party shall be relieved of the consequences thereof without liability, so long as and to the extent that performance is prevented by such cause; provided, however, that such party shall exercise due diligence in its efforts to resume performance as soon as practicable. 26.0 CHARACTER OF WORKERS The Contractor shall employ only workers who are competent to perform the work assigned to them and, in the case of skilled labor, who are adequately trained and experienced in their respective trades and who do satisfactory work. 27.0 PREFERENCE IN EMPLOYMENT OF COLORADO LABOR The Contractor hereby covenants and agrees that, pursuant to C.R.S. § 8-17-101, Colorado labor shall be employed to perform the work to the extent of not less than eighty percent (80%) of each type or class of labor in the several classifications of skilled and common labor employed on the Project or public works. “Colorado labor” shall mean any person who is a resident of the state of Colorado at the time of employment, without discrimination as to race, color, creed, sex, age, or religion except when sex or age is a bona fide occupational qualification. 28.0 INSURANCE REQUIREMENTS The Contractor agrees to procure and maintain, at its own cost, the following policy or policies of insurance. The Contractor shall not be relieved of any liability, claims, demands, or other obligations by reason of its failure to procure or maintain insurance, or by reason of its failure to procure or maintain insurance in sufficient amounts, durations, or types. The Contractor shall procure and maintain the minimum insurance coverages listed below. Such coverages shall be procured and maintained with forms and insurers acceptable to the Owner. All coverages shall be continuously maintained from the date of commencement of services under the Contract Documents. In the case of any claims-made policy, the necessary retroactive dates and extended reporting periods shall be procured to maintain such continuous coverage. (1) Workers’ Compensation insurance to cover obligations imposed by the Workers’ Page 44 of 116 119 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) Compensation Act of Colorado and any other applicable laws for each employee engaged in the performance of Work under this Agreement, and Employers’ Liability insurance with minimum limits of Five Hundred Thousand Dollars ($500,000) each accident, Five Hundred Thousand Dollars ($500,000) disease – policy limit, and Five Hundred Thousand Dollars ($500,000) disease – each employee. (2) Commercial General Liability Insurance with minimum combined single limits of One Million Dollars ($1,000,000) each occurrence and Two Million Dollars ($2,000,000) aggregate. The policy shall be applicable to all premises and operations. The policy shall include coverage for bodily injury, broad form property damage (including complete operations), personal injury (including coverage for contractual and employee acts), blanket contractual, independent contractors, products, and completed operations. The policy shall contain a severability of interests provision. (3) Commercial Automobile Liability insurance with a minimum combined single limits for bodily injury and property damage of not less than One Million Dollars ($1,000,000) each occurrence with respect to each of Contractor’s owned, hired and/or non-owned vehicles assigned to or used in performance of the services. The policy shall contain a severability of interests provision. The policy shall include coverage for uninsured/underinsured motorists. The policies required above, except for the Workers’ Compensation insurance and Employers’ Liability insurance, shall include or be endorsed to include the Owner, its officers and employees, as additional insureds. Every policy required above shall be primary insurance, and any insurance carried by the Owner, its officers, or its employees, shall be excess and not contributory insurance to that provided by Contractor. The additional insured coverage for the insurance required above shall not contain any exclusion for bodily injury or property damage arising from completed operations. The Contractor shall be solely responsible for any deductible losses under each of the policies required above. Certificates of insurance shall be completed by Contractor’s insurance agent as evidence that policies providing the required coverages, conditions, and minimum limits are in full force and effect, and shall be subject to review and approval by the Owner. Each certificate shall identify the Contract Documents and shall provide that the coverages afforded under the policies shall not be cancelled, terminated or materially changed until at least 30 days prior written notice has been given to the Owner. The Owner reserves the right to request and receive a certified copy of any policy and any endorsement thereto. Failure on the part of Contractor to procure or maintain policies providing the required coverages, conditions, and minimum limits shall constitute a material breach of contract upon which the Owner may immediately terminate the contract, or at its discretion may procure or renew any such policy or any extended reporting period thereto and may pay any and all premiums in connection therewith, and all monies so paid by the Owner shall be repaid by Contractor to the Owner upon demand, or the Owner may offset the cost of the premiums against any monies due to Contractor from the Owner. . 28.1 Builder’s Risk If specified in the Special Conditions, the Contractor shall procure and keep in force during the duration of the Contract a Builder’s Risk policy to protect the Town and the Contractor against risks of damage to buildings, structures, materials, and equipment. Perils shall include, but not be limited to, fire, lightning, vandalism, and malicious mischief. The amount of such insurance shall be not less than the insurable value of the work at completion or as specified in the Special Conditions. Builder’s Risk insurance shall provide for losses to be payable to the Contractor and the Town as their interests may appear and shall contain a waiver of subrogation rights against the insured parties. Page 45 of 116 120 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) 28.2 Owner’s Protective Liability If specified in the Special Conditions, the Contractor shall procure and keep in force during the duration of the Contract a policy of Owner’s Protective Liability insurance showing the Town as Named Insured. Coverages shall remain in effect until the work is accepted by the Town and shall be written for limits of a minimum of One Million Dollars ($1,000,000) per occurrence and Two Million Dollars ($2,000,000) annual aggregate. The Contractor shall evidence coverages initially with an insurance binder, with the actual insurance policy submitted to the Town within thirty (30) days of the effective date. The Contractor shall be responsible for purchasing additional insurance coverage if the Two Million Dollar ($2,000,000) aggregate is exhausted before the Project is completed. 28.3 Insurance Policies Insurance required shall be with companies qualified to do business in the State of Colorado with a general policyholder’s financial rating of not less than A+3A as set forth in the most current edition of “Best’s Insurance Reports” and may provide for deductible amounts as the Contractor may deem to be reasonable for the Project, but in no event greater than Twenty Thousand Dollars ($20,000). No such policies shall be cancelable or subject to reduction in coverage limits or other modification except after thirty (30) days prior written notice to the Town. However, where cancellation of coverage is due to nonpayment of premium, a ten (10) day written notice to the Town is required. The Contractor shall not do or permit to be done anything that shall invalidate the insurance policies referred to in this Section 28. All insurance policies provided herein shall be issued in the names of the Contractor and the Town. Such policies shall be for the mutual and joint benefit and protection of the Contractor and the Town. All policies shall contain a provision that the Town, although named as an Additional Insured, shall nevertheless be entitled to recovery under said policies for any loss occasioned to it, its servants, agents, citizens, and employees by reason of negligence of the Contractor. All policies shall be written as primary policies not contributing to or in excess of coverage that the Town may carry. The Contractor shall furnish certificates evidencing required insurance coverage to the Town. Such certificates shall be in a form acceptable to the Town. 29.0 INDEMNITY The Contractor hereby covenants and agrees to indemnify, defend, save, and hold harmless the Town from any and all liability, loss, costs, charges, penalties, obligations, expenses, attorney’s fees, litig ation, judgments, damages, claims, and demands of any kind whatsoever in connection with, arising out of, or by any reason of any violation of the Contract or of any law, ordinance, or regulation by the Contractor, the Contractor’s agents, employees, servants, subcontractors, or business invitees, or by reason of any injury or damage however occurring to any person or persons whomever (including the Contractor, the Contractor’s agents, employees, servants, subcontractors, or business invitees) or to propert y of any kind whatsoever and to whomever belonging (including the Contractor, the Contractor’s agents, employees, servants, subcontractor, or business invitees), or from any cause or causes whatsoever while in, upon, about, or in any way connected with the Project or any portion thereof during the term of the Contract. The Contractor hereby assumes all risk and damage to property or injury to persons in, upon, or about the Project arising from any cause, and the Contractor hereby waives all claims in respect thereof against the Town. 30.0 RELEASE OF LIABILITY Acceptance by the Contractor of the last payment shall be a release to the Town and every officer and agent thereof from all claims and liability hereunder for anything done or furnished for or relating to the work or for any act or neglect of the Town or of any person relating to or affecting the work. Page 46 of 116 121 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) 31.0 CLAIMS FOR LABOR AND MATERIALS The Contractor shall indemnify, defend, save, and hold harmless the Town from all claims for labor and materials furnished under the Contract. When requested by the Town, the Contractor shall submit satisfactory evidence that all persons, firms, or corporations who have done work or furnished materials under the Contract for which the Town may become legally liable have been fully paid or satisfactorily secured. In case such evidence is not furnished or is not satisfactory, an amount will be retained from money due the Contractor that in addition to any other sums which may be retained will be sufficient in the opinion of the Town to liquidate all such claims. Such amount will be retained until the claims as aforesaid are fully settled or satisfactorily secured. Before final acceptance of the work by the Town, the Contractor may be required to submit to the Town a notarized and sworn affidavit stating that all subcontractors, vendors, persons, or firms who have furnished labor or materials for the work have been fully paid and that all taxes have been paid. 32.0 RIGHT OF TOWN TO TERMINATE CONTRACT 32.1 For Default If the work to be done under the Contract is abandoned by the Contractor, or if the Contract is assigned without the written consent of the Town, or if the Contractor is named in proceedings in bankruptcy or for reorganization, or if a general assignment of assets is made for the benefit of creditors, or if a receiver is appointed for the Contractor or any of the Contractor’s property, or if at any time the Town certifies that the performance of the work under the Contract is being unnecessarily delayed, the Contractor is violating any of the conditions of the Contract, or the Contractor is executing the same in bad faith or otherwise not in accordance with the terms of said Contract, or if, in the judgment of the Town, the work will not be or cannot be substantially completed within the time named for its completion or within the time to which such completion date may be extended, then the Town may serve written notice upon the Contractor and the Contractor’s surety of the Town’s intention to terminate this Contract. Unless within five (5) days after the serving of such notice a satisfactory arrangement is made for continuance, this Contract shall terminate at 12:01 a.m. on the sixth calendar day following service of said notice. In the event of such termination, the surety shall have the right to take over and complete the work provided that if the surety does not (a) within ten (10) days affirm in writing its intention to take over and complete the work, and (b) within thirty (30) days commence performance, the Town may take over and prosecute the work to completion by contract or otherwise. The Contractor and the surety shall be liable to the Town for all excess cost sustained by the Town by reason of such prosecution and completion. The Town may take possession of and utilize in completing the work all materials, equipment, tools, and plant on the site of the work. Any termination for default, which shall be determined to be improper or unwarranted in any respect, shall be deemed to be a termination for convenience as provided in Paragraph 32.2, “For Convenience,” below. 32.2 For Convenience The performance of work under the Contract may be terminated by the Town in accordance with this Paragraph in whole or from time-to-time in part whenever the Town shall determine that such termination is in the best interest of the Town. Any such termination shall be effected by delivery to the Contractor of a Notice of Termination specifying the extent to which performance of work under the Contract is terminated and the date upon when such termination becomes effective. Upon termination for convenience, the Town shall be liable for the Contractor’s unit price for the work then performed if a unit price contract, or for the value of the work completed, if a lump-sum contract, but shall not be liable for the Contractor’s anticipated profits on the work terminated. Page 47 of 116 122 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) 33.0 BEGINNING, PROGRESS, AND COMPLETION OF THE WORK The time of completion is of the essence of the Contract. The work shall be prosecuted to completion in accordance with the schedule stipulated in the Contract subject to adjustment as provided in the Contract Documents. A detailed construction schedule shall be prepared by the Contractor and submitted to the Town for review on or before the date of the preconstruction conference. This schedule shall be approved before performing any work that will affect public traffic. The schedule shall contain the various activities required to perform the work and the dates the activities will be started and completed in order to complete the work in accordance with the specified schedule requirements. The Contractor is responsible for determining the sequence and time estimates of the detailed construction activities. However, the Town reserves the right to require the Contractor to modify any portion of the schedule the Town determines to be impracticable or unreasonable as required to coordinate the Contractor’s activities with those of other contractors, if any, engaged in work for the Town on the site, to avoid undue interference with the Town’s operations, and/or to ensure completion of the work by the date or dates stipulated. Upon acceptance by the Town of the Contractor’s detailed construction schedule, the Contractor shall be responsible for maintaining such schedule. If at any time the Contractor’s work is behind schedule, the Contractor shall immediately put into effect definite procedures for getting the work back on schedule. The procedures shall be subject to review and modification by the Town. The Contractor shall not be allowed extra compensation for costs incurred because of accelerated operations required to maintain the schedule. 34.0 UNFAVORABLE CONSTRUCTION CONDITIONS During periods of unfavorable weather, wet grounds, or other unsuitable construction conditions, the Contractor shall confine operations to work that will not be affected adversely thereby. No portion of the work shall be constructed under conditions that would affect adversely the quality or efficiency thereof unless special means or precautions are taken by the Contractor to perform the work in a proper and satisfactory manner. 35.0 HINDRANCES AND DELAYS The Contractor expressly agrees that the construction period stated in the Contract includes allowance for all hindrances and delays incident to the work. The Contractor further agrees that no claims shall be made for hindrances and delays from any cause during the performance of the work except as specifically provided for in Section 36.0, “SUSPENSION OF WORK,” and Section 37.0, “EXTENSIONS OF TIME,” below. 36.0 SUSPENSION OF WORK The Town reserves the right to suspend and reinstate execution of the whole or any part of the work without invalidating the provisions of the Contract. Orders for suspension or reinstatement of work shall be issued by the Town to the Contractor in writing. The time for completion of the work shall be extended for a period equal to the time lost by reason of the suspension. Extra costs and expenses that are caused by work suspensions ordered by the Town shall be paid by the Town to the Contractor. 37.0 EXTENSIONS OF TIME Should the Contractor be delayed in the final completion of the work by any act or neglect of the Town, by any other contractor employed by the Town, or by strike, fire, or other cause outside of the control of the Contractor and which could have been neither anticipated nor avoided, then an extension of time Page 48 of 116 123 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) sufficient to compensate for the delay will be granted by the Town provided that the Contractor gives the Town prompt notice in writing of the cause of delay in each case and demonstrates that it has used all reasonable means to minimize the delay. No damages shall be payable for any delay not due to an act or neglect of the Town or an employee of the Town. Unless approved in writing by the Town, extensions of time will not be granted for delays caused by unsuitable ground conditions, inadequate construction force, or the failure of the Contractor to place orders for equipment or materials sufficiently in advance to ensure delivery when needed, or unfavorable weather. Failure of Town -furnished equipment and materials to arrive as scheduled or failure of other construction contractors to meet their schedule shall not be justification for an extension of time except where such failure causes, in the opinion of the Town, an actual delay in the Contractor’s work. 38.0 REJECTED WORK AND MATERIALS The Contractor, upon written notice from the Town, shall remove from the premises all work and materials rejected as defective, unsound, improper, or in any way failing to conform to the requirements of the Contract Documents. The Contractor shall, at Contractor’s sole expense, make good all work damaged by such removal and shall promptly replace materials damaged or improperly worked and re- execute or replace the work of any other contractor that is in any way affected by the removal of the defective work. The obligations of the Contractor under this Section shall not extend to defective materials or equipment supplied by the Town. If the Contractor does not remove rejected work and materials within ten (10) days after written notice, the Town may remove and replace such work and materials at the expense of the Contractor. If the Town prefers to accept work that is not in accordance with the requirements of the Contract Documents, the Town may do so instead of requiring its removal and correction, in which case the Contract amount will be reduced as appropriate and equitable. 39.0 PLACING WORK IN SERVICE If desired by the Town, portions of the work may be placed in service when completed, and the Contractor shall provide proper access for this purpose. Such use and operation shall not constitute an acceptance of the work, and the Contractor shall be liable for defects due to faulty construction throughout the duration of the Contract and thereafter as provided under Section 64.0, “GUARANTEE,” below. 40.0 CLEANLINESS The Contractor shall give special attention to keeping the work site clean and free from trash and debris. Trash, debris, and waste materials shall not be allowed to accumulate, but shall be regularly removed from the site and disposed of by and at the Contractor’s expense. Promptly upon completion of the construction work, all Contractor-owned facilities, materials, and construction plant shall be removed from the site. 41.0 SECURITY The Contractor shall be responsible for all materials and equipment in the Contractor’s custody or placed in construction by the Contractor. Security methods shall be employed by the Contractor as required to ensure the protection of all materials, equipment, and construction work from theft, vandalism, fire, and all other damage and loss. Page 49 of 116 124 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) 42.0 CONSTRUCTION AREA LIMIT Prior to beginning any removal or construction, the Contractor shall meet with the appropriate Town representative to clearly define the limits of work. Any and all work performed beyond the limits so defined or before such limits are defined by the Town shall be at the sole expense of the Contractor and without compensation from the Town. 43.0 PROTECTION OF WORK The Contractor shall be solely responsible for the protection of the work until its final acceptance by the Town. The Contractor shall have no claim against the Town because of any damage or loss to the Contractor’s work and shall be responsible for the complete restoration of damaged work to its original condition complying with specifications and drawings. In the event the Contractor’s work is damaged by another party not under the Contractor’s supervision or control, the Contractor shall make claim directly with the party involved. If a conflict or disagreement develops between the Contractor and one of the other contractors concerning the responsibility for damage or loss to the Contractor’s work, the conflict shall be resolved as provided under Section 19.0, “RELATIONS WITH OTHER CONTRACTORS,” above. Such conflict shall not be cause for delay in the restoration of the damaged work. The Contractor shall restore the work immediately and the cost thereof will be assigned pending the resolution of the conflict. 44.0 REPAIR OF DAMAGES The Contractor shall immediately repair any damage that results from this construction or abnormal use, including damage done to existing facilities. All such repair work shall be acceptable to the Town. 45.0 TESTING The Town may require testing to satisfy itself of compliance with the Contract. This testing may be performed by an independent testing laboratory acceptable to the Town. All initial test costs shall be paid by the Town unless otherwise stated in the Contract. All re-tests on account of failed tests shall be paid by the Contractor. 46.0 COOPERATION WITH THE TOWN The performance of construction work that affects the operation of the Town’s utility systems shall be scheduled to be performed only at times acceptable to the Town. In the event that it is necessary to either interrupt or to impose abnormal operating conditions on any Town utility system, such procedure must be acceptable to the Town and a complete understanding and agreement must be reached by all parties concerned well in advance of the time scheduled for such operation, and such understanding shall be definite as to date, time of day, and length of time required. All work shall be scheduled to suit the Town’s convenience taking into consideration the facilities and requirements at all times during construction. The Contractor shall be responsible for paying all regular and premium time labor costs arising from the necessity to perform work that affects the Town’s system facilities at times other than regular working hours. 47.0 MODIFICATIONS Page 50 of 116 125 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) The Contractor shall modify the work whenever so ordered by the Town, and such modifications shall not affect the validity of the Contract. Modifications may involve increases or decreases in the amount of the work for which appropriate contract price adjustment shall be made Except for minor changes that involve no contract price adjustment, all modifications shall be made under the authority of duly executed change orders issued and signed by the Town and accepted and signed by the Contractor. 47.1 Change of Contract Price The contract price constitutes the total compensation payable to the Contractor for performing the work. All duties, responsibilities, and obligations assigned to or undertaken by the Contractor shall be at Contractor’s expense without change in the contract price. The contract price may be changed only by a change order. If the Contractor is entitled by the Contract Documents to make a claim for an increase in the contract price, the claim shall be made in writing and delivered to the Town within ten (10) days of the occurrence of the event giving rise to the claim. Any change in the contract price resulting from any such claim shall be incorporated in a change order. The value of any work covered by a change order or any claim for an increase or decrease in the contract price shall be determined in one of the following ways: (a) where the work involved is covered by lump- sum adjustment prices contained in the Contract Documents, by application of such prices to the quantities of items involved; or if not so covered, then (b) by the unit prices contained in the Contract Documents; or if none, then (c) by mutual acceptance of a lump-sum; or if no agreement is reached, then (d) by cost plus fifteen percent (15%) for overhead and profit. In such case, the Contractor shall submit, in a form prescribed by the Town, an itemized cost breakdown together with supporting data. The amount of credit to be allowed by the Contractor to the Town for any such change that results in a net decrease in cost will be the amount of the actual net decrease as determined by the Town. When both additions and credits are involved in any one change, the combined overhead and profit shall be figured on the basis of the net increase, if any. 47.2 Changes in the Work Without invalidating the Contract, the Town may at any time or from time-to-time order additions, deletions, or revisions in the work, which additions, deletions, or revisions shall be authorized by change orders. Upon receipt of a change order, the 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, a corresponding adjustment shall be made. Additional work performed by the Contractor without authorization of a change order shall not entitle the Contractor to an increase in the contract price or an extension of the contract time, except in the case of an emergency as deemed warranted by the Town. It is the Contractor’s responsibility to notify the surety of any changes affecting the general scope of the work or change in the contract price, and the amount of the applicable bonds shall be adjusted accordingly. The Contractor shall furnish proof of such adjustments to the Town. 47.3 No Modification Without Appropriation No Change Order or other form of order or directive by the Town requiring additional compensable work to be performed, which order or directive causes the aggregate amount payable under the Contract to Page 51 of 116 126 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) exceed the amount appropriated or to be appropriated, in the case of payments to be made in more than one calendar year, for the original contract, shall be issued unless the Contractor is given written assurance that lawful appropriations have been made or will be made to cover the costs of the additional work. 47.4 Reimbursement for Additional Directed Work For any Change Order or other form of order or directive by the Town requiring additional compensable work to be performed, the Town shall reimburse the Contractor for the Contractor’s costs on a periodic basis for all additional directed work performed until a Change Order is finalized. For the purposes of this section, “periodic basis” shall mean at least monthly. In no instance shall the periodic reimbursement be required before the Contractor has submitted an estimate of cost to the Town for the additional compensable work to be performed. 48.0 LAWS AND REGULATIONS The Contractor shall observe and comply with all federal, state, and local ordinances, laws, codes, and regulations and all other applicable requirements of authorities having jurisdiction over the work, including the Federal “Safety and Health Regulations for Construction,” and shall protect and indemnify the Town and the Town’s officers and agents, including its engineers, against any claim or liability arising from or based upon any failure or alleged failure of the Contractor to comply with the same. 49.0 TAXES, PERMITS, AND LICENSES All sales to the Town in its governmental capacity only shall be exempt from sales and use tax pursuant to C.R.S. § 39-26-704. The Contractor may apply with the Department of Revenue, Sales Tax for an exemption certificate pursuant to and purchase the materials for incorporation in this Project tax-free pursuant to C.R.S. § 39-26-708. It shall be the responsibility of the Contractor to obtain all licenses, permits, and inspections required for the work. The Town shall pay for such licenses and permits separate and apart from the Contract. 50.0 PATENTS Royalties and fees for patents covering materials, articles, apparatus, devices, equipment, or processes used in the work shall be included in the Contract price. The Contractor shall satisfy all demands that may be made at any time for such royalties or fees and shall be liable for any damages or claims for patent infringements. The Contractor shall, at the Contractor’s own cost and expense, defend all suits or proceedings that may be instituted against the Town for alleged infringement of any patents involved in the work and, in case of an award of damages, the Contractor shall pay such award regardless of the amount or nature of such award. Final payment to the Contractor by the Town shall not be made while any such suit or claim remains unsettled. 51.0 MATERIALS AND EQUIPMENT Unless specifically provided otherwise in each case, all materials and equipment furnished for permanent installation in the work shall conform to applicable standard specifications and shall be new, unused, and undamaged when installed or otherwise incorporated in the work. No such material or equipment shall be used by the Contractor for any purpose other than that intended or specified unless such use is specifically authorized by the Town in each case. Unless stated otherwise in the Contract Documents, all required tests in connection with acceptance of source of materials or other specification compliance shall be made at the Contractor ’s expense by a properly-equipped laboratory of established reputation whose work and testing facilities are acceptable to the Town. Any change in origin or method of preparation or manufacture of a material being routinely Page 52 of 116 127 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) tested will require new tests. Reports of all tests shall be furnished to the Town in as many copies as required. 52.0 LOCAL SUPPLIERS AND SUBCONTRACTORS The Contractor shall purchase materials from local suppliers and award subcontracts to local subcontractors whenever feasible. 53.0 CONSTRUCTION PLANT AND TEMPORARY FACILITIES The Contractor shall furnish all construction plant, utilities, and temporary facilities and all materials, equipment, and supplies required for prosecution of the work but that will not be incorporated in the completed work. 54.0 RECEIVING, HANDLING, AND STORAGE The Contractor shall receive (from carriers or from the Town’s warehouse), check, unload, handle, and store all materials and equipment to be incorporated in the construction under these specifications. The Contractor shall be responsible for the prompt unloading of materials and equipment and shall pay any demurrage. The Contractor shall provide all storage facilities. Storage areas on the site shall be limited to those areas so designated by the Town. 55.0 RIGHTS-OF-WAY The Town will obtain all permanent right-of-way easements and location agreements required for construction of the work. Temporary permits shall be furnished by the Contractor including, without limitation, right-of-way work permit(s), which may be issued only to licensed contractors. The Contractor shall confine operations to the immediate construction area and shall use due care in placing construction tools, equipment, excavated materials, and construction materials and supplies so as to cause the least possible damage to the property. At the conclusion of the work, all temporary structures, access roads outside the rights-of-way, and other facilities incidental to the new construction shall be removed, and the site shall be restored to its original condition. 