Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout108423 VOGEL CONCRETE INC - CONTRACT - BID - 6034 CONCRETE STREET MAINTENANCE PROJECTSPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
Concrete Street Maintenance Project
East Mountain Avenue
BID NO. 6034
PURCHASING DIVISION
215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS
February 26, 2007 — 3:00 P.M. (OUR CLOCK)
a
db
The Contract Documents and Construction Drawings may be examined online at:
1. City of Fort Collins BuySpeed: https://secure2.fcgov.com/bso/login.jsp
2. Mercury-LDO Reprographics: www.mercury-ldo.com
Copies of the Contract Documents, complete with Construction Specifications
and Drawings, may be viewed and purchased at:
1. Mercury LDO Reprograhics:
• FORT COLLINS: 422 S. Link Lane, Ft. Collins, CO 80524
Ph: 970-484-1201, Fax: 970-221-0404
• ENGLEWOOD: 9632 E. Arapahoe, Englewood, CO. 80112
Ph: 303-790-7169, Fax: 303-792-2936
• DENVER: 860 Bryant Street, Denver, CO. 80204
Ph: 303-893-8701, Fax: 303-893-0617
• COLORADO SPRINGS:11 E Las Vegas, Colorado Springs, CO. 80903
Ph: 719-231-8121, Fax: 719-633-5710
• LODO: 1660 Wynkoop Ste. 130, Denver, CO. 80202
Ph: 303-785-2520, Fax: 303-785-2522
• BOULDER: 2575 Pearl St. Unit C., Boulder, CO. 80302
Ph: 303-539-1350, Fax: 303-539-1356
2. Builders Exchange, 223 South Link Lane, Fort Collins, Colorado.
07/2001 Section 00020 Page 2
L1vGLNEEPy nctit� particularl}�the relatior>s}ntprgf
the payment rcquuestedl to the schedule cif value
work completed and materials acid event
delivered at the site Met ndx inconxxated rn the
MAIL
9.3.2.1O! curnpletion
93.2 1t7.1. Bef re IZW1NTER issues a
Certificate of Substantial Completion submit
to CO?N1'RACTOR a list of observed items
r ire,r�uacetion� or cwq,�iltaicm
Conduct Gnat inspection in the
company of the F,NGI?N)EF.R, OL4NP,R and
(CONTRA(71`0k aril nairc a fi al list of
items to be corrected or cumnleted.
9.2,10.3 9hscn=C Vwt All z scat (t
final _list have been corrected ormmpieted_and
make recommenda&s to ENGEQE&R
concemiiia accetvtance.
v 3.3. Limitation of Authority- m'1he Rmriiientnve shall
9 3 3 1 Authorin any dcviatjonsfrom the
C�xtract _Ih�ciimutts dx accd�t unv�sul�sttutd:
materials or equipment,_ unless authorized by the
h?NGI N I:r.`IR.
4 3,12 .....__E xccd limitations oi,.._FNCTIN3 EIR'S
With am= as set forth in the Contract Doetuuentg
93.3 3 Undertake any of the responsibilities
of the CtNTRACTOR. Subcontractor.-, nr
CQNTRACT OI2'S superinten5knt.
9 3 3 4 _. Advise on,. or isauc duectiors relative
uw dr assume control over any aspec9_ of the
means, .methods techniques seilocrees,_, or
procedures,_ far constructton ,carless, .suoh is
specifically called for in the C:oniract Documents
933.5. Advise on or issue directions
regarzhre or assume_ control ,over ,safety
precautions and programs in connections with the
Work.
9.33fi Accept Shop Drrawu+g or sample
submittals from anyone other than the
CONTRACTOR
9-13 7 Authorize CANER to occupy the
14'urG, ti Mole 9E impart,
9.3.3.5, _Participate in specialized, field or
Inboratory tests or insixctioxns conducted by others
kept as_ specifically. authorized by the
ENGINEER
Clarifrcatioas and Interpretations:
9.4. ENGINEER will issue with reasonable promptness
such wTiuer clarifications or unterlretatic ns of the
requirements of the Contract Documents (in the form of
Drawings or otherwise) as rNIGrINTEER may determine
necessary. which shall be consistent with die intent of and
remonahly inferable from the Contract Documents. Such
written clarifications and interpretations will be binding on
OWNER and CONTRACTOR. If OiN1 ER or
CONTRACTOR believes that a written clarification or
interpretation justifies an adjustment in the Contract Price
or the Contract Times and the parties are tenable to agree
to the amount or extent therooL if' any,OWNER or
CONTRACTOR may make a written claim therefor as
provided in Article 11 or Article 12.
Authorized Nutiations in IVark
9.5. ENGINEER may authnri7c minor variations in
the Wuro from the requirements of the Contract
I>ocumems which do not involve an adjustment in the
Contract Price or the Contract Tunes and are compatible
with the design concept of the completed Project as it
functioning whole as indicated by the Contract
Documents. These may be accomplished hvaField Order
and will he binding on OA'NFR and also on
C'ONTRAM'OR who shall perfcam the Work involved
promptly. If OWNER or CONTRACTOR believes that a
Field Order justitcs an adjuswncnt in the Ccintmct Nice or
the Contract Times and the parties are unable to agree as
to the amount or extent thereof, OWNER or
CONTRACTOR mac make a written clam therefor as
provided in Article 11 or t2.
Ryecang Defeetwe Worit
9K ENGINEER will have authority to disapprove or
reject Work which FN,(iT\F,F,R helievec to he defecnve,
or that ENGINEER believes wild not produce a completed
Project that conforms to the Contract Documents or that
will prejudice the inrtgrig of the design concept of the
completed Project its a functioning whole as indicated by
the Contract Documents. ENGLNEER will also have
authority to require special inspection or testing of the
Work as provided in paragraph 13.9, whether or not the
Work is fabricated, insadled or completed.
Shdy) Drawings, Change Orders and Payments,-
9.7. In connection with FivG XRs authority as to
Shop Dmwimms am] Samples, see paragraphs 6.24 through
6.28 inclusive.
9.S In connection with FNGINEERs authority as to
Charge Orders, ace Articles 10. 11. and 12.
fn9. In cormection with ENGINNEERs authority as to
Applications for Payment, see Article 14.
Determinations for Uint Prices
91Q. ENGINlEER will determine the actual quanuties
and classifications of Unit Price Work performed by
CONTRACTOR. ENGINEER will review with
CON'I'RAM'OR the ENG I 'if -,ER's preliminary
determinations on such matters before rendering a written
decision thereon (hy recommendation of an Application
EKW, (9t7.it•3l.MXX) 1Mn0h'31910-5 a940 1,61m)
w.=CITY or FORT coots Mcxin3C•rcriON'�s uuv indoor
for Payment or otherwise), ENIGINMRR"s written decision
therein will be final and binding upon OWINTER and
CONTRACTOR unlm within ten days after the date of
any an& decision, ision, either OWN or CONTRACTOR
delivers to the other and to ENGINEER written notice of
intention to appeal from ENGLNFHR's decision and! (i) an
appeal from ENGINEER's decision is taken within the time
limits and in accordance with the procedures set forth in
Exhibit GC .A, "Dispute Resolution Agreement", entered
into between OWNER aril CONTRACTOR pan -wit to
Article 16. or (hi) if no such Dispute Resolution Agnxmera
has been entered into, a formal proceeding is instituted by
the appealing party in a forum of competent junseliction to
axnrcise such nghis or remedies as the appealing party may
have with respect to liNCINEER's decision unless
otherwise agreed in writing by OWNER and
CONTRACTOR. Such appeal will not be subject to the
procedures of paragraph 9.1 h.
Deefdonns an DiTuter
9.11. F.NGIN:F`.ER will be the initial interpreter of the
requirements of the Contract Documents and judge of the
acceptability of the Work thereunder, Claims, disputes and
other manes relating to the acceptability, of the Work or
the interpretation of the requirements of the Contract
h)ocumems pertaining to the perfirmariec and tarnishing of
the Work and claims under Articles i 1 and 12 in respect of
chahtges in the Contract Price or Contract Times will be
refened initially to ENGINEER in writing with a request
for a formal decision in accordance with thus paragraph
Written notice of each such claim, dispute or other matter
will be delivered by the claimant to ENG1iNTER and the
other party to the Agreement promptly (hurt in no event
later than thirty days) after the start or the occurrence or
event giving rise thereto, and written supporting data will
be submitted to ENGINEkk and the other party within
sixty days after the start of such occurrence or event unless
h lCl[N MR allows an additional period of time fir the
submission of additional or more accurate data in support
of such claim, dispute or other matt". The opposing party
shall submit any response to M�GINEER and the claimant
within thirty days after receipt of the claimant's last
submittal (unless FNGLNTER allows additional time),
ENGINEER will render a formal decision at writing within
thirty days after receipt of the opposing party',, submittal, if
any, in accordance with this paragraph. FSNGINTERs
written decision on such claim. dispute or other matter will
be Etna] and binding upon OWNER aril CONTRACTOR
unless_ (i) an appeal from ENGLNEER's decision is taken
within the time limits and in accordance with the
procedures set forth in LNHIBIT GC -A "Dispute
Resolution Agreement", entered into between OW NTR and
CONTRACTOR puasuam to Article 16. or (ii) if no such
Dispute Resolution Agreementhas been eraered into, a
written notice of intention to appeal from ENUNLER's
written decision is delivered by 01.i:NER or
COIN -TRACTOR to the other and to LNGIINTISt within
thirty days after the date of such decision and a formal
proceeding is instituted by the. appealing party in a forum of
competent jurisdiction to exercise such rights or remedies
as the appealing party may have with respect to such claim,
dispute or other matter in accurdance with applicable Laws
and Regulations within sixty days of the date of such
EXIX70ti+`WAL C,ONDMONS 1910-Stiwa F.diiatf
"'- m• CITY OF FORT COLLM NIOUIFICATIONS (MV 4 ,12mth6)
decision, hitless otherwise agreed in -ATAing by OWNER
and CONTRACTOR-
9 11 ""hen functioning as interpreter and judge under
paragraphs 9.10 and 9.11. ENGINEER will not show
Partiality to OWNER or CON'RACTOR and will not be
liable in connection with any interpretation or decision
rendered in good faith in such capacity. The rendering of
a decision by ENGINTM pursuant to paragraphs 9,10 or
9.11 with respect to any such claim. dispute or other
matter (except any which hav a been waived by the making
or acceptance of fmal payment as provided in
paragraph 14.15) will he a condition precedent to any
exercise by OWNER or CONTRACTOR of such rights W
remedies as either may otherwise have under the contract
I:kcumcnts or by Laws or Regulations in respect of any
such claim, dispute or other matterileas �.
9.13. Limitations on EVGINEER'b Anslimifi and
Respondbififter
9.13.1_ Neither EN(;lNEFsR's authority or
responsibility under this Article 9 or under arry other
provision ofthe Contract Documents nor any decision
made by ENGINEER in good faith either to exercise
or not exercise such authority or resporrobility or the
undertaking, exercise or performance of any authority
or rewnsibility, by F NtGINEER shall create, impose
or give rise to any duty owed by ]ENGINEER to
CONTRACTOR, any Subcontractor, any Supplier,
any Other parson ar crganization, or to any surery for
or employce or agent of any of them.
9.13,3. FN61Nfi1R will not supervise.. direct,
Control or have authority over or tee: responsible for
CONTRACTOR's means, methods, techniques,
sequences or procedures of construction or the safety
precautions and programs incident thereto, or for any
failure of CONTRACTOR. to comply with Laws and
Regulations applicable to the fim ushhing or
perfonnance of the Work. ENGINEER will not be
responsible for COX71R.ACTOks failure to perform
or furnish the Work in accordmice with the Corm et
Documents.
9.133- ENNGLNEER will riot be responsible for the
acts or omissions of CON -TRACTOR or of am
Subcontractor, am Supplier, or of any other person jr
organization performing or furnishing any of the
work
9,13.4. ENGLNE)R'sreview ofthe final Application
for payment and accompanying documentation and
all maintenance and operating instructions, schedules.
guarantees, Bonds and certificates of inspection- tests
and approvals and other documentation required eta be
delivered to paragraph.14.12 will only be to
determine generally that their content complies with
the requirements of, and in the case of certificates of
inspections, tests and approvals that the results
certified indicate compliance with, the Contract
Docurllems,
9.115. The limitations upon authority and
responsibility set forth in this paragraph 9,13 shall also
apply, to ENGINEER's Cotrsullants, Resident Project.
Representative and assistants.
ARTICLE 10—CHANGES IN TM NVORK
10.1. Without invalidating the Agreement and without
notice to any surety, OWNER may, at any time or from
time to time, order additions. deletions or revisions in the
Work. Such additions, deletions or recision will he
authorized by a Written amendment, a Change Order, or a
Wort Chams;e Directive. Upon receipt of am, such
document, CONTRACTOR shall promptly prooccd with
the Mork involved which will be performed totter the
applicable conditions of the Contract Documents (except as
otherwise specifically provided),
10.2, If OWNER and CONTRACTOR are unable to
agree as to the extent, if any, of an adjustment in the
Contract price or an adjustment of the Contract'rimes that
should be allowed as a result of a Work Chafe Directive,
a claim may le mace therefor as provided in Article I or
.!Wile 12.
10.3_ CO1N" rRaCTOR shall riot he ertiticd io an increase
in the Contract Price or an extension of the Contract Times
with respect to any Work Performed that is not required by
the Contract D) cumenvs as amended, modified and
supplemented as provided in paragraphs 3 and 3.6, except
in the case of an energeml- as provided in paragraph 6.23
or in the case of uncovering. Work as provided in
paragraph 13 9,
10A OWNIIR and COMRACTOR shall execute
appropriate Change Orders recommended by EINGI4N=
(or Written Amendments) covering:
10,41 changes in the Work which are (t) ordered
by OWISM-R pursuant to paragraph 10.1, (u)required
because of acceptance of defecrrve Work tinder
paragraph 13.13 or correcting clefecrive Work under
paragraph 13.14, of (in) agreed to by the pantes;
10AA 2 changes in the Contract Price or Contract
Times which are agreed to by the parties: and
10,43 changes in the Contract Price or Contract
Timor which embopy the substance of any written
decision reindered by ENGINEER pursuant to
paragraph 9.111
provided that, in lieu of executing any, such Change Order,
an appeal may be taken from any such decision in
ac:oardance wrath the provisions of the Contract Documents
and applicable Laws mid Regulations, but during any such
appeal. CONTRACTOR shall carry on the Work and
adhere to the progress schedule as provided in
Paragraph ti 29,
10.5. If notice of any change affecting the general scope
of the Work or the provisions of the Contract Do criments
E141 OUNEKV, CONDITIONS 19104 Q99e E(tirim)
wCITY OF FO2T C:OUANS MOOtnC.A'r1QxS MLV 43tuk"tr
(including, but not limited to. Contract Price or Contract
Times) is required by the provisions of am Bond to be
given to a surety, the giving of any such notice will be
COvTRACTOR's respursibtLty, and the amount of each
applicable Bond will be adjusted accordingly.
ARTIcu,11--CHANca, of coxmt , PRIch
I1.1_ The Contact Price constitutes the total
compensation (subject to authomed adjustmeras) payable
to CONTRACTOR for performing the Work ill duties,
responsibilities and obligations assigned to or undertaken
by CONTRACTOR shall he at C0NTRA(-f0R's expense
without change in the Contract Price.
I L'-. The Contract Price may only be charged by a
Change Order or by a Written Amendment. ,Am, claim
fox an adjustment in the Contract Price shall be based on
written notice delivered by the party making the claim to
the other party and to ENGINUR promptly (but in no
event later than thirty days) after the start of the
occurrence or event giving rise to the claim anti stating the
general nature of the claim Notice of the amount of the
claim with supporting data shall be delivered within sixty
days after the start of such occurrence or event (unless
FNGrNFFR allows additional time for claimant it) submit
additional or more accurate data in support of the claim)
andshall be accompanied by claimant's written statement
that the adjustment claimed covers all l-nrnm amounts to
which the claimant is entitled as a resultof said
occurrence or event all claims for adjustment in the
Contract Price stall be determined by ONGINMER in
accordanrce with p ragtaph 9.11 if O NTER and
COAtRACTOR cannot otherwise agree of the amount
involved. No claim for an adjustment in the Contract
Bice will be valid if not submitted in accordance with this
paragraph 1 t?.
113. The value of any Work covered by a Change
Order or of any claim fiat an adjustment in the Contract
Price will be determined as follows:
11.33, where the Work involved is covered by unit
prices contained in the Contract Documents, hap
application of such unit prices to the quantities of the
items involved (subject to the provisions of
_3
paragraphs 11.9.1 through 11.93, mcluswc):
11.3.2, where the Work involved is net covered by
unit prices contained in the Contract Documents, by u
mutually agreed payment basis. irx:luding lump sum
(which may include an allowance for overhead and
profit not necessarily in accordance with
paragraph 11.62),
11.3.3. where the Work involved is not covered by unit
prices contained in the Cordraax Documents and
agreement to a lump sum is not reached under
paragraph l 1.3 , on the basis of the Cost of the Work
(determined as provided in paragraphs 11 A and 11.5)
plus a CONTRACTOR'% fee for overhead and profit
(determinedaspravidcd in paragraph 11.61
Cost of the 1 lard :
11-4. The term Cost of the Work means the sum of all
costs necessarily incurred and paid try CONTRACTOR in
the proper performance of the Work. Except as otherwise
may he agreed to in writing by OWNFR, such casts shall
he In amounts no higher than these prevailing in the
locality of the Tiniest, shall include only the following
items aril shall not include any of the east% itemized in
paragraph 11.5•
7IALPayroll costs for employees in the direct
employ of CON MAC'roR in tlw performance of the
Work under schedules of job classifications agreed
upon by OW'NLR and CONTRACTOR. Such
employees shall include without limitation
superinterdents, foremen and other personal
employed full-time at the site Tor}moll cuts for
employees not employed full-time on the Work shall
be apportioned on the basis of their time ,pent on the
Work Pa}joll costs shall kdude put -trot be limited to,
salaries and wages plus the court of fringe benefits
which shall include social w=ity contributions,
unemployment, excise and payroll taxes, workers'
compensation, health aid retirement beneGtk-lxmaxea;
a ek applicable thereto.
The ctq a scs of performing Work after regular
working hours, on Saturday. Sunday or legal holidays,
shall be included in the above to the exicrt authorized
by O W'1v'IR
11.4.2. Cost of all materials and equipment furnished
and incorporated in the Work, including costs of
transportation and :aoraLe thereof, and Suppliers' field
services required in connection therewith. All cash
discounts shall accrue to CONTRACTOR tadess
OWNER deposits funds with CONTRACTOR with
which to make payments, in which case the cash
discounts shall accrue to OWNER. All trade
discounts, relates and refurxLs and returns from sale of
surplus materials and equipment shall accrue to
OWNER and CONTRACTOR shall make provisions
so that they may be obtained.
11.43. Payments made by CONTRACTOR to the
Subcontractors for Work performed or furnished by
SubcontractorsIf required by OWNER,
,y4 EJ('LK�(IEN'E7tAL CC'FNUlitt7h51A1a-a [194tr E.�itimt
w%Ca'lY OF FORT COLLINS MODIFICATIONS (REV 4C(M)
CONTRACTOR shall obtain competitive bids Exam
Subcontractors acceptable to OWNER and
CONTRACTOR and shall deliver such bids to
OWNER who will then determine, with the advice of
E'NGTNEER, which bids, if any, will be accepted. If
any, subcontract provides that the Subcontractor is to
be paid on the basis of Cost of the Work plus a fee,
the Subcontraetoes Cost of the We&, and fee shall be
determined in the same manner as CON'TRACTOWs
Cost of the Work and fee as provided in
paragraphs l I A, 11.5, 1 L6 and 113, All
subcontracts shall be subject to the outer provisions of
the Contract Documents ntsnfar as applicable.
11.44, Costa of special consultants (including but
not limited to cnginecrs, architects, testing
laboratories, surveyors, attorneys and accountants)
employed for services specifically related to the
Would.
11.4.5. Supplemental costs including the following:
I I AAA 1. The proportion of necessary
transportation, travel and subsistence expenses of
CON't-RAMOR's employdcs incurred in
discharge of dutic%connex tcd with the Work.
11.432. Cost, including transportation and
maintenance, of all materials supplies,
equipment, machinery, appliances, once and
temporary facilities at the site and hand trots not
owned by the workers, which are consumcd in the
performance of the Work, and cost less market
value of such items used but net consumed which
remain the property of CONRACTOR.
11.4.5.3. Rentals of all construction
equipment and machinery and the parts thereof
whether rented from CONTRACTOR or others in
accordarce with rental agreements approved by
OWNER with the advice of SNGINLLR, and the
costs oI transportation, fading. unloading,
inswIlation, dismantling and removal thereof -all
in accordance with terms of said rental
agreements. The rental of any such equipment.
machinery or pans Mall cease when the use
thereof is no longer necessary for the Work
11 A.5.4, Sales.. consumer, use or similar taxes
related to the Work, and for which
CONTRACTOR is liable- imposers by laws and
Regulations,
11,4.5.5. EX -posits lost for causes other than
negligence of CONTRACTOR, any
Subcontractor or anvcme directly or indirectly
employed by arty of them or for whose trots any
of them may be liable, arch royalty payments aril
fees for permits and licenses.
11.4.5.6. Losses and damages (and related
cyTimws) caused by- damage to the Work, not
compensated by insurance or otherwise. sustained
by CONTRACTOR in connection with the
performance and fumislting of the Work (except
losses and damages within the deductible amounts
of property insurance established by OWNER in
accordance with paragraph59), provided they
have resulted from causes other than the
I of CO)NfRAcIroR, ally
Su oaarastor, or anyone directly at indiredtly
employed by any of them or for whose acts any of
them may be liable. Such losses shall include
settlements made with the- written consent and
approval of OWNER. No such losxxs, damages
and expenses shall be included in the Cost of the
Wok for the purpose of determining
CONTRACTOR's fee. IL however, any such lass
or damage requires reconstruction and
CONTRACTOR is placed in charge thereof
CONTRACTOR shill be paid for services a fee
proportionate to that stated in paragraph 11.62.
11.4.5.7. The cost of utilities, fuel and sanitary
facilities at the site,
1 L45,8, k1mcs- expenses such as telegrams,
long distance telephone calks, telephone service at
the site, expressage and similar patty cash items in
connection with the Work.
11439, Cast of prom iums for additional Birds
and insurance required because of changes in the
Work.
115_ The term Curt of the Wort: shall rat include anv of
the following'.
115,1, PayToll casts and other compensation of
CON7R.ACTOR's officer-,exectnives, principals (of
partnership and sole proprietorships), general managers,
engineers, architects, estimators, auomcys, auditors.
ac3untants, purchasing and extntrawng, agents,
expediters, timekeepers, eksks and other persotam l
employed by (,(_)N PVvC C)R whether at the site or in
C O TRACTOTs principal or a branch office for
general administration of the Wcxk and not specifically
included in the agreed upon schedule of Job
classifications referred to in paragraph 114,1 or
Twifieally covered by paragraph 11.4.4--all of which
are to be considered administrative costs covered by the
CONTRACTOR's fee.
1152, Expcnses of CONTRACTOR's principal and
branch offices other than C ON7RACTOR's office at
the site.
115.3. Any pun of 00MRACTOWs capital
expenses, including interest on CONTRACTOR'S
capital employed for the Work and charges against
CONTRACTOR for delinquent paymrents.
115.4. Cost of prcrniums fox all Bombs and for all
issuance whether or not CONTRACTOR is required
by the Contract Ckxvments to purchase and maintain
the same (except for the eau of premiums cowered by
subparagraph 11.4.59 above).
11 Casts cote to the negligence of
CONTRACTOR any Subcontractor, or anyone
directly or indirectly employed by any of them or for
whose acts am of them may be liabfe, including but
not limited to the correction of defective Work,
disposal of materials or equipment wrongly supplied
and making good any damage to property.
_t,d 5_6, Other overhead or general expense casts of
any kind and the costs of any item not specifically and
expressly included in paragraph 114,
11,6_ The CONfRACCC)R's fee allowed to
CONTRACTOR for overhead and profit shall be
determined as follows:
11,b,1. a mutually acceptable fixed fee; or
11.6 ' if a fixed fee is not agreed upon, then a lea
hased on the following percentages of the various
portions of the Cast of the Work:
11.6,2.1. for costs incurred under
paragraphs 114,1 and 11a.^_, the
CONTRACTOR's fee shall be fifteen percent;
Il.b.22 for costs incurred under
paragraph 1143, the CONTRACTOR's fee shall
be five percent,
116.2.3. where one or more tiers of
suhconamds are on the basis of Cost of the Work
plus a fee and no fixed fee is agreed upon, the
intent of paragrapdhs 11.4.1, 11.421 11 4.3 and
11 6 -' is that the Subcontractor who actually
performs or furnishes the Work, at whatever tier,
will be paid a fee of fifteen percent of the costs
incurred by such Subcontractor under paragraphs
11.4.1 and 114,2 aml that rrry higher tier
Subcontractor and CONTR 1CT012 w11i each be
paid a fee -of -five perent-ehf the amount paidto
the next -lower tier Subcontractor, to be negotiated
in good faith with the -OWNER-but not to exceed
five I w6ent of the amount paid to the next lower
tier Subcontracto r
I 1-C3, 2.4, no fee shall be payable on the basis
of crests itemized under paragraphs- 11.4A, 11.4.5
and 11 5:
11 62.5, the amount of credit to he allowed
by CONTRACTOR to OXVNER for any change
which results in a net decrease in cost will be the
amount of the actual net decrease in cost plus a
deduction in CON-TRACTOR's fee by an amoum
equal to five percent of such net decrease; and
11.6.2.6. when both additions and credits are
involved in any one change. the adjustment in
CONTRACTOR'S fee shall be computed on the
basis of the net change in accordance with
paragraphs 11 6.2.1 through 11.6.15, inclusive.
11.7. Whatever the cost of any Work is to he
Exec CteNFR.AL CVNIunot-s 1910-8 (1990 FAUm 25
w CITY OF FoaT COWMIS MCN)n9CA'rrONS tRt1' 4,?owi
determined pursuant to paragraphs 1 L4 and i Ly'
CONTRACTOR will establish and maintain TecodS
thereof in accordance with generally accepted accounting
practices a>id submit in form acceptable to I3vGTNrMR an
itemized. cost breakdown together with supporting data,
Cash Allwmtneesr
11,S. It is understood that CONTRACTOR has included
in the Contract Price all allowances so named in the
Contract Documents and shall cause the. Work so covered
to be furnished and performed for such sums as may be
acceptable to OWNER and MUNliGR. CONTRACTOR
agrees that:
I 81, the allowances include the cast to
CC7NTR.AC"f0R (less any applicable trade discounts)
of materials and equipment required by the allowances
to be delivered ut the site and all applicable taxes, and
11.8.2. CONTRACTOR's costs for unloading aril
handling on the site, labor, installation costs, overhead.
profit and other expenses contemplated for the
allowances have been included in the Contract Price
and not in the allowances and no demand for
additional payment on account of any, of the foregoing
will he valid.
Prior to final payment. an appropriate Change Order will be
issued as recarnmen" by ENGINEER to reflect actual
amounts due CONTRACTOR on account of btork covered
by allowances, and the Contract Price shall he
con espondingly adiusted.
11.9. flnit Price Wmic
11.9,1. Where the Contract Documents provide that. all
or part Of the l$ork is to ore Unit Price Work-, initially
the Contract Price will be deemed to include for all
Unit Price Mork an amount equal to the sum of the
established unit prices for each separately identified
item of Lhm Price Work times the estimated quantity
of each item as indicated in the Agreement_ The
estimated quantities of items of Unit Bice Uiori, are
not guaranteed and are safety for the purpose of
comparison of Bids and determining an initial Contract
Price. Determinations of the actual quantities and
classifications of Emit Price Work performed In,
CONfRACPGR will be made by ENGENEER in
accordance with paragraph 9,10.
Each unit price will be deemed to include an
amount considered by CONTRACTOR u) be adequate
to cover CONTRACTOR'S overhead and profit for
each separately identified item.
I393.O1k'y7R or C0 TR:ICTOR may, make a
claim for an adjustment in the Contract Price in
accordance with Article I i if.
11.9.3.1, the opwrtity of any item of unit Price
Work performed by CCJNTRAC'I'OR differs
materially and significantly from One estimated
quantity of such item indicated in the Agreement;
tti trC'LX'r}t'n�tAl, CC5N1.rlTIO4S tY10-S f1�N/Nhtimt
tvi 0TY OF FORT COLLtNIS M(A)IICAT1ON6 IRLV d _0()Q/
and
11.9.3.2. there is no corresponding adjusurient
with mgxct to any offer item of Work, and
11.933. if CONTRACTOR believes that
CONTRACTOR is entitled to an irxrease in
Contractprice as a result of having incurred
additional expense ur 01 NER believes that
OWNER is emitted to a decrease in Conimc Price
and the panics are unable to agree as to the
amount of any such increase or decrease.
11 9.3.4. CONTRACTOR aclawwlediles that
the OWN F,R has theright to add or delete items in
the chid or chagge_gruantities at l:AVNHR'S sole
discretion without affecting the Contract Pace of
env remaining item so lane as the deletion or
addition �xs M excxscyj. InItty-fiis prr ril,
theanginal total Contract.. Price,.
Ai rICLV12-01ANG1<OF'CON1'BACT'I'IM, LS
I?J The C:.ontract'fimes (or Milestones) may only be
lunged by a Change Order or a Written Amendment.
Any claim for an adjustment of the Contract Times (o
Milestones) shall be based on tvrhten notice delivered by
the party making the claim to the other party and to
ENGINEF,R promptly (but in no event later than thirty
days) after the occurrence of the event giving rise to the
claim and stating the general nature of the claim. Notice
at* the extent of the claim with supporting data shall he
delivered within sin- days after such occurrence (unless
HN WEER allows additional time to ascertain more
accurate data in support of the claim) and shall be
accompanied by the ckaanm's written statement that the
adjustment claimed is the entire adjustment to which the
claimant has reason to believe it is entitled as a result of
the occurrence of said event. All claims for adjustment in
the Contra Times (or Xfilestones) shall be determined by
FNGINEFR to accordance with paragmph9.11 if
OkVNLR and CONTRACTOR cannot otherwise agree.
No claim tic an adjustment in the Contract Times (o
Milestones) will be valid if not submitted in accordance
with the requirements of this piaragttph 12 t,
12.2. All time limits stated in the Contract Documents
are of ilk- essence of the Agreement.
123. Where CONTRACTOR is prevented from
completing any part of the Work within the Contract
Times (or 1 dilestones) due to delay beyond the control of
CCt.NTRACTOR, the Contract Times (or Milestones) will
be extended in an amoua equal to time lost due to such
delay if a clam is made therefor as provided in
Paragraph 12.1. Delays beyond the control of
CONTRACTOR shall incude, but not be limited to, acts
o neglect by OWNER, aces or neglect of utility owners or
other contractors performing other work; as contemplated
by Article 7. fires, floods. epidemics, abnormal weather
c )ndmms or acts of God. Delays attributable to and
within the control of a Subcontractor or Suppler shall Ix
deemed it) be delays within the control of CONTRACTOR
12A. Where CONTRACTOR is prevented from
completing any part of the Work within the Contract Times
(or Milestones) due to delay beyond the control of both
OWNIER and CONTRACTOR, an extension of the
Contract Times (or Milestones) in an amount equal to the
time last due to such delay shall be CONTRACTOR'S sde
and exclusive remedy for such delay. In no event shall
OWNER be liable tci CONTRACTOR, any Subcontractor,
any Supplier, any other person or cagani'ration, or to am
surety for or employee or agent of any of them, for
damages arising out of or resulting from (i) delays caused
b5' or within the control of the C ONTRAC"IOR, or
(ih) delays beyond the control of both parties including. but
not limited to, tire& floods, epidemics, abnormal weather
conditions, acts of God or acts or neglect by utility owners
or other contractors performing other work as contemplated
by Article 7.
AR7'1Cl,E 13--T1 .['S AND 1NSt' 71IONS;
CORRk'.CTION, REMOVAL OR ACCMANCk OR
DEPIXTIVEWORK
13.1. :'4o tiee ofDefee(
prompt notice, of all defective Work of whist OWNER or
i:TK,f1gEER have actual knowlcke will be given to
CONTRACTOR Nl defective lA'ork may be rejected,
corrected or accepted as provided in this Article 11,
, tccess to Rork:
13.2. 01k'QER 04GE4EER, ENGII\T ER's Coruuhatus,
other represenatives and personnel of OILNMR,
independent testing laboratories and governmental agencies
with jurisdictional interests will have access to the Work at
reasonable.. times for their observation inspecting and
testing. CONTRACTOR shall provide them proper and
safe conditions for such access and advise them of
CONMNCTOR's site safety procedures and programs so
that they may comply therewith as applicable.
Tess andlnspectians:
13.3 CQNIM''+CTOR shall give ENGINEER timely
notice of readiness of the Work for all required inspections,
tests or approvals, and shall cooperate with inspection and
testing personnel to facilitate required inspections tit tests.
13 a 01i'N113R shall employ and pay for the services of
an independent testing laboratory to perform, all
inspectioms, tests, or approvals required by the Contract
Documents except:
U 4,1, for inspections, tests or approvals covered
by paragraph 13.5 below:
134.2. that costs incurred in connection with tests
or inspection conducted pursuant to paragraph 139
EJCJX'of'NLliA1. coN*i r'now i910-s (t9%Fwim)
W OTT 01; FORT (X-U.t#'5 MCr)m11C1A110RS (REV 4,70M)
below shall be paid as provided in said
paragraph 13.9. and
13.43, as otherwise specifically provided in the
Contract Documents.
13.5. If Laws or Regulations of arrpublic body having
jurisdiction require any Work (or pan ther tit) specifically
to be inspected. tested or approved by an employee or
other representative of such public body. CONUR-ACTOR
shall assume full responsibility for arranging and
obtaining such inspections, tests or approvals, pay all costs
in connection therewith, and furnish ENGINEER the
required certificates of inspection. or approval.
CONTRACTOR shall also be resl`Wmible for armngtlf
and obtaining and shall pay all costs in connection with
any inspections, tests or approvals required for O'WNER's
and E 1GINEER's acceptance of materiaLc or equipment to
be incorporated in the Work, or of materials, mi- designs,
or equipment sulrnined far approval prior to
CONITRACTOR's purchase thereof fox incorporation in
the Work,
13.& if any Work (or the work of others) that is to he
inspected,, tested or approved is covered by,
CONTRACTOR without written concurrence of
L7NUINE}7t, it must, if requested by ENGINEER, be
uncovered for observation.
13.3, Uncovering Work as provided in paragraph 136
shall he at CON'(RAC'TOR's expense unless
MN-FRAM'OR has given ENGINEER timely notice of
CONTRACTOR's intention to cover the same and
RNGINI ER has not acted with reasonable promptness in
response to such notice
Uncovering Work:
118 If amp Work m covered contrary to the written
request of ENGINEER, it must, d requested by
E:NGLNUL<, be uncovered for ENGINEERS observation
and replaced at CONTRAC"TOR's expense.
13,9. ifERG1NT ..ER considers t necessary or advisable
that covered Work be observed by, LNGLN"EER or
inspected or tested by others, CONTRACTOR at
} 3GfN'EER's request, shall uncover, expose or otherwise
make available for observation, inspection or testing as
ENGL?TEI!R may require, that portion of the Work in
questtom fumishmg all ncccssary labor, material and
equipment_ If it is found that such Work. is defective.
Coy,LpACTOR shall pay all claim oxos1s, losses and
damages caused by. arising out of or resulting from such
uncovering, agxisurc. observation. inspection and testing
and of satisfactory replacement or reccntstructiort
(including but not limited to all costs of repair or
replacement of work of others); and 0XVNMR shall be
entitled to an appropriate decrease in the Contract Price,
and if the parties are unable to agree as to the amount
thereof, may make a claim therefor as provided in
Article 11, IC however, such Work is not found to be
&,fec- ive, C)NTRACTOR shall he allowed an increase in
the Contract Price or an extension of the Contract Times
for Milestones), or both, directly attributable to such
_7
uncovering, exposure, observation, inspection testmg.
replacement and reconstruction. arid, if the parties are
unable to agree as to the amount or extent thereof.
CONTRACTOR may make a claim there -fir as provided in
Articles I I and 12.
(ll{,VER Hay Stop the Work:
13.10. If the Work is de edive, or CONTRACTOR fails
to supply sufficient skilled workers or suitable materials or
equipment, or fails to furnish or perform the Work in such a
way that the completed Work will conkam to the Contract
Documents, OWNER may order CONTRACTOR to stop
the Work, or any portion thereof, until the cause for such
order has been eliminated; however, this right of OAA NIv ,R
to stop the ]sick shall not give rise to arty duty on the part
of OWNER to exercise this right for the benefit of
CANT RACI'OR or any surety or other party.
C TeMon mRemmvat of Defective ]yore:
13.11, If required K, ENGIiv'EER, CONTRACTOR shall
promptly,. as dira.2cd, either correct all defective Work,
whether or not fahneated, installed or mmpieted or, if the
Wort: has been rejected by ENGINEER remove it from the
.site and replace it with Woo; that is not defective.
COM'RACI'OR shall pay all claims, coos. lcm;cs and
damages caused by or resulting from such correction or
removal (including but not limited to all costs of repair or
replacement of work of others).
