SLED Opportunity · COLORADO · CITY OF PUEBLO
AI Summary
City of Pueblo seeks contractors for the 2026 Manhole Rehabilitation Project involving removal, replacement, and rehabilitation of manholes and related structures.
In general, this project will consist of removing & replacing 12 manholes, rehabilitating 2 existing manholes with calcium aluminate patching and epoxy coating, rebuilding 15 manhole benches and troughs with fast-setting cementitious material, and removing and replacing the ring and lid of 3 manholes throughout the City of Pueblo, as detailed in the plans and specifications.
The following is a list of attendees at the pre-bid meeting:
Note: A copy of the handwritten list may be requested by emailing purchasing@pueblo.us. We are unable to post online due to accessibility issues.
Please use the See What Changed link to view all the changes made by this addendum.
For use with FEMA, ARPA, SLFRF, and/or other state and federal grant funds and cooperative agreements.
This bid attachment shall be added to all City bid projects with the potential utilization of federal or state fund projects (including projects utilizing FEMA, ARPA, SLFRF, or grant funds). The following clauses mirror the Federal Required Contract Provisions available at www.fema.gov/procurement-disaster-assistance-team.
The following terms, as used in these Contract Documents, are respectively defined as follows:
Payment and performance bonds are required to be filed prior to issuance of Notice to Proceed. The specific requirements for such bonds are set forth in Section CONTRACT SECURITY of the GENERAL PROVISIONS.
All specifications included in the Special Provisions shall have precedence over and will govern in the event of a conflict with other sections contained in this document.
Bidders are responsible for obtaining, reading, and carefully examining the entire Contract Documents package, including any Addenda, prior to submitting a bid. Failure to do so will not relieve a Bidder from any obligation or responsibility to understand and comply with all requirements and conditions for this project.
Bidders shall inform themselves of the conditions of the project site and the requirements of the project's scope of work before submitting their bid. No allowances shall be made by reason of any matter or thing concerning which they might not have been fully informed prior to the bidding. No Bidder will be heard after the opening of bids to assert that there was any misunderstanding as to the nature of the operation expected in this solicitation. If a pre-bid meeting is held, Bidders should make every effort to attend. If the pre-bid meeting is mandatory and the Bidders cannot attend, it is imperative that someone else attend as a representative of the company, otherwise, their bid will not be accepted at the time of bid opening.
Downloaded plans/drawings must be printed as “Actual Size”; scaling is NOT correct when printed using other options. It is the Bidder’s sole responsibility to ensure plans are printed correctly and to inform third-party printers of this information. The City is not responsible for bidding errors resulting from Bidder’s failure to follow this requirement.
Each bid must be accompanied by a certified check, cashier's check, money order or bid bond in the amount of five (5) percent of the grand total bid, plus all alternates if applicable, payable to the City of Pueblo as a guarantee that if the bid is accepted, the bidder will execute and file the proposed contract and bonds within ten (10) days from the date of the Notice of Award.
The City is accepting electronic bid submissions. Bidders shall create a FREE account with OpenGov by signing up at https://procurement.opengov.com/signup. Once you have completed account registration, browse back to this page, click on "Submit Response", and follow the instructions to submit the electronic bid.
Bidders must follow the submittal procedures outlined in the bid documents. The City reserves the right to reject any or all bids for any or all items covered in the Invitation for Bid, to waive informalities or defects in bids, or to accept such bids as it shall deem to be in its best interest.
In accordance with §1.8 of the Pueblo Municipal Code (entire Code included by reference), all contractors shall meet and comply with the following provisions which shall be contained in all municipal contracts:
Applicable to all projects.
All contract clauses included in this Appendix shall be applicable to City of Pueblo (City) bids (whether informal or formal), projects, contracts, agreements, etc. that are funded in whole or in part with FTA funds. Additionally, all Contractors for City shall include this Appendix as an attachment to all subcontracts for subcontractors and subconsultants to be hired by the Contractor for the bid, project, contract, and/or agreement.
This project is to be financed in whole by a grant from the U.S. Department of Housing and Urban Development.
Applicable to all contracts/agreements in excess of $250,000; 2 CFR, Part 200, Appendix II(A)
Applicable to all contracts/agreements in excess of $10,000; 2 CFR, Part 200, Appendix II(B)
A Section 3 Covered Project as defined in 24 C.F.R. Part 75.3(a)(2), utilizing Community Development Block Grant assistance or other HUD funding to complete, where the total amount of assistance exceeds $200,000 constitutes a Section 3 Covered Contract. The provisions of this Section shall apply to all covered contracts as provided in 24 C.F.R. Part 75. As used herein, the term "contractor" shall mean the party entering into this agreement with the City of Pueblo, and the term "contract" shall mean this agreement, regardless of any other term or phrase by which it may be called.
Only applicable to construction projects.
This project is to be financed in whole or part by the Federal Transit Administration (FTA). Bidders must comply with all applicable FTA standards, orders, and regulations and the Agreement shall be subject all FTA Contract Clauses and same shall have precedence over and will govern in the event of a conflict with other sections contained in this document including the Special Provisions.
FTA Contract Clauses are attached as Appendix C.
This project is to be financed in whole by American Rescue Plan Act funds. Bidders must comply with all applicable federal standards, orders, and regulations and the contract shall be subject to all Federal Contract Clauses and same shall have precedence over and will govern in the event of a conflict with other sections contained in this document including the Special Provisions.
Federal Contract Clauses are attached as Appendix A.
This section is required for all federal grant and cooperative agreement programs; 2 CFR, Part 200, Appendix II(C)
During the performance of this contract, the Contractor agrees as follows:
Only applicable to construction projects.
Value Engineering is defined as the systematic multi-disciplined approach designed to optimize the value of each dollar spent. Pursuant to the Uniform Guidance (2 C.F.R. 200.318(g)), Pueblo Transit encourages the use of value engineering with regards to construction projects that offer reasonable opportunities for cost reductions. Contractor may submit a proposal of value engineering regarding a creative analysis of each contract item or task to promote an overall lower cost.
Federal requirements govern. Whenever the provisions and requirements of this Chapter, or of the bidding specifications, conflict in any way or to any degree with the nondiscrimination and equal employment opportunity requirements of the United States and any such contract under consideration is funded in whole or in part by the United States or is otherwise subject to requirements having the force of law of the United States, such requirements of the United States shall govern and control. (Ord. No. 4479, 5-22-78)
Only applicable to construction projects.
Facilities to be used in public transportation service must comply with the Americans with Disabilities Act, 42 U.S.C. § 12101 et seq.; DOT regulations, “Transportation Services for Individuals with Disabilities (ADA),” 49 C.F.R. part 37; and Joint Access Board/DOT regulations, “Americans with Disabilities (ADA) Accessibility Specifications for Transportation Vehicles,” 36 C.F.R. part 1192 and 49 C.F.R. part 38. Notably, DOT incorporated by reference into Appendix A of its regulations at 49 C.F.R. part 37 the Access Board’s “Americans with Disabilities Act Accessibility Guidelines” (ADAAG), revised July 2004, which include accessibility guidelines for buildings and facilities. DOT also added specific provisions to Appendix A of 49 C.F.R. part 37 modifying the ADAAG with the result that buildings and facilities must comply with both the ADAAG and the DOT amendments.
This project is to be financed in whole or in part by a grant from the Colorado Department of Transportation.
Only applicable for construction contracts in excess of $2,000; include most current Davis Bacon Wages supplement; 2 CFR, Part 200, Appendix II(D)
Only applicable for construction contracts in excess of $2,000; 29 CFR, Part 3
By submitting a bid Contractor agrees to abide by the provisions herein set forth and will require any and all subcontractors to comply with said provisions.
Applicable to all projects.
Contractor must be capable of, and shall be required to, self-perform at least thirty percent (30%) of the actual labor or trade work (not supervision) required to complete the project. By submitting a bid, Contractor certifies that Contractor’s own employees shall be utilized to meet the self-performance requirement. Supervision of subcontractors is not considered self-performance. Failure to meet this requirement may result in the bid being deemed non-responsive. Documented confirmation that Contractor is meeting this requirement during the performance of the work will be required.
A bidder shall not stipulate in their proposal any conditions not contained in the Contract Documents.
Davis-Bacon Minimum Wages General Decision Number None is included in Attachment C.
Bidders must satisfy themselves by personal examination of the locations of the proposed work and by such other means as they may prefer as to the correctness of any quantities listed in the proposal and shall not after submission of their proposal, dispute or complain of such estimate, nor assert that there was any misunderstanding in regard to the nature or amount of work to be done.
Only for projects exceeding $150,000 of iron, steel, manufactured goods, or rolling stock.
Contractor shall complete Buy American Certification form.
Applicable for projects in excess of $100,000 that involve employment of mechanics or laborers; 2 CFR, Part 200, Appendix II(E)
Applicable to contracts for performance of experimental, developmental, or research work; 2 CFR, Part 220, Appendix II(F)
If the Contractor qualifies as a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under the federal funding contract, the Contractor must comply with the requirements of 37 CFR Part 401, “Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements.”
Where data sheets concerning equipment to be furnished are included in the Specification Documents as a part of the proposal, the bidder shall furnish the required information by filling in the data sheets complete in every detail. In the event that such data sheets are insufficient, or do not readily lend themselves to the correct description of the equipment, the bidder shall file with the bid additional statements setting out the necessary information. Failure to furnish such information as is required on the data sheets will be considered as grounds for rejecting the bid.
Only for projects exceeding $150,000.
The Contractor agrees:
The 2026 Standard Construction Specifications and Standard Details for City of Pueblo, Colorado, adopted January 12, 2026, and as most recently amended, shall control the construction and quality of materials for this project except where specifically modified by the Special Provisions. Unless specifically modified by the Special Provisions, the 2026 Standard Construction Specifications and Standard Details shall control with respect to any inconsistencies with the Plans. The 2026 Standard Construction Specifications and Standard Details are not included in this bid package but are available on the City of Pueblo’s website at https://www.pueblo.us/3073/2026-Construction-Standards. By submitting a bid, the Contractor acknowledges possession of a copy of said document.
Any and all contractors, subcontractors, independent contractors, suppliers, facilitators or any person participating in any program or activity receiving federal financial assistance shall comply with federal labor standards regulations as follows:
The U. S. Department of Labor has published rules and regulations corresponding to the above regulations at Title 29 CFR Parts 1, 3, 5, 6 and 7.
Contracts in excess of $150,000; 2 CFR, Part 200, Appendix II(G)
The 2025 Standard Construction Specifications and Standard Details for City of Pueblo, Colorado, adopted November 11, 2024, and as most recently amended, and the Colorado Department of Transportation 2022 Standard Specifications for Road and Bridge Construction shall control the construction and quality of materials for this project except where specifically modified by the Special Provisions. Unless specifically modified by the Special Provisions, the Standard Construction Specifications and Standard Details shall control with respect to any inconsistencies with the Plans. The 2025 Standard Construction Specifications and Standard Details are not included in this bid package but are available on the City of Pueblo’s website at https://www.pueblo.us/475/2025-Construction-Standards. The Colorado Department of Transportation 2022 Standard Specifications for Road and Bridge Construction are available at 2022 Construction Specifications — Colorado Department of Transportation (codot.gov). By submitting a bid, the Contractor acknowledges possession of a copy of said documents.
By signing and submitting a proposal, Contractor is providing the certification set out below.
The inability of a person to provide the certification required below will not necessarily result in denial of participation in this covered transaction. The prospective 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 City or department’s determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such person from participation in this transaction.
The certification in this clause is a material representation of fact upon which reliance was placed when the City or department determined to enter into this transaction. If it is later determined that the contractor knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the City or the department may terminate this transaction for cause or default.
The contractor shall provide immediate written notice to the City or department to which this proposal is submitted if at any time the contractor learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.
The terms covered transaction, debarred, suspended, ineligible, lower tier covered transaction, participant, person, primary covered transaction, principal, proposal, and voluntarily excluded, as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the City or department to which this proposal is submitted for assistance in obtaining a copy of those regulations.
The contractor agrees by signing and submitting a proposal that it shall not knowingly enter into any lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the City or department entering into this transaction.
The contractor further agrees by signing and submitting a proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," provided by the City or department entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions.
A contractor in a covered transaction may rely upon a certification of a subcontractor (prospective participant) in a lower tier covered transaction that is not proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A contractor may decide the method and frequency by which it determines the eligibility of its principals. Each contractor may, but is not required to, check the nonprocurement portion of the "Lists of Parties Excluded from Federal Procurement or Nonprocurement Programs" (Nonprocurement List) which is compiled by the General Services Administration.
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 the contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.
If a contractor in a covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the City or department may terminate this transaction for cause or default.
The Contractor hereby certifies to the best of its knowledge and belief, that it and its principals:
Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.
Applicable to all projects.
The Contractor shall at all times comply with the following requirements and shall include these requirements in each subcontract and subconsultant agreement entered into as part thereof.
A, B, and C are applicable as provided in each section.
Specifications may be written in abbreviated style with incomplete sentences. Omission of words such as “The General Contractor shall”, “Conforming to”, “shall be”, etc., are intentional; omitted words shall be supplied by inference. Where words “approved”, “satisfactory”, “directed”, “submitted”, etc., are used it shall be assumed that the words “Project Manager” follows, such as “approved by the Project Manager”.