56.0 USE OF PRIVATE AND TOWN PROPERTY 56.1 Use of Private Property The Contractor shall comply with all the limitations and provisions of the Town’s easements and agreements. The Contractor shall examine these easements and agreements before beginning the work and shall comply with all provisions thereof. The Contractor shall enter proposed rights-of-way only after the Town notifies the Contractor that easements and/or agreements of the specific section of line have been obtained. Problems involving rights-of-way shall be immediately reported to the Town. In those cases where the Contractor finds it necessary to enter upon, travel across, or otherwise use privately-owned land outside of the rights of such land acquired by the Town in its right-of-way agreements, the Contractor shall make all necessary arrangements or agreements with the landowners involved for such right of entry and use of their property. The Contractor shall obtain a written agreement from each property owner and tenant setting forth the Contractor’s right of entry and use of the property, and a copy of each such agreement shall be filed with the Town. The Contractor shall fulfill each agreement and, at the conclusion of the work and before final payment, shall obtain an executed release Page 53 of 116 128 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) from each agreement signed by the respective property owner and tenant. A copy of the release shall be filed with the Town before final payment will be made for the work. Whenever the right-of-way is occupied by crops which may be damaged by construction operations, the Contractor shall notify the property owner and tenant sufficiently in advance so that the crops may be removed before work is started. The Contractor shall be responsible for all damage to crops located outside the right-of-way limits and shall make satisfactory settlement for any damage directly with the property owner and tenant involved. 56.2 Use of Town Property The Contractor may be permitted to use available land belonging to the Town on or near the site of the work for construction purposes and for the storage of material and equipment. The location and extent of the areas so used shall be as designated by the Town. The Contractor shall be solely responsible for obtaining and shall pay all costs in connection with any additional work area, storage sites, access to the site, or temporary right-of-way that may be required for proper completion of the work. The responsibility for protection and safekeeping of equipment and materials on or near the site is entirely that of the Contractor, and no claim shall be made against the Town by reason of any act of an employee or trespasser. It shall be further understood that should any occasion arise necessitating access to the sites occupied by these stored materials and equipment, the Contractor shall immediately move same. No materials or equipment may be placed upon the Town’s property until the Town has agreed to the location contemplated by the Contractor to be used for storage. The Contractor shall not use or operate any water valves, hydrants, switches, traffic control boxes, or any other Town -owned facilities or utilities of any kind without the written consent of the project manager. All fire hydrants and water control valves shall be kept free from obstruction and available for use at all times. 57.0 PROTECTION OF PUBLIC AND PRIVATE PROPERTY The Contractor shall protect, shore, brace, support, and maintain all underground pipes, conduits, drains, and other underground construction uncovered or otherwise affected by the construction work performed by the Contractor. All pavement, surfacing, driveways, curbs, walks, buildings, utility poles, guy wires, fences, and other surface structures affected by construction operations together with all sod and shrubs in yards and parking shall be restored to their original condition whether within or outside the easement. All replacements shall be made with new materials. No trees shall be removed outside of the permanent easement except where authorized by the Town. Whenever practicable, the Contractor shall tunnel beneath trees in yards and parking when on or near the line of trench. Hand excavation shall be employed as necessary to prevent injury to trees. Trees left standing shall be adequately protected against damage by construction operations. The Contractor shall be responsible for all damage to streets, roads, highways, shoulder, ditches, embankments, culverts, bridges, and other public or private property, regardless of location or character, which may be caused by transporting equipment, materials, or personnel to or from the work or any part or site thereof, whether by the Contractor or the Contractor’s subcontractors. The Contractor shall make satisfactory and acceptable arrangements with the owner, agency, or authority having jurisdiction over the damaged property concerning its repair or replacement or payment of costs incurred in connection with the damage. Page 54 of 116 129 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) All existing fences which interfere with the construction operations shall be maintained by the Contractor until the completion of the work affected thereby unless written permission is obtained from the owner of the fence to leave the fence dismantled for an agreed period of time. Where fences must be maintained across the construction easement, adequate gates shall be installed. Gates shall be kept closed and locked at all times when not in use. On completion of the work across any tract of land, the Contractor shall restore all fences to their original or better condition. 58.0 MAINTENANCE OF TRAFFIC The Contractor is required to maintain access to all private drives throughout the contract period for the Project. The Contractor shall erect, maintain, and remove all barricades, traffic control signs, and devices necessary for any lane closure including detour signs. All such barricades and traffic control signs and devices shall be in accordance with the Manual on Uniform Traffic Control Devices for Streets and Highways published by U.S. Department of Transportation, Federal Highway Administration and as directed by the engineer. The Contractor shall be responsible for ensuring that all work sites are properly cleaned and barricaded prior to the completion of the day’s activities. A barricading plan shall be submitted to the Town at least two (2) working days prior to performing any work affecting public traffic. 59.0 UNDERGROUND INSTALLATIONS Existing underground installations such as water mains, gas mains, sewers, telephone lines, power lines, and buried structures in the vicinity of the work to be done hereunder are indicated on the drawings only to the extent such information has been made available to or discovered by the Town in preparing the drawings. There is no guarantee as to the accuracy or completeness of such information, and all responsibility for the accuracy and completeness thereof is expressly disclaimed. The Contractor shall be solely responsible for locating all existing underground installations, including service connections, in advance of excavating or trenching, by contacting the owners thereof and prospecting. The Contractor shall be required to contact the Utility Notification Center of Colorado (UNCC) at 1-800-922-1987 or 811 at least two (2) working days prior to beginning excavation in the area of UNCC-registered lines to have those utility locations marked by member companies. All other utility lines are to be located by contacting the respective representative. Utility service laterals are also to be located prior to beginning excavation. The Contractor shall use the Contractor’s own information and shall not rely upon any information indicated on the drawings concerning existing underground installations. Any delay, additional work, or extra cost to the Contractor caused by existing underground installations shall not constitute a claim for extra work, additional payment, or damages. 60.0 FINAL CLEAN UP AND GRADING It is the intent of these specifications that at the end of construction work, all holes, ruts, settlements, and depressions resulting from the work be filled and graded to match elevations of adjacent surfaces, and all areas disturbed by construction shall be restored to their original condition to the maximum extent practicable and as acceptable to the Town. Page 55 of 116 130 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) 61.0 DUST CONTROL The Contractor shall be responsible for the abatement and control of dust produced as a result of the Contract. All reasonable measures shall be taken by the Contractor, entirely at the Contractor’s own expense, to control dust. This shall include dust control efforts when deemed necessary by the Town on weekends, holidays, and other time during the contract period when fugitive dust may be a problem. 62.0 NOISE CONTROL Construction machinery and vehicles shall be equipped with practical sound muffling devices and operated in a manner to cause the least noise consistent with efficient performance of the work. 63.0 POLLUTION CONTROL The Contractor shall prevent pollution by sanitary wastes, sediment, debris, and other substances resulting from construction activities by preventing sediment, debris, or other substances from entering water systems, sanitary sewers, storm drains, and culverts and by retaining all spent oils, hydraulic fluids, and other petroleum fluids in containers for disposal off the site. 64.0 GUARANTEE The Contractor shall guarantee the construction equipment, materials, and workmanship furnished under the Contract to be as specified and to be free from defects for a period of two (2) years after the date of final payment. In addition, the equipment furnished by the Contractor shall be guaranteed to be free from defects in design. Upon notification, the Contractor shall promptly make all adjustments, repairs, or replacements which, in the opinion of the Town, arose out of defects and became necessary during the guarantee period. The cost of all materials, parts, labor, transportation, supervision, special tools, and supplies required for replacement or repair of parts and for correction of defects shall be paid by the Contractor or the surety. This guarantee shall be extended to cover all repairs and replacements furnished under the guarantee, and the period of the guarantee for each such repair or replacement shall be one (1) year after installation or completion. The Contractor’s guarantee shall not be construed as a waiver by the Town of the relevant statute of limitations and statute of repose periods. If within ten (10) days after the Town has notified the Contractor of a defect, failure, or abnormality in the work the Contractor has not started to make the necessary repairs or adjustments, the Town is hereby authorized to make the repairs or adjustments or to order the work to be done by a third party, with the cost of such work to be paid by the Contractor or the surety. In the event of an emergency where, in the sole judgment of the Town, delay would cause serious loss or damage, repairs or adjustments may be made by the Town or a third party chosen by the Town without advance notice to the Contractor, with the cost of such work to be paid by the Contractor or the surety. 65.0 FINAL INSPECTION When the work has been substantially completed and at a time mutually agreeable to the Town and Contractor, the Town shall make an inspection of the work. If, based upon such inspection, the Town determines that the work is complete, it shall accept the work, and the running of time for completion shall stop. Notwithstanding such acceptance, the Town may retain such amounts as it deems necessary to compel completion of any punch list items. The Town may, after five (5) days notice to the Contractor, complete the punch list items itself and charge the Contractor for all costs incurred therefor, together with Page 56 of 116 131 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) the amount necessary to compensate the Town for its additional costs, time, and effort. The Town may deduct such amounts from any retainage, and the Contractor shall pay the Town any deficiency. 66.0 CONTRACTOR’S PRICE BREAKDOWN For lump-sum projects, the Contractor shall prepare and submit to the Town for review a breakdown of the contract price according to the system of accounts provided by the Town. The Contractor’s price breakdown shall be reviewed and accepted by the Town before any payments are made under the Contract. Each invoice submitted for payment shall be prepared in accordance with the price breakdown accepted by the Town. An unbalanced breakdown estimate providing for overpayment of the Contractor on items of work which would be performed first will not be acceptable. 67.0 ESTIMATES AND PAYMENTS Not later than the first day of each month, the contractor shall make an estimate of the value of the work completed and of unused materials stored on the site. The estimated cost of repairing, replacing, or rebuilding any part of the work or replacing materials that do not conform to the drawings and specifications will be deducted from the estimated value. Not later than the first day of each month, the Contractor shall furnish to the Town an invoice for completed work and materials purchased for the Project and stored on the site. If the estimate is acceptable to the Town, the Town shall pay the Contractor by the last day of the month. Retainage shall be held on all contracts of $100,000 or more at a rate of five percent (5%) of each progress payment. The Town shall hold retainage until the contract is completed satisfactorily and finally accepted, and shall release retainage in accordance with state law. 68.0 APPROPRIATION To the extent the Contract constitutes a multiple fiscal year debt or financial obligation of the Town, it shall be subject to annual appropriation pursuant to Article X, Section 20 of the Colorado Constitution. The Town shall have no obligation to continue the Contract in any fiscal year in which no such appropriation is made. 69.0 GOVERNMENTAL IMMUNITY ACT No term or condition of this Contract shall be construed or interpreted as a waiver, express or implied, of any of the notices, requirements, immunities, rights, benefits, protections, limitations of liability, and other provisions of the Colorado Governmental Immunity Act, C.R.S. § 24-10-101 et seq. and under any other applicable law. 70.0 FUEL ADJUSTMENTS (SURCHARGES) The Town will not accept fuel adjustments unless said adjustments are specific as to amount and timeframe and are agreed to by the Town and the Contractor in a signed writing prior to the date on which the adjustment is to take effect. 71.0 PARTIAL PAYMENT The Contractor, within seven (7) calendar days following the twenty-fifth day of the month in which work on the Project is performed, shall prepare for the Owner's approval, a partial payment estimate of the value of the Work in place. Page 57 of 116 132 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) The Town’s Project Manager shall, within seven (7) calendar days after receipt of each partial payment estimate, either indicate his/her approval of the estimate by signing and returning a copy to the Contractor or return the estimate unsigned indicating in writing their reason for refusing payment. The Project Manager shall, submit for payment, and process in accordance with the annual Town’s Vendor Payment Schedule said request. The Owner shall retain five percent (5%) of the total value of the amount the Contractor has earned to date, until final completion and acceptance of all Work covered by the Contract Documents. Total retainage shall not be less than five percent (5%) of the contract total. All Work covered by partial payment made shall thereupon become the sole property of the Owner, but this provision shall not be construed as relieving the Contractor of the sole responsibility for the care and protection of the Work upon which payments have been made or the restoration of any damaged Work, or as a waiver of the right of the Owner to require the fulfillment of all terms of the Contract Document. The foregoing, notwithstanding any part or whole of any payment, may be withheld by Owner to the extent it deems necessary and reasonable to protect its interests if it discovers evidence of or has reasonable cause regarding the following, as same relates to provisions of the Contract Documents: A. Defective work, materials or equipment not corrected or replaced. B. Claims filed against Contractor related to the work. C. Reasonable evidence indicating probable filing of such claims against Contractor. D. Failure of Contractor to make payments to subcontractors or for materials, labor, supplies or equipment. E. A reasonable doubt that the Contract may be completed for the then unpaid balance. F. Unsatisfactory progress of the work by Contractor. No monies, payable under this Contract, or any part thereof, shall become due and payable if Owner so elects, until Contractor has provided written evidence or documents that it has fully settled or paid for all materials and equipment used in or upon the work and labor provided in connection therewith. Owner, if it so elects, may pay any or all such bills, wholly or in part, and deduct the amount or amounts so paid from any periodic or final payment. In the event the surety on any bond given by Contractor becomes insolvent, or is placed in the hands of a receiver, or has its right to do business in the state revoked as provided by law, Owner, at its election, shall withhold payment of any estimate filed or approved until Contractor shall give a good and sufficient bond in lieu of the bond so executed by such surety. 72.0 SUBSTANTIAL COMPLETION Upon preparation by the Contractor of the final partial payment estimate, the Contractor shall advise the Owner in writing that the Work is substantially completed under the terms of the Contract Documents and request a semi-final inspection be made in preparation for final acceptance by the Owner. The Owner, upon receipt of written request for semi-final inspection, shall promptly make said inspection for the Work and issue to the Contractor a Written Notice advising him of any deficiencies, corrective measures or cleanup that he must complete prior to preparation of the final payment request. 73.0 FINAL PAYMENT REQUEST, ACCEPTANCE AND RELEASE Page 58 of 116 133 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) Upon Completion of the Work the Contractor within ten (10) calendar days thereafter shall: A. Prepare a final payment request, for Owner's approval, showing the total value of the Work completed in accordance with the Contract Documents and as modified by any Change Orders, less the value of the following: (1) Partial payments previously made by the Owner to the Contractor. (2) Retention of any claims, on file with the Owner, against the Contractor. (3) Estimated costs completing any incomplete or unsatisfactory items of the Work. (4) Payments advanced by the Owner, to subcontractors, material and equipment suppliers, or others, which are known by the Contractor to have been made but not previously accounted for. B. Contractor shall submit in duplicate a signed and notarized affidavit to Owner stating that all subcontractors, vendors, persons, or firms who have furnished labor or materials for the Work have been fully paid or satisfactorily secured and that all taxes, if any, have been paid. The affidavit shall also contain a statement consenting to the final payment signed by the surety company which has provided the performance and payment bond for the Work. C. Notwithstanding the foregoing, in the event Owner incurs any costs or legal fees related to the final settlement or payment thereof, or litigation of claims, then all such costs, expenses, expert and attorney fees shall be withheld from the final payment due the Contractor by Owner and retained by Owner for reimbursement of same. D. The Owner shall advise the Contractor by Written Notice of Acceptance that: (1) The Work has been inspected and accepted by them under the conditions of the Contract Documents. (2) The Work, effective the date of the Notice, is placed under Warranty, at the Contractor's expense for a period of two years, or such other period as called for in the Special Conditions. (3) Final payment to the Contractor shall be subject to the provisions of Section 38-26- 107, C.R.S., including allowance of the time necessary to publish the Notice of Final Settlement and retention of funds necessary to insure the payment of all claims made under the provisions of said Section. Upon submitting the final payment request, the Contractor by such act, indemnifies and saves the Owner and his agents harmless from all claims growing out of the lawful demands of subcontractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, tools and all supplies incurred in the furtherance of the performance of the Page 59 of 116 134 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) Work. The Contractor shall, at the Owner's request, furnish satisfactory evidence that all obligations of the nature designated above have been paid, discharged or waived. If the Contractor fails to do so, the Owner may, after having notified the Contractor, either pay unpaid bills or withhold from the Contractor's unpaid compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged, in accordance with the terms of the Contract Documents, but in no event shall the provisions of this sentence be construed to impose any obligations upon the Owner to either the Contractor, his Surety, or any third party. In paying any unpaid bills of the Contractor, any payment so made by the Owner shall be considered as a payment made under the Contract Documents by the Owner to the Contractor, and the Owner shall not be liable to the Contractor for any such payment made in good faith. The acceptance by the Contractor of final payment shall be and shall operate as a release to the Owner of all claims and all liability to the Contractor for all claims in stated amounts as may be specifically excepted by the Contractor for all things done or furnished in connection with this Work and for every act and neglect of the Owner and others relating to or arising out of this Work. Any payment, however, final or otherwise, shall not release the Contractor or his sureties from the Warranty Period or any other obligations under the Contract Documents or the Performance and Payment Bond. Page 60 of 116 135 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) SPECIAL CONDITIONS 1.0 CONTRACT TIME The Contractor on this project shall commence work under this contract starting on the date stated in the Notice to Proceed (variable) and completing all work, including cleanup and demobilization within 105 working days. This time may be adjusted only by a request in writing and Change Order. 2.0 WORK ZONE REQUIREMENTS Construction work is permitted from 7:00 AM until 7:00 PM, Monday through Friday. Any work on weekends or Town holidays will require negotiation and approval from the Town’s Project Manager. Work is currently allowed during the following Special Events at the O’Connor Pavilion (south of the historic hydroplant, on the south side of Fall River, with a driveway entrance near project STA 126+00 and parking spaces near project STA 135+00), but may require additional traffic control or special coordination: o Wedding Reception – Friday June 5, 2020 o Wedding & Reception – Saturday June 6, 2020 o Estes Valley Land Trust – Thursday June 18, 2020 o Wedding Ceremony – Friday June 19, 2020 o Wedding Reception – Saturday June 20, 2020 o Bar Mitzvah – Saturday July 4, 2020 o Wedding and Reception – Saturday July 11, 2020 o Family Reunion – Sunday July 12, 2020 o Wedding & Reception – Tuesday July 14, 2020 o Wedding & Reception – Saturday July 18, 2020 o Wedding & Reception – Friday August 14, 2020 o Fall River Society – Sunday August 16, 2020 o Wedding – Saturday August 22, 2020 o Newcomers Club Picnic – Sunday August 23, 2020 o Wedding & Reception – Saturday August 29, 2020 o Wedding & Reception – Saturday September 5, 2020 o Wedding – Sunday September 6, 2020 o Wedding – Saturday September 19, 2020 o Wedding Reception – Saturday September 26, 2020 Page 61 of 116 136 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) Between mid-March and mid-April, US Highway 36 will be closed around Mile Marker 8. During this closure, all construction vehicles will need to use alternative route (US 34 or CO 7). The Contractor shall provide a construction schedule at the pre-construction meeting (after the Notice of Award and prior to the Notice to Proceed). The schedule shall detail the Contractor’s plan (sequencing, number of crews, phasing, traffic control) to complete all work by the Final Completion date. Available staging sites are indicated within the plan sheets (Project Site Plan, sheet PS-01). The contractor will also have availability to the Town of Estes Park Public Works yard at 666 Elm Road, Estes Park, CO 80517. Upon demobilization, the Contractor shall restore all staging areas to their original condition including re-establishing vegetation and approximate land contours. Emergency access shall be provided at all times throughout the project limits. Access to all businesses and residences shall be provided at all times. Access coordination shall be made with the business owners to allow deliveries throughout the project for those businesses within the project limits and those outside the project limits impacted by the construction. Full road closures will not be permitted, as access to businesses and residences will need to be maintained throughout the project. All construction signing shall be in conformance with MUTCD standards and the Contractor must provide all traffic control plans for approval by the Project Manager at the Pre-Construction meeting and for any changes in traffic control. Flaggers shall possess a current CDOT Flagger's Card and carry it with them on the job at all times. Flaggers without proper training including a current flagger's card will be relieved of flagging duties and replaced with a properly trained flagger at no cost to the project. Traffic Control lump sum bid item shall cover all associated costs of providing traffic control supervisors (TCS), management, inspection, flaggers, signage, and all necessary traffic control materials and personnel. A separate TCS will be required for each flagging crew. The Contractor shall preserve all existing vegetation and other environmental features except for those which are required to be removed or altered to accommodate the trail and related structures. If the Contractor disturbs any of the landscape designated to remain, he shall restore those areas as directed by the Town or Engineer at the Contractor’s expense. Vegetation damaged for any reason, outside of the limits of disturbance, is the responsibility of the Contractor. Owner reserves the right to delete any portion of the Bid Schedule to stay within the budget (up to 25%). Materials Testing shall be provided by the Town, and Contractor shall coordinate on-site testing. Page 62 of 116 137 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) 3.0 ROCKY MOUNTAIN NATIONAL PARK Refer to Plan Sheets 2000-2008 for details on work within RMNP. The General Notes listed on RMNP’s plan sheet shall supersede any conflicting information in the Special Conditions and Project Special Provisions. Work cannot be performed within RMNP when Aspenglen Campground is open from May 21, 2020 to September 30, 2020. Contractor shall complete all work within RMNP after September 30, 2020 when Aspenglen Campground has closed for the season. RMNP shall host a Resource Briefing orientation with the contractor and all subcontractors before any work commences within RMNP. This orientation will be given again for any new employees or in the case of a remobilization. The footbridge at Aspenglen Campground leading into RMNP shall be considered a pedestrian bridge and therefore no motorized or heavy equipment shall be permitted on the bridge. Note I2 on the RMNP General Note sheet clarifies that the Landscape Boulder (Install Only) item will have NPS staff select boulders from the Glacier Basin pit within RMNP. This pit is approximately 30 minutes (one-way) from the work site during normal traffic conditions, but could increase significantly (45 minutes to an hour) during summer months with increased visitation to the Park. Page 63 of 116 138 PROJECT SPECIAL PROVISIONS TOWN OF ESTES PARK Estes Park, Colorado FALL RIVER TRAIL EXTENSION SEGMENTS 2A (RTP) AND 3 (LWCF) Bid Documents Prepared by: Otak, Inc. 371 Centennial Parkway, Suite 210 Louisville, CO 80027 (303) 444-2073 January, 2020 Page 64 of 116 139 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 1 TOWN OF ESTES PARK PROJECT SPECIAL PROVISIONS FALL RIVER TRAIL EXTENSION: The 2017 Colorado Department of Transportation Standard Specifications for Road and Bridge Construction controls construction of this project. The following special provisions supplement or modify the Standard Specifications and take precedence over the Standard Specifications and plans. PROJECT SPECIAL PROVISIONS Page Index Pages SP-1 Commencement and Completion of Work SP-2 Revision of Section 101 – Definitions and Terms SP-3 Revision of Section 102 – Project Plans and Other Data SP-4 Revision of Section 107 – Protection of Existing Vegetation SP-5 Revision of Section 107 – Stormwater Construction Permit SP-6 Revision of Section 107 – Legal Relations and Responsibility to the Public SP-7 – SP8 Revision of Section 108 – Prosecution and Progress SP-9 Revision of Section 201 – Clearing and Grubbing SP-10 Revision of Section 202 – Removal and Trimming of Trees SP-11 – SP-12 Revision of Section 202 – Removal of Asphalt Mat SP-13 Revision of Section 207 – Topsoil SP-14 Revision of Section 211 – Salvage of Wooden Penstock SP-15 Revision of Section 212 – Seeding SP-16 Revision of Section 213 – Mulching SP-17 Revision of Section 214 – Planting SP-18 – SP-20 Revision of Section 214 – Landscape Maintenance SP-21 – SP-22 Revision of Section 217 – Herbicide Treatment SP-23 Revision of Section 403 – Hot Mix Asphalt SP-24 – SP-26 Revision of Section 504 –Retaining Wall (Grouted Rock) SP-27 – SP-29 Revision of Section 601 – Stone Masonry SP-30 – SP-34 Revision of Section 608 – Sidewalks and Bikeways SP-35 – SP-38 Revision of Section 608 – Detectable Warnings SP-39 Revision of Section 619 – Waterlines SP-40 Revision of Section 628 – Bridge Girder and Deck Unit SP-41 – SP-43 Revision of Section 630 – Construction Zone Traffic Control SP-44 – SP-45 Traffic Control Plan – General SP-46 – SP-48 Utilities SP-49 – SP-51 Page 65 of 116 140 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 2 COMMENCEMENT AND COMPLETION OF WORK The Contractor shall commence work under the Contract on or before the 15th day following Contract execution or the 30th day following the date of award, whichever comes later, unless such time for beginning the work is changed by the Project Manager in the "Notice to Proceed." The Contractor shall complete all work within 105 working days in accordance with the notice to proceed. Section 108 of the Standard Specifications is hereby revised for this project as follows: Subsection 108.03 shall include the following: The Contractor's progress schedule may be a Bar Chart Schedule but should identify the timeline for work within Rocky Mountain National Park (RMNP) separately from the remainder of work. Salient features to be shown on the Contractor's progress schedule are: 1. Notice to Proceed 2. Order Prefabricated Steel Truss Bridges 3. Submittals 4. Construction Signing 5. Mobilization 6. Erosion Control 7. Installation of Traffic Control Devices 8. Clearing and Grubbing 9. Utility Relocations 10. Bridge Foundation Construction 11. Retaining Wall Construction 12. Concrete Flatwork 13. Bridge Setting 14. Railing and Fencing Installation 15. Final Striping and Site Restoration, and Cleanup Page 66 of 116 141 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 3 REVISION OF SECTION 101 DEFINITIONS AND TERMS Section 101 of the Standard Specifications is hereby revised for this project as follows: 101.28 Department. Town of Estes Park Public Works Department. 101.29 Engineer. The Town Engineering Manager acting directly or through an authorized representative, who is responsible for engineering and administrative supervision of the project. The Engineering Manager shall also be defined as the Town Engineer. 101.48 Preconstruction Conference. A meeting of Town project personnel, Contractor project personnel and other stakeholders held prior to the beginning of construction at which topics pertinent to the successful prosecution of the work are discussed. 101.51 Project Engineer. The Town of Estes Park’s Project Manager directly responsible for the overall administration of assigned construction projects. The Project Engineer shall also be defined as the Project Manager. 