13.12. C:'Onwdian Period
13.1'_.l. If within cone -year two ,._years after the date of
Substantial Completion or such-Ixngter period of time as
may be prescribed by Laws or Regulations or by the
terms of any applicable special guarantee required by
the Contract Documents or by any specific provision of
the Contract Documents am Work is found to be
defective, CONTRACTOR shall promptly, without cast
at OWNER and in accordance with OWNER's written
instructions. (i) correct such defective Work, or, if it has
beenrejected by Ol'r'NU. remove it from the site and
replace it with Work that is not dsjechve. and (if)
satisfactorily correct or remove and replace any damage
to other Work or the work of others resulting therefrom.
If CONTRACTOR doer not promptly +courphy with the
terms of such instructions, or in an emergency where
delav would (muse serious risk of loss or damage.
OWNER may havee the dafcchve Work corrected or the
rejected Work removed and replaced, and all claims,
costs, losses and damages caused by or resulting from
such removal and replacement (Including but not
limited to all coats of repair or replacement of work of
others) will be paid by CONTRACTOR
13.1.2.2.In special circumstances where it particular
item of equipment is placed in continuous service
before Substantial Completion of all the Work, the
correction period for that item may start to Tun from an
earlier date if so provided it the Specifications or by
Written Amendment.
11,123. Where defective Ve'crk (and damage to other
�R EY'VC OUNEatAL CONDITIONS 1914-a(19'A)te&i01)
w, CdTy OF FORT COLW 99 MODIFICATIONS (a.Gy 4,2aW)
Work resulting therefrom) has been corrected.
removed or replaced under this paragraph 13.12, the
correction period hereunder with respect to such Work
will be, extended for an additional period of fair -year
Iwo years after such correction or removal and
replacement has been satisfactorily completed.
Aceg+arnce of Defecfve li`ot*-
13.13. If, instead of requiring correction or removal and
replacernent of defective Work. OWNER (and. prior to
ENGINEER's recommendation of final payment. also
ENGINEER) prefers to accept it, OWNER may do so.
CONTRACTOR slid] pay all claims, costs, lasses and
damages attributable to OWNLk's evaluation of and
determination to accept such defective Work (such costs to
be approved by ENGINEER as to reasonableness). If any
such acceptance occurs pnor to HNGINT?KWs
recommendation of furl payment, u C'ltange Order will be
issued incorporating the necessary revisions in the
Contract Documents with respect to the Work: and
OWNER she 11 be entitled to an apprapriate decrease in the
Comma Price, and, if the parties are unable to agree as to
the amount thereof, OWNER may make a claim therefor
as provided in Article 11, If the acceptance occurs after
such recommendation, an appropriate amount will be paid
by cONTRA("I'OR to OA4NIlk,
09-7AT-R Afay Correct Defective Work.
13.P if CONTRA(-fOR fails within a reasonable time
after written notice from ENGINEER to correct da:fecfrw
Work or to remove and replace rejected Work as required
by ENGINE}.R in accordance with paragraph 13.1 L orif
CONTRACTOR fails to perform the Work in accordance
with the Contract Documents, or if CONTRACTOR fails
to comply with any other provision of the Contract
Documents, OWIv'F;R may, after seven days written
ra>tice to CONTRACTOR, correct and remedy any such
deficiency, In exercising the rights and rcmtdics under
this paragraph OWNER shall proceed expeditiously_ In
connection with such corrective and remedial action,
OWNER may exclude CONTRACTOR from all or part of
the site, take pas9csston of all or pan of the Work, and
suspend CONTRACT OR°s services related thereto, take
possession of CONTRACTORS tools, appliances,
construction equipment and machinery at the site and
it cogioxate in the Work all materials and equipment
stored at the site or for which OWNER has paid
CONTRACTOR but which are stored elsewhere.
CONTRACTOR Sall allow OWNTR. OAti^vFR's
representatives, agents and employees. OAANER's other
contractors and ENGNNEER and PQGINEER's
Consultants access to the silt to enable OWNNER. to
exercise therights and remedies under this paragraph. Nl
claims, ants. losses and damages incurred or sustained by
OWNER in exercising such rights :and remedies will be
charged against CONTRACTOR and a Change Order will
be issued incorporating the necessary revisions in the
Contract Documents with respect to the Work, and
OWNER stall be entitled to an appropriate decrease in the
Contract price, and, if the parties are unable to agree as to
the amount thereof. OWNER may make a claim therefor
as provided in .Article 11. Such claims, casts, losses and
damages will include but not be limited to all costs of
repair or replacement of work of others destroyed or
damaged by correction, removal or replacement of
COINTRACTOR's defective Work_ CONTRACTOR sWU
not be allowed an extension of the Contract Times (or
Milestones) because of any delay in performance of the
Work attributable to the exercise by OR',NER ofOArNF.,P.'s
rights and remedies hereunder.
ARTICLE la--PAX'MENTS TO CONTRACTOR AND
COMPLETION
Schedule of Fatless
14.1. The schedule of values established as provided in
paragraph 2.9 will serve as the basis for progress payments
and will he incorporated into a form of Application for
Payment acceptable to ENGINNTEM. Progress payments on
account of tint price Work will he based on the number of
units completed.
Application for Progress Payment:
14.2. At least twentv days before the date established for
each progress payment (but not more often than once a
month), CONTRACTOR shall submit to ENGINEER for
review an Application for Payment filled out and signed by
CO?vTRAC'"roR covering the Work completed ns of the
date of the Application and accompanied by such
supporting documentation as is required by the Contract
Documents. If payment is requested on the basis of
materials and equipment not inctxpormed in the Work but
delivered and suitably stored at the site or at another
location agreed to in writing, the Application for Payment
shall also be accompanied by a bill of sale, irnoice or other
documentation warranting that OXk NT!.JR has received the
materials and equipment free and clear of all Liens and
evidence that the materials and equipment are covered by
appropriate properly insurance and other arrangements to
protect OWNI3R's iture.1 therein, all of which will be
satisfactory to OWN R. The amount of rdainage with
respect to progress payments will be as stipulated in the
11 cement i\rny funds that are withhI .the OWNER
Shall nor he sub eel to s tk shttnio n by the. COtNTR ACT . R
with tiecuninrs or any artanoTetnrnt�s trno15'rg an es tine ty
custcxlianship. Tiy executing the application for payment
form the CONTRACTOR expressly waives his right to the
benclits of Colorado Red isecStatutes Section "4-91_ 1„
atsu ru, -0
COATR4CTOR'x Ibarnuot of Tide.
14.3. CONTRACTOR warrants and guarantees that title
to all Work, materials and equipment covered by any
Application ter Payment, whether incorporated in the
Project or not. will pass to OWNER no later than the time
of payment free arid clear of all Liens.
Review of.4pplunhom for Progress Pgivnent:
14.4. ENGi EER will, within ten days after receipt of
each Application for payment, either indicate in writing a
tint:DC t}ti?dlaRAl, GUM1lllittlN51910-8 ii'm F Auma
w4 C31—Y OF FORT COLLIM MCM)IFICATION'SiRlV 14aNMa)
recommendation of payment and present the Application
to OWNER, or return die Applitabon to CONTRACTOR
indicating in writing ENGINES R's reasons for refusing to
recommend payment in the latter case. CONTRACTOR
may make the necessiury corrections and resubmit the
Application Ten days after presentation of the
Application for Payment to OWNER with ENGL'NUiRs
recommendoon, the amount recommended will (subject
to the provisions of the last sentence of paragraph 14.7)
become due and when due will be paid by OWNHR to
CONI TRACTOR
145. ENGINEEWs recommendation of any payment
requested in an Application for Payment will constitute a
representation by ENGINF PR to 01AIIN6R, hased on
NNGMER's on site observations of the executed Work
as an experienced and qualified design professional and on
ENGfNE'�R's review of the Application for Payment and
the accompanying data and schodues. that to the best of
FNGINFsf Ws knowledge, information and belief,
14.5.1, the Work has progressed to the point
indicated,
145.2, the quality of the Wort: is generally in
accordance with the Cmtmet Doeumems (subject to
an evaluation of the Work as a fundiamng whole
prior to or upon Substantial Completion, to the results
of arn• subsequent tests called for in the Contract
Ix= ncnts, to a final detcrnniration of quantities and
classifications for C nit Price Work under
paragraph 9.10, and In any other qualifications stated
in the recommendation), and
14.5 a, the conditions precedent to
CONTRACTOR's being entitled to such payment
appear to have been fulfilled insofar as it is
ENGPNEER'S responsibility to observe the Work.
However, by recommending any such payment
ENGIlgEER will not thereby be deemed to have
represented that: (i) cJtaustive or continuous on -site
tmpxctions have been made t0 check the quality or the
quantity of the Work beyond the responsibilities
specifically assigned to ENGINEER in the Contract
Documents or (it) that there may not be other matters or
issues between the rainier that might entitle
CONTRACTOR to be paid additiomulh by OIVNER or
entitle (ANNER to withhold payment to CO?v fRAC TOR
14 is_ ENCITNFFRs recommendation of any payment,
including final payment shall not mean that ENGINEER
is responsible feu CONTRACTOR's means, methods.
techniques. sequences or pro uedures of construction or
the mlety precautions and progmms incident thereto, or
for arty failure of CONTRACTOR to comply with Laws
and Regulations applicable to the furnishing or
performance of Work, or for any failure of
CONTRACTOR to perform or furnish work in
accordance with the Contract Documents.
14.7. FNOI TE,ER may refuse to recommend the Miele
or am part of any payment if. in ENGINEER's opinion. it
would be incorrect to make the representations to
.9
OWNER referred to in paragraph 14.5. ENGINEER may
also refuse to, recommend any such payment, or, because of
subsequently discovered evidence or the results of
subsequent ins7pectiotns or tuts, nullify any such payment
previously recommended. to such extent as may be
necessary in E.i'NGINERR's opinion to protect OWNER
horn loss because:
14.7.1. the Work is defective, or completed Work has
been damaged requiring correction or replacement,
14.7.2. the Contract Price has been reduced by
Written Amendment or Change Order,
14.7.3. OWNER has been required to correct
defects=e Work or complete Work in accordance with
paragraph 13.14, or
14.7.4. LNGMER has actual knowledge of the
occurrence of arw of the events enumerated in
paragraphs 15.2.1 through 15.14 inclusive.
OWNtFR may refuse to make payment of the full amount
recommended by ENGINEER because:
14.75, claims have been made against OWNER on
accnttm of CONTRACTOR's performance or fur fishing
Of the Work
14]_6_ Liens have been filed in connection with the
Word:, except where ( ' O?3'LRACTOR has delivered a
specific Bond satisfactory to OWNER to secure the
satisfaction and discharge of such Liens,
14 7.Z there are Miner items entitling OWNER it) a sec-
off against the amount recommended, or
14_7X OWNER has acted knowledge of the
occurrence of am' of the evens enumerated in
paragraphs 14.7.1 through 14.7.3 or paragraphs 15.2.1
through 15.2.4 inclusive,
but OWNER must give CONTRACTOR immediate
written notice (with a copy to ENGINEER) stating the
reasons for such action and promptly pay CONTRACTOR
the amount so withheld or any adjustment thereto agreed
to by OWNER and CONTRACTOR, when
CON7kAC'FOR corrects to OWNER's satisfaction the
reasons for such action
SubaTamdat Cnrmpterirm:
14.9_ When CONTRACTOR considers the entire %kork
reach, for its intended use CONTRACTOR shall notiA
OXVNER and ENGINE -ER in writing that the entire Wok
it substantially complete (except for items specifically
listed In• CONTRACTOR as ino mtplew) and request that
27IGR;=, issue a certificate of Substantial Completion.
Within a reasotable Use thereafter. OWNIs -
CONf RACTOR and ENGINEER shall make an inspection
of the Work to determine the status of completion. If
F..NUI'NEER does not consider the Work substantially
complete. ENGINEER will notify CONTRACTOR in
writing giving the reasons therefor. If HbNUINEM
t7Cu
3P c MEIIRA. CON01natia 191"(09u Cilium)
w, CITY OF FORT cata.tNS MODIFICATIONS nil' a _own
considers the Work substantially complete. ENGINEER
will prepare and deliver to OWNER a tentative certificate
of Substantial Completion which shall fix die date of
Substantial Cctnpletiom. There sha11 be attached to the
certificate a tentative list of items to be completed or
corrected before fiscal payment. OW'INF:R shall have seven
days after receipt of the tentative certificate during which
to make written objection to ENGIhTER as W any
pprovisiots of the certificate or attached list. If, after
considering, such objections. ENUINEIR concludes that
the Mork is not substantially, complete, ENGINEER will
within fourteen days after submission of the tentative
certificate to OWNER notify CONTRACTOR in writing,
stating the reasons therefor. IL after consideration of
OWNI R's &jectinm h"NGINEl3R considers the Work
suhuanUalh complete, FNGINFFR will within said
fourteen days execute and deliver to OWNER and
('ONTRA('1'OR a definitive certificate of Substantial
Conpletiun (with a revised tentative list of items to be
completed or corrected) reflecting such changes from the
tentative certificate as ENGIN ZEER believes justified alter
consideration of any objections from OWNER. At the
time of delivery of the tentative certificate of Substantial
Completion ENCrINFER will deliver to OWNER and
CONTRACTOR a written recommendation as to division
of responsibilities pending final payment between
OWNER and CONTRACTOR with respect to security,
operation, safety, maintenance, heat, utilities, insurance
and warranties and guarantees. Unless OWNER and
CONTRACTOR agree otherwise in writing and sn inform
RNGINERP in writing prior to ENUINF:FR's issuing the
definitive certificate of Substantial Completion,
ENGINEER's ataresaid recommendation will ix binding
on OWNER and CONTRACTOR until final payment.
14.9. OW NTER shall have the right to exclude
CONTRACTOR from the Work after the date of
Substantial Completion, but OWNER shall allow
CONTRACTOR r&Mnabe acceiw tit complete OF correct
items on the tentative list.
Pardut 11filizaknn.
14.10. Use by OWTM at OW'NM's option of any
substantially completed part of the Rork, which: (i) has
sp cifiicall}}• h&-n identified inthe Contract Documents, or
(or) OW'NE1R, ENGI',NFER and CONTRACTOR agree
constitutes a separately funchorung and usable part of the
Wok that can be used by OWNER for its intended
purpose without significant interference with
CONTRACTOR.'s performance of the remainder of the
Work, may be accomplished prior to Substantial
Completion of all the Work subject to the following:
14,101.OW'hTR at any time may request
CONTRACTOR in writing to permit OWNER to use
any such purl of the Work which OWNER believes to
be ready for its intended use and substantially
complete. if CONTRAC-TOR agrees that such pan of
the Work is substantially complete, CONTRACTOR
will certify to OWNER and ENGP\EER that such
part of the Work is suhstannally complete and request
ENGINEER to issue a certificate of Substantial
Completion for that part of the Work.
Construction Document Ordering Instructions
(Download a complete P1anWell 4.0 Ordering Guide from www.planwell.com)
1. GO TO: www.mercury-ldo.com
2. SELECT: Denver Links: "Plan Well"
WPiYW bWr161MY1494 VnY.f loll WMM.
PIp.50 \O1@I.t rMe l.utb. AT }al.
tN�V`.g�ic lilt.
V
PianliMeM'
dt
.ISM
— el
3. SELECT: Public Planroom: "GO"
4
MercuryfLDO Colorado
Digital Document ManagemaM & Distribution
User Nam
Password
foram vma aasawad?
I
Not amwaberya[3
j
Man mnow
SELECT: the
desired
1
7odays standard in
on#ine planroom
user gMde
F PIIJIIL Prof s
ax [Wleing nelnt
NO Lngih naMalad
i Online invitation —to —bid
made nosy
userwide
i
`Project Number" from the list
07/2001 Section 00020 Page 3
CONTRACTOR at any time may, notify OWNER and
ENGIvEEIt in writing that CONTRACTOR considers
any, such part of the Work ready for its intended use
and substantially complete and request F.NtGI1N'EER to
issue a certificate of Substantial Completion for that
part of the Work. Within a reasonable time after either
such request, ONVINER CONTRACTOR and
RNG1INMER shall make an ingwton of that part of
the Work to determine its status of completion If
ENGINEER does not consider that part of the Work to
be substantially complete, ENGINEER will notify
OWNER and CONTRACTOR in writing driving the
reasons therefor. If ENGINIT R considers that part of
the Work to be substantially complete, the provisions
of paragmpins 14.8 and 149 will apply with res wa to
ocritfication of Suhstandal Completion of that part of
the Work and the division of responsibility in respect
thereof and access thereto.
14.1 Cn.2. No occupancy or separate operation of part
of the Work will be aocomplished prior to ctmmpiiance
with the requirements of paragraph 5.15 in respect of
propertyy imurarim
Nnat Inspection:
14.11. Upao written notice, from CONTRACTOR that the
entire Work or an agreed portion thereof is complete,
ENGLr.'EER will make a final inspection with OWNER
and CONTRACTOR and will notify CONMACTOR in
writing of all particulars in which this inspeedan reveals
that the Work is incomplete or *lectriw CONTRACTOR
shall immediately take such measures as are necessary to
complete such work or rem edy such deficiencies.
fuel Application for PnymenC
14.12. After CONTIZZACTOR has completed all such
corrections to the satisfaction of ENGINEER and delivered
in accordance with the Contract Documents all
maintenance and operating instructions schedules.
guarantees. Bonds, certificates or other evidence of
insurance required by, Paragraph 5.4, certificates of
inspection, marked -up record documents (as provided in
paragraph 6.1p) and other documents, COINTPUkCTOR
may make application for final payment following the
procedure for progress payments The final Application for
Payment shall be accompanied (eu:ept w% previously
delivered) by: (i)all documentation called for in the
Contract Documents, including but not limited to the
evidence of insurance required by subparagraph 5.4-13,
(it) consent of the surety. if any, to final payment. and
(iii) complete and legally effective releases or waivers
(satisfactory to OWNER) of all Liens arising out of or filed
in cormecuon with the Work.. In lieu of such releases or
waivers of Liens and as approved by OWNER,
CONTRACTOR may furnish receipts or releases in full
and affidavit of CONTRACTOR that: (r) the releases and
receipts include all labor, services, material and equipment
for which a Lien could be fled, and (n)all payrolls,
material and equipment bills, and odor indebtedness
connected with the Work for which OWNER or OWNER's
property might in any waybe responsible have been paid or
ohenaise satisfied if any subcontractor or supplier fails
FJC.UC o t>NhRAL COAa]Jt1 ONS 1910-8 W-Not E(I(M)
w, @TY OF FORT COLLPS MODa7CAt7ONS {REEV 4,70M)
to furnish such a release or receipt in full,
CONTRACTOR may furnish a Boad or other collateral
satisfactory to OW1vER to indemnify OWNER against
any Lien Releases or waivers of liens and the consent of
the surety to f iu tmyment are to be_submiuW oat
forms crnfomtinsto the fcmmmat of the OWNFEWS standard
forms bound m the pnmdect manual,
Final Payment andAcreptance:
14.13. If, on the basis of LNIGL'sEMs observation of
the Work during construction and final inspector, and
ENGINEER's review of the final Application for payment
and accompanying documentation as required 6y the
('nnvact Documents, F;NGINF3 R is satisfied that the
Work has been completed and CON"IRACTCIR's other
obligations untie' the Contract Documents have been
fulfilled, ENGINEER writ], within ten days after receipt of
the final Application for Puymerrt, m1catc in writing
ENGINFER's recommendation of payment and present
the Application to OWrINTR for payment. AF the same
time ENNGINEER will also give written notice to OWNER
and mm,RACfoR that the Work is acceptable subject
to the provisions of paragraph 14.15. Otherwise,
ENGINEER will return the Application to
CONTRACTOR. indicating in writing the reasons for
refusng to recommend final paymera, in which case
CONTRACTOR shall make the necessary corrections and
resubmit the Application Thirty- days after presentation to
OWNER of the Application and accompanying
documentation. in appropriate form and substance and
with ENGINEER's recommendation and notice of
acceptability, the amount recommended by 1:"NGINEER
will become due and will be paid to OW'N1ik to
CONTRACTOR subject to taraarVh 17,&2 of the
General (7Smttditiolts.
14.14. IL through not fault of CONTRACTOR Sod
completion of the Work is significantly delayed and if
ENGINEER so confirms, OWNER shall, upon roc ipt of
CON-TRACTOR's foal Application for Payment and
recommendation of LNG'LNEER, and without terminating
the Agreement, make payment of the balance due for that
Portion of the Work fully eonpleted and accepted. if the
remaining balance to be held by OWNER for Work not
fully, completed or corrected is less than the. retainage
stipulated in the Agreement, and if Bonds have been
furnished as required in paragraph 5 I, the written consent
of the surety to the payment of the balance due for that
portionof the Work fully completed and accepted shall be.
submitted by CONTRACTOR to ENGINEER with the
Application for such payment. Such payment shall be
made under the terms and conditions governing final
payment, except that it shall not constitute a waiver of
claims.
Kiaiwer t fCkdms:
14.15. The making and acceptance of final payment will
constitute
14,15.1.a waiver of all claims by OWNER against
CONNTRACTOK except claims arising from
unsettled Liens, from defective Work appearing after
31
final inspection pursuant to paragraph14,11, from
failure to comply with the Contract Documents cr the
terms of any special guarantees specified therein, or
from CON7RACTOR's continuing obligations unokr
Use Contract Dtictmterim ad
14.15 2. A waiver of all claims by CONTRACTOR
against OWNER other than those previously made in
writing and still unsettled.
ARTICLE IS -SUSPENSION OF WORK AND
TERMINATION
OWNER zlfay SuWmd {York:
15.1, At any time and without cause. OWNER may
suspend the Work or am portion thereof for a Mind of not
mute than ninety gaps by notice inwriting to
CONTRACTOR and FN(;INEER which will fix the date
on which Wort: will be resumed_ CONTRACTOR stall
resume the Work on the date so fixed C.ON'TRACTOR
shall be allowed an adjustment in the Contract Prig or an
extension of the Contract Times, or i)Cth directh•
attrihutahle to any such suspension if CONTRArl'OR
makes an approved claim therefor as provided in
Articles 11 and 1
OH ;'Vk:R klar 7 ermivate:
15:1— Upon the occurrence of any one or more of the
following events'.
15.>1. if CONTRACTOR persistently fails to perform
the Work: in accordance with the Cotitrad Docunnents
(including, but not limited to, failure to supply sufficient
skilled w(rkem or suitable materials or equipmentor
failure to adhere to the progress schedule established
under paragraph'y as adjusted from time to time
pursuant to paragraph 6.6);
15.2-2, if CONTRACTOR disregards laws or
Regulations of am public body, having jurisdiction;
1523_ if CON -TRACTOR disregards the authority of
152A. if CONTRACTOR otherwise violates in am
substamial way any provisions of the Contract
Documents;
OWNTER may_ after giving CONTRACTOR (and to
surety, if any) seven days' written notice and to the extent
permitted by Laws and kegulaticins, terminate the services
of CONTRACTOR, exclude CONTRACTOR firms the site
and take possession of the Work and of all
CONTRACTOR's tools, appliances, construction
equipment and machinery at the she and use the same to
the full extent they could be used by CONTRACTOR
(without liability to CONTRACTOR for trespass or
conversion), incorporate in the Work all materials and
equipment stored at the site or for which OWNER has paid
iFossec �tons,cartxnoa5191"(1990hhuan)
32 w+ c17YOF FORT tULLIM MODIFICATIONS nOLy-02IXW)
CONTRACTOR but which are stored elsewhere, and
finish the Work as OWNER may teem opediem. In such
use CONTRACTOR shall not be entitled to receive any
further payment until the Work is finished If the unpaid
balance of the Contract Price execeds all claims, cents,
lasses and damages sustained by OWNER arign g out of
or resulting from completing the Alork such etices will be
paid to CONTRACTOR If such claims, costs, lasses and
damages exceed such unpaid balance, CONTRACTOR
shall pay the difference to OWNER. Such clauns. costs,
los s and damages incurred by OWNER will be reviewed
by ENGINEER as to their reasonableness and when so
approved by ENGINEER incorporated in a Change Order,
provided that when exorcising amrights or remedies
tinder this paragraph OWNER shall not he required to
obtain the lowest price for the Work performed.
153. Wlhore CONfRACI'OR's services have been so
terminated hn, OWNER. the termination will no affect
any rights or remedies of OWNER against
CONTRACTOR then existing or which may thereafter
accrue_ Any retention or payment of moneys due
CY?N'fRAO'fOR by OWNER will not release
CONTRACTOR from liability.
14 Upon seven days' written make to
C:ON'l-RACI'OR and ENuINHER, OWNER may,
without cause and without prejudice to any ether right cr
remedy of OWNER, elect to terminate the Agreement. In
such care, CONTRACTOR shall be pad twtthout
duplication of any items)-
15 4.1. for completed and acceptable Work executed
in accordance with the Contract Documents prior to
the effective date of terminations, including fair and
reasonable sums for overhead and profit on such
Work;
15A2 fox expenses sustained prior to the effective
date of termination in performing services and
furnishing labor, materials or equipment as required
by the Contract Documents in curinecutn with
Uncompleted Work, plus fair and reasonable sums for
overhead and profit on such expenses,
15.4.3. for all claims, costs, losses and damages
incurred in settlement of terminated contracts with
Subcontractors, Suppliers and others, and
15,44 for reasonable expenses directly attrilrnable
it) termination.
CONTRACTOR shall not be paid on account of loss of
anticipated profits or revenue or other economic loss
arising out of or resulting Goa such termination
CO.NTRACTOR Hitt &op Rork or Termrnare:
15.5. IL throu-h no ad or fault of CONTRACTOR the
Work is suspen&d for a period of more than ninety days
by OWNER or under an order of court or (Allier public
authority, or ENGINE Y fails to acon any Application
for Payment within thirty days after it is submitted or
OWNER fails lot thirty days to pay CONTRACTOR any
sutra finally, determined to be due, then CONTRACTOR
mav, upon seven days' written notice to OWNER and
ENGINEER, and provided OWNER or ENGINEER do not
remedy, such suspension or failure within thin time,
terminate the Agreement and recover Gam OSl'N-ER
piv,ment on the same terms as provided in paragraph 15.4.
In lieu of teratimtting the Agreement and without prejudice
to any other no or remedy, if INGE—IM has failed to
act on an Application for Payment within thirty, days after it
is stbmitud, or OWNER has failed for thirty days W pay
00IN'TRACTOR any sum finally determined W be due,
CONTRACTOR may upon seven days' written notice to
OWNER and FINGINFHR stop the Work until payment of
all such amounts due CONTRACTOR, including interest
thereon. The provisions of this paragraph 15.5 are not
intended to preclude CONTRACTOR from making claim
under Articles I I and 12 for an increase in Contract Price
or Contract Times or otherwise for expenses or damage
directly attributable W CONT•RAC:I'Ms slopping Work us
permitted by this paragraph
ARTICLE 16- DISTti'M ROMMATTION
if and to the extent dust OWNER and CONTRACTOR
have agreed on the method and procedure for resolving
disputes between them that may arise under this
Agreement, such dispute resolution method and procedure,
if anv, shall he as set forth in rehihiiG(%A, "Dispute
Reso6on Agreement", to he attached hereto and made a
pan hereof, If no such agreement on the method and
procedure for resolving such disputes has been reached,
and subject to the provisions of paragmphs9_10, 9,11 and
9,12, 01tN`ER and CONTRACTOR may exercise such
rights or remedies as either may otherwise have under the
Contract Documents a by Laws or Regulations in respect
of any dispute.
ARTICLE 17-3iiSCELLANE0LS
Ghing Notice:
17.1 Whenever any provision of the Contract
Documents requires the giving of written notice.. it will be
deemed to have been validly given if delivered in person to
the individual or to a member of the firm, or to an officer of
the corporation for whore it is intended, or if delivered at or
sent by registered or certified maiL postage prepaid to the
last business address known to the giver of the notice.
17.2. Computation of Time:
17.2.1.'When any period of time is referred W in the
Contract Documents by days it will be computed to
exclude the first and include the last day of such
period. If the last day, of any such period falls on a
Saturday or Sunday or on a day made a legal holiday
by the law of the applicable jurisdiction. such dray will
be omitted from the co mpotation.
FJQX7MNERAI. COh'L riONS1914-8(19WF6IM
w' aTY E)j= FoR r CY?LLIM MCDifflCATiONS (Rol' 42aWt
17.1_ A calendar day of twenty-four hours measured
from midnight W the nest midnight will constitute a
oruv
Notice of Claim_
173 Should OWNER or MKI RACTOR suffer injuy
or damage W person or property because of any error,
cuntssion or act of the other party or of am of the other
party's employees or agents or others for whose acts the
other pmft is legally liable, claim will be made in writing
to the other pnm• within a reasonable time of the first
observance of such injure or damage. The provisions of
this paragraph 17.3 shall not he construed as a suhstimte
far or waiver of the provisions of any applicable statute
of limitations or repose.Cumulatim Remedies
17A. The duties and obligations imposed by these
Gencral Conditions and the rights and remedies available
hereunder to the parties hereto. and. in particular but
without limitation, the warranties, guarantees and
obligations imposed upon C0KfRAC`lOR by
p aragmp hs 6..12, 6.16, 6.3o, 6.31, 632. 13.1, 13.12, 13.14,
14.3 and 15s and all of the rights and remedies available
to OWNER and FNGT\'FER thercurder, are in addition
to, and are not to he construed in any way as a limitation
of, any rights and remedies available to atv or all of them
which we otherwise imposed or available by Laws or
Regulations by special warranty or guarantee or by other
provisions of the Contract Documents, aril the provisions
of this paragraph will be as effective as if rcpcated
specifically in the Contract Documents in connection with
each particular duty, obligation right and remedy to which
they apply-
Profeuiomal tees and Court Com Included:
175 Whenever reference is made to "claims, casts.
losses and damages", it shall include in each case, but nee
be limited to, all fees and charges of engineers, architects,
attorneys and other professionals and ail court or
arbitration or other dispute resolution costs.
17 G The laws, of the, State of Colorado apph• to this
Agreement, Reference to two pertinent Colorado statutes
suer as follrny�s;
IT6.2. If a claim is filed. 0t4'NER is required be
law €C.RS 38- 6-1071 to wihhlold teen all navments to
CT of iirient finds to insure the
p>aymcnt of all t Wars fer lab r,,..materials tram hire,
ststerance. oravisions. provender, or other supplies
used or consumed by CONTRACTOR or his
33
iA E)CDCOMRA1. CONPMOM, MO-8{1WIU&im!
us<«N OF FORT GULLIhS A111ICA7l0NS Oi£t' d,'� WIUI
(This }rage left blank intentionally)
E.RW CiENHRAI. C:O%'I" OM 19108 (1990 Fallim) 3J
ws CI Y OF FORT CY7LL1Iv^o MOUII3CA"t10K3 (Itt31+412tMri97
EJCUCOLidE7i!11. CC�NiMTIUI35141t1-3 {l49(1 Emuali
36 w•' (ITY OF FORT C:OLLLIZ MODIFICAIION3 (KL"V dt2UFiV1
EXHIBIT GC -A to General Conditions
of the Construction Contract Between
OWNER and CONTRACTOR
DISPUTE RESOLUTION AGREEMENT
OWNER and CONTRACTOR hereby agree that
Article 16 of the General Conditions oI the Construction
Contract between 0WKP.R and CONTRACTOR is
amended to include the following agreement of the parties:
16.1. All claims, disputes and other manes in
question between OWNER and CONTILAM'OR arcing
out of or relating to the Contract Documents or the breach
thereof (cxrept. for claims which have been waived by the
making or acceptance of foal payment as provided by
paragraph iA.U) will be decided by arbitration in
accordance with the Construction industry Arbitratton
Rules of the American Arbitration Association then
obtaining, subject to the limitations of the Article 16, This
agreement so to arbitrate and any other atircement or
Consent to arbitrate entered into in accordance herewith as
provided in this Article 16 will he specifically cnttrceable
under the prevailing law of any court having juxilddion
16.2, No demand for arbitration of any claim, dispute
or other matter drat is required to be relvrrLd to
ENGfN"EER initially for decision in accordance with
paragraph 9.11 will be made until the earlier of (a) the date
on which ENGINEFR has rendered a written decision or
(h) the thirty-first day after the parties have presented their
evidence to E•NGINEFR if a written decision has not been
rehired by ENGINEER before that date. No demand for
arbitration of any such claim, dispute or other matter will
be made later than thiny days after the bate on which
ENGI'NEMR has rendered a written decision in respect
thereof in accordance with paragraph 9.11; and the failure
to demand arbitration within said thirty days period will
result in GINTER's decision being final and binding
upon OWNER and CONTRACTOR. if ENGIN R.
renders a decision after arbitration proceedings have been
initiated such decision may be entered as evidence but will
not supersede the arbitration proceedings, except where the
decision is acceptable to the parties concerned. No demand
for arbitration of any written decision of LNI MER
rendered in accordance with paragraph 9,10 will be made
later than ten days alter the party making such demand has
delivered written notice of intention to appeal as provided
in paragraph 9.1 d0,
16.3 Notice of the demand for arbitration will be
filed in writing with the other party to the Agreement and
with the .American Arbitration Association and a cop} will
be sent. to TNGrr3EER for information. The demand for
arbitration will be made within the thirty -day or ten-day
period specified in paragraph 16.2 as applicable, and in all
outer cases within a reasonable time after the claim, dispute
or other matter in question has arisen, and to no event shall
anv such demand be made after the date when institution of
legal or equitable prooeeduy s based on such claim, dispute
or other matter in question would be hawed lw- the
applicable statute of limitations.
1XDC GM,1FRAL COtiDMONS 19144 <19901,61imn
w/ OTY OF FORT COLUMS MODIFWAT[O1N'S (RF11 9199)
16A, Except as provided in paragraph 16.5 below.
no arbitration arising out of or relating to the Contract
Documents shall include by cursulidation. jointer or in any
other maimer any other person or entity (including
e1 ofNEER- ENGINEEles Consultant and the officas,
directors, agents, employees or consultants of any of them)
who is not a party to this contract unless.
16A.1, the inclusion of such other person or entity is
necessary if complete relief is to be afforded among
those who are already parties to the arbitration, and
16-4.2. such other person or entity is substantially
involved in a question of law or facf which is common
to those who are already parties to the arbitration and
which will arise in such proceedings. and
16,4.3, the written consent of the other person or
entity sought to be included and of OWNER and
CONTRACTOR has hcen obtained for such inclusion,
which consent shall make specific reference to this
ptxagmph; but no such consent shall constitute consent
to arbitration of any clispute not specifically described
in such consent or to arbitration with any party not
specifically identified in such conscra.
16.5. Notwithstanding paragraph I64, if a claim,
dispute or other matter in question between OWNER and
CONTRACTOR involves the Work of a Subcontractor,
either OWNER or CONTRACTOR may join such
Subcontractor as a party to the arbitration between OWNER
and CONTRACTOR hereunder CONiRACfOR shall
include in all subcontracts required by paragraph 6,11 a
specific provision whereby the Subcontractor consents to
being joined in an arbitration lxzwem OWNER and
CONTRACTOR involving the lVirk of such
Subcontractor. Nothing in this paragraph 16.5 no in the
provision of such subcontract consenting to joinda shall
create any claim, right or causeof action in favor of
Subcontracts and against OW,MR, ENGINEER or
ENGIN[EER's Consultants that does not otherwise exist.
16.6. The award rendered in, the arbitrators will be
final, judgment may be entered upon it in any court having
jurisdiction thereof, and it will not be subject to
modification or alpmt
16 T OWNER and CONTYCACTOR agree that they
shall first submit any and all unsettled claims,
counterclaims, disputes and other matters at question
between them arising out of or relating to the Contract
Documents or the breach thereof (disputes"), to mediation
by the American Arbitration Association under the
Construction Induatn Alediation Rules of the American
Arbitration Asuociatic print to either of them imitating
against the other a demand for arbitration pursuant to
paragraphs 16.1 through 16.6, unless delay intrattating
arbitration would irrevocably prejudice one of the parties.
The respective thirty, and ten day time limits within which
to file a demand for arbitration as provided in paragraphs
16.2 and 16.3 above shall be suspended with respect to a
dispute submitted to mediation within theme same
applicable time limits and shall remain suspended until ten
days after the termination of the mediation. The mediator
of any disp Cite submhiacd to mediation under this .Agreement
shall not serve as arbitrator of such dispute unless other -wise
agreed.
QC -AI
FJCDC CFA`FRA[, COMMONS 1910.9 (1 "0 F hind
w+ CITY OF FORT COLL114S AfODIFICAT10\11RM, 9.99i
(3C-AI
SE
SECTION 00800
SUPPLEMENTARY CONDITIONS
SECTION 00800
SUPPLEMENTARY CONDITIONS
Conditions of the Contract
These Supplementary Conditions amend or supplement the General Conditions of
the Construction Contract (EJCDC General Conditions 1910-8, 1990 edition with
City of Fort Collins modifications) and other provisions of the Contract
Documents as indicated below.
SC-5.4.8 Limits of Liability
A. Add the following language at the end of paragraph 5.4.8.
The limits of liability for the insurance required by the paragraph
numbers of the General Conditions listed below are as follows:
5.4.1 and 5.4.2
Coverage A - Statutory Limits
Coverage B - $100,000/$100,000/$500,000
5.4.3 and 5.4.5 Commercial General Liability policy will have limits of
$1,000,000 combined single limits (CSL). This policy will include
coverage for Explosion, Collapse, and Underground coverage unless waived
by the Owner.