Required for all federal, state, grant, and cooperative agreement programs; 2 CFR, Part 200, Appendix II(H)
By signing and submitting a proposal, the prospective lower tier participant is providing the certification set out below:
The certification in this clause is a material representation of fact upon which reliance was placed when the City or department determined to enter into this transaction. If it is later determined that the participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the City or the department may pursue available remedies, including suspension and/or debarment.
The participant shall provide immediate written notice to the City or department to which this proposal is submitted if at any time the participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.
The terms "covered transaction", "debarred", "suspended", "ineligible", "lower tier covered transaction", "participant", "person", "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the City or department to which this proposal is submitted for assistance in obtaining a copy of those regulations.
The participant agrees by signing and submitting a 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 proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the City or department with which this transaction originated.
The participant further agrees by signing and submitting a proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," provided by the City or department entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions.
A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not proposed for debarment under 48 CFR part 9, subpart 9.4, debarred, suspended, ineligible, or voluntarily excluded from covered transactions, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the List of Parties Excluded from Federal Procurement and Nonprocurement Programs.
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 the participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.
If a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is proposed for debarment under 48 CFR part 9, subpart 9.4, suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the City or department with which this transaction originated may pursue available remedies, including suspension and/or debarment.
The Participant certifies by signing and submitting a proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency;
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.
Applicable to all projects.
The Contractor agrees to comply with mandatory standards and policies relating to energy efficiency, which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act.
The term “Engineer” as used in Sections GENERAL PROVISIONS Authority of Engineer (a) and (b), of GENERAL PROVISIONS , shall mean Director of Wastewater with respect to all questions relating to the conformance of the work with the technical requirements of the plans and specifications, interpretation of the technical requirements of the plans and specifications, and with respect to the rejection of work and materials which do not conform. With respect to all other uses of the term “Engineer” in Section GENERAL PROVISIONS Authority of Engineer, the term shall mean the Director of Public Works. In Sections TERMINATION FOR CAUSE, FINAL ACCEPTANCE OF THE WORK, COMMENCEMENT AND COMPLETION OF WORK and UNCORRECTED WORK of GENERAL PROVISIONS, all references to Engineer shall mean the Director of Public Works. All other references to Engineer in GENERAL PROVISIONS not specifically addressed in this section shall mean the Director of Wastewater.
Applicable to all Federal-aid construction contracts exceeding $2,000 and to all related subcontracts:
All mechanics and laborers 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 (29 CFR 3) issued by the Secretary of Labor under the Copeland Act (40 U.S.C. 276c) the full amounts of wages and bona fide fringe benefits or cash equivalents thereof due at time of payment. The payment shall be computed at wage rates not less than those contained in the wage determination of the Secretary of Labor, hereinafter called "the wage determination", which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor or its subcontractors and such laborers and mechanics. The wage determination 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. For the purpose of this Section, contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1 (b)(2) of the Davis-Bacon Act (40 U.S.C. 276a) on behalf of laborers or mechanics are considered wages paid.
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. 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.
Award of $100,000 or more; 2 CFR, Part 200, Appendix II(I)
Contractors must sign and submit to the City the Byrd Anti-lobbying Amendment Certification. Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-federal funds that takes place in connection with obtaining any federal award. Such disclosures are forwarded from tier to tier up to the recipient.
Required for all federal grant and cooperative agreement programs; 2 CFR, Part 200, Appendix II(J)
Modification of bids already submitted will be permitted, provided such modification be in writing and transmitted to the Purchasing Agent of the City prior to closing time. Such modification shall not reveal the total amount of the original or revised bid.
Only applicable to contracts in excess of $25,000.
Contractor shall complete Debarment, Suspension, Ineligibility and Voluntary Exclusion Certification form.
The federal awarding agency shall require that any class of laborers or mechanics employed under the contract which is not listed in the wage determination shall be classified in conformance with the wage decision.
An additional classification, wage rate and fringe benefits may be approved only when the following criteria have been met:
Contractor is responsible for requesting additional wage classifications and wage rate and fringe benefits not contained in the wage decision. Temporary approvals by the federal awarding agency may be issued pending review of the request by the Department of Labor. Any work performed during the Department of Labor Wage and Hour Administrator ("Department of Labor") review period will be paid at the base wage and fringe benefit amount conditionally approved by the awarding agency until a conformance rate is assigned by the Department of Labor. If the request is denied by the Department of Labor, contractor will immediately begin to pay the required wages and make wage restitutions to the affected employees. Contractor shall bear the risk that the request for additional classifications will be denied. Contractor shall be solely responsible for appealing any wage determinations to the Department of Labor. The City will not grant any changes to the Contract Agreement based upon mistakes or denied requests relating to prevailing wages.
An approved equal, where noted, may be considered by the City. For consideration as an approved equal, a Request for Substitution must be submitted through the OpenGov portal by Wednesday, March 25, 2026 at 5:00 pm (MT). Requests shall clearly describe the product for which approval is requested, including all data necessary to demonstrate acceptability. If approved, an addendum will be issued that lists all approved equal products or materials. No other products or materials will be considered.
Any bidder may withdraw their bid any time prior to the closing time, but no bid shall be withdrawn for a period of one hundred twenty (120) days after closing time. Negligence or mistake on the part of the bidder shall not constitute a right to withdraw after closing time. Any bid received after closing time will be rejected.
Any inquiries regarding seeming inconsistencies between the Plans and Specifications for this project must be made by Wednesday, March 25, 2026 at 5:00 pm (MT).
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 or subcontractors, as appropriate, shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly case equivalent thereof. If the contractor or subcontractor does not make payments to a trustee or other third person, he/she may consider as a 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.
Required for all federal grant and cooperative agreement programs used to purchase telecommunications and video surveillance services or equipment; 2 CFR, Part 200, Appendix II(K)
The Contractor and all of its subcontractors acknowledge and will comply with the requirements of 2 C.F.R. § 200.216, including the prohibition on spending federal loan or grant funds to procure or obtain the prohibited equipment, services, or systems covered by the provision.
Only applicable for contracts exceeding $100,000.
Contractor shall complete Lobbying Restrictions Certification form.
Required for all federal grant and cooperative agreement programs; 2 CFR, Part 200, Appendix II(L)
To the extent consistent with law and in accordance with 2 C.F.R. § 200.322, Contractor and all of its subcontractors will to the greatest extent practicable under the Contract, provide a preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States (including but not limited to iron, aluminum, steel, cement, and other manufactured products). This requirement must be included in all contracts and purchase orders that Contractor may enter into.
(This section applies to public improvement construction projects $100,000 and over.)
The Contractor shall make application for, and prepayment of, City sales and use tax on the estimated percentage basis being forty percent (40%) of the total Project bid as awarded, including Base Bid plus those Alternates selected. Application and prepayment shall be made within fourteen (14) days of the date authorized to proceed with construction of the Project as set forth in the Notice to Proceed. All applications and prepayments shall be coordinated directly with City’s Division of Sales and Use Tax, Attention: Tax Audit Manager, 1 City Hall Place, Pueblo, Colorado 81003.
Finance Department policy sets the threshold at $100,000. Any contractual obligations below this amount will not generally be required to make a pre-payment of Use Tax.
Apprentices will be permitted to work at less than the predetermined rate for the work they perform when they are employed pursuant to and individually registered in a bona fide apprenticeship program duly registered with the DOL, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau.
The allowable ratio of apprentices to journeyman-level employees 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 employee 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 listed in the wage determination for the classification of work actually performed.
All rulings and interpretations of the Davis-Bacon Act and related acts contained in 29 CFR 1, 3 and 5 are herein incorporated by reference in this contract.
If more than one bid be offered by one party, all such bids shall be returned unopened. If duplicate bids are not discovered until after opening, such duplication shall be cause for immediate rejection of such bids. A party who has quoted prices to a bidder is not thereby disqualified from quoting prices to other bidders, or from submitting a direct bid on their own behalf.
Applicable to all projects.
The Contractor acknowledges and agrees that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying Contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this Contract and shall not be subject to any obligations or liabilities to the Recipient, Contractor or any other party (whether or not a party to that contract) pertaining to any matter resulting from the underlying Contract. The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by the FTA. It is further agreed that the clause shall not be modified, except to identify the subcontractor who will be subject to its provisions.
The City shall upon its own action or upon written request of an authorized representative of the DOL withhold, or cause to be withheld, from the contractor or subcontractor 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 contractor, as much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics 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 employed or working on the site of the work, all or part of the wages required by the contract, the City 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.
Contractor shall reimburse the City for the full amount of any employer contribution required to be paid by the City of Pueblo to the Public Employees’ Retirement Association (“PERA”) for salary or other compensation paid to a PERA retiree performing contracted services for the City under this Agreement.
Awarded Contractor will be required to submit a completed Colorado PERA Questionnaire form. This form is available to view at https://www.pueblo.us/DocumentCenter/View/19915/PERA-Form and is included by reference in this Contract.
This section from Recommended Contract Provision No. 1; Required for all City federally funded projects
Applicable to all projects.
Pursuant to Ordinance No. 6510, dated February 14, 2000, the Department of Public Works shall evaluate the performance of Contractor using the Contractor/Consultant Satisfaction Program form. This form is available to view at https://www.pueblo.us/1737/Information and is included by reference in this Contract. The evaluation shall be utilized to review Contractor performance, increase communication, and foster positive business relationships. Evaluation shall also record documentation of Contractor’s overall performance. Material failure to perform in accordance with the terms of one or more contracts, or materially unsatisfactory performance of one or more contracts, may be justification for disqualifying future bids by Contractor.
This section from Recommended Contract Provision No. 2; Required for all City federally funded projects
Only if item exceeds $10,000 (or total of all purchases previous year exceed $10,000).
The Contractor agrees to provide a preference for those products and services that conserve natural resources, protect the environment, and are energy efficient by complying with and facilitating compliance with Section 6002 of the Resource Conservation and Recovery Act, as amended, 42 U.S.C. § 6962, and U.S. Environmental Protection Agency (U.S. EPA), “Comprehensive Procurement Guideline for Products Containing Recovered Materials,” 40 C.F.R. part 247.
In the event of any violation of the requirements set forth in this document, the contractor and any subcontractor responsible for the violation shall be liable to the affected employee for his/her unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States for liquidated damages.
Applicable to all Federally-assisted construction contracts exceeding $2,000 and to all related subcontracts. The contractor shall comply with the Copeland Regulations of the Secretary of Labor. Payrolls and basic records relating thereto shall be maintained by the contractor and each subcontractor during the course of the work and preserved for a period of 3 years from the date of completion of the contract for all laborers, mechanics, apprentices, watchmen, helpers and guards working at the site of the work. The payroll records shall contain the name, social security number, and address of each such employee; his or her correct classification; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalent thereof 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 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 and subcontractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, that the plan or program has been communicated in writing to the laborers or mechanics affected, and show the cost anticipated or the actual cost incurred in providing benefits. Contractors or subcontractors employing apprentices under approved programs shall maintain written evidence of the registration of apprentices and ratios and wage rates prescribed in the applicable programs.
Each contractor and subcontractor shall furnish, each week in which any contract work is performed, to the awarding agency or an agent thereof, a certified payroll report of wages paid each of its employees. The payroll submitted shall set out accurately and completely all of the information required to be maintained. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal stock number 029-005-0014-1), U.S. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his/her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following:
That the payroll for the payroll period contains the information required to be maintained and that such information is correct and complete; That such laborer or mechanic 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 the Regulations, 29 CFR 3; That each laborer or mechanic has been paid not less than the applicable wage rate and fringe benefits or cash equivalent for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. 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".
Applicable to all projects.
The following Equal Opportunity Clause shall be included in each government contract entered into by the City:
During the performance of this contract, the contractor agrees as follows:
This section from Recommended Contract Provision No. 3; Required for all City federally funded projects
The Contractor shall not use the Department of Homeland Security (DHS) seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific federal fund and or grant administrator approval.
The applicable Section 3 project area for this contract is the City of Pueblo, Colorado. Bidder must submit a Section 3 Certification, Form S3a (Appendix C) for this project with the bid submittal. Statement shall include a commitment to employ to the greatest extent feasible, low-to-moderate income individuals and Section 3 business concerns. Consideration will be given to those contractors who will have training and employment opportunities for project area residents.
Section 3 Utilization Plan is attached to this document as Appendix A. The intent of Section 3, a section contained within the Housing and Urban Development Act of 1968 is to provide job training and employment opportunities from programs that receive U. S. Department of Housing & Urban Development (HUD) funding to local low-income residents and the businesses they own or that employ them. The purpose of this Plan is to set forth procedures to be implemented by sub-recipients, developers, contractors, and subcontractors to ensure compliance with the City of Pueblo’s (City) Section 3 Program as administered by the Department of Housing and Citizen Services (DHCS) and the following Federal Implementing Act and Regulations:
The City’s Section 3 Program is available for review from the Department of Housing & Citizen Services (DHCS), 2631 E. 4th Street, Pueblo, CO 81001.
SECTION 3 PENALTIES
Penalties for not meeting the Section 3 Employment Benchmarks or failure to meet additional reporting goals as outlined in Appendix A as follows:
Only applicable to contracts for the construction of new buildings or additions to existing buildings.
The Contractor agrees that any new building or addition to an existing building will be designed and constructed in accordance with the standards for Seismic Safety required in Department of Transportation (DOT) Seismic Safety Regulations 49 C.F.R. part 41 and will certify to compliance to the extent required by the regulation. The Contractor also agrees to ensure that all work performed under this contract, including work performed by a subcontractor, is in compliance with the standards required by the Seismic Safety regulations and the certification of compliance issued on the project.