101.76 State. The State of Colorado or the Town of Estes Park acting through its duly authorized representative. Page 67 of 116 142 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 4 REVISION OF SECTION 102 PROJECT PLANS AND OTHER DATA Section 102 of the Standard Specifications is hereby revised for this project as follows: Subsection 102.05 shall include the following: The Bid Documents will be available for review at the Public Works Department of the Town of Estes Park, (Owner, 170 MacGregor Avenue, Estes Park, CO 80517, until the date set for opening of bids: Bid Documents may be obtained from Rocky Mountain E-Purchasing (BidNet) and the Town of Estes Park’s website in PDF format and upon request if assistance is needed. The Town will maintain a Plan holder's List. Documents listed in the Appendices of the Table of Contents will be available for review in the offices of the Town of Estes Park, (Owner) at 170 MacGregor Avenue, Estes Park, CO. After the bids have been opened, the most responsive and responsible low bidder may obtain from the Town in digital format, if available for the project, one set of cross sections, one set of major structure plan sheets, and one set of computer output data. Hardcopy sets of plans and other available data may be purchased on a cash sale basis from the Town of Estes Park at current reproduction prices. Subcontractors and suppliers may obtain electronic or hardcopy plans and other data from the successful bidder. Page 68 of 116 143 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 5 REVISION OF SECTION 107 PROTECTION OF EXISTING VEGETATION Section 107 of the Standard Specifications is hereby revised for this project as follows: Subsection 107.12 shall include the following: The Contractor shall save all existing vegetation (including trees, shrubs, ground covers, grasses, wetlands & riparian) in this area, except for that vegetation, which must be removed to accommodate construction of the project, per the plans. Specific areas of vegetation to be protected shall be as directed by the Project Engineer or Town’s Parks Division Supervisor and shall be protected by using orange construction fencing, wire fencing with metal posts or silt fence. Fencing for trees shall be installed at the drip line of the tree or as approved by the Engineer. Equipment shall not be installed or stockpile material within 15 feet of existing trees to remain. The Contractor shall perform all the work in such a manner that the least environmental damage will result. All questionable areas or items shall be brought to the attention of the Project Engineer for approval prior to removal or any damaging activity. The Contractor shall promptly report any vegetation damaged or scarred during construction to the Project Engineer for assessment of damages. Damaged or destroyed fenced vegetation, shall be replaced at the expense of the Contractor. Vegetation of replaceable size shall be replaced at the Contractor's expense. When trees, shrubs beyond replaceable size or wetlands have been damaged or destroyed, the Contractor shall be liable for the appraised value based upon the official current publications. For trees and shrubs use the International Society of Arboriculture, Guide for Plant Appraisals. The Contractor shall pay any fines or jail time should a wetland be damaged, at no cost to the project. A consulting Arborist retained by the Public Works Department will determine the value of the trees and shrubs. A consulting Wetland Specialist shall determine the value of the wetland or wetland species. This value will be deducted from any money due to the Contractor. The determination as to whether a plant is of replacement size or beyond will be made by the Town’s Parks Division Supervisor, employee, or consultant. If the fence is knocked down or destroyed by the Contractor, the Engineer will suspend the work, wholly or in part, until the fence is repaired to the Project Engineer’s satisfaction at the Contractor's expense. Time lost due to such suspension will not be considered a basis for adjustment of time charges but will be charged as contract time. Page 69 of 116 144 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 6 REVISION OF SECTION 107 STORMWATER CONSTRUCTION PERMIT Section 107 of the Standard Specifications is hereby revised for this project as follows: Subsection 107.25(c) shall include the following: The Colorado Department of Public Health & Environment Stormwater Construction Permit (CDPHE-SCP) shall be obtained by the contractor. The Town will support the Contractor’s efforts with review and signature when required by State regulations. Page 70 of 116 145 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 7 REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC Section 107 of the Standard Specifications is hereby revised for this project as follows: Subsection 107.02 shall include the following: Permits that the Contractor shall obtain or hold for this project include: (a) A CDPHE Construction Dewatering Permit, (CDW) may be required for this project. It is the responsibility of the Contractor to determine if the permit is needed; to apply for, acquire, pay for and implement this permit. (b) Town of Estes Park Right-of-Way Permits when work obstructs any portion of a roadway or is within the Town’s Right-of-Way. (c) Construction Site Management Plan: The Contractor shall prepare and submit for approval at least (7) days in advance of the beginning of construction a Construction Site Management Plan, (CSMP). The Construction Site Management Plan (CSMP) shall incorporate elements of the Storm Water Management Plan (SWMP). A listing of the requirements for a CSMP is as follows; (1) Erosion and Sedimentation Control Plan: a. Include Stormwater Management Plan and SWMP Construction Plan sheets. b. Supplement as necessary. (2) Site Construction Facilities (Identify the following): a. Staging areas b. Storage areas c. Stockpile areas d. Dumpsters and trash receptacles e. Sanitary facilities f. Loading areas g. Trailers and field offices (show access) (3) Parking a. Location of onsite and any offsite parking spaces Plans shall be phased and updated as the project evolves and site conditions change. A current copy of the CSMP must be on file with the Town's Project Engineer and at the job site. The Contractor is responsible for all fees and implementation costs for the above-listed permits unless specifically stated otherwise. There will be no separate measurement and payment for this work and the costs will be considered as subsidiary to other items of work. Additional Permits that the Contractor must abide by for this project include: (a) Temporary Construction Easements on adjacent properties. (b) NPDES Construction General Permit (NPDES CGP) issued by EPA Region 8 (c) Additional NPDES CGP required by CDPHE Page 71 of 116 146 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 8 -2- REVISION OF SECTION 107 LEGAL RELATIONS AND RESPONSIBILITY TO THE PUBLIC Subsection 107.11 shall include the following: Explosives: Blasting is not allowed on this project. Staging and Storage Area: Available staging sites on Town-owned land are indicated on the plan sheets. The contractor will coordinate with the Town Project Engineer and any private properties owners if additional staging area(s) are to be utilized. The proposed staging and storage must be indicated on the Construction Site Management Plan. The staging areas will be restored at the end of use to pre-existing conditions. Prior to beginning work, the Contractor shall take photos or videos for documentation of existing conditions for all areas that will be part of the Contractor’s operations area. The Contractor shall provide these photos or videos to the Town prior to commencing work. Subsection 107.23 shall include the following: Habitat Protection: No threatened or endangered species listed for Larimer County shall be impacted by this project. Due to the project’s proximity to Fall River, care must be taken to minimize impacts to wetlands, riparian vegetation, and drainages. Best management practices must also be followed when working in and around these areas in order to prevent toxic run-off, erosion, and siltation. The Contractor shall abide by all requirements of the Migratory Bird Treaty Act of 1918. Subsection 107.24 shall include the following: Dust Control: No separate payment will be made for dust control. Its cost shall be considered incidental to the Project. Unless pre-approved by the Engineer, water shall be the only dust palliative material allowed. Page 72 of 116 147 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 9 REVISION OF SECTION 108 PROSECUTION AND PROGRESS Section 108 of the Standard Specifications is hereby revised for this project as follows: Subsection 108.03 shall include the following: The Contractor shall present a Critical Path Method (CPM) schedule to the Town of Estes Park at the preconstruction conference. The CPM schedule shall be updated when the project’s critical path is impacted.. This schedule shall show the major features of each phase of the project for the entire project time frame. Subsection 108.05 shall include the following: The contractor shall schedule all work between 7:00 A.M. and 7:00 P.M (local time) Monday through Friday. Night and weekend work will be allowed only with the prior written authorization of the Project Engineer. The Contractor may make emergency repairs to provide protection of the work and traveling public at any time. All on-roadway work or work that indirectly or directly interferes with the flow of traffic (vehicle, pedestrian, and bicycle) shall be in accordance with an approved Traffic Control Plan. Meetings will be required to review progress and to plan upcoming activities. Representatives from the Contractor and active subcontractors shall attend the meetings. Such meetings will be required on a weekly basis at a time to be determined by the Town of Estes Park and the Contractor. Additional meetings will be held when required by the Town of Estes Park or the Contractor. Weekly progress meetings will be held at the Town Hall, and meetings will be held on the job site as required. Typical agenda: 1. Review minutes of previous meeting. 2. Review progress of the work since last meeting. Contractor shall provide a schedule with a 1 week look back and a 2 week look ahead. 3. Review of submittals, RFIs, change orders, and testing results. 4. Identify problems which impede planned progress. 5. Develop corrective measures and procedures to regain planned schedule. 6. Complete other current business. 7. Discuss progress anticipated until the next scheduled meeting. The Contractor shall submit at the weekly progress meeting a schedule or written statement of planned work activities and anticipated inspection and testing requirements of the past week and the upcoming two weeks. A 24 hour notice shall be provided to the Town of Estes Park by the Contractor if the Contractor elects to change the planned work activities. No separate measurement for payment will be made for the Work under this section. Its cost shall be considered incidental to the Project. Page 73 of 116 148 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 10 REVISION OF SECTION 201 CLEARING AND GRUBBING Section 201 of the Standard Specifications is hereby revised for this project as follows: Subsection 201.01 shall include the following: Clearing and grubbing includes the removal and disposal of the miscellaneous debris within the project limits to include: all tree stumps including root system, regardless of size, shrubs, plant materials, miscellaneous landscaping materials, sod, channel protection rock and concrete, irrigation lines, irrigation hand holes, sprinkler heads, and other materials within the work area not otherwise listed as a pay item. This work also includes the preservation from injury or defacement of all vegetation and objects designated to remain. The Contractor, Project Engineer, and Town’s Parks Division Supervisor shall establish environmental limits during walk through. No trees, tree branches, shrubs, plants, grasses, and other vegetation shall be removed until marked and approved by the Project Engineer. Subsection 201.03 shall include the following: Branches of trees extending into the trailbed shall be trimmed to provide clear height of 10 feet above the trailbed surface. The trailbed surface shall extend to the outside edge of the trail shoulders as shown in the plans. Subsection 201.04 shall include Pay Item Pay Unit Clearing and Grubbing ACRE Unless specified elsewhere, the removal of branches, trunks, stumps, shrubs, plant materials miscellaneous landscaping materials, irrigation system, and sod will not be paid for separately but shall be included in the work. Chipping, hauling, and disposal of removed material will not be paid for separately but shall be included in the work. Herbicide Treatment as required by Revision to Section 217 shall be included in the cost of Clearing and Grubbing. Page 74 of 116 149 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 11 REVISION OF SECTION 202 REMOVAL AND TRIMMING OF TREES Section 202 of the Standard Specifications is hereby revised for this project as follows: Subsection 202.02 shall include the following: This work includes the removal and the trimming of trees as directed by the Project Engineer. This work includes the preservation from injury or defacement of all vegetation and objects designated to remain. The Project Engineer will establish environmental limits. All trees, tree branches, shrubs, plants, grasses, and other vegetative materials shall remain, except as designated by the Project Engineer or Parks Division Supervisor. Prior to beginning any construction, removal, trimming, and pruning of encroaching vegetation (as determined by the Engineer) shall be completed. After completion of the concrete flatwork, the required 10’ vertical clearance above the trailbed shall be verified. Additional tree trimming should be performed as needed, as approved by the Engineer. Access for the removal or pruning of trees will be extremely limited. Trees shall be felled at the risk of the Contractor. Strict limits of disturbance will be defined and shall be adhered to. Branches on trees or shrubs shall be removed as directed by the Project Engineer. All trimming shall be done by skilled workers. All work shall be done according to the following requirements: (1) Pruning shall be done with proper, sharp, clean tools in such a manner as to preserve the natural character of the tree. (2) All final cuts shall leave no projections on or off the branch and shall not be cut so close as to eliminate the branch collar. (3) To avoid bark stripping, all branches 2 inches in diameter and larger shall be cut using the 3-cut method. These branches shall be lowered to the ground by proper ropes. (4) Tools used on trees known or found to be diseased, shall be disinfected with alcohol before they are used on other trees. (5) Structural weaknesses, decayed trunk or branches, or split crotches shall be reported to the Engineer. (6) When cutting back or topping trees, the worker shall use the drop-crotch method and avoid cutting back to small suckers. Smaller limbs and twigs shall be removed in such a manner so as to leave the foliage pattern evenly distributed. (7) When reducing size (cut back or topping) not more than one-third of the total area shall be reduced at a single operation. Page 75 of 116 150 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 12 -2- REVISION OF SECTION 202 REMOVAL AND TRIMMING OF TREES (8) Climbing spikes shall not be used on trees not scheduled for removal. All brush, branches, limbs, and foliage smaller than 3 inches in diameter shall be chipped into mulch and disposed by the contractor. The trunks and limbs 3 inches and larger shall be cut into less than 6 foot lengths and disposed by the contractor. Stumps shall be removed by the contractor when within the areas to be excavated. When trees being cut off are outside the excavation limits, the stumps shall be cut so that no more than 3 inches remains above the ground surface. Stump grinding is not required in any circumstances. Subsection 202.12 shall include the following: All clearing and grubbing directed by the Project Engineer will be paid for by the acre under the clearing and grubbing item. Tree trimming will be included in the cost of clearing and grubbing. Removal of Trees greater than 6 inch diameter will be paid for separately under Item 202 – Removal of Tree. Multiple tree trunks from a common stump shall be considered one tree. Page 76 of 116 151 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 13 REVISION OF SECTION 202 REMOVAL OF ASPHALT MAT Section 202 of the Standard Specifications is hereby revised for this project as follows: In subsection 202.02 delete the seventh paragraph and replace with the following: The existing asphalt mat, which varies in thickness, shall be removed in a manner that minimizes contamination of the removed mat with underlying material. The removed asphalt mat shall remain the property of the Town and shall be hauled to the Town of Estes Park materials storage yard at 666 Elm Road. Subsection 202.11 shall include the following: The removal of the existing asphalt mat will be measured by the area, in square yards, completed to the required depth and accepted. Subsection 202.12 shall include the following: Payment will be made under: Pay Item Pay Unit Removal of Asphalt Mat Square Yard Page 77 of 116 152 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 14 REVISION OF SECTION 207 TOPSOIL Section 207 of the Standard Specifications is revised as follows: Subsection 207.01 shall include the following: All disturbed areas to be landscaped or seeded shall receive 6 inches of topsoil. The contractor shall salvage existing topsoil and supplement if needed with imported topsoil. Subsection 207.03 shall include the following: All areas to be seeded shall be disked to break up dirt clods to a size of one (1) inches or smaller. Disking shall not occur until the concrete trail has been completed to avoid recompaction of the soil. If soil is recompacted after disking, the Contractor shall redisk the area at no additional cost to the project as directed by the Owner. Topsoil shall be placed after disking operations are complete. Topsoil should be spread to a minimum depth of six (6) inches. All topsoiled areas shall be seeded or temporarily stabilized within seven (7) calendar days after placement is complete. Subsections 207.04 shall be deleted and revised as the following: Items paid for by volume will not be remeasured but will be the quantities designated in the Contract. Exceptions will be made when field changes are ordered or when it is determined that there are discrepancies on the plans in an amount of at least plus or minus five percent of the plan quantity. This topsoil material will be paid for as topsoil when placed and accepted by the Engineer on the slopes. Subsection 207.05 shall include the following: Payment will be made under: Pay Item Pay Unit Topsoil (6-Inch) Cubic Yard Stripping and stockpiling of existing topsoil will not be paid for separately but shall be included in the Topsoil pay item. It is estimated that approximately 3 inches of existing topsoil may be stripped and stockpiled over the disturbance limits. Page 78 of 116 153 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 15 REVISION OF SECTION 211 SALVAGE OF WOODEN PENSTOCK Section 211 Shall is hereby added to the Standard Specifications. DESCRIPTION This work shall include the careful relocation of a 15’ long section of existing 48 inch diameter buried wooden penstock from the location shown in the plans (approximately STA 140+30), transport and placement of the penstock to the assigned delivery location (adjacent to STA 137+10), as directed by the owner. MATERIALS The existing penstock consists of 2” wide by 1/2” thick wood lath surrounded by ¼” diameter metal hoops to form a 48” diameter pipe. CONSTRUCTION REQUIRMENTS The Contractor shall excavate the soil surrounding the penstock to allow the section of penstock to be cut from the existing penstock to remain. The contractor may excavate, cut and dismantle the adjacent section of pipe to gain access to the interior of the penstock to be relocated. At their discretion, the Contractor may stabilize the pipe from the inside to allow the pipe to be removed from the ground and transported to the new location in one piece. The Contractor may leave the temporary stabilization system in place after transport and safe deliver to assigned delivery location. The penstock shall be cut to leave some edges on the section to be relocated. If the penstock to be relocated is damaged during excavation, transport or placement, the Contractor shall cut and remove another adjacent 15’ section of penstock. If a second section is unsuccessfully removed and relocated without damage, the Contractor shall notify the owner for further direction. The Contractor shall submit a written means and methods statement to the owner 1 week prior to relocation of the penstock. This should include details showing any proposed stabilization methods. MEASUREMENT AND PAYMENT Salvage of Wooden Penstock will not be measured but will be paid for as a single lump sum for the successful removal, transport and safe delivery of penstock to the assigned delivery location. Payment will be made under: Pay Item Pay Unit Salvage of Wooden Penstock LS Payment will include all materials and workmanship required to excavate, transport, and deliver the Penstock to the assigned location, including excavation and backfill of the excavation to exiting grade. Page 79 of 116 154 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 16 REVISION OF SECTION 212 SEEDING Sections 212 of the Standard Specifications are hereby revised for this project as follows: In subsection 212.02 (a), delete the first paragraph and replace with the following: (a) Seed. All seed shall be furnished in bags or containers clearly labeled to show the name and address of the supplier, the seed name, the lot number, net weight, origin, the percent of weed seed content, the guaranteed percentage of purity and germination, pounds of pure live seed (PLS) of each seed species, and the total pounds of PLS in the container. All seeds shall be free from noxious weed seeds in accordance with current state and local lists and as indicated in Section 213. The Contractor shall furnish to the Engineer a signed statement certifying that the seed is from a lot that has been tested by a recognized laboratory for seed testing within thirteen months prior to the date of seeding. The Engineer may obtain seed samples from the seed equipment, furnished bags or containers to test seed for species identification, purity and germination. Seed tested and found to be less than 10 percent of the labeled certified PLS and different than the specified species will not be accepted. Seed which has become wet, moldy, or damaged in transit or in storage will not be accepted. Seed mix specification and quantity to be provided in the storm water management plan (SWMP) sheets. Delete Subsection 212.06(a) and replace with the following: (a) Soil Preparation. Preparatory to seeding, all areas are to be raked by hand or mechanical means to produce a finished surface free from bumps, rocks and clods over one inch in diameter. Finished grade will be within 0.1’ of grade as shown on plans or in details. Surfaces shall be left smooth, clean and even graded to drain and fit into any undisturbed surrounding terrain. All irregularities more than one inch in diameter shall be removed. Any depressions or other variances from a smooth grade shall be corrected by the Contractor. Page 80 of 116 155 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 17 REVISION OF SECTION 213 MULCHING Sections 213 of the Standard Specifications are hereby revised for this project as follows: In subsection 213.01 (a), delete the first and second paragraph and replace with the following: This work shall consist of mulching seeded areas and applying mulch tackifier on ditches and slopes in accordance with the contract or as directed. Mulching will be accomplished by the crimping method using straw or hay. Due to high failure rates hydraulic mulching and spray on mulch blanket is not allowed. In subsection 213.03 (a), add the following: Hay or straw shall be applied at a rate of 2 tons per acre. Page 81 of 116 156 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 18 REVISION OF SECTION 214 PLANTING Section 214 of the Standard Specifications is hereby revised for this project as follows: In subsection 214.02(d), delete the last paragraph/sentence beginning with the word “Fertilizer” Subsection 214.02 shall include the following: (e) Plant Backfill Mix: Backfill for each planting pit shall be an improved soil consisting of three parts on-site topsoil and one part soil conditioner, thoroughly blended and free of inorganic and foreign substances. (f) Plant Fertilizer: Plant fertilizer shall be 1 oz of Slow Release Professional Granular fertilizer containing a 20-5-10 NPK ratio thoroughly mixed in the top 6-8 inches of soil. Subsection 214.03(a) shall include the following after the first sentence: Planting of trees, shrubs, and other plants shall be done at a time of year that is favorable to plant growth and in accordance with good horticultural practice. Planting between November 1st and March 15th will be allowed only when ordered by the Engineer or when the Contractor’s request is approved in writing. Delete subsection 214.03(b) and replace with the following: (b) Excavation for Planting Pits: Excavation for planting shall not commence until planting pits or shrub beds have been staked and approved by the Engineer. Planting pits shall be flat bottomed, circular in outline and excavated with vertical sides. No glazed smooth holes will be accepted. The Contractor will, at the request of the Engineer, roughen the surfaces of the plant pits. Pits shall have a diameter eighteen (18) inches greater than the earth ball diameter for trees and twelve (12) inches greater than the earth ball diameter or container shrubs. A layer of plant backfill mix shall be placed below the bottom of the earth ball or root system. The plant backfill mix will be at least nine (9) inches deep under trees and six (6) inches deep under shrubs. Plant pits shall be free of underground obstructions such as pipes, wires, rock over 3” in diameter, man-made debris or contaminants. In subsection 214.03(c) delete the first two paragraphs and replace with the following: (c) Planting: Planting shall be done in accordance with good horticultural practices. Plant material shall be installed so as not to interfere with the operation or coverage of the sprinkler system equipment or so that it is damaged by the irrigation spray. Plants with dry, broken, or crumbling roots will not be accepted for planting. Page 82 of 116 157 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 19 -2- REVISION OF SECTION 214 PLANTING Following excavation of the planting pit, the Contractor shall place the specified depth of plant backfill mix into the pit before setting any tree or shrub. Plant root balls shall be centered within the planting pit. Upright plants shall be set plumb. Prostrate plants shall be set at the same depth to the ground surface as originally grown. Coniferous (evergreen) trees shall be planted with the top of the root ball three (3) inches above finished grade. All wire baskets or synthetic material must be totally removed from the root ball of all plants. Remove all cord and peel burlap back from the top one third of the root ball. The wire and cord removed from each tree shall be set to the side of the newly planted tree for inspection by the Town. In subsection 214.03(d) delete the first two paragraphs and replace with the following: (d) Backfilling: Partially backfill the pit to within six (6) inches of finish grade by carefully placing and compacting plant backfill mix around the ball of the plant. Plant fertilizer shall be thoroughly mixed in the backfill, six (6) to eight (8) inches below finish grade. Following fertilization, continue placing and compacting plant backfill mix around the ball until the hole is completely backfilled. Water shall then be introduced in the plant pit by means of a water lance so that the hole is irrigated from the bottom up. When the plant backfill mix is no longer saturated, the pit shall be filled with additional plant backfill mix until stabilized to the desired finish grade. The top of the root ball shall be surrounded by a saucer with a 3” lip that is the diameter of the plant pit. All individual trees in seeded areas shall be covered with a 4 inch thick layer of fresh, moist wood chip mulch. All wood chip mulch shall conform to Section 213. After completion of all planting and before acceptance of the work, the Contractor shall water plants installed under this Contract, as needed to maintain a moist root zone that is optimum for plant growth. Plants damaged by the Contractor’s operations shall be replaced at the Contractor’s expense. In subsection 214.03(f) delete the first paragraph and replace with the following: (f) Staking. Trees shall be anchored by means of stakes and wire. Stakes shall be metal tee-posts placed in undisturbed soil outside the pits. Guy wires shall be secured to the stake and then to a 2 inch wide strip of nylon webbing with metal grommets set above the first and second limb crotch of the tree or on the largest caliper cane of clump. The guy wire will be threaded so that no wire contacts the tree. The wire shall then be tightened sufficiently by twisting the wire to anchor the tree in a true vertical plumb, allowing the plant one inch of play in each direction. Two guy wires 180 degrees apart in an east-west orientation will be used for each tree two (2) inches in caliper or smaller and for clumps 8’ high and smaller. Page 83 of 116 158 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 20 -3- REVISION OF SECTION 214 PLANTING Subsection 214.03 shall include the following: (j) Limit Vehicular Access: Vehicular accessibility within the site shall be limited to avoid compaction of areas to be planted. Repair damage to prepared planting areas due to vehicular movement by construction equipment to original condition at no additional cost. (k) Storage: Deliver balled and burlapped stock direct from nursery and heel-in immediately if not to be planted within four hours. Protect roots of plant materials from drying out and store plants in shade and wind protected area. If trees are to be stored on-site, protect by placing mulch around the root ball. A storage location shall be provided by the Contractor within storage yard or staging area. (l) Planting Work-Through. Work with the Project Engineer to schedule a planting work-through. At the work- through the first 2 to 3 trees will be planted by the Contractor in the presence of the Engineer and Town Parks Division Staff to clarify the planting process. All crew leaders conducting planting operations are to attend the planting work-though. Subsection 214.04(b) shall also include the following: Seeded areas will be accepted upon evidence of a healthy vigorous growing condition with an even, uniform, germination of grass cover. This does not imply that a full sod is necessary. The result is based on a visual evaluation indicating a uniform germination of about 75% coverage with no bare spots larger than 6 inches in diameter. During the Landscape Establishment period and until acceptance, the Contractor shall re-seed any spots where seed has not germinated and maintain all seeded areas as necessary including re-seeding, watering the seeded and non-irrigated areas, and weed control by hand and/or chemical application at the Contractor’s expense. Subsection 214.06 shall include the following: Pay Item Pay Unit Coniferous Tree (8-Foot) (Ball & Burlap) Each Page 84 of 116 159 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 21 REVISION OF SECTION 214 LANDSCAPE MAINTENENCE Section 214 of the Standard Specifications is hereby revised for this project as follows: In Subsection 214.04, delete the first paragraph and item (a) and replace them with the following: The Contractor shall be responsible for the following: The Landscape Establishment Period begins upon receipt of the written “Notice of Substantial Landscape Completion” from the Engineer. Substantial Landscape Completion occurs when all plant materials in the Contract have been planted and all work under Sections 212, 213, and 214 has been performed, except for the Section 214 pay item, Landscape Maintenance. If the Notice of Substantial Landscape Completion is issued during the spring planting season, the Landscape Establishment Period begins immediately and lasts for a period of 24 months. If the Notice of Substantial Landscape Completion is issued at any other time, the Landscape Establishment Period begins at the start of the next spring planting season and lasts for a period of 24 months. After all planting on the project is complete, a plant inspection shall be held including the Contractor, Engineer, and Town’s Parks Division Supervisor to determine acceptability of plant material. During inspection, an inventory of rejected material will be made, and corrective and