5.4.6 The Comprehensive Automobile Liability Insurance policy will have
limits of $1,000,000 combined single limits (CSL).
5.4.9 This policy will include completed operations coverage/product
liability coverage with limits of $1,000,000 combined single limits
(CSL).
SC-12.3 Add the following language to the end of paragraph 12.3.
Contractor will include in the project schedule (0) days lost due to
abnormal weather conditions.
7/96 Section 00800 Page 1
5. CLICK: "Most Current Set" to View the list of
documents available for the pro'
Drder items 4y clicking the W cart icon: Start Ordar
�tclril „ S,t wiser
li � Mos[ Curcent Set Path: MOst Current Set As or 1011212005 1444;00Mo ntam
%'@jIssue Set ,
R`�Bevision 1 a'
1"jjReyision 2j ® Issue Set 7/29/2002 Architectural 24%36 LBW -
lmz yi1 Issue Set 7/29/2002 Architectural 24%36 LBW -
BA2 S7 Revision 2/10/2004 Architectural 24%36 LBW -
�� ' Issue Set 7/29/2002 Architectural 24%36 LBW -
EhA=S 54 Revision 1 11/12/2003 Architectural 24%36 LBW -
6. CLICK: Sheet No. to view
7. CLICK: 51 to add a specific document t your
"Shopping Cart"
8. CLICK: I Start My order to place the order for printing
9. REGISTER -or- LOGIN
10. SELECT: Process -Media, Output Size and Binding options
11. ENTER: Job Number and PO information then click Next.
12. REVIEW: Recipient information.
13. ENTER: Quantities
14. CLICK: the down arrow to populate order.
15. SELECT: Delivery options and Due time.
16. ENTER: Your phone number in the special instructions
box.
17. CLICK: Next.
18. REVIEW order
19. CLICK: SUBMIT
Planwell contacts:
Marie Owens 970-484-1201, mowens@mercury-ldo.com
David Bacon-720-220-7683, dbacon@mercury-ldo.com
07/2001 Section 00020 Page 4
SECTION 00900
ADDENDA, MODIFICATIONS AND PAYMENT
00950 Contract Change Order
00960 Application for Payment
9/99
NUMBER
1
2
3
Section 00960
APPLICATION FOR PAYMENT PAGE 1 OF 4
OWNER: City of Fort Collins PROJECT: APPLICATION NUMBER:
APPLICATION DATE:
PERIOD BEGINNING:
ENGINEER: CONTRACTOR: PERIOD ENDING:
PROJECT NUMBER:
CHANGE ORDERS Application is made for Payment as shown below in connection with Contract
DATE
Net Change by Change Order
AMOUNT
$0.00
The present status of the account for this Contract is as
follows:
Original Contract Amount:
Net Change by Change Order:
Current contract Amount:
Total Completed and Stored to Date:
Less Previous Applications:
Amount Due this Application - Before Retainage:
Less Retainage:
AMOUNT DUE THIS APPLICATION:
CERTIFICATION:
The undersigned CONTRACTOR certifies that all obligations of CONTRACTOR incurred in connection with
the Work have been satisfied as required in Paragraph 14.3. of the General Conditions of the Contract.
The above Amount Due This Application is requested by the
CONTRACTOR.
Date:
By:
Payment of the above Amount Due This Application is recommended by the ENGINEER.
I Date:
By:
Payment of the above Amount Due This Application has been reviewed by the OWNER'S Project Manager.
Date:
By:
Payment of the above Amount Due This Application is approved by the OWNER.
9/997/96 Section 00960 Page 1
$0.00
$0.00
$0.00
APPLICATION FOR
CONTRACT AMOUNTS
PAYMENT
PAGE 2 OF 4
Work
Work
Work
Completed
Completed
Completed
Stored
This
Previous
To
Bid
Month
Periods
Date
Materials
Total
Item
This
Earned Percent
Unit
Number Description Quantity Units Price Amount
Qty.
Amount
Qty. Amount
Qty.
Amount
Period
To Date Billed
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
TOTALS $0.00
$0.00
$0.00
$0.00
$0.00
7/96 Section 00960 Page 2
CHANGE ORDERS
APPLICATION FOR PAYMENT
PAGE 3 OF 4
Work
Work
Work Completed
Completed
Completed
Stored
This
Previous
To
Bid
Month
Periods
Date
Materials
Total
Item
This
Earned Percent
Unit
To
Number Description Quantity Units
Price Amount
Qty. Amount
Qty. Amount
Qty.
Amount
Period
Date Billed
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
TOTALS CHANGE ORDERS
$0.00
$0.00
$0.00
$0.00
$0.00
PROJECT TOTALS
$0.00
$0.00
$0.00
$0.00
$0.00
7/96 Section 00960 Page 3
STORED MATERIALS
SUMMARY
On Hand Received Installed
Item Invoice Previous This This
Number Number Description Application Period Period
PAGE 4 OF 4
On Hand
This
Application
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
TOTALS $0.00 $0.00
$0.00
$0.00
7/96 Section 00960 Page 4
2007 CONCRETE STREET MAINTENANCE PROJECT
GENERAL REQUIREMENTS INDEX
SECTION
01010 Summary of Work
01040 Coordination
01310 Construction Schedules
01330 Survey Data
01340 Shop Drawings
01410 Testing
01510 Temporary Utilities
01560 Temporary Controls
01700 Contract Closeout
01800 Method of Measurement and Basis of Payment
PAGE NUMBERS
General Requirements 1-2
General Requirements 3-4
General Requirements 5-6
General Requirements 7
General Requirements 8-10
General Requirements 11-12
General Requirements 13
General Requirements 14-15
General Requirements 16
General Requirements 17
SECTION 01010
SUMMARY OF WORK
1.1 DESCRIPTION OF WORK
A. This work shall consist of the removal and/or installation of concrete curbs, gutters, sidewalks, drive approaches,
inlets, concrete pavement and pedestrian access ramps and placement of temporary asphalt patching adjacent to
new concrete on East Mountain Avenue in the City of Fort Collins. Specific locations are described in Section
3500, Project Map.
B. Protection and Restoration.
1. Replace to equal or better conditions all items removed and replaced or damaged during construction. Restore
all areas disturbed to match surrounding surface conditions. Also see tree protection standards.
C. Construction Hours
1. Construction hours, except for emergencies, shall be limited to 7:00 a.m. to 6:00 p.m., Monday through Friday,
unless otherwise authorized in writing by the Engineer. After hour equipment operation shall be in accordance
with Section 1560.
2. Any work performed by the Contractor outside of the construction hours, whether or not authorized by the
Engineer, shall entitle the Owner to deduct from compensation due to the Contractor sufficient funds to cover
the Owner's costs in providing field engineering and/or inspection services because of such work. The cost for
field engineering and inspection shall be $50.00 per hour.
1.2 NOTICES TO PRIVATE OWNERS AND AUTHORITIES
A. Notify private owners of adjacent property, utilities, irrigation canal, and affected governmental agencies when
prosecution of the Work may affect them.
B. Give notification 48 hours in advance to enable affected persons to provide for their needs when it is necessary to
temporarily deny access or services.
C. Contact utilities at least 48 hours prior excavating near underground utilities.
D. Contact all agencies at least 72 hours prior to start of construction. Notify all agencies of the proposed scope of
work schedule and any items which would affect their daily operation.
E. Rick Richter and/or Erika Keeton will be the ENGINEER (Project Engineer/Manager).
Rick Richter 970.221.6798 Mobile/Pager 970.222.1132
Erika Keeton 970.221.6605 Mobile/Pager 970.222.0787
F. Names and telephone numbers of affected agencies and utilities in the area are listed below for Contractor's
convenience.
General Requirements - Page 1 of 17
UTILITIES
Water:
City of Fort Collins, Colorado
970-221-6700, Meter Shop 970-221-6759
Storm Sewer:
City of Fort Collins, Colorado
970-221-6700
Sanitary Sewer:
City of Fort Collins, Colorado
970-221-6700
Electrical:
City of Fort Collins, Colorado
970-221-6700
Gas:
Excel Energy
970-482-5922,970-221-8553
Telephone:
Qwest
970-484-0300, 970-226-63 10
Traffic Operations:
City of Ft. Collins, Colorado
970-221-6608
Cable Television:
Comcast
970-493-7400
*Utility Locates Under One -call System
1-800-922-1987
AGENCIES
Safety:
Occupational Safety and Health Administration
(OSHA): 844-3061
Fire:
Poudre Fire Authority
Non -Emergency: 970-221-6581
Emergency: 911
Police:
City of Fort Collins Police Department
Non -Emergency: 970-221-6550
Emergency: 911
Postmaster:
US Postal Service: 970-225-4111
Transportation:
Transfort: 970-221-6620
Traffic Engineering: 970-221-6608
END OF SECTION
Larimer County Sheriffs Department:
Non -Emergency: 970-221-7177
Ambulance:
Poudre Valley Hospital
Non -Emergency: 970-484-1227
Emergency: 911
General Requirements - Page 2 of 17
SECTION 01040
COORDINATION
1.1 GENERAL CONTRACTOR RESPONSIBILITIES
A. Coordinate operations under contract in a manner which will facilitate progress of the Work. The Contractor shall
also coordinate with the Landscape Contractor whose Work is separate from the General Contractor' s contract.
Conform to the requirements of public utilities and concerned public agencies in respect to the timing and manner
of performance of operations which affect the service of such utilities, agencies, or public safety.
C. Coordinate operations under contract with utility work to allow for efficient completion of the Work.
D. Coordinate all operations with the adjoining property owners, business owners, and surrounding neighborhoods to
provide satisfactory access at all times and keep them informed at all times.
1.2 CONFERENCES
A. A Pre -construction Conference will be held prior to the start of construction.
L Contractor shall participate in the conference accompanied by all major Subcontractors, including the Traffic
Control Supervisor assigned to the project.
2. Contractor shall designate/introduce Superintendent, and major Subcontractors supervisors assigned to project.
3. The Engineer shall invite all utility companies involved.
4. The Utilities will be asked to designate their coordination person, provide utility plans, and their anticipated
schedules.
5. The Engineer shall introduce the project Representatives.
B. Additional project coordination conferences will be held prior to start of construction for coordination of the Work,
refining project schedules, and utility coordination.
C. Engineer may hold coordination conferences to be attended by all involved when Contractor's operations affects, or
is affected by, the work of others.
1. Contractor shall participate in such conferences accompanied by Subcontractors as required by the Engineer.
1.3 PROGRESS MEETINGS
A. Contractor and Engineer's Project Representatives shall schedule and hold regular progress meetings at least
weekly and at other times as requested by the Engineer or required by the progress of the Work.
B. Attendance shall include:
1. Contractor and Superintendent.
2. Owner's Representatives.
3. Engineer and Resident Project Representative.
4. Traffic Control Supervisor
5. Others as may be requested by Contractor, Engineer or Owner.
General Requirements - Page 3 of 17
C. Minimum agenda shall include:
1. Review of work progress since last meeting.
2. Identification and discussion of problems affecting progress.
3. Review of any pending change orders.
4. Revision of Construction Schedule as appropriate.
D. The Engineer and Contractor shall agree to weekly quantities at the progress meetings. The weekly quantity sheets
shall be signed by both parties. These quantity sheets, when signed, shall be final and shall be the basis for the
monthly progress estimates. This process ensures accurate monthly project pay estimates.
END OF SECTION
General Requirements - Page 4 of 17
Prospective Bidders are invited to present their questions relative to this
Bid proposal at this meeting.
Bids will be received as set forth in the Bidding Documents.
The work is expected to be commenced within the time as required by Section
2.3 of General Conditions. Substantial Completion of the work is required as
specified in the Agreement.
The successful Bidder will be required to furnish a Performance Bond and a
Payment Bond guaranteeing faithful performance and the payment of all bills
and obligations arising from the performance of the Contract.
No Bid may be withdrawn within a period of forty-five (45) days after the date
fixed for opening Bids.
The OWNER reserves the right to reject any and all Bids, and to waive any
informalities and irregularities therein.
Bid security in the amount of not less than 5% of the total Bid must accompany
each Bid in the form specified in the Instructions to Bidders.
Sales Prohibited/Conflict of Interest: No officer, employee, or member of City
Council, shall have a financial interest in the sale to the City of any real
or personal property, equipment, material, supplies or services where such
officer or employee exercises directly or indirectly any decision -making
authority concerning such sale or any supervisory authority over the services
to be rendered. This rule also applies to subcontracts with the City.
Soliciting or accepting any gift, gratuity favor, entertainment, kickback or
any items of monetary value from any person who has or is seeking to do
business with the City of Fort Collins is prohibited
City of Fort Collins
By
James B. O'Neill, II, CPPO, FNIGP
Purchasing/Risk Management Director
07/2001 Section 00020 Page 5
SECTION 01310
CONSTRUCTION SCHEDULES
1.1 GENERAL
A. The contractor shall prepare a detailed schedule of all construction operations and procurement after review of
tentative schedule by parties attending the pre -construction conference. This schedule will show how the contractor
intends to meet the milestones set forth.
1. No work is to begin at the site until Owner's acceptance of the Construction Progress Schedule and Report of
delivery of equipment and materials.
1.2 FORMAT AND SUBMISSIONS
A. Prepare construction and procure schedules in a graphic format suitable for displaying scheduled and actual
progress.
B. Submit two copies of each schedule to Owner for review.
1. Owner will return one copy to Contractor with revisions suggested or necessary for coordination of the Work
with the needs of Owner or others.
C. The schedule must show how the street, landscaping and various utility work will be coordinated.
1.3 CONTENT
A. Construction Progress Schedule.
1. Show the complete work sequence of construction by activity and location.
2. Show changes to traffic control.
3. Show project milestones
B. Report of delivery of equipment and materials.
1. Show delivery status of critical and major items of equipment and materials.
2. Include a schedule which includes the critical path for Shop Drawings, tests, and other submittal requirements for
equipment and materials, reference Section 01340.
1.4 PROGRESS REVISIONS
A. Submit revised schedules and reports at weekly project coordination meetings when changes are foreseen, when
requested by Owner or Engineer, and with each application for progress payment.
B. Show changes occurring since previous submission.
1. Actual progress of each item to date.
2. Revised projections of progress and completion.
C. Provide a narrative report as needed to define:
1. Anticipated problems, recommended actions, and their effects on the schedule.
2. The effect of changes on schedules of others.
General Requirements - Page 5 of 17
1.5 OWNER'S RESPONSIBILITY
A. Owner's review is only for the purpose of checking conformity with the Contract Documents and assisting
Contractor in coordinating the Work with the needs of the Project.
B. It is not to be construed as relieving Contractor from any responsibility to determine the means, methods, techniques,
sequences and procedures of construction as provided in the General Conditions.
END OF SECTION
General Requirements - Page 6 of 17
SECTION 01330
SURVEY DATA
1.1 SURVEY REQUIREMENTS
A. The Owner will provide the construction surveying for the street and landscaping improvements. City Survey
Crews will perform the surveying required.
B. The Contractor must submit a survey request form to the City Surveyors a minimum of 48 hours prior to needing
surveying.
C. If the requested surveying cannot be accomplished in the time frame requested by the Contractor, the survey
personnel shall notify the Contractor with the date on which the requested work will be completed.
D. Should a sudden change in the Contractor's operations or schedule require the survey personnel to work overtime,
the Contractor shall pay the additional overtime expense.
E. The Contractor shall protect all survey monuments and construction stakes. If it is unavoidable to remove a survey
monument or construction stakes, the Contractor is responsible for notifying the Surveyor and allowing enough
time for the monuments or stakes to be relocated. The Contractor will be responsible for the cost of re -staking
construction stakes and for the cost of re-establishing a destroyed monument.
The Contractor shall be responsible for transferring the information from the construction stakes to any necessary
forms and for constructing all pipelines, drainage ways, pavements, inlets, walls, and other structures in accordance
with the information on the stakes and grade sheets supplied by the Owner.
END OF SECTION
General Requirements - Page 7 of 17
SECTION 01340
SHOP DRAWINGS
1.1 GENERAL
A. Submit Shop Drawings, Samples, and other submittals as required by individual specification sections.
1. Engineer will not accept Shop Drawings or other submittals from anyone but Contractor.
B. Schedule: Reference Section 01310, Construction Schedules. Submittals received by Engineer prior to the time set
forth in the approved schedule will be reviewed at anytime convenient to Engineer before the time required by the
schedule.
C. Any need for more than one re -submission, or any other delay in obtaining Engineer's review of submittals, will not
entitle Contractor to extension of the Contract Time unless delay of the Work is directly caused by failure of
Engineer to return any scheduled submittal within 10 days after receipt in his office of all information required for
review of the submittals or for any other reason which prevents Engineer's timely review. Failure of Contractor to
coordinate submittals that must be reviewed together will not entitle Contractor to an extension of Contract Time or
an increase in Contract Price.
D. Resubmit for review a correct submittal if errors are discovered during manufacture or fabrication.
E. Do not use materials or equipment for which Shop Drawings or samples are required until such submittals, stamped
by Contractor and properly marked by Engineer, are at the site and available to workmen.
F. Do not use Shop Drawings which do not bear Engineer's mark "NO EXCEPTION TAKEN" in the performance of
the Work.
Review status designations listed on Engineer's submittal review stamp are defined as follows:
1. NO EXCEPTION TAKEN
Signifies material or equipment represented by the submittal conforms with the design concept, complies with
the information given in the Contract Documents and is acceptable for incorporation in the Work. Contractor is
to proceed with fabrication or procurement of the items and with related work. Copies of the submittal are to be
transmitted for final distribution.
2. REVISE AS NOTED
Signifies material or equipment represented by the submittal conforms with the design concept, complies with
the information given in the Contract Documents and is acceptable for incorporation in the Work in accordance
with Engineer's notations. Contractor is to proceed with the Work in accordance with Engineer's notations and
is to submit a revised submittal responsive to notations marked on the returned submittal or written in the letter
of transmittal.
3. REJECTED
Signifies material or equipment represented by the submittal does not conform with the design concept or
comply with the information given in the Contract Documents and is not acceptable for use in the Work.
Contractor is to submit submittals responsive to the Contract Documents.
General Requirements - Page 8 of 17
4. FOR REFERENCE ONLY
Signifies submittals which are for supplementary information only; pamphlets, general information sheets;
catalog cuts, standard sheets, bulletins and similar data, all of which are useful to Engineer or Owner in design,
operation, or maintenance, but which by their nature do not constitute a basis for determining that items
represented thereby conform with the design concept or comply with the information given in the Contract
Documents. Engineer reviews such submittals for general information but not for substance.
1.2 SHOP DRAWINGS
A. Include the following information as required to define each item proposed to be furnished.
1. Detailed installation drawings showing foundation details, and clearances required for construction.
2. Relation to adjacent or critical features of the Work or materials.
3. Field dimensions, clearly identified as such.
4. Applicable standards, such as ASTM or Federal Specification numbers.
5. Drawings, catalogs or parts thereof, manufacturer's specifications and data, instructions, performance
characteristics and capacities, and other information specified or necessary:
a. For Engineer to determine that the materials and equipment conform with the design concept and comply
with the intent of the Contract Documents.
b. For the proper erection, installation, and maintenance of the materials and equipment which Engineer will
review for general information but not for substance.
c. For Engineer to determine what supports, anchorages, structural details, connections and services are
required for materials and equipment, and the effect on contiguous or related structures, materials and
equipment.
6. Complete dimensions, clearances required, design criteria, materials of construction and the like to enable
Engineer to review the information effectively.
B. Manufacturer's standard drawings, schematics and diagrams:
1. Delete information not applicable to the Work.
2. Supplement standard information to provide information specifically applicable to the Work.
C. Format.
1. Present in a clear and thorough manner.
2. Minimum sheet size: 8 %2" x 11".
3. Clearly mark each copy to identify pertinent products and models.
4. Individually annotate standard drawings which are furnished, cross out items that do not apply, describe exactly
which parts of the drawing apply to the equipment being furnished.
5. Individually annotate catalog sheets to identify applicable items.
6. Reproduction or copies of portions of Contract Documents:
a. Not acceptable as complete fabrication or erection drawings.
b. Acceptable when used as a drawing upon which to indicate information on erection or to identify detail
drawings.
7. Clearly identify the following:
a. Date of submission.
b. Project title and number.
c. Names of Contractor, Supplier and Manufacturer.
d. Specification section number, specification article number for which items apply, intended use of item in the
work, and equipment designation.
e. Identify details by reference to sheet, detail, schedule or room numbers shown in the Contract Documents.
f. Deviations from Contract Documents.
g. Revisions on re -submittals.
General Requirements - Page 9 of 17
h. Contractor's stamp, initialed or signed, certifying to review of submittal, verification of products, field
measurements and field construction criteria, and coordination of the information within the submittal with
requirements of the Work and the Contract Documents.
1.3 SUBMISSION REQUIREMENTS
A. Make submittals promptly in accordance with approved schedule, and in such sequence as to cause no delay in the
Work or in the work of any other contractor.
B. Minimum number required:
1. Shop Drawings.
a. Three (3) copies minimum, two (2) copies which will be retained by Engineer.
1.4 RE -SUBMISSION REQUIREMENTS
A. Make corrections or changes required by Engineer and resubmit until accepted.
B. In writing call Engineer's attention to deviations that the submittal may have from the Contract Documents.
C. In writing call specific attention to revisions other than those called for by Engineer on previous submissions.
D. Shop Drawings.
I. Include additional drawings that may be required to show essential details of any changes proposed by
Contractor along with required wiring and piping layouts.
END OF SECTION
General Requirements -Page 10 of 17
SECTION 01410
TESTING
1.1 GENERAL
A. Provide such equipment and facilities as the Engineer may require for conducting field tests and for collecting and
forwarding samples. Do not use any materials or equipment represented by samples until tests, if required, have
been made and the materials or equipment are found to be acceptable. Any product which becomes unfit for use
after approval hereof shall not be incorporated into the work.
B. All materials or equipment proposed to be used may be tested at any time during their preparation or use. Furnish
the required samples without charge and give sufficient notice of the placing of orders to permit the testing.
Products may be sampled either prior to shipment or after being received at the site of the work.
C. Tests shall be made by an accredited testing laboratory selected by the Owner. Except as otherwise provided,
sampling and testing of all materials and the laboratory methods and testing equipment shall be in accordance with
the latest standards and tentative methods of the American Society for Testing Materials (ASTM).
D. Where additional or specified information concerning testing methods, sample sizes, etc., is required, such
information is included under the applicable sections of the Specifications. Any modification of, or elaboration on,
these test procedures which may be included for specific materials under their respective sections in the
Specifications shall take precedence over these procedures.
1.2 OWNER'S RESPONSIBILITIES
A. Owner shall be responsible for and shall pay all costs in connection with testing for the following:
1. Soil tests, except those called for under Submittals thereof.
2. Tests not called for by the Specifications of materials delivered to the site but deemed necessary by Owner.
3. Concrete test, except those called for under Submittals thereof.
1.3 CONTRACTOR'S RESPONSIBILITIES
A. In addition to those inspections and tests called for in the General Conditions, Contractor shall also be responsible
for and shall pay all costs in connection with testing required for the following:
L All performance and field testing specifically called for by the specifications.
2. All retesting for Work or materials found defective or unsatisfactory, including tests covered under 1.2 above.
3. All minimum call out charges or standby time charges from the tester due to the Contractor's failure to pave,
pour, or fill on schedule for any reason except by action of the Engineer.
B. Contractor shall notify the Project Engineer 48 hours prior to performing an operation that would require testing.
1.4 CONTRACTOR'S QUALITY CONTROL SYSTEM
A. General: The Contractor shall establish a quality control system to perform sufficient inspection and tests of all items
of Work, including that of his subcontractors, to ensure conformance to the functional performance of this project.
This control shall be established for all construction except where the Contract Documents provide for specific
compliance tests by testing laboratories or engineers employed by the Owner. The Contractor's control system shall
specifically include all testing required by the various sections of these Specifications.
General Requirements - Page I I of 17
B. Superintendence: The Contractor shall employ a full time Superintendent to monitor and coordinate all facets of the
Work. The Superintendent shall have adequate experience to perform the duties of Superintendent.
C. Contractor's quality control system is the means by which he assures himself that his construction complies with the
requirements of the Contract Documents. Controls shall be adequate to cover all construction operations and should
be keyed to the proposed construction schedule.
D. Records: Maintain correct records on an appropriate form for all inspections and tests performed, instructions
received from the Engineer and actions taken as a result of those instructions. These records shall include evidence
that the required inspections or tests have been performed (including type and number of inspections or test, nature
of defects, causes for rejection, etc.) proposed or directed remedial action, and corrective action taken. Document
inspections and tests as required by each section of the Specifications. Provide copies to Engineer weekly.
END OF SECTION
General Requirements - Page 12 of 17
SECTION 01510
TEMPORARY UTILITIES
1.1 UTILITIES
A. Furnish all utilities necessary for construction.
B. Make arrangements with Owner as to the amount of water required and time when water will be needed.
1. Meters may be obtained through the Water Utility Meter Shop at 221-6759
2. Unnecessary waste of water will not be tolerated.
C. Furnish necessary water trucks, pipes, hoses, nozzles, and tools and perform all necessary labor.
1.2 SANITARY FACILITIES
A. Furnish temporary sanitary facilities at each site for the needs of construction workers and others performing work or
furnishing services on the Project.
B. Properly maintain sanitary facilities of reasonable capacity throughout construction periods.
C. Enforce the use of such sanitary facilities by all personnel at the site.
D. Obscure from public view to the greatest practical extent.
END OF SECTION
General Requirements - Page 13 of 17
SECTION 01560
TEMPORARY CONTROLS
1.1 NOISE CONTROL
A. Take reasonable measures to avoid unnecessary noise when construction activities are being performed in populated
areas.
B. Construction machinery and vehicles shall be equipped with practical sound muffling devices, and operated in a
manner to cause the least noise consistent with efficient performance of the Work.
C. Cease operation of all machinery and vehicles between the hours of 6:00 p.m. and 7:00 a.m.
1.2 DUST CONTROL
A. Dusty materials in piles or in transit shall be covered when necessary to prevent blowing.
B. Earth and road surfaces subject to dusting due to construction activities and detouring of traffic shall be kept moist
with water or by application of a chemical dust suppressant.
1. Chemical dust suppressant shall not be injurious to existing or future vegetation.
1.3 POLLUTION CONTROL
A. Prevent the pollution of drains and water courses by sanitary wastes, concrete, sediment, debris and other substances
resulting from construction activities.
1. Retain all spent oils, hydraulic fluids and other petroleum fluids in containers for disposal off the site.
2. Prevent sediment, debris or other substances from entering sanitary sewers, storm drains and culverts.
1.4 EROSION CONTROL
A. Take such measures as are necessary to prevent erosion of soil that might result from construction activities.
1. Measures in general will include:
a. Control of runoff.
b. Trapping of sediment.
c. Minimizing area and duration of soil exposure.
d. Temporary materials such as hay bales, sand bags, plastic sheets, riprap or culverts to prevent the erosion of
banks and beds of watercourses or drainage swales where runoff will be increased due to construction
activities.
B. Preserve natural vegetation to greatest extent possible.
C. Locate temporary storage and route construction traffic so as to preserve vegetation and minimize erosion.
D. Comply with the City of Fort Collins' Storm Drainage Erosion Control Manual.
General Requirements - Page 14 of 17
SECTION 00100
INSTRUCTIONS TO BIDDERS
1.5 TRAFFIC CONTROL
A. Maintain traffic control in accordance with the "Manual of Uniform Traffic Control Devices" (MUTCD), the City of
Fort Collins "Work Area Traffic Control Handbook," and the current "Larimer County Urban Area Street
Standards." In the event of a conflict between the MUTED criteria and the City's criteria, the City's criteria shall
govern.
1.6 HAUL ROUTES
The Engineer reserves the right to set haul routes in order to protect pavements, both new and old, from heavy loads.
These pavements may include, but are not limited to, recently constructed pavements, recently overlaid pavements,
and/or pavements whose condition would be significantly damaged by heavy loads.
END OF SECTION
Geneml Requirements - Page 15 of 17
SECTION 01700
CONTRACT CLOSEOUT
1.1 CLEANING AND RESTORATION
A. Return the premises and adjacent properties to conditions existing or better than existing at the time the work was
begun. This will include providing labor, equipment and materials for cleaning, repairing and replacing facilities
damaged or soiled during construction. The Engineer will be the judge of the degree of restoration required.
1.2 PROJECT RECORD DOCUMENTS
A. Maintain on the job site, and make available to the Engineer upon request, one current marked -up set of the
drawings which accurately indicate all approved variations in the completed work that differ from the design
information shown on the drawings. Further, these drawings should reflect all underground obstacles encountered.
B. These record drawings along with any survey records, photographs and written descriptions of said work as may be
required by the Engineer shall be submitted prior to project acceptance.
END OF SECTION
General Requirements - Page 16 of 17
SECTION 01800
METHOD OF MEASUREMENT AND BASIS OF PAYMENT
1.1 DEFECTIVE WORK
A. Owner will not pay for defective work and will not pay for repair or additional work required to bring the project to
a point of acceptance.
1.2 BID PRICE
A. The Total Bid Price covers all Work required by the Contract Documents. All work not specifically set forth as a
pay item in the Bid Form shall be considered a subsidiary obligation of Contractor and all costs in connection
therewith shall be included in the prices bid for the various items of Work.
B. Prices shall include all costs in connection with the proper and successful completion of the Work, including
furnishing all materials, equipment and tools; and performing all labor and supervision to fully complete the Work.
C. Unit prices shall govern over extensions of sums.
D. Unit prices shall not be subject to re -negotiation.
1.3 ESTIMATED QUANTITIES
A. All quantities stipulated in the Bid Form at unit prices are approximate and are to be used only as a basis for
estimating the probable cost of the Work and for the purpose of comparing the bids submitted to the Work. The
basis of payment shall be the actual amount of materials furnished and Work done.
B. Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise on account of any
difference between the amount of Work actually performed and materials actually furnished and the estimated
amount therefor.
END OF SECTION
General Requirements - Page 17 of 17
SECTION 02000
PROJECT SPECIFICATIONS
The Colorado Division of Transportation "Standard Specifications for Road and Bridge Construction", 2005, and the
current Larimer County "Urban Area Street Standards", (hereafter referred to as the "Standard Specifications") are made
a part of this Contract by this reference, except as revised herein, and are hereby adopted as the minimum Standard
Specifications of Compliance for this project. In those instances where the Standard Specifications conflict with any of
the provisions of the preceding Sections, the preceding Sections shall govern.
INDEX OF REVISIONS
SECTION
104 Traffic and Parking Control
105 Control of Work
107 Protection and Restoration of Property and Landscape
108 Prosecution and Progress
201 Clearing and Grubbing
202 Removal of Structures and Obstructions
203 Excavation and Embankment
210 Reset Structures
212 Seeding, Fertilizer, and Sodding
304 Aggregate Base Course
403 Hot Mix Asphalt - Patching
604 Inlets and Culverts
608 & 609 Sidewalks, Curb and Gutter, Drive Approaches, Aprons, Crosspans, and Concrete Pavement
630 Construction Zone Traffic Control
REVISION OF SECTION 104
TRAFFIC AND PARKING CONTROL
Section 104 of the Standard Specifications is hereby revised as follows:
Subsection 104.04 shall include the following.
It shall be the Contractor's responsibility to clear parking from the streets when such parking will interfere with
the work. Prior to work that requires the streets) to be closed to parking and/or traffic, the streets) shall be
posted for "NO PARKING". The placement of these signs shall take place at least 24 hours prior to the
commencement of work and shall clearly show the type of work, and the day, date and times that the message
on the sign is in effect. (For example, if a street is to be patched on Wednesday, July 2, the street shall be
posted no later than Tuesday, July 1, by 7:00 a.m. with a sign that reads similar to: "NO PARKING,
WEDNESDAY, JULY 2, 7:00 A.M. TO 6:00 P.M., PATCHING") See sample "NO PARKING" sign. "NO
PARKING" signs shall remain in place until the street is opened to traffic and all clean up operations
completed.
Encroachment permits must be obtained for each parking space eliminated in order to perform
the Work. Permits are available from the City of Fort Collins Parking Services office at 215 North
Mason Street. Permits for spaces directly related to the repairs will be paid for by the Owner. Additional
spaces for staging will be the responsibility of the Contractor. If spaces are not available, the Contractor
is solely responsible for finding a suitable staging area. The location of the staging area must be
submitted and approved by the Engineer prior to use. Written authorization to use private property to
store equipment and materials shall be obtained from the property owner and submitted to the Owner
prior to mobilization and use. The Contractor shall also submit a letter of indemnification to the Owner
and the property owner.
Parking: Parking for Contractor employees will NOT be permitted in the work zone or in the
general Downtown vicinity. Rooftop Parking Passes for two Downtown parking structures are
available for $24/month per vehicle from the City of Fort Collins Parking Services Office. The Civic
Center structure is located on the southeast corner of Mountain and Mason, and the Old Town structure
is located on the southeast corner of Remington and Mountain. Both are conveniently located near the
project. All vehicles not required to perform the Work shall obtain a Rooftop Parking Pass, or be
confined to the limits of the staging area (if applicable).
All information on the "NO PARKING" signs, with the exception of the date, shall be in block letters
permanently affixed to the sign. Any information added to a sign, such as dates, shall be clearly legible and
written in block style letters.
Any work done by the Contractor without traffic control will not be paid for under the terms of this Contract.
The Contractor will not be paid for traffic control costs incurred during Contractor caused delays.
At or near the end of each work day, a representative of the Contractor, the Traffic Control Supervisor, and the
Engineer will meet to discuss the progress of the work and the placement of traffic control devices including
"NO PARKING" signs. Any necessary adjustments shall be made. The Contractor shall also review at this
time with the Engineer the proposed means of handling parking and traffic control for upcoming work. It is the
responsibility of the Contractor to minimize any inconvenience to the public as a result of this work.
At the above referenced meeting, the quantity of traffic control devices used that day shall be agreed upon by
the Contractor and the Engineer. The Contractor shall utilize forms approved by the Engineer for the tabulation
of Traffic Control Devices utilized.
Project Specifications — Page I of32
REVISION OF SECTION 104
TRAFFIC AND PARKING CONTROL
The Contractor shall maintain pedestrian and vehicular access to all businesses within the project at all
times. Pedestrian access must be clearly delineated and buffered from construction activities at all times,
and may include construction and installation of temporary ramps and wooden walkways as necessary.
Any changes in the traffic control, including additional signs, barricades, and/or flaggers needed in the field
shall be immediately implemented as directed by the Engineer.
The cost for traffic control is covered in 'Revision of Section 630, Construction Zone Traffic Control" found
herein.
Project Specifications — Page 2 of 32
NO
PARKING
Wea .holy 7
7:00 AM - 6:00 PM
PATCHING
Project Specifications — Page 3 of 32
REVISION OF SECTION 105
CONTROL OF WORK
Section 105 of the Standard Specifications is hereby revised as follows:
COOPERATION WITH UTILITIES
Subsection 105.10 shall include the following:
Concrete construction and/or reconstruction operations at intersections may involve the destruction and
replacement of traffic signal loop detectors. The existing traffic signal loop detectors shall be removed by the
contractor at no additional cost. New loop detectors may be installed at other intersections where they do not
now exist. New and replacement loop detectors will be installed by the City Traffic Division. The Contractor
shall cooperate with the schedule of this work to insure the timely installation of new loop detectors.
Also, the Contractor shall coordinate with the City Traffic Division to insure that any cleanup required afterthe
installation of the loop detectors will be completed before concrete placement operations begin.
COOPERATION BETWEEN CONTRACTORS
Subsection 105.11 shall include the following:
City Utilities, Parks, Traffic, concrete and utility contractors may perform work related to the project within or
near the limits of this project. The Contractor shall conduct the work without interfering or hindering the
progress or completion of the work being performed by other contractors. The Contractor shall coordinate
extensively with these entities to minimize traffic control and scheduling conflicts, and ensure timely
completion of all the work.
INSPECTION AND TESTING OF WORK
Subsection 105.15 shall include the following:
The Contractor shall keep the Engineer informed of his future construction operations to facilitate scheduling of
required inspection, measuring for pay quantities, and sampling. The Contractor shall notify the Engineer a
minimum of 24 hours in advance of starting any construction operation that will require inspection, measuring
for pay quantities, or sampling. Failure of the Contractor to provide such notice will relieve the owner and the
Engineer from any responsibility for additional costs or delays caused by such failure.
Inspection of the work or materials shall not relieve the Contractor of any of his obligations to fulfill his
contract as prescribed. Work and materials not meeting specifications shall be corrected and unsuitable work or
materials may be rejected, notwithstanding that such work or materials have been previously inspected by the
Engineer or that payment therefore has been included in the progress estimate.
MAINTENANCE DURING CONSTRUCTION
Subsection 105.18 shall include the following:
The roadway area, including curb, gutter, and sidewalk, adjacent to and through the construction area shall be
cleaned of debris by the Contractor at the earliest opportunity, but in no case shall the area be left uncleaned
after the completion of the day's work. It shall be the Contractor's responsibility to provide the necessary
manpower and equipment to satisfactorily clean the roadway area.
Project Specifications — Page 4 of 32
REVISION OF SECTION 105
CONTROL OF WORK
The Contractor shall utilize a combination of pick-up brooms, side brooms and/or other equipment as needed to
clean the streets. All sweeping and clean up equipment shall be approved by the Engineer prior to the
commencement of work.