The Contract shall be deemed to have been awarded when formal Notice of Award shall have been duly served upon the intended awardee (i.e., the bidder to whom the City contemplates awarding the Contract) by the Purchasing Agent of the City.
This section from Recommended Contract Provision No. 4; Required for all City federally funded projects
This is an acknowledgement that federal financial assistance will be used to fund all or a portion of the contract. The Contractor will comply with all applicable federal law, regulations, executive orders, federal policies, procedures, and directives.
This section from Recommended Contract Provision No. 5; Required for all City federally funded projects
The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-federal entity, Contractor, or any other party pertaining to any matter resulting from the contract.
Only applicable for planning, capital, or operating assistance projects exceeding $250,000 in a Federal fiscal year.
Contractor shall complete DBE Utilization form, DBE Participation Schedule & Identification and Information form, and DBE Letter(s) of Intent form.
This Contract Agreement is subject to the requirements of the Clean Air Act, as amended, 42 USC 1857 et seq., the Federal Water Pollution Control Act, as amended, 33 USC 1251 et seq., and the regulations of the Environmental Protection Agency with respect thereto, at 40 CFS Part 15, as amended from time to time.
The contractor shall comply with the following requirements:
The Contractor shall furnish a good and sufficient Performance Bond and Payment Bond on the forms attached hereto each in an amount not less than the full amount of the contract price, as security for the faithful performance of the Contract and for the payment of all persons performing labor and furnishing material in connection with the work. Said bonds shall be executed by a corporate surety duly authorized to issue bonds in the State of Colorado. Said bonds shall also be complete surety for all guarantees of materials and workmanship required by any provision of the Contract Documents or the specifications. If at any time during the continuance of the Contract a Surety on either of the Contractor's bonds becomes irresponsible or insolvent the City shall have the right to require additional and sufficient sureties which the Contractor shall furnish within ten (10) days after written notice to do so.
No members, officers, or employee of the Grantee, or its designees or agents, no member of the governing body of the locality in which the program is situated, and no other public official of such locality or localities who exercises any functions or responsibilities with respect to the program during his tenure or for one year thereafter, shall have any interest, direct or indirect, in any contract or subcontract, or the proceeds thereof, for work to be performed in connection with the program assisted under the Agreement.
Grantee's officers, employees, and agents shall never solicit nor accept gratuities, favors, or anything of monetary value from contractors or potential contractors, and, additionally, shall be governed in their actions by the standards of conduct described in Title VI of the 1971 Code of Ordinances of the City of Pueblo.
Applicable to all projects.
Each Contractor, subconsultant, and subcontractor must take make every effort to protect “sensitive security information” made available during the administration of a contract or subcontract to ensure compliance with 49 U.S.C. Section 40119(b) and implementing DOT regulations, “Protection of Sensitive Security Information,” 49 CFR Part 15, and with 49 U.S.C. Section 114(r) and implementing Department of Homeland Security regulations, “Protection of Sensitive Security Information,” 49 CFR Part 1520.
This section from Recommended Contract Provision No. 6; Required for all City federally funded projects
The Contractor acknowledges that 31 U.S.C. Chapter 38 (Administrative Remedies for False Claims or Statements) applies to the Contractor’s actions pertaining to this contact.
Applicable to all projects- also see Section regarding Safe Operation of Motor Vehicle above.
Consistent with Executive Order No. 13513, “Federal Leadership on Reducing Text Messaging While Driving,” October 1, 2009, 23 U.S.C. Section 402 note, and DOT Order 3902.10, “Text Messaging While Driving,” December 30, 2009, FTA encourages Contractor to promote policies and initiatives for its employees and other personnel that adopt and promote safety policies that to decrease crashes by distracted drivers, including policies to ban text messaging while driving, and to include this provision in each third party subcontract involving the project.
This contract is subject to the provisions of the Williams-Steiger Occupational Safety and Health Act of 1970. These construction documents and the joint and several phases of construction hereby contemplated are to be governed, at all times, by applicable provisions of the Federal Law(s), including but not limited to the latest amendments of the following:
No verbal agreements or conversations with any agent or employee of the City, either before or after execution of the Contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising said Contract.
Applicable to all projects.
The Contractor agrees that Contractor, any subconsultants, and any subcontractors:
This project, the prime contractor, and all subcontractors, shall at all times be governed by Chapter XVII of Title 29, Code of Federal Regulations, Part 1926 Safety and Health Regulations for Construction (37FR243), as amended to date
To implement the program and provide safe and healthful working conditions for all persons, general project safety meetings shall be conducted at the site, by the construction superintendent or his designated safety officer, at least once each month during the course of construction. Notice of such meeting shall be issued not less than three (3) days prior, stating the exact time, location, and agenda. Attendance by the owner, architect, general foreman, shop stewards and trades, or their designated representatives, shall be mandatory and witnessed in writing as such.
To further implement the program, each trade shall conduct a crew meeting at least once each week, to review mandatory project safety requirements. The crew foreman shall report the agenda and specific items covered to the project superintendent, who shall incorporate these items in a daily log or report.
The prime contractor and all subcontractors shall immediately report all accidents, injuries, or health hazards to the City, or their designated representatives, in writing. This shall not obviate any mandatory reporting under the provisions of the Occupational Safety and Health act of 1970.
This program shall become a part of the contract between the City and prime contractor and all contracts between the prime contractor and subcontractors as though fully written therein.
The project to which the construction work covered by this contract pertains is being assisted by the United States of America and the Federal Labor Standards Provisions attached as Appendix B to this document are included in this contract pursuant to the provisions applicable to such Federal assistance.
Davis-Bacon Minimum Wages General Decision Number CO20220008 02/25/2022 is attached as Appendix E.
Applicable to all projects.
The FTA may take enforcement action if the Contractor violates an applicable federal law, regulation, or requirement, or does not follow an applicable federal guidance.
Applicable to all projects.
No assignment by the Contractor of any principal construction contract or any part thereof or of the funds to be received thereunder by the Contractor, will be recognized unless such assignment has had the written approval of the City and the Surety has been given due notice of such assignment and has furnished written consent thereto. Such written approval by the City shall not relieve the Contractor of the obligations incurred by them under the terms of this Contract. In addition to the usual recitals in assignment contracts, the following language must be set forth:
"It is agreed that the funds to be paid to the assignee under this assignment are subject to a prior lien for services rendered or materials supplied for the performance of the work called for in said contract in favor of all persons, firms or corporations."
Contractors must be registered on SAM.gov to be considered for award and must submit proof of registration and good standing with their bid. Note: This is a free registration. Please visit https://www.sam.gov to register or for more information.
The City may award other contracts for additional work, at the site of the project (or other locations) and the Contractor shall fully cooperate with such other contractors and carefully fit their own work to that provided under other contracts as may be directed by the City. The Contractor shall not commit or permit any act which will interfere with the performance of work by any other contractor.
The awarded Contractor will be required to provide the information as shown on the Federal Funding Accountability and Transparency Act (FFATA) Reporting Form / Certification included as Attachment E. This form shall be filled out and turned in with the contract performance and payment bonds and signed contract agreement.
Only applicable to construction projects.
Contractor agrees to comply and comply with protections for construction employees involved in each project or related activities with federal assistance provided including:
Applicable to all projects.
CDOT required forms are included for reference as Attachment E.
The following forms must be included with bid submittal
CDOT Form 606 - Link
CDOT Form 1414 - Link
The apparent lowest and most responsive bidder must submit forms 605, 621, 1415, and 1416 by 4:00 pm (MT) on the fifth calendar day after bid opening.
CDOT Form 605 - Link
CDOT Form 621 - Link
CDOT Form 1415 - Link
CDOT Form 1416 - Link (instructions)
The Contractor and their sureties shall indemnify, defend and save harmless the City of Pueblo and all of its officers, agents and employees from all suits, actions or claims of any character, name and description brought for or on account of any injuries or damage received or sustained by any person or persons or property, on account of any negligent act or fault of the Contractor, their agents or employees, in performance of said Contract; or on account of the failure of the Contractor to provide necessary barricades, warning lights or signs; and shall forthwith pay any judgment, with costs, which may be obtained against the City, its officers, agents or employees, growing out of such injury or damage.
Applicable to all projects.
The Contractor shall not commence work under this Contract until Contractor has obtained at their own expense and without cost to the City all insurance required under this paragraph and such insurance has been approved by the City Attorney, nor shall the Contractor allow any subcontractor to commence work on their subcontract until all similar insurance required of the subcontractor has been so obtained and approved. The Contractor shall maintain such insurance until the final acceptance by the City of all construction covered by the Contract.
WAIVER OF STATUTORY RETENTION LIMITS of the City’s GENERAL PROVISIONS is hereby rescinded for this project. The amount retained from Contractor’s progress payments will be in accordance with CDOT’s standard contracting payment procedure.
Applicable to all projects.
Contractor shall at all times comply with all applicable FTA regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Agreement between Pueblo Transit and FTA, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract.
The Colorado Department of Transportation (CDOT) shall be named as an “additional insured” on Contractor’s General Liability and Automobile Liability policies. Insurance shall be procured and maintained at Contractor’s own cost and expense in conformance with GENERAL PROVISIONS , SECTION CONTRACTOR’S INSURANCE (a) and (b). Contractor shall submit to the City proof of required insurance prior to execution of the Contract Agreement.
The Colorado Department of Transportation (CDOT) will require the additional insurance as detailed below. Insurance shall be procured and maintained at Contractor’s own cost and expense. Contractor shall submit to the City proof of required insurance prior to execution of the Contract Agreement.
Proposer must submit the following with their bid submittal package:
Within fifteen (15) days of contract award, Proposer must advise the CDOT Assistant Regional Administrator for Equal Opportunity of the steps which have been taken to comply with items 1 and 2 above.
All contractors and sub contractors must comply with the requirements of Executive Order 11246. Written affirmative action programs are required on all contracts or sub contracts exceeding $50,000. Contracts or sub contracts of less than $50,000 do not require the submittal of written affirmative action programs unless so ordered by the Department of Labor (DOL) or the Colorado Department of Transportation (CDOT). The written programs must be submitted to DOL or CDOT within 15 days of contract award. Certification of Nonsegregated Facilities must be signed and submitted with the bid document.
Each contract or sub contract in excess of $10,000, or employing more than five (5) persons, shall be required to have a written affirmative action plan which declares that the contractor or sub contractor does not discriminate on the basis of race, color, religion, creed, national origin, sex and age, and which specifies goals and timetables to assure the implementation of that plan.
When the contract is awarded, prime contractors shall complete a Minority Business Participation Report and submit to the City of Pueblo.
CDOT Affirmative Action Requirements/Equal Employment Opportunity Provisions are included in Attachment C.
The Contractor shall pay for all royalties and patents for any patented product used by them or incorporated in the work, and shall defend all claims or suits for infringement of any patent right brought against themself thereof; except such claims or suits arising by reason of patent infringements or unauthorized use of patented processes where such is the direct result of specification requirements (as distinguished from patented articles, apparatus, or equipment).
If the project is designed so as to require or permit the use of a process or processes (as distinguished from articles, apparatus, or equipment) for which license or royalty fees will be charged, such fees for the use of such processes will be paid by the Contractor to the Patentee, Licensee or owner of such process, and bidder shall include shall fees in their bid.
Contract Goal and CDOT Disadvantaged Business Enterprise Requirements are included in Attachment D.
The apparent lowest and most responsive bidder shall be required to submit the following CDOT forms by 4:00 PM on the fifth calendar day after bid opening:
CDOT Form 1415 – Commitment Confirmation (for each DBE listed on CDOT Form 1414)
CDOT Form 1416 – Good Faith Effort Report (if DBE goal has not been met)
LCPtracker is CDOT’s system for monitoring compliance with prevailing wage requirements and on the job training hours. All construction contractors (prime and subs) must log in to LCPtracker weekly to submit and certify payrolls.
CDOT Required Contract Provisions Federal Aid Construction Contracts Form FHWA-1273 is applicable to this project. Form FHWA-1273 and On the Job Training Standard Provisions are included in Attachment C.
The General or Prime Contractor shall be responsible for performing work, with its own organization, greater than or equal to thirty percent (30%) of the total original contract price. These requirements are detailed in Section VI. - Subletting or Assigning the Contract of Form FHWA-1273 included in Attachment C.
Davis-Bacon Minimum Wages General Decision Number None is included in Attachment C.
If any person contemplating submitting a bid for this Contract is in doubt as to the true meaning of any part of the plans, specifications, or other contract documents, they may submit to the Engineer a written request for an interpretation thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation of the documents will be made only prior to closing time and by written addendum duly issued or delivered to each person receiving a set of such documents. The City will not be responsible for any other explanations or interpretations of the documents.
Wherever the terms "standard", "recognized" or "reputable" manufacturer are used, they shall be construed as meaning manufacturers who have been engaged in the business of fabricating materials, equipment, or supplies of the nature called for by the specifications for a reasonable period of time prior to the date set for opening of bids, and who can demonstrate to the satisfaction of the City that said manufacturer has successfully installed equipment, materials, or supplies of the type proposed to be furnished in at least three instances and that the performance of such materials, equipment, or supplies for a period of over twelve months prior to the date fixed for opening bids shall, prima facie, be deemed to have been engaged in such business for a reasonable length of time.
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 Engineer within five days of the cutoff date for the monthly progress payment. A monthly summary shall be required 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.