necessary cleanup measures will be determined. From the time of installation, during construction, and throughout the Landscape Establishment Period, the Contractor shall maintain all plant material and seeded areas in a healthy and vigorous growing condition, and ensure the successful establishment of vegetation. During the Landscape Establishment Period, the Contractor shall water, cultivate, and prune the plants, and repair, replace or readjust guy material. Dead, dying or rejected material shall be removed each month during the Landscape Establishment Period as directed. Plant replacement shall be performed during the spring planting seasons at the beginning and end of the Landscape Establishment Period. Plant replacement stock shall be planted in accordance with the Contract and is subject to all requirements specified for the original material. Plant replacement shall be at the Contractor’s expense. An inspection will be conducted by the Contractor, Project Engineer, and Town’s Parks Division Supervisor 12 months after the beginning of the Landscape Establishment Period in order to determine acceptability of plantings. During this inspection, an inventory of losses and accepted plant material will be made. Plant replacements determined to be necessary at this inspection will be planted within 30 days following the inspection. A second inspection to determine acceptability of plantings will be conducted no later than 23 months following the beginning of the Landscape Establishment Period. During this second inspection, an inventory of losses and accepted plant material will again be made. Plant replacements determined to be necessary at this second inspection will be planted within 30 days following the inspection. Following any necessary plant replacements, the Contractor, Engineer and Town’s Parks Division Supervisor will conduct a final inspection in order to close the Landscape Establishment Period. The Contractor shall remove all guying wires, straps and stakes from the plant material prior to this final inspection. Page 85 of 116 160 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 22 -2- REVISION OF SECTION 214 LANDSCAPE MAINTENENCE In Subsection 214.04 delete item (b) 2 and include the following: The trees planted by the Contractor shall be watered twice per month at the rate of 30 gallons per tree per watering for the months May through October during the Landscape Establishment Period, or as needed, and the trees shall also be watered once per month at the rate of 30 gallons per tree for the months November through April during the Landscape Establishment Period, or as needed. The Landscape Establishment Period will be established in coordination with the Town of Estes Park as a part of this contract. Prior to the beginning of the Landscape Establishment Period, a watering schedule listing the calendar days chosen to complete the required watering shall be submitted to facilitate inspections by the Engineer. Watering may not be required in winter months if there are prolonged stretches of time where temperatures remain below 40 degrees Fahrenheit. Payment will be made under: Pay Item Pay Unit Landscape Maintenance Lump Sum Water used for the Landscape Establishment Period will not be measured and paid for separately but shall be included in the work. Watering of trees and shrubs after receipt of the Notice of Substantial Landscape Completion will not be measured and paid for separately but shall be included in the work. The first watering during the planting of trees and native seed area will not be paid for separately but shall be included in the price of the work. Payment shall be full compensation for all work necessary to complete the item. For each month that landscape maintenance is performed and accepted during the Landscape Maintenance period as specified in subsection 214.04, payment for Landscape Maintenance will be made in installments as follows: (1) Five percent of the lump sum amount will be paid for each of the sixteen growing season months, from March through October (24 month). (2) Two and a half percent of the lump sum amount will be paid for each of the winter months, November through February (24 month). Page 86 of 116 161 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 23 REVISION OF SECTION 217 HERBICIDE TREATMENT Section 217 of the Standard Specifications is hereby revised for the project as follows: Delete Subsection 217.01 and replace with the following: Small pockets of noxious weeds have been found within the project limits. These areas shall be located and treated with herbicide before disturbance. The Town or their representatives will determine and mark these areas with the Contractor prior to Clearing and Grubbing operations. After seeding and near the end of the project, if noxious weed species persist, seeded areas shall receive an additional application of herbicide. All applications shall target observed species. Applications shall be performed by a licensed weed applicator and should apply herbicide treatments in accordance with the manufacturers label, herbicide MSDS’s, and the Colorado Department of Agriculture recommendation for each of the listed species (factsheets are located at: http://www.colorado.gov/cs/Satellite/ag_Conservation/CBON/1251618874438). Observed weed species include the following: Common Name Scientific Name State Weed List Colorado WMVC Indicator Recommended Control Measure Canada thistle Cirsium arvense B FAC Hi-Dep Bull thistle Cirsium vulgare B FACU Hi-Dep Common mullien Articum minus C FACU Round-Up Cheatgrass Bromus tectorum C UPL Round-Up Delete Subsection 217.05 and replace with the following: Herbicide Treatment will not be measured and paid for separately, but shall be included in the cost of Clearing & Grubbing. Page 87 of 116 162 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 24 REVISION OF SECTION 403 HOT MIX ASPHALT Section 403 of the Standard Specifications is hereby revised for this project as follows: Subsection 403.02 shall include the following: The design mix for hot mix asphalt shall conform to the following: Table 403-1 Property Test Method Value For Grading (Gr S)(75) Patching Air Voids, percent at: N (design) CPL 5115 3.5 – 4.5 Lab Compaction (Revolutions): N (design) CPL 5115 75 Stability, minimum CPL 5106 30 Aggregate Retained on the 4.75 mm (No. 4) Sieve for S, SX and SG, and on the 2.36mm (No. 8) Sieve for ST and SF with at least 2 Mechanically Induced fractured faces, % minimum* CP 45 60 Accelerated Moisture Susceptibility Tensile Strength Ratio (Lottman), minimum CPL 5109 Method B 80 Minimum Dry Split Tensile Strength, kPa (psi) CPL 5109 Method B 205 (30) Grade of Asphalt Cement, Top Layer PG 58-28 Grade of Asphalt Cement, Layers below Top PG 58-28 Voids in the Mineral Aggregate (VMA) % minimum CP 48 See Table 403-2 Voids Filled with Asphalt (VFA), % AI MS-2 See Table 403-2 Dust to Asphalt Ratio Fine Gradation Coarse Gradation CP 50 0.6 – 1.2 0.8 – 1.6 Page 88 of 116 163 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 25 -2- REVISION OF SECTION 403 HOT MIX ASPHALT Cont. Table 403-1 Note: AI MS-2 = Asphalt Institute Manual Series 2 Note: Mixes with gradations having less than 40% passing the 4.75 mm (No. 4) sieve shall be approached with caution because of constructability problems. Note: Gradations for mixes with a nominal maximum aggregate size of one-inch or larger are considered a coarse gradation if they pass below the maximum density line at the #4 screen. Gradations for mixes with a nominal maximum aggregate size of 3/4” to 3/8” are considered a coarse gradation if they pass below the maximum density line at the #8 screen. Gradations for mixes with a nominal maximum aggregate size of #4 or smaller are considered a coarse gradation if they pass below the maximum density line at the #16 screen. *Fractured face requirements for SF may be waived by RME depending on project conditions. All mix designs shall be run with a gyratory compaction angle of 1.25 degrees and properties must satisfy Table 403-1. Form 43 will establish construction targets for Asphalt Cement and all mix properties at Air Voids up to 1.0 percent below the mix design optimum. Table 403-2 Minimum Voids in the Mineral Aggregate (VMA) Nominal Maximum Size*, mm (inches) ***Design Air Voids ** 3.5% 4.0% 4.5% 5.0% 37.5 (1½) 11.6 11.7 11.8 N/A 25.0 (1) 12.6 12.7 12.8 19.0 (¾) 13.6 13.7 13.8 12.5 (½) 14.6 14.7 14.8 9.5 (⅜) 15.6 15.7 15.8 4.75 (No. 4) 16.6 16.7 16.8 16.9 * The Nominal Maximum Size is defined as one sieve larger than the first sieve to retain more than 10%. ** Interpolate specified VMA values for design air voids between those listed. *** Extrapolate specified VMA values for production air voids beyond those listed. Page 89 of 116 164 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 26 -3- REVISION OF SECTION 403 HOT MIX ASPHALT Hot mix asphalt for patching shall conform to the requirements for HMA (S)(75)(PG 58-28). All patching shall be per the Project Engineer. Delete subsection 403.05 and replace with the following: 403.05 The accepted quantities of hot mix asphalt will be paid for in accordance with subsection 401.22, at the contract unit price per ton for the asphalt mixture. Asphalt removal will be paid under “Removal of Asphalt Mat” Payment will be made under: Pay Item Pay Unit Hot Mix Asphalt (Patching)(Asphalt) Ton Aggregate, asphalt cement, asphalt recycling agent, additives, hydrated lime, and all other work necessary to complete Hot Mix Asphalt (Patching)(Asphalt) will not be paid for separately, but shall be included in the unit price bid. Subgrade excavation & preparation, and tack coat of areas to be patched will not be measured and paid for separately, but shall be included in the work. Removal of Asphalt Mat will be measured and paid for separately. Page 90 of 116 165 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 27 REVISION OF SECTION 504 RETAINING WALL (GROUTED ROCK) Section 504 of the Standard Specifications is hereby revised for this project as follows: DESCRIPTION Rock Retaining Wall work consists of furnishing and placing rock, gravity retaining walls in accordance with these Specifications and in conformity with the lines, grades, and dimensions as shown on the Plans or as established. The material for the rock and grout used and the construction of these walls shall be as specified herein. The firm producing the rock retaining wall work of this section shall have 5 years experience in work of similar scope and nature to that specified. MATERIALS Materials shall meet the following requirements: (a) Rock. The rock used for the construction of the rock retaining walls shall conform to the following: 1. The rock shall be free from segregation, seams, cracks, and other structural defects or imperfections tending to destroy its resistance to the weather. It shall be free of rounded, worn, or weathered surfaces. The Owner shall reject all weathered stone. 2. The color of the rock shall be mostly light grays, browns and tans, as approved by the Engineer. The color shall be approved prior to the rock being delivered to the construction site. This approved color of rock will be used for the construction of the rock retaining walls for the entire project. 3. The rocks for the construction of the walls shall be well graded and vary in size from a mean diameter of 9 inches to 48 inches. Control of gradation will be by visual inspection. However, in the event the Engineer determines rock to be unacceptable, the Engineer will pick two (2) random truckloads to be dumped and checked for gradation. The Contractor at no additional cost shall provide mechanical equipment and labor needed to assist in checking gradation to the Owner. 4. The specific gravity of the rock shall be 2.5 or greater according to the bulk-saturated, surface-dry basis, AASHTO T85. (b) Mortar. The mortar used for the construction of the rock retaining walls shall conform to the following: 1. All grout shall develop a minimum compressive strength of 4,000 psi within 28 days. 2. The cement used in the grout shall be Type IIA. 3. The stone aggregate shall have a maximum diameter of one-half inch. 4. The slump in the grout shall range from 4 to 6 inches. CONSTRUCTION REQUIREMENTS Construction Requirements for rock retaining walls shall be as follows: Page 91 of 116 166 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 28 -2- REVISION OF SECTION 504 RETAINING WALL (GROUTED ROCK) 1. The rock for the rock walls shall be placed tightly, without obvious grout on the outside face of the rock wall. 2. Subgrade under walls shall be compacted to 95% of maximum density determined in accordance with AASHTO T180, with a minimum allowable bearing capacity of 3000 psf. The subgrade under the wall shall be sloped back (into the hillside) at 5%. 3. The rock walls shall be constructed to the dimensions and in the locations shown on the drawings. The walls shall be constructed with a 1 horizontal to 4 vertical batter on the front and back face, with a minimum width of 1 foot at the top of the wall unless otherwise shown in the plans. 5. All face stones shall be pitched to a string line on straight walls or laid to batter stakes for curved walls. The batter shall be consistent with respect to all parts of the wall and shall meet the minimum requirements set forth in the detail. The degree of roughness on the exposed face shall be measured with a six-foot straight edge supported between adjacent projections on the stone face. Variations in the face in excess of 4 inches, measured form the straight edge to the extreme depression in the stone will not be permitted. Rear faces shall present approximately plane surfaces and shall in general conform to the detail. 6. Each facing rock shall be in contact with at least two rocks below it. Each rock shall have at least three (3) bearing points – two (2) in front and one (1) in back. Front contact points shall be within 6 inches of the face. There shall be no columns of rock, i.e. no continuous vertical seems. 7. Grout shall be placed to fill all voids between the rocks throughout the back ½ of walls. 8. Prior to placing the grout, any type of debris, fines, smaller rock or silt shall be removed from around the rocks. Dewatering shall be implemented to guarantee that the grout will not be placed in water and the area will remain dewatered for a period of ten (10) hours after the grout has been placed. The surface of the rocks receiving grout shall be wet at all times prior to receiving grout. 9. Clean and wash any spillage before the grout sets on the outside face and top of walls. The visual surfaces of the rocks will be free of grout to provide a clean natural appearance. If washing does not clean off grout residue, the Contractor shall wash off any grout residue with muratic acid and water, using a brush to scrub off the residue. 10. Weep drains as shown on the drawings shall be installed through the rock walls at no more than 10-foot o.c., and located vertically 4 inches above final grade on the exposed wall side, unless otherwise specified on the plans. 11. Cap rocks shall be neatly grouted in place and provide a smooth and uniform top surface when adjacent to the trail. There shall be no loose cap rocks that can be moved by hand or are unstable under foot. 12. Examine the substrates, adjoining construction and the conditions under which the work is to be installed. Do not proceed with the work until unsatisfactory conditions have been corrected. Page 92 of 116 167 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 29 -3- REVISION OF SECTION 504 RETAINING WALL (GROUTED ROCK) 13. Verify dimensions before proceeding with the work. Obtain field measurements for work required to be accurately fitted to other construction. Be responsible for the accuracy of such measurements and precise fitting and assembly of finished work. 14. Job Mock-up: Prior to the construction of any rock walls, the Contractor, or Subcontractor who is constructing the walls for the Contractor, shall show the Owner and Engineer, an example of similar rock walls that they had constructed previously. If the construction is not approved, the Contractor shall make any changes required by the Owner and Engineer to obtain approval, and construct the remainder of the walls as approved. 15. Submittals: Submittals shall be required for the grout mix design and the rock. Rock submittals shall be as per CDOT Section 506 – Riprap. Submit certification that sufficient quantity of materials within the range of accepted material is available from a single quarry to satisfy the total requirements of the project. Samples of rock shall be made available at the quarry. The Owner and Engineer shall approve all submittals prior to grouted rock wall construction. METHOD OF MEASUREMENT Retaining Wall (Grouted Rock) will be measured by the square foot of surface area using the pay limits as shown on the Rock Retaining Wall Typical Section(s) in the plans. BASIS OF PAYMENT The unit price of Retaining Wall (Grouted Rock) shall be compensation for complete installation including but not limited to subgrade compaction, water, structure excavation and backfill, rock, mortar, filter material, perforated pipe, weep holes, drainage geofabric, construction dewatering, delivery and installation. Excavation and backfill of the grouted rock retaining walls shall be in accordance with Section 206 – Excavation and Backfill for Structures. Excavation and backfill will not be paid for separately, but shall be included in the work. Grout hot and cold weather operations shall be performed in accordance with CDOT Section 601.13. Hot and cold weather concreting will not be paid for separately, but shall be included in the work. Any dewatering for rock retaining walls shall not be paid for separately, but shall be included in the work. Payment will be made under: Pay Item Pay Unit Retaining Wall (Grouted Rock) Square Foot Page 93 of 116 168 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 30 REVISION OF SECTION 601 STONE MASONRY Section 601 of the Standard Specifications is hereby revised for this project to include the following: DESCRIPTION This work consists of constructing stone masonry structures and the stone masonry portions of composite structures. All Masonry for this project shall be Class B Masonry. Masonry class is designated as follows: (a) Class A masonry. Stones are shaped, dressed to within ¼ inch (6 millimeters) of true line, and laid in mortar; (b) Class B masonry. Stones are shaped, dressed to within ¾ inch (19 millimeters) of true line, and laid in mortar; and MATERIALS Conform to the following Section and Subsections: Concrete 601 All concrete for bases and footings shall be Concrete (Class B), Class D can be used in place of Class B. Mortar 704.04 Reinforcing steel 602 Rock for masonry structures 506.02. 1) Rawlins Moss Rock or equal, similar in appearance to the existing stone masonry veneer at the Rocky Mountain National Park – Fall River Visitor Center. The rock material / source pile must be approved prior to construction and cannot be changed without approval. Existing Stone Masonry Veneer at Fall River Visitor Center Page 94 of 116 169 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 31 -2- REVISION OF SECTION 601 STONE MASONRY CONSTRUCTION REQUIREMENTS Submit stone samples representing the range of colors and sizes to be used 14 days before beginning work. Masonry stone may be required to be selected at the source prior to shipment to the project site at the request of the Engineer. Keep an adequate inventory of stone on the site to provide a variety of stones. Mix new stone with existing stone to produce a uniform pattern and color. Stone masonry work is performed by a licensed stone contractor experienced in this type of work. Submit for review and approval by the Engineer substantiating evidence that the contractor or subcontractor(s) is (are) qualified by previous experience in construction of stone masonry. Include the following: (a) A list of representative jobs (with photos and locations where the work can be inspected) the Contractor or subcontractor has completed using the various procedures required to accomplish this type of work, i.e., furnishing, selecting, and placing the stone. (b) The name and work history of the person(s) employed by the Contractor or subcontractor(s) who will be in direct supervision of the stone masonry operations. Include a list of projects that such person(s) has been in a position of responsibility for and has successfully completed while in the employment of the Contractor or its subcontractor(s). Perform excavation and embankment according to Section 206. Dressing Rock. Remove thin or weak portions of rock. Dress face rock bed and joint lines to a maximum variation from true line as follows:  Dimensioned masonry Reasonably true  Class A masonry ¼ in (6 mm)  Class B masonry ¾ in (19 mm) (a) Bed surfaces. Dress face rock bed surfaces normal to the face to a depth of 3 inches (75 millimeters). Beyond that point, do not exceed 1 inch (25 millimeters) in 12 inches (300 millimeters) the departure from normal for dimensioned masonry or 2 inches (50 millimeters) in 12 inches (300 millimeters) for other classes. (b) Joint surfaces. For dimensioned masonry, dress face rock joint surfaces normal to the bed surface. For other classes of masonry, dress face rock joint surfaces to form an angle with the bed surface of not less than 45 degrees. Page 95 of 116 170 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 32 -3- REVISION OF SECTION 601 STONE MASONRY Dress face rock joint surfaces normal to the face to a depth of 2 inches (50 millimeters). Beyond that point, do not exceed 1 inch in 12 inches (25 millimeters in 300 millimeters) departure from normal. Do not round corners at the meeting of the bed and joint lines in excess of the following radii: (1) Dimensioned masonry No rounding (2) Class A masonry No rounding (3) Class B masonry 1 inch (25 millimeters) (4) Rubble masonry 1½ inches (38 millimeters) (c) Finish for exposed faces. Remove drill or quarry marks from exposed faces. Pitch face stones to the line along beds and joints. Provide an irregular projecting surface without tool marks, concave surfaces below the pitch line, and projections beyond the specified pitch line. No projections 1½ inches beyond the pitch line. Placing Stone. Do not place stone masonry when the ambient temperature is below 32 °F (0 °C). Clean stones and moisten before placing. Use hand tools to clean the exposed faces of the stones of mortar when removing and resetting stone masonry. Clean and moisten the bed. Clean the bearing surface and moisten before spreading the mortar bed on footings. Level the cross beds for vertical walls. Lay beds for battered walls from level to normal to the batter line of the face of the wall. Place stone to provide a consistent pattern. Lay stones with the longest face horizontal and the exposed face parallel to the masonry face. Construct masonry joints to the thicknesses shown in Table 601-1 for face stones. Construct head joints vertically in dimensioned masonry. Construct head joints in other masonry classes at angles with the vertical from 0 to 45 degrees. Place stones with their major axes horizontal so that in no case will four corners of adjacent stones be contiguous. Place stones so that a minimum of 75 percent of the stones form a vertical joint between adjacent horizontal stones. Place stones so that a minimum of 90 percent of the beds are horizontal. Do not use spalls for the chinking along the joints of the exposed faces. Place stones so that continuous bedding joints along stone faces do not exceed 3 feet in length or the combined length of the three stones. Bond each face stone with all contiguous face stones at least 6 inches longitudinally and 2 inches vertically. Place stones so that continuous vertical joints do not exceed the combined length of two stones. Furnish a variety in the size of stones; as a general rule not over 10 percent will be of equal dimensions. Provide a variety in the spacing of the various sized stones. Do not stack, serpentine, rosette, cluster, set in a linear pattern, nest, or bunch groups of similar sized stones. Maintain completed masonry at a temperature above 40 °F (4 °C) for 24 hours after construction. Remove stones loosened after the mortar has taken initial set, clean off the mortar, and relay the stone with fresh mortar. Page 96 of 116 171 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 33 -4- REVISION OF SECTION 601 STONE MASONRY Thoroughly clean and wet all stone immediately before being set, and clean and moisten the bed which is to receive the stone before the mortar is spread. Keep the stone free from dirt, oil or any other deleterious material, which may prevent the proper adhesion of the mortar or detract from the appearance of the exposed surface. Lay stones in full beds of mortar, ensure the other joints for each stone are flushed with mortar. The Project Engineer may direct the lifting and resetting of stones to assure proper bedding. Table 601-1 Masonry Joint Thicknesses Class Bed Joint Head Joints Dimensioned ⅜ – 1 inches (10 – 25 millimeters) ¾ – 1 inches (19 – 25 millimeters) Class A ½ – 2 inches (13 – 50 millimeters) ½ – 1½ inches (13 – 38 millimeters) Class B ½ – 2 inches (13 – 50 millimeters) ½ – 2 inches (13 – 50 millimeters) Provide wider joints generally adjacent to larger stones and narrow joints generally adjacent to smaller stones. Pointing. (a) Pointing new joints. Crown the joint mortar slightly on top surfaces to provide drainage. Rake top surface joints to a depth of 1/4 inch maximum with a concave tooled finish. Rake all other joints and beds to a depth of between 1/2 inch and 3/4 inch with a flat (square) tooled finish. After tooling, rub the joints with a stiff broom to remove sheen. Immediately after being laid, and while the mortar is fresh, thoroughly clean all stone of mortar stain using fiber brushes and mild alkaline abrasive cleaner containing no caustic or harsh filler; begin at the top and work down. Leave stones clean and free of mortar stains or traces of cleaning compound. (b) Repointing joints. Remove loose mortar from joints using a small mason’s chisel, small pneumatically- power chisel, or other raking tool approved by the Project Engineer. Do not use power saws or grinders. Demonstrate proficiency if power equipment is used before removing mortar from the structure. Remove mortar to a depth of two and one-half (2.5) times the width of the joint. Remove dirt or vegetation with a wire brush or other approved tools. Clean joint of loose fragments and dust with pressurized air or water. Construct a 36-inch (900-millimeter) test section of joint along the structure for approval before continuing with work. Approved test section may be incorporated into the work. Moisten adjacent stone before filling the joint. Do not place mortar to a depth greater than two and one-half times the joint width. Place mortar in layers of approximately ¼ inch (6 millimeters) for joints deeper than ⅛ inch (3 millimeters). Add successive layers once mortar has reached thumb-print hardness. Tool the final layer to match the approved joint appearance. Page 97 of 116 172 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 34 -5- REVISION OF SECTION 601 STONE MASONRY Clean excess mortar and stain from stone masonry using a bristle brush after the mortar has dried, but before the initial set. Do not use chemicals for cleaning. Protect masonry during hot or dry weather by keeping it moist for at least 3 days after the work is completed. Facing of Concrete (Masonry Veneer) – Concrete placed before stone. Set galvanized metal anchor slots flush with the projected face of concrete. Set the slots vertically at maximum horizontal spacings of 24 inches. Use foam filled slots to prevent filling with concrete. Fit the metal anchors in the slots at a maximum vertical spacing of 24 inches. Extend the anchors to within 2 inches of the face of the stones. If the shape of the concrete face is unsuitable for the use of metal slots, use 9 gage galvanized iron wire ties at a rate of six ties for each square yard (seven ties for each square meter) of exposed surface. Keep the concrete face continuously wet for 2 hours preceding the placing of the stone and fill interstices with mortar or with spalls surrounded by mortar. METHOD OF MEASUREMENT Accepted quantities will be paid for at the contact unit price per unit of measurement for each of the pay items listed below that appear in the bid schedule. Stone Masonry Veneer will be measured by the finished square foot surface area of the exterior faces including the vertical faces and exposed tops. BASIS OF PAYMENT Payment will be made under: Pay Item Pay Unit Stone Masonry Veneer Square Foot Page 98 of 116 173 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 35 REVISION OF SECTION 608 SIDEWALKS AND BIKEWAYS Section 608 of the Standard Specifications is hereby revised for this project as follows: Subsection 608.01 shall include the following: This Work shall consist of constructing concrete bikeway, concrete sidewalk, and curb ramps in accordance with the lines and grades shown on the plans. Subsection 608.02 shall include the following: Bikeway concrete shall be mixed with fibermesh reinforcing strands (or approved equal), at the rate of 1.5 pounds per cubic yard. Mixing, placing and finishing shall be performed according to manufacturer’s recommendations. An accelerator may be used in Class B concrete if approved by the Engineer. Concrete Color: Concrete color shall be Davis Colors #5084 – Omaha Tan unless otherwise shown in the plans. Colors shall be mixed and proportioned according to the manufacturer’s recommendations. Curing compounds shall be clear and according to the manufacturer’s recommendations. Concrete repair materials shall be epoxy resin based, rapid setting, non-shrink products specially developed for all-weather exterior slab edge crack or spall repair. The use of repair products in place of removal and replacement of unacceptable, defective or failing work will be limited to isolated areas less than two inches in width and will be subject to the discretion of the Engineer. Store, mix, and place the concrete repair material in strict accordance with manufacturer's recommendations. Subsection 608.03 (b) shall include the following: Forms: “Bender boards” or thin plank forms with adequate supports shall be used on all trail concrete with curves of less than 75 foot radius. Bender board forms shall be cleated together for the full depth of the form. In no event shall forms be removed while the concrete is sufficiently plastic to slump. If slip-form paving is proposed the Contractor must provide all submittals and information requested by the Engineer for review and consideration prior to construction. The slip form paving machine must be self- propelled, controlled by offset stringlines. A minimum 20 ft. long test section is required. The Contractor must also provide a means for verifying the string line setup prior to paving. Coring may be required. If approved, slip forming must meet the performance requirements specified herein. Subsection 608.03 (c) shall include the following: Limitations on Placing Concrete: Weather Limitations on placing concrete shall conform to Subsections 601.12 (a) (b) and (c). Unless adequate protection is provided and approved by the Engineer, concrete shall not be placed during precipitation events. Concrete shall not be placed when the temperature is 35 degrees Fahrenheit or below. Adequate precautions shall be taken to protect all concrete after it is placed and to prevent the temperature of the deposited concrete from falling below the specified minimum temperature during the specified minimum time periods. Page 99 of 116 174 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 36 -2- REVISION OF SECTION 608 SIDEWALKS AND BIKEWAYS In Subsection 608.03 (d), second paragraph, delete “and all Joints” and include the following: All slabs shall have a medium brush finish perpendicular to the direction of travel. Obtain approval of the Engineer for the finish on a test section if required, and on the first 20 ft. section placed prior to proceeding with finishing operations. The float shall be at least 10 feet in length, operated longitudinally, or in such a way that transverses waves are minimized over the surface of the concrete. Form clamps and braces shall be so constructed as not to interfere with the operation of this float. The top and edge of the sidewalk slab shall be true and straight, of uniform width, free from humps, sags or other irregularities. When a straight edge 10 feet long is laid on the top surface or edge of the trail slab, the surface shall not vary more than 1/8” from the edge of the straightedge, except at grade changes or curves. The surface irregularity tolerance shall also apply across joints. Where lids and boxes are within the bikeway or sidewalk the finish grade of the lids shall be adjusted to be flush or 1/8” maximum below the finish concrete surface. Replace dimpled lids with lids with minimal relief as directed by the Engineer. The Contractor shall clean at his expense all discolored concrete, and concrete that has undesirable foreign substances on it, (grease, concrete splatters, etc.). The concrete may be cleaned by abrasive blast cleaning or other methods approved by the Engineer. Subsection 608.03 (e) deleted the first paragraph and replace with the following: Contraction (weakened plane) joints, 1/8 inch wide, shall be constructed at the intervals noted on the drawings as directed by the Engineer, or equal to the width of trail or sidewalk installed if not directed or specified otherwise. The joints shall be constructed to a depth of 1/3 the concrete depth by saw cutting. Construct tooled weakened plane joints only if specifically noted on the drawings, or where pre-approved by the Engineer. Shallower cuts made with early-entry, dry-cut saws will be considered an acceptable alternate when submittals documenting proven performance of this method by the Contractor on previous projects are submitted to and approved by the Engineer. Where saw cuts abut other construction, the length of the proposed cut which cannot be sawn shall be tooled out from the obstruction the required distance. Slabs that experience shrinkage cracking due to inadequate joint depth or due to untimely and improper saw cutting shall be removed and replaced at the Contractor’s expense. Expansion joints, 1/2 inch wide by full slab depth, shall be installed at each side of structures, at maximum 300 foot intervals along the sidewalk alignment, at locations shown on the plans or detail drawings, to match existing expansion joints, or as directed by the Engineer. Expansion joints shall consist of preformed joint filler and sealant conforming to the provisions herein. See “Dowel and Tie Bar Installation” below for dowel requirements at sidewalk and bike path transverse expansion joints. Page 100 of 116 175 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 37 -3- REVISION OF SECTION 608 SIDEWALKS AND BIKEWAYS Expansion joints shall also be formed around all appurtenances such as manholes, catch basins, lighting structures, etc., extending into and through the trail or curb. The Contractor shall attempt to locate expansion or contraction joints to intersect isolation joints in a symmetrical manner. Where adjacent gutters, or curb and gutter or other concrete shoulders or aprons are constructed separately from the bikeway or sidewalk, transverse joints shall generally match those on the bike way or sidewalk. Dowel and Tie Bar Installation: For 8-ft. wide and wider bike paths and sidewalks and where specifically noted: Smooth dowel bars shall be placed in the forms at each expansion joint. Dowels shall be set level and parallel to one another and parallel to the center line of the slab. Dowels placed through expansion joints shall have end expansion caps. Tie bars are required for construction joints, but the tie bar pullout test is not required. Subsection 608.03(f) shall be revised to include the following: Concrete shall not be left exposed for more than 1/2 hour between the time finishing is completed and commencement of curing treatment unless approved by the Owner. Sections of trail which develop random cracking shall be removed and replaced, or repaired in a satisfactory manner to the Owner by the Contractor at his expense. Add the following Subsection 608.03 (g): Concrete Testing: Routine testing to determine the acceptability of the concrete will be performed. These tests will include, as a minimum, the following: 1. Slump 2. Air Entrainment 3. Compressive Strength Slump and air entrainment testing shall be performed immediately after 10% of first batch has been discharged and shall be in accordance with Subsection 601.17(a) and (b). Sampling shall be done at the final point of discharge. Compressive strength testing shall include the taking of 5 concrete cylinders for each 100 cubic yards, or fraction thereof, placed in any one day. Sampling shall be from the middle of a batch. Cylinders shall be broken as follows: 1 cylinder at 7 days; 2 cylinders at 28 days Page 101 of 116 176 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 38 -4- REVISION OF SECTION 608 SIDEWALKS AND BIKEWAYS The remaining cylinders shall be retained for breaking at a later date, as directed by the Engineer. Acceptance of concrete strength shall be in accordance with Subsection 601.17(c.) Warranty: The Contractor shall guarantee against all defects in material and equipment incorporated in, and warrant all workmanship on the concrete work items for a period of two (2) years. Defects will be identified by the Project Engineer and are based on the following: 1) Vertical displacement greater than ½ inch at cracks or joints in the sidewalk or curb ramp. 2) Cracks in the sidewalk or curb ramp greater than 1/4-inch width. 