The Contractor shall maintain the streets during the construction process as prescribed above.
If a street requires additional sweeping by City forces, the Owner shall deduct from compensation due the
Contractor sufficient funds to cover the Owner's cost to provide said service.
All cost of maintaining the work during construction and before the project is accepted will not be paid for
separately, but shall be included in the work.
Project Specifications — Page 5 of 32
REVISION OF SECTION 107
PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE
Section 107 of the Standard Specifications is hereby revised as follows:
Subsection 107.12 shall include the following
The fact that any underground facility - sprinkler systems, utility services, etc. - is not shown on the plans,
details or construction documents shall not relieve the Contractor of his responsibilities as provided for in the
Contract. It shall be the Contractor's responsibility, pursuant thereto, to ascertain the location of such
underground improvements which may be subject to such damage by reason of his operations.
Any pruning of vegetation shall require the written permission of the property owner and/or the Engineer.
If the area to be repaired is five (5) inches or less in width, the Contractor shall clean the area of all debris (i.e.
concrete, road base, etc.) to a minimum depth of four (4) inches, prepare all edges to be clean and vertical, and
place (see below) and compact topsoil. The topsoil shall be compacted utilizing a hand operated roller or other
method approved by the Engineer.
For concrete repair locations, the placement of topsoil (backfill) shall be completed within two (2) working days
of the placement of the concrete.
The topsoil shall consist of loose friable loam reasonably free of admixtures of subsoil, refuse, stumps, roots,
rocks, brush, weeds, heavy clay, hard clods, toxic substances or other material which would be detrimental to
the proper development of vegetative growth. The material to be utilized shall be approved by the Engineer
prior to placement.
The topsoil shall be in a relatively dry state and placed during dry weather. The topsoil shall be fine graded to
eliminate rough and low areas and ensure positive drainage. The existing levels, profiles and contours shall be
maintained.
If any portion of the area to be repaired is greater than five (5) inches in width, the Contractor shall clean and
prepare the area along the entire length of the repair location as stated above to a minimum of one (1) foot,
place sod over the entire area, water once, and notify the property owner in writing of the nature of the work
that has taken place and that the sod will be watered only once.
If the area to be repaired is only damaged on the surface, the Contractor shall remove the damaged areas of sod
to a depth that will allow new sod to be placed, place new sod, water once and notify the property owner in
writing of the nature of the work that has taken place and the fact that the sod will be watered only once. The
minimum overall width of the area to be sodded shall be one (1) foot.
For concrete repair locations, the placement of sod shall be completed by the end of the first working day of the
week following the placement of the concrete.
Sprinkler systems - Sprinkler systems designated for relocation shall be capped off at the limits of construction
and protected from damage by the contractor. Sprinkler heads shall be salvaged and stockpiled on each
property for use when reconstructing the sprinkler systems.
Sprinkler systems damaged outside of the construction limits as a result of construction operations shall be
replaced at the Contractor's expense, within three (3) working days from the date of damage. In areaswhere the
Engineer directs new work or the reconstruction areas require grade adjustment, the placement of topsoil, sod
and sprinkler relocation will be provided by the City under separate contract.
Project Specifications — Page 6 of 32
SECTION 00100
INSTRUCTIONS TO BIDDERS
1.0 DEFINED TERMS
Terms used in these Instructions to Bidders which are defined in the
Standard General Conditions of the Construction Contract (No. 1910-6,
1990 ed.) have the meanings assigned to them in the General Conditions.
The term "Bidder" means one who submits a Bid to OWNER, as distinct from
a sub -bidder, who submits a Bid to Bidder. The terms "Successful Bidder"
means the lowest, qualified, responsible and responsive Bidder to whom
OWNER (on basis of OWNER's evaluation as hereinafter provided) makes an
award. The term "Bidding Documents" includes the Advertisement or
Invitation to Bid, Instructions to Bidders, the Bid Form, and the
proposed Contract Documents (including all Addenda issued prior to
receipt of Bids).
2.0 COPIES OF BIDDING DOCUMENTS
2.1. Complete sets of Bidding Documents may be obtained as stated in the
Invitation to Bid. No partial sets will be issued. The Bidding
Documents may be examined at the locations identified in the Invitation
to Bid.
2.2. Complete sets of Bidding Documents shall be used in preparing Bids;
neither OWNER nor Engineer assumes any responsibility for errors or
misinterpretations resulting from the use of incomplete sets of Bidding
Documents.
2.3. The submitted Bid proposal shall include Sections 00300, 00410,
00420, and 00430 fully executed.
2.4. OWNER and Engineer, in making copies of Bidding Documents available
on the above terms, do so only for the purpose of obtaining Bids on the
work and do not confer a license or grant for any other use.
3.0 QUALIFICATION OF BIDDERS
3.1 To demonstrate qualifications to perform the Work, each Bidder must
submit at the time of the Bid opening, a written statement of
qualifications including financial data, a summary of previous
experience, previous commitments and evidence of authority to conduct
business in the jurisdiction where the Project is located. Each Bid must
contain evidence of Bidder's qualification to do business in the state
where the Project is located or covenant to obtain such qualification
prior to award of the contract. The Statement of Qualifications shall be
prepared on the form provided in Section 00420.
3.2. In accordance with Section 8-160 of the Code of the City of Fort
12/03 Section 00100 Page 1
REVISION OF SECTION 107
PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE
All landscaping that is damaged due to construction operations shall be replaced by the Contractor at his
expense unless a written waiver is obtained from the property owner and submitted to the Engineer. Re -sodded
lawns shall be watered once by the Contractor.
All costs for protecting and restoring landscaping and lawns shall be considered a subsidiary obligation of the
Contractor in connection with the various items of the Work, and no measurement or payment shall be made
separately for the protection and restoration of landscaping and lawns. All restoration of landscaping and lawns
damaged by construction operations, other than concrete repair, shall take place within three (3) working days
from the date of damage.
All labor, materials, tools, equipment, incidentals, and work involved in protecting or repairing underground
facilities shall be considered incidental to the work being done and shall not be measured and paid for
separately.
Project Specifications — Page 7 of 32
REVISION OF SECTION 108
PROSECUTION AND PROGRESS
Section 108 of the Standard Specifications is hereby revised as follows:
SCHEDULE
Subsection 108.03 shall include the following:
A schedule of work must accompany any bid, and shall include number of working days to complete all unit
work items covered by the contract. A vicinity map is included in Section 03500, Project Maps. The schedule
should take any priorities into consideration. The schedule should also include projected start and end dates.
Prior to award, mutually acceptable milestones shall be determined by the Contractor and the City based on the
schedule of working days discussed above.
LIMITATION OF OPERATIONS
Subsection 108.04 shall include the following:
The work shall be completed within the following calendar months:
JAN FEB MAR APR MAY JUN JUL AUG SEPT OCT NOV DEC
The City of Fort Collins is committed to maintaining a positive working relationship with the businesses
and residents of the downtown area. Every effort will be made to maintain pedestrian flow, and to
accommodate special events and high volume holidays for businesses, pedestrians, parking, and vehicle
traffic. Contractor shall be responsible for communicating accurate scheduling information to the project
team to assure proper notification of businesses and residents.
The Contractor shall notify businesses and residents of daily activities which may affect parking or
access. Contractor shall provide a local contact phone number to facilitate communications with
businesses and residents regarding the project.
All work shall be completed between March 1, 2007 and May 15, 2007. Saw -cutting and demolition
operations will not be permitted during the hours of 11:30 a.m. and 1:30 p.m. in this area.
City Holidays and specific dates that require work to stop, or are limited to specific types of work, are described
below. At a minimum, exceptional pedestrian, parking, and vehicle access must be maintained on these dates as
determined by the Engineer:
St Patrick's Day Parade Saturday March 17
Easter Sunday April 8
Cinco de Mayo Saturday May 5
Colorado Marathon Sunday May 6
CSU Graduation Friday & Saturday May 11 &12
Mother's Day Sunday May 13
Project Specifications — Page 8 of 32
REVISION OF SECTION 108
PROSECUTION AND PROGRESS
DETERMINATION AND EXTENSION OF TIME
Subsection 108.07 shall include the following:
Work hours shall be 7:00 a.m. to 6:00 p.m., Monday through Friday, or as approved by the Engineer.
Work shall commence no earlier than March 1, 2007, and shall be substantially complete on or before May 15,
2007.
All Work is to be completed in forty (40) consecutive working days.
FAILURE TO COMPLETE WORK ON TIME
Subsection 108.08 shall include the following:
Failure to meet the agreed upon milestones or fully complete the project in forty (40) working days, shall result
in damages assessed against the Contractor.
At the City's option, liquidated damages in the amount of $1000.00 per day may be retained from any monies
due the Contractor, or the City may retain an additional contractor(s) to complete the work, or portion thereof,
and retain any costs incurred above and beyond the bid prices of the Contractor from any monies due the
Contractor in lieu of liquidated damages.
Project Specifications — Page 9 of 32
REVISION OF SECTION 201
CLEARING AND GRUBBING
Section 201 of the Standard Specifications is hereby revised as follows:
CONSTRUCTION REQUIREMENTS
Subsection 201.02 shall be amended to include the following:
When any tree roots are encountered during construction operations, the Contractor shall notify the Engineer
prior to any root removals. The Engineer and the City Forester's representative shall then make a determination
regarding removal.
Tree roots shall be removed with a sharpened, sanitized saw, cut orthogonally to its longitudinal axis as closely
as practical, to leave the freshly cut root surface in a clean and smooth condition. Axes or other blunt objects
shall not be used to cut tree roots.
Where it is anticipated that tree roots may be encountered, great care shall be taken by the Contractor to prevent
any damage to the roots with tools or equipment.
BASIS OF PAYMENT
Subsection 201.04 shall be amended to include the following:
All costs for removing tree roots shall be considered a subsidiary obligation of the Contractor in connection
with the various items of the Work, and no measurement or payment shall be made separately for the removal of
tree roots.
Project Specifications —Page 10 of 32
REVISION OF SECTION 202
REMOVAL OF STRUCTURES AND OBSTRUCTIONS
Section 202 of the Standard Specifications is hereby revised as follows:
DESCRIPTION
Subsection 202.01 is revised to include the following:
This work consists of sawing and cutting to facilitate controlled breaking and removal of concrete and
asphalt to a neat line.
CONSTRUCTION REQUIREMENTS
Subsection 202.02 is revised to include the following:
Sawing of concrete shall be done to a true line, with a vertical face, unless otherwise specified. The depth
of a saw cut in concrete shall be the full depth of the existing concrete slab, or as directed by the Engineer.
Residue from sawing shall be removed by the Contractor at the earliest opportunity. The Contractor shall
prevent tracking of residue onto the roadway or walkway, and shall prevent discharge into the storm drainage
system.
METHOD OF MEASUREMENT
Subsection 202,11 is revised to include the following:
Sawing shall be measured by the lineal foot/inch. Sawcutting shall be paid for only in connection with the
"Concrete Pavement — Remove and Replace" item. For all other types of work, including control joints,
sawcutting shall be considered a subsidiary obligation of the Contractor, and shall not be measured or paid for
separately.
BASIS OF PAYMENT
Subsection 202.12 is revised to include the following:
Payment will be made under:
Pav Item
Unit
202.01 Sawcut Concrete Pavement — Per Inch Depth LF/Inch
The above prices and payments shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals and for doing all work involved in Sawcutting, including cleanup, as specified in
these specifications, as shown on the plans, and as directed by the Engineer.
Project Specifications — Page I I of 32
REVISION OF SECTION 203
EXCAVATION AND EMBANKMENT
Section 203 of the Standard Specifications is hereby revised as follows:
DESCRIPTION
Subsection 203.01 is revised to include the following:
This work shall consist of removing and disposing of the existing pavement, base or other material, preparing
the subgrade for the subsequent course, and placing borrow in accordance with the specifications and in
reasonably close conformity with the lines, grades, and typical cross sections shown on the plans or as
designated by the Engineer. All excavation will be classified, "General Excavation", as hereafter described.
The Contractor shall dispose of all excavated material.
CONSTRUCTION REQUIREMENTS
Subsection 203.05 is revised to include the following:
General Excavation shall consist of the excavation of all materials of whatever character required for the work
not being removed under some other item.
The Contractor shall be responsible for the protection of the subgrade/base course until subsequent courses have
been placed.
The excavation will be accomplished in the following manner:
General Excavation
The areas to be removed will be marked on the surface by the Engineer with paint. A straight vertical cut shall
be made through the pavement, if necessary, to provide a square or rectangular opening such that each edge will
be parallel or at right angles to the direction of traffic. Wheel cutting shall not be allowed.
If, in the opinion of the Engineer, the subgrade material is unsuitable, it shall be removed to the limits and
depths designated.
Where excavation to the finished grade section (including General Excavation and Patching) results in a
subgrade of unsuitable soil, the Engineer may require the Contractor to remove the unsuitable materials and
backfill to the finished grade section with approved material (asphalt or borrow).
After the material has been removed to the depth specified by the Engineer, the Contractor shall prepare the
subgrade by compacting with a sheepsfoot roller, rubber tired roller and/or other compaction equipment as
approved by the Engineer. The subgrade preparation shall not be measured and paid for separately, but shall be
included in the contract unit price for General Excavation.
Borrow
Borrow shall be placed as directed by the Engineer. The minimum amount of borrow shall be one load
(approximately ten (10) ton). The cost for compaction shall be included in the Contract Unit Price for Borrow.
Project Specifications — Page 12 of 32
REVISION OF SECTION 203
EXCAVATION AND EMBANKMENT
Borrow material shall meet the grading requirement for Class 1 (Pit Run) or Class 5 (Road Base) Aggregate
Base Course. (The Class 1 Aggregate Base Course need not be crushed and can be of the pit run variety
provided it falls within the gradation requirements as shown in the Standard Specifications.) The material
required for a specific location shall be directed by the Engineer
Borrow will be paid by the ton at the proper moisture. Haul and water necessary to bring mixture to optimum
moisture content will not be measured or paid for separately, but shall be included in the contract unit price for
Borrow.
Load slips shall be consecutively numbered for each day, and submitted to the Engineer daily.
METHOD OF MEASUREMENT
Subsection 203.13 is revised to include the following:
The Contractor and the Engineer shall field measure and agree upon the excavated quantity before any further
work continues. Should the Contractor fail to request the Engineer to measure any work and perform other
work that would prevent the Engineer from measuring pay quantities, the Contractor shall not be compensated
for materials not measured by the Engineer.
The accepted quantities of Excavation will be paid for at the contract unit price per cubic yard. Subgrade
preparation, haul and disposal will not be measured and paid for separately.
The accepted quantities of Borrow will be paid for at the contract unit price per ton. Compaction and haul will
not be measured and paid for separately.
BASIS OF PAYMENT
Subsection 203.14 shall include the following:
Payment will be made under:
Pay Item Unit
203.01 General Excavation CY
203.02 Borrow Ton
The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and
incidentals, and for doing all the work involved in Excavation and Embankment including haul, stockpiling, placing
material, watering or drying soil, compaction, proof rolling, finish grading and disposal of unusable materials, as shown
on the plans, as specified in these specifications, and as directed by the Engineer.
Project Specifications— Page 13 of 32
REVISION OF SECTION 210
RESET STRUCTURES
Section 210 of the Standard Specifications is hereby revised as follows:
CONSTRUCTION REQUIREMENTS
Subsection 210.02 is revised to include the following:
Brick paver walkways and median cover that are disturbed due to adjacent concrete repairs or form placement
shall be salvaged and reset after concrete repairs are complete. The pavers shall be set on compacted base and
shall match as closely as possible the surface treatment of the surrounding existing area.
The Contractor shall compact the subgrade and spread bedding sand evenly in the area defined and shall screed
the sand to an appropriate embedment depth as directed by the Engineer. The Contractor shall use a plate
vibrator to embed the pavers into the sand. Joint spacing between paver units shall match as closely as possible
the surrounding area. Joints shall be filled completely with joint sand. Excess sand shall be removed by
sweeping.
Subsection 210.10 is revised to include the following:
Manholes, valve boxes, meter boxes, and all other similar structures located in a pavement shall be adjusted as
noted below.
Prior to beginning any construction on existing streets that will receive reconstruction and/or overlay, the
Contractor shall mark on the curb and gutter with paint the location of all existing structures. These markings
shall be maintained by the Contractor until the work has been completed and accepted by the Engineer.
The Contractor shall do all work needed to ensure that said structures can be readily adjusted and shall have all
necessary materials on hand prior to commencing the work. Contractor shall verify that manholes and valve
boxes can be adjusted prior to construction.
All structures shall be adjusted to be 1/8" to 5/8" below the pavement.
Valve boxes shall be adjusted by removing the existing pavement (concrete or asphalt), and adjusting the valve
by turning it to the proper grade. This item will be measured and paid for separately under "Adjust Valve Box",
not including bituminous/concrete material.
The Contractor shall exercise reasonable care while attempting to adjust the valve boxes. If the Contractor is
negligent and breaks the valve box, said valve box shall be replaced at the Contractor's expense.
Manholes shall be adjusted by removing an area of pavement (concrete or asphalt) with a minimum diameter
one foot (1') larger than the structure (centered on the structure) by cutting vertical edges, adjusting the manhole
by grouting concrete rings and/or utilizing metal shims to raise the structure to the proper grade. This item will
be paid for under "Adjust Manhole", not including bituminous/concrete material.
When the manhole adjustment is complete, the slope of the top surface of the manhole cover shall match the
slope of the pavement in both the longitudinal and traverse directions. Any manhole cover which is unstable or
noisy under traffic shall be replaced by the Contractor.
The Contractor shall be responsible for immediately cleaning out all construction materials that may fall into
manholes, valve boxes, or other structures during the construction process.
In the event that a structure was not properly adjusted (i.e. too high or too low), written notice will be given by
the Engineer to the Contractor requiring the Contractor to make the necessary adjustments within five (5)
Project Specifications — Page 14 of 32
REVISION OF SECTION 210
RESET STRUCTURES
working days. In the event that the structure is not adjusted within said time frame, the Engineer shall have the
right to engage a third party to complete the work, and to withhold the cost of such work from payments due the
Contractor.
The Engineer will also notify the Contractor in writing of any structures that were covered during the paving
operation. The Contractor shall then have five (5) working days to make said structure accessible or will be
subject to the constraints of the previous paragraph with respect to a third party completing the work.
METHOD OF MEASUREMENT
Subsection 210.12 shall include the following:
The accepted quantities of Adjust Manholes, Valve Boxes, and Meter Boxes will be paid for at the contract unit
price per each. Non -shrink backfill, concrete, haul and disposal will not be measured and paid for separately
but shall be included in the contract unit price for each type of adjustment.
The accepted quantities of brick pavers will be measured and paid for by the square foot of reset area.
Removal, protection, storage, grading, compaction, bedding and joint sand will not be measured and paid for
separately, but shall be included in the contract unit price for Reset Brick Pavers.
BASIS OF PAYMENT
Subsection 210.13 shall include the following:
Payment will be made under:
Pay Item Pay Unit
210.01 Adjust Valve Box Each
210.02 Adjust Standard Manhole < 24" Each
210.03 Reset Brick Pavers SF
The above prices and payments shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals, and for doing all the work involved in adjusting structures, complete -in -place,
including non -shrink backfill, concrete, haul and disposal, as shown on the plans, as specified in these
specifications, and as directed by the Engineer.
Project Specifications — Page 15 of 32
REVISION OF SECTION 212
SEEDING, FERTILIZER AND SODDING
Section 212 of the Standard Specifications is hereby revised as follows:
DESCRIPTION
Subsection 212.01 is revised to include the following:
This work shall consist of soil preparation and furnishing and placing topsoil and blue grass sod in accordance
with these specifications, accepted horticulture practice, and in reasonably close conformity with the locations
and details shown on the plans or as designated. Also see "Protection and Restoration of Property &
Landscape" found herein.
MATERIALS
Subsection 212.02 is revised to include the following:
Topsoil shall conform to the requirements of "Protection and Restoration of Property" found herein.
Bluegrass sod shall be nursery grown, 99% Kentucky Blue Grass and 99% weed free. Other sod type may be
used only if approved in writing by the Engineer. The 1 % allowable weeds shall not include any undesirable
perennial or annual grasses or plants. Soil thickness of sod cuts shall not be less than 3/4 inch nor more than
one inch. Sod shall be cut in uniform strips with minimum dimensions of 12 inches in width and 48 inches in
length. The Contractor shall submit a sample of the sod he proposes to furnish. Said sample shall serve as a
standard. Any sod furnished, whether in place or not, that is not up to the standard of the sample may be
rejected. Sod that has been cut for more than 24 hours shall not be used.
Each load of sod shall be accompanied by a certificate from the grower stating the type of sod, and the date and
time of cutting.
CONSTRUCTION REQUIREMENTS
Subsection 212.05 is revised to include the following:
Sodding
Soil Preparation The area shall be cleaned with a minimum depth of four (4) inches (where topsoil does not
exist) and a minimum width of one (1) foot, all irregularities in the ground surface shall be removed, and all
edges clean and vertical. Sticks, stones, debris, and other similar material more than''/2 inch in diameter shall be
removed. Any objectionable depressions or other variances from a smooth grade shall be corrected.
Topsoil Placement Topsoil shall be placed and compacted with a minimum depth of four (4) inches. The
amount of compaction required shall be as directed by the Engineer.
Project Specifications — Page 16 of 32
Collins in determining whether a bidder is responsible, the following
shall be considered: (1) The ability, capacity and skill of the bidder to
perform the contract or provide the services required, (2) whether the
bidder can perform the contract or provide the service promptly and
within the time specified without delay or interference, (3) the
character, integrity, reputation, judgment, experience and efficiency of
the bidder, (4) the quality of the bidder's performance of previous
contracts or services, (5) the previous and existing compliance by the
bidder with laws and ordinances relating to the contract or service, (6)
the sufficiency of the financial resources and ability of the bidder to
perform the contract or provide the service, (7) the quality,
availability and adaptability of the materials and services to the
particular use required, (8) the ability of the bidder to provide future
maintenance and service for the use of the subject of the contract, and
(9) any other circumstances which will affect the bidder's performance of
the contract.
3.3. Each Bidder may be required to show that he has handled former Work
so that no just claims are pending against such Work. No Bid will be
accepted from a Bidder who is engaged on any other work which would
impair his ability to perform or finance this Work.
3.4 No Bidder shall be in default on the performance of any other
contract with the City or in the payment of any taxes, licenses or other
monies due to the City.
4.0 EXAMINATION OF CONTRACT DOCUMENTS AND SITE
4.1. It is the responsibility of each Bidder, before submitting a Bid,
to (a) examine the Contract Documents thoroughly, (b) visit the site to
familiarize himself with local conditions that may in any manner affect
cost, progress or performance of the Work, (c) familiarize himself with
federal, state and local laws, ordinances, rules and regulations that may
in any manner affect cost, progress or performance of the Work, (d) study
and carefully correlate Bidder's observations with the Contract
Documents, and (e) notify Engineer of all conflicts, errors or
discrepancies in the Contract Documents.
4.2. Reference is made to the Supplementary Conditions for
identification of: Subsurface and Physical Conditions SC-4.2.
4.3. The submission of a Bid will constitute an incontrovertible
representation by Bidder that Bidder has complied with every requirement
of this Article 4, that without exception the Bid is premised upon
performing and furnishing the Work required by the Contract Documents and
such means, methods, techniques, sequences or procedures of construction
as may be indicated in or required by the Contract Documents, and that
the Contract Documents are sufficient in scope and detail to indicate and
convey understanding of all terms and conditions for performance and
furnishing of the Work.
12/03 Section 00100 Page 2
REVISION OF SECTION 212
SEEDING, FERTILIZER AND SODDING
Sod Placement The minimum width for sod shall be one (1) foot. The area to be sodded shall be smooth. The
sod shall be laid by staggering joints with all edges touching. On any slopes, the sod shall run approximately
parallel to the slope contours. The Contractor shall water the sod once and notify the property owner in writing
of the nature of the work that has taken place and that the sod will only be watered once.
Sod placement/replacement required due to Contractor negligence shall follow the requirements of this section
but will not be measured and paid for under the terms of this contract.
BASIS OF PAYMENT
Subsection 212.08 is revised to include the following:
No measurement for payment shall be made for re -sodding lawn damaged by the Contractor adjacent to new
concrete, when the grade of the existing lawn reasonably matches the grade of the new concrete. Re -sodding in
this instance shall be considered incidental to the work being performed.
Project Specifications — Page 17 of 32
REVISION OF SECTION 304
AGGREGATE BASE COURSE
Section 304 of the Standard Specifications is hereby revised as follows:
MATERIALS
Subsection 304.02 is revised to include the following:
Aggregate Base Course shall meet the grading requirements for Class 5. Recycled asphalt or recycled concrete
may be substituted for Aggregate Base Course at any time as directed by the Engineer.
METHOD OF MEASUREMENT
Subsection 304.07 is revised to include the following:
Aggregate Base Course will be measured by the ton at the proper moisture. Haul and water necessary to bring
mixture to optimum moisture content will not be measured and paid for separately, but shall be included in the
contract unit price for Aggregate Base Course.
Failure to protect open excavations, or any other use not directly related to the Work, shall not be measured or
paid for separately but shall be included in the Work.
Borrow that is placed as a result of excavation of unsuitable subgrade will be paid for at the unit price for
Borrow under Revision of Section 203, Excavation and Embankment.
Load slips shall be consecutively numbered for each day, and submitted to the Engineer daily.
The accepted quantities for Aggregate Base Course will be paid for at the contract unit price per ton
BASIS OF PAYMENT
Subsection 304.08 is revised to include the following:
Payment will be made under:
Pay Item
304.01 Aggregate Base Course
Unit
Ton
The above prices and payments shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals and for doing all work involved in the placement of Aggregate Base Course,
complete -in -place, including haul and water, as shown on the plans, as specified in these specifications, and as
directed by the Engineer.
Project Specifications —Page 18of32
REVISION OF SECTION 403
HOT MIX ASPHALT - PATCHING
Section 403 of the Standard Specifications is hereby revised as follows:
DESCRIPTION
Subsection 403.01 is revised to include the following:
This work consists of the placement of hot mix asphalt as a temporary repair to provide vehicle or pedestrian
access, until such time as the permanent repair can be made.
CONSTRUCTION REQUIREMENTS
Subsection 403.03 is revised to include the following:
The Contractor shall remove no more than six (6) inches of pavement. The pavement areas shall be temporarily
patched with a minimum of two (2) inches of hot mix asphalt, up to a maximum depth of six (6) inches. These
locations shall be paid under the Contract Unit Price for Temporary Patching.
METHOD OF MEASUREMENT
Subsection 403.04 is revised to include the following:
The accepted quantities for Temporary Patching will be paid for at the Contract Unit Price per Ton. Pavement
cutting, excavation, subgrade preparation, haul, disposal, and bituminous materials will not be measured or paid
for separately, but shall be included in the contract price for Temporary Patching.
Load slips shall be consecutively numbered for each day and shall include the batch time.
BASIS OF PAYMENT
Subsection 403.05 is revised to include the following:
Payment will be made under:
Pav Item
403.01 Temporary Patching
Unit
Ton
The above prices and payments shall include full compensation for furnishing all labor, materials, tools,
equipment, and incidentals and for doing all the work involved in Temporary Patching, including pavement
cutting, excavation, haul, disposal, surface preparation, and bituminous materials, complete -in -place, as shown
on these plans, as specified in these specifications, and as directed by the Engineer.
Project Specifications — Page 19 of 32
REVISION OF SECTION 604
INLETS AND CULVERTS
Section 604 of the Standard Specifications is hereby revised as follows:
DESCRIPTION
Subsection 604.01 is revised to include the following:
This work shall consist of the installation of, or removal and replacement of inlets, inlet decks, and sidewalk
culverts in accordance with these specifications, and in reasonably close conformity with the lines and grades
shown on the plans or established by the Engineer.
CONSTRUCTION REQUIREMENTS
Subsection 604.04 is revised to include the following:
The existing frames, grates, bonnets and angle iron faces shall be salvaged and reused in the
reconstruction of the inlet deck or replacement of the inlet. Salvable material shall remain the property of
the City of Fort Collins, and shall be stockpiled by the Contractor at specified locations within the project limits.
The Contractor shall safeguard salvable materials and shall be responsible for the expense of repairing or
replacing damaged or missing material until it is incorporated into the work, or is loaded onto City equipment
by the Contractor.
If the frame, grate, bonnet or angle iron face cannot be salvaged, the City will provide the replacement material
for all inlet types. In the event the City cannot provide material for the Modified Type 13 Curb Inlets, the
Contractor shall supply new material. This item shall include the frame, grate and adjustable curb bonnet for a
Modified Type 13 Curb Inlet, and will be paid as "Modified Type 13 Curb Inlet - Materials Only". This item
will be paid in addition to the "Remove & Replace" or "Reconstruct Deck" inlet items.
All reinforcing steel encountered during removal shall be replaced with new steel of the grade and size as
shown on the detail found herein.
The "Metal Sidewalk Culvert with 5/8" Plate" item shall include a new frame and plate. The existing
frame and plate shall be salvaged to the maximum extent feasible. Salvable material shall remain the property
of the City of Fort Collins.
When concrete is to be removed and replaced around an existing grate without disturbing the deck or box, this
shall not constitute Reconstruct Inlet Deck. These locations shall be measured and paid for separately under the
items described in Revision of Sections 608 and 609 - Sidewalks, Curb and Gutter, Drive Approaches, Aprons
and Crosspans found herein.
Expansion joint material shall be installed every 500' in long runs and between new structure slabs and existing
concrete slabs, where called for, and around fire hydrants, poles, inlets, sidewalk culverts, mid -block ramps,
radius points at intersections, and other fixed objects, i.e. ends of sidewalk slabs and curbs. Expansion joint
material must be set vertical and installed in accordance with the CDOT M&S Standards for Concrete Pavement
Joints. The joint shall be edged with a suitable edging tool and sealed in accordance with CDOT Section
412.18. Expansion and caulking shall be paid as "Expansion and Caulking" by the lineal foot.
Project Specifications —Page 20 of 32
REVISION OF SECTION 604
INLETS AND CULVERTS
METHOD OF MEASUREMENT
Subsection 604.06 is revised to include the following:
Reconstruct Deck shall include the deck reconstruction of existing inlets, including two, three and a half foot
(3.5') transitions, measured from inside face of box, on each side. Inlets with openings greater than those
defined on the detail shall be paid for as "Reconstruct Deck" per each, plus "Reconstruct Deck Additional Foot
Opening" per lineal foot.
BASIS OF PAYMENT
Subsection 604.07 is revised to include the following:
Payment will be made under:
Pav Item Unit
604.01 Area Inlet - Remove & Replace Each
604.02 Area Inlet -Reconstruct Deck Each
604.03
Area Inlet - Reconstruct Deck Additional Foot Opening
Lineal Foot
604.04
Modified Type 13 Curb Inlet - Remove & Replace
Each
604.05
Modified Type 13 Curb Inlet - Reconstruct Deck
Each
604.06
Modified Type 13 Curb Inlet - Materials Only
Each
604.07
Concrete Sidewalk Culvert - Remove & Replace
Each
604.08
Metal Sidewalk Culvert with 5/8" Plate - Remove & Replace
Each
604.09 Additional Square Foot 5/8" Plate
Square Foot
The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and
incidentals and for doing all work involved in Inlets, including demolition, disposal, reinforcement and replacement,
complete -in -place, as specified in these specifications, as shown on the plans, and as directed by the Engineer.
Project Specifications — Page 21 of 32
REVISION OF SECTIONS 608 AND 609
SIDEWALKS, CURB & GUTTER, DRIVE APPROACHES, APRONS,
CROSSPANS, AND CONCRETE PAVEMENT
Sections 608 and 609 of the Standard Specifications are to be deleted and replaced with the Latimer County Urban Area
Street Standards, October 2002, except as noted herein.
DESCRIPTION
This work consists of the construction of concrete sidewalks, curb and gutter, drive approaches, aprons,
crosspans, curb ramps and concrete pavement in accordance with these specifications and in conformity with
the lines and grades shown on the plans or established.
MATERIALS
The mix designs for all types of concrete to be utilized shall be determined by the Contractor and submitted to
the Engineer and approved a minimum of one week prior to the beginning of construction.
Cement used shall conform to the Standard Specification for Portland Cement, ASTM C 150-85, AASHTO
M85, Type I, Type I/I1, or Type Ill.
The air content shall be four (4) to seven (7) percent.
"High Early" concrete shall be used for concrete repair locations. "High Early" concrete shall have a specified
compressive strength of 4000 psi and a minimum 48 hour compressive strength of 3000 psi. The concrete
shall have a maximum water/cement ratio of 0.45. The type of concrete used for a particular location shall
be approved by the Engineer. See also Section 2.05, `Rigid Pavement Design', and Section 4.2.4., `Concrete
Streets', of the City of Fort Collins Design Criteria and Standards for Streets."
Water Reducing Agents shall conform to ASTM C 494-82
Accelerating Agents shall conform to ASTM C 494-82. Calcium Chloride shall not be utilized as an
accelerating agent.
The Contractor shall furnish a load slip containing the information required by AASHTO M 157, Section 13,
Subsection 13.1 and 13.2, with each batch of concrete. In addition, the type of concrete (mix code) shall be
shown on each load slip. Concrete delivered without a load slip containing complete information as specified
will be subject to rejection.
Curing materials shall be white pigmented liquid linseed oil based or paraffin based curing compound, and shall
conform to ASTM Specification C 309-81 Type II, Class B. The application rate for curing compound shall be
150 sq. ft./gal. for all concrete. The curing compound shall be applied immediately upon completion of the
finishing.
CONSTRUCTION REQUIREMENTS
The Remove Concrete item shall include removal and disposal or salvage of existing asphalt, concrete, or
flagstone as directed by the Engineer.
Care shall be taken during removal of fillets to protect the existing concrete from damage. Any damage to the
existing concrete shall be repaired or replaced at the Contractors expense.
Project Specifications — Page 22 of 32
REVISION OF SECTIONS 608 AND 609
SIDEWALKS, CURB & GUTTER, DRIVE APPROACHES, APRONS,
CROSSPANS, AND CONCRETE PAVEMENT
Monolithic hybrids of curb, gutter, sidewalk and highback vertical curb and gutter will be replaced using the
same configuration as it was originally installed, unless a flaw in its engineering should become apparent. In
these cases the design may be modified by the Engineer.
The finished exposed surface and edging of the concrete will match as closely as possible the surface treatment
of the surrounding existing concrete.
In locations where concrete pavement is replaced, the new pavement shall have a minimum thickness of 8".
Existing pavement shall be saw cut to obtain a straight and neat edge for paving and shall be deep enough to cut
through the entire pavement thickness. All joints, except expansion joints, shall be sealed with an asphalt
filler compound, or approved equal, in accordance with the detail for "Concrete Pavement Joints"
contained herein. The cost for joint sealing shall be included in the contract unit price for "Concrete
Pavement".
The top of the new pavement shall be even with the existing concrete pavement. The concrete shall be
consolidated with a mechanical vibrator.
All construction joints shall be doweled, except for expansion joints and joints along existing curb and
gutter, in accordance with the detail for "Concrete Pavement Joints" contained herein. In addition,
dowels shall be 16" smooth #5 bars. The dowels shall be placed in drilled holes,12" OC. Dowels shall fit
snugly into 8" deep drilled holes, or shall be epoxy grouted.
In locations where concrete pavement is being replaced, the construction joint(s) shall be constructed in
accordance with the detail for "Concrete Pavement Joints" contained herein. This item will not be measured or
paid for separately under the terms of this contract.
The maximum spacing for transverse joints in crosspans and concrete pavement shall be ten (10) feet.
All construction joints for crosspans and/or aprons adjacent to new or existing concrete shall be constructed in
accordance with the detail for "Concrete Pavement Joints" contained herein. This item will not be measured or
paid for separately under the terms of this contract.
Restoration of landscape shall be in accordance with "Revision of Section 107 - Protection and Restoration of
Property and Landscape" found herein. The time frame for restoration shall be within two (2) working days
from the time the concrete was placed for backfill with topsoil and by no later than the end of the first working
day of the following week for sod replacement.
The Contractor shall be responsible for the protection of the subgrade/base course until the concrete is placed.
The Contractor shall protect the concrete against moisture loss, rapid temperature change, rain, flowing water,
mechanical injury, pedestrian and vehicular traffic, and Contractor's equipment for a minimum of36 hours after
the placement of curing compound for 48 hour high early concrete. Concrete blankets shall be used when the
temperature is expected to fall to 32"F or below within 36 hours after placement of curing compound for 48
hour high early concrete. Asphalt patching against fresh concrete shall not be permitted during the time frames
for protection of concrete stated above.
The debris immediately adjacent to a concrete repair location shall be completely cleaned up on the work day
following the placement of the concrete. If required, the concrete shall be protected as stated above. Any
damage caused during the cleanup process shall be the Contractor's responsibility.
Project Specifications — Page 23 of 32
REVISION OF SECTIONS 608 AND 609
SIDEWALKS, CURB & GUTTER, DRIVE APPROACHES, APRONS,
CROSSPANS, AND CONCRETE PAVEMENT
The Contractor shall utilize forms approved by the Engineer for the tabulation of concrete quantities.
A Concrete Washout Structure is required as described in Section 208 of the Standard Specifications.
Flagstone sidewalk, brick pavers and trolley roadbed bricks shall be salvaged to the maximum extent feasible.