Whenever in any section of the Contract Documents, plans or specifications, any article, material, or equipment is defined by describing a proprietary product, or by using the name of a manufacturer or vendor, the term "or equal" if not inserted, shall be implied. The specific article, material, or equipment mentioned shall be understood as indicating the type, function, minimum standard of design, efficiency, and quality desired and shall not be construed in such a manner as to exclude manufacturers products of comparable equality, design, and efficiency.
Bidders must comply with all State of Colorado, Department of Transportation construction project requirements as detailed in Attachments C and D.
By submitting a bid, Contractor acknowledges the nature and location of the work, the general and local conditions, particularly those bearing upon transportation, disposal, handling and storage of materials, availability of labor, water, electric power, uncertainties of weather, physical conditions at the site, the character/quality of surface and subsurface materials to be encountered, the character of equipment and facilities needed prior to and during the work, and all other matters which can in any way affect the work or the cost thereof under this Contract. Failure by Contractor to acquaint themself with all the available information concerning these conditions will not relieve them from responsibility for estimating properly the difficulty or cost of successfully performing the work.
The Contractor shall attend a pre-construction conference with the Project Manager, City employees, representatives of the utility companies, and/or other interested parties prior to any construction. Preconstruction meeting will be scheduled 7-10 days after notice of award is issued. The Contractor shall provide submittals, including but not limited to the following items, at the pre-construction conference:
The Contractor shall attend a pre-construction conference with the Project Manager, City employees, representatives of the utility companies, and/or other interested parties prior to any construction. Preconstruction meeting will be scheduled 7-10 days after notice of award is issued.
The Contractor shall be aware of and shall comply with all State and Federal Safety regulations which are applicable to the work included under this Contract. Enforcement will be by the proper State and Federal regulatory agencies.
If any construction activity is deemed to be unsafe for inspection, Contractor shall, upon notification, discontinue work until the deficiencies are corrected and the job can be properly inspected.
As referenced in Sections PROTECTION OF THE PUBLIC, WORK, AND PROPERTY and ACCIDENT PREVENTION of the GENERAL PROVISIONS , it is the Contractor’s responsibility to provide adequate barricades, protective devices and safety measures, and to employ other precautionary means for the adequate protection of the public, the work, and public/private property from injury or loss. Should the City become aware of any condition or circumstance arising from the work, or with respect to any excavation or areas disturbed by Contractor which, in the opinion of the Project Manager, creates or results in any imminent or unreasonable risk to the health/safety of the public or to public/private property, the City may undertake emergency work or repairs. Such work may include, by way of illustration, provision of barricades, traffic control devices or flagmen, deployment or warning signs, repair of lines under construction, repair of collapsed excavations or sinkholes, placement of sandbags or dams, and other emergency efforts. The determination of the necessity during the construction and warranty periods for the City to do any such emergency work or repairs shall rest entirely with the Project Manager. The cost of emergency work done by the City, including the actual cost of labor, equipment, and materials, plus 100 percent, shall be deducted from any amounts otherwise owed to Contractor, or may be invoiced to Contractor, or the same amount shall be recovered from Contractor’s performance bond.
In case the Contractor shall fail to fully perform and complete the work in conformity with the provisions and conditions of the Contract within the specified time limit set forth in the Bid Form or within such further time as, in accordance with the provisions of this agreement shall be fixed or allowed for such performance and completion, the Contractor shall and will pay to the City of Pueblo for each and every day of the additional time in excess of the contract time and any granted extensions thereof, the sum given in the following schedule which said sum per calendar day is agreed upon, fixed and determined by the parties hereto. The amounts shown are considered to be liquidated damages to reimburse the City for the additional costs caused by delayed completion and in no case constitute a penalty. The amounts set forth below may be reduced or supplemented for project specific considerations as provided for in SPECIAL PROVISIONS.
ORIGINAL CONTRACT AMOUNT | AMOUNT OF LIQUIDATED DAMAGES PER DAY |
Less than $49,999 | $200.00 |
$50,000 to $99,999 | $250.00 |
$100,000 to 249,999 | $300.00 |
$250,000 to $499,999 | $400.00 |
$500,000 to $999,999 | $500.00 |
$1,000,000 and above | $1,000.00 plus any additional amount specified in Special Provisions |
The Contractor shall provide the name, address and phone number of a representative who may be reached at any time during the life of the Contract regarding repairs, detours, barricading, etc. This information shall be furnished in writing to the Project Manager.
During construction and until final acceptance by the Project Manager, Contractor shall be responsible for controlling dust emissions in the construction area. No earthwork activities shall be performed when the wind speed exceeds thirty (30) miles per hour. All fill areas shall be compacted on a daily basis to 95% minimum compaction. Any mud or dirt carry out onto paved surfaces shall be cleaned up on a daily basis. Contractor shall promptly comply with all directives from the Project Manager relating to dust control. If Contractor fails to comply or provide adequate means to control dust, a stop-work order will be issued until the problem is corrected.
Contractor shall maintain and/or repair any damage done to all existing properties, public or private, adjacent to site improvements, including but not limited to, asphalt, base course, utilities, sod, irrigation systems and landscaped areas. In general, disturbed areas shall be replaced to the lines, grades, thickness, and like materials of the existing conditions unless otherwise stated on the plans. Restoration shall be consistent with that of areas adjacent to the limits of construction. Grass and other plant areas shall be restored, maintained, and irrigated until final acceptance by the Project Manager. Fabric shall be installed under all rock landscape areas. Any landscape material salvaged by Contractor for reuse will not be acceptable if contaminated by dirt or different landscape material. Slopes to match from the new improvements to existing improvements shall not exceed a 4:1 slope.
Site restoration and cleanup will not be measured or paid separately but shall be included in the unit prices for each bid item. Partial payments will not be made on any bid item until the restoration and cleanup associated with that item is satisfactorily complete and acceptable to the Project Manager.
The accuracy of information furnished in regard to underground utilities is not guaranteed. The utility locations are approximate and may not include all utilities. Contractor shall determine the exact location of all utilities before commencing work. Contractor shall be fully responsible for any damage which might occur due to Contractor’s failure to locate and protect all utilities. Contractor shall repair or have repaired, at no cost to the City, any damage to utilities.
Existing utilities include gas, water, service lines, meters, meter cans, buried telephone cables, buried power lines, pedestals, utility poles, sanitary sewer, manholes and services, and any other existing utility.
If during construction an abandoned utility is encountered Contractor shall contact and coordinate with the Project Manager to arrange for the removal of the utility. If Contractor elects to remove the utility without contacting the Project Manager, Contractor shall do so at no cost to the City.
Unless danger against contact with high voltage overhead and/or underground lines has been effectively guarded against, Contractor shall not perform any function/activity upon any land, building, highway, or other premises if at any time during the performance of any function/activity it could move or be placed within ten (10) feet of any high voltage overhead and/or underground line. If work is to be performed within ten (10) feet of high voltage overhead and/or underground lines, the public utility must first be notified to arrange for safety provisions. Contractor may perform the work only after arrangements, including coordination and payment of fees, if applicable, have been made with the utility company.
The “no fee” permit shall be obtained from the City Engineering Division at 211 E. “D” Street. Any concrete work placed without benefit of both permit and inspection by the Public Works Department will not be paid for.
Precaution shall be exercised at all times for the protection of persons (including employees) and property. The safety provisions of applicable local ordinances, State, and Federal laws, and building and construction codes shall be observed. Machinery, equipment, and all hazards shall be guarded or eliminated in accordance with the safety provisions of the Manual of Accident Prevention in Construction, published by the Associated General Contractors of America, to the extent that such provisions are not in contravention of applicable law.
Contractor and subcontractors shall coordinate work with all other construction activities and contractors; and cooperate with them to facilitate general progress of the work. Each trade shall afford other trades every reasonable opportunity for installation and storage of materials.
In executing the work on this project the Contractor shall not unnecessarily impede or interfere with traffic on public highways or streets. Any question as to what constitutes unnecessary interference with traffic or a hazard to traffic shall be determined by the Engineer and the Traffic Engineer of the City. The Contractor shall confer with and keep Police and Fire Departments of the City fully informed as to street or alleys which are to be closed to traffic for construction purposes. The Contractor shall be responsible for coordination of their work with all affected utilities.
Contractor shall coordinate work on the project with all work shown on the plans which is to be done by “others”. It is the Contractor’s responsibility to coordinate work with each entity and incorporate it into the project schedule.
If required, Pueblo Board of Water Works shall complete the work to relocate fire hydrants.
If required, Black Hills Energy shall complete the work to relocate light poles.
The Contractor shall provide and maintain at the site of the construction work at all times, suitable sanitary facilities for use of those employed on this Contract without committing any public nuisance. Pit type toilets shall be of proper design and fly tight. All toilet facilities shall be subject to the approval of the Pueblo City County Health Department.
Failure to complete the work by the allotted 120 calendar days shall result in the assessing of liquidated damages according to GENERAL PROVISIONS.
No construction work shall be done during stormy, freezing or inclement weather, except such as can be done satisfactorily, and in a manner to secure first class construction throughout, and then only subject to the permission of the Engineer.
Contractor shall locate all general reference points and take such action as necessary to prevent their destruction. Contractor shall lay out their own work and be responsible for all lines, elevations, and measurements of the building, grading, utilities, and other work executed under this Contract. Contractor shall exercise proper precaution to verify figures shown on the drawing before laying out work and will be responsible for any error resulting from failure to exercise such precautions.
By submitting a bid, the Contractor certifies that Contractor has complied with the United States Immigration Reform and Control Act of 1986. Contractor represents and warrants that to the extent required by said Act, all persons employed by Contractor for performance of this Contract have completed and signed Form I-9 verifying their identities and authorization for employment.
Contractor may request construction staking by the City for all sanitary sewer mains and manholes, curb and gutter and crosspan replacement. Contractor shall notify the City 48 hours in advance for staking. Contractor shall protect all stakes from damage during construction and shall be responsible for the cost of replacing any stakes that are damaged. The City shall replace stakes at a cost of $50.00 per stake which may be deducted from the final payment to Contractor.
The Project Manager and the Inspection Division are available from 7:00 a.m. to 12:00 p.m. and 1:00 p.m. to 4:00 p.m., Monday through Friday, excluding holidays. Any work done outside of these hours must be approved by the Project Manager.
After completion of the work the Contractor shall make any and all tests required by the specifications or by municipal or state regulations, and where so provided in said regulations shall furnish the City with certificates of inspection by the municipal or state regulatory bodies. The Contractor shall also make all tests required by the National Board of Fire Underwriters for the purpose of determining insurance rates or other protection of City or the Public.
This item shall consist of mobilizing of personnel, equipment, and supplies to the project site in preparation for work on the project. Item shall include all costs incurred which must be performed prior to beginning the other items.
Partial payments for mobilization will be made each month as the work progresses. These payments will be made as follows:
Note: Payments for materials on hand will be included as a percent of original project bid amount earned until said materials have been incorporated into the work and accepted and paid for by the City.
Neither the final payment nor any provision in the Contract Documents shall relieve the Contractor of the responsibility for negligence or faulty materials or workmanship, whether latent or patent, within the extent and period provided by law.
Contractor shall submit a traffic control plan prepared by a Certified Traffic Control Supervisor at the preconstruction conference for approval by the City’s Traffic Engineer.
Where possible, crosspans may be constructed full width with proper street closures; however, the time of closure must be kept to a minimum. To expedite the curing, the minimum 28-day compressive strength shall be increased to 4500 psi (increased to seven (7) sacks per cubic yard). The additional cost for the added cement shall be paid by the Contractor.
All traffic control procedures, signing, lighting and barricades shall conform to the latest edition of the Manual on Uniform Traffic Control Devices, and shall be set up and maintained by a Certified Traffic Control Supervisor.
Construction traffic control shall be paid as “Traffic Control.” Periodic payments for this item shall be based upon the percentage of work completed compared to the original bid amount.
The Traffic Control Supervisor shall be certified as a Worksite Traffic Supervisor by the American Traffic Safety Services Association (ATSSA) or Colorado Contractors Association (CCA). A copy of the Traffic Control Supervisor's Certification shall be provided to the Project Manager at the project pre construction conference
Contractor shall be responsible for all permanent traffic control devices (signs) within the construction area. If permanent devices conflict with construction activities, Contractor shall be responsible for placement of temporary traffic control devices and the removal/reinstallation of permanent devices.
All work shall be in accordance with the Manual of Uniform Traffic Control Devices. All regulatory signs (Stop, Yield, One Way, Do Not Enter, etc.) shall be maintained in either a temporary or permanent manner. Temporary devices shall be in place prior to the removal of permanent devices. Contractor shall be held fully responsible for any claims resulting from negligence in failing to act or maintain any traffic control device.
Contractor shall be responsible for maintaining the condition of any sign that is temporarily removed. Should there be any damage to devices (signs, poles, bases, and hardware) Contractor shall be financially responsible to the City for replacement of said devices.
Contractor shall contact Traffic Maintenance at (719) 553-2300 for approval of the specific location in which the devices are to be reinstalled. Contractor shall obtain underground utility locates prior to reinstalling devices.
The Traffic Engineer or designee will evaluate existing signage for replacement with new materials. If required, the City will provide all replacement materials to the Contractor prior to reinstallation. Where new devices are required per the construction drawings all signs, posts, bases, and hardware shall be supplied by the City. Contractor shall contact the Traffic Engineer at (719) 553-2722 to order signs providing the City at least two-week notification to obtain the necessary material.