3) Localized heaving or settlement of the sidewalk or curb ramp. 4) Scaling or spalling of the concrete surface to a depth greater than ¼ inch. In an emergency, the Contractor shall repair all deficiencies within 48 hours of notification by the Engineer. All other deficiencies shall be identified by the Engineer prior to the end of the 2-year warranty period with written notification sent to the Contractor. The Contractor shall repair all deficiencies prior to final Acceptance. In the event the Contractor should fail to make such repairs, adjustments, or performs other necessary work required to correct any deficiencies, the Engineer may do so and charge the Contractor the cost thereby incurred. The Contractor’s Performance and Payment Bond shall remain in full force and effect through the two (2) year guarantee and warranty period. Subsection 608.06 is revised to include the following: Pay Item Pay Unit Concrete Bikeway (6-Inch) (Colored) Square Yard Dowels and tie bars, as well as fibrous polypropylene filaments will not be paid for separately, but shall be included in the work. Page 102 of 116 177 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 39 REVISION OF SECTION 608 DETECTABLE WARNINGS Section 608 of the Standard Specifications is hereby revised for this project as follows: Subsection 608.01 shall include the following: This work includes the installation of detectable warnings on concrete curb ramps as shown on the plans. Subsection 608.02 shall include the following: Detectable warnings shall be truncated dome plates of the dimensions shown on the plans. Domes shall be prefabricated by the manufacturer as a pattern on embeddable surface plates. Plates shall meet all Americans with Disabilities Act (ADA) requirements for truncated domes, and when installed, shall be capable of producing the pattern of domes shown on the plans. The detectable warning plates used shall be cast iron East Jordan Iron Works (EJIW) Detectable Warning Plates, or an approved equivalent product.  Cast iron plates with a “rust” colored tone, or “Natural Finish” as produced by East Jordan Iron Works. The domes and their underlying surface shall have a discernible contrast of color from the adjacent surface. The contrasting colors shall not be black and white. When plates are used, prior to the start of work, the Contractor shall submit appropriate documentation from the manufacturer verifying that the contrast has been met, along with a sample plate, to the Engineer for approval. Subsection 608.03 shall include the following: (g) Detectable Warnings. 1. Plates. Prior to installation of the plates, concrete conforming to subsection 608.02 shall be installed and consolidated as a base for the plates. The concrete shall be placed to a thickness that will allow the base surface of the plates to be at the same elevation as the adjacent concrete. The plates shall be embedded into the plastic concrete in accordance with the manufacturer’s specifications. Subsection 608.05 shall include the following: The unit price for the truncated domes will be per the unit price and will include all of the materials. All work and materials necessary for fabrication, transport, and installation of all aspects of the truncated domes will be considered incidental to the Unit Bid Price. Subsection 608.06 is revised to include the following: Pay Item Pay Unit Truncated Domes Square Feet Page 103 of 116 178 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 40 REVISION OF SECTION 619 WATERLINES Section 619 of the Standard Specifications is hereby revised for this project as follows: Subsection 619.01 Delete second paragraph and replace with the following: Waterlines shall be installed accordance with the 2016 Town of Estes Park Water Systems Engineering Design Standards. https://www.colorado.gov/pacific/sites/default/files/20161221%20Design%20Standards%20with%20Standard%20Drawing s-Complete%20and%20signed.pdf Work will consist of exposing the existing 12-inch waterline on either side of Fall River and removing approximately 5-feet of pipe. The contractor shall then install restrained flange couplers, end caps, and 1.5-inch taps on the pipe to remain. A 1.5-inch HDPE waterline will then connect the two mains utilizing the abandoned pipe as a casing pipe. A 1.5-inch temporary water bypass shall be installed to minimize disruption of water service during relocation work. This temporary bypass may not be needed depending on the site conditions and anticipated disruption of water service. Subsection 619.02 shall include the following: Material shall be 1.5-inch HDPE waterline and as shown on the plans Subsection 619.05 is revised to include the following: Payment will be made under: Pay Item Pay Unit Temporary Water Service 1.5-inch Lump Sum 1.5-Inch HDPE Water Service Lump Sum Excavation, backfill, site restoration, and all necessary pipe materials including restrained flange couplers, end caps, 1.5-inch taps, and 1.5-inch HDPE pipe shall be included in the lump sum price. Page 104 of 116 179 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 41 REVISION OF SECTION 628 BRIDGE GIRDER AND DECK UNIT Section 628 is hereby added to the Standard Specifications for this project as follows: DESCRIPTION 628.01 This work consists of the design, fabrication, and erection of a simple span, welded self weathering steel (ASTM A 709 Grade 50W), pedestrian truss bridge with concrete deck in accordance with the specifications and plan details. Potential bridge suppliers are: 1. Big R Manufacturing LLC 19060 County Road 66 Greeley, Colorado 80631 1-888-339-1684 2. Steadfast Bridges 4021 Gault Ave. South Fort Payne, Alabama 35967 256-845-0154 3. Excel Bridge Manufacturing Company 12001 Shoemaker Avenue Santa Fe Springs, California 90670 562-944-0701 4. Continental Pedestrian Truss (Contech) 9025 Centre Pointe Drive West Chester, Ohio 45069 1-800-338-1122 5. Wheeler Lumber, LLC 9330 James Avenue South Minneapolis, Minnesota 55431 952-929-7854 MATERIALS 628.02 Structural Steel. All structural steel shall be new (unused) material and shall conform to the requirements in Section 509. Floor beams, stringers, and members of each truss (upper and lower chords, diagonals, end posts and vertical posts) utilized in the bridges shall meet a longitudinal Charpy V notch (CVN) values per Table C6.6.2.1-1 of the AASHTO LRFD Bridge Design Specifications for Temperature Zone 2 (typically 25 ft. lbs. at 40 degrees Fahrenheit). Testing shall be in accordance with AASHTO T 243 (ASTM A 673). The H frequency of heat testing shall be used. The Contractor shall provide the Engineer with copies of all certified mill test reports and CVN test reports. Minimum thickness of closed structural tubular members shall be 1/4 of an inch. All square and rectangular structural steel tubing shall conform to the requirements of ASTM A 847, Cold- Formed Welded and Seamless High Strength, Low Alloy Structural Tubing With Improved Atmospheric Corrosion Resistance. Page 105 of 116 180 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 42 -2- REVISION OF SECTION 628 BRIDGE GIRDER AND DECK UNIT All structural steel shapes and plates shall conform to the requirements of ASTM A 588, High-Strength Low- Alloy Structural Steel. All anchor bolts and nuts shall conform to the requirements of ASTM A 307, Grade A, Carbon Steel Bolts and Studs, and shall be galvanized in accordance with the requirements of ASTM A 153. Each anchor bolt shall be provided with two nuts for jamming. All structural steel field connections shall be bolted with high strength bolts. High strength bolts, including suitable nuts and plain hardened washers, shall conform to the requirements of ASTM A 325. Bolts shall be Type 3. CONSTRUCTION REQUIREMENTS 628.03 Concrete. When concrete deck is used, concrete shall be Class D (Bridge) unless specified otherwise in the plans. The concrete and reinforcement shall conform to the requirements in Sections 601 and 602 respectively. 628.04 Design. The current editions of the AASHTO LRFD Bridge Design Specifications, LRFD Guide Specifications for the Design of Pedestrian Bridges, and CDOT Bridge Design Manual Section 31, shall govern the design. All welded tubular connections shall be designed in accordance with Section 2, Part A and Section 9, Part A of the Structural Welding Code-Steel ANSI/AWS/D1.1 (Latest Edition). Openings between horizontal or vertical members on pedestrian railings shall be small enough that a 4 in. sphere cannot pass through them for the lower 34” of the pedestrian rail. Half-inch (½) diameter drain holes shall be drilled (flame cut holes will not be allowed) at all low points of all steel tubing members as oriented in the in-place, completed structure. In members that are level, or flat, a total of two drain holes shall be drilled, one at each end. Drain holes and their locations shall be shown on the Shop Drawings. 628.05 Submittals. The Contractor shall submit certified copies of all the required submittals per Section 105 and this specification to the Engineer. 628.06 Shop Fabrication. Welding and fabrication of weathering steel pedestrian bridges shall conform to the requirements of the Structural Welding Code-Steel ANSI/AWS D1.1 (Latest Edition) as amended by the following: 1. As required in Subsection 4.7, a welding procedure shall be established by qualification in accordance with the requirements of Subsection 3.3 for the ASTM A 847 material used on the bridge. The results of the Procedure Qualification shall be recorded on Form M1 in Annex M of AWS D 1.1. 2. The Contractor shall submit a Quality Control Plan. The Plan shall include personnel qualifications, certifications, and a Written Practice in accordance with ASNT SNT-TC-1A. 3. The quality of all welds shall be in accordance with Section 6, Table 6.1 for non- tubular and Section 9 and 9.16 for tubular. In Table 6.1, Undercut 7(B), the criteria for primary members shall apply to the bottom chord members. Page 106 of 116 181 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 43 -3- REVISION OF SECTION 628 BRIDGE GIRDER AND DECK UNIT 4. All Complete Joint Penetration Groove Welds in butt joints in the bottom chord members shall be 100% Magnetic Particle tested in accordance with ASTM E709. Acceptance shall be determined in accordance with Section 6.10 and Table 6.1 for non-tubular using alternating Current. Section 9 and Table 9.16 for tubular, UT in accordance with 9.27.1. In addition, complete joint penetration groove butt welds welded from one side without backing of bottom chord members shall be examined by ultrasonic testing in accordance with Section 6.11. 5. Magnetic Particle Testing shall be performed on 100% of all attachment welds to the bottom chord, using Alternating Current, in accordance with Section 6.10 and Table 6.1 for non-tubular, Section 9 and 9.16 for tubular. 6. Welder Qualification Test Records shall follow 4.2.3 Period of Effectiveness. The structure shall conform to the clear span, clear width, structure depth, railing and any other requirements as shown on the plans. For bridges seven feet and wider, post with an R12-1 weight limit signs in conformance with MUTCD. All weathering steel shall be blast cleaned, Steel Structures Painting Council Surface Preparation No. 6 (SSPC- SP6, Commercial Blast Cleaning), to remove mill scale and foreign material which would prohibit rusting to a uniform color. 628.07 Field Construction. The substructure shall be constructed in accordance with the details shown in the plans and the pedestrian bridge shop drawings. Before construction begins on the substructure, the Contractor shall determine the anchor bolt requirements and substructure dimensions needed to properly erect the structure. The Engineer shall be provided with two copies of detail sheets delineating these requirements before work begins. The Contractor shall comply with CDOT Standard Specification Subsection 509.26 through 509.31 for Field Construction Requirements paying particular attention to Section 509.28 for Connections Using High-Strength Bolts. Fastener assemblies shall be tested using a Calibrated Tension Measuring Device. DTI washers shall be subject to tension verification by use of a separate direct tension measuring device. 628.07 Pedestrian bridge will be measured by the complete Bridge Girder and Deck Unit installed and accepted. BASIS OF PAYMENT 628.08 The accepted quantity shall be paid for at the contract unit price for the pay unit listed below. Payment will be made under: Pay Item Pay Unit Bridge Girder and Deck Unit (90 Feet) Each Bridge Girder and Deck Unit (100 Feet) Each Payment shall be full compensation for all work necessary to complete the item, which shall include design, fabrication, transportation to the bridge site, and erection and construction including the reinforced concrete deck. The substructure shall be measured and paid for separately, anchor bolts shall be included in item 628. Payment will not be made for this item until all required reports, certifications, and forms have been submitted to the engineer. Page 107 of 116 182 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 44 REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Section 630 of the Standard Specifications is hereby revised for this project as follows: Subsection 630.13shall include the following: All signing and traffic control devices required to implement the approved TCP shall not be individually measured but shall be incidental to the lump sum measurement of traffic control. Signs damaged due to Contractor operations shall be replaced in kind or repaired by the Contractor at no additional cost to the project. All advanced construction signing shall be installed prior to any construction activity and remain in place for all phases of construction. Road Work advance sequence signs shall be reset as required to match current locations of initial traffic control devices. Resetting of construction signs as required by the work is considered incidental to the project and will not be paid separately. Masking of existing/permanent or temporary signs as required by the work is considered incidental to the project and will not be paid separately. Contractor is required to reset a number of permanent signs as part of the project. Payment for this item is included separately as Reset Ground Sign. Additional resets that may be required during the phasing of the work are considered incidental to the project and will not be paid separately. In the event the Contractor fails to complete the project within the allowable Contract time, including time extensions, the Contractor will bear all costs associated with the additional traffic control required by the project including all flagging, traffic control supervision, rental and maintenance of traffic control devices, etc. until the project is completed. Subsection 630.18 shall include the following: Payment shall be full compensation for furnishing, erecting, cleaning, maintaining, moving, removing, and disposing of construction traffic control devices necessary to complete the work. Payment will be full compensation for all work items necessary to complete the construction of the project including, but not limited to: 1. Preparation and submittal of MHT, and required services of Traffic Control Supervisor. 2. The rental/ purchase, fabrication, installation and maintenance of all equipment, signs, channelization devices, etc. during construction of the project. 3. Removal of existing striping and removal of temporary striping required to implement each phase of the Traffic Control Plan. 4. Pedestrian access shall be provided and flaggers should assist pedestrians around the work zone if required. Page 108 of 116 183 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 45 -2- REVISION OF SECTION 630 CONSTRUCTION ZONE TRAFFIC CONTROL Payment will be made under: Pay Item Pay Unit Construction Traffic Control (Lump Sum) Partial payments for Construction Traffic Control will be made according to the following schedule:  25 percent of the bid amount will be paid on the first pay request for work performed.  When 50 percent of the original contract amount is earned, 50 percent of the bid amount will be paid.  When 75 percent of the original contract amount is earned, 75 percent of the bid amount will be paid.  100 percent of the contract amount for construction traffic control will be paid when the project is fully complete as determined by the Project Engineer. Page 109 of 116 184 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 46 TRAFFIC CONTROL PLAN – GENERAL The key elements of the Contractor's method of handling traffic (MHT) are outlined in subsection 630.10(a). The components of the TCP for this project are included in the following: (1) Subsection 104.04 and Section 630 of the specifications. (2) Schedule of Construction Traffic Control Devices (3) Signing Plans (4) Construction Phasing Details (5) Detour Details (6) Miscellaneous requirements of the Town of Estes Park Unless otherwise approved by the Engineer, the Contractor’s equipment shall follow normal and legal traffic movements. The Contractor’s ingress and egress of the work area shall be accomplished with as little disruption to traffic as possible. Traffic control devices shall be removed by picking up the devices in a reverse sequence to that used for installation. This may require moving backwards through the work zone. When located behind barrier or at other locations shown on approved traffic control plans, equipment may operate in a direction opposite to adjacent traffic. Special Traffic Control Plan requirements for this project are as follows: 1. During the construction of this project, traffic shall use the present traveled roadway unless otherwise identified on the plans or approved by the Engineer. 2. The Contractor shall not have construction equipment or materials in the lanes open to traffic at any time, unless approved by the Engineer. 3. The Traffic Control Plan shall be submitted to Town of Estes Park Public Works Department Engineering Division for review and approval at the Pre-Construction Meeting. The Public Works Department shall have at least 72 hours notice prior to approve all upcoming projects. Work on any project shall not commence without an approved traffic control plan. A copy of this plan shall be kept on site at all times. 4. Working hours are strictly enforced. The working hours for Fish Hatchery Road are from 7 AM to 7 PM. If work will run beyond the established working hours for the area, the Contractor must connect with the Public Works Department Office at (970) 577-3587 or publicworks@estes.org to request to work outside the established hours. • No work on Memorial Day, Independence Day, Labor Day, Thanksgiving day, the Friday after Thanksgiving day, Christmas Eve day, Christmas Day, and New Years Day. • Contractor shall coordinate lane closures with adjacent projects and special events. • Contractor shall maintain business access during business hours. 5. The contractor shall not deviate from the original approved Traffic Control Plan. If the original Traffic Control plan requires modification, the contractor must submit a revised plan to the Public Works Department for review and approval. Page 110 of 116 185 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 47 -2- TRAFFIC CONTROL PLAN – GENERAL 6. If streets are approved for partial or complete closures, please contact Emergency Services prior to starting work. Call the non-emergency Police Dispatch number at 970-586-4000 and they will notify Police, Fire, and Medical. 7. Unless otherwise pre-approved by the Public Works Department, all streets must be open to local traffic and emergency vehicle access. 8. All locations that are to be left unfinished overnight must be protected with appropriate barricade devices. All barricading shall be done in accordance with the MUTCD. If barricades are to be left up overnight they must be lit. It is the contractor's responsibility to field inspect the work site after dark to insure that all lights are operating properly. 9. Upon completion of work for the day all construction signs must be made so that they are not visible to traffic and do not pose a hazard to vehicles, bicycles and/or pedestrians. 10. Loose materials in storage areas must be fenced or otherwise secured to prevent vandalism, theft, and property damage. If fill material or equipment is stored on a street, it must be delineated with lighted barricades. Sidewalks shall not be used to store equipment or fill materials. Sight distance from intersections must be maintained around the stored materials. 11. The Contractor shall install construction traffic control devices where they do not block or impede other existing traffic control devices or sidewalks for pedestrians, people with disabilities, or bicyclists. 12. Vertical cuts or fills greater than 1 inch resulting from construction operations within the clear zone of adjacent traffic lanes shall be temporarily sloped at a 6:1 or flatter slope, and delineated at 50 foot intervals immediately after removal operations to safeguard the traveling public. 13. Construction equipment used on this project shall meet the same minimum exhaust requirements as those specified by the manufacturer of the equipment. 14. The Contractor and subcontractors shall equip their construction vehicles with flashing amber lights. Equipment to be used at night shall also be equipped with flashing amber lights. Flashing amber lights on vehicles and equipment shall be visible from all directions. 15. Parking areas temporarily disturbed by construction activities shall be restored to a useable condition during non-working hours. Such temporary parking shall utilize an all-weather surface. The Contractor shall develop an Access Maintenance Plan in coordination with, and based on the requirements of, the affected property owners and tenants, and submit it to the Engineer for approval prior to commencement of work. This plan shall detail all barricades, ramps, signs, and temporary means of access required by the property owners or tenants. Prior to commencing any work which affects access to a property, the Access Maintenance Plan for that property must be submitted and approved by the Engineer. 16. The Access Maintenance Plan shall be coordinated with all affected property and business owners and residents and tenants. The Access Maintenance Plan shall include documentation of this coordination. All access shall be maintained on surfaces equal to or better than those existing at the time the access is first disturbed. For short periods of time only as allowed by the Engineer, access may be maintained on an aggregate base course surfaces. Page 111 of 116 186 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 48 -3- TRAFFIC CONTROL PLAN – GENERAL 17. During non-construction periods (evenings, weekends, holidays, etc.) all work shall be adequately protected to insure the safety of vehicular and pedestrian traffic, as detailed in the Contractor’s MHT. Excavations or holes shall be filled in or fenced when unattended. 18. Whenever the Contractor removes, obliterates, or overlays any pavement markings, he shall replace them on a daily basis prior to opening the affected areas to traffic. All temporary pavement markings shall fully comply with the Standard Specifications and Special Provisions. 19. All personal vehicle and construction equipment parking is prohibited where it conflicts with safety, access, or the flow of traffic. Landscaped areas and roadway shoulders shall be kept clear of parking and storage of all personal and construction equipment except where approved by the Engineer. 20. The Contractor shall not place tack coat on any surface to be paved where traffic will be forced to travel upon fresh bituminous materials. 21. No work that interferes with traffic will be allowed on holidays or any day of a three-day or four-day weekend that includes a holiday. Holidays on which this restriction applies consist of those holidays recognized by the Town of Estes Park which include: Memorial Day, Independence Day, Labor Day, Thanksgiving day, the day after Thanksgiving day, Christmas Eve day, Christmas Day, and New Years Day. Additional non-working days may be specified by the Town. 22. All lane closures shall be subject to the approval of the Engineer. Request for each closure shall be made at least 24 hours in advance of the time the lane closure is to be implemented. Lane closures will not be allowed to remain unless being utilized in continuum for the intended purpose for which they were set up. 23. During non-working hours, the roadways shall be restored to a safe travel conditions for the free flow of traffic. Any maintenance required to restore the roadways to this condition, including the pavement patching and grading, shall be done prior to opening the areas to traffic or completing work for the day. 24. The Contractor shall clean the roadway of all construction debris and any trash before opening it to traffic. 25. All flagging stations used at night shall be illuminated with floodlights. Street, highway lights and “high mast lighting” may be used for flagging station illumination when approved by the Engineer. Floodlights shall be located and directed so as not to interfere with the sight of any motorists. 26. Prior to removal and resetting of any sign the Contractor and Engineer shall prepare an inventory. Any signs damaged due to the Contractor’s operations shall be replaced in kind or repaired by the Contractor at no additional cost to the project. Unless otherwise noted, all costs incidental to the foregoing requirements shall be included in the original contract prices for the project, including any additional traffic control items required for haul routes into the project. Temporary fence required for protection of the work will not be paid for separately but shall be included in the work. Page 112 of 116 187 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 49 UTILITIES Known utilities within the limits of this project are: UTILITY CONTACT/EMAIL PHONE Xcel Energy - Gas Jody Hutchinson / jody.l.ellis@xcelenergy.com (970) 225-7834 CenturyLink Justin Wallace / justin.wallace@centurylink.com (970) 381-8449 Upper Thompson Sanitation District Todd Krula / todd@utsd.org (970) 443-2463 Estes Park Power & Communications Division Joe Lockhart /jlockhart@estes.org (970) 577-3613 Estes Park Water Division Chris Eshelman / ceshelman@estes.org (970) 577-3630 The work described in these plans and specifications requires coordination between the Contractor and the utility companies in accordance with subsection 105.11 in conducting their respective operations as necessary to complete the utility work with minimum delay to the project. CONTRACTOR SHALL PERFORM THE WORK LISTED BELOW: Coordinate project construction with the performance by the utility owner of each utility work element listed in Part 2 below. Perform preparatory work specified in Part 2 for each utility work element. Provide an accurate construction schedule that includes all utility work elements to the owner of each impacted utility. Provide each utility owner with periodic updates to the schedule. Conduct necessary utility coordination meetings, and provide other necessary accommodations as directed by the Engineer. Notify each utility owner in writing, with a copy to the Engineer, prior to the time each utility work element is to be performed by the utility owner. Provide the notice the number of days specified in Part 2 immediately prior to the time the utility work must be begun to meet the project schedule. Provide traffic control, as directed by the Engineer, for any utility work by the utility owner expected to be coordinated with construction. However, traffic control for utility work outside of typical project work hours shall be the responsibility of the utility owner. Perform each utility work element for every utility owner listed here in Part 1. Notify each utility owner in advance of any work being done by the Contractor to its facility, so that the utility owner can coordinate its inspections for final acceptance of the work with the Engineer. Project Limits – All Utility Owners Prior to excavating, the Contractor shall positively locate all potential conflicts with existing underground utilities and proposed construction, as determined by the Contractor according to proposed methods and schedule of construction. The Contractor shall modify construction plans to avoid existing underground facilities as needed, and as approved by the Engineer. Please note that UNCC marks only its members’ facilities – Other facilities, such as ditches and drainage pipes may exist, and it is the Contractor’s responsibility to investigate, locate and avoid such facilities. Page 113 of 116 188 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 50 -2- UTILITIES Xcel Energy - Gas The Contractor will provide Xcel Energy written notice 10 days immediately prior to each utility work element expected to be coordinated with construction. The 2-inch steel gas line located in David Drive at STA 88+20 is in conflict with the proposed storm sewer. The contractor shall coordinate relocation of the facility with Xcel prior to storm sewer work. Estes Park Power & Communications Division – Electric: Overhead Facilities (STA 83+60 to 88+20) in conflict with the project will be relocated prior to construction. The Contractor shall verify relocation. The Contractor shall coordinate with Estes Park Power & Communications Division and observe working clearances and stability at all overhead facilities. CenturyLink – Telecom: CenturyLink will relocate an existing overhead pole located at STA 127+60. This pole will be located outside of the proposed path pavement and away from the excavation area for the proposed bridge. Contractor to verify relocation is completed prior to construction. Contractor to coordinate with CenturyLink if temporary support of pole is needed at STA 139+05 RT. Town of Estes Park Water Division: Adjust manholes at STA 123+20 and 124+90. Install new 1.5-Inch HDPE waterline as shown in the plans near STA 126+00 to STA 128+00. Coordinate all required service interruptions and inspections with Town of Estes Park Water Division. Maximum interruption duration is expected to be 8 hours. Provide a minimum 1.5” diversion waterline during disruption, if required by the Town Water Division. Contractor shall provide the utility owner written notice 5 days immediately prior to each required inspection. UTILITY OWNERS SHALL PERFORM THE WORK LISTED BELOW: The Contractor shall provide traffic control for any utility work expected to be coordinated with construction, as directed by the Engineer. However, traffic control for utility work outside of typical project work hours shall be the responsibility of the utility owner. The utility owner shall prepare and submit to a Method of Handling Traffic for utility work to be performed outside typical project work hours. The utility owner shall obtain approval of the Method of Handling traffic from the Engineer prior to beginning the utility work to be performed outside typical project work hours. Page 114 of 116 189 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 51 -3- UTILITIES The work listed below will be performed by the utility owners or their agents: Xcel Energy - Gas: Xcel Energy shall relocate their 2-inch steel gas line at STA 88+20 such that the line has adequate clearances from the proposed excavation of the proposed CSP. This work may be completed during project construction. Estes Park Power & Communications Division – Electric: Estes Park Power Department will relocate overhead electric lines and power poles between STA 81+40 and 88+20 to the north side of Fish Hatchery Road prior to construction. CenturyLink – Telecom: CenturyLink will relocate an existing overhead pole located at STA 127+60. This pole will be located outside of the proposed path pavement and away from the excavation area for the proposed bridge. CenturyLink to provide temporary support of pole if needed at STA 139+05 RT. Town of Estes Park Water Division Work Elements: Inspect utility work performed by the Contractor listed above. Upper Thompson Sanitation District - Sanitary Sewer: Inspect utility work performed by the Contractor listed above. GENERAL The Contractor shall comply with Article 1.5 of Title 9, CRS ("Excavation Requirements") when excavation or grading is planned in the area of underground utility facilities. The Contractor shall notify all affected utilities at least two (2) business days, not including the day of notification, prior to commencing such operations. The Contractor shall contact the Utility Notification Center of Colorado (UNCC) at (8-1-1) or 1-800-922-1987 to have locations of UNCC registered lines marked by member companies. All other underground facilities shall be located by contacting the respective company. Utility service laterals shall also be located prior to beginning excavating or grading. The location of utility facilities as shown on the plan and profile sheets, and herein described, were obtained from the best available information. All costs incidental to the foregoing requirements will not be paid for separately but shall be included in the work. A Subsurface Utility Engineering (SUE) report has been prepared for the project and is included in the contract documents. Generally, the project does not qualify for SUE requirements except at four locations where excavations exceed 2-feet. The contractor shall review and become familiar with the information in the SUE report prior working in SUE areas identified on the drawings. Page 115 of 116 190 SSP-1 SSP Index 06-03-19 [For 2017 Spec Book] COLORADO DEPARTMENT OF TRANSPORTATION SPECIAL PROVISIONS FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) STANDARD SPECIAL PROVISIONS No. Name Date of Pages Revision of Section 102 – Examination of Plans, Specifications, Special Provisions, (June 3, 2019) 1 and Site of Work Revision of Section 103 – Consideration of Proposals (July 3, 2017) 1 Revision of Section 105 – Conformity to the Contract of (July 3, 2017) 1 Portland Cement Concrete Pavement Revision of Section 105 – Cooperation by Contractor (May 1, 2019) 1 Revision of Section 105 – Cooperation with Utilities (June 3, 2019) 1 Revision of Section 106 – Supplier List (July 3, 2017) 1 Revision of Sections 106 and 601 – Concrete Test Reports (January 7, 2019) 1 Revision of Section 107 – Laws to be Observed (October 12, 2017) 1 Revision of Section 107 – Water Quality Control (March 27, 2019) 4 Revision of Section 108 – Determination and Extension of Contract Time (February 4, 2019) 1 Revision of Section 108 – Failure to Complete Work on Time (May 1, 2019) 1 Revision of Section 108 – Liquidated Damages (July 20, 2017) 1 Revision of Section 108 - Project Schedule (February 4, 2019) 6 Revision of Section 108 – Subletting of Contract (October 12, 2017) 1 Revision of Section 109 – Prompt Payment (Local Agency) (July 3, 2017) 2 Revision of Section 206 – Removability Modulus (October 12, 2017) 1 Revision of Section 208 – Erosion Control (March 27, 2019) 29 Revision of Section 213 – Mulching (April 25, 2018) 1 Revision of Section 250 – Environmental, Health and Safety Management (July 3, 2017) 3 Revision of Section 412 – Dowel Bars for Joints (Dec. 12, 2018) 1 Revision of Section 504 – Concrete Block Facing MSE Walls (June 12, 2018) 13 Revision of Section 504 – Concrete Panel Facing MSE Walls (June 12, 2018) 12 Revision of Sections 508, 614 and 710 - Treated Timber (April 25, 2018) 1 Revision of Section 601 – Cold Weather Placement and Curing of Bridge Decks (March 25, 2019) 1 Revision of Section 601 – Self Consolidating Concrete (Nov. 7, 2018) 2 Revision of Sections 601, 701 and 711 – Structural Concrete (Nov. 8, 2018) 3 Revision of Section 606 – Guardrail (July 17, 2018) 4 Revision of Section 625 – Construction Surveying (July 3, 2017) 1 Revision of Section 703 - Classification for Aggregate Base Course (October 12, 2017) 1 Revision of Section 706 - Concrete and Clay Pipe (May 1, 2018) 1 Affirmative Action Requirements – Equal Employment Opportunity (July 3, 2017) 10 Minimum Wages, Colorado, (May 10, 2019) 7 U.S. Department of Labor General Decision Number CO190014, MOD 1, Highway Construction for Larimer, Mesa, and Weld counties. Required Contract Provisions – Federal-Aid Construction Contracts (July 3, 2017) 14 Special Construction Requirements, Fire Protection Plan (July 3, 2017) 2 Page 116 of 116 191 TOWN OF ESTES PARKBID SETSTATE OF COLORADOTOWN OF ESTES PARK, LARIMER COUNTY, COLORADOFALL RIVER EXTENSION TRAIL - SEGMENT 2A & 3Know what's below.R Call before you dig.100% DESIGN - SEGMENT 2A & 3 - NOVEMBER, 2019 (NOT FOR CONSTRUCTION) SCO T T J. BELONGERC O L ORADOLICENSEDPROFESSIONAL ENGI N EER 192 Town of Estes Park Public Works Department ADDENDUM Number: _____1______ DATE: _2-3-2020_ Town of Estes Park Project: FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) Project Manager: Ryan Barr The Bid Documents, previously prepared and issued on 1-23-2020 for the above project, are hereby modified as described below. Clarifications  Grants: Both grants to the Town (RTP & LWCF) include federal funding. During the pre-bid meeting it was stated that only one was federal.  Museum Tours: There may be tours at the Hydroplant Museum from May-September on Thursdays, Fridays, or Saturdays beginning at 1pm, 2pm, and 3pm. Similar to events at the O’Connor Pavilion (see Special Conditions, Page 61 of 116) these impacts are anticipated to be minor and will not constitute non-working hours unless agreed upon by the Owner.  Potholing: Contractor shall perform utility potholing for the project as needed. Note that near Pedestrian Bridge B the design engineer’s potholing subcontractor encountered river rock (see tabular potholing results on Sheet 400) and was not able to confirm vertical alignment of the existing water line in relation to the proposed bridge abutment.  Project Budget: The total project budget (including design, construction, construction management, material testing, and contingency) is approximately $2.125 Million.  No Cost Permits: The Town can provide a Town Right-of-Way (ROW) permit at no cost to the contractor. Rocky Mountain National Park (RMNP, Park) may provide Park entrance passes to the contractor, or may notify the station employee to not charge admission for contractors working on the Fall River Trail project.  Road Closure: A full road closure on Fish Hatchery Road may be permitted for a maximum of two consecutive days, if necessary to assemble and set each pedestrian bridge. Traffic control plans and detour routes must be approved for each proposed full road closure setup. Maintain existing access routes. 193  Harmony Foundation: The Town will have a trail easement in place for the trail alignment across the Harmony Foundation property. The Town intends to secure a Temporary Construction Easement (TCE) between the public roadway ROW and the trail easement during construction. RMNP Clarifications  Revised RMNP General Notes: See attached Revised Sheet 2000 for adjustments to the general notes for the RMNP scope of work.  Seed: Park staff will provide the seed material for use within the Park.  Erosion Control: Straw wattles will not be permitted within the Park.  Boulders: Bid Item 213-00705 Landscape Boulder (Install Only) shall also include the loading and transporting of the boulders from the Glacier Basin Pit to the project site.  Rebar: Rebar (#5) for the Parking Pad Section shall be included in cost of bid item 508- 00100 6” Diameter Treated Timber.  Tree Removal: There is a smaller/young evergreen tree on the northeast side of the Aspenglen Campground footbridge which will need to be fully removed for the work. This work shall be paid for by the Clearing & Grubbing item for the Park.  RMNP Road Bridge: The road bridge into Aspenglen Campground through the RMNP Fall River Entrance Station is rated HS-20. Contractor Questions Q. Will there be staking along the trail alignment? Will there be anything to indicate the proximity from trail to trees to remain? A. Project staking for both trail alignment and limits of disturbance shall be performed by the Contractor and paid for by bid line item 625 Construction Surveying. The Contractor, Town Project Manager, and Parks Division Supervisor will perform a walk through to establish environmental limits and confirm trees for removal or protection. Q. Does the Town keep any recycled asphalt or concrete? A. All recycled asphalt pavement (removed asphalt mat) shall remain property of the Town and shall be delivered to the Town’s Public Works yard at 666 Elm Road. Contractor will be responsible for disposing of recycled concrete. Attachments  Pre-Bid Meeting Sign-In Sheet  Revised Bid Document Table of Contents  Revised Plan Set Cover Sheet  Revised RMNP Note Sheet 194 195 FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) TABLE OF CONTENTS Invitation to Bid………………………………………………………………………………….2 CONTRACT DESCRIPTION…………………………………………………………….2 SCHEDULE OF ACTIVITIES..………………………………………………………….3 Instructions to Bidders…………………..………………………………………………………5 1.0 BID DOCUMENTS……………………………………………………………….5 2.0 BIDDER’S UNDERSTANDING…………………………………………………5 3.0 BID SUBMISSION……………………………………………………………….5 4.0 SIGNATURES………………………………………………….…………………6 5.0 REJECTION OF PROPOSAL………………………………….…………………6 6.0 METHOD OF PAYMENT…………………………………………….………….6 7.0 SUBCONTRACTS…………………………………………………….………….6 8.0 AWARD OF CONTRACT………………………………………………………..6 9.0 RESPONSE MATERIAL OWNERSHIP………………………………………...7 10.0 WARRANTY……………………………………………………………………..7 11.0 SCHEDULE……………………………………………………………………….7 12.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE……………………..7 13.0 SIGNING OF AGREEMENT…………………………………………………….7 Contract and Bonds CONSTRUCTION CONTRACT…………………………………………………………8 PERFORMANCE AND PAYMENT BOND……………………………………………15 BID BOND………………………………………………………………………………17 UNIT PRICE BID SCHEDULE ……...…………………………………………………19 CONTRACTOR INFORMATION FORM……...………………………………………20 FEDERAL BID AND CONTRACT PROVISIONS…………………………………….23 General Conditions GENERAL CONDITIONS…………………………………………………………...…38 Special Conditions SPECIAL CONDITIONS………………………………………………………………..61 Special Provisions PROJECT SPECIAL PROVISIONS……………………………………………………..64 STANDARD SPECIAL PROVISIONS………………………………………………...116 Construction Documents PROJECT PLANS – FALL RIVER TRAIL Addendum 1 - 2/3/2020 Page 1 of 116 196 TOWN OF ESTES PARKBID SETSTATE OF COLORADOTOWN OF ESTES PARK, LARIMER COUNTY, COLORADOFALL RIVER EXTENSION TRAIL - SEGMENT 2A & 3Know what's below.R Call before you dig.100% DESIGN - SEGMENT 2A & 3 - NOVEMBER, 2019 (NOT FOR CONSTRUCTION) SCO T T J. BELONGERC O L ORADOLICENSEDPROFESSIONAL ENGI N EER 197 100% CONSTRUCTION DOCUMENTS - JUNE 12TH, 2019·····························SC O T T J. BELONGERC O L ORADOLICENSEDPROFESSIONAL ENGI N EER 198 Town of Estes Park Public Works Department ADDENDUM Number: _____2______ DATE: _2-5-2020_ Town of Estes Park Project: FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) Project Manager: Ryan Barr The Bid Documents, previously prepared and issued on 1-23-2020 for the above project, and Addendum 1 issued on 2-3-2020, are hereby modified as described below. Clarifications  Salvage of Wooden Penstock: (see updated Project Special Provision – Revision of Section 211, attached) The Contractor shall submit a written means and methods statement to the Owner at least 1 week prior to relocation of the penstock. This should include details showing any proposed stabilization methods. If a 5’ long section and a 10’ long section cannot be successfully relocated without damage within the first 4 attempts, the Contractor shall stop and notify the Owner.  Waterlines: (see updated Project Special Provision – Revision of Section 619, attached) The Waterline Connection Detail shown on Plan Sheet 35 shall be implemented at both connection locations (each side of the river). Proposed connection locations are indicated on Plan Sheet 35 using text leader lines.  Reverse Thrust Blocks: From the Water Division – Contractor will need to pour concrete ahead of time for reverse kickers (reverse thrust blocks) since megalugs can’t be used on thin walled steel pipe. – See attached for a sample detail for a possible layout. There could be numerous ways to provide proper anchoring, and the Water Division will assist in approving the contractor’s plan for reverse kickers.  Water Pressure Loss: The Water Division has considered the water pressure loss across the 1.5” HDPE line and they are not concerned about customers encountering reduced water flow at their faucets. 199  Tree Caliper: The Removal & Reset Plan Sheets (sheets 16-21) indicate the tree caliper for almost every tree that is planned to be removed. There is a collection of trees near STA 123+40 that do not have their caliper labeled. For these trees that are not labeled, contractor should visit the site to determine approximate sizes.  Tax Exemption: The Town is tax exempt and can provide Certificates of Exemption upon request. The Town’s Account Number with the Colorado Department of Revenue is 09800492.  Electronic Files: The Design Engineer will be able to provide base drawings in AutoCAD format to the Contractor.  Signed Documents: The Design Engineer will issue a stamped and signed “For Construction” set of plans and specifications to the Town and Contractor after contract award. Attachments  Possible Detail for Reverse Kicker Blocks  Updated Project Special Provisions - Revision of Section 211  Updated Project Special Provisions - Revision of Section 619 200 Addendum 2 - 2/5/2020 201 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 15 REVISION OF SECTION 211 SALVAGE OF WOODEN PENSTOCK Section 211 Shall is hereby added to the Standard Specifications. DESCRIPTION This work shall include the careful relocation of both a 5’ long section and a 10’ long section of existing 48 inch diameter buried wooden penstock from the location shown in the plans (approximately STA 140+30), then transport and placement of the penstock at the assigned delivery location (adjacent to STA 137+10), as directed by the Owner. MATERIALS The existing penstock consists of 2” wide by 1/2” thick wood lath surrounded by ¼” diameter metal hoops to form a 48” diameter pipe. CONSTRUCTION REQUIRMENTS The Contractor shall submit a written means and methods statement to the Owner at least 1 week prior to relocation of the penstock. This should include details showing any proposed stabilization methods. The Contractor shall excavate the soil surrounding the penstock to allow the section of penstock to be cut from the existing penstock to remain. The contractor may excavate, cut and dismantle the adjacent section of pipe to gain access to the interior of the penstock to be relocated. At their discretion, the Contractor may stabilize the pipe from the inside to allow the pipe to be removed from the ground and transported to the new location in one piece. The Contractor may leave the temporary stabilization system in place after transport and safe deliver to assigned delivery location. If the penstock to be relocated is damaged during excavation, transport or placement, the Contractor shall cut and remove another adjacent 5’ or 10’ section of penstock. If a 5’ long section and a 10’ long section cannot be successfully relocated without damage within the first 4 attempts, the Contractor shall stop and notify the Owner. At this point the Owner would determine whether to abandon the salvage effort, or process a change order to introduce a more robust method for salvaging penstock. MEASUREMENT AND PAYMENT Salvage of Wooden Penstock will not be measured but will be paid for as a single lump sum for the successful removal, transport and safe delivery of penstock to the assigned delivery location. Payment will be made under: Pay Item Pay Unit Salvage of Wooden Penstock LS Payment will include all materials and workmanship required to excavate, transport, and deliver the Penstock to the assigned location, including excavation and backfill of the excavation to exiting grade. Addendum 2 - 2/5/2020 Page 79 of 116 202 FALL RIVER EXTENSION TRAIL – SEGMENT 2A & 3 Bid Documents – Jan. 2020 SP - 40 REVISION OF SECTION 619 WATERLINES Section 619 of the Standard Specifications is hereby revised for this project as follows: Subsection 619.01 Delete second paragraph and replace with the following: Waterlines shall be installed accordance with the 2016 Town of Estes Park Water Systems Engineering Design Standards. https://www.colorado.gov/pacific/sites/default/files/20161221%20Design%20Standards%20with%20Standard%20Drawing s-Complete%20and%20signed.pdf Work will consist of exposing the existing 12-inch waterline on either side of Fall River and removing approximately 5-feet of pipe. The contractor shall then install restrained flange couplers, end caps, and 1.5-inch taps on the pipe to remain. A 1.5-inch HDPE waterline will then connect the two mains utilizing the abandoned pipe as a casing pipe. The HDPE pipe can be pulled through the existing pipe and will not require centering sleds. A 1.5-inch temporary water bypass shall be installed to minimize disruption of water service during relocation work. This temporary bypass may not be needed depending on the site conditions and anticipated disruption of water service. Subsection 619.02 shall include the following: Material shall be 1.5-inch HDPE waterline and as shown on the plans. The HDPE pipe needs to be NSF approved and 250 psi rated. Subsection 619.05 is revised to include the following: Payment will be made under: Pay Item Pay Unit Temporary Water Service 1.5-inch Lump Sum 1.5-Inch HDPE Water Service Lump Sum Excavation, backfill, site restoration, and all necessary pipe materials including restrained flange couplers, end caps, 1.5-inch taps, and 1.5-inch HDPE pipe shall be included in the lump sum price. Addendum 2 - 2/5/2020 Page 104 of 116 203 Town of Estes Park Public Works Department ADDENDUM Number: _____3______ DATE: _2-10-2020_ Town of Estes Park Project: FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) Project Manager: Ryan Barr The Bid Documents, previously prepared and issued on 1-23-2020 for the above project, Addendum 1 issued on 2-3-2020, and Addendum 2 issued on 2-5-2020 are hereby modified as described below. Clarifications  Import Fill Material: The design engineer has clarified that the total quantity of unclassified excavation shown in the “Form Information Only” table on Plan Sheet 5 (1,411 cubic yards) may include unsuitable material. Town has inserted 400 cubic yards of import/fill material under line item 203 IMPORT. Material for 203 IMPORT shall meet the same material requirements as 203 EMBANKEMENT MATERIAL (CIP). Please complete the Revised Bid Schedule (attached).  Contract Time (Working Days): The revised contract time for this project shall be 115 working days. Section 1.0 of the Special Conditions shall be revised to reflect 115 working days.  Concrete Box Culvert: Contractors may propose to complete the concrete box culvert near STA 141+41 as cast-in-place rather than pre-cast. Additional working days will not be granted for this effort.  Power Line Clearance at Bridges: During the Pre-Bid meeting there was discussion about maintaining adequate clearance of the overhead power lines near the pedestrian bridge locations. The proposed overhead power line relocation route should be assumed as per the attached drawing. Estes Park Power and Communication would prefer to not de-energize the lines for any period of time, in order to maintain power for the businesses, condos, and others along Fish Hatchery Road. If the contractor can submit documentation during construction that the required clearance cannot be achieved, then 204 Town will be open to discussing alternatives, including asking Power and Communications to de-energize.  RMNP Spray-On Mulch Blanket: The spray-on mulch blanket to be used within Rocky Mountain National Park shall be “Spray-on Mulch Blanket (Type 2)” in accordance with CDOT Standard Specification 213.02(f)(2). Attachments  Revised Plan Sheet 5 – Anticipated Relocation Route of Overhead Power  Revised Bid Schedule 205 BUGLE POINT FALL RIVER CONDOSPARKING LOTFALL RIVERPRIVATE (WHITE NECK)VOILAND TRUST CABIN100% DESIGN - SEGMENT 2A & 3 - JANUARY 9, 2020 (NOT FOR CONSTRUCTION)Know what's below.R Call before you dig.SC O T T J. BELONGERC O L ORADOLICENSEDPROFESSIONAL ENGI N EER 206 TOWN OF ESTES PARK - FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) REVISED BID SCHEDULE - ADDENDUM 3 CONTRACTOR: Instructions: Insert Unit Costs by Line Item. Where the Unit Cost cell is shaded, please enter the lump sum amounts by each trail segment Note this Bid Schedule shall take precedence over the Summary of Approximate Quantities listed in the Construction Plans QTY COST QTY COST QTY COST QTY COST QTY COST 201 CLEARING AND GRUBBING AC 0.11 -$ 1.8 -$ 0.4 -$ 0.25 -$ 2.56 -$ 201 TREE RETENTION & PROTECTION LS 1 -$ 1 -$ -$ -$ -$ 202 REMOVAL OF ASPHALT MAT SY 43 -$ 472 -$ 90 -$ 53 -$ 658 -$ 202 REMOVAL OF SIDEWALK SY 69 -$ 356 -$ 65 -$ -$ 490 -$ 202 REMOVAL OF PIPE LF -$ 96 -$ -$ -$ 96 -$ 202 REMOVAL OF TREE EA -$ 31 -$ 1 -$ -$ 32 -$ 202 REMOVAL OF FENCE LF 122 -$ -$ -$ -$ 122 -$ 202 REMOVAL OF GUARD RAIL TYPE 3 LF 46 -$ -$ -$ -$ 46 -$ 202-00000 REMOVAL OF OBSTRUCTIONS LS -$ -$ -$ 1 -$ -$ 202-00425 REMOVAL OF BRIDGE RAILING LF -$ -$ -$ 110 -$ 110 -$ 203 EMBANKMENT MATERIAL (CIP)CY 184 -$ 1370 -$ -$ 80 -$ 1634 -$ 203 IMPORT CY 50 -$ 350 -$ -$ -$ 400 -$ 203-00010 UNCLASSIFIED EXCAVATION (COMPLETE IN PLACE) CY -$ -$ -$ 70 -$ 70 -$ 203 POTHOLING HR 8 -$ 20 -$ -$ -$ 28 -$ 203 SWEEPING HR 16 -$ 80 -$ -$ -$ 96 -$ 206 STRUCTURE EXCAVATION CY 59 -$ 47 -$ -$ -$ 106 -$ 206 STRUCTURE BACKFILL (CLASS 1)CY 38 -$ 34 -$ -$ -$ 72 -$ 207 TOPSOIL (6-INCH)CY 27 -$ 712 -$ -$ -$ 739 -$ 207-00205 TOPSOIL (COMPLETE IN PLACE)CY -$ -$ -$ 52 -$ 52 -$ 208 STORM DRAIN INLET PROTECTION EA -$ 7 -$ -$ -$ 7 -$ 208 EROSION LOG (12-INCH)LF 428 -$ 2813 -$ 370 -$ -$ 3611 -$ 208-00023 EROSION LOG (TYPE 1) (12-INCH)LF -$ -$ -$ 563 -$ 563 -$ 208 GRAVEL BAG EA -$ 6 -$ -$ -$ 6 -$ 208 VEHICLE TRACKING PAD EA 1 -$ 4 -$ -$ -$ 5 -$ 208 CONCRETE WASHOUT STRUCTURE EA 1 -$ 3 -$ -$ -$ 4 -$ 208 EROSION CONTROL SUPERVISOR LS 1 -$ 1 -$ 1 -$ 1 -$ -$ 208 REMOVAL AND DISPOSAL OF SEDIMENT (LABOR)HR 8 -$ 40 -$ -$ -$ 48 -$ 208 REMOVAL AND DISPOSAL OF SEDIMENT (EQUIPMENT) HR 8 -$ 40 -$ -$ -$ 48 -$ 210 RESET GROUND SIGN EA 1 -$ -$ -$ -$ 1 -$ 210 ADJUST MANHOLE EA -$ 2 -$ -$ -$ 2 -$ 210 RESET LIGHTPOLE EA -$ -$ 1 -$ -$ 1 -$ 211 RELOCATE WOODEN PENSTOCK LS -$ 1 -$ -$ -$ 1 -$ 212 SEEDING (NATIVE)AC 0.03 -$ 0.77 -$ 0.3 -$ -$ 1.1 -$ 212-00006 SEEDING (NATIVE)AC -$ -$ -$ 0.26 -$ 0.26 -$ 213 MULCH AC 0.03 -$ 0.51 -$ 0.3 -$ -$ 0.84 -$ 213 MULCH TACKIFIER LB 3 -$ 51 -$ 50 -$ -$ 104 -$ 213-00012 SPRAY-ON MULCH BLANKET (TYPE 2)AC -$ -$ -$ 0.26 -$ 0.26 -$ 213 LANDSCAPE BOULDER (36-INCH)EA -$ 21 -$ -$ -$ 21 -$ 213-00705 LANDSCAPE BOULDER (INSTALL ONLY)EA -$ -$ -$ 24 -$ 24 -$ 214 CONIFEROUS TREE (8-FOOT) (BALL & BURLAP)EA -$ 42 -$ 1 -$ -$ 43 -$ 214 LANDSCAPE MAINTENANCE LS 1 -$ 1 -$ 1 -$ 1 -$ -$ 216 SOIL RETENTION BLANKET (STRAW/COCONUT)SY -$ 908 -$ -$ -$ 908 -$ 304 AGGREGATE BASE COURSE (CLASS 6) CY 64 -$ 608 -$ 15 -$ -$ 687 -$ 304-06000 AGGREGATE BASE COURSE (CLASS 6)TON -$ -$ -$ 20 -$ 20 -$ 304-06007 CRUSHER FINES (3/8" MINUS)TON -$ -$ -$ 10 -$ 10 -$ 403 HOT MIX ASPHALT (PATCHING) (ASPHALT)TON 6 -$ 84 -$ 15 -$ 8 -$ 113 -$ 412 CONCRETE PAVEMENT (8-INCH) (COLORED)SY -$ 33 -$ 80 -$ -$ 113 -$ 504 RETAINING WALL (GROUTED ROCK)SF -$ 338 -$ -$ -$ 338 -$ 506 RIPRAP (15-INCH)CY 121 -$ -$ -$ -$ 121 -$ 506 RIPRAP (12-INCH)CY -$ 97 -$ -$ -$ 97 -$ 506 RIPRAP (9-INCH)CY -$ 7 -$ -$ -$ 7 -$ 508-00100 6" DIAMETER TREATED TIMBER LF -$ -$ -$ 186 -$ 186 -$ 514-01011 BRIDGE RAILING LF -$ -$ -$ 76 -$ 76 -$ 514 PEDESTRIAN RAILING (STEEL)LF -$ 50 -$ -$ -$ 50 -$ 601 CONCRETE (CLASS D)CY 30 -$ 43 -$ -$ -$ 73 -$ 601 CONCRETE (CLASS D) (BRIDGE) (COLORED) CY 14 -$ 14 -$ -$ -$ 28 -$ Harmony RMNP TOTALs ITEM # CONTRACT ITEM DESCRITION UNIT UNIT COST Segment 2A (RTP) Segment 3 (LWCF) 207 601 STONE MASONRY VENEER SF 633 -$ 633 -$ -$ -$ 1266 -$ 602 REINFORCING STEEL (EPOXY COATED)LB 4168 -$ 4931 -$ -$ -$ 9099 -$ 603 15-INCH CORRUGATED STEEL PIPE LF -$ 27 -$ -$ -$ 27 -$ 603 18-INCH CORRUGATED STEEL PIPE LF -$ 15 -$ -$ -$ 15 -$ 603 24 INCH CORRUGATED STEEL PIPE LF -$ 30 -$ -$ -$ 30 -$ 603 12 x 18 ELLIPTICAL CORRUGATED STEEL PIPE LF -$ 86 -$ -$ -$ 86 -$ 603 8'X3' CONCRETE BOX CULVERT (PRECAST)LF -$ 14 -$ -$ -$ 14 -$ 603 24 INCH CSP END SECTION EA -$ 2 -$ -$ -$ 2 -$ 603-50004 4-INCH PLASTIC PIPE LF -$ -$ -$ 10 -$ 10 -$ 604 INLET TYPE R L5 (5-FOOT)EA -$ 1 -$ -$ -$ 1 -$ 606 GUARDRAIL TYPE 3 (6-3 POST SPACING)LF 32 -$ -$ -$ -$ 32 -$ 606 END ANCHORAGE (FLARED)EA 1 -$ -$ -$ -$ 1 -$ 607 FENCE (WOOD) (POST & DOWEL)LF 136 -$ -$ -$ -$ 136 -$ 607-11455 FENCE WOOD LF -$ -$ -$ 128 -$ 128 -$ 607-11525 FENCE PLASTIC LF -$ -$ -$ 182 -$ 182 -$ 608 CONCRETE BIKEWAY (6-INCH) (COLORED)SY 365 -$ 4545 -$ 440 -$ 320 -$ 5670 -$ 608 CONCRETE BIKEPATH EXPANSION (6-INCH) (STAINED) SY -$ -$ 85 -$ -$ 85 -$ 608 CONCRETE STAINING (EXISTING SIDEWALK)SY -$ -$ 360 -$ -$ 360 -$ 608 TRUNCATED DOMES SF 54 -$ 54 -$ 54 -$ -$ 162 -$ 608-00000 CONCRETE THICKENED EDGE (COLORED)LF -$ -$ -$ 46 -$ 46 -$ 608 CONCRETE STAINING (EXISTING SIDEWALK)SY -$ -$ 375 -$ -$ 375 -$ 609 CURB & GUTTER TYPE 2 (SECTION IIB)LF -$ 985 -$ -$ -$ 985 -$ 609 CURB TYPE 2 (SPECIAL)LF -$ 410 -$ -$ -$ 410 -$ 612 STEEL BOLLARD (REMOVABLE)EA -$ -$ 3 -$ -$ 3 -$ 619 1.5-INCH HDPE WATER SERVICE LS -$ 1 -$ -$ -$ 1 -$ 619 TEMPORARY WATER SERVICE (1.5-INCH)LS -$ 1 -$ -$ -$ 1 -$ 620 SANITARY FACILITY EA 1 -$ 2 -$ -$ -$ 3 -$ 625 CONSTRUCTION SURVEYING LS 1 -$ 1 -$ 1 -$ 1 -$ -$ 626 MOBILIZATION LS 1 -$ 1 -$ 1 -$ 1 -$ -$ 627 EPOXY PAVEMENT MARKING GAL -$ 5 -$ -$ -$ 5 -$ 628 BRIDGE AND GIRDER DECK UNIT (90 FEET)EA -$ 1 -$ -$ -$ 1 -$ 628 BRIDGE AND GIRDER DECK UNIT (100 FEET)EA 1 -$ -$ -$ -$ 1 -$ 630 TRAFFIC CONTROL LS 1 -$ 1 -$ 1 -$ 1 -$ -$ SUBTOTAL OF CONSTRUCTION ITEMS -$ -$ -$ -$ Sign this Bid Schedule per instructions in Section 4.0 in the Instructions to Bidders Total Bid Written in Words Name of Bidding Company Addendum and Date Received Street Address City State Zip Code Authorized Signer and Title (Print)Authorized Signer (Signature)Date Please List All Anticipated Subcontractors and Their Tasks Subcontractor Anticipated Tasks TOTAL BID $0.00 208 Town of Estes Park Public Works Department Engineering Division ADDENDUM Number: _____1______ DATE: _3-13-2020_ Town of Estes Park Project: FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) Project Manager: Ryan Barr The Request for Proposal (RFP), previously prepared and issued on 3-6-2020 for the above project, is hereby modified as described below. Mandatory Pre-Bid Meeting • The sign-in sheet from the optional pre-proposal meeting has been included in this addendum. Questions & Answers Q1) Will the Construction Oversight consultant be expected to separate their time and expenses by trail segment? A1) No, selected Consultant will not be required to separate their expenses by trail segment. Q2) Is there a page limit for the RFP? A2) No. The Town received feedback in previous RFPs that page limits were too restrictive, so we are trying this time with no page limits. However, proposals should be concise and thorough. 209 Q3) Will there be a trailer or work space available to the consultant? A3) Available staging areas near the work site are indicated within the Plan Set. Town is not planning to provide an indoor work station near the site. At this time it is not known if the construction contractor will have a construction trailer on site. Q4) Will the Contractor provide a tentative work schedule? This would really help in the development of the proposal. A4) Town will request an initial work schedule from the Contractor. However, they are not required to deliver the work schedule until the Pre-Construction meeting, which is now scheduled for April 15, 2020. Q5) If RMNP’s Construction Control Representative performs all work within RMNP, why is a federal DUNS number and SAM.gov registration required? A5) The RTP and LWCF grants supporting this project involve federal funds. Clarifications C1) The proposal review team’s evaluation will be qualification based. Consultants should be prepared to negotiate fees on Tuesday March 24th, the day after proposals are due. Interviews of the top firms may be conducted at the Town’s option, and can be performed over a phone call. The Town is looking to expedite the process and make a selection before March 26th because the Professional Services Contract may require Town Board approval. C2) Consultant’s scope of services should also include periodic surveying to double-check the Contractor’s survey points and completed work. In your proposal, please address your team’s capability to perform or provide surveying, and how you have typically used surveys on past projects similar to this. Attachments • Pre-Proposal Meeting Sign-In Sheet 210 211 Town of Estes Park Public Works Department Engineering Division ADDENDUM Number: _____2______ DATE: _3-18-2020_ Town of Estes Park Project: FALL RIVER TRAIL (RTP, LWCF, Harmony, RMNP) Project Manager: Ryan Barr The Request for Proposal (RFP), previously prepared and issued on 3-6-2020 for the above project, and Addendum #1 previously issued on 3-13-2020, are hereby modified as described below. Questions & Answers Q6) Should the Fall River Trail proposal include a consultant rate sheet and fee proposal? A6) Consultants may include their current rate sheet with their proposal; however, this will not be part of the initial qualification-based evaluation. Please do not submit a fee proposal. As referenced in Addendum #1, consultants should be prepared to provide a rate sheet and negotiate fees on Tuesday March 24th. Q7) For work within Rocky Mountain National Park (RMNP), how will direction be given? A7) The National Park’s Construction Control Representative (Josh Lyon) will provide inspection and oversight services on the RMNP portion of the project. Josh will oversee construction through all phases while work is being done on National Park land. Josh will monitor and inspect construction activities and methods to ensure that construction is meeting specifications, on time and within their allowable time window. Josh will inspect equipment as it comes into the National Park, to ensure that contractors are briefed and follow all rules and regulations while working on Federal lands. Josh will participate in weekly progress meetings, and will act as the conduit for the Town of Estes Park to the National Park throughout the project. Josh will communicate important updates and 212 notices to the Park leadership and Park Information Officer. Additionally, Josh will document progress on daily reports and take photographs for the Park’s purposes. The selected consultant and Ryan Barr will be knowledgeable about the work within RMNP and will discuss this work with the construction contractor during weekly meetings and on-site. Ultimately, Josh Lyon will have the decision-making authority and responsibility for all work within RMNP. Josh will be responsible for reviewing the construction contractor’s pay applications, including approving quantities and costs. Pay applications that include work in RMNP and on Town land will be reviewed by the selected construction oversight consultant. Clarifications C3) The Pre-Proposal meeting on 3-11-2020 was optional. In Addendum #1, one location indicated that it was a mandatory meeting, which is incorrect. 213 CONSTRUCTION OVERSIGHT for Fall River Trail (LWCF, RTP, Harmony, RMNP) Town of Estes Park Public Works Department 170 MacGregor Avenue, Room 100 P.O. Box 1200 Estes Park, CO 80517 March 23, 2020 PREPARED BY: Cornerstone Engineering & Surveying, Inc. 1692 Big Thompson Avenue – Suite 200 Estes Park, Colorado 80517 Phone: (970) 586-2458 214 March 23, 2019 Ryan Barr, Project Manager Public Works Department Town of Estes Park P.O. Box 1200 Estes Park, CO 80517 RE: Construction Oversight, Fall River Trail (LWCF, RTP, Harmony, RMNP) Dear Ryan: Thank you for the Request for Proposal for Construction Oversight Fall River Trail, Estes Park, Colorado. Cornerstone Engineering & Surveying, Inc. appreciates the opportunity to submit the accompanying proposal. Cornerstone Engineering & Surve ying, Inc. (CES) is confident that our project team’s strong emphasis in trail, roadway, utility design and construction oversight and past experience with similar projects will enable us to successfully manage a high quality, viable and accurately documented project. We also feel our firm is a logical choice given our office location and established relationships and knowledge of the local community to enable fluency and efficiently solve problems during construction. Being an owner of Cornerstone Engineering & Surveying, Inc., I will serve as the primary con tact and as the consultant representative with authority to sign all legal contracts. CES is a Colorado Registered Type S Corporation with the owners located in Estes Park. The personnel assigned to this project are experienced and quali fied to represent the Town of Estes Park in the oversight of the project construction. We will firmly commit engineering and support staff to ensure a thorough oversight, documentation and resolving construction issues for timely completion of the project. We are prepared to begin work immediately following completion of contract negotiations and a Notice to Proceed. We acknowledge receipt of Addendum #1 dated March 13, 2020 and Addendum #2 dated March 18, 2020. We look forward to hearing from you. Sincerely, Cornerstone Engineering & Surveying, Inc. Michael S. Todd, P.E. Principal 215 Transmittal Letter Table of Contents Summary of the Proposal Statement of Understanding & Familiarity Project Approach Consultant’s Qualifications Previous Experience Firm References Key Personnel Cornerstone Engineering & Surveying, Inc. Michael S. Todd, P.E., Principal Jes Reetz, Senior Planner Kristen Ekeren, P.E. Azimuth Surveying, Inc. Jean Daoud Primary Contact Person Organizational Chart Project Personnel Personnel Tasks Design Team Statement of Compliance Cost – Unit Rate Sheet Exhibits Exhibit 1 – Town of Estes Park Acceptance of Conditions Statement Exhibit 2 – Consultant’s Personnel and Subconsultant’s Listing Exhibit 3 – Town of Estes Park Reference Authorization and Release Form TABLE OF CONTENTS 216 SUMMARY OF THE PROPOSAL Cornerstone Engineering & Surveying, Inc. (CES) is pleased to present the following proposal for the Construction Oversight for Fall River Trail. In defining our proposed project oversight process, we have utilized knowledge and experience gained from similar projects. Additionally, CES and the project oversight team have extensive experience with engineering design and construction management of diverse projects with the Town of Estes Park, Harmony Foundation, local utility companies and the Colorado Department of Transportation including trails, bridge, roadway, and hydraulic design. Our proposal will outline the Scop e of Work which will include construction inspection, daily documentation of material quantity and job progress along with administrative duties for project coordination of all aspects of the construction oversight. The proposal will also incorporate a list of project team members and professional consulting firms, their qualifications and experience, and CES’s qualifications and capabilities. 217 STATEMENT OF UNDERSTANDING & FAMILIARITY Cornerstone Engineering & Surveying, Inc. (CES) has read and feels fully confident with our understanding of the Scope of Services and familiarity for the Construction Oversight for Fall River Trail Request for Proposal. The proposed work is for construction oversight for the duration of the project. The tasks include facilitating scheduled construction meetings with agenda’s and progress notes. Provide documentation for daily inspections, equipment and project materials. Review and approve monthly construction contract pay applications, inspection of traffic control and review of traffic control reports, documentation of work by photographs and daily logs, r eview and track Requests for Information and Submittals with the Town Project Manager, review and monitor construction change orders. The Fall River Trail construction consists of a multi-use trail along Fish Hatchery Road and around the old Fall River Power Plant on land owned by the Town of Estes Park to the eastern boundary of Rocky Mountain National Park. A 370 section will continue from the east boundary of Rocky Mountain National Park to Aspenglen Campground. The scope of work includes a 10 foot wide 0.83 mile of colored concrete multimodal trail that adheres to the Americans with Disabilities Act. The project also includes two pedestrian bridges over Fall River, three reta ining walls near the Fall River Hydroplant and removal of penstock and utility relocations. CES is aware of the timeline constraints and Rocky Mountain National Parks Project Special Provisions for the construction located in Aspenglen Campground between May 21, 2020 to September 30, 2020. As discussed at the pre-proposal meeting, Rocky Mountain National park will be responsible for the construction oversight for the trail work with in the National Park. The Town of Estes Park has funding for the Fall River Trail from four sources. The Colorado Parks and Wildlife and Land and Water Conservation Fund with provide funding for Segment 3 of the project drawings. CPW Recreational Trails Program funding will be for Segment 2. Harmony Foundation and Rocky Moun tain National Park will provide additional funding in the respective areas listed on the drawings. CES has completed similar design and construction oversight projects for the Town of Estes Park including representing the TOEP as the Project Engineer and Local Agency Professional Engineer on CDOT and federally funded projects. We are familiar with the CDOT and federally funded project protocol and construction requirements including testing and material documentation procedures. 218 CES past projects in the Estes Valley have included: • Facilitate and document the pre-construction and weekly construction progress meetings with the Contractor, Town of Estes Park and Traffic Control Supervisor. • Provide day-to-day onsite inspections of work, equipment and materials. • Collect daily construction work photos and logs to the Town of Estes Park portal. • Provide daily traffic control inspections and obtain traffic control reports from the contractor. • Submit applicable forms, material reports and other project reports in accordance with Town and the federal funding requirements. • Review Requests for Information, Submittals, Change Orders and monthly progress payment applications. • Ensure the contractor obtains all utility locates and that Right-of-Way permits are in place with the TOEP. • Oversee and ensure the Colorado Department of Public Health & Environment (CDPHE) Stormwater Construction Permits (CDPS-SCP) and Construction Dewatering Permits (CDW) have been filed. Ensure stormwater practices are maintained per the submitted permit. • Solicit and obtain three quotes for the selection and hiring process for material testing consultant. • Scheduling and overseeing the material testing during the construction period. CES has developed a working relationship within the Estes Park Community and feels competent in our ability to coordinate the project with impacted Harmony Foundation, National Park, residents, local utilities, and the Town staff and officials. We will work closely with Ryan Barr, Town Project Manager to coordinat e between the Town, National Park, Harmony Foundation, Contractor and citizens. CES has read the Town of Estes Park - Professional Services Contract and is agreeable to the conditions of the contract. We have reviewed the construction bid documents, construction plans and a ddendums to the construction RFP. Our proposed Project Team feels competent in our understanding of the Scope of Services and our ability to manage a professional, timely and economical product. 219 PROJECT APPROACH Task 1 – Communications with Project Manager The Construction Oversight Team will work closely with the Town of Estes Park Project Manager. The team will also communicate closely with the affected utilities, Rocky Mountain National Park, Harmony Foundation, Bugle Point Condominiums, Methodist Church, affected private property owners and citizens. This close communication will help resolve conflicts as expeditiously as possible and streamline the construction effort. Cornerstone Engineering & Surveying, Inc.’s (CES) experience with similar projects in the Estes Valley has allowed the development of favorable working relationships with many of the impacted entities. We will also personally meet with individual property owners impacted by the projec t. All efforts will be made to minimize the concerns and resolve issues of stake holders and private property owners adjacent to the work area. Due to CES’s close proximity to the project, we will be available for immediate response. Task 2 – Review, Understand and Follow the Engineering Design and Construction Documents CES has reviewed and will continue to familiarize our team with the Construction Documents, including the plans and contract documents. We have provided design and construction oversigh t services on numerous projects under the “2017 Colorado Department of Transportation Standard Specifications for Road and Bridge Construction ” and are very comfortable in the construction document layout. Task 3 – Permitting CES will obtain copies, review and monitor required permits to ensure the contractor’s adherence to the required permits. • Town of Estes Park Right-of-Way Permit • Colorado Department of Public Health and the Environment (CDPHE): Stormwater Construction Permit (CDPS-SCP), Construction Dewatering Permit (CDW) • Environmental Protection Agency (EPA): CES will coordinate with Josh Lyons of RMNP to ensure the contractor obtains and adheres to the Stormwater Construction Permit (EPA-SCP) – this is for the portion of trail within RMNP. CES is familiar with the stormwater drainage and BMP per the Urban Storm Drainage Standards as adopted by Larimer County and the Town of Estes Park and the CDOT Drainage Design Manual and Erosion Control & Storm Water Quality Guide 220 Task 4 – Construction Oversight CES will provide daily construction oversight throughout the project. Similar construction oversight projects in the area have shown that actual needed onsite time varies from day to day. Our office location allows for easy flexibility for onsite attendance. We are available 2 hours to 14 hours a day. Our location allows us to respond to onsite issues quickly not requiring full time onsite personnel. This also include addressing project issues with property owners after hours and weekends. This availability offers an economy to the Town, by not requiring a full time onsite inspector. Duties of the onsite project engineer for construction oversight include: a. Work closely with the Town Project Manager. b. Schedule weekly progress meetings and onsite field review meetings as required to ensure efficient resolution to field issues. CES will provide meeting agendas, maintain meeting notes and provide meeting minutes for project documentation. d. CES is available for the pre-construction meeting if awarded the contract. e. CES will maintain daily inspection logs of construction work. The daily log will include weather, equipment and materials used, contactor and subcontractor personnel onsite, project progress, conflict or issues that arise and modification to the approved plans in accordance with industry standards. f. CES will obtain required source documentation to meet Buy America requirements. Documentation will include certified delivery tickets, manufactures certification and monthly tabulation of material delivery and use. g. CES will review monthly pay applications for completeness and accuracies of quantities and costs. Review will also include tracking the contractors work for each funding source. h. In addition to the daily inspection log as listed in “d.” above, CES will maintain a daily photo log of the work progress. CES will also obtain photos before and after construction to document pre and post construction conditions. Photos will be uploaded on a regular bases to an online portal specified by either the consultant or the Town. i. CES will provide daily traffic control inspections and receive and review traffic control reports from contractor. j. CES will inspect and verify the project is constructed per the contract plans and specification during oversight. k. CES will review and track contractor Requests for Information (RFIs) and Submittals; CES will provide responses to the RFI’s and Submittals with coordination of the Town Project Manager. l. CES will monitor and review construction change orders in coordination with the Town Project Manager. m. CES will verify area utilities locates are in place prior to digging. n. Anticipate and proactively address construction -related issues before they adversely impact the work progress. o. CES will work with the Town to complete closeout requirements including final documentation for the grants/funding agencies, producing 221 and confirming contractor completion of all punch list items, partici pate in the final inspection with Town staff, notice of final payment, etc. p. CES will coordinate with affected Utilities and Engineer of Record (Otak, Inc.) to help resolve field issues as they arises. q. CES will coordinate with Josh Lyons, Construction Control Representative for work within RMNP. r. CES will monitor daily safety procedu res including use of personal protective gear and general construction practices. s. CES will have a licensed surveyor available to help verify construction staking as needed and help resolve variances in layout from the approved plans. Task 5 – Materials Testing Oversight CES, in coordination with the Project Manager, will develop a material testing schedule based on “CDOT OA Frequency Guide Schedule for Material Sampling, Testing and Inspection” from the project quantity tabulation. CES will incorporate the material testing schedule into an RFP for the material testing template currently in place. CES will solicit with a minimum of three material testing firms for material testing proposals. CES will provide the received material testing proposals to the Town with a recommendation of selection and contracting. CES will coordinate scheduling and oversee the material testing during construction with the contractor. CES will collect and catalog all material testing results. 222 CONSULTANT’S QUALIFICATIONS Founded in 2000, Cornerstone Engineering & Surveying, Inc. (CES) is a locally owner Civil Engineering firm located in Estes Park, Colorado. CES is a Type S Corporation with two principal owners, Michael Todd, P.E. and Jes Reetz. Specializing in Civil Engineering, CES provides expertise in general civil engineering including construction oversight, structural, planning, surveying and construction with clients including private, municipal and government for residential and commercial projects. Including owners, CES currently maintains four permanent employees with two being Colorado Professional Engineers. It has been our pleasure to design and manage construction for many of the community’s finest buildings and infrastructure projects. As members of the community we take great special pride and ownership in each project. Michael Todd, P.E. as principal in charge of this project is a Professional Engineer with 27 years in and around the Estes Valley. The Brodie Avenue Construction Oversight project was funded through the Town of Estes Park and a Safe Routes to School grant which was administered by Colorado Department of Transportation (CDOT). The work included oversight of the installation of storm sewer, addition of curb and gutter, installation of retaining walls, install ation of a 10-foot multi-use trail, and replacement of the pavement. Project work included coordination between local stakeholders and project neighbors, the Town of Estes Park, CDOT, and the contractor. Extensive documentation for CDOT project compliance was maintained throughout the project. Community Drive / U.S. Hwy 36 CES is currently in the design process for the design and construction oversight roundabout for the U.S. Highway 36 and Community Drive intersection. The project is funded by the Town of Estes Park and grant funding administered through Colorado Department of Transportation (CDOT). Work includes design and construction oversight of a four legged roundabout including highway underpass extension with multi-use trail connection, storm drainage, curb & gutter and retaining walls. The 4th Street Rehabilitation and Elkhorn Overlay project funding is a collaborative effort between the TOEP (4th Street Rehabilitation) and CDOT (Elkhorn Avenue/U.S. Hwy 36 Overlay). The scope of work includes facilitation of the pre-construction and weekly progress meetings and documentation, providing day-to-day onsite inspections and documentation for construction and traffic control to ensure all work is completed per the bid documents and construction plans, overseeing material testing, scheduling and documentation, managing construction scheduling, ensuring all Right-of-Way permits are in place with CDOT and the TOEP and coordinator between the Town, CDOT, Contractor and citizens. CES has also completed other similar projects in the Estes Valley. The Moraine Avenue Bridge Replacement project was funded through a CDBG flood relief fund through the Colorado Department of Local Affairs (DOLA) for the replacement of the existing Moraine Avenue Bridge in down town Estes Park. CES represented the Town as project manager 223 The MacGregor Avenue Improvements project was funded through the Town of Estes Park to reconstruct MacGregor Avenue and add a pedestrian trail. The work included storm drainage and Right-of-Way investigation, geotechnical investigation, drainage improvements, utility relocation, design of roadway, curb and gutter, attached trail, preparation of plans and specifications, facilitation and preparation of easements with adjacent property owners, bidding services and hosting public meetings. The Prospect Avenue By-Pass Reconstruction was funded through the Town of Estes Park to reconstruct the existing Prospect Avenue, Fir Avenue and Moccasin Circle Drive. The work included preparation of easements for utilities, storm drainage and Right-of-Way, traffic analysis, geotechnical investigation, drainage study, utility relocation, design of roadway and sidewalk, preparation of plans and specifications, bidding, construction administration with materials documentation. The U.S. Highway 36 Bridge across the Big Thompson River (STA 0361-049, STE 0631-054) project included traffic analysis, roadway design, pedestrian trail design, structural design, hydraulic design, scour design, wetland/404 Permit, road widening, bidding, construction administration with materials documentation and certified payroll. The project was supported by Federal funding through CDOT with the Town of Estes Park as the Local Agency. The U.S. Highway 36/Fish Creek Road Project (STE M405-008) was supported by Federal funding through CDOT with the Town of Estes Park as the Local Agency. Work included traffic analysis, roadway design, pedestrian trail design, structural underpass design, retaining wall design, preparation of plans and specifications through CDOT design guidelines and Local Agency Manual, construction bidding, construction administration with materials documentation and certified payroll. Fish Creek Pedestrian Trail (STE M405-009) was supported by Federal funding through CDOT with the Town of Estes Park as the Local Agency. Work included preparation of easements for trail alignment, setting of HARN control along the proposed alignment, structural retaining wall design, pedestrian t rail design, utility relocation, preparation of plans and specifications through CDOT design guidelines, and Local Agency Manual, bidding, construction administration with materials documentation and certified payroll. The MacGregor Avenue Sidewalk Expansion was funded through the Town of Estes Park to increase parking and provide safe pedestrian access from the Highway 34 By-pass to the Downtown area. Work included the design build of structural block retaining walls, sidewalk, additional parking area, relocation of overhead power to underground drainage, and preparation of plans. We are highly confident in our team’s qualificatio ns and experience for the construction oversight and related services for the proposed Brodie Avenue Improvements. 224 PAST PROJECT PORTFOLIO US Hwy 34/36 Bridge & Under Pass US Hwy 36/Fish Creek Road Prospect Avenue By Pass 225 BRODIE AVENUE IMPROVEMENTS KEY PERSONNEL Mike Todd Construction Oversight COMPLETION DATE October 2019 CONTACT Ryan Barr, Project Manager Public Works Department Town of Estes Park (970) 577-3575 The Brodie Avenue Construction Oversight project was funded through the Town of Estes Park and a Safe Routes to School grant which was administered by Colorado Department of Transportation (CDOT). The work included oversight of the installation of storm sewer, addition of curb and gutter, installation of retaining walls, installation of a 10-foot multi-use trail, and replacement of the pavement. Project work included coordination between local stakeholders and project neighbors, the Town of Estes Park, CDOT, and the contractor. Extensive documentation for CDOT project compliance was maintained throughout the project. 226 4th STREET REHABILITATION & ELKHORN AVENUE OVERLAY KEY PERSONNEL Mike Todd Construction Oversight COMPLETION DATE June 2019 CONTACT Ryan Barr, Project Manager Public Works Department Town of Estes Park (970) 577-3575 Our current project for the Town of Estes Park is the 4th Street Rehabilitation and Elkhorn Overlay project. The funding for this project is a collaborative effort between the Town of Estes Park (4th Street Rehabilitation) and CDOT (Elkhorn Avenue/U.S. Hwy 36 Overlay). The scope of work includes facilitation of the pre- construction and weekly progress meetings and documentation. We are providing day-to-day onsite inspections and documentation for construction and traffic control to ensure all work is completed per the bid documents and construction plans. We are overseeing material testing, including scheduling and documentation, managing construction scheduling, overseeing and ensuring all Right-of-Way permits are in place with CDOT and the Town of Estes Park. We are working closely with Ryan Barr, Town Project Manager as coordinator between the Town, CDOT, Contractor and citizens. 4th Street Rehabilitation Elkhorn Avenue Overlay 227 MACGREGOR AVENUE IMPROVEMENTS The MacGregor Avenue Improvements project consisted of the reconstruction of approximately 2500 LF of MacGregor Avenue north of Wonderview Avenue to the Town of Estes Park limits. Improvements included widening of MacGregor Avenue, the addition of curb and gutter and inlets, the addition of raised refuge islands and pedestrian rapid flash beacons at the intersection of Wonderview Avenue and MacGregor Avenue, an 8-foot-wide pedestrian trail with safety railing as needed, and improvement of the alignment at the intersection of Big Horn Drive and MacGregor Avenue. Now completed, the pedestrian trail provides ADA access from the northern Town limits on MacGregor Avenue to downtown. KEY PERSONNEL Mike Todd Construction Oversight COMPLETION DATE July 2017 CONTACT Kevin Ash Town Engineer Town of Frederick (720) 382-5602 228 The Moraine Avenue Bridge Replacement consist of the replacement of the concrete box culvert with a new three - sided concrete structure with a post tensioned concrete lid. The structure conveys Fall River under US Highway 36 (Moraine Avenue) in downtown Estes Park. Cornerstone Engineering & Surveying, Inc. performed as Project Manager for the Town of Estes Park overseeing the engineering design and construction management of the project. The project included traffic rerouting through downtown Estes Park, demolition of the existing structure, relocation of impacted utilities, installation of shoring at the four corners, diversion of Fall River, street scape including curb & gutter, bridge rail, planters, benches, sidewalk and paverstone, new road surface being a combination of concrete and asphalt. MORAINE AVENUE BRIDGE REPLACMENT KEY PERSONNEL Mike Todd Construction Oversight COMPLETION DATE October 2018 CONTACT David Hook, P.E. Engineer Manager Town of Estes Park (970) 586 - 3856 229 CARRIAGE HILLS DAM I AND DAM II The Carriage Hills Dams I & II are in the Estes Valley and incurred damage in 2013 during a significant flooding event. Dam I consisted of a full embankment breach and re-construction included excavation and placement of upstream compacted clay liner soils, reconstruction of the breached embankment using compacted clay soils, and construction of a downstream drainage filter system, construction of a concrete encasement for the outlet pipe with a sluice head gate and a concrete emergency spillway followed by a grouted rip rap channel to restore the dam structure to its full jurisdictional capacity. Dam II consisted of completing the breach of the dam embankment and lowering the dam embankment crest 4 feet to an elevation of 7638 feet. Both projects included review and approval of the State Engineer’s Office (SEO), Dam Safety Division. KEY PERSONNEL Mike Todd Construction Oversight COMPLETION DATE November 2016 CONTACT Kevin Ash, P.E. Town Engineer Town of Frederick, CO (720) 382-5602 230 FISH CREEK TRAIL SCOTT AVENUE TO HOMER ROUSE TRAIL The Fish Creek Trail Extension was funded by the Estes Valley Recreation and Park District. Work included the design and construction of approximately 2.3 miles of soft surface trail from Scott Avenue to the Cheley Camp Road. Work included coordination between the EVRPD, Town of Estes Park, Larimer County and adjoining property owners. KEY PERSONNEL Mike Todd Design & Construction COMPLETION DATE 2012 CONTACT Stan Gengler (Retired) District Manager Estes Valley Recreation and Park District 1120 Fairway Club Ln Estes Park, CO 80517 (970) 586-8676 231 Cornerstone Engineering & Surveying, Inc. (CES) was contracted to assist the Harmony Foundation to develop a Master Plan for the program’s needs. It was required by Town Staff to develop a portion of the Fall River trail along the Harmony property. A design was prepared that utilized existing sidewalk constructed during Phase I of the Master Plan improvements. HARMONY FOUNDATION, INC. PEDESTRIAN BIKEPATH KEY PERSONNEL Jes Reetz Senior Planner COMPLETION DATE To be constructed Summer 2020 CONTACT Jim Geckler President/CEO Harmony Foundation 1600 Fish Hatchery Road (970) 632-9897 232 PROSPECT AVENUE BY-PASS RECONSTRUCTION In CES's continual relationship with the Town of Estes Park, Mr. Todd led the design development, preparation of construction specifications and plans, project management and construction observation of this project. The project consisted of the complete removal and reconstruction of 2300 linear feet of urban roadway. The reconstruction consisted of realignment of the existing roadway with the addition of curb, gutter and pedestrian sidewalk. Also included was the relocation of existing overhead power lines to underground, replacement of existing water main, installation of additional storm drains and inlets and coordination with utility companies during construction. With Prospect Avenue being the primary access to the Estes Park Medical Center, specific phasing and rerouting of traffic was required to ensure access to the hospital. KEY PERSONNEL Mike Todd Construction Oversight COMPLETION DATE 2010 CONTACT Greg Sievers (Retired) Engineer Tech Town of Estes Park (970) 218-7256 233 LAKE ESTES BICYCLE/ PEDESTRIAN TRAIL PHASE I & II Phase I & II of the Lake Estes Trail is the first half of a trail system around Lake Estes. Phase I & II consisted of 7350 feet of 10 foot wide trail with a 70 foot span bridge and 130 foot double span bridge. The trail system was designed to facilitate bicycle and pedestrian traffic. The trail was also designed to meet the requirements set by the American Disability Act (ADA) to facilitate handicap access. Cornerstone coordinated with the Town of Estes Park, Bureau of Reclamation and Colorado Department of Transportation (CDOT) during the design. Army Corps of Engineers 404 permit was obtained for rip rap construction and fill along the north shore of Lake Estes, river crossings of the Big Thompson River and wetlands mitigation. CLIENT Town of Estes Park KEY PERSONNEL Mike Todd Construction Oversight PROJECT VALUE $50,000 COMPLETION DATE 2016 CONTACT Greg Sievers (Retired) Engineer Tech Town of Estes Park (970) 218-7256 234 Design development, preparation of construction specifications and plans, project and construction management of a 4,000 linear feet of pedestrian trail along Fall River Road from Performance Park to Valley Drive with a 53 foot pedestrian bridge across Fall River. Project was funded by the Town of Estes Park. Tasks included surveying, right-of- way, Mapping, Development and Acquisition of Easements, 404 Permitting, Wet Lands and Bridge with Abutments. FALL RIVER TRAIL EXTENSION PHASE I - III CLIENT Town of Estes Park KEY PERSONNEL Mike Todd Construction Oversight PROJECT VALUE $470,000 COMPLETION DATE 2003 CONTACT Greg Sievers (Retired) Engineer Tech Town of Estes Park (970) 218-7256 235 Table of Contents FIRM REFERENCES BAS1S ARCHITECTURE Mr. Steve Lane P.O. Box 2421 Estes Park, CO 80517 970.586.9140 PARK R3 SCHOOL DISTRICT PROJECTS Dave Coleson Director of Operations/Transportation 1701 Brodie Avenue Estes Park, CO 80517 970.586.2361 TOWN OF ESTES PARK PROJECTS Carriage Hills – Dam I and Dam II, MacGegor Avenue Improvements Town of Frederick Kevin Ash Town Engineer 720.382.5602 UPPER THOMPSON SANITATION DISTRICT PROJECTS Grand Estates Sewer Rehabilitation, Fall River Sewer Rehabilitation Chris Beiker – District Manager P.O. Box 568 Estes Park, CO 80517 970.586.1049 ESTES VALLEY RECREATION AND PARK DISTRICT Kim Slininger – Project Manager 690 Big Thompson Avenue Estes Park, CO 80517 970.586.8191 Ext. 5 236 PROJECT TEAM’S KEY PERSONNEL Cornerstone Engineering & Surveying, Inc. is owned by a professional engineer with over 27 years of engineering and construction administration experience in the State of Colorado. Every project is supervised by one of the principals offering the added benefit of oversight by a registered engineer. Our support staff includes experienced project managers and coordinators, draftsmen and administrative professionals. With this combination of experience, expertise and diversity, Cornerstone Engineering & Surveying, Inc. is able to provide the staff necessary to assure a successful project. CES team’s close proximity to the project sites will allow for quick response time to contractor questions or issues that arise not requiring a field representative on-site full-time. Following are project team assignments and responsibilities, availability during construction with resumes of key personnel who would be working on this project. Cornerstone Engineering & Surveying, Inc. Michael S. Todd, P.E., Principal Jes Reetz, Engineer Tech / CADD Tech Kristen Ekeren, P.E., Engineer Tammy DeBaise, Project Documentation Azimuth Surveying, Inc. Jean Daoud 237 PRINCIPAL PROFILE MICHAEL S. TODD, P.E. Principal EXPERTISE Roadway and Bridge Design, Structural Analysis & Design, Commercial and Residential, Historic Renovation, Infrastructure Design, Drainage Analysis, Construction Management, Land Development, Design Build & General Contracting EDUCATION B.S., Civil Engineering, Colorado State University, 1992 Graduate Work: Groundwater, Environmental and Hydrogeology, Colorado State University, 1994-1995 REGISTRATION Professional Engineer – State of Colorado PROFESSIONAL American Society of Civil Engineers; Tau Beta Pi, Honorary AFFILIATIONS Fraternity EXPERIENCE SUMMARY Mr. Todd’s expansive background in engineering has allowed him to utilize his expertise in many design/build and const ruction management projects. He has performed as design engineer and project manager for municipalities, government and private sector clients. These projects have included roadways, bridges and multi use trails, storm drainage, water and wastewater treatment and design, water and sewer line design and land development. He performs structural evaluation and design and has provided engineering services for fuel tank removal, environmental site assessments and tunneling and geotechnical evaluations. PROJECT EXPERIENCE Roadways/Trails w/ Construction Oversight: Brodie Avenue Construction Oversight – Town of Estes Park & CDOT US 36 & Community Drive Turn Lane/Roundabout - Town of Estes Park 4th Street Rehabilitation & Elkhorn Avenue Overlay - Town of Estes Park MacGregor Avenue Reconstruction - Town of Estes Park Moraine Avenue Bridge Replacement - Town of Estes Park Prospect Avenue By-Pass Reconstruction – Town of Estes Park State Highway 36/Fish Creek Road and Underpass – Colorado Dept. of Transportation State Highway 34/36 Bridge Underpass – Colorado Dept. of Transportation Historic & Preservation: Holzwarth Never Summer Ranch, Columbine Cabin – National Park Service Moraine Avenue Bridge Replacement Carriage Hills Dam Reconstruction 238 Historic & Preservation (Continued): McGraw Ranch – Rocky Mt. National Park Associates McGraw Ranch Building 103, 105, 106 Rocky Mountain National Park Associates, Rocky Mountain National Park Lewis House/Miner Museum – Lafayette, CO William Allen White Cabin and Outlying Cabins Condition Assessment and Work Program – Rocky Mt. National Park Association, Rocky Mt. National Park Building 48 Renovation and Work Program – Rocky Mt. National Park Association Twin 1 & 2 Cabins, Rose Cabin, Mamma’s Cabin, Taxidermy Cabin, Never Summer Ranch - Rocky Mt. National Park Associates, Rocky Mt. National Park Water Storage Tanks w/ Construction Oversight: MacGregor Mountain 300,000 Gallon Water Storage Tank – Town of Estes Park Glacier Creek 1,000,000 Gallon Water Storage Tank – Town of Estes Park Summit Property 300,000 Gallon Water Storage Tank – YMCA Mountain Side 100,000 Gallon Water Storage Tank – YMCA Civil w/ Construction Oversight: Carriage Hills Dam Reconstruction - Town of Estes Park Lone Tree Housing Development - Simpson Housing North College Avenue Underpass - City of Fort Collins Lake Estes Pedestrian Trail, Phase I, II, IV – Town of Estes Park Town of Estes Park Fuel Tank Removal - Town of Estes Park Mary’s Lake Raw Water Pump Station - Town of Estes Park Estes Park Medical Center Harmony Foundation Wapiti Crossing Condominium Development Black Canyon Inn Overlook Development Estes Park Good Samaritan Mirasol Development Talons Pointe Structural Design: Estes Park Catholic Church – Basis Architecture Estes Park Visitors Center – Basis Architecture Black Canyon Inn – Sloan Investments, LLC Best W estern Motel – Basis Architecture ABC Climbing Gym – ABC Kids Climbing, LLC Residential Construction – Dallman Construction Residential Construction – Kingswood Homes Riverspointe Downtown – Basis Architecture MacGregor Mountain Water Storage Tank YMCA Summit Water Storage Knoll Trail & Bridge Holzwarth Never Summer Ranch Fish Creek Trail Extension 239 KEY PERSONNEL PROFILE JES REETZ Senior Planner EXPERTISE Drafting, Site Development, Engineering Services EDUCATION Associates of Applied Science, Front Range Community College 1998 EXPERIENCE SUMMARY Mr. Reetz’s background in civil drafting has allowed him to apply his skills on various construction/development projects. These projects have included roadways and trails, water and sewer lines, dams, tunnels, geology maps and profiles and land development. Mr. Reetz has utilized various drafting programs and is currently utilizing AutoCAD of which he has 25 years experience. PROJECT EXPERIENCE Construction Oversight: Mountain Village at Estes Park Resort Falcon Ridge Attainable Housing Development Plans: Mountain Village at Estes Park Resort Black Canyon Inn Wedding Venue Harmony Foundation Treatment Facility Estes Park Medical Center – Multiple expansions,& parking expansions Eagles Crest Condominiums Wapiti Crossing Condominiums Rivers Pointe Downtown Condominiums East Riverwalk Condominiums Estes Park Visitor Center Cherokee Meadows Subdivision Talons Pointe Johnstown Self Storage Olympus Views Condominiums (Commercial Office Space) Roadway/Trails: 4th Street Rehabilitation & Elkhorn Avenue Overlay – Town of Estes Park US 36 & Community Drive Turn Lane/Roundabout - Town of Estes Park Hwy 34/36 Bridge Underpass - Town of Estes Park Lake Estes Pedestrian Trail, Phase II, IV - Town of Estes Park Taft Hill Road Underpass, Trail System, Parking Lot and Observation Area – City of Ft. Collins Mountain Village at Estes Park Resort 240 ENGINEER KRISTEN EKEREN, P.E. Engineer EXPERTISE Roadway and Trail Design, Drainage Analysis, Structural Analysis and Design, Infrastructure Design EDUCATION M.S. Civil and Environmental Engineering, Colorado State University, 2013 B.S. Civil Engineering, South Dakota State University, 2011 REGISTRATION Professional Engineer – State of Colorado PROFESSIONAL American Society of Civil Engineers; Tau Beta Pi, AFFILIATIONS EXPERIENCE SUMMARY Ms. Ekeren’s engineering background is diverse and encompasses many engineering disciplines. Her engineering project experience includes storm sewer modeling and management, water and sewer line design, and roadway and trail design. PROJECT EXPERIENCE Construction Oversight: Brodie Avenue Construction Oversight – Town of Estes Park & CDOT 4th Street Rehabilitation & Elkhorn Avenue Overlay - Town of Estes Park Moraine Avenue Bridge Replacement - Town of Estes Park Roadways/Trails: MacGregor Avenue Rehabilitation and Trail Design - Town of Estes Park US 36 & Community Drive Turn Lane/Roundabout - Town of Estes Park Infrastructure: Fall River Sewer Design – Upper Thompson Sanitation District Grand Estates Sewer Design – Upper Thompson Sanitation District Estes Park Resort Development Mary’s Lake Campground Sewer Design – Estes Valley Recreation and Park District East Portal Campground Sewer Line Drainage Analysis: Estes Park Resort Development Structural Analysis and Design: YMCA Cabin Remodels The Meadow Development Fish Creek Trail Extension MacGregor Avenue Rehabilitation and Trail Design 241 A Highly Successful Land Surveyor with over 15 years of experience in managing all land surveying activities and staffing; responsible for ensuring best practices are followed and quality assurance goals are obtained; as well as participate in d evelopment of best practices as related to land surveying. SUMMARY OF QUALIFICATIONS • More than 15 years of Land Surveying experience. • Thorough knowledge of principles, practices and procedures of ALTA surveys, topographic surveys, boundary surveys, legal descriptions and easement preparation. • Superb problem solving skills related to land surveying activities. • Superb project management skills. • Solid personnel management experience, including technical evaluation of staff, conflict resolution skills, emotional composure and initiative. • Excellent collaboration and project management skills. • Excellent communications skills in working with other disciplines, clients and outside agencies. • Sound ability to develop strategies to achieve organizational goals; adapt strategy to changing conditions. • Superb skills at Prioritizing and planning work activities; using time efficiently; setting goals and objectives; organizing and scheduling other people and their tasks plans. PROFESSIONAL EXPERIENCE Alpha & Omega Surveying, Denver, Colorado (1993 – 1999) Party Chief • Construction Surveying • Bridge Surveying • Topographic Surveys • Boundary Surveys • Building layouts • Subdivision Surveys • Utility Surveys • Familiar with AutoCad • Familiar with Trimble total stations and Trimble GPS • Review blueprints and legal deeds to survey areas in detail. • Work with contractors in providing survey data for expediting construction projects. Azimuth Surveying, Inc, Broomfield, Colorado (1998 – Present) Principal Land Surveyor • Project manager • Conducted and supervised field surveys associated with land surveys. • Wrote easement descriptions and prepared easement plats. • Wrote legal descriptions and prepared plats in connection with land surveys. • Performed and supervised various surveying functions including topography surveys, construction surveys, etc. • Conducted and supervised field surveys associated with land surveys. • Participated in preparation of engineering services proposals, including the calculation/estimati on of time schedules and costs of the proposed work. • Independently communicated on technical matters with the client. PROFESSIONAL CERTIFICATION Professional Land Surveyor (Colorado) The University of Colorado, Denver BS Civil Engineering (2002) JOHN A. DAOUD Home: (303) 450-5455 Cell: (720) 205-4378 azimuthsurveying@gmail.com P.O. Box 528 Broomfield, CO 80038 242 PRIMARY CONTACT Michael Todd, PE – Principal Cornerstone Engineering & Surveying, Inc. 1692 Big Thompson Avenue – Suite 200 Estes Park, CO 80517 Office: (970) 586-2458 Fax: (970) 586-2459 Cell: (970) 214-7318 Email: mtodd@ces-ccc.com 243 Town of Estes Park Ryan Barr Public Works Dept.- Project Manager Traffic Control Inspection Cornerstone Engineering Michael S. Todd, P.E. Cornerstone Engineering Tammy DeBaise Cornerstone Engineering Kristen Ekeren, P.E. & Surveying, Inc. Cornerstone Engineering & Surveying, Inc. Engineer Tech / CAD Tech / Surveying KEY STAFF & TEAM MEMBERS Jes Reetz Project DocumenationConstruction Engineer/ Project Oversight & Surveying, Inc. & Surveying, Inc. Azimuth Surveying, Inc. Jean Daoud Project Team Coordinator Team Leader/ Project Oversight Surveying ORGANIZATIONAL CHART 244 Name Job Title Experience Availability Mike Todd, P.E., Cornerstone Engineering Team Leader/ Project Oversight 27 years 80% Jes Reetz, Cornerstone Engineering Engineer Tech / CADD Tech 20 years 20% Kristen Ekeren, P.E., Cornerstone Engineering Construction Engineer/ Project Oversight 5 years 40% Tammy DeBaise, Cornerstone Engineering Project Documentation & Traffic Control Inspection 15 years 10% Jean Daoud, PLS, Azimuth Surveying Surveyor 25 years 10% PROJECT PERSONNEL 245 PERSONNEL TASKS Mike ToddKristen EkerenTammy DeBaiseJes ReetzJean DaoudMeet with Project Stake Holders Including Town Administration to Discuss Project Progress Public Works Director P P Town Engineer/Town Project Manager P P Colorado Department of Transportation P P Assist Town Project Manager in Meeting with Adjoining Property Owners, Business, Utility and Citizens Answer Questions About Construction Schedule P P Assist with Property Access and Parking P P Help Resolve Property Owner, Business & Citizens Concerns Related to Construction P P Construction Management Monitor Daily Progress at the Project Site P P P Schedule and Monitor Project Material Testing P P Answer Contractor Field Questions P P Review Contractor Submittals P P Review Monthly / Final Pay Application for Quantities P P Review RFI Submittals P P Review Change Orders & Submit to Town Project Manager P P Provide Daily Inspection of Traffic Control P Review Contractors Progress Schedule P P Maintain Daily Work Log P P Prepare Design Drawings for Clarification of Construction P Field Survey P P P Project Close Out Compile Punch List P P Provide Final Quantity Tabulations P P P Compile & Verify Material Testing Documentation P P P PERSONNEL TASKS 246 DESIGN TEAM Michael Todd, PE, Project Manager | 27 years experience | 18 years with Cornerstone Engineering & Surveying, Inc. Mike will serve as the Team Project Manager, overseeing the day to day project oversight. Mike will also serve as the primary contact to the Town and contractor. Mike’s expansive background in engineering has allowed him to utilized his expertise in many design/build and construction oversight projects. He has performed as design engineer and project manager for municipalities, government and private sector clients. These projects have included roadways, bridges, multi- use trails, storm drainage, water and wastewater treatment and design, water and sewer line design and land development. • Brodie Avenue Construction Oversight – Town of Estes Park & CDOT • 4th Street Rehabilitation & Elkhorn Avenue Overlay – Town of Estes Park  MacGregor Avenue Reconstruction – Town of Estes Park  Moraine Avenue Bridge Replacement – Town of Estes Park  Prospect Avenue By-Pass Reconstruction – Town of Estes Park  State Highway 36/Fish Creek Road and Underpass CDOT  State Highway 34/36 Bridge Underpass – CDOT Jes Reetz, Roadway Design | 25 years experience | 18 years with Cornerstone Engineering & Surveying, Inc. Jes having worked on the design exhibits for the 4th Street Rehabilitation, he will be responsible for assisting with exhibit preparation, Right-of-Way research, construction layout and surveying. Jes’ background in civil drafting has allowed him to apply his skills on various construction/development projects. These projects have included roadways and trails, water and sewer lines, dams, tunnels, geology maps and profiles and land development.  Hwy 34/36 Bridge Underpass – Town of Estes Park & CDOT  State Hwy 36/Fish Creek Road and Underpass - CDOT  Lake Estes Pedestrian Trail, Phase II, IV  Taft Hill Road Underpass, Trail System, Parking Lot and Observation Area – City of Ft. Collins Kristen Ekeren, PE: Roadway Design | 4 years experience | 2.5 years with Cornerstone Engineering & Surveying, Inc. Kristen will be instrumental in the day-to-day task for construction oversight including monitoring daily construction activities, material documentation. Kristen’s engineering background is diverse and encompasses many engineering disciplines. Her engineering project experience includes storm sewer modeling and management, water and sewer line design and roadway and trail design. • Brodie Avenue Construction Oversight – Town of Estes Park & CDOT • 4th Street Rehabilitation & Elkhorn Avenue Overlay – Town of Estes Park  Moraine Avenue Bridge Replacement- Town of Estes Park 247 • MacGregor Avenue Rehabilitation and Trail Design – Town of Estes Park, Colorado  Grand Estates Sewer Main Replacement – Upper Thompson Sanitation  Estes Park Resort Development  Green Infrastructure Project Identification and Conceptual Design – City of Omaha Tammy DeBaise: Project Documentation and Traffic Control Inspection | 15 years experience | Cornerstone Engineering & Surveying, Inc. During the Moraine Avenue Bridge Replacement project, Tammy provided traffic control monitoring, tabulation of traffic control devices verifying compliance with the approve traffic control plans and trouble shoot potential problem areas. • 4th Street Rehabilitation & Elkhorn Avenue Overlay – Town of Estes Park  Moraine Avenue Bridge Replacement- Town of Estes Park Jean Daoud, PLS: Surveying – Azimuth Surveying, Inc. | 15+ years experience Jean will be available to provide field survey services to verify and update the contractor layout as required. Jean will also be available for any Right-of-Way issues that may arise. A highly successful land surveyor with 15+ years of experience in managing all land surveying activities and staffing; responsible for ensuring best practices are followed and quality assurance goals are obtained; as well as participate in development of best practices as related to land surveying.  Project Manager  Conducted and supervised field surveys associated with land surveys  Wrote easement descriptions and prepared easement plats  Performed and supervised various surveying functions including topography surveys, construction surveys, etc. Fish Creek Trail – Phase II Fish Creek Trail – Phase III 248 STATEMENT OF COMPLIANCE Cornerstone Engineering & Surveying, Inc., (CES) has familiarized itself with the terms and conditions set forth in the Administrative section of the Request for Proposal Construction Oversight Fall River Trail. Further, CES has familiarized itself with the nature and extent of the work site, locality a nd local conditions which will affect the successful design of the project. 249 COST – Unit Rate Sheet CORNERSTONE ENGINEERING & SURVEYING, INC. FALL RIVER TRAIL CONSTRUCTION OVERSIGHT 2020 SCHEDULE OF RATES EMPLOYEE CATEGORY HOURLY RATE Principal/Project Manager $160 Engineering: Engineer P.E. $120 Engineer Technician $100 Construction Engineer $95 Construction Field Representative $95 Surveying: Licensed Surveyor $120 Surveyor $95 Survey Technician $75 Survey Crew $160 Support: Computer Technician, CAD Technician $95 CAD Drafter $85 Administrative $65 Direct Reimbursables Travel, communications, printing, deliveries, outside services, and sub- consultant services shall be reimbursed at cost plus 15 percent. Mileage shall be reimbursed at the rate of 57.5 cents per mile or the current IRS Standard Mileage Rate. 250 EXHIBIT 1 Town of Estes Park Acceptance of Conditions Statement EXHIBIT 2 Consultant’s Personnel and Subconsultant’s Listing EXHIBIT 3 Town of Estes Park Reference Authorization and Release Form EXHIBITS 251 11 EXHIBIT 1 TOWN OF ESTES PARK ACCEPTANCE OF CONDITIONS STATEMENT No employee, elected or appointed official of the Town of Estes Park, or any such person’s spouse or dependent child has an existing or pending, direct or indirect, financial, ownership or personal interest in the proposing firm of this Request for Proposal, except as follows: I/we hereby agree to all instructions, terms and conditions, and specifications contained herein: I acknowledge receipt of the following addenda: Proposing Firm: Address: Telephone Number: Submitted By: Signature Printed Name: Attest: #1, Dated 3-13-2020 & #2, Dated 3-18-2020 Cornerstone Engineering & Surveying, Inc. 1692 Big Thompson Avenue, Suite 200, Estes Park, CO 80517 970-586-2458 Michael Todd 252 12 EXHIBIT 2 CONSULTANT’S PERSONNEL AND SUBCONSULTANT LISTING Name: Role: ILLEGAL ALIENS: Insert additional lines if needed. The Contractor certifies that the Contractor shall comply with the provision of CRS 8 -17.5-101, et seq. The Contractor shall not knowingly employ or contract with an illegal alien to perform work under this contract or enter into a contract with a subcontracto r that knowingly employs or contracts with an illegal alien to perform work under this contract. The Contractor represents, warrants, and agrees that it: (i) has verified that it does not employ any illegal aliens, through participation in the Basic Pilot Emp loyment Verification Program administered by the Social Security Administration and the Department of Homeland Security, or (ii) otherwise will comply with the requirements of CRS 8-17.5-102(2)(b)(I). The Contractor shall comply with all reasonable requests made in the course of an investigation by the Colorado Department of Labor and Employment. If the Contractor fails to comply with any requirement of this provision or CRS 8-17.5-101, et seq., the Town may terminate this contract for breach of contract, and th e Contractor shall be liable for actual and consequential damages to the Town. If the Contractor obtains actual knowledge that a subcontractor performing work under this contract knowingly employs or cont racts with an illegal alien, the Contractor shall: (a) Notify the subcontractor and the Town within three days that the Contractor has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and (b) terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to sub-paragraph (a.) above, the subcontractor does not stop employing or contracting with the illegal alien, unless the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. 253 13 EXHIBIT 3 TOWN OF ESTES PARK REFERENCE AUTHORIZATION AND RELEASE FORM To: A Corporation By: , A Partnership whose address is (Proposer) An Individual Proposer hereby authorizes Town to perform such investigation of proposer as the Town deems necessary to establish the qualifications, responsibility and financial ability of proposer. By its signature hereon, proposer authorizes owner to obtain reference information concerning proposer and releases the party providing such information named above and the Town from any and all liability to proposer as a result of any such reference information provided. Proposer further waives any right to receive copies of reference information provided to the Town. An executed copy of this Reference Authorization and Release Form may be used with the same effectiveness as an original. By: Print Name: Title: Date: Town of Estes Park Cornerstone Engineering & Surveying, inc. 1692 Big Thompson Avenue, Suite 200, Estes Park, CO 80517 Michael Todd, P.E. Principal 3-23-2020 254 Cornerstone Engineering & Surveying, Inc. 1692 Big Thompson Avenue – Suite 200 Estes Park, Colorado 80517 Phone: (970) 586-2458 255 Hourly Rate$160$100$95$120$160$95$65Item No. DescriptionProject EngineerEngineer Tech.Construction Eng.Licensed SurveyorSurvey CrewCADD Tech.ClericalExpensesTOTALweekshours/ weekTotal HoursAConstruction AdministrationA1Material Testing RFP/ Pre-Construction Prep2010$4,15031030A2Weekly Progress Meetings3424$7,72023358A3Public Out Reach10$1,6005210A4RFI/Submittals/ Design Clarification2025$5,57515345A5Traffic Control Monitoring/ Inspecting115$7,475235115A6Utility Coordination2026$5,67023246A7On Site Inspector 690$65,5502330690A8Construction Documentation54501024$16,550236138A9Project Closeout324024$10,48042496SUBTOTAL19008650100163$124,77030,400082,17501,600010,5950$124,770CORNERSTONE ENGINEERING & SURVEYING, INC.TOTAL CONSTRUCTION ADMINISTRATION COSTCornerstone Engineering & Surveying, Inc.CONSTRUCTION OVERSIGHT FOR FALL RIVER TRAIL(LWCF, RTP, Harmony, RMNP)FEE PROPOSALCES Fee Proposal is based on 115 working day construction Contrat Time. This equates to a 23 week construction period. Following submittal of the contractor base schedule the proposed fee schedule can be adjusted to account fro actual weeks of work anticipated. 256 TOWN ADMINISTRATOR’S OFFICE Memo To: Honorable Mayor Jirsa Board of Trustees From: Town Administrator Machalek Date: April 14, 2020 RE: Revised Policy 602: Purchasing Policy – Local Preference (Mark all that apply) PUBLIC HEARING ORDINANCE LAND USE CONTRACT/AGREEMENT RESOLUTION OTHER_Policy________ QUASI-JUDICIAL YES NO Objective: Town Board consideration of modifications to Policy 602: Purchasing Policy – Local Preference. Present Situation: In light of the ongoing economic impacts of COVID-19 on businesses in the Estes Valley, a number of Trustees have indicated interest in reviewing and discussing Policy 602: Purchasing Policy – Local Preference. Currently, this Policy offers a 5% advantage to local businesses for Town purchases. This means that when a quote/proposal/bid price from a local vendor falls within 5% of the lowest bid, the Town may use discretion in determining if the quote/proposal/bid should be awarded locally. Local is defined as a business that is headquartered within the boundaries of the Estes Park R3 School District. Staff has developed some suggested modifications to this policy to serve as a starting point for Town Board discussion. Local preference policies should strive to balance the tangible benefit of keeping more Town dollars local with the need to keep the cost of services to taxpayers and rate-payers down. Proposal: The proposed policy edits expand the Town’s Local Preference Policy. The suggested changes include:  Increasing the percentage of local advantage from 5% to 10% for purchases less than $50,000; and  Increasing the percentage of local advantage from 5% to 7% for purchases less than $100,000. 29 257 These changes increase support for local businesses while still balancing the need to spend taxpayer/rate-payer funds wisely. Advantages:  Supports local businesses by amending the percentage of local advantage for purchases less than $100,000. Disadvantages:  When utilized, the local preference provisions increase the cost of materials and projects to taxpayers/rate-payers. Action Recommended: The percentage advantage for local vendors is a policy decision for the Town Board. Staff recommends the approval of the modified policy contained here. Finance/Resource Impact:  When used, local preference policy provisions do increase the cost of materials and projects (up to the percentage of advantage given to local vendors). Level of Public Interest Medium Sample Motion: I move for the approval/denial of Policy 602: Purchasing Policy – Local Preference. Attachments:  Redlined Policy 602: Purchasing Policy – Local Preference 30 258 Document: Purchasing Policy/Local Preference 02/09/1604/15/2020 Revisions: 01 Town of Estes Park, Finance Page 1 of 1 Effective Period: Until superceded Review Schedule: Annually Effective Date: 0204/0915/202016 References: Financial Policies Manual 6xx FINANCE 602 Purchasing Policy – Local Preference 1. PURPOSE To support local businesses, the Town offers local vendors an advantage in public contracting. 2. POLICY The Town of Estes Park Board of Trustees authorizes a local business (geographical) preference. 3. PROCEDURE a. “Local” is defined as a business headquartered within the boundaries of the Light & PowerPower and Communications service areaEstes Park R3 School District boundaries. b. Quotes for purchases less than $50,000: When the quote is within 510% of the lowest quote, Department Directors may use their discretion in deciding if the written quote should be awarded locally. c. Proposals and bids for purchases between $50,000 and $100,000: When the proposal or bid price is within 57% of the lowest bid, the Town Administrator may use his/her discretion in deciding if the proposer or bidder should be awarded locally. d. Proposals and bids for purchases over $100,000: When the proposal or bid price is within 5% of the lowest bid, the Town Board may use their discretion in deciding if the proposer or bidder should be awarded locally. e. Federal and State grants prohibit geographical preferences; confirm this when using grant funds. f. Prior project/work history with the Town will be considered. g. Must be a business in good standing and hold a current Town business license. Approved: Todd Jirsa Mayor, Town of Estes Park Date 31 259       32 260   WATER DIVISION Memo To: Honorable Mayor Jirsa Board of Trustees Through: Town Administrator Machalek From: Superintendent Eshelman, Director Bergsten Date: April 14, 2020 RE: Contract Award for Brook Drive Water Shop Remodel (Mark all that apply) ☐ PUBLIC HEARING ☐ ORDINANCE ☐ LAND USE X CONTRACT/AGREEMENT ☐ RESOLUTION ☐ OTHER______________ QUASI-JUDICIAL ☐ YES X NO Objective: To award the construction contract for the remodel of 1360 Brook Dr. with Ranack Corporation of Colorado. This is the new location of the Water Division Present Situation: Efficient and safe operations are compromised due to a lack of; parking, space for employees in the staff room, equipment and material storage on the Town’s Elm Road property. The Town’s general fund has allowed the Water Division to use the Elm Road land for many years. As an enterprise fund, the Water Division must pay its own way. The Water Division purchased 1360 Brook Drive last year to relocate our operations, freeing up space on Elm Road and providing the Water Division adequate space for the foreseeable future. Six general contractors participated in the mandatory pre-bid meeting with five submitting proposals (see attached bid tabulation). The two lowest bidders are compared in the lower portion of the bid tabulation. Proposal: The Water Division proposes awarding the construction contract for the remodel of 1360 Brook Dr. with the lowest responsive and responsible bidder, Ranack Corporation of Colorado. The project will be funded through multiple sources; $870,000 budgeted, $400,000 from the sale of 577 Elm Rd. to the Public Works Fleet Division, and $435,822 from the reallocation of funds from budgeted capital projects that have been delayed due to Colorado Department of Health mandating different project priorities. 33 261 The Project will be managed jointly between Interstice Architecture and the Water Division. Advantages: ● Better accessibility to the community than Elm Road. ● Acceptable office space for staff. ● New conference room for the Water Division and other Town Departments. ● Increased staff and customer parking. ● Increased maintenance and repair areas and parts storage within the shop. ● The Fleet Division will gain much needed to space to operate efficiently. ● The visual appeal of the 1360 Brook Drive property will be greatly improved for the surrounding neighborhood. Disadvantages: ● Traffic and noise will temporarily increase during construction. ● These costs are funded by the higher water rates; however, the water enterprise should pay its own and has benefited from the use of Town the long term benefits outweigh the cost. Action Recommended: Staff recommends awarding attached construction contract with Ranack Corporation of Colorado in the amount of $1,415,722.49. The total project funding includes an additional $299,100 for contingency, permits and reviews, and additional work for utilities, paving, landscaping and retaining walls. Finance/Resource Impact: Water Fund Account; 503-7000-580.32-22, $1,714,823. Level of Public Interest Low Sample Motion: I move for the approval/denial of the remodel project and contract award to Ranack Corporation. Attachments: Bid Tabulation Construction Contract – to be provided Friday, April 10, 2020 34 262 General Contractor Base Bid Alternates Duration (calendar days) #1
 Deduct to change window to sliders #2
 Deduct to delete water feature
 #3 
 Add to replace east concrete apron with new
 #4
 Deduct to remove site retaining walls from scope #5
 Deduct if exist utility pole is removed by Town Aldrich Builders $2,406,166.41 $7,245.77 $9,328.00 $27,820.00 $90,650.00 $6,000.00 365 ✔ ✔ ✔ ✔ Darling Enterprise Inc.☐ ☐ ☐ ☐ Glacier Creek Construction, Inc.$1,780,213.27 $7,900.00 $5,000.00 $500.00 $122,000.00 $500.00 250 ✔ ✔ ✔ ☐ Greer Construction, Inc.$1,619,000.00 $8,000.00 $3,200.00 $39,600.00 $90,650.00 $5,000.00 180 ✔ ✔ ✔ ✔ Kinley Built $1,586,000.00 $6,835.00 $3,755.00 $28,000.00 $97,125.00 $1,225.00 225 ✔ ✔ ✔ ☐ Ranack Corporation $1,503,122.49 $2,654.00 $2,750.00 $4,800.00 $90,650.00 $1,550.00 135*
 see below ✔ ✔ ✔ ✔ ESTES PARK WATER DIVISION PHASE I BID TABULATION MONDAY, MARCH 23, 2020 Acknowledge Addenda Visited Site Qualifications & Data Sign & Seal*Ranack submitted their duration in “work days” rather than calendar days. 135 work days = 190± calendar days. 1 Kept in BidKept in Bid Removed Removed Added Kinley Built = $1,515,650.00 Ranack = $1,415,722.49 Difference = $99,927.51 35 263 264 265 266 267 268 269 270 271 272 273 274 275 276 277 278 279 280 281 282 283 284 285 286 287 288 289 290 291 292 293 294 295 296 UTILITIES Memo To: Honorable Mayor Jirsa Board of Trustees Through: Town Administrator Machalek From: Superintendent Eshelman and Director Bergsten Date: April 14, 2020 RE: Mayor Authority to Sign Purchase Orders for Brook Drive Remodel (Mark all that apply) PUBLIC HEARING ORDINANCE LAND USE CONTRACT/AGREEMENT RESOLUTION OTHER______________ QUASI-JUDICIAL YES NO Objective: To obtain Town Board approval for the Mayor’s authority to sign purchase orders over $100,000 for the Brook Drive water shop remodel. Present Situation: The Town’s procurement policy requires the Mayor to sign purchase orders over $100,000. The Board must vote to authorize the Mayor to sign this purchase order. Proposal: Staff proposes the Board authorize the Mayor to sign the purchase order. Advantages: ● Better accessibility to the community than Elm Road. ● Acceptable office space for staff. ● New conference room for the Water Division and other Town Departments. ● Increased staff and customer parking. ● Increased maintenance and repair areas and parts storage within the shop. ● The Fleet Division will gain much needed to space to operate efficiently. ● The visual appeal of the 1360 Brook Drive property will be greatly improved for the surrounding neighborhood Disadvantages: ● Traffic and noise will temporarily increase during construction. These costs are funded by the higher water rates; however, the water enterprise should pay its own and has benefited from the use of Town property on Elm Road. Action Recommended: Staff recommends giving the Mayor authority to sign the purchase order. 297 Finance/Resource Impact: Water Fund Account; 503-7000-580.32-22, $1,415,723 Level of Public Interest Low Sample Motion: I move for the approval/denial giving the Mayor Authority to sign the PO. Attachments: None 298