All flagstones, pavers and bricks shall become the property of the City of Fort Collins. Flagstones shall be
hauled by the contractor and delivered to the City's site located at 1500 Hoffman Mill Road. This item will not
be measured or paid for separately, but shall be considered incidental to the related remove and replace item.
METHOD OF MEASUREMENT
Sawcutting shall be paid for only in connection with the "Concrete Pavement — Remove and Replace"
item. For all other types of work, sawcuting shall be considered a subsidiary obligation of the
Contractor, and shall not be measured or paid for separately.
Pedestrian Access Ramp shall be measured by the square foot and shall include the area between the back of
the curb and both points of curvature, if on the radius, or the top of transition if mid -block.
Pedestrian Access Ramp — Highback Curb shall be measured by the square foot. The length shall be
measured from the back of the curb to the top of the transition at the back of the ramp, and the width shall be
measured at the midpoint.
All pedestrian access ramps shall be placed in accordance with the details contained herein. The ramp items
shall include all labor, materials (except truncated domes), equipment and incidentals, including removal, saw -
cutting, haul and disposal, and for doing all the work involved in removal and replacement of pedestrian access
ramps.
Truncated dome panels shall be placed on all pedestrian access ramps. Truncated Dome Panel will be paid in
addition to the ramp item. This item shall include all labor, materials, and surface preparation to supply and
place the panels at pedestrian access ramps. Truncated dome panels shall be red pre -fabricated concrete or cast
iron, and shall meet all ADA requirements. The type of truncated dome panels to be used shall be submitted to
the Engineer for approval prior to installation. Dome panels shall be placed at the same time as the initial ramp
placement. All panels shall be epoxied on the non -exposed surfaces prior to being set in wet concrete.
Expansion joint material shall be installed every 500' in long runs and between new structure slabs and existing
concrete slabs, where called for and around fire hydrants, poles, inlets, sidewalk under -drains, mid -block ramps,
radius points at intersections, and other fixed objects, i.e. ends of sidewalk slabs and curbs. Expansion joint
material must be set vertical and installed in accordance with the CDOT M&S Standards for Concrete Pavement
Joints. The joint shall be edged with a suitable edging tool and sealed in accordance with CDOT Section
412.18. This item will be paid as Expansion and Caulking by the lineal foot.
BASIS OF PAYMENT
Payment will be made under:
Pay Item
608.01 Remove Concrete
Project Specifications — Page 24 of 32
Unit
SF
REVISION OF SECTIONS 608 AND 609
SIDEWALKS, CURB & GUTTER, DRIVE APPROACHES, APRONS,
CROSSPANS, AND CONCRETE PAVEMENT
608.02 Vertical Curb, Gutter and 6" Sidewalk
Remove & Replace LF
608.03 Vertical Curb and Gutter - No Sidewalk
Remove & Replace LF
608.04 Vertical Outfall Curb and Gutter - Remove & Replace LF
608.05 Barrier Curb 12" — Remove and Replace LF
608.06 Highback Curb and Gutter - No Sidewalk LF
Remove & Replace
608.07 Pedestrian Access Ramp
Remove & Replace
SF
608.08 Pedestrian Access Ramp, Highback Curb
Remove and Replace SF
608.09 Truncated Dome Panel
608.10 Flatwork 4" - Remove & Replace
SF
SF
608.11 Flatwork 6" - Remove & Replace SF
608.12 Replace Flatwork — I" Additional Depth SF
608.13 Colored Concrete (4") San Diego Buff— Up Charge SF
608.14 Concrete Pavement 8" - Remove & Replace SF
608.15 Alley Approach 8" - Remove & Replace SF
608.16 Expansion & Caulking LF
608.17 Splashblock 4"
SF
608.18 Exposed Aggregate 4" — Up Charge SF
The above prices and payments shall include full compensation for furnishing all labor, materials, tools, equipment, and
incidentals, and for doing all the work involved in Sidewalks, Curb & Gutter, Drive Approaches, Aprons, Crosspans, and
Concrete Pavement, complete -in -place, including removal, haul and disposal, as shown on the plans, as specified in these
specifications, and as directed by the Engineer.
Project Specifications — Page 25 of 32
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
Section 630 of the Standard Specifications is hereby revised as follows:
DESCRIPTION
Subsection 630.01 shall be revised as follows:
This work shall consist of furnishing, installing, moving maintaining and removing temporary traffic signs,
advance warning arrows panels, barricades, channelizing devices, and delineators as required by the latest
revision of the "Manual on Uniform Traffic Control Devices for Streets and Highways" (MUTCD), the City of
Fort Collins "Work Area Traffic Control Handbook", and the Larimer County Urban Area Street Standards.
In the event of a conflict between the MUTCD criteria and the City's criteria, the City's criteria shall govern.
When a device is not in use, the Contractor shall remove it from the project for the period it is not needed.
Devices temporarily not in use shall, as a minimum, be removed from the area. Moving will include devices
removed from the project and later returned to use. Payment shall be made for the maximum number of each
type of traffic control device being used at one given time per day.
Traffic control devices shall be placed and/or stored in the City right-of-way in such a manner that minimizes
the hazards to pedestrians, bicyclists and vehicles.
Traffic control devices shall be removed from the site immediately upon completion of the work for any
street(s).
MATERIALS
Subsection 630.02 shall include the following:
All traffic control devices placed for this project must meet or exceed the minimum standards set forth in the
MUTCD. All traffic control devices shall be clean and in good operating condition when delivered and shall be
maintained in that manner on a daily basis. All traffic control devices shall be clearly marked and free of
crossed out information or any other form of defacement that detracts from the purpose for which they are
intended (i.e. crossed out information, information written in long -hand style, etc.)
Additionally, any sign blank with sign faces on both sides must have the back sign face covered when in use to
avoid confusion to motorists traveling in the opposite direction and other potentially affected parties, such as
residents affected by any information the sign may present.
CONSTRUCTION REQUIREMENTS
Subsection 630.09 shall be revised as follows:
TRAFFIC CONTROL PLAN
Traffic control through the construction areas is the responsibility of the Contractor.
For all locations, a Traffic Control Plan shall be prepared. The Traffic Control Plans shall be on City supplied
forms. The Traffic Control Plans shall be submitted for approval to the Engineer by 8:00 a.m., two working
days prior to the commencement of work. (Note: Traffic Control Plans for work done on Monday and Tuesday
shall be submitted the previous Friday by 8:00 a.m.) Full road closure plans shall be submitted no later than
Friday mornings by 8:00 a.m. for projects starting the following week. All plans shall be delivered to City
Engineering, 281 North College Avenue. Facsimiles of plans shall not be allowed. No phase of the
Project Specifications — Page 26 of 32
5.0 INTERPRETATIONS AND ADDENDA.
5.1. All questions about the meaning or intent of the Bidding Documents are to
be submitted in writing to the Engineer and the OWNER. Interpretation or
clarifications considered necessary in response to such questions will be
issued only by Addenda. Questions received less than seven days prior to
the date for opening of the Bids may not be answered. Only questions
answered by formal written Addenda will be binding. Oral and other
interpretations or clarifications will be without legal effect.
5.2. All questions concerning the scope of this project should be
directed to the Engineer. Questions regarding submittal of bids should
be directed to the City of Fort Collins' Purchasing Division.
5.3. Addenda may also be issued to modify the Bidding Documents as
deemed advisable by OWNER or Engineer.
5.4. Addenda will be mailed or delivered to all parties recorded by the
OWNER as having received the Bidding documents.
6.0 BID SECURITY
6.1. Each Bid must be accompanied by Bid Security made payable to OWNER
in the amount stated in the Invitation to Bid. The required security
must be in the form of a certified or bank cashier's check payable to
OWNER or a Bid Bond on the form enclosed herewith. The Bid Bond must be
executed by a surety meeting the requirements of the General Conditions
for surety bonds.
6.2. The Bid Security of the successful Bidder will be retained until
such Bidder has executed the Agreement and furnished the required
contract security, whereupon Bid Security will be returned. If the
successful Bidder fails to execute and deliver the Agreement and furnish
the required contract security within 15 days of the Notice of Award,
OWNER may annul the Notice of Award and the Bid Security of that Bidder
will be forfeited. The Bid Security of other Bidders whom OWNER believes
to have reasonable chance receiving the award may be retained by OWNER
until the earlier of the seventh day after the effective date of the
Agreement or the thirty-first day after the Bid Opening, whereupon Bid
Security furnished by such Bidders will be returned. Bid Security with
Bids which are not competitive will be returned within seven days after
the Bid opening.
7.0 CONTRACT TIME.
The number of days within which,
substantially complete and also
(the Contract Times) are set fort
8.0 LIQUIDATED DAMAGES.
12/03
h
or the date by which the Work is to be
completed and ready for Final Payment
in the Agreement.
Section 00100 Page 3
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
construction shall start until the Traffic Control Plan has been approved. Failure to have an approved Traffic
Control Plan shall constitute cause for the City to stop work, as well as the Contractor's forfeiture of payment
for all work and materials at that location, with no adjustment in the contract time.
All costs associated with Traffic Control Plan review will not be measured or paid for separately, but shall be
considered incidental to the Work.
The Traffic Control Plan shall include, as a minimum, the following:
(1) A detailed diagram which shows the location of all sign placements, including advance construction
signs (if not previously approved) and speed limit signs; method, length and time duration for lane
closures, and location of flag persons.
(2) A tabulation of all traffic control devices shown on the detailed diagram including, but not limited to:
construction signs; vertical panel; vertical panel with light; Type I, Type II, and Type III barricades;
cones; drum channelizing devices; advance warning flashing or sequencing arrow panel. Certain
traffic control devices may be used for more than one operation or phase. However, all devices
required for any particular phase must be detailed and tabulated for each phase.
(3) Number of flaggers to be used.
(4) Parking Restrictions to be in affect.
Approval of the proposed method of handling traffic is intended to indicate those devices for which payment is
to be made. Such approval does not relieve the Contractor of liability specifically assigned to him under this
contract.
Parking Restriction Plans shall be submitted and approved which show the location and quantity of "NO
PARKING" signs, the date to be placed, and the date to be removed. The plans shall be prepared on City
supplied forms. The Parking Restriction Plans shall be submitted to the Engineer by 8:00 a.m., two working
days prior to the commencement of work. (Note: Parking Restriction Plans for work done on Monday and
Tuesday shall be submitted the previous Friday by 8:00 a.m.) All plans shall be delivered to City Engineering,
281 North College Avenue. Facsimiles of plans shall not be allowed. No phase of the construction shall start
until the Parking Restriction Plan has been approved. Failure to have an approved Parking Restriction Plan
shall constitute cause for the City to stop work, as well as the Contractor's forfeiture of payment for all work
and materials at that location, with no adjustment in the contract time. The cost for preparing and submitting
the traffic control plan shall be included in the contract unit price for Traffic Control Supervisor.
Subsection 630.10 shall be revised as follows:
TRAFFIC CONTROL MANAGEMENT
Traffic Control Management shall be performed by a Traffic Control Supervisor (TCS). The TCS(s) shall
possess a current American Traffic Safety Services Association (ATSSA) certification as a Worksite Traffic
Control Supervisor or Colorado Contractor's Association (CCA) certification as a Traffic Control Supervisor.
(Proof of certification shall be presented to the City Traffic Control Manager, and when requested by a City
representative, for each TCS utilized on this project.)
One TCS shall be designated as the Head TCS. The Head TCS shall have a minimum of one year experience as
a certified TCS. Qualifications shall be submitted to the Engineer for approval a minimum of one week
prior to commencement of the work. The Head TCS shall be on site at all times during the construction when
payment is made under the contract unit price for Traffic Control Supervisor per day. When the TCS is being
Project Specifications — Page 27 of 32
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
paid under the TCS per hour item, time spent on site may be modified by the City Representative, as needed,
based on the size and complexity of the project, location of work, duration of the project, traffic factors,
weather, and roadway characteristics.
The TCS shall be equipped with a cellular phone. The cost of this phone shall be incidental to the day or hour
pay unit for TCS.
It is the intent of the specifications that the Head TCS be the same throughout the project. Ifthe Head TCS is to
be replaced during the project, the Engineer shall be given a minimum of one (1) weeks notice and
qualifications shall be submitted for approval for the replacement.
The Head TCS will be paid for under the TCS item.
The TCS's duties shall include, but not be limited to:
(1) Preparing, revising and submitting Traffic Control Plans as required. (Review fees will not be
measured or paid for separately, but shall be considered incidental to the Work.)
(2) Direct supervision of project flaggers.
(3) Coordinating all traffic control related operations, including those of the Subcontractors and suppliers.
(4) Coordinating project activities with appropriate police and fire control agencies, Transfort, school
districts and other affected agencies and parties prior to construction. Typed hand delivered
notification to all businesses and residents at least 24 hours prior to construction. (The notification of
residents and businesses may be accomplished by a representative of the TCS.)
(5) Maintaining a project traffic control diary which shall become part of the City's project records.
(6) Inspecting traffic control devices on every calendar day for the duration of the project.
(7) Insuring that traffic control devices are functioning as required.
(8) Overseeing all requirements covered by the plans and specifications which contribute to the
convenience, safety and orderly movement of traffic.
(9) Flagging.
(10) Setting up traffic control devices.
Notification of residents and businesses shall be the responsibility of the TCS and shall consist of distributing
letters indicating the nature of the work to be completed, any special instructions to the residents (i.e. limits on
lawn watering during concrete pouring, etc.), the dates and times of the work, and the parking and access
restrictions that will apply, as well as thorough information placed on "NO PARKING" signs. Sample letters
will be provided by the Engineer and shall be distributed prior to the commencement of each phase of the work.
Letters shall be submitted with the Traffic Control Plans for approval. Approved letters shall be distributed a
minimum of 24 hours prior to the commencement of work. (Note: The time frame criteria for distributing
letters are the same as for posting "NO PARKING" signs.) The cost for preparing and distributing the
letters shall be included in the cost for TCS.
Traffic control management shall be maintained on a 24 hour per day basis. The Contractor shall make
arrangements so that the Traffic Control Supervisor or their approved representative will be available on every
Project Specifications — Page 28 of 32
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
working day, "on call" at all times and available upon the Engineer's request at other than normal working
hours. All costs associated with "on call" service, excluding actual hours worked, shall be included in the
contract unit price for Traffic Control Supervisor.
The TCS's will be paid only for days the Contractor works, and as directed by the Engineer. On weekends and
other days the Contractor is not working, the TCS will not be paid. Time spent maintaining signs on the
weekends, holidays, bad weather days, and other days the Contractor does not work shall be included in
the unit prices for the equipment. Time spent setting up equipment, modifying equipment, maintaining
equipment, and picking up equipment shall be included in the unit prices for the equipment.
All traffic control devices shall be placed under the supervision of a Traffic Control Supervisor.
The Traffic Control Supervisor shall have up to date copies of the City of Fort Collins' "Work Area Traffic
Control Handbook", and Part VI of the MUTCD, pertaining to traffic controls for street and highway
construction, available at all times.
METHOD OF MEASUREMENT
Subsection 630.14 shall be revised as follows:
Quantities to be measured for construction traffic control devices shall be the number of units of the various
sizes and descriptions listed below:
Construction Traffic Signs: Size A Signs - 0.01 to 9.00 Square Feet
Size B Signs - 9.01 to 16.00 Square Feet
"NO PARKING" Sign with Stand will be measured and paid for separately and not included in the item for Size
A Signs. "NO PARKING" Sign with Stand shall consist of a metal sign attached to a device (stand) such as a
Vertical Panel or Type I Barricade. The sign material and stand shall be approved by the Engineer. The sign
material and stand will not be measured and paid for separately but shall be included in the Contract Unit Price
for "NO PARKING" Sign with Stand. The cost for "NO PARKING" Sign with Stand shall include
delivery, rental, setup, modification, maintenance, and pickup.
"NO PARKING" signs must remain in place until the street is open to traffic.
Traffic channelizing devices consisting of vertical panel, cones, or drum channelizing devices will be measured
by the unit. Barricade warning lights shall be measured and paid for separately if approved by the Engineer.
Advance Warning Flashing or Sequencing Arrow Panels will be measured by the unit.
The number of Traffic Control Supervisors shall be approved by the Engineer prior to each days work. The
quantity to be measured for Traffic Control Supervisor will be the number of authorized days performed by the
Traffic Control Supervisor or his approved representative. An authorized day shall be any day, or portion of a
day, authorized by the Engineer, that construction operation would require a Traffic Control Supervisor. "On
Call" and project inspections on all other days will not be measured and paid for separately but shall be included
in the work.
The cost for setting up equipment, modifying equipment, maintaining equipment, and picking up equipment
(not including "NO PARKING" Sign with Stand) during authorized days shall be included in the Contract Unit
Price for Traffic Control Supervisor.
Project Specifications — Page 29 of 32
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
If a TCS(s) is used for an authorized day, but not for the entire day, the TCS shall be paid at the Contract Unit
Price for "Traffic Control Supervisor" at the per hour rate.
The quantity to be measured for flagging will be the total number of hours that flagging is actually used as
authorized. Hours of flagging in excess ofthose authorized shall be at the Contractor's expense. Flagger breaks
shall be included in the Contract Unit Price for Flagging. The method for covering flagger breaks shall be
approved by the Engineer.
Flagging outside of the construction work hours will not be paid for under the terms of this contract unless
authorized in writing by the Engineer.
Flagger stand-by time will not be paid for under the terms of this contract.
In locations where traffic control is set up and the work is not performed due to Contractor caused delays, the
traffic control shall not be paid for under the terms of this contract. The costs for advance warning "NO
PARKING" signs for periods in excess of 24 hours prior to the advancement of work, including those instances
when said signs have been changed or otherwise updated to reflect current schedules, will not be paid for under
the terms of this contract unless authorized by the Engineer in writing.
In addition, the Owner shall deduct from compensation due the Contractor $10.00 for each traffic control device
per day for said conditions, including "NO PARKING" signs and any signs which are not removed from the site
immediately upon completion of the work.
BASIS OF PAYMENT
Subsection 630.15 shall be revised as follows:
The cost for Traffic Control Devices, not including "NO PARKING" Sign with Stand, shall include delivery,
rental, and pickup. The cost for setting up equipment, modifying equipment, and maintaining equipment will be
paid for under the Contract Unit Price for TCS as described above.
The cost for "NO PARKING" Sign with Stand shall include delivery, rental, setup, modification, maintenance,
and pickup.
Payment shall be full compensation for furnishing, erecting, maintaining, moving, removing and disposing of
construction traffic control devices necessary to complete the work. All construction traffic control devices
which are not permanently incorporated into the project will remain the property of the Contractor.
The initial manufacturing will be paid for Specialty Signs per unit and the actual use paid for under the
appropriate unit cost for Size A or Size B sign. This item shall apply to new signs only. Once manufactured,
they may be used throughout the project. Upon completion of the work, the Specialty Signs shall be returned to
the Contractor.
The accepted quantities will be paid for at the contract unit price for each of the pay items listed below:
Pav Item Unit
630.01 "NO PARKING" Sign with Stand Per Day Per Each
630.02 Vertical Panel Without Light Per Day Per Each
Project Specifications — Page 30 of 32
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
630.03
Channelizing Drum Without Light
Per Day Per Each
630.04
Type 1/11 Barricade Without Light
Per Day Per Each
630.05
Type III Barricade Without Light
Per Day Per Each
630.06
Size A Sign With Stand
Per Day Per Each
630.07
Size B Sign With Stand
Per Day Per Each
630.08
Size A Specialty Sign - Cost of
Manufacturing
Each
630.09 Size B Specialty Sign - Cost of
Manufacturing Each
630.10
Cone With Reflective Strip
Per Day Per Each
630.11
Safety Fence
Per Day Per Roll
630.12
Light
Per Day Per Each
630.13
Advance Warning Flashing or
Sequencing Arrow Panel
Per Unit Per Day
630.14
Variable Message Board
Per Day Per Each
630.15
Traffic Control Supervisor
Per Day
630.16
Traffic Control Supervisor
Per Hour
630.17
Flagging
Per Each Per Hour
Flagger
hand signs will not be measured and paid for separately,
but shall be included in the work.
The flaggers shall be provided with electronic communication devices when required. These devices will not
be measured and paid for separately, but shall be included in the work.
The cost of batteries, electricity and/or fuel for all lighting or warning devices will not be paid for separately but
will be considered subsidiary to the item.
Sand bags will not be measured and paid for separately, but shall be included in the work.
The Contractor may provide larger construction traffic signs than those typically used in accordance with the
MUTCD, if approved; however, payment will be made for the typical panel size.
The City shall not be responsible for any losses or damage due to theft or vandalism.
Project Specifications — Page 31 of 32
REVISION OF SECTION 630
CONSTRUCTION ZONE TRAFFIC CONTROL
SPECIAL CONDITIONS FOR WORK ON ARTERIALS AND COLLECTORS
NOTE: CROSS STREET TRAFFIC SHALL BE MAINTAINED AT ALL TIMES UNLESS AUTHORIZED BY THE
ENGINEER IN WRITING.
NOTE: FULL CLOSURES ON ARTERIALS AND COLLECTORS, INCLUDING THOSE LISTED ABOVE, WILL
BE ALLOWED UNDER EXTREME CIRCUMSTANCES AND ONLY UPON APPROVAL OF THE
ENGINEER. PLANS SHALL BE APPROVED A MINIMUM OF ONE WEEK PRIOR TO THE
COMMENCEMENT OF WORK AND/OR THE TIME REQUIRED TO ADEQUATELY NOTIFY THE
PUBLIC THROUGH THE MEDIA.
SPECIAL CONDITIONS FOR WORK ON RESIDENTIAL STREETS
NOTE: FULL CLOSURES ON ALL RESIDENTIAL STREETS SHALL BE ALLOWED AS SHOWN ON THE
TRAFFIC CONTROL PLANS.
Project Specifications — Page 32 of 32
02500
QUANTITY ESTIMATE
Concrete Street Maintenance Project - East Mountain Avenue
Item No.
Description
Unit
Contract
Quantity
202.01
Sawcut Concrete Pavement - Per Inch Depth
LF/ INCH
10392
203.01
General Excavation
CY
0
203.02
Borrow
TON
0
208.01
Concrete Washout Structure
EA
1
210.01
Adjust Valve Box
EA
6
210.02
Adjust Standard Manhole 24"
EA
1
210.03
Reset Brick Pavers
SF
304.01
Aggregate Base Course
TON
510
403.01
Temporary Patching
TON
0
604.01
Area Inlet - Remove & Replace
EA
0
604.02
Area Inlet - Reconstruct Deck
EA
1
604.03
Area Inlet - Reconstruct Deck Additional Foot Opening
LF
0
604.04
Modified Type 13 Curb Inlet - Remove & Replace
EA
2
604.05
Modified Type 13 Curb Inlet - Reconstruct Deck
EA
0
604.06
Modified Type 13 Curb Inlet - Materials Only
EA
2
604.07
Concrete Sidewalk Culvert - Remove & Replace
EA
0
604.08
Metal Sidewalk Culvert 5/8" Plate - Remove & Replace
EA
0
604.09
Additional Square Foot of 5/8" Plate
SF
0
608.01
Remove Concrete
SF
0
608.02
Vertical Curb, Gutter & 6" Sidewalk - Remove & Replace
LF
0
608.03
Vertical Curb & Gutter - No Sidewalk - Remove & Replace
LF
354
608.04
Vertical Outfall Curb & Gutter - Remove & Replace
LF
0
608.05
Barrier Curb 12" - Remove & Replace
LF
0
608.06
Highback Curb & Gutter - No Sidewalk - Remove & Replace
LF
500
608.07
Pedestrian Access Ramp - Remove & Replace
SF
238
608.08
Pedestrian Access Ramp - Highback - Remove & Replace
SF
0
608.09
Truncated Dome Panel
SF
44
608.10
Flatwork 4" - Remove & Replace
SF
0
608.11
Flatwork 6" - Remove & Replace
SF
890
608.12
Replace Flatwork - 1" Additional Depth
SF
0
608.13
Colored Concrete 4" San Diego Buff- Up Charge
SF
0
608.14
Concrete Pavement 8" - Remove & Replace
SF
40301
608.15
Alley Approach 8" - Remove & Replace
SF
0
608.16
Expansion & Caulking
LF
880
608.17
Splashblock 4"
SF
0
608.18
Exposed Aggregate 4" - Up Charge
SF
0
623.01
Irrigation Sleeving 3" PVC
LF
0
626.01
Mobilization
Lump Sum
1
Page 1 of 2
02500
QUANTITY ESTIMATE
Concrete Street Maintenance Project - East Mountain Avenue
Item No.
Description
Unit
Contract
Quantity
630.01
"No Parking" Sign With Stand
Per Day Per Each
1500
630.02
Vertical Panel Without Light
Per Day Per Each
150
630.03
Channelizing Drum Without Light
Per Day Per Each
1600
630.04
Type I / II Barricade Without Light
Per Day Per Each
600
630.05
Type III Barricade Without Light
Per Day Per Each
150
630.06
Size A Sign With Stand
Per Day Per Each
1000
630.07
Size B Sign With Stand
Per Day Per Each
550
630.08
Size A Specialty Sign - Cost of Manufacturing
Each
5
630.09
Size B Specialty Sign - Cost of Manufacturing
Each
10
630.10
Cone With Reflective Strip
Per Day Per Each
300
630.11
Safety Fence
Per Day Per Roll
25
630.12
Light
Per Day Per Each
400
630.13
Advance Warning Flashing or Sequencing Arrow Panel
Per Day Per Each
5
630.14
Variable Message Board
Per Day Per Each
5
630.15
Traffic Control Supervisor
Per Day
40
630.16
Traffic Control Supervisor
Per Hour
20
630.17
Flagging
Per Hour
400
Page 2 of 2
SECTION 03000
DETAILS
INDEX
Curb and Gutter
701
Curb, Gutter, and Sidewalk
D-6
Median (Island) Curbs
703
Standard Driveway Approach (I & II)
706
Standard Driveway Approach (III & IV)
707
Street Intersection Crosspan
708
Drainage Under Sidewalk
709
Curb Inlet 4' Opening— Vertical Curb & Gutter
D-7a, 7b
Curb Inlet 4' Opening — Driveover Curb & Gutter
D-8a, 8b
Concrete Sidewalk Culvert
D-12, 13
Area Inlet
D-9a
Modified Type 13 Inlet
Alley Intersections
803
Standard Manhole Cover
1201
Standard Sidewalk
1601
Sidewalk Detail
1602
Access Ramp Details
1603
Detached Walk/Intersection Detail
1604
Detached Walk/Intersection Detail
1605
Pedestrian Ramp Detail
1606
Residential Local Street Access Ramps
1606(a)
Truncated Dome Warning for Access Ramps
1607
Median Islands and Pedestrian Refuge Area
1608
Sidewalk Widening Details
2501
Concrete Pavement Joints
M-412-1
7
2'-6"
6"
1 1/2"R. 4 1/2"
N 2"R
Gutter edge may be a • d
tapered or battered. N
(Typical for all Curb & d:, : d
& Gutter Types) d- �o
VERTICAL
30"
1 s• 12•
4.5" 21.75" 3.75"
R 0.5" 3.63"
2•
9. d:
<` �.QQ." a
d S s 4 7"
d
a
ROLL-OVER
(LOVELAND)
CURB AND GUTTER
LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 03/01/02 701
Provisions for liquidated damages are set forth in the Agreement.
9.0 SUBSTITUTE ("OR EQUAL") MATERIAL AND EQUIPMENT
The Contract, if awarded, will be on the basis of material and equipment
described on the Drawings or specified in the Specifications without
consideration of possible substitute or "or equal" items. Whenever it is
indicated on the Drawings or specified in the Specifications that a
substitute or "or equal" item of material or equipment may be furnished
or used by CONTRACTOR if acceptable to Engineer, application for such
acceptance will not be considered by Engineer until after the "effective
date of the Agreement". The procedure for submittal of any such
application by CONTRACTOR and consideration by Engineer is set forth in
the General Conditions which may be supplemented in the General
Requirements.
10.0 SUBCONTRACTORS, SUPPLIERS AND OTHERS
10.1. Each Bidder shall submit at the Bid opening to OWNER a list of
principal subcontractors he proposes to use in the Work. Refer to
Section 00430 contained within these Documents.
10.2. If OWNER or Engineer after due investigation has reasonable
objection to any proposed Subcontractor, either may, before the Notice of
Award is given, request the apparent successful Bidder to submit an
acceptable substitute without an increase in Bid price. If the apparent
successful Bidder declines to make any substitution, OWNER may award the
contract to the next lowest responsive and responsible Bidder that
proposes to use acceptable subcontractors. Subcontractors, suppliers,
other persons or organization listed and to whom OWNER or Engineer does
not make written objection prior to the giving of the Notice of Award
will be deemed acceptable to OWNER and ENGINEER subject to revocation of
such acceptance after the effective date of the Agreement as provided in
the General Conditions.
10.3. CONTRACTOR shall not be required to employ any subcontractor,
supplier or other persons or organizations against whom he has reasonable
objection. The use of subcontractors listed by the Bidder and accepted
by OWNER prior to the Notice of Award will be required in the performance
of the Work.
11.0 BID FORM.
11.1. A copy of the Bid Form is bound in the Contract Documents which
may be retained by the Bidder. A separate unbound copy is enclosed for
submission with the Bid.
11.2. Bid Forms must be complete in ink or typed. All lump sum prices
on the form must be stated in words and numerals; in case of conflict,
words will take precedence. Unit prices shall govern over extensions of
sums.
12/03 Section 00100 Page 4
4
^ r LIMITS OF C & G
z 14 IN. 17 IN. 3 FT. 9 IN.
(1.17 FT.) I \ (1.42 FT.) (3.75 FT.)
M 4
2 ZM I \
M
m
\ D�
n � 1 i IN.
FLOW
LINE
4 IN.
6 IN.
^
rc�
�m
—(1 5 Fr.) (15 INT.)
�
DRIVE —OVER
CURB, GUTTER AND SIDEWALK
2 FT 6 IN. WHERE WALK ADJOINS A CURB, IT SHALL BE
6 IN.— CONSTRUCTED 1/4 INCH ABOVE THE CURB.
4 1/2 IN, SLOPE SIDEWALK TO CURB —
1 1/2 IN, 1/4 IN. TO 1/2 IN. PER FT.
2 IN.^ .. .. .-
I1 1/2 IN. D
41N.
b p.
—� 2 IN. R 8 IN. i
t d \
6 IN. R� 4 FT. MIN.
� II
112 IN.
:p
t �
VERTICAL 6 IN. CURB, GUTTER AND SIDEWALK
SURFACE 1/8 IN. R.
4.43 FT.
3/4 IN. MIN.
Tl
1.18 FT. 58 FT 2.67 FT.
b.
.09 FT.
a CP
n
.3D FT r' 11 FT. "r
4 IN.
1
T
DUMMY JOINT
FOR WALKS
a 6 IN,, a
COMBINATION CURB, GUTTER AND SIDEWALK
"HOLLYWOOD"
(OBSOLETE — FOR REPLACEMENT ONLY)
CURB, GUTTER AND SIDEWALK DETAILS
CITY OF FORT COLLINS
STORMWATER
APPROVED:
DETAIL
DATE: 11/13/00
UTILITIES
� d Fwt GiYlu
CONSTRUCTION DETAILS
D
DRAWN BY: NBJ
1 /8" TO 1 /4"R.
on
1"± 1/4"
A
1-1/2" 4-1/2"
1-1 /2" TO
2" R.
"
.4 .k
(V
9 r
----------
OUT FALL CURB & GUTTER
(FORT COLLINS ONLY)
all All
1 /8" TO 1 /4"R.
":t 1/4"
1 1/2"-1--1 I \— ASPHALT OR —/ -=I
* 6" w/concrete pavement CONCRETE PAVEMENT
8" w/asphalt
BARRIER CURB (KEY WAY OR EPDXY) MOUNTABLE CURB (KEY WAY OR EPDXY)
(SECTION B) (SECTION M)
6" 6" 6"
1 1/4"
8" BARRIER CURB 6" MOUNTABLE CURB
(CDOT TYPE 2 SECTION B M-609-1 CURB W/8" REVEAL)
Notes:
a.) Bottom of curb shall be poured to a depth no less than on the compacted subgrade of the pavement.
b.) Raised center medians shall be 8" barrier curb or 8" epoxy curb only.
MEDIAN (ISLAND CURBS)
LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 703
PERSPECTIVE
Ramp if necessa
Right of Way line
X = Curb Transition Length
Y = Parkway Width in Type I Approach
W = Driveway Width (See Drawing 707)
t = Concrete Thickness - minimum 6'
Type I = With Detached Sidewalk
Type 11 = With Attached Sidewalk
er to Chapter 25 for minimum removal dimensions.
W =Width
A
B
m W W
�ciaci ieu
1 :12
V
Sidewalk
max.
I
W +i
��
W �V W d•
N
xEN
ttached
Attached
'Sidewalk
Sidewalk6„
1:1
N
112 max.
Back of curb
FL
-
0
(V
Lip
T_--
A B
TYPE I
x=2' min.
Driveway Width Varies
x=6'-a'
TYPE II
1:24 LLI
N
K>
WALK
SECTION B-B
NOTE:
p
N.T.S.
a
WALK
Y
1. Concrete driveway must be
provided to the property line.
0
1:48 SLOPE
-�---
1/4" PER Fr.
1 :12 (max )
6 f• •t. .tl
y�.
Expansion joint if drive
WALK
SECTION A -A
continues as concrete
N.T.S.
STANDARD DRIVEWAY APPROACH (TYPES I & II)
I ARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 706
z/]
H
z
t7
Fto
d
CO3
t7
t:jaz t2xj
En a
a
►b
f7 �
O �
O
ay �
COO y �+
z �
a L.7 0
� c r
O �
z
O �
"'C1
CMJ
C7 ""
�2 ~
O
� z
Flare Optional
(FC Only)
ROW
')crete Driveway
Expansion Joint
Detached
v
Sidewalk 1:12�
R
��
r
n
Max
2
— — - — —
N
to
tu
Y Parkway
T
E c N
See Note
6
E I E
See Note
4
See Note
3
0
A
TYPE III
rL
DETACHED WALK
1:48 SLOPE
1/4'PER FT. 112-L rL
Tt
YS
WALK
SECTIONS A -A & B-B
NOTES: N.T.S.
1 . 6' wide pan for residential streets.
2. All intersections to have access ramps.
3. 6" Curb Height.
4. 0" Curb Height.
5. All of these pedestrian improvements must
be in ROW or a pedestrian or public access easement.
6. Truncated Dome Warning Detection.
See Note 5
See Note
See Note
See Note
B
TYPE IV
Ramp If walk
continues on private
property.
Curb to retain
Landscape if
Necessary
Sidewalk
ATTACHED WALK
DRIVEWAY WIDTHS
CLASSIFICATION
APPROACH
MINIMUM
MAXIMUM
TYPE
WIDTH
WIDTH
RESIDENTIAL:
Single Family •
I or II
12'
24' �k
Multi Family
I, Il, III, or IV
24'
36' **
Commercial
I, ll, III, or IV
24'
36' �k�k
Industriol
24'
36'
• High volume driveways (Type III or IV) allowed for 350
or greater trip ends/day.
*30' maximum for 3 car garages.
**No single opening shall exceed 36'. Wider driveways
shall be divided w/o median not less than 6' wide.
WALK
8'
TRANSITION FROM C & G SECTION
TO PAN SECTION, TYPICAL BOTH
SIDES.
ROADWAY WIDTH
CONTROL
JOINTS
CONTROL JOINT REQUIRED
FOR PANS OVER 40' A ` II
LENGTH _ I CONTROL
` JOINTS (TYP.)
—+—._.
TOOL JOINT
AT 10' O.C. A TOOL JOINT
DOWELL IF (for monolithic pour)
COLD JOINT (See Standard Drawing 714)
6' MINIMUM (LOCAL)
8' MINIMUM (COLLECTOR)
10' MINIMUM (ARTERIAL)
rd
* 8" MIN. FOR RESIDENTIAL. USE CONCRETE
PAVEMENT DESIGN + 1/2" FOR COLLECTOR
& ARTERIALS.
SECTION A -A
NOTE: ALL INTERSECTIONS TO
HAVE ACCESS RAMPS
PLAN VIEW
PARALLEL
STREET
CLASSIFICATION
W
CROSS PAN
WIDTH
LOVELAND
DEPTH OF INVERT
FT. COLLINS
DEPTH OF INVERT
d (MIN.)
d (MAX.)
d
Arterial
10'
1 1 /4"
2 1 /2"
1 1 /2"
Collector
8'
1"
2"
1 1 /8"
Local
6'
3/4"
F 1/2"
7/8"
** 8' MIN. WIDTH WHERE CROSSING A COLLECTOR ROADWAY.
0
N
N
M
A
X (Varies, See Plans
Xmax=2.0')
L_ . 1 1/4"
d (Varies,
See Plans)
6" SECTION B—B o
I EU)
U Attached c
o Sidewalk E o r
0 C B o LL
I
I '
5/8" Rolled Steel Tread Plate
(diamond pattern)
Dimension Variable
Retaining Screws at
C 4'-0" or as Directed B
Detached Sidewalk
Notes: I PLAN VIEW
5/8" Rolled Steel Tread Plate
1. Length of steel plate varies. L = 1 1/4" x 1 1/4" x 1/4" 1/2" x 1" Flat Head Mach.
2. Chase and cover plate run from 0 Screw Brass or Electro-galv.
Right of Way line to flow line unless finish 12" on center
approved by the Engineer.,'. " (typical both sides)
With curb walk, cover plate extends Angle iron to be drilled and
from property line to top of walk face. threaded to receive screw.
g
Concrete to be drilled to allow
3" #4 Bar Welded at 12" on screw to extend into the
SECTION C—C center, Nelson Standard Anchor concrete
or equivalent. (typical both sides) (typical both sides).
s
COMBINATION CURB, GUTTER, AND SIDEWALK
6" VERTICAL CURB, GUTTER, AND SIDEWALK
SECTION A —A (2 VIEWS)
STANDARD DETAILS FOR DRAINAGE UNDER SIDEWALK
LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: O4/01/O7 709
1, ft STEEL DECK RING WITH
MACLEAR ER APPREVED EQUAL
6 IN. THICK
SEE CURB FACE
rF ASSEMBLY DETAIL
DRAINAGE
4M 4��
GUTT SEE DETAIL 'A'
FLEW LINE
BETH SIDES)
PLAN VIEW
1 1/2 IN. R IS IN. LENG WARPED DEPRESSED GUTTER WARPED
10_4�L LEG GUTTER GUTTER
77,
ALTERED
1 1/2 IN, PIPE SPACER FLEW LINE
AND 1 1/4 IN. LECK NUT
STEEL RED — THREADED DRAINA
EMBEDMENT
PLATE
EXTEND CHANNEL
CURB FACE ASSEMBLY DETAIL WALL EDGE rF WALL
GENERAL NETES
2. FLEER CF INLET SMALL BE SHAPED WITH MATCH SI WALK. SEE D-6.
TC PIPE CrNNECTIENS. 6. EXPCSED STEEL SHALL BE GALVANIZED IN
3. MANHrLE RUNGS SHALL BE REQUIRED FIR ACCrRDANCE WITH AASHTE M-111.
INLET HEIGHT 4 FT. AND GREATERI
4. SIDEWALK SHALL BE 6 IN. THICK FCR 3 FT. DETAIL 'A'
EN EITHER SIDE CF INLET.
CURB INLET-4 FT. OPENING FOR VERT. CURB & GUTTER
CITY OF FORT COLLINS STORMWATER DETAIL
UTILITIES DATE: 11/19/02_ -7A
ft of W CON CONSTRUCTION DETAILS DRAWN BY: NBJ D
m
4 FT.
B
L
2
A p
8 IN. C.C.--j 7 �-- "601 /" 501\
6 IN.
9 IN. C.C.
6 IN. C.CL
502
504
503
I
��
I
I
12 IN, 12 IN.
I
ANC HC
O
FT.
t-FLCW LINE
8C &5 WITH 1 1/2 IN
DI& HOLE IN CENTER 07
408--/
3 FT. 5 FT. 3 FT.
11 FT.
Ar 1 FT.
I I
PLAN VIEW`
NTS
TABLE 1
BAR LIST FCR CURB INLET
MARK
IIIN.
SPACING
TYPE
PEW
LENGHT
401
8 IN.
II
4
3 FT. 10 IN
402
12 IN.
III
w
7 FT. 10 IN
403
12 IN.
IV
6
7 FT. 4 IN
404
1/2 IN
12 IN.
II
14
w
405
12 IN.
w
3 FT. 2 IN
406
12 IN.
II
4
■
408
12 IN.
VII
4
3 FT. 4 IN.
501
5/8 IN.
9 IN.
II
2
9 FT. 0 M
502
5/8 IN.
9 IN.
II
1
4 FT. 8 IN
503
5/8 IN.
9 IN.
II
1
9 FT. 0 IN
504
5/8 IN.
6 IN.
VIII
2
4 FT. 8 M
601
3/4 IN
—
—
I
8 FT. 10 IN.
8 C 8.5
—
—
—
l
5 FT. 0 IN.
ANCHCR
1/2 IN.
24 IN.
—
2
1 FT. 6 IN
=L� TYPE II
��''-- STRAIGHT 405
a—FDL
TYPE III
54 IN. ,
I M TYPE IV
8 IN.
wVARIBLE WITH NIGHT, REFER TC TABLE 2. es� a rN TYPE VII
11 IN
TYPE VII
30IN L¢r
12 IN.
LAP
GENERAL NCTES� BAR BENDING DIAGRAM
(DIMENSION ARE CUT TC CUT CF BAR)
1. QUANTITIES INCLUD VCLUMES OCCUPIED BY PIPES.
STRUCTURAL STEEL REINFORCEMENT ARCUND
PIPES ARE NET INCLUDED.
2. KEABJANDT WHERE WALLS CONNECT TC TCP
3. REINFORCEMENT IN WALLS AND BASE SHALL BE
3 IN. FROM THE SIDES EXPOSED TC EARTH.
REINFORCEMENT IN TCP SLAB SHALL BE 1 1/2 IN CLEAR.
P FT. • rt - c TM
SECTION A -A
NTS
5 FT. 2 FT, 1 FT
402 i N4 ANCHORS
SECTION B-B
NTS
TABLE 2
H,.
,..
.LENGHT.,. ..�.C.Y.
LB.
40214051
404
406
CCNC,
STEEL
3 FT. 6 IN
10
6
3 FT. 2 IN.2
FT. I IN
10
6
4 FT. 0 IN.
12
8
3 FT. 8 IN
2 FT. 7 IN
12
8
4 FT. 6 IN
12
8
4 FT. 2 IN
3 FT. I IN
12
8
5 FT. 0 IN
14
10
4 FT. 8 IN
3 FT. 7 IN
14
IO
5 FT. 6 IN
14
10
5 FT. 2 IN
4 FT. 1 IN
14
l0
6 FT. 0 IN.
16
12
5 FT. 8 IN.
4 FT. 7 IN.
16
12
6 FT. 6 IN.
16
12
6 FT. 2 M
5 FT. 1 IN
16
12
7 FT. 0 IN
18
14
6 FT. 8 IN
5 FT. 7 IN.1
18
14
7 FT. 6 IN.
18
14
7 FT. 2 IN
6 FT. 1 IN
18
14
8 FT. 6 IN.
20
16
FT. 8 IN
6 FT. 7 IN.
20
16
8 FT. 6 IN
20
16
8 FT. 2
7 FT. 1 IN
20
16
9 FT. 0 IN.
22
18
8 FT. 8 IN
7 FT. 7 IN.
22
IS
9 FT. 6 IN
22
22
9 FT. 2 IN
8 FT. 1 IN
22
22
IO FT. 0 I
24
24
9 FT. 8 IN
8 FT. 7 IN.
24
24
CURB INLET-4 FT. OPENING FOR VERT. CURB & GUTTER (REINFORCEMENT)
CITY OF FORT COLLINS STORMWATER APPROVED: DETAIL
UTILITIES CONSTRUCTION DETAILS DATE: 11/21/02 p_7B
Qt� a ►r1
DRAWN BY: NBJ
6 IN
B
14 IN.
FA 6 m STEEL DECK RING WITH
24 IN, HEAVY DENVER COVER BY
MACLEAR CR APPROVED EIX1AL.
O
6 IN. THICK
—
SIDEWALL (TYP.
I I
BCTH SIDES)
6 IN.
SEE DETAIL 'A' � � —
WARPED CURB 6 4 FT. OPENING LCW LINE
GUTTER (TYP.
BOTH SIDES)
11 FT.
A
PLAN VIEW
8 [8.5 FLUSH NTS 04 BAR CURB FACE 1 1/2 IN. R / 8 LONG
77,
4
10 IN.
EMBEDMENT
sY
_I 1/4 IN. DIA. X 24 IN. GALV.
STEEL RED - THREADED
3 1/2 IN. AT TIP.
1/4 IN.
3 IN. X 3 IN. X 3/8 IN.
PLATE
i
6 IN.
SEE CL
EF ASSEMI
B R
A
NCRMAL FLEW
f SECTION A -A
WARPED
GUTTER
ALTERED
FLEW LIFE
FIR 1
SECTION B-B
EXTEND CHANNEL
TC CUTSIDE
CURB FACE ASSEMBLY DETAIL y vwL EDGE EF WALL
GENERAL NOTES C �� SHALL
E. FFLCCR CF INLET SHALL BE SHAPED WITH MATCH SIOEVALK SEE D-6.BE SLOPE TC 3 IN.
RAD.� I IN.
TDDPIICNCCCNCRETETC FORM INVERT 6. EXPOSED STEEL SHALL BE GALVANIZED IN /
CC PPEE CNIECCTTIICC ACCORDANCE WITH AASHTC M-lll.
3. MANMCLE RUNGS SHALL BE REQUIRED FIR
INLETT HEIGHT 4 FT. AND GREATER. DETAIL 'A'
4. SIDEWALK SHALL BE 6 IN, THICK FIR 3 FT.
CN EITHER SIDE CF INLET.
CURB INLET-4 FT. OPENING DRIVE -OVER CURB & GUTTER
6�hCITY OF FORT COLLINS STORMWATER APPROVED: DETAIL
UTILITIES CONSTRUCTION DETAILS DATE: 11/21/02 D-8A
ab d hA can" DRAWN BY: NBJ
A 409 --
6 IN.
z_
� n
B
a �
n
17 IN.
1
14 FT.
3 FT. 5 FT. 3 FT.
11 FT.
A
PLAN VIEW
NTS
IN.
1 I
I FT A FT _ A. IN
SECTION A —A
i�arrs>•��yy��arr��lr
yIW ANCHORS
�r
TABLE 1
BAR UST FOR CURB INLET
A. O.C. TYPE NO LENGHT =LENGHT TYPE II
SPACING RE0'D Straight
MARK
DIA.
402
8 IN
II
4
3 FT. 10 IN.
404
12 IN
III
■
7 FT. 10 IN.
406
12 IN.
IV
6
7 FT 4 IN
407
1/2
IN
12 IN
II
14
i FT. 2 IN.
4110
12 IN
II
4
412
12 IN
VII
4
3 FT. 4 IN.
501
5/8 IN.
9 IN.
II
2
9 FT. 0 IN,
502
5/8 IN.
9 IN,
II
1
4 FT. 6 IN
503
5/8 IN.
9 IN.
II
1
9 FT. 0 IN.
504
5/8 IN
6 IN
VIII
2
4 FT. 8 IN.
601
3/4 IN.
-
-
1
B FT. 10 IN.
8 E 6.5
-
-
-
1
5 FT. 0 IN.
ANCHOR
1/2 IN.
24 IN
-
2
1 FT. 6 IN.
TYPE III
[Wr201N.
TYPE IV
42 IN
20 IN.
U.
91N
TYPE VII
VARAILE VITH HEIGHT, REFER TO TABLE a
11 IN. Bent
TYPE VIII
M3( IN. loop
12 IN.
LAP
BAR BENDING DIAGRAM
GENERAL NOTES: (DIMENSIONS ARE OUT TO OUT OF BAR)
1. QUANTITIES INCLUDE VOLUMES OCCUPIED BY PIPES.
STRUCTURAL STEEL AND REINFORCEMENT AROUND
PIPES ARE NOT INCLUDED.
2. KEY JOINTS WHERE WALLS CONNECT TO TOP
SLAB AND BASE.
3. REINFORCEMENT IN WALLS AND BASE SHALL BE
3 IN. FROM THE SIDES EXPOSED TO EARTH.
REINFORCEMENT IN TOP SLAB SHALL BE 1 1/2 IN CLEAR.
SECTION B—B
TABLE 2
QUANTITIES VARIABLE MATH HFIGHT
H
NO. REOb
LENGHT
C.Y.
I.B.
402
405
404
406
CONC.
STEEL
3 FT. 6 IN.
10
6
3 FT. 2 N.
2 FT. 1 IN.
25
21D
4 FT. O IN.
12
8
3 FT. 8 IN.
2 FT. 7 IN.
26
230
4 FT. 6 IN.
12
8
4 FT. 2 IN.
3 FT. 1 IN.
28
236
5 FT. 0 IN.
14
10
4 FT. 8 IN.
3 FT 7 IN.
29
236
5 FT. 6 IN.
14
10
5 FT. 2 IN.
4 FT. 1 IN.
3.1
282
6 FT 0 IN.
16
12
5 FT. 8 IN.
4 FT. 7 IN.
3.2
282
5 FT. 6 IN.
16
12
6 FT. 2 IN.
5 FT. 1 IN.
3.4
286
7 FT. 0 IN.
IS
14
6 FT 8 IN.
5 FT. 7 IN.
3.5
306
. 6 IN.
18
14
IN.
El
.11N.
14
B FT. 6 IN.
20
16
B FT. 2 IN.
7 FT.
4.0
340
9 FT. 0 IN.
22
IS
B FT. 8 IN.
7 FT.
4.1
360
9 FT 6 IN.
22
18
9 FT. 2 IN.
8 FT.
4.3
366
10 FT.0 IN.
24
20
9 FT. 8 IN.
8 FT.
4.4
366
CURB INLET-4 FT. OPNG. FOR DRIVE -OVER CURB & GUTTER (REINFORCEMENT)
APPROVED: DETAIL
CITY OF FORT COLLINS STORM WATER DATE: 11/25/02
UTILITIES CONSTRUCTION DETAILS D-HB
Gus of Fort C.rh,
DRAWN BY: NBJ
11.3. Bids by corporations must be executed in the corporate name by the
president or a vice-president (or other appropriate officer accompanied
by evidence of authority to sign) and the corporate seal shall be affixed
and attested by the secretary or an assistant secretary. The corporate
address and state of incorporation shall be shown below the corporate
name.
11.4. Bids by partnerships must be executed in the partnership name and
signed by a partner, his title must appear under his signature and the
official address of the partnership must be shown below the signature.
11.5. Bids by joint venture shall be signed by each participant in the
joint venture or by an authorized agent of each participant. The full
name of each person or company interested in the Bid shall be listed on
the Bid Form.
11.6. The Bid shall contain an acknowledgement of receipt of all Addenda
(the numbers of which must be filled in on the Bid Form).
11.7. No alterations in Bids, or in the printed forms therefore, by
erasures, interpolations, or otherwise will be acceptable unless each
such alteration is signed or initialed by the Bidder; if initialed, OWNER
may require the Bidder to identify any alteration so initialed.
11.8. The address and telephone number for communications regarding the
Bid shall be shown.
12.0 BID PRICING.
Bids must be priced as set forth in the Bid Schedule or Schedules.
13.0 SUBMISSION OF BIDS.
13.1. Bids shall be submitted at the time and place indicated in the
Invitation to Bid and shall be enclosed in an opaque sealed envelope
marked with the Project title, Bid No., and name and address of the
Bidder and accompanied by the Bid Security, Bid Form, Bid Bond, Statement
of Bidders Qualifications, and Schedule of Subcontractors as required in
Section 00430. If the Bid is sent through the mail or other delivery
system, the sealed envelope shall be enclosed in a separate envelope with
the notation "BID ENCLOSED" on the face of it.
13.2. Bids shall be deposited at the designated location prior to the
time and date for receipt of Bids indicated in the Invitation to Bid, or
any extension thereof made by addendum. Bids received after the time and
date for receipt of Bids will be returned unopened. Bidder shall assume
full responsibility for timely delivery at the location designated for
receipt of Bids.
12/03 Section 00100 Page 5
I FT.I -
C
6 M
THICK
SIDEWALK
CTYP.)
4 FT.
6 M
1 FT.
B
L 6 IN
nix
2 FT. t4 BARS
L12 IN. C.
8E 8.5 FLUSH
WITH CURB FAC� /1 1/2 IN. R
2 IN.
6 IN.
3 IN. X 3 IN. X 3/8
PLATE
A--i EXTEND WALK FT.
BEYOND NORMAL FBACK
T.
CF WALX.�
-6 IN. BARS
�ATAT ll IN. C.C.
5 f5 BARS AT
9 IN C.C.
I �2 05 BARS AT
6 [N C.C.
B
[ISEE
CURB
0 \ DETAIL 'A' J
WARPED CURB L
GUTTER (TYP.)
A- -I
DETAIL "B"
a -
6 M
)
/ 5 BAR
1 1J2 IN. PIPE SPACER
AN OU 1 1/4 IN. LOCK NUT
`
1 DIA. X 24 I GALV.
13 STEELEEL ROD -THREADED
3 1/2 IN. AT TOP.
1
6 IN.
61K
DETAIL "B"
1 FT.
8E 8.5 WITH 1 1/2 IN. DIA. HOLE
IN CENTER - EXTEND CHANNEL TO
OUTSIDE EDGE OF WALL -1
DETAIL "A"
SEE DETAIL
/4 BARS
6IN.5
BARS
8 1/2 IN.
E
/Fo
4 BARS-12 IN. O.C.
BOTHWAYS
SECTION
A —A
'ER I DEPRESSED GUTTER I WARPED GUTTER
TCP IF CURB ----- 2 IN
-- --- ,a TERED
FLOW LINE
SECTION B-B
(REINFORCEMENT NOT SHOWN)
GENERAL NCTESI
I
I
I
11 4 BARS
5 BARS
1. SIDEWALK SHALL BE 6 IN. THICK FIR 3 FT. IN
6 IN.
at
EITHER SIDE IF CULVERT.
2. TIP SLAB CF CULVERT SHALL BE SLOPE TC
I T- ADD4 BARS
DD 1 / 4 BARS
MATCH SIDEWALK. SEE D-6.
14 1/2 IN
3. EXPCSED STEEL SHALL BE GALVANIZED IN
i
ACCORDANCE WITH AASHTC M-111,
4. KEY JOINTS WHERE WALLS CONNECT TC TCP
SLAB AND BASE.
t2 IN. D.C.
5. REINFORCEMENT IN WALLS AND BASE SHALL
�oTMw
BE 3 IN. FROM THE SIDE EXPCSED TC EARTH.
SECTION C - C
REINFORCEMENT IN TIP SLAB SHALL BE
1 1/2 IN CLEAR.
CONCRETE SIDEWALK CULVERT
FOR VERT. CURB,
GUTTER AND
SIDEWALK
6� CITY OF FORT COLLINS
STORMWATER
APPROVED'
DETAIL
UTILITIES
CI�d /w1 CoBb/wl CoBb
CONSTRUCTION DETAILS
DATE: 12/19/00
D -12
DRAWN BY: NBJ
3 FT.
I FT.
I 4
C i
[
9 IN.
6 IN. THICK
SIDEWALK
L
TYP.)
4 FT.
6 IN.
-
1 FTC,
p
B
(TYP.)
L�
R
17 IN
11 IN............
}
d
14 IN
1
12 IN.
I8C85 FLUSH -
WITH CURB FACE
2 IN. I
4: T
1
6 IN.
2:1
i
t
n
EXTEND WALK 1 FT.
BEYEND NORMAL BACK
CF WALK.----
_.[.
r\ 3:L_.......
5 a5 BARS AT
9 IN. C.C.
Jc 8.5 WITH 1 DIN HOLE
IN
IN CENTER — EXTEXTE EXTEND
CHANNEL TO
OUTSIDE EDGE OF WALL. -
I11,2 k5 BARS AT
6 IN. C.L.
tlIACSKCFCURB — IBw lo�j \E DETAIL 'A' J
FLCWLINE
WARPED CURB 4
4 FT. OPENING __�__FT. 6 IN
2 F7._ 0 IN.
11 FT.
A--J
DETAIL "B" 61N
11
1 1/2 IN R N4 BAR
1/4 IN. —I IN j 18 IN. LONG LEG i
....... .... -i
i 7
8 IN..
F �{
..� /
3 IN. X 3 IN. X 3/8 IN./,
PLATE
•, 6 IN.
#5BAR
w-
1 1/2 IN. PIPE SPACER
AN6D 1 1/4 IN. LOCK NUT
•
1 1/4 IN. DIA. X 24 IN. GALV.
1 IN,
STEEL ROD - THREADED
3 1/2 IN AT TOP.
..
3,IN
BARS
6 IN.
WALL
1 SAN.
D.
8 IN.
If'
1 �
DETAIL
•B'• g4 BARS
16 IN.
`#5 BARS 8 1/2 IN.
% SLOPE...._..____ !_
6 IN.
f
-#4 BARS-12 IN. O.C.
BOTHWAYS
SECTION A —A
3 FT; 6 IN _ «•� 4 FT 0 IN. 3 FT 6 IN
WARPED GUTTER DEPRESSED GUTTER WARPED GUTTER �'..
-__-- TOP OF CURB
Y _ — —
I
NORMAL 4.�_' " ALTERED
FLOW LINE _ FLOW LINE
SECTION B—B
(REINFORCEMENT NOT SHOWN)
11 FT 0 IN.
...._ .... ._....__ .. ......_.._............«i
DETAIL B ' , FT
......... ........ .....
GENERAL NETESI
a 4 BARS
p 5 BARS
1. SIDEWALK SHALL BE 6 IN. THICK FER 3 FT. EN 6 IN.
EITHER SIDE EF CULVERT.
2. TEP SLAB CF CULVERT SHALL BE SLOPE TC
ADD 1 N 4 BARS
ADD 1 4 BARS
MATCH SIDEWALK. SEE D-6,
t41/2 IN.
I•
3. EXPESED STEEL SHALL BE GALVANIZED IN
•I
ACCERDANCE WITH AASHTC M-111.
--
4. KEY JOINTS WHERE WALLS CONNECT TC TCP
SLAB AND BASE.
->-p 4 BARS-12 IN. O.C.
5. REINFORCEMENT IN WALLS AND BASE SHALL
BOTHWAYS
BE 3 IN. FROM THE SIDE EXPESED TC EARTH.
SECTION C—C
REINFORCEMENT IN TCP SLAB SHALL BE
1 1/2 IN CLEAR.
CONCRETE CULVERT FOR
DRIVE -OVER CURB,
GUTTER AND WALK
CITY OF FORT COLLINS
STORM WATER
APPROVED:
DETAIL
iapeals UTILITIES
CONSTRUCTION DETAILS
DATE: 12/20/00
D-13
DRAWN BY: NBJ
L
.J
PLAN VIEW
35 3/4 IN.
28 1 4 IN. 6 IN. 23 3/4 IN.
16 1 4 IN. /
it
40. 12 GRATE AND FRAME BY
MaCLEAR OR APPROVED EQUAL
iQ IN. MIN.
�i
INLET GRATES
a
IN. CIR. O.F.
2 IN. CIR LF..
O 12 IN.
CREiE
,�I BA� PIPE O.D. ar,
Z °
,er_
O
3 IN. CIR. O.F.
2 IN. CIR LF.
/4 I
FTNLLOEWT LINECONDUOF
CTRS (TYPJ
12 Ml.
� . � L.AP CRETE PIPE
µ
CTRS. (IYPJ
WIE--ZJNCOUND I
�D
T
PIPES/T
..
,1I
1 L
SLOPE FOR .`
DRAINAGE
12 IN. MAXSTEP
3 l
y,
SPACING
\
"
L
4 14 } o t2 IN. CTRS.
6 IN. TYPICAL WALLS
AND FLOOR
SECTION A —A SECTION B—B
GENERAL NOTES:
1. AREA INLETS MAY BE USED FOR
DRAINAGEWAY OTHER THAN STREETS.
(EXAMPLE, PARKING LOTS, MEDIANDS,
SUMP BASINS)
AREA INLET
CITY OF FORT COLLINS STORMWATER APPROVED: DETAIL
a4 a w.L car.
UTILITIES CONSTRUCTION DETAILS DATE: 12/8/00 D - 9 A
DRAWN BY: NBJ
10
2•
T a
i
24"
TRANS.
240 0
—+ 6"
—SEE NOTE 3
GROUT
4"
N
N
n n < 3'-3" RAIL —
EMBED EQUAL
LENGTH /N
BOTH WALLS
14 ® 12" OC-�,-
M
NO FLANGE
A
if 5"
FEE PLANS
s' I-
23 1/4' SEE NOT£ 5
22 3/8" NOTES:
1 11/16" TYP. 2" 5" r. ALL rnr L3 #AM 11DLL. Dr CVAMWW WW AN AAWrAW aW NOA:
--1 (--1 3/4' TYP I F a A_r OWW MW Ann MrrraMM M#Wr J75W - aarc aAn AW
n r f nea m MW
AAV Darr n AW MAM rear t AFWKn « e
x MrWV AGMOMCM NM SMWALK MVnVW A MMMN Or Lr' RMW M DNLMYA' IS
M K /L4CML6 W M A[IMOMC WV NM DIQY WALL Or MW W" CM ACME
20 1/2" -^ i K ALL M . "U K Mrrr OW X A" CO LUM MM WW AVIAOMM fg"
28 1/2- x N W AM AAr M Ar Arwrut MM W SAt.00 LDIDLN .re• I ' 4.
—38 t/z" —I 8" I 30" 1 8-1—
NOTE:
1. TOTAL OPEN AREA IS 336 SQUARE INCHES.
Alley
Border
R.O.W.
(TYP.)
Drive -Over or
Vertical Curb
& Gutter
10'x10
SIGHT
AREA
Construction Joint
Curb
0" Curb
[AREA
1�
�
a8"
LL
minimum thick
112
U05pconcrete
i
`Walk Walk
0" Curb N1,:i
Truncated Dome
Parkway N
6" Curb Warning Detection Parkway
Vertical
6" Curb � 6" Curb
Truncated Dome STREET
Warning Detection ALLEY W/ SIDE DRAINAGE
Drainage May Cross the Walk Up to a Maximum
of 0.5 cfs for the Design 2 Year Storm.
Alley
FL-Lj
Concrete \ �+
Alley Drainage Inlet or Other
Drainage Collection
R.O.W. System shall be designed
(TYP.) for 2 year storm minimum.
1 o'x10' ✓ ��. 1 01x10'
SIGHT ,v / SIGHT
AREA ✓ / AREA
a�LL 8" minimum thick ��
Walk 1'2 Walk °' vo concrete " '�
0" Curb
Parkway �I� 0" Curb Parkway
6" Curb FE6" Curb
Truncated Dome See Tables 8-1 &
Warning Detection 8-2 For Radii
STREET Requirements
ALLEY W/ CENTER DRAINAGE
Drainage May Not Cross the Walk Unless The Water is Sheet
Flow and does not interfere with pedestrian use of walk.
K� ALLEY INTERSECTIONS
LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAPING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 803
Depress ring 1/4' to 5/8" below
adjacent finished street grade
Cover
Final asphalt lift,
overlay or grade
adjustment
Existing base course
Support with Steel Shims
and pack with High Strength
Grout
Slope up to match
finished pavement
NOTE:
1. Grout shall be a mixture of 100 Ibs Grout mix, 26 Ibs
water (3.12 Gap, and 100 Ibs of sand conforming to ASTM C-35.
2. Manholes shall not be located in crosspans, gutters, or wheel path.
3. Shim and grout to make ring and cover flush with the finished
pavement surface.
Straight cut
around ring
Concrete grade ring
to match slope or
finished grade
Shim / Grout
Grade ring
Manhole
STANDARD MANHOLE COVER
LARIMER COUNTY CONSTRUCTION REVISION NO: DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 08/07/00 1201
Detached Sidewalk
Driveway
Sidewalk
Attached Sidewalk
T.C.
6'-l7
F
Min. F.L.
LIP
8' Commercial
6' Residential
1/2' Expansion
Joint Material 1 /2' Expansion
Joint Material
DETACHED ATTACHED
6' SIDEWALK °e ✓;DRIVEWAY . _ SIDEWALK-» `� R
# p
SECTION A —A
All Sidewalk Thickness Shall Be 6' minimum.
NOTE:
1. Sidewalk grade shall remain consistent across driveway
2. For driveway design requirements, see CONST. DWG. 706 6 707.
3. This detail applies to Residential & Commercial driveways.
STANDARD SIDEWALK
IARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 1601
a
4
Slope sidewalk to curb 14' per foot.
NOTE: Construct sidewalk with joints at 10' intervals
A ^° " and aligned with scoring on curb.
a '
ATTACHED SIDEWALK DETAIL
r Landscaping
Slope: Minumum +/ft
Maximum 3'/Tt Slope sidewalk to curb 1/4" per for
a
a
DETACHED SIDEWALK DETAIL
1/4 SLAB THICKNLSS
� G
WEAKENED PLANE JOINT
2' min.
112' Expansion
Joint material
V �
� k �
INSTALL IN LOCATIONS SPECIFIED
IN CHAPTER 22
EXPANSION JOINT
SIDEWALK DETAIL
LARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 1602
o .�
2 (Radius varies) J
\ 0
Curb to retain Transition 0
ground behind the back of walk m Truncated Dome
walk, if needed. \(typ.) Warning Detection
Walk
Curb
Gutter
Wood float \r
finish thn. as eP
ramp
Broom finish
Curb (optional)
CORNER LOCATION Only if needed
Wood float finish thru ramp A Transition back of walk (typ.)
Walk
1.12IL
1:12
Broom finish i��i3pe Broom finish
Curb (max) (max.)
Gutter
A
6' I 5' I 6
Truncated Dome
z (min.) T T (min.) Warning Detection
MID -BLOCK LOCATION
J
at the corners of the
3 truncated dome warning
0 1 2'-0' 6"
cYi truncated dome warning
m detection c
'—
1:25•slope (max.) o
_zo ie .E
SECTION A -A
NOTES:
1. ` 6" Thickness applies to entire ramp area.
2. " 1:25 Unless a landing behind ramp (then ramp can be 1:12
with 1:20 on the truncated dome waming.)
3. See CONST. DWG. 1606(a) and 1607 for Fort Collins.
4. See CONST. DWG. 1614, 1615 and 1616 for Loveland.
ACCESS RAMP DETAILS
LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 1603
ARTERIAL
0
`O E
ROW Line
9�
's
ARTERIAL / COLLECTOR
2
J
Q
Ir R=6'
W
c
Q `
i
9�
's
J
Q ROW Line
10' 6' w 10' 5'
(min.) Q
16' 15'
ARTERIAL / ARTERIAL ARTERIAL / COLLECTOR
For Corner Radius > 35'
DETACHED WALK / INTERSECTION DETAIL
LARIMER COUNTY CONSTRUCTION REVISION NO: DRAWING
URBAN AREA DRAWINGSSTREET STANDARDS DATE: 08/07/00 1604
131 I c-113"ung, f ifvl:f n
ADDENDUM No. 1
Concrete Street Maintenance Project
SPECIFICATIONS AND CONTRACT DOCUMENTS
Description of Bid: 6034 Concrete Street Maintenance Project
OPENING DATE: 3:00 P.M. (Our Clock) February 26, 2007.
To all prospective bidders under the specifications and contract documents described above,
the following changes are hereby made.
1. This is a one year agreement but, at the option of the City, the Agreement may be
extended for additional one year periods not to exceed two (2) additional one year
periods. Pricing changes shall be negotiated by and agreed to by both parties and may
use the Denver - Boulder CPI-U as published by the Colorado State Planning and
Budget Office as a guide. Written notice of renewal shall be provided to the Service
Provider and mailed no later than 90 days prior to contract end.
2. The following sentence is added to page 1 of 32 of the Project Specifications, Revision
of Section 104, Traffic and Parking Control:
"The contractor shall maintain two-way traffic on Mountain Avenue at all times."
3. The following sentence is added to page 22 of 32 of the Project Specifications, Revision
of Sections 608 and 609, Sidewalks, Curb & Gutter, Drive Approaches, Aprons,
Crosspans, and Concrete Pavement:
Construction Requirements
"Once a section of Mountain Avenue is closed for repair, the concrete shall be removed,
replaced and reopened to traffic within five calendar days. For special circumstances,
the Contractor may submit written requests for exceptions to this requirement to the
Engineer for approval prior to demolition."
4. For clarification, dowels/chair assemblies are not required at contraction joints.
The first sentence of the fifth paragraph on page 23 of 32 of the Project Specifications,
Revision of Sections 608 and 609, Sidewalks, Curb & Gutter, Drive Approaches, Aprons,
Crosspans, and Concrete Pavement shall be removed and replaced with the following:
"All construction joints shall be doweled except for expansion joints, joints along existing
curb and gutter, and contraction joints, in accordance with the detail for "Concrete
Pavement Joints" contained herein."
Pre Bid Attendees List Attached
Please contact John D. Stephen, CPPO, CPPB, Senior Buyer at (970) 221-6777 with any
questions regarding this addendum.
RECEIPT OF THIS ADDENDUM MUST BE ACKNOWLEDGED BY A WRITTEN STATEMENT
ENCLOSED WITH THE BID/QUOTE STATING THAT THIS ADDENDUM HAS BEEN
RECEIVED.
215 North Mason Street • 2"" Floor • P.O. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6775 • Fax (970) 221-6707 www.fcaov.com
13.3. Oral, telephonic, telegraphic, or facsimile Bids are invalid and
will not receive consideration.
13.4. No Bidder may submit more than one Bid. Multiple Bids under
different names will not be accepted from one firm or association.
14.0 MODIFICATION AND WITHDRAWAL OF BIDS.
14.1. Bids may be modified or withdrawn by an appropriate document duly
executed (in a manner that a Bid must be executed) and delivered to the
place where Bids are to be submitted at any time prior to the opening of
Bids.
14.2. Bids may also be modified or withdrawn in person by the Bidder or
an authorized representative provided he can prove his identity and
authority at any time prior to the opening of Bids.
14.3. Withdrawn Bids may be resubmitted up to the time designated for
the receipt of Bids provided that they are then fully in conformance with
these Instructions to Bidders.
15.0 OPENINGS OF BIDS.
Bids will be opened and (unless obviously non -responsive) read aloud
publicly as indicated in the Invitation to Bid. An abstract of the
amounts of the Base Bids and major alternates (if any) will be made
available after the opening of Bids.
16.0 BIDS TO REMAIN OPEN SUBJECT TO ACCEPTANCE.
All Bids shall remain open for forty-five (45) days after the day of the
Bid Opening, but OWNER may, in his sole discretion, release any Bid and
return the Bid Security prior to that date.
17.0 AWARD OF CONTRACT.
17.1. OWNER reserves the right to reject any and all Bids, to waive any
and all informalities not involving price, time or changes in the Work,
to negotiate contract terms with the Successful Bidder, and the right to
disregard all nonconforming, nonresponsive, unbalanced or conditional
Bids. Also, OWNER reserves the right to reject the Bid of any Bidder if
OWNER believes that it would not be in the best interest of the Project
to make an award to that Bidder, whether because the Bid is not
responsive or the Bidder is unqualified or of doubtful financial ability
or fails to meet any other pertinent standard or criteria established by
OWNER. Discrepancies between the indicated sum of any column of figures
and the correct sum thereof will be resolved in favor of the correct sum.
17.2. In evaluating Bids, OWNER will consider the qualifications of the
Bidders, whether or not the Bids comply with the prescribed requirements,
and such alternates, unit prices and other data, as may be requested in
12/03 Section 00100 Page 6
Note:
Use of this detail requires special approval in
Fort Collins by the Local Entity Engineer.
DETACHED WALK / INTERSECTION DETAIL
LARIUER COUNTY CONSTRUCTION REVISION NO: 2 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/O1/07 1605
1.5' TRANSITION
0.5' TYP.\ i.5' TRANSITION
A
- w w w
si 6 F3`G G
/ ,y
y w w
z'
iA3�C6�t3'J
CUitB
W
W w
X V• W v'
�• ,�
/Flared
Option
w w
w K
W X V
w W X
Truncated Dome
w
W w
Warning Detection
w
`✓FLARE OPTION w
w m
Re
W W w
A
".n
Truncated Dome
4' MIN. °,€c
Warning Detection
1' tL Max
6' CURB
O' WRB
t' R
u M OPTION
z'
RB
t-6' or as specified 1: ( dope
rnOK) FL
1:12 E
AX.
M47
OtyU
a. k
STANDARD GRAY CON ,s`1 ,A,
6'
OF GUTTER
RAMP WITH PARTIALLY COLORED CONCRETE
PLAN VIEW
SECTION A -A
N.T.S
N.T.S.
NOTES:
1. NO JOINTS ARE ALLOWED IN THE FLOWLINE. SIX INCH WIDE CURB OR "DUMMY JOINT' MAY BE TOOLED NO
CLOSER THAN 6 INCHES FROM FLOW LINE AS SHOWN.
2. MINIMUM CONCRETE THICKNESS IS 6 INCHES.
3. JOINT PATTERN TO BE ACCORDING TO'INTERSECTION GUTTER DETAIL' OR AS DETERMINED BY THE LOCAL
ENTITY.
4. WOOD FLOAT FINISH IS REQUIRED OVER THE SLOPED SURFACE OF RAMP AND FLARES.
5. A 6 INCH WIDE CURB MAY BE POURED AT THE BACK OF THE RAMP AS SHOWN IF REQUIRED. IF CURB IS
USED IT SHALL MATCH THE CURB AND GUTTER STYLE OF ADJACENT CURB AND GUTTER.
6. MINIMUM RAMP WIDTH SHALL BE FOUR FEET, OR THE SAME AS THE WIDEST ADJACENT SIDEWALK,
WHICHEVER IS GREATER, UP TO A MAXIMUM WIDTH OF 8 FEET.
7. THE RAMP LANDING MAY BE POURED MONOLITHIC WITH THE ADJACENT TRANSITIONS PROVIDED THAT AN
APPROVED "SHAKE -ON" PIGMENT BE USED TO COLOR THE LANDING AREA.
8. T= THICKNESS (AS SPECIFIED ON PLANS OR LOCAL ENTITY ENGINEER).
PEDESTRIAN RAMP DETAIL (For New Const. & Alterations)
LARIMER COUNTY CONSTRUCTION REVISION NO: 1 DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 1606
FORT COLLINS ONLY
E
Z
m
0
liemapig '"03
S
F
'Z
O
rn N io c
E
C
C¢
d m
@ E
j
C 3
E
L N
t0 'O E
U
�3
Q
O
a,
o c ZJ a A
N C
c A
m
J 1—
a II MtlIi
1
N
¢
O
O
C Qf
Y
[O
C
V¢
1 ti
C.i N
f
JI C� S 11
O
O r
N O N¢ O V
M L
< d O
Lo
RESIDENTIAL LOCAL STREET ACCESS RAMPS
LARIMER COUNTY CONSTRUCTION REVISION NO: DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 1 6 0 6(a
FORT COLLINS
ONLY
29E_
OLD CIao[O
m
O
N
LL
N
cl
U U i
h O O,:I
czcr
N+ N +
`
N } N + N x
a �_ �
Varies
m
+ � + � +
7� Yt `v 7 I
I
(L (V N N N N
E
E
` c I
too
G
m u) C G b C OI > K= A t
w I m I
CY)
m R �fJ u> � W
.-'fad
Ri
� o
R N �
U
LL �
U
d m in a5 o
�
do m n o E co� —o o
o E d la 'o � d h
21
w y 3 c� E
T O
o
0 �
a3i mo. Ea o o n
(n
yt
O C O N Y
-e
ry
• rv� erf� \\ \\\coE.
.L... U .O C y 'f0 O l3O j N (Oail
S
•
'hN J; F\\\ \`\
LL
0 n C,�
4
Varies —0—'',0
z
E
0-
CV
`
`o
E
n
CD
ccV
m
C
LL
U
C
N
U
a> Q
a I
o Q
Lo
X Of
N Y �..• N
�
D
rt: C C/J
y
J
V1cl
p
c
!_
N
O.
�
NW
@
n
' 0 aP'a,T
VMP-NIV ¢
^. a 1 1
0 v. 1
C
O
a � 5
r/J O
1
CJ
E.�
cv O
CL
0 C
Q Varies
"'HMOij
iagnq pue qmo
1 1
4J
U
O CD�Q
m
LL
a
N U
C
m
C)
OO CD
Q
TRUNCATED DOME WARNING FOR ACCESS RAMPS
LARIMER COUNTY CONSTRUCTION REVISION NO: DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 04/01/07 1607
7
4' Min. Flat Rest Area
4' Min.
1:12 MAX 1:7_2�x Show street surface
i.
SECTION A —A
Minimum area of
nose island 50 ft2
Truncated Dome
Warning Detection
Qyp•)
A Min. A
rt�ffi Has o
aFp
�¢a
0
_ ,jai ilk
g Stop Bar at
Min. traffic signals
Sidewalk width shall conform to width
requirements for the street classification
NOTES:
1. No storm water shall drain through
pedestrian refuge.
2. Pedestrian refuge area shall be in line with
cross walks.
3. Crosswalk to line up with ramp & Refuge Area.
MEDIAN ISLANDS & PEDESTRIAN REFUGE AREA
I ARIMER COUNTY CONSTRUCTION REVISION NO: 2 DRAPING
URBAN AREA DRAWINGSSTREET STANDARDS DATE: 04/01/07 1608
4'-0' (Min. Width)
Sidewalk Addition
1. 4• •'•' •.. '.. <.•.
2"
Existing Sidewalk
ADDITION TO EXISTING SIDEWALK
NOTES:
1. New walk additions shall be placed to the same line and grade as the existing walk.
2. Match transverse tooled joints to existing tooled joints.
EDGE SURFACE
1/8' R.
r :'I
_ (O
0
:: II
TOOL JOINT FOR WALKS
NOTES:
1. Joint shall be cut 1 /4 thickness of initial concrete; tool joint for walks.
SIDEWALK WIDENING DETAILS
LARIMER COUNTY CONSTRUCTION REVISION NO: DRAWING
URBAN AREA DRAWINGS
STREET STANDARDS DATE: 08/07/00 2501
STATIONING SHALL BE STAMPED AT 500' INTERVALS ON EACH OUTSIDE MANURE SHOUIM AS SHOWN
m¢y�, _ o
GENERAL NOTES
1. THIS STANDARD Fur DOES NOT APPLY TO THIN CONCRETE OAMAYS (rmITErOPnRc).
11 2. LOCATE © JOINT AT A © JOINT OR A MINIMUM OF 2 FT. FROM A © JOINT.
11 J. THIS JOINT LAYOUT SHALL BE USED AS A STANDARD FOR ME JOINT LAYOUT FOR THE PROJECT.
IF THE CONTRACTOR PROPOSES VARIATIONS FROM THIS STANDARD OR THE PROJECT HAS UNUSUAL OR
MEG" CONDITIONS NOT COVERED HEREIN, ME CONTRACTOR SHALL PREPARE A PAVEMENT JOINT
LAYOUT FOR APPROVAL BY ME ENGINEER. SLABS 14 fr. IN MOTH SHALL BE CONSTRUCTED ONLY WHERE
NOR
NUMERALS DESIGNATED ON THE PLANS.
4. WHEN A CONTINUOUS WIDTH OF PAVEMENT IS POURED WOO THAN 40 Fr., THE JOINT NEAREST
ME CENIERIINL SHPL BE AN UNTIED Nt JOINT.
5. ON t E DIVIDED HIGHWAYS, ME 2 LANE DIRECTIONAL PAVEMENT AND DOM SHOULDERS SHALL BE PLACED
WITX ELONGITUDINAL SAWED CONTRACTION JOINTS.
6. ON VARIABLE WIDTH SUBS. ME 2 n. OR 4 FI. END OF SLAB WIDTH DIMENSION MY VARY ift INCHES.
7. (Ll TO BE USED WHEN MAITIC LANE IS AIDED SEPARATELY OR FOR TAPERS OR SPEED CHNNGE LANES. ALTERNATIVE
LL ITUONAL JOINT LOCATIONS AT STEED CHANGE LANE MAY BE USED F APPROVED.
' TYPICAL JOINT LAYOUT FOR DIRECTION OF TRAVEL
CONCRETE ROADWAY WITH CONCRETE SHOULDER JOINT LEGEND
(SEE SHEET 5 FOR JONi DETAILS)
me Is
1,42
sNDLUU R A A TRANSVERSE CONTRACTION c Hom?LoxGMUDINA caNstRucTwR
HCRIZ. 4'ACHESin
/J _ TRAFFICSu T/RncA i/RTICA- SKEW GTION� CONMACOigNRSE
FROA EDGE �S fLOW LONGINOxA1CONSTRUCOMNIO SlDOWELSEC12SKI' T IS PAVEMENT THICKNESS FROM PLANSL E CONLIRACI ONIDNALc SHOULDER PLAN VIEW SECTION A —A SECTION A —A »»»»»�Qr �•»»»� CaNsMucnaN
SHOWING HORIZ., HOR12. TRANSLATION, SHOWING VERTICAL TOLERANCE SHOWING VERTICAL SKEW TOLERANCE
DOWEL BAR DETAIL AND HCRIZ. SKEW TOLERANCES 7'
FOR j�('r JOINT WITH 14 FT AND 12 FT _ ILLUSTRATING LAN c DETAILS I ST ATIN DOWEL P AF` M NT TO F eu c TIE (p>sg /RAAP AND SPEED CHNNGE
SEE SUBSECTION 112.13(E)2 FOR ALLOWED TOLERANCE VALUES. 30' CT LANE DIMENSIONING FOR
FONTS ONLY. SEE PUNS
E FOR SIPoPING LOCATIONS.
ALTEF
DIMET
SHOILI
E
11' OR
12' OR
SHOULE
TRATNE
VSHONS (SEE NOTE 3)
I
SHOULDER
i
L11
'
'
II. IIIIVIIIIVAIV HI Ia I:oL 1c1a1Ma1vna I Colorado Department of Transportation CONCRETE STANDARD PLAN NO.
Creation Cate: 07/04/06 Initiols: SJR Date Comments 4201 Eost Arkoneae Avenue
FullLosothMoc: ww.d Date: 07/O1/De initials: LTA ® Denver, Cdor(303) 7o 80222
_9083 PAVEMENT JOINTS M-412-1
Full Potty: www.dot,stote.co.us/DesignSupport/ e412010.us/Deli n5upport/ ® p. To.: (303) 3757-9820 3
Drawing File Nome: Q20I0105 """^"�°'"'�
CAD ve..: ukrostotNm ve scae: Not to scae Units: FII .� Project Development Branch SRJATA Issued By. Project Development Branch an July 04. 2006 Sheet No. 1 of 5
GENERAL NOTES
1. THIS STANDARD Fur DOES NOT APPLY TO THIN CONCRETE OAMAYS (rmITErOPnRc).
11 2. LOCATE © JOINT AT A © JOINT OR A MINIMUM OF 2 FT. FROM A © JOINT.
11 J. THIS JOINT LAYOUT SHALL BE USED AS A STANDARD FOR ME JOINT LAYOUT FOR THE PROJECT.
IF THE CONTRACTOR PROPOSES VARIATIONS FROM THIS STANDARD OR THE PROJECT HAS UNUSUAL OR
MEG" CONDITIONS NOT COVERED HEREIN, ME CONTRACTOR SHALL PREPARE A PAVEMENT JOINT
LAYOUT FOR APPROVAL BY ME ENGINEER. SLABS 14 fr. IN MOTH SHALL BE CONSTRUCTED ONLY WHERE
NOR
NUMERALS DESIGNATED ON THE PLANS.
4. WHEN A CONTINUOUS WIDTH OF PAVEMENT IS POURED WOO THAN 40 Fr., THE JOINT NEAREST
ME CENIERIINL SHPL BE AN UNTIED Nt JOINT.
5. ON t E DIVIDED HIGHWAYS, ME 2 LANE DIRECTIONAL PAVEMENT AND DOM SHOULDERS SHALL BE PLACED
WITX ELONGITUDINAL SAWED CONTRACTION JOINTS.
6. ON VARIABLE WIDTH SUBS. ME 2 n. OR 4 FI. END OF SLAB WIDTH DIMENSION MY VARY ift INCHES.
7. (Ll TO BE USED WHEN MAITIC LANE IS AIDED SEPARATELY OR FOR TAPERS OR SPEED CHNNGE LANES. ALTERNATIVE
LL ITUONAL JOINT LOCATIONS AT STEED CHANGE LANE MAY BE USED F APPROVED.
' TYPICAL JOINT LAYOUT FOR DIRECTION OF TRAVEL
CONCRETE ROADWAY WITH CONCRETE SHOULDER JOINT LEGEND
(SEE SHEET 5 FOR JONi DETAILS)
me Is
1,42
sNDLUU R A A TRANSVERSE CONTRACTION c Hom?LoxGMUDINA caNstRucTwR
HCRIZ. 4'ACHESin
/J _ TRAFFICSu T/RncA i/RTICA- SKEW GTION� CONMACOigNRSE
FROA EDGE �S fLOW LONGINOxA1CONSTRUCOMNIO SlDOWELSEC12SKI' T IS PAVEMENT THICKNESS FROM PLANSL E CONLIRACI ONIDNALc SHOULDER PLAN VIEW SECTION A —A SECTION A —A »»»»»�Qr �•»»»� CaNsMucnaN
SHOWING HORIZ., HOR12. TRANSLATION, SHOWING VERTICAL TOLERANCE SHOWING VERTICAL SKEW TOLERANCE
DOWEL BAR DETAIL AND HCRIZ. SKEW TOLERANCES 7'
FOR j�('r JOINT WITH 14 FT AND 12 FT _ ILLUSTRATING LAN c DETAILS I ST ATIN DOWEL P AF` M NT TO F eu c TIE (p>sg /RAAP AND SPEED CHNNGE
SEE SUBSECTION 112.13(E)2 FOR ALLOWED TOLERANCE VALUES. 30' CT LANE DIMENSIONING FOR
FONTS ONLY. SEE PUNS
E FOR SIPoPING LOCATIONS.
ALTEF
DIMET
SHOILI
E
11' OR
12' OR
SHOULE
TRATNE
VSHONS (SEE NOTE 3)
I
SHOULDER
i
L11
'
'
II. IIIIVIIIIVAIV HI Ia I:oL 1c1a1Ma1vna I Colorado Department of Transportation CONCRETE STANDARD PLAN NO.
Creation Cate: 07/04/06 Initiols: SJR Date Comments 4201 Eost Arkoneae Avenue
FullLosothMoc: ww.d Date: 07/O1/De initials: LTA ® Denver, Cdor(303) 7o 80222
_9083 PAVEMENT JOINTS M-412-1
Full Potty: www.dot,stote.co.us/DesignSupport/ e412010.us/Deli n5upport/ ® p. To.: (303) 3757-9820 3
Drawing File Nome: Q20I0105 """^"�°'"'�
CAD ve..: ukrostotNm ve scae: Not to scae Units: FII .� Project Development Branch SRJATA Issued By. Project Development Branch an July 04. 2006 Sheet No. 1 of 5
' TYPICAL JOINT LAYOUT FOR DIRECTION OF TRAVEL
CONCRETE ROADWAY WITH CONCRETE SHOULDER JOINT LEGEND
(SEE SHEET 5 FOR JONi DETAILS)
me Is
1,42
sNDLUU R A A TRANSVERSE CONTRACTION c Hom?LoxGMUDINA caNstRucTwR
HCRIZ. 4'ACHESin
/J _ TRAFFICSu T/RncA i/RTICA- SKEW GTION� CONMACOigNRSE
FROA EDGE �S fLOW LONGINOxA1CONSTRUCOMNIO SlDOWELSEC12SKI' T IS PAVEMENT THICKNESS FROM PLANSL E CONLIRACI ONIDNALc SHOULDER PLAN VIEW SECTION A —A SECTION A —A »»»»»�Qr �•»»»� CaNsMucnaN
SHOWING HORIZ., HOR12. TRANSLATION, SHOWING VERTICAL TOLERANCE SHOWING VERTICAL SKEW TOLERANCE
DOWEL BAR DETAIL AND HCRIZ. SKEW TOLERANCES 7'
FOR j�('r JOINT WITH 14 FT AND 12 FT _ ILLUSTRATING LAN c DETAILS I ST ATIN DOWEL P AF` M NT TO F eu c TIE (p>sg /RAAP AND SPEED CHNNGE
SEE SUBSECTION 112.13(E)2 FOR ALLOWED TOLERANCE VALUES. 30' CT LANE DIMENSIONING FOR
FONTS ONLY. SEE PUNS
E FOR SIPoPING LOCATIONS.
ALTEF
DIMET
SHOILI
E
11' OR
12' OR
SHOULE
TRATNE
VSHONS (SEE NOTE 3)
I
SHOULDER
i
L11
'
'
II. IIIIVIIIIVAIV HI Ia I:oL 1c1a1Ma1vna I Colorado Department of Transportation CONCRETE STANDARD PLAN NO.
Creation Cate: 07/04/06 Initiols: SJR Date Comments 4201 Eost Arkoneae Avenue
FullLosothMoc: ww.d Date: 07/O1/De initials: LTA ® Denver, Cdor(303) 7o 80222
_9083 PAVEMENT JOINTS M-412-1
Full Potty: www.dot,stote.co.us/DesignSupport/ e412010.us/Deli n5upport/ ® p. To.: (303) 3757-9820 3
Drawing File Nome: Q20I0105 """^"�°'"'�
CAD ve..: ukrostotNm ve scae: Not to scae Units: FII .� Project Development Branch SRJATA Issued By. Project Development Branch an July 04. 2006 Sheet No. 1 of 5
ALTEF
DIMET
SHOILI
E
11' OR
12' OR
SHOULE
TRATNE
VSHONS (SEE NOTE 3)
I
SHOULDER
i
L11
'
'
II. IIIIVIIIIVAIV HI Ia I:oL 1c1a1Ma1vna I Colorado Department of Transportation CONCRETE STANDARD PLAN NO.
Creation Cate: 07/04/06 Initiols: SJR Date Comments 4201 Eost Arkoneae Avenue
FullLosothMoc: ww.d Date: 07/O1/De initials: LTA ® Denver, Cdor(303) 7o 80222
_9083 PAVEMENT JOINTS M-412-1
Full Potty: www.dot,stote.co.us/DesignSupport/ e412010.us/Deli n5upport/ ® p. To.: (303) 3757-9820 3
Drawing File Nome: Q20I0105 """^"�°'"'�
CAD ve..: ukrostotNm ve scae: Not to scae Units: FII .� Project Development Branch SRJATA Issued By. Project Development Branch an July 04. 2006 Sheet No. 1 of 5
JOINT LEGEND
(SEE SHEET 5 FOR JOINT DETAILS)
TRANSVERSE CONTRACTION
LONGINONAL CONSTRUCTION
COWRLACDDt�I SVERSE
LONGITUDINAL CONSTRUCTION
L E CONT ACTION .
ON �
ALTERNATIVE
OMENSIONS (SEE NOTE 3)
1
SHOULDER
14' OR 12'
12' 2'
L.am user me InrormaElon I
Creation Date: 07/04/06 Initials: SR
I DneeE nevtsions
Dale:
I Colorado Department of Transportation
CONCRETE
STANDARD PLAN NO.
®
Comments
{201 East Arkansas Avenue
Modification Dale: 07/01/06 Initials: LTA
®
I Denver. Colorado 80222
Phone: (303) 757-9083
PAVEMENT JOINTS
M-412-1
Full Path: www.Eot.slate.co.as/Desi nSa art/
Drawing FRe Name: 412010205.dw
CAD vv.: warostation v8 Scale Net to Scde Unite: EaagiN,
......., P..,.,....- Fax: (303) 757-9820
Project Development Branch SRJ/LTA
Sheet No. 2 of 5
Issued By. Project Development Branch on July 04. 20%
JOINT LEGEND
(SEE SHEET 5 FOR JOINT DETAILS)
A
EXPANSION
C
TRANSVERSE
CONTRACTION
CONSTRUCT"
DOWELED TRANSVERSE
CONTRACTION
LONGITUDI AL
L`l
CONa ACTION
LONGITUDINAL
CONSTRUCTION
T
TRANSVERSE
CONSTRUCTION J
N()TFc
I. LONGITUDINAL JOINTS SHALL BE PLACED ADJACENT TO LANE MARKINGS WHEN POSSIBLE, AND HAVE A MAXIMUM SPACING OF
12 FT-6 IN. (15 Fr. IS PERMITTED WITH MONOLITHIC CURB AND GUTTER).
2. CONSTRUCT TRANSVERSE JOINTS FERPEUBICIIUA TO THE CENTEBUNE OF PAVEMENT AND EXTEND THROUGH THE CURB OR
CURB AND GUTTER.
#3. PUCE % IN. MIN. EXPANSION JOINT FILLER IN TOP 6 IN, OF CURB JOINT AT INTERSECTION RETURN RADIUS POINTS,
4. ME CONTRACTOR SHALL, UNLESS OTHERWISE SHOWN ON THE PLANS, SELECT AND USE A BOND BREAKER
AT INLETS, MANHOLES AND SIMILAR SIZE STRUCTURES. SMALLER STRUCTURES SUCH AS VALVE AND MOMNENT BOXES
SHALL NOT REWIRE A BOND BREAKER.
5. WHERE A LONGITUDINAL JOINT PASSES LESS MAN I FT. FROM A CAST -IN -PAVEMENT MANHOLE OR SIMILAR SIZE
STRUCTURE, A TYPICAL 2 FT. RADIAL JOINT, AS SHOWN IN ME DETAILS, SHALL BE USED.
6. TRANSVERSE JOINTS SMALL OMER INTERSECT THE CENTER OF CIRCULAR MANHOLES AND INLETS OR BE AT LEAST
4 R. AWAY FROM ME EDGE OF CIRCULAR "HOES. ALE CURB INLET BOXCUT DETAIL ON SHEET S.
#
PERMISSIBLE ALTERNATIVE
I
T
JOINTS NM
OR
SMNL RAM < I6'
JOINT 6 NOT REQUIRED IF CURB AND
WHOLE
GUTTER IS POURED MO NOUTHICALLY
WIN ADJACENT LANE.
8' MINIMUM
12' MAX.. CONC. 6' TRICK OR LESS
2' ! 6' TYP.
15' MAX.. CONC. OVER 6' THICK
A
#
#
A
A
I I SHOWS
SHOWS
CURB T
/
INLET OR
MANHOE
1 CURB AND
a OILIER
INTEGRAL
#
(SEE D
(SEE DETAIL ON
#
D
CURB
#
E
^�
SHEET 5)
#
#
WIN. r—
#
#
MAX.
E
DC
DC
_
_ _
_
E 0 E t(SEE
#
#
CURB INLET
#
C
D
DC
BOXOUT
2, f 6.
L LIn
ON
#
#
HEET 5)
#
Y
INTEGRAL
#
JOEXPANSOINT NLLLR
# 2' ■ 8'M.
E
ROUNDING OF ANGLE BY
CURB
INLET OR
FORMING OR SIAFORM PAVING
MANHOLE
#
PERMISSIBLE.
MAY BE ALIGNED WIN
A
FRONT OR BACK OF
CURB,
HMA PAVEMENT
HMA PAVEMENT
TYPICAL CURBED PAVEMENT JOINT LAYOUT
Computer File Information
�
Sheet Revisions
Colorado Department of Transportation
4201 East Arkansas Avenue
Denver caaroao B/222
Phone: Colo) ]5]80222
a,,,,,,, ,,,,,,,,,,,,,.,�, Fas: (30]) ]5]-9820
Project Development Branch SRJATA
CONCRETE
PAVEMENT JOINTS
STANDARD PLAN NO.
Creation Dote: 07/04/06 Initials: SR
Date:
Comments
Dote: m/DAL/Oe Initials:prtLTA
Lose ModPath:
M-412-j
M
Full ww
www.d
s41201o.as/Desi n5u port
Drawing
Drawin File Nome: N2010305.aw8
Name:
CAD Ver.: MiaoStatian VB Scde: Not to Scale Units: Ennoi*
Issued By. Project Development Branch on July 04, 2006
Sheet No. 3 of 5
_
JOINT LEGEND
(SEE SHEET 5 FOR JOINT DETAILS)
NOTES
1, LONUTUINAL JOINTS SHILL BE PLACED ADJACENT TO LANE MARNNGS WHEN POSSIBLE, AND HAVE MAXIMUM SPACING
OF 12 FT.-6 IN. (15 Fr. IS PERMITTED WITH MOH(XJTHC CURB AND GUTTER).
a
EXPANSION
2. CONSTRUCT TRANSVERSE JOINTS PERPENDICULAR TO THE CENTERuNE OF PAVEMENT AND EXTEND THROUGH THE CURB OR
TRANSVERSE
CURB AND CUTTER.
C
CONTRACTION
# 3. PUCE % N. MIN. EXPANSION JOINT FINER IN TOP 6 N. OF CURB JOINT AT INTERSECTION RETURN RADIUS POINTS.
LONGITUDINAL
CONSTRUCTION
4. THE CONTRACTOR SHALL, UNLESS OTHERWISE SHOWN ON ME PLANS. SELECT AND USE A BOND BREAKER
AT NUTS. MANHOLES AND SIMILAR SIZE STRUCTURES. SMALLER STRUCTURES SUCH AS VALVE AND MONUMENT BOXES
DOWELED TRANSVERSE
DO NOT REOURE A BOND BREMER.
CONTRACTION
5. WHERE A LONGITUDINAL JOINT WOULD PASS LESS THAN I R. FROM A CAST-N-PAVEMENT MANHOLE OR SWIAR SIZE
I NGInDINAL
STRUCTURE, A TYPIGL 2 FT. RADIAL "7. AS SHOWN N THE DETAILS. SHALL BE USED,
CONTRACTI N
6. TRANSVERSE JOINTS SHALL EITHER INTERSECT THE CENTER OF CIRCULAR MAMIOLES MID WETS OR BE AT LEAST
LONGITUDINAL
4 FT. AWAY FROM THE EDGE OF CIRCULAR MANHOLES. SEE CURB INLET BOXCUT DETAIL ON SHEET 5.
L
ca+sruucnal
# #
T
iRAR5VER5E
ca+sTRucrwN
A
#
#
D OR Q SHOWS
SHOULDER a L
c
# DC
c D
#
2'
12'
T
C
#
# AN EXTRA JOINT SHALL BE PULED HERE WHENOCAT THERE
D
SHOW EI R
JIM LOCATED AT A
6 MORE THAN AAN
EXTRA JOINT SHALL BE ACED HERE (RP.), WHEN MORE
C
GARB BREAK �T2�ff. THE PREVIOUS JOINT
6 MORE THAN A 12 F. GAP BETWEEN A JOINT LOCATED AT C #
#
# it CURB BREW PORT
SHOULDER
A CURB BREAK POINT AND ME PREMOU5 JOINT
I
CURB BREAK POINT
#
12'111
2'
L
DC L
SI O DER #
#
C #
#
# # E%PARSMN MATERIAL AT
C SHOWS
C BREAK IN CURB AJJCMIMIDINT (TYP.)
CURB AHD
GUTTER
D OR OE
MULTI —LANE
HIM PAVEMENT
INTERSECTION WITH SPEED CHANGE
LANE AND CONCRETE SHOULDERS
Computer Fee Information
®
Sheet Revisions
Colorado Department of Transportation
Eost Arkansas Avenue
CONCRETE
CONCRETE
STANDARD PLAN NO.
Ini Creation Date: 07 04 06 tials: SJR
Dote:
Comments
Last Modification Dote: 07/04/06 Initials: LTA
Denver, Colorado 80222
��� Phone 303 757-9083
( )
PAVEMENT JOINTS
M-412-1
Full Deei nsM on
pp ,
Path: www.me:
�
��..�,,.��,^ Fax: (303) 757-9820
Project Development Branch
SRJATA
Drawing 412010 0
Drawing File home: a1010a05.aw
CAD V>.: Miaostation V6 Scae Not to Srae Unn.. Enp1.h
Issued By. Project Development Branch on July 04, 2W6
Sheet No. 4 of 5
the Bid Form or prior to the Notice of Award.
17.3. OWNER may consider the qualification and experience of
Subcontractors, Suppliers, and other persons and organizations proposed
for those portions of the work as to which the identity of
Subcontractors, Suppliers, and other persons and organizations is
submitted as requested by OWNER. OWNER also may consider the operating
costs, maintenance requirements, performance data and guarantees of major
items of materials and equipment proposed for incorporation in the Work
when such data is required to be submitted prior to the Notice of Award.
17.4. OWNER may conduct such investigations as OWNER deems necessary to
assist in the evaluation of any Bid and to establish the responsibility,
qualifications and financial ability of the Bidder's proposed
Subcontractors, Suppliers and other persons and organizations to do the
Work in accordance with the Contract Documents to OWNER's satisfaction
within the prescribed time.
17.5. If the Contract is to be awarded, it will be awarded to the lowest
responsive and responsible Bidder whose evaluation by OWNER indicates to
OWNER that the award will be in the best interest of the OWNER. Award
shall be made on the evaluated lowest base bid excluding alternates. The
basis for award shall be the lowest Bid total for the Schedule or, in the
case of more than one schedule, for sum of all schedules. Only one
contract will be awarded.
17.6. If the Contract is to be awarded, OWNER will give the Successful
Bidder a Notice of Award within forty-five (45) days after the date of
the Bid opening.
18.0 CONTRACT SECURITY.
The General Conditions and the Supplementary Conditions set forth OWNER's
requirements as to performance and other Bonds. When the Successful
Bidder delivers the executed Agreement to the OWNER, it shall be
accompanied by the required Contract Security.
19.0 SIGNING OF AGREEMENT.
When OWNER gives a Notice of Award to the Successful Bidder, it will be
accompanied by the required number of unsigned counterparts of the
Agreement with all other written Contract Documents attached. Within
fifteen (15) days thereafter, CONTRACTOR shall sign and deliver the
required number of counterparts of the Agreement and attached documents
to OWNER with the required Bonds. within ten (10) days thereafter, OWNER
shall deliver one fully signed counterpart to CONTRACTOR. Each
counterpart is to be accompanied by a complete set of the Drawings with
appropriate identification.
20.0 TAXES.
12/03 Section 00100 Page 7
AJ`P
ROACH u ROADWAYS
%A
SVB JOINT I I CONCRETE
SIPS
12T
4
SEE BRIDGE
PLAN FOR I
DESIGN 3' �5'
I
�.
%' BELOW SURFACE
PREFORMED
MARI L
O
EXPANSION JOINT
L
TRANSVERSE
(TRANE2gWEAKENED
PLANE
T - -I
LT � BARRSS. : ..
O
LONGITUDINAL
(LONgPLANE WEAKENED
JOINT
ME TRANSVERSE JOINT IN
MONOLITHIC CURB AND GUTTER
SHALL BE SAWED TO ME SURE
OEPM AS THE PAVEMENT.
BOTTOM OF SAW
l?• T/2
AT 1'L 2%..,.
LONGITUDINAL
4 USE ONLY N T 2 8 IN.
FORM ONLY FEMALE KEYWAY
A KEYWAY 5 ALLOWED TO
0`cTRs. FACNIA. USE OF BENT
T DE GRADE 40 PIE BARS DR
5 APPROVED TWO PIECE —
T/2 CONNECTORS C .
e•10' CTRS. o
L
T/2
PIE BARS T/
LONGITUDINAL
CONSTRUCTION JOINT TRANSVERSE
CONSTRUCTION JOINT
JOINT SEALANT JOINT SENINT
SEE DOWEL SPACING
IN TRAVEL LANES
ON ME PLANS. I'I MIEN'
T .� �•
2
RIGID WELDED CIA. BACKER
ASSEMBLY O
Dc
DOWELED TRANSVERSE
CONTRACTION JOINT
—w
w1miall,41181s W AI
aR„ T
.. . ?4/e•.OIA. BACKER ROD
A SHALL BE OAT FOR LONMDINAL JOINTS
ALONG SLABS 14 FT. N WIDTH
SAWED JOINT
1 ao
LONGITUDINAL
4i USE ONLY IF T < 8 IN
PAVEMENT THICKNESS (T), S WIL BE AS SHOWN ON ME PLANS.
PAVEMENT THICKNESS (T)
TIE am SIZE
DOWEL BAR
DIAMETER
T < 8 IN.
No. 4
1 IN.
8 IN. 2 T S 10 IN,
No. 5
1.25 IN.
10 IN. > T S 15 IN.
No. 6
1.50 IN.
m BOND
BREWER
m
12 MIN.
Oa E E T
D
BRFNtER
�P I ^ MAIN
m c
OD ORQE
A A INTEGRAL CURB INLET OR MANHOLE
CAST IN PAVEMENT
11111�3 A
12' MN — INSTALL TRANSVERSE JOINT AT
D c BOTH BOXDLT CORNERS IF
BOXOUT IS 8 FT, OR LONGER. 8' MIN. APRON
C 1 %' RECESS
CURB INLET BOXOUT INLET OR
4.1•TAPER WHOLE
70 MEEf APRON 12'
T (SEE JOINT OA DETA.) AIR
BOND BREWER %' RECESS SECTION A —A
INLET OR
WHOLE
4:1 TAPER
TO MEET
STRUCTURE.
SECTION B—BB—B
BOND BREWER SHALL BE COMPOSED OF RUSTIC
SHEET, BUILDING PAPER OR OMER APPROVED
MATERIAL THAT PREVENTS BONI
"" """' """"
Creation Date: 07/04/06 Initials: SR
®
Date:
TSv"""ullm
Comments
I ^-'orado Department of Transportation
4201 East Arkonsos Avenue
Denven, 303) a 80222
Phone: (}O}) ]5]-9083
CONCRETE
PAVEMENT JOINTS
STANDARD PLAN NO.
Date: D]/uS/D6 LTA
Last Modoth:
M-412-1
www,d
www,dot.$tote.co.uS/DesignSupport/
upport
Full Path: wwom.:
(
Fox: (303) 757-9820
PTnJeet Development Branch SRJATA
41201o.us/Oesi
Drowin Fee Nome: 4]2010505.tlwg
Issued By Project Development Branch on July 04, 2006
Sheet No. 5 of 5
CAD von: Mwosatim VS Soae Not to Srale UMts: En ion
SECTION 03500
PROJECT MAPS
Vicinity Map
Mountain Avenue — Remington to Mathews
Mountain Avenue — Mathews to Peterson
City of Fort Collins 2007 Concrete Street Maintenance Project
East Mountain Avenue - Remington Street to Peterson Street
H y OF FORT 1) N MOUNTAIN AVF, MAINIENANCE
To "ATTIT'W"',
Ci TX ��. COIORADC
MWINI'AN AVF.
(IFY 011 tONT COIIIN'S, (01DRAIR)
11 171
I
,r
OWNER is exempt from Colorado State Sales and Use Taxes on materials and
equipment to be incorporated in the Work. Said taxes shall not be
included in the Contract Price. Reference is made to the General and
Supplementary Conditions.
21.0 RETAINAGE.
Provisions concerning retainage are set forth in the Agreement.
22.0 PURCHASING RESTRICTIONS.
Purchasing restrictions: The Bidder's authorized signature of this Bid
assures the Bidder's compliance with the City's purchasing restrictions.
A copy of the resolutions are available for review in the Purchasing and
Risk Management Division or the City Clerk's office.
A. Cement Restrictions: City of Fort Collins Resolution 91-121
requires that suppliers and producers of cement or products
containing cement to certify that the cement was not made in cement
kilns that burn hazardous waste as a fuel.
23.0 COLLUSIVE OR SHAM BIDS.
Any Bid deemed by the City in its sole discretion to be a collusive or
sham Bid will be rejected and reported to authorities as such. Your
authorized signature of this Bid assures that such Bid is genuine and is
not a collusive or sham Bid.
24.0 BID RESULTS.
For information regarding results for individual Bids send a self-
addressed, self -stamped envelope and a Bid tally will be mailed to you.
Bid results will be posted in the Purchasing office seven (7) days after
the Bid Opening.
END OF SECTION
12/03 Section 00100 Page 8
SECTION 00300
BID FORM
SECTION 00300
BID FORM
PROJECT: 6034 Concrete Street Maintenance Project -East Mountain Avenue
Place �, eo-111" _5
Date a/a6/617
1. In compliance with your Invitation to Bid dated
R�_, and subject to all conditions thereof, the undersigned
a (Corporation, Limited Liability Company, Partnership, Joint Venture, or
Sole Proprietor) authorized to do business in the State of Colorado
hereby proposes to furnish and do everything required by the Contract
Documents to which this refers for the construction of all items listed
on the following Bid Schedule or Bid Schedules.
2. The undersigned Bidder does hereby declare and stipulate that this
proposal is made in good faith, without collusion or connection with any
other person or persons Bidding for the same Work, and that it is made in
pursuance of and subject to all the terms and conditions of the
Invitation to Bid and Instructions to Bidders, the Agreement, the
detailed Specifications, and the Drawings pertaining to the Work to be
done, all of which have been examined by the undersigned.
3. Accompanying this Bid is© a certified or cashier's check or standard Bid
bond in the sum of AEU
($ ) in accordance with the Invitation To Bid
and Instructions to Bidders.
4. The undersigned Bidder agrees to execute the Agreement and a Performance
Bond and a Payment Bond for the amount of the total of this Bid within
fifteen (15) calendar days from the date when the written notice of the
award of the contract is delivered to him at the address given on this
Bid. The name and address of the corporate surety with which the Bidder
proposes to furnish the specified performance and payment bonds is as
follows: l'I� 75 C
5. All the various phases of Work enumerated in the Contract Documents with
their individual jobs and overhead, whether specifically mentioned,
included by implication or appurtenant thereto, are to be performed by
the CONTRACTOR under one of the items listed in the Bid Schedule,
irrespective of whether it is named in said list.
6. Payment for Work performed will be in accordance with the Bid Schedule or
Bid Schedules subject to changes as provided in the Contract Documents.
7. The undersigned Bidder hereby acknowledges receipt of Addenda No.
_through
7/96 Section 00300 Page 1
BID SCHEDULE (base bid)
City of Fort Collins Concrete Saw Maintenance Project
Bid No. 6024
Item No. Description
Unit
Contract
Quantity
Contract Cost
Unit Price
Total
202.01
Sawcut Concrete Pavement - Per Inch Depth
LF/JNCH
11450
$0,46
$5 267.00
203.01
General Excavation
CY
20
$12.90
$258.00
203.02
Borrow
TON
50
$32.25
$1,612.50
208.01
Concrete Washout Structure
EA
1
$516.00
$516.00
210,01
Adjust Valve Box
EA
b
$103.20
$619.20
210.02
Adjust Standard Manhole 24"
EA
1
$387.00
$387.00
210.03
Reset Brick Pavers
SF
75
$12.00
$900.00
304.01
Aggregate Base Course
TON
550
$19.45
$10 697.50
403.01
Temporary Patching
TON
10
$106.10
$1,061.00
604.01
Area Inlet -Remove & Replace
EA
1
$903+00
$903.00
604.02
Area Inlet -Reconstruct Deck
EA
1
$387.00
$387.00
604.03
Area Inlet -Reconstruct Deck Additional Foot Opening
LF
3
$16L25
S483.75
604.04
Modified Type 13 Curb Inlet -Remove & Replace
EA
2
$1,548.00.
$3,096.00
604.05
Modified Type 13 Curb Inlet -Reconstruct Deck
EA
1
$1,096.501
$1,096.50
604.06
Modified Type 13 Curb Inlet -Materials Only
EA
2
$967.50
$1,935.00
604.07
Concrete Sidewalk Culvert -Remove & Replace
EA
1
$2 154.30
$2,154.30
604.08
Metal Sidewalk Culvert 5f8" Plate -Remove & Repine
EA
1
$1 573.90
$1,573.80
604.09
Additional Square Foot of 518" Plate
SF
3
$165.12
$495.36
608.01
Remove Concrete
SF
250
$2.58
$645.00
608.02
Vertical Curb Gutter & 6" Sidewalk -Remove & Replace
LF
15
$41.26
$618.90
608.03
Vertical Curb & Gutter -No Sidewalk- Remove & Replace
LF
380
$25.33
$9,625.40
60&04
Vertical Outfall Curb & Gutter -Remove & Replace
LF
15
$22.75
$341.25
608.05
Barrier Curb 12" - Remove & Replace
LF
50
$18.10
$905.00
608.06
Hi back Curb & Gutter -No Sidewalk -Remove & Replace
LF
500
$33.09
$16 545.00
608.07
Pedestrian Access Romp- Remove & Replace
SF
250
$9.31
$2 327.50
608.08
Pedestrian Access Ramp- Hi back -Remove & Replace
SF
25
$9.31
$232.75
608.09
Truncated Dome Panel
SF
50
$39,90
$1,995.00
608.10
Flatwork 4"-Remove & Replace
SF
50
$4.96
$248.00
608.11
Flatwork 6% Remove & Replace
SF
950
$5.69
$5A05.50
608,12
Replace Flatwork- 1"Additional Depth
SF
500
$062
$310.00
608.13
Colored Concrete 4" San Diea o Buff- Up Charge
SF
50
$0 78
$39.00
609.14
Concrete Pavement 8"- Remove & Replace
SF
42250
$6.27
$264,907.50
60& 15
Alley Approach 8"- Remove & Replace
SF
100
$7.48
$748,00
608, 16
Expansion & CauWng
LF
900
$6.13
$5,517.00
60&17
SpLubblock 4"
SF
50
$12.00
$600+00
Total Cost Page 1 $344,453.71
BID SCHEDULE (base bid)
City of Fort Collins Concrete Street Maintenance Project
Bid No. 6024
Item No. Description
Unit
Contract
Quantity
Contract Cost
Unit Price
Total
608,18
Exposed Aggregate 4% Up Charge
SF
50
$12.90
$645.00
623.01
Irrigation Sleevin 3" PVC
LF
50
$9.66
$483.00
626,01
Mobilization
Lump Sum
I
SL000.00
$1,000.00
630.01
"No Parking" Sign With Stand
Per Day Per Each
1500
$1.87
$2 805.00
630.02
Vertical Panel Without Light
Per Day Per Each
150
$0.65
S97.50
.,_630.03.
Channelizin Dnan_Withour ht
Per Da.Per Each _
1600
630.04
Type I / II Barricade Without Light
Per Day Per Each
600
$0.65
$390.00
630.05
Type III Barricade Without Light
Per Day Per Each
150
$3.87
$580.50
630,06
Size A Sign With Stand
Per Day Per Each
1000
$1.32
$1,320.00
630.07
Size B Stand With Stand
Per Day Per Each
550
$1.54
$847.00
630.08
Size A Specialty Sign- Cost Of Manufacturing
Each
5
$55.00
$275.00
630.09
Size B Specialty Sign- Cost Of Manufacturing
Each
10
$66.00
S660.00
630.10
Cone With Reflective Strip
Per Day Per Each
300
$0.59
$177.00
630,11
Safety Fence
Per Day Per Each
25
$4.22
$105.50
630.12
Light
Per Day Per Each
400
$0.32
$128.00
630.13
Advance Warning Flashing or Seguencing Arrow Panel
Per Day Per Each
5
$66.00
$330.00
630.14
Variable Mmsage Board
Per Day Per Each
5
S131.50
$687.50
630.15
Traffic Control Supervisor
Per Day
40
$305.25
$12 210.00
6M.16
Traffic Control Supervisor
Per How
20
$31.63
$632.60
630.17
Flagging
Per How
1 400
1 $20.35
$8140.00
TOTAL COST PAGE 2 $32 745:60
TOTAL COST (PAGE 1)
$344,453.71
TOTAL COST (PAGE 2)
$32,745.60
TOTAL COST PAGES 1 +2
$377,199.31
Cents
Si6med V Address � �r
Company
Check One:
individual Doing Business in Company Name
Corporation
Partnership
Phone/Fax _ y/ 'J�
9. PRICES
The foregoing prices shall include all labor, materials, transportation,
shoring, removal, dewatering, overhead, profit, insurance, etc., to cover
the complete Work in place of the several kinds called for.
Bidder acknowledges that the OWNER has the right to delete items in the
Bid or change quantities at his sole discretion without affecting the
Agreement or prices of any item so long as the deletion or change does
not exceed twenty-five percent (250) of the total Agreement Price.
RESPECTFULLY SUBMITTED:
COMPANY
Signature
Printed Name
r Title
License Number (If Applicable)
gg r o
ryl'ea t s
r,v �y+�y f.iy b C6
AA.
Address
Telephone
ration)
Date
7/96 Section 00300 Page 4
SECTION 00400
SUPPLEMENTS TO BID FORMS
00410 Bid Bond
00420 Statement of Bidder's Qualifications
00430 Schedule of Subcontractors
7/96 Section 00410 Page 1
Contractors Bonding and Insurance Company
KNOW ALL MEN BY THESE PRESENTS, that we Vogel Concrete, Inc.
as Principal, hereinafter called the Principal, and Contractors Bonding and Insurance Company
a corporation duly organized under the laws of the State of Washington
as Surety, hereinafter called the Surety, are held and firmly bound unto City of Fort Collins
as Obligee, hereinafter called the Obligee, in the sum of five percent of amount bid (5%)
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind
ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these
presents.
WHEREAS, the Principal has submitted a bid for Concrete Street Maintenance
East Mountain Ave.
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a
Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be
specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of
such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the
event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall
pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid
and such larger amount specified in said bid, then this obligation shall be null and void, otherwise to remain in
full force and effect.
Signed and sealed this 26`h day of February, 2007.
Vogel Concrete, Inc.
f/
//r
P t
i
Contractors Bonding and Insurance Company
r i
By -
Bond Conforms to AIA Document A-310 (1970)
kN POR�aIaa
s
SEAL
_
.........o®
`°a '�SHINGi
A's i mWArm%,c RE(,vnJ
PREBID CONFERENCE
Project: 6034 Concrete Stret Maintenance Project East Mountain Avenue
Time: 2:00 P.M. Date: February 14, 2007
Location:215 North Mason Room 1 B
PRINT
NAME
PRINT
DDRESS
TELEPHONE
FAX #
E-MAIL ADDRESS
FIRM NAME
���� ��
�G' � a--
rn�
zee � c-�u-.-�-
y�d��►.�-�
6S -�C' ��5� ..
8�•5�v0 i
u uz rzo k2ew7 cS
/ lZGrt wr17'
� c,�,u4CoGz�s tuc
aysg E.
gT�l �sTir��� T
! - 970 -
6 6 � 36ao
/- yZo -
66 7-3le3o
� �ru©f � w. 60-vl.
Ccu�Gr�.c�v, c�
Ge
c ��Y
$ 5r30
o
Q„ , %'i-,fd--e r-C&OY.
C�740 -qo,3 '
°t�0-��13
��"~� ►z ,1Ts nts r wr.�.,cfc-
oge s"
�� R�ue��
quo - �f 93 -
quo - �9�
.� I�► couc�
Gna��
32 C,94-l� co
b P1
970
mgpq
Lia VJU
tt,�Un�
40'0�,�1
�•'
''�GbWA A,5
��
F"F'' _'_, +a n u,a{ i 1, /,lh „ uoa.5 me scat of t ontractors nonaing ancrtnsurance Company'(the "Company")
The original documentcontains a watermark the letters "chic"
I
with embedded in the paper rather than printed upon it. The
t°
watermark appears in the blank space beneath the words "Limited Power of Attorney" at the top of the document and is
visible when the document is held; to the light. This document is valid solely in connection with the execution and delivery of
the bond bearing the number indicated below, and provided also that the bond is of the type indicated below. This document
f
is Val id only if the bond is executed on or before the date indicated above.'
t1
KNOW ALL MEN BY THESE PRESENTS, that the Company does hereby snake, constitute
and appoint the following::W. R. W'ITHROW<and TYLER WITHROW its true and lawful
'
Attorney(a)-in-FaOt,:with full power and authority hereby conferred in its
name,; place and stead, to execute, acknowledge and deliver on; behalf of the
Company:Al) any and all bonds and undertakings of suretyship given for any
purpose,; provided, however, ;that no such person shall be authorized to execute
and deliver any, bond or undertaking that shall obligate the Company :for any
portion of the penal sum thereof :in excess of $10,000000, and provided,:
further,; tbat no ,Attorney-in-Fact'shall have the authority to issue a bid .or
proposal bond for any project where, if a contract is awarded, any bond or
„
undertaking would be required with penal sum in :excess of $10,000,000; and (2)
t•'":
consents:, release& and other similar, documents required by in obligee under a
contract bonded by the Company. This appointment is made under the authority of
the Board of Directors of the Company.------------------------------'---------
--------------------------------------------------------------
----------------------------------------------
-- --- - - - - -- - -- --- ---- - ---------- - -- - ----- -- - -
01
--————--------- ------
1;..
—
---- ------ ---
CERTIFICATE
1, the undersigned secretary of Contractors Bonding and Insurance Company,, a Washington
c
corporation,'DO HEREBY CERTIFY that this Power of Attorney remains in full force and effect and
has not been revoked, and, fiithermvre, that the resolutions of the Board of Directors set forth on the
reverse are now in frill force and effect.
Bond Number NA
gned and sealed this 26th day of February 2007
t
,
r
r
R. Kirk Eland, Secretary
= CBIC e 1213 Valley Street • P.O. Box 9271 • Seattle, WA 98109-0271.
"
(206) 622-7053 • (800) 765-CBIC (Toll Free) • (900) 950-1558 (FAX)
t tt:SCrw���
'PoaLPOA.(17-UR0511(k4
;t
�, ..� �� �— � .�� � ���P' �:�an � - ra:r..,a eau u�.*..;:�«�e.,�,
ti;, r .,, � u�,..
+,� i
..' ,. ,,., ,. ',. a •, - `•� ia�', rf., .. .0 lit':;le , : ;a i,.
y—: � ,,..,, t . ;.—� i'- .: Ear.
,.,.+� u,.�4� �,w : ..mr�.a�.
� �mn -�
SECTION 00420
STATEMENT OF BIDDER'S QUALIFICATIONS
All questions must be answered and the data given must be clear and
comprehensive. This statement must be notarized. If necessary, questions may
be answered on separate attached sheets. The Bidder may submit any additional
information he desires.
1 . Name of Bidder: V�� CONC-1 EjT�- �sJ
2. Permanent main office address: /,313 18/Oe _SAC/4P Z /
3. When organized: 1"3
4. If a corporation, where incorporated: /996
5. How many years have you been engaged in the contracting business
under your present firm or trade name? �2 y
6. Contracts on hand:'(Schedule these, showing the amount of each
contract and the appropriate anticipated dates of completion.)
7. General character of Work performed by your company:
8. Have you ever failed to complete any Work awarded to you?
If so, where and why? 4'te"
9. Have your ever defaulted on a contract? 4,/
If so, where and why?
10. Are you debarred by any government agency? ,t;l
If yes list agency name.
7/96
Section 00420 Page 1
11. List the more important projects recently completed by your company,
stating the approximate cost of each, and the month and year completed,
location and type of construction.
12
List your major equipment available for this contract.
13. Experience in construction Work similar in importance to this
project: /
14. Background and experience of the principal members of your organization,
including officers: J
15. Credit available:
16. Bank reference:
17. Will you, upon request, fill out a detailed financial statement and
furnish any other information that may be required by the OWNER?
M
Are you licensed as a General CONTRACTOR?
If yes, in what city, county and state?
class, license and numbers?
19. Do you anticipate subcontracting
Contract?
If yes, what percent of total contract? ,f
and to whom?i.1./.f� J�ir�/.. f.✓Gi
Na
What
Work under this
20. Are any lawsuits pending against you or your firm at this time?
IF yes, DETAIL
7/96 Section 00420 Page 2
21. What are the limits of your public lia1ility? DETAIL
What company?
22. What are your company's bonding limitations? a. pOU, 6x70 -
23. The undersigned hereby authorizes and requests any person, firm or
corporation to furnish any information requested by the OWNER in
verification of the recital comprising this Statement of Bidder's
Qualifications.
Dated at this -14�— day of iG7 200-
i
Name oe Biddpr
r
By: f%C ) -, f
Title: ivi"�? 5
State of Crdora b
County of � pf-j/-yup-
J./a_n Vf, d`52,1 being duly sworn deposes and says that he
is V0a21 U'e -o`Gn lnta-A n and that
(name f organization)
the answers to the foregoing questions and all statements therein contained
are true and correct.
S bscribed and sworn to before me this <:VL-Pt`-day of
r 20 0-.� ice+
Notary LPublic
My commission expires /1-
7/96
ago
Section 00420 Page 3
SECTION 00430
SCHEDULE OF SUBCONTRACTORS
List all subcontractors for the work items listed below and all subcontractors
performing over 10% of the contract.
ITEM
SUBCONTRACTOR
7/96 Section 00430 Page 1
SECTION 00500
AGREEMENT FORMS
00510 Notice of Award
00520 Agreement
00530 Notice to Proceed
SECTION 00500
AGREEMENT FORMS
00510 Notice of Award
00520 Agreement
00530 Notice to Proceed
SECTION 00510
NOTICE OF AWARD
Date: February 28, 2007
TO: Vogel Concrete, Inc.
PROJECT: 6034 Concrete Street Maintenance Project -East Mountain Avenue
OWNER: CITY OF FORT COLLINS (hereinafter referred to as "the OWNER")
You are hereby notified that your Bid dated February 26, 2007 for the above
project has been considered. You are the apparent successful Bidder and have
been awarded an Agreement for 6034 Concrete Street Maintenance Project -East
Mountain Avenue.
The Price of your Agreement is Three Hundred Seventy Seven Thousand One Hundred
Ninety Nine Dollars and Thirty One Cents ($377,199.31)
Three (3) copies of each of the proposed Contract Documents (except Drawings)
accompany this Notice of Award. Three (3) sets of the Drawings will be
delivered separately or otherwise made available to you immediately.
You must comply with the following conditions precedent within fifteen (15)
days of the date of this Notice of Award, that is by March 14, 2007.
1. You must deliver to the OWNER three (3) fully executed counterparts of
the Agreement including all the Contract Documents. Each of the Contract
Documents must bear your signature on the cover of the page.
2. You must deliver with the executed Agreement the Contract Security
(Bonds) as specified in the Instructions to Bidders, General Conditions
(Article 5.1) and Supplementary Conditions.
Failure to comply with these conditions within the time specified will entitle
OWNER to consider your Bid abandoned, to annul this Notice of Award and to
declare your Bid Security forfeited.
Within ten (10) days after you comply with those conditions, OWNER will return
to you one (1) fully -signed counterpart of the Agreement with the Contract
Documents attached.
City of Fort Collins
OWNER
B "-r
')irectotor
mes B. O'Neill, II, CPPO, FNIGP
of Purchasing & Risk Management
9/12/01 Section 00510 Page 1
SECTION 00520
AGREEMENT
THIS AGREEMENT is dated as of the 28th day of February in the year of 2007 and
shall be effective on the date this AGREEMENT is signed by the City.
The City of Fort Collins (hereinafter called OWNER) and
Vogel Concrete, Inc. (hereinafter called CONTRACTOR)
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set
forth, agree as follows:
ARTICLE 1. WORK
CONTRACTOR shall complete all Work as specified or indicated in the Contract
Documents. The Project for which the Work under the Contract Documents may be
the whole or only a part is defined as the construction of the 6034 Concrete
Street Maintenance Project -East Mountain Avenue and is generally described in
Section 01010.
ARTICLE 2. ENGINEER
The Project has been designed by The City of Fort Collins Engineering
Division, who is hereinafter called ENGINEER and who will assume all duties
and responsibilities and will have the rights and authority assigned to
ENGINEER in the Contract Documents in connection with completion of the Work
in accordance with the Contract Documents.
ARTICLE 3. CONTRACT TIMES
3.1 The Work shall be Substantially Complete within Forty (40) working
days after the date when the Contract Times commence to run as provided in the
General Conditions and completed and ready for Final Payment and Acceptance in
accordance with the General Conditions within Seventy (70) working days after
the date when the Contract Times commence to run.
3.2. Liquidated Damages. OWNER and CONTRACTOR recognize that time is of
the essence of this Agreement and that OWNER will suffer financial loss if the
Work is not completed within the times specified in paragraph 3.1. above, plus
any extensions thereof allowed in accordance with Article 12 of the General
Conditions.
They also recognize the delays, expenses and difficulties involved in proving
in a legal proceeding the actual loss suffered by OWNER if the Work is not
completed on time. Accordingly, instead of requiring any such proof, OWNER
and CONTRACTOR agree that as liquidated damages for delay (but not as penalty)
CONTRACTOR shall pay OWNER the amounts set forth hereafter.
9/12/01 Section 00520 Page 1
A) i r.ADAlwG RECwnd
PREBID CONFERENCE
Project: 6034 Concrete Stret Maintenance Project East Mountain Avenue
Time: 2:00 P.M. Date: February 14, 2007
Location:215 North Mason Room 1 B
'RINT
PRINT
ADDRESS
TELEPHONE
FAX #
E-MAIL ADDRESS
NAME
FIRM NAME
-5���
Ak1_1
-7N7»
3-,ZEE ZZ
l HO-Y-m7C7 ,�
Cop C7 /0 .
b �vF,*t_f C, P oZ2�j
F,r� ,P�94
J
;D-6, 6ou Y
%f}'YNt'�sro✓
/�b�cr,•�.sr�
B�HoJO,C�.goS� 3
97o•S32.4sos
97D.S32-yras7
��Y t� � rrr Ncsn"s's�c
Co,�c R!�
� ir►SN . ca.,�
bQ �L Z
Nli1UiYL�t(/Y1 �xSIfUG�
�C �toS
; ae iyy, PN
P�A ffQvi`6��,g06��
976-785Gl61
Qwy' �rt¢f'
�. L'o/% (� . ems-
0- /S-
iyo�4�&��
•%a��.� :. ..
t3'ENpg l�� �l
�' C �id6i�✓ i/✓G
,Zg/ ,✓. COU46 4✓6
916,��/./v(�J
g9G.22116SIS
VACMdJ3V CL
�'it Cbl.LINs, to g�ya22
C L NoFr Co
f 8t5 W, S� .
9b-&69-
q-ro- &G3
'_�OCMG LJ 'CA,,
c�
%ec._JW,0 Co
52537
3a55
I r�o�o
�mt
�-
5 for Eitr
[/O7�7'?
(P `707
�'� del, Co-�.
1) Substantial Completion:
One Thousand Dollars ($1000) for each calendar day or fraction
thereof that expires after the forty (40) working day period for
Substantial Completion of the Work until the Work is Substantially
Complete.
2) Final Acceptance:
After Substantial Completion, Five Hundred Dollars ($500) for each
calendar day or fraction thereof that expires after the Thirty (30)
working day period for Final Payment and Acceptance until the Work
is ready for Final Payment and Acceptance.
ARTICLE 4. CONTRACT PRICE
4.1. OWNER shall pay CONTRACTOR for performance of the Work in
accordance with the Contract Documents in current funds as follows: Three
Hundred Seventy Seven Thousand One Hundred Ninety Nine Dollars and Thirty One
Cents ($377,199.31), in accordance with Section 00300, attached and
incorporated herein by this reference.
ARTICLE 5. PAYMENT PROCEDURES
CONTRACTOR shall submit Applications for Payment in accordance with
Article 14 of the General Conditions. Applications for Payment will be
processed by ENGINEER as provided in the General Conditions.
5.1. PROGRESS PAYMENTS. OWNER shall make progress payments on account
of the Contract Price on the basis of CONTRACTOR's Application for Payment as
recommended by ENGINEER, once each month during construction as provided
below. All progress payments will be on the basis of the progress of the Work
measured by the schedule of values established in paragraph 2.6 of the General
Conditions and in the case of Unit Price Work based on the number of units
completed, and in accordance with the General Requirements concerning Unit
Price work.
5.1.1. Prior to Substantial Completion, progress payments will be in the
amount equal to the percentage indicated below, but, in each case, less the
aggregate of payments previously made and less such amounts as ENGINEER shall
determine, or OWNER may withhold, in accordance with paragraph 14.7 of the
General Conditions. 900-. of the value of Work completed until the Work has
been 50% completed as determined by ENGINEER, when the retainage equals 5% of
the Contract Price, and if the character and progress of the Work have been
satisfactory to OWNER and ENGINEER, OWNER on recommendation of ENGINEER, may
determine that as long as the character and progress of the Work remain
satisfactory to them, there will be no additional retainage on account of Work
completed in which case. the remaining progress payments prior to Substantial
Completion will be in an amount equal to 100% of the Work completed. 90% of
9/12/01 Section 00520 Page 2
materials and equipment not incorporated in the Work (but delivered, suitably
stored and accompanied by documentation satisfactory to OWNER as provided in
paragraph 14.2 of the General Conditions) may be included in the application
for payment.
5.1.2. Upon Substantial Completion payment will be made in an amount
sufficient to increase total payments to CONTRACTOR to 950 of the Contract
Price, less such amounts as ENGINEER shall determine or OWNER may withhold in
accordance with paragraph 14.7 of the General Conditions or as provided by
law.
5.2. FINAL PAYMENT. Upon Final Completion and Acceptance of the Work in
accordance with paragraph 14.13 of the General Conditions, OWNER shall pay the
remainder of the Contract Price as recommended by ENGINEER as provided in said
paragraph 14.13.
ARTICLE 6. CONTRACTOR'S REPRESENTATION
In order to induce OWNER to enter into this Agreement, CONTRACTOR makes
the following representations:
6.1. CONTRACTOR has familiarized himself with the nature and extent of
the Contract Documents, Work, site, locality, and with all local conditions
and Laws and Regulations that in any manner may affect cost, progress,
performance or furnishing of the Work.
6.2. CONTRACTOR has studied carefully all reports of explorations and
tests of subsurface conditions and drawings of physical conditions which are
identified in the Supplementary Conditions as provided in paragraph 4.2 of the
General Conditions.
6.3. CONTRACTOR has obtained and carefully studied (or assumes
responsibility for obtaining and carefully studying) all such examinations,
investigations, explorations, tests, reports, and studies (in addition to or
to supplement those referred to in paragraph 6.2 above) which pertain to the
subsurface or physical condition at or contiguous to the site or otherwise may
affect the cost, progress, performance or furnishing of the Work as CONTRACTOR
considers necessary for the performance or furnishing of the Work at the
Contract Price, within the Contract Times and in accordance with the other
terms and conditions of the Contract Documents, including specifically the
provisions of paragraph 4.2 of the General Conditions; and no additional
examinations, investigations, explorations, tests, reports, studies or similar
information or data are or will be required by CONTRACTOR for such purposes.
6.4. CONTRACTOR has reviewed and checked all information and data shown
or indicated on the Contract Documents with respect to existing Underground
Facilities at or contiguous to the site and assumes responsibility for the
accurate location of said Underground Facilities. No additional examinations,
9/12/01 Section 00520 Page 3
investigations, explorations, tests, reports, studies or similar information
or data in respect of said Underground Facilities are or will be required by
CONTRACTOR in order to perform and furnish the Work at the Contract Price,
within the Contract Times and in accordance with the other terms and
conditions of the Contract Documents, including specifically the provision of
paragraph 4.3. of the General Conditions.
6.5. CONTRACTOR has correlated the results of all such observations,
examinations, investigations, tests, reports and data with the terms and
conditions of the Contract Documents.
6.6. CONTRACTOR has given ENGINEER written notice of all conflicts,
errors or discrepancies that he has discovered in the Contract Documents and
the written resolution thereof by ENGINEER is acceptable to CONTRACTOR.
ARTICLE 7. CONTRACT DOCUMENTS
7.1 The Contract Documents which comprise the entire Agreement between
OWNER and CONTRACTOR concerning the Work consist of the General Conditions,
Supplementary Conditions, those items included in the definition of "Contract
Documents" in Article 1.10 of the General Conditions, and such other items as
are referenced in this Article 7, all of which are incorporated herein by this
reference.
7.2 Forms for use by CONTRACTOR in performing the Work and related
actions in carrying out the terms of this Agreement are deemed Contract
Documents and incorporated herein by this reference, and include, but are not
limited to, the following:
7.2.1Certificate of Substantial Completion
7.2.2 Certificate of Final Acceptance
7.2.3 Lien Waiver Releases
7.2.4 Consent of Surety
7.2.5Application for Exemption Certificate
7.2.6Application for Payment
7.3 Drawings, consisting of a cover sheet and sheets numbered as
follows:
N/A *Included in the Specifications
The Contract Drawings shall be stamped "Final for Construction" and dated.
Any revisions made shall be clearly identified and dated.
7.4. Addenda Numbers 1 to 1, inclusive.
7.5. The Contract Documents also include all written amendments and
other documents amending, modifying, or supplementing the Contract Documents
pursuant to paragraphs 3.5 and 3.6 of the General Conditions.
9/12/01 Section 00520 Page 4
0
7.6. There are no Contract Documents other than those listed or
incorporated by reference in this Article 7. The Contract Documents may only
be amended, modified or supplemented as provided in paragraphs 3.5 and 3.6 of
the General Conditions.
ARTICLE 8. MISCELLANEOUS
8.1. Terms used in this Agreement which are defined in Article I of the
General Conditions shall have the meanings indicated in the General
Conditions.
8.2. No assignment by a party hereto of any rights under or interests in
the Contract Documents will be binding on another party hereto without the
written consent of the party sought to be bound; and specifically but not
without limitations, moneys that may become due and moneys that are due may
not be assigned without such consent (except to the extent that the effect of
this restriction may be limited by law), and unless specifically stated to the
contrary in any written consent to an assignment no assignment will release or
discharge that assignor from any duty or responsibility under the Contract
Document.
6.3. OWNER and CONTRACTOR each binds itself, its partners, successors,
assigns and legal representatives to the other party hereto, its partners,
successors, assigns and legal representatives in respect to all covenants,
Agreement and obligations contained in the Contract Document.
9/12/01 Section 00520 Page 5
CONTRACTOR: Vogel Concrete,
Inc.
OWNER. CITY OF FORT COLLINS
(r,"',1 By:
FNIGP /ra
By: II, CPPO,
DAMES NEILL PURCHASING
R CTOR OF
D RISK MANAGEMENT Title: �.
< i
Date:
JV
(CORPORATE SEAL)
ORT JJJ
Date F • CO iJ� y1�
#A. :2
L :N
v� ttest:
•
Attest: Clerk = _
City •. notices:
••' O Address for giving
Address for giving notic COLOP. (
z5/
0. Box 580
P.
Fort Collins, CO 80522
LICENSE NO.:
06'
As
sta t City Attorney
Section 00520 Page 6
9/12/01
SECTION 00530
NOTICE TO PROCEED
Description of Work: 6034 Concrete Street Maintenance Project -East Mountain Avenue
To: Vogel Concrete, Inc.
This notice is to advise you:
That the contract covering the above described Work has been fully executed by
the CONTRACTOR and the OWNER.
That the required CONTRACTOR's Performance Bond and Payment Bond have been
received by the OWNER.
That the OWNER has approved the said Contract Documents.
Therefore, as the CONTRACTOR for the above described Work, you are hereby
authorized and directed to proceed within ( ) calendar days from
receipt of this notice as required by the Agreement.
Dated this day of , 20
The dates for Substantial Completion and Final Acceptance shall be
and , 20_, respectively.
City of Fort Collins
OWNER
By:
Title:
ACKNOWLEDGMENT OF NOTICE
Receipt of the above Notice to Proceed is hereby acknowledged this
day of , 20_
CONTRACTOR: Vogel Concrete, Inc.
By:
Title:
7/96 Section 00530 Page 1
SECTION 00600
BONDS AND CERTIFICATES
00610 Performance Bond
00615 Payment Bond
00630 Certificate of Insurance
00635 Certificate of Substantial Completion
00640 Certificate of Final Acceptance
00650 Lien Waiver Release (CONTRACTOR)
00660 Consent of Surety
00670 Application for Exemption Certificate
SECTION 00610
PERFORMANCE BOND
Bond No. KA3595
KNOW ALL MEN BY THESE PRESENTS: that
(Firm) Vogel Concrete, Inc.
(Address) 1313 Blue Spruce Drive, Ste. B, Ft. Collins, CO 80524
- (a Corporation), hereinafter referred to as
the "Principal" and
(Firm) Contractors Bonding and Insurance Company
(Address) PO Box 9271, Seattle, WA 98109-0271
hereinafter referred to as "the Surety", are held and firmly bound unto City
of Fort Collins, 360 Laporte Ave, Fort Collins, Colorado 80522 a (Municipal
Corporation) hereinafter referred to as the "OWNER", in the penal sum of
$377,199.31 in lawful money of the United States,
for the payment of which sum well and truly. to be made, we bind ourselves,
successors and assigns, jointly and severally, firmly by these presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered
into a certain Agreement with the OWNER, dated the 28th day of February, 2007,
a copy of which is hereto attached and made a part hereof for the performance
of The City of Fort Collins project, 6034 Concrete Street Maintenance Project -
East Mountain Avenue.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its
duties, all the undertakings, covenants, terms, conditions and agreements of
said Agreement during 'the original term thereof, and any extensions thereof
which may be granted by the OWNER, with or without Notice to the Surety and
during the life of the guaranty period, and if the Principal shall satisfy all
claims and demands incurred under such Agreement, and shall fully indemnify
and save harmless the OWNER from all cost and damages which it may suffer by
reason of failure to do so, and shall reimburse and repay the OWNER all outlay
and expense which the OWNER may incur in making good any default then this
obligation shall be void; otherwise to remain in full force and effect.
7/96 Section 00610 Page 1
PROVIDED, FURTHER, that the said Surety, for value received, hereby stipulates
and agrees that no change, extension of time, alteration or addition to the
_ terms of the Agreement or to the Work to be performed thereunder or the
specifications accompanying the same shall in any way affect its obligation on
this bond; and it does hereby waive notice of any such change, extension of
time, alteration or addition to the terms of the Agreement or to the Work or
to the Specifications.
PROVIDED, FURTHER, that no final settlement between the OWNER and the
CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim
may be unsatisfied.
PROVIDED, FURTHER, that the Surety Company must be authorized to transact
business in the State of Colorado and be acceptable to the OWNER.
_ IN WITNESS WHEREOF, this instrument is executed in three (3) counterparts,
each one of which shall be deemed an original, this 1stday of March
20 07.
IN PRESENCE OF: Principal
Vocrel Concrete, Inc
(Title)
1313 Blue Spruce Drive, Ste.B, Ft. Collins,CO 80524
(Address)
(corporate seal)
'IN 'Pi ONCE OF: Other Partners
By:
By:
IN PRESENCE OF: Surety Contragtors Bonding and Insurance Company
SY=
��tiOlNGgy� �►I� Attorney -in -fact
yJ,i�By: PO Box 9271, Seattle, WA 98109-0271
VO A9',�I , (Address)
atic �►.�s .
m;m�
(Surety Seal) C
_ NOTE: Date of 24:� q$&7 a_o�F=F� pkior to date of Agreement.
If CONTR7IC'1�D i N 1 0 ip, all partners should execute Bond.
7/96 Section 00610 Page 2
SECTION 00615
PAYMENT BOND
Bond No. KA3595
KNOW ALL MEN BY THESE PRESENTS: that
(Firm) Vogel Concrete, Inc.
(Address) 1313 Blue Spruce Drive, Ste. B. Ft. Collins, 00 80524
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as
the "Principal" and
~ (Firm) Contractors Bonding and Insurance Company
(Address) PO Box 9271, Seattle, WA 98109-0271
hereinafter referred to as "the Surety", are held and firmly bound unto the
Y City of_ Fort Collins, 300 Laporte Ave., Fort Collins, Colorado 80522 a
(Municipal Corporation) hereinafter referred to as "the OWNER" , in rhp Prnal
sum of 1 377,199.31 _ in lawful money of the
United States, for the payment of which sum well and truly to be made, we bind
ourselves, successors and assigns, jointly and severally, firmly by these
presents.
THE CONDITIONS OF THIS OBLIGATION are such that whereas the Principal entered
into a certain Agreement with the OWNER, dated the 28th day of February, 2007
at copy of which io harctc attached ar,,d made a gait heleVJC LV,. U11V JJeLfUi,uauUC
of The City of Fort Collins prajecL, 6034 Concrete Street Maintenance Project -
East Mountain Avenue.
Y NOW, THEREFORE, if the Principal shall make payment to all persons, firms,
subcontractors, and corporations furnishing materials for or performing labor
in the prosecution of the Work provided for in ouch Agreement and any
authorized extension or modification thereof, including all amounts due for
materials, lubricants, repairs on machinery, equipment and tools, consumed,
rented or used in connection with the construction of such Work, and all
insurance premiums on said Work, and for all labor, performed in such work
- whether by subcontractor or otherwise, then this obligation shall be void;
otherwise to remain in full force and effect.
7/96 Section 00615 Page 1
A'i i crllDAmt c REGvnd
PREBID CONFERENCE
Project: 6034 Concrete Stret Maintenance Project East Mountain Avenue
Time: 2:00 P.M. Date: 'February 14, 2007
Location:215 North Mason Room 1 B
PRINT
NAME
PRINT
FIRM NAME
ADDRESS
TELEPHONE
FAX #
E-MAIL ADDRESS
-
Aele,�
/ 3 /oe
y -3�33Q
y07-�yS47z.
co-w,
PROVIDED, MMTHRA, that the said Surety, for valuo roocived, hcroby stipulates
and agrees that no change, extension of time, alteration or addition to the
~ terms of the Agreement or to the Work to be performed thereunder or the
specifieatione accompanying tho name Shall in any way affect its obligation on
this bond; and it does hereby waive notice of any such change, extension of
time, alteration or addition to the terms of the Agreement or to the Work or
to the Specifications -
PROVIDED, FURTHER, that no final settlement between the OWNER and the
~ CONTRACTOR shall abridge the right of any beneficiary hereunder, whose claim
may be unsatisfied.
PROVIDED, FURTHER, that the Surety Company must be authorized to transact
business in the State of Colorado and be acceptable to the OWNER.
IN WITNESS WRIMEOF, this instrument is executed in three (3) counterparts,
each one of which shall be deemed an original, this 1st day of March
2Onj,
'^ IN PRESENCE 07:n Principal Vogel Concrete, Inc.
1313 Blue Spruce Drive, Ste. B, Ft. Collins,CO 80524
(Address)
Other Partners
IN PRESENCE OF: surety Contractors Bonding and Insurance Company
NDINg � By; lyi K�l,et)
oRpO'�,,� eo ; Attorney-in-fact
9 -.� PO Box 9271, Seattle, WA 98109-0271
m s t . (Address)
j : '
�9
L =�
.,ao -prior to date of Agreement.
tgdTship, all partners should execute Bond.
7/96 Section 00f15 Page 2
1
1, tj
Corporation
has not bee
reverse are
-----------
F:F:
Mt is primed on gray
ly (the ,company").
printed upon it, The
the document and is
ration and delivery of
:low. This document
constitute
to and lawful
id . in its
ilf of the
in for any
14 to execute.
V, for any
virided,
.a a bid or
bond or
boo; and (2)
906 under at
authority of
------------
- - - - - - - - - - - - -
- - - - - - - - - - -
- - - - - - - - - - -
- - - - - - - - - - - - -
- - - - - - - - - -
--- - - - - - - -
Certificate of Appointment and Resolutions of the Board of Directors
The undersigned President and Secretary of Contractors Bonding and Insurance Company hereby certify that the President has appointed
the Attorneys) -in -Fact identified on the front side of this power of attorney, under and by the authority of the following resolutions
adopted by the Board of Directors of Contractors Bonding and Insurance Company at a meeting duly held on December 15, 1993:
RESOLVED, that the CEO, President, CFO, any Vice President, Secretary or any Assistant Secretary, and any other
employee as may be specifically authorized by a particular board resolution (hereafter "Authorized Officer or Employee")
may appoint attomeys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment
in each case, for and on behalf of the Company, to execute and deliver and affix the seal of the Company to bonds,
undertakings, recognizances, and suretyship obligations of all kinds; and any Authorized Officer or Employee may
remove any such attorney -in -fact or agent and revoke any power of attorney previously granted to such person.
RESOLVED FURTHER, that any bond, undertaking, recognizance, or suretyship obligation shall be valid and
binding upon the Company:
(i) when signed by the Authorized Officer or Employee and attested and sealed (if a
seal be required); or
(ii) when signed by the Authorized Officer or Employee, and countersigned and sealed
(if a seal be required) by a duly authorized attorney -in -fact or agent; or
(iii) when duly executed and sealed (if a seal be required) by one or more attorneys -in -
fact or agents pursuant to and within the limits of the authority evidenced by the
power of attorney issued by the Company to such person or persons.
RESOLVED FURTHER, that the signature of any Authorized Officer or Employee and the seal of the Company may
be affixed by facsimile to any power of attorney or certification thereof authorizing the execution and delivery of any
bond, undertaking, recognizance, or other