Older areas within the City may have street names stamped into the top of the concrete curb at street intersections where new curb ramps are to be constructed. Contractor shall preserve the portion of concrete curb with the historic street name and reinstall it behind the new curb and gutter.
Prior to any demolition, the Contractor shall verify if any street names are stamped in the existing curb head. If any street names exist the Contractor shall notify the Construction Inspector for documentation of the curb stamp and condition. If the condition of the existing concrete curb allows, the Contractor shall neatly saw cut the portion of curb containing the street name as needed to remove the portion intact. The Contractor shall reinstall the portion of curb with the street name directly behind the new curb and gutter adjacent to the new curb ramp.
All concrete shall be protected from traffic for a period of fourteen (14) days, or as directed by the Project Manager. The Contractor shall provide necessary supervision and/or barriers to protect all concrete from traffic or vandalism. Any concrete damaged by traffic and/or vandalism will be rejected. Replacement of damaged concrete shall be paid for entirely by the Contractor.
Asphalt and concrete shall be removed to the lines and grades established by the Project Manager. Any removal outside those lines and grades not approved by the Project Manager, will not be paid for by the City. Contractor shall properly dispose of all removed items from the construction site.
Saw cutting to remove asphalt and concrete to a neat line shall not be paid for separately.
The rights and remedies available to City under the Contract Documents, including the City’s right to recover liquidated damages, are in addition to, and not limited by, any rights, remedies and limitations provided under law. By bidding upon and entering into this Contract, the Contractor specifically waives all provisions of Chapter 8 of Article 20 of Title 13, Colorado Revised Statues including, without limitations, those relating to defects in the work under the Contract, limitation of damages and notice of claim process.
Contractor shall schedule their work to minimize the inconvenience to the public. Property owners shall be notified well in advance of any work that interferes with access to private driveways. Access to driveways shall be restored no later than fifteen (15) days after the concrete is placed.
Sections of curb and gutter shall not be considered for partial payment until backfill and restoration (if applicable) are completed.
The Contractor shall construct curb and gutter to match existing type (6” Std. 9”x30” pan, Roll top, etc.).
This bid item shall include all costs necessary to construct A.D.A. compliant directional curb ramps with tactile bands (24” x 30”) and A.D.A. compliant sidewalks. Specifically, it will involve the removal and construction of curb and gutter, 4” concrete, 6” concrete, 7” reinforced concrete, and 6” asphalt patch. All Curb ramps shall be field designed by the Field Engineer from the Public Works Department in coordination with the Contractor. Curb ramps shall comply with all A.D.A. provisions as found in the most current version of the Public Rights-of-Way Accessibility Guidelines with supplements. All work associated with this item shall be paid for under the “Install ADA Compliant Directional Curb Ramps w/ Tactile Bands” bid item.
The base of the curb ramp area only shall include a Tactile Band. The Tactile Band shall be cast iron castings containing truncated domes. Castings shall meet the requirements of Americans with Disabilities Act Accessibility Guidelines (ADAAG) for Accessible Public Rights-of-Way. Castings shall be cast-in-place truncated dome tactile system, Neenah R-4984, East Jordan Iron Works 7005, or approved equal at the sizes shown on the plans. Radial castings shall be East Jordan Iron Works 7006-20 (20’ radius), 7006-25 (25’ radius), 7006-30 (30’ radius) or approved equal, placed as shown on the plans.
Contractor acknowledges that the City will retain up to 10% of each periodical estimate as set forth in paragraph PAYMENTS (c) above. By bidding upon and entering into this Contract, the Contractor knowingly and voluntarily waives any and all right or entitlement it may have for a lesser percentage to be retained from payments pursuant to Section 24-91-103(1)(a) of the Colorado Revised Statutes.
This bid item shall include all costs necessary to complete the asphalt paving work in accordance with the project plans and specifications. It shall include preparation of paving area, furnishing and placing the asphalt paving material and any items incidental to the proper completion of the work.
Asphalt paving material shall be Grading SX conforming to the applicable Colorado Department of Transportation (CDOT), Standard Specifications for Road and Bridge Construction, most current Edition, Section 702 and Section 703. The City will allow up to a maximum of Thirty (30) percent of Reclaimed Asphalt Pavement (RAP) in the asphalt mix design. Asphalt cement binder shall be PG 64-22. The Contractor shall submit a Job Mix Formula JMF) for the HMA asphalt to be used on this project.
All work performed incorrectly or of incorrect materials shall be replaced before final payment. Final payment will be withheld until such corrections have been accomplished.
If unsuitable material is encountered and the Project Manager determines that it requires replacement, this work shall be included under this bid item. Payment shall include all work to remove unsuitable subgrade to the limits established in the field by the Project Manager and replacement with Class 6 material and a layer of geotextile fabric (Mirafi 140N or approved equal). Payment for this item shall be based upon actual weight by the ton, or fraction thereof, of Class 6 material evidenced from actual weight tickets.
Contractor shall submit and comply with, an Erosion and Sediment Control Plan. This plan is considered incidental to the construction and shall not be paid for separately. Contractor shall take this into consideration in preparing their bid.
To comply with current state and federal permit regulations the City must meet minimum requirements for all construction sites less than one (1) acre to provide necessary Best Management Practices (BMPs) and prevent illicit discharges from the site. The minimum requirements which the Contractor must provide and comply with are as follows:
It shall be the Contractor’s responsibility to investigate and assess the requirements for all necessary environmental, drainage, and construction permits. The total cost of all permits or fees which may be required shall be included in the bid proposal. No additional payment shall be allowed for any permits or fees required to complete the project. Contractor shall comply with all conditions of the permits. City and/or other agency fines are the sole responsibility of the Contractor.
Following is a list of potential permits required for the project. Contractor shall be responsible for verifying this list and adding/obtaining any additional permits needed for the project.
If the work should be stopped under an order of any court, or other public authority, for a period of three (3) months, through no act or fault of the Contractor or of anyone employed by them, or if the Engineer should fail without cause to issue any estimate within thirty (30) days after it is due, then the Contractor may, upon ten (10) days written notice to the City of Pueblo, stop work or terminate the Contract and recover from the City payment for all work executed plus any loss sustained upon any plant or material plus reasonable profit and damages.
The Submittal Register included as Attachment F lists the major items the awarded Contractor will be required to submit for this project. Contractor shall use the provided Submittal Register for every submittal. All submittals shall be made electronically and sent directly to the Project Manager for review. All MSDS sheets must be submitted prior to bringing materials on site.
Contractor shall also submit any other material items not listed but which will be used in the construction of this project.
Builder's Risk Insurance will be required for any buildings or structures on this project. The insurance shall include both existing buildings/structures and new construction. Contractor shall submit to the City proof of Builder's Risk Insurance in accordance with this value and GENERAL PROVISIONS, Section 5.27. INDEMNITY AND INSURANCE: CONTRACTOR’S INSURANCE (d). The Builder’s Risk Policy shall provide a separate limit for the stated value of the existing building and the bid amount. The Grand Total Bid submitted must include the Contractor’s cost to provide Builder’s Risk Insurance as required.
The current value of TBD located at TBD, Pueblo, CO TBD, is $TBD. The TBD was built in TBD and is of TBD construction.
Cold mill planing (roto milling) of the asphalt mat shall consist of removing asphalt from each lane as directed by the Project Manager. Cold planing quantities are estimated and will be paid by actual field measurements. Millings will become the property of the contractor and will be responsible for removal.
It is the responsibility of the Contractor to locate all manholes, valves, monument boxes, or other metallic features whether exposed or hidden from view. No claims for damage will be allowed for failure of the Contractor to locate objects. Traffic signal control loops require special attention. It is the Contractor’s responsibility to coordinate the field locating of all traffic signal loops with the Traffic Division of the Transportation Department.
The Contractor shall furnish to the Project Manager prior to paving, a mix design formula from a certified AASHTO testing laboratory, for the hot mix bituminous pavement to be used. The Grading SX mix designs shall conform to the applicable Colorado Department of Transportation (CDOT), Standard Specifications for Road and Bridge Construction, 2022 Edition, Section 702 and Section 703, unless otherwise noted in these Special Provisions. The City will allow up to a maximum of Thirty (30) percent of Reclaimed Asphalt Pavement (RAP) in the asphalt mix design. All aggregate (RAP & Virgin) shall conform to the gradation standards of CDOT’s Standard Specifications for Road and Bridge Construction, 2022 Edition, Section 703.04, unless otherwise noted in these Special Provisions. (Note an approved quality control plan for RAP is required prior to mix design approval). The Contractor shall submit a Job Mix Formula (JMF) for all types of HMA asphalt to be used on this project. After the JMF has been established, all mixtures furnished for respective projects shall conform thereto within the range tolerances of CDOT’s Standard Specifications for Road and Bridge Construction, 2022 Edition, Section 401.
The City will have an independent laboratory take random tests to verify that the asphalt conforms to the JMF as supplied by the Contractor. These random tests will be paid at the City’s expense. Split samples will be available to the Contractor for analysis at a laboratory of his choice at his expense. Asphalt that has been determined not to comply with the JMF shall be removed, disposed of, and new asphalt laid at the total expense of the Contractor.
The Contractor shall provide the City with documentation of all results of asphalt tests to be taken twice daily. No two daily tests shall be performed within 500 tons of another required test unless retesting for a failed (out of spec) test. Any asphalt test that does not comply with the mix design (+/-) tolerances will require an immediate retest. All expenses for daily tests, any required retests, and documentation provided to the City shall be the sole responsibility of the Contractor.
This project is anticipated to be of short duration; therefore, a price adjustment for asphalt cement used on this project will NOT be allowed.
The Contractor may elect to temporarily remove manhole rings and lids prior to roto milling in order to accomplish his work, if temporarily removed they shall be covered with a steel plate to bridge opening and allow for traffic to drive on the patch where the manhole was located. The Contractor shall patch with asphalt the area where the manhole was lowered and shall be responsible for location and referencing of each manhole.
Raising of manholes rings and covers shall be done to conform to the Standard Details and all applicable provisions of Article 11 shall be followed. The asphalt patch shall be constructed with two (2) four-inch (4”) lifts. Patching around manholes shall be HMA Grading SX per Section 2.26 - Asphalt Mix Design as submitted in the JMF. Proper compaction equipment (i.e. pneumatic tamper) shall be used so that uniform compaction is obtained throughout the patched area. Manhole ring adjustment procedures are detailed in “Adjustment Details” Sheet – SD12 of the Standard Construction Specifications and Standard Details for the City of Pueblo, Colorado adopted April 11, 2022, and as most recently amended.
The Contractor shall be responsible for locating and referencing all manholes throughout the project. No locations shall be marked on the curbs with paint. The use of rubber I.D. locators or equivalent shall be included under bid item “Adjust Manholes to Grade”.
After the asphalt resurfacing has been applied, all manhole rings and covers for sewer and access vaults shall be raised to be flush with the surrounding pavement as detailed on standard details sheet SD-12. All manholes having rings and covers less than or equal to one quarter inch (1/4”) below the surrounding pavement need not be raised but shall be cleaned of any residual asphalt.
Medium and light duty manhole lids and rings shall be replaced with heavy weight lids and rings supplied by the City. Sanitary Sewer and Storm Sewer Lids and rings will be available at the City Streets Division Compound, 310 E. “D” St., Pueblo, Colorado.
Coordination for breaking loose the water valve slip boxes by the Board of Water Works personnel is the responsibility of the Contractor. Valve boxes shall be raised flush immediately behind the paving machine. Due to the potential liability of not having access to the water valves to isolate a water main break a monetary penalty of Fifty Dollars ($50) per valve box will be assessed for each valve box not raised before breakdown rolling. All water valves shall be level with the surrounding pavement when the roller passes over the box, break down rolling and final responsibility of the contractor as specified in Article 11.3.19 of the Standard Construction Specifications and Standard Details for the City of Pueblo, Colorado, adopted April 11, 2022, and as most recently amended.
If asphalt cut back is needed for the adjustment, the Water Valve shall be cut and patched as shown in the standard detail “Adjustment Details” Sheet – SD12 of the Standard Specifications and Standard Details for the City of Pueblo, Colorado, adopted April 11, 2022, and as most recently amended. Water valves may be located within the area to be roto milled or Full Depth Reclamation.
The contractor shall raise all top flange type monument boxes flush with the surrounding pavement as outlined in the Standard Details for the City of Pueblo, Colorado (most current revision). Monument boxes may be located within the area to be roto milled. All monument boxes which are not top flange type shall be removed and replaced with new monument boxes provided by the City. The City shall tie-down all monument locations once they have been exposed by the Contractor.
It shall be the responsibility of the Contractor to replace all lane markings if removed/covered during construction. Any lane markings removed/covered shall be replaced with temporary pavement markings, until the permanent markings can be replaced, prior to opening any street to traffic. Temporary striping shall be at the Contractors expense.
After sweeping, the pavement surface will be inspected by the Project Manager. If satisfactory, the existing pavement shall receive a tack coat of emulsified asphalt. The material shall be uniformly applied with a pressure distributor. The rate of application shall be 0.1 gallon per square yard (minimum) and the maximum so as not to cause bleeding or slippage.
The tack coat shall be applied in such a manner as to offer the least inconvenience to traffic and to permit one-way traffic without pick-up or tracking of the bituminous material. Tack coat shall not be applied after sunset, in cold weather below 60 degrees Fahrenheit, or on a wet pavement. The surface shall be allowed to cure to permit drying and setting of the tack coat prior to the paving operation. When traffic is maintained, not more than ½ of the width of the section shall be treated in one application. Sufficient width shall be left to adequately handle traffic. Bituminous material shall not be placed on any surface where traffic will travel on the freshly applied material. Spills and runs of tack oil must be kept to a minimum. If spills do occur, the Contractor is responsible for cleanup, returning the affected area to acceptable condition as determined by the Project Manager. Care should be taken not to get tack coat on curb and gutter, sidewalks, mailboxes, or driveways.
Tack Coat shall be applied as per Standard Construction Specifications and Details for City of Pueblo, Colorado, adopted April 11, 2022, and as most recently amended, Article 11 Section 11.3.09, and will not be measured and paid for separately but shall be included in the construct overlay bid item. No overlay material shall be placed without the surface first having been tacked 100%.
Removing weeds from cracks and sweeping any debris created by their removal shall be the responsibility of the Contractor prior to applying the tack oil for overlay.
The Overlay shall be hand raked and feathered from one half inch (½”) thick at the edge of concrete lip to one inch (1”) thick at a point eighteen inches (18”) from the lip line at driveways, handicap ramps, and concrete pans or as directed by the Project Manager.
Raking at the joints must be kept to a minimum. Minimum raking shall be performed so that no distortion or dissimilar surface texture shall be evident at the joint between passes by the paving machine. Transverse joints shall be constructed as specified in Article 11.3.13 of the Standard Construction Specifications and Standard Details for the City of Pueblo, Colorado, adopted April 11, 2022, and as most recently amended.
The Contractor shall submit a detailed and complete schedule at the pre-construction conference showing the route and order of asphalt removal, asphalt patching, overlay and raising of manholes. No work activity will be allowed on any streets adjacent to schools while school is in session.
The Contractor shall provide a computer-generated daily report to the City representative monitoring/inspecting the project. The report shall document the weight ticket control number, the date, customer number, job number, the description of material hauled, and the net weight of load in tons. The daily report is due by noon following previous day’s work. A copy of each daily report shall be attached to each request for payment for that payment period. All payment requests shall be submitted using the Partial Payment format supplied by the City. Daily reports must differentiate between asphalt used for different types of work. Example, asphalt for overlay, asphalt for leveling, cross-pans must be documented as asphalt for cross-pans, etc. Each special use must be separated and not intermingled on the daily report.
Weight tickets for each load shall be computer generated and have a control number, customer number, truck number, job number, description of material hauled, net tare weight of the load, and destination of the load. The ticket shall clearly document the purpose of the load, (example: overlay or patching). The Contractor will provide a summary of weight tickets with each pay request, and the City reserves the right to request actual weight tickets for payment verification.
The contractor shall prepare and hand deliver a door hanger of advisement for each business, residence or apartment unit that fronts on the street to be paved. The contractor shall be responsible for all printing costs. This notification shall be delivered and attached to the front doorknob of the inner door in conjunction with the placement of “NO PARKING” signs in the block such that a minimum 24-hours of advanced warning is given to the residents. Payment for all labor and materials for this item shall be included in the Traffic Control bid item. Separate door hangers shall be used to inform the property owners of additional road closures for each occurrence.
The contractor shall be responsible for coordinating with the Engineer to ensure that all blocks within the work zone are free of parked vehicles. In the event a vehicle is parked on the block that is scheduled to receive overlay that day or that otherwise may interfere with the contractor’s operations, and the owner was properly notified 24-hours in advance, the contractor shall notify the Engineer and receive authorization to have the vehicle towed to the nearest convenient side street location. Towing costs for any vehicle towed without authorization of the Engineer will not be paid for by the City. Immediately after any vehicle is towed, the contractor shall provide written notification to the owner and a copy of the notification to the Engineer, to advise that the vehicle was towed, the reason it was towed, and address where vehicle was taken. The contractor shall provide the name and phone number of the towing company he intends to use at the Pre-construction conference.
All authorized work for this item will be paid for under the Vehicle Towing bid item.
The contractor shall provide a unit price for removal of unstable base materials, replace with Class 6 ABC, and compaction of the ABC. This bid item will only be used in the event that unsuitable soils are encountered.
The Contractor will be required to place 1’ of flow-fill in all trenches located in the road of the City of Pueblo's Right-of-Way and 2' in the road of Colorado Department of Transportation's Right-of-Way. Payment for this item shall be based upon cubic yards of flow-fill placed from center of manhole to center of manhole or end of length in street in the Colorado Department of Transportation’s (CDOT) Right-of-Way. Delivery tickets must be submitted with invoice for payment of flow-fill.
Flow-fill placed in CDOT’s Right-of-Way shall conform to Section 206 of CDOT’s Standard Specification Provision.
Asphalt paving MUST commence no later than 3 working days after TV inspection acceptance. Paving is to be carried out continuously until completed. This is to prevent extra moisture from being introduced into the properly compacted materials that could be detrimental to the future quality of the trench. The Contractor shall be responsible for the maintenance of any partially constructed street at all times. In the event that the Contractor is unable to construct the bituminous plant mix pavement during inclement weather, Contractor shall maintain said partially constructed streets to the satisfaction of the Engineer in accordance with Article 14 – Excavation Within Public Right of Way, Section 14.3.10, Hot Bituminous Pavement or Concrete Unavailable or Inclement Weather on Completion of Backfill and Section 14.3.11, Replacement of Temporary Asphalt Surface.
The “reinstate services” pay item shall include locating and reconnecting all lateral service lines to the sanitary sewer main. When reinstating a service via an open trench, the Contractor shall use a a hard tie polyvinyl chloride (PVC) fitting when reinstating an existing PVC service. All other services shall be reinstated using a Fernco Strong Back RC Series Repair Coupling or an approved equal shielded coupler to connect the existing to the new service pipe.
The sanitary sewer service line locations shown on the plans are based on City records and television and may not include all service lines. The Contractor shall be responsible for all costs incurred for a service line tap not properly located, to include but not limited to excavation and restoration of the missed service.
Payment for this item shall be paid by the lump sum for each tap which is located and reinstated as found and accepted in the field.
The “bypass pumping” pay item shall include all costs incurred with ensuring the raw sewage from the upstream line is redirected past the line which is to be rehabilitated, which includes but is not limited to, removing and replacing the cone section of the manhole, backfill, flowfill, asphalt, etc.
The Contractor shall submit a plan for handling existing sewage flows while rehabilitating the pipe at the pre-construction meeting for approval by the City. The bypass plan must be designed in accordance with the approved traffic control plans. Precautions must be taken to ensure that sewage flow control operations do not cause damage to property being served by the sewers involved. At no time shall raw wastewater run freely through any open ditch where point repairs are to be made. The only exception is during a service line reconnection. There must be a hard tie from the rehabilitated pipe to the existing pipe during non-working hours.
The Contractor shall be responsible to obtain existing flows in all mains that will be affected by bypass to determine a bypass plan.
If the City must provide personnel and equipment to minimize damages, in the event of any failure of the Contractor’s sewage flow control operations, the Contractor shall be liable for all costs incurred by the City. The Contractor will be charged on a time and materials basis for this work, which will be deducted from the amount of the Contractor’s final payment.
Payment for this item shall be paid by the lump sum for the entire project.
The surface to be epoxy coated shall be cleaned and abraded to ensure a clean and rough surface with sufficient profile to provide a good bond between the epoxy coating and the substrate per SSPC-SP 13/NACE 6 – Surface Preparation of Concrete. This shall be performed with mechanical cleaning such as sandblasting or water blasting with equipment capable of at least 5,000 psig or an alternate means and methods approved by the Engineer. To prevent debris from entering into the Collection System, screening must be set in downstream invert prior to cleaning. All material removed from concrete surfaces will be removed from the manhole and hauled to the City of Pueblo Wastewater Treatment Plant at 1300 South Queens Avenue for disposal. The Contractor shall coordinate with the Engineer to perform pre and post-cleaning inspections of the rehabilitated manholes. The Contractor shall not continue the manhole rehabilitation process until the Engineer has performed the post-cleaning inspection and has given authorization to continue with patching or epoxy coating.
It is the Contractor’s responsibility to determine the means and methods of surface preparation for the epoxy coating to meet the specifications called out in the Epoxy Coating Section in the Special Provisions. The manufacturer’s technical representative shall be on site during surface preparation and the application of epoxy coating to the extent necessary to assure compliance with the specification called out in the Epoxy Coating Section in the Special Provisions including all applicable warranties. All means and methods shall be approved by the Engineer prior to commencing work. Any and all costs associated with preparing the surface for epoxy shall be included in the line item for epoxy coating.
If any material is found in the Collection System refer to Sanitary Sewer Cleaning Section in the Special Provisions.
Cleaning with equipment that produce pressures of at least 5,000 psig, any other form of surface preparation and the removal of debris shall be incidental to the cost to epoxy existing manholes. A primer or surface conditioner shall be applied if recommend by the coating manufacture following surface preparation and before epoxy coating application process.
Any additional cleaning required beyond methods that are capable of pressures of 5,000 psig may be paid under the “Additional Manhole Cleaning” line item. The Contractor is responsible to inspect the manhole prior to bidding to determine the severity of deterioration. The Engineer must provide written authorization before additional manhole cleaning begins. Any additional cleaning performed that is not approved by the Engineer, will not be paid for by the City.
The Contractor shall make a video of the manhole from rim to invert, including the bench before placing epoxy coating. The condition of the invert must be clearly recorded. Videos must be submitted prior to any epoxy coating being performed.
All surfaces that show exposed structural steel, spalling greater than 3/4” deep, cracks greater than 3/8” wide or infiltration of groundwater shall be patched using calcium aluminate. The Engineer will determine what manholes require patching after cleaning. Remove any sharp edges or rough sections that would snag hose or power lines. The surface shall be smooth and free of any deformities. Any and all costs associated with preparing the surface for calcium aluminate patching shall be included in the line item for calcium aluminate coating.
Calcium aluminate patching shall conform to the following performance testing:
Testing will be performed on an as needed basis at the discretion of the Engineer.
If manhole patching exceeds 3/4” thick, additional patching may be paid under the “Additional Calcium Aluminate Coating” line item. The Contractor is responsible to inspect the manhole prior to bidding to determine the severity of deterioration. The Engineer must provide written authorization before additional manhole patching begins. Any additional patching performed that is not approved by the Engineer, will not be paid for by the City.
Payment for this item shall be by the vertical foot calcium aluminate coating which is placed, tested and accepted as measured in the field. Measurement shall be from the invert of the manhole to the top rim of the manhole.
All surfaces that show exposed structural steel, spalling greater than 3/4” deep, cracks greater than 3/8” wide or infiltration of groundwater shall be patched using calcium aluminate. The Engineer will determine what manholes require patching after cleaning. Remove any sharp edges or rough sections that would snag hose or power lines. The surface shall be smooth and free of any deformities. Any and all costs associated with preparing the surface for calcium aluminate patching shall be included in the line item for calcium aluminate coating.
Calcium aluminate patching shall conform to the following performance testing:
Testing will be performed on an as needed basis at the discretion of the Engineer.
If manhole patching exceeds 3/4” thick, additional patching may be paid under the “Additional Calcium Aluminate Coating” line item. The Contractor is responsible to inspect the manhole prior to bidding to determine the severity of deterioration. The Engineer must provide written authorization before additional manhole patching begins. Any additional patching performed that is not approved by the Engineer, will not be paid for by the City.
Payment for this item shall be by the vertical foot calcium aluminate coating which is placed, tested and accepted as measured in the field. Measurement shall be from the invert of the manhole to the top rim of the manhole.
The interior surface of the manholes will be coated with 100% solid, self-priming, ultra-high build epoxy applied to a minimum thickness of 125 mils with an airless spray gun applicator. To insure a 125 mils thickness, a wet film thickness gage shall be used to verify thickness during the application process. A micro-gauge may be used after application to ensure no shrinkage has occurred after the curing process. The contractor may have an ultrasound on hand to show thickness is being met. Apply epoxy coating in accordance with manufacturer’s instructions. The epoxy coating shall completely cover all manhole walls and bases including inverts to ensure a seal from outside water sources. The finished surface on all components of the manhole will be smooth and free of sags, ridges, skips, voids, and pinholes. Epoxy coating shall conform to the following performance testing.
A manhole coating form must be submitted for each manhole. The form must be submitted at the Pre-Construction Conference for approval. The Contractor may elect to use a form provided by the City of Pueblo. All surface preparation and coating application processes shall be documented on a submitted and approved Coating Inspection Report by the contractor. This report shall be submitted to the engineer on a weekly basis or as directed by the owner for review of application process. The coating inspection report shall document all inspection activities performed including but not limited to, project identification, atmospheric conditions at time of surface prep and coating application, coating material, coating batch numbers, coating temperature requirements, pump pressures, etc.
After the epoxy coating has set it shall be inspected and tested per NACE SP0188 and ASTM D4787 specifications.
Holiday Testing:
Every manhole shall be tested using a high voltage holiday detection equipment (spark tester). An induced holiday shall be made into the coated concrete surface and shall serve to determine the minimum/maximum voltage to be used to test the coating for holidays at that particular area. The spark tester shall be initially set per manufacturer’s specification but may be increased per ASTM D4787 specification to the number of mils being applied, if it is insufficient to detect the induced holiday. All detected holiday shall be marked and repaired per the manufacture’s recommendations.
The Contractor shall submit test results to the Engineer no later than 1 week after testing the epoxy coating. Approved test results shall be submitted in a memo, drafted by the Contractor to include test results, date tested, location of test and shall be signed by the inspector.
A failed manhole will have 2 or more sparks in a single vertical foot. Any pinholes, thin areas, or any other imperfections identified by the holiday test will require a repair per manufacturer’s specifications.
Adhesion Testing:
The Contractor shall conduct adhesion testing in accordance with ASTM D4541 and D7234. Three-20mm dollies will be placed on bottom, middle and top of manhole. Prepare dollies with a 3,500-psi strength 24 -hour adhesive and score around the dolly for the testing process. If results fail to meet results in the table found in Section 2.39, the test will be considered failed. If two out of three tests fail, additional tests will be performed. Testing will include 25% of the manholes in the Project picked at random. During the testing, if more than 50% of manholes fail of those initially tested, ALL manholes in the Project will be subject to testing. If subsequent tests fail all manholes could be considered unacceptable and will be subject to removal and reapplication of epoxy. The Contractor shall repair all test sites after adhesion tests have been performed. No additional cost to the project will be paid to performall adhesion tests and epoxy coating patch due to testing.
The Contractor shall rebuild manhole troughs and bases wherever noted in the plans with a cementitious material that can be epoxy coated. Rehab shall include manhole bases and inverts. The manhole inverts shall have a smooth transition to ensure an unobstructed flow. The contractor shall remove any sharp edges or rough sections that tend to obstruct flow. The surface shall be smooth and free of any deformities. The contractor shall repair inverts and benches with visible damage and where inflow and infiltration are present and form a watertight seal with manhole walls, base and pipe. Fast-Setting cementitious material shall conform to the following performance testing:
Testing of this area will be performed on an as needed basis at the discretion of the Engineer and Inspector. The Contractor is responsible to inspect the manhole prior to bidding to determine the severity of deterioration. Any additional patching of rehabilitated areas must have written authorization by the Engineer before any such work begins. Any approved patch work will be paid as a change order and numbers used during original bid process will be used for payment.
Payment for this item shall be paid per each for each manhole bench and trough which is located and repaired as found and accepted in the field under the “Rebuild Manhole Bench and Trough with Fast-Setting Cementitious Material” line item.
Unless otherwise specified on the plans, or approved by the Engineer, manholes shall be constructed of precast concrete barrels and cones with cast in place concrete bases. Bases may be precast if placed on six inches (6") of compacted gravel bedding extending a minimum of twelve inches (12”) around the base or the width of the excavation-whichever is greater. In the event severe groundwater conditions are encountered, the thickness of the gravel bedding below the manhole base shall be increased to twelve inches (12”). Alternate construction methods may be required as approved by the Engineer on a case-by-case basis. The concrete channel and bench within precast bases shall be poured on site after the sewer pipe is set to grade. Where possible, manhole channel shall be sewer pipe with the upper portion removed. Precast concrete barrels and cones shall conform to ASTM C478 Standard Specifications except that the wall thickness may be either wall A or wall B as described in ASTM C76 Standard Specifications. Provide eccentric cones for all manholes greater than six feet (6') deep, and flat lids for manholes six feet (6') deep or less as shown on the drawings. Manholes shall conform to the Standard Details shown on the plans. Concrete used in the construction of all sanitary sewer structures shall conform to those portions of ARTICLE 4 CONCRETE, which are applicable.
All joints in the manhole barrel, cone, grade adjustment rings, and flat top sections shall be sealed with a preformed flexible plastic sealing compound conforming to Federal Specification SS S 00210 (GSA FS6). All joint surfaces shall be cleaned prior to applying the sealant. The outside of the manhole joints shall be wrapped with a butyl adhesive tape sealant that conforms to Federal Specification SS-S-00210 (GSA-FS6). The eccentric cone section shall be situated so that the slope of the cone section is pointing toward the downstream direction.
All pipe penetrations in cast in place concrete bases shall utilize two strips of the above mentioned preformed flexible plastic sealing compound, placed around the pipe, as a water stop. All pipe penetrations in precast concrete bases shall be provided with a resilient rubber connector in conformance with ASTM C923. When connection to an existing manhole is allowed a water stop and non-shrink grout shall be used at all pipe penetrations.
The interior surface of the manholes will be coated with Raven Lining Systems, Raven® 405, 100% solid, self-priming, ultra-high build epoxy applied to a minimum thickness of 125 mils with an airless spray gun applicator. To insure a 125 mils thickness, a wet film thickness gage shall be used to verify thickness during the application process. A micro-gauge may be used after application to ensure no shrinkage has occurred after the curing process. The contractor may have an ultrasound on hand to show thickness is being met. Apply epoxy coating in accordance with manufacturer’s instructions. The epoxy coating shall completely cover all manhole walls and bases to the low flow of the pipe to ensure a seal from outside water sources. The Contractor shall sawcut a line, “key”, between the metal frame and concrete of the manhole wall. The finished surface on all components of the manhole will be smooth and free of sags, ridges, skips, voids, and pinholes. Epoxy coating shall conform to the following performance testing.
A manhole coating form must be submitted for each manhole. The form must be submitted at the Pre-Construction Conference for approval. The Contractor may elect to use a form provided by the City of Pueblo.
All surface preparation and coating application processes shall be documented on a submitted and approved Coating Inspection Report by the contractor. This report shall be submitted to the engineer within one week of completion of testing or as directed by the owner for review of application process. The coating inspection report shall document all inspection activities performed including but not limited to, project identification, atmospheric conditions at time of surface preparation and coating application, coating material, coating batch numbers, coating temperature requirements, pump pressures, etc.
Payment for this item shall be by the vertical foot epoxy coating which is placed, tested, and accepted as measured in the field. Measurement shall be from the invert of the manhole to the top rim of the manhole. Payment will only made after manhole forms have been submitted and approved.
After the epoxy coating has cured, it shall be inspected and tested per NACE SP0188 and ASTM D4787 specifications.
Holiday Testing:
Every manhole shall be tested using a high voltage holiday detection equipment (spark tester). An induced holiday shall be made into the coated concrete surface and shall serve to determine the minimum/maximum voltage to be used to test the coating for holidays at that particular area. The spark tester shall be initially set per manufacturer’s specification but may be increased per ASTM D4787 specification to the number of mils being applied, if it is insufficient to detect the induced holiday. All detected holiday shall be marked and repaired per the manufacturer’s recommendations.
The Contractor shall submit test results to the Engineer no later than 1 week after testing the epoxy coating. Approved test results shall include test results, date tested, location of test and shall be signed by the inspector. No payment shall be made for any manhole prior to manhole forms being submitted.
A failed manhole will have 2 or more sparks in a single vertical foot. Any pinholes, thin areas, or any other imperfections identified by the holiday test will require a repair per manufacturer’s specifications.
Adhesion Testing:
The Contractor shall conduct adhesion testing in accordance with ASTM D4541 and D7234. Three-20mm dollies will be placed on bottom, middle and top of manhole. Prepare dollies with a 3,500-psi strength 24 -hour adhesive and score around the dolly for the testing process. If results fail to meet results in the table found in Epoxy Coating Table, the test will be considered failed. If two out of three tests fail, additional tests will be performed. Testing will include 25% of the manholes in the Project picked at random. During the testing, if more than 50% of manholes fail of those initially tested, ALL manholes in the Project will be subject to testing or as directed by the Engineer. If subsequent tests fail all manholes could be considered unacceptable and will be subject to removal and reapplication of epoxy. The Contractor shall repair all test sites after adhesion tests have been performed. No additional cost to the project will be paid to perform all adhesion tests and epoxy coating patch due to testing. A Type V automatic self-aligning adhesion tester shall be used per ASTM 4541 specifications.
All existing manhole steps shall be removed and properly disposed of prior to epoxy coating by the Contractor, at no additional cost to the city. New manholes will not have steps installed.
The Contractor shall remove and replace the manholes which are called out on the plans. The Remove and Replace Manhole item shall include all costs associated with removing existing manhole and replacing proposed manhole. This shall include ring and cover casting, adjustment sections, precast sections, 5’ section of PVC pipe replaced on each invert, backfilling, flowfill, shoring, bedding, joint materials and all items incidental to complete the manhole install in accordance with the City of Pueblo Standard Construction Specifications and Standard Details adopted January 12, 2026, and as most recently amended.
The “bypass pumping” pay item shall include all costs incurred with ensuring the raw sewage from the upstream line is redirected past the line which is to be rehabilitated, which includes but is not limited to, removing and replacing the cone section of the manhole, backfill, flowfill, asphalt, etc.
The Contractor shall submit a plan for handling existing sewage flows while rehabilitating the pipe at the pre-construction meeting for approval by the City. The bypass plan must be designed in accordance with the approved traffic control plans. Precautions must be taken to ensure that sewage flow control operations do not cause damage to property being served by the sewers involved. At no time shall raw wastewater run freely through any open ditch where point repairs are to be made. The only exception is during a service line reconnection. There must be a hard tie from the rehabilitated pipe to the existing pipe during non-working hours.
The Contractor shall be responsible to obtain existing flows in all mains that will be affected by bypass to determine a bypass plan.
If the City must provide personnel and equipment to minimize damages, in the event of any failure of the Contractor’s sewage flow control operations, the Contractor shall be liable for all costs incurred by the City. The Contractor will be charged on a time and materials basis for this work, which will be deducted from the amount of the Contractor’s final payment.
Payment for this item shall be paid by the lump sum for each site in the project.
The Contractor will be required to place 2’ of flow-fill in all trenches located in the road of the City of Pueblo's Right-of-Way in accordance with the City of Pueblo Standard Construction Specifications and Standard Details adopted November 11, 2024, or the most recently amended and in the road of Colorado Department of Transportation's Right-of-Way. Payment for this item shall be based upon cubic yards of flow-fill placed from center of manhole to center of manhole or end of length in street in the Colorado Department of Transportation’s (CDOT) Right-of-Way. Delivery tickets must be submitted with invoice for payment of flow-fill.
Flow-fill placed in CDOT’s Right-of-Way shall conform to Section 206 of CDOT’s Standard Specification Provision.
Asphalt paving MUST commence no later than 3 working days after TV inspection acceptance. Paving is to be carried out continuously until completed. This is to prevent extra moisture from being introduced into the properly compacted materials that could be detrimental to the future quality of the trench. The Contractor shall be responsible for the maintenance of any partially constructed street at all times. In the event that the Contractor is unable to construct the bituminous plant mix pavement during inclement weather, Contractor shall maintain said partially constructed streets to the satisfaction of the Engineer in accordance with Article 14 – Excavation Within Public Right of Way, Section 14.3.10, Hot Bituminous Pavement or Concrete Unavailable or Inclement Weather on Completion of Backfill and Section 14.3.11, Replacement of Temporary Asphalt Surface.
Contractor shall salvage rings and covers removed from existing manholes. Rings and covers shall become the property of the City.
Asphalt patches will be subject to Pavement Impact Fees regardless of the age of the pavement. This Pavement Impact Fee must be figured into the lineal foot (LF) cost of the asphalt patch. Cost of such fees can be found in the City of Pueblo Ordinance 12-6-4.1.
The Contractor shall be liable for keeping sewers and manholes clean of bedding, backfill material, asphalt, etc., during construction. If cleaning of the sewer lines and manholes are needed, the Contractor shall clean them at his own expense. If cleaning is done by City forces there will be a charge of $550.00 per hour. Cleaning costs incurred will be deducted from the amount of the Contractor’s final payment.
Asphalt patches will be subject to Pavement Impact Fees regardless of the age of the pavement. This Pavement Impact Fee must be figured into the lineal foot (LF) cost of the asphalt patch. Cost of such fees can be found in the City of Pueblo Ordinance 12-6-4.1.
Contractor shall salvage rings and covers removed from existing manholes. Rings and covers shall become the property of the City.
The Contractor shall be liable for keeping sewers and manholes clean of bedding, backfill material, asphalt, etc., during construction. If cleaning of the sewer lines and manholes are needed, the Contractor shall clean them at his own expense. If cleaning is done by City forces there will be a charge of $550.00 per hour. Cleaning costs incurred will be deducted from the amount of the Contractor’s final payment.
Aggregate base to replace the gravel lost during excavation on gravel surfaced streets or alleys and shall be paid for by the number of tons delivered and placed in accordance with the plans and specifications and accepted by the Engineer. Individual weigh tickets for each truckload from state certified scales shall be furnish to the inspector signed by the driver and include the following information:
Material delivered in trucks that exceed the rated GVW will be used but the excess over GVW will not be paid for. Any material delivered to the site without a weight ticket will not be paid for.
In addition to section 12.3.12 Jointing Pipe (c), when joining pipes via a coupler, a Fernco Strongback RC Series repair coupling, or an approved equal shielded coupler shall be used to connect the existing to the new pipe.
The Remove and Replace item shall include all costs associated with removing existing manhole and replacing proposed manhole. This shall include ring and cover casting, adjustment sections, precast sections, 5’section of PVC pipe replaced on each invert, and all items incidental to complete the manhole install in accordance with the City of Pueblo Standard Construction Specifications and Standard Details adopted April 11, 2022, and as most recently amended.
The placement of tracer wire shall include all cost associated with installing the tracer wire. This shall include the tracer wire, grounding wire, at grade access boxes, lugs or connecters, grounding anoids, and tape or plastic ties to attach tracer wire to the main.
The Contractor will be responsible to submit an As Built set of plans indicating the station location of the reinstated services. The As Built plans shall be submitted with the invoice for payment.
The cost to provide the As Built plans shall be incidental to the cost of the project, no additional payments will be made.
To submit a bid bond - Please download the document provided below, complete, and upload.
To submit a certified check, cashier's check, or money order - Please scan and upload a copy of your check or money order. The original check or money order must be delivered to the Purchasing Department in person or via mail by the bid submittal deadline date.
If sending by mail the envelope must be addressed to:
City of Pueblo Purchasing Department
230 S. Mechanic Street
Pueblo, CO 81003
The Bid Number and Name must be listed clearly on the outside of the envelope.
Bidders are responsible for obtaining, reading, and carefully examining the entire Contract Documents package, including any Addenda, prior to submitting a bid. Confirming below will serve as the Bidder’s acknowledgement of understanding and ability to comply with all requirements and conditions of this project and that all mandatory submittals are included in this bid proposal. Confirmation must be made by an agent who is legally authorized to bind the company.
By confirming below Bidder hereby proposes to furnish all labor, materials, tools, equipment, and all utility/transportation services necessary to perform and complete, in an industry acceptable and professional manner, construction in accordance with the plans and specifications as prepared by or for the City of Pueblo, Colorado, for the sums set forth in the pricing schedule.
The Contract shall be awarded to the responsible bidder submitting the lowest and most responsive bid on the basis of the Total Base Bid plus any Bid Alternates selected. Award shall be at the sole discretion of the City.
The sum of the Total Base Bid plus all Bid Alternates shall be the basis for establishing the Bid Bond amount. The sum of the Total Base Bid plus any Bid Alternates selected by the City shall be the basis for establishing the amount of the Payment and Performance Bonds for this Contract.
Quantities shown on the pricing schedule are subject to additions or reductions. The City reserves the right to adjust the required quantities as necessary. Additional quantities shall be furnished by Bidder at the unit price quoted. The time allowed for construction shall be adjusted in direct proportion to the difference of the adjusted quantities to the estimated quantities.
By confirming below Bidder acknowledges that they have examined the quantities shown against the plans and specifications and accepts the said quantities as substantially correct, both as to classification and amount, and as correctly listing the work to be completed. Downloaded plans/drawings must be printed as “Actual Size”; scaling is NOT correct when printed using other options. It is the Bidder’s sole responsibility to ensure plans are printed correctly and to inform third-party printers of this information. The City is not responsible for bidding errors resulting from Bidder’s failure to follow this requirement.
The Bidder, if awarded the Contract, agrees to complete and file the Contract Agreement and Payment and Performance Bonds within ten (10) days of the date of Notice of Award, and further agrees to complete the work within 120 calendar days from Notice to Proceed. Liquidated damages will be assessed in accordance with the GENERAL PROVISIONS.
Bidders shall not add any conditions or qualifying statements to this bid. If such items are added the bid may be declared nonresponsive and rejected.
Bidder shall be subject to all applicable City, County, State, and Federal Taxes in the performance of this Contract.
Enter the Name, Title, and Contact Information, including phone number and email address, of the person providing the Confirmation of Understanding and Offer.
Upload documentation of active SAM.gov registration with no active exclusions.
In accordance with LABOR PROVISIONS , Section 2: Nondiscrimination and Equal Employment Opportunity Requirements, the bidder hereby acknowledges that they have a written affirmative action plan which declares that the Contractor and its Subcontractor(s) do not discriminate on the basis of race, color, religion, creed, national origin, sex or age. Bidder further understands that the written plan must be submitted to the City of Pueblo Purchasing Department (and the applicable federal agency in the case of Federally funded projects) within ten (10) days of the award of contract.
Neither the receipt by the City of this completed form, nor of any Affirmative Action Plan submitted by any bidder, contractor, or subcontractor, shall constitute any determination by the City of the adequacy of any Affirmative Action Plan.
Please confirm your acknowledgment of the above statement:
The bidder hereby acknowledges understanding of the performance of work requirement as set forth in SPECIAL PROVISIONS, Section PERFORMANCE OF WORK and certifies that they are in compliance with this provision or will be upon award.
Please confirm your acknowledgment of the above statement:
Bidder hereby acknowledges understanding of the insurance requirements as set forth in GENERAL PROVISIONS, INDEMNITY AND INSURANCE: CONTRACTOR'S INSURANCE and certifies that they are in compliance with these requirements or will be upon award.
Please confirm your acknowledgment of the above statement:
The bidder hereby acknowledges understanding of the performance of work requirement as set forth in SPECIAL PROVISIONS, Section PERFORMANCE OF WORK and certifies that they are in compliance with this provision or will be upon award.
Please confirm your acknowledgment of the above statement:
The bidder named below hereby acknowledges understanding of the Colorado labor requirement as set forth in GENERAL PROVISIONS, CONTRACTOR'S WORKING CONDITIONS: LABOR, sub-paragraph (b) and certifies that they are in compliance with this provision or will be upon award.
Please confirm your acknowledgment of the above statement:
By submitting a bid for this project, the Contractor certifies and affirms the following (check appropriate options):
By submitting a bid, Contractor certifies that segregated facilities are not, and will not be, maintained or provided for employees at any of Contractor’s establishments, and that employees are not, and will not be, permitted to perform their services at any location, under Contractor’s control, where segregated facilities are maintained.
Contractor agrees that a breach of this certification is a violation of the Equal Opportunity clause of this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, rest rooms and wash rooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise.
Contractor further agrees that identical certifications from proposed subcontractors will be obtained prior to the award of subcontracts exceeding $10,000, which are not exempt from the provisions of the Equal Opportunity clause; that he will retain copies of such certifications; and that he will forward the following notice to such proposed subcontractors:
Notice to Prospective Subcontractors of Requirement for Certifications of Nonsegregated Facilities
A Certification of Nonsegregated Facilities, as required by the May 9, 1967, order (32 F.R. 7439, May 19, 1967) on Elimination of Segregated Facilities by the Secretary of Labor, must be submitted prior to the award of a subcontract exceeding $10,000, which is not exempt from the provisions of the Equal Opportunity clause. The certification may be submitted either for each subcontract or for all subcontracts during a period (i.e., quarterly, semiannually, or annually).
NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001.
Award of $100,00 or more; 2 CFR, Part 200, Appendix II(I)
The undersigned Contractor certifies, to the best of his or her knowledge, that:
This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.
The Contractor acknowledges below certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. Chapter 38, Administrative Remedies for False claims and Statements, apply to this certification and disclosure, if any.
CITY OF PUEBLO SALES OR USE TAX –
The Contractor and any Subcontractors shall pay all applicable City of Pueblo Sales or Use taxes. All General Contractors and Subcontractors are mandated to be licensed with the City of Pueblo Sales Tax Office. Please refer any questions on City Sales or Use Taxes to the City of Pueblo, Department of Finance. Their telephone number is (719) 553-2659.
Please note, there are NO tax-exempt projects within the City of Pueblo.
STATE OF COLORADO SALES OR USE TAX –
The exemption of building materials from State Sales or Use Tax in Colorado Revised Statutes applies only to the State of Colorado Sales or Use Taxes. Please refer any questions on State Taxes to the State of Colorado, Department of Revenue.
PUEBLO COUNTY SALES OR USE TAX –
The State of Colorado collects all sales or use tax for the County of Pueblo; therefore, any exemption allowed by the State applies to the County.
Please confirm you acknowledge the above statements:
By confirming below, Bidder certifies and affirms that all statements below are true and binding. If the City finds verifiable information from another source that conflicts with the response provided, Bidder’s submittal will be rejected.
This firm or any officer or partner of this firm:
Do you confirm that the above statements are true?
A clear and concise explanation must be provided detailing which statement(s) cannot be confirmed as true and why.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the document below, complete, and upload if you are a Section 3 Business.
If not a Section 3 Business, please mark form N/A and upload.
Per Section 4 of Appendix C (FTA); Please upload your Davis Bacon Wage Schedule:
Only applicable for construction contracts in excess of $2,000; include most current Davis Bacon Wages supplement; 2 CFR, Part 200, Appendix II(D)
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Select the appropriate response below.
Should the 30% self-performance of work requirement be included on this project?
Would you like to have bidders respond to an electronic pricing table through OpenGov?
Choose this if:
The Underutilized Disadvantaged Business Enterprise (UDBE) goal is 'UDBE goal Percent.
In general, this project will consist of <insert description here> related to the construction as detailed in the plans and specifications for this project.
Please enter a brief description that will autofill in the above text for the Advertisement for Bids.
Davis-Bacon Minimum Wages General Decision Number
Example: CO20220002 02/25/2022
Please enter the name of the consulting engineer here.
Please enter days for the following provision:
Failure to complete the work by the allotted ________ calendar days shall result in the assessing of liquidated damages according to GENERAL PROVISIONS .
The current value of <Insert Building Name> located at <Insert Building Address>, Pueblo, CO <Insert Zip Code>, is $<Insert Value>. The <Insert Building Name> was built in <Insert Year> and is of <Insert Type of Construction> construction.
The current value of <Insert Building Name> located at <Insert Building Address>, Pueblo, CO <Insert Zip Code>, is $<Insert Value>. The <Insert Building Name> was built in <Insert Year> and is of <Insert Type of Construction> construction.
The current value of <Insert Building Name> located at <Insert Building Address>, Pueblo, CO <Insert Zip Code>, is $<Insert Value>. The <Insert Building Name> was built in <Insert Year> and is of <Insert Type of Construction> construction.
The current value of <Insert Building Name> located at <Insert Building Address>, Pueblo, CO <Insert Zip Code>, is $<Insert Value>. The <Insert Building Name> was built in <Insert Year> and is of <Insert Type of Construction> construction.
The current value of <Insert Building Name> located at <Insert Building Address>, Pueblo, CO <Insert Zip Code>, is $<Insert Value>. The <Insert Building Name> was built in <Insert Year> and is of <Insert Type of Construction> construction.
The current value of <Insert Building Name> located at <Insert Building Address>, Pueblo, CO <Insert Zip Code>, is $<Insert Value>. The <Insert Building Name> was built in <Insert Year> and is of <Insert Type of Construction> construction.
Q (Polymer Concrete): Would the city approve Armorock polymer concrete as an alternative bid option for manholes specified with corrosion protection requirements?
A: The contractor may elect to install new 48" Armorock polymer concrete manholes in lieu of the traditional concrete manholes specified in the City of Pueblo's standard specifications and details.
Q (Lake Ave Traffic Control): Will the city allow Lake Ave to be shut down (and detoured) for manhole R&R/ bypass purposes?
A: The following traffic control configurations will be allowed: • Manhole 464197.0 (On Lake Ave)- Outside southbound lane closure and traffic shift. • Manhole 464295.5 (On Lake Ave)- Outside southbound lane closure and traffic shift. • Manhole 464295.1 (On Lake Ave)- Outside southbound lane closure and traffic shift. • Manhole 464294.5 (On Lake Ave) - Closure of southbound lanes and shift traffic to one lane in each direction ensuring lanes are no less than 10’ wide each direction. • Manholes 464294.2 and 464294.0 (Intersection of Lake Ave and Lakeview Ave) - Intersection closure. The closure will not be allowed to extend longer than 2 weeks and the Contractor will need to coordinate with the hospital at least 1 week in advance. • Manhole 464383.8 (On Lake Ave) - Closure of Lake Ave in both directions and traffic must be detoured to adjacent streets. • Manhole 464383.3 (Intersection of Lake Ave and Baystate Ave) - Intersection closure. • Manhole 464382.7 (On Lake Ave) - Closure of Lake Ave in both directions and traffic must be detoured to adjacent streets. • Manhole 464482.2 (On Lake Ave) - Closure of Lake Ave in both directions and traffic must be detoured to adjacent streets. • Manhole 464481.5 (Intersection of Lake Ave and Corwin Ave) - Intersection closure. • Manhole 464481.1 (Intersection of Lake Ave and Danforth Ave) - Intersection closure. • Manholes 464480.1 and 464480.0 (near Carteret Ave near Northern Ave) - Closure of Carteret in both directions to block access to Northern Ave and traffic must be detoured to adjacent streets.
Q (Groundwater): Do the city anticipate groundwater?
A: The City does not have geotechnical information regarding groundwater. If groundwater is encountered, the City and the Contractor will negotiate a price for dewatering.
Q (Parallel SS Mains): Do the mains to the east or west of Lake Ave have the capacity to accommodate the bypassed flows from Lake Ave?
A: From previous experiences, yes they will accommodate bypassed flows.
Q (Contract Time): It is our opinion that the contract may not be able to be completed in 60 days. Will the city consider extending to 120 days?
A: The City will extend the contract time to 120 days.
Q (Epoxy Coating): Question: Would you consider Quadex Structure Guard an approved epoxy coating per section 3.41? What is Structure Guard? Quadex? Structure Guard? is a 100% solids, high-build epoxy coating that provides both long-term corrosion protection and structural enhancement for critical wastewater infrastructure. This includes manholes, pump stations, treatment plants, and any other facilities that experience high levels of corrosion and abrasion. Whether in municipal or industrial applications, Structure Guard is formulated to withstand the most aggressive and turbulent environments, ensuring that your infrastructure remains reliable and effective.
A: Quadex Structure Guard is not an approved epoxy coating. Only Raven 405 epoxy coating will be allowed to be placed in City of Pueblo manholes.
Q (Armorock Polymer Manholes): Would the city approve Armorock polymer concrete manholes in lieu of the traditional concrete manholes, as well as the epoxy coating?
A: The contractor may elect to install new 48” Armorock polymer concrete manholes in lieu of the traditional concrete manholes specified in the City of Pueblo’s standard specifications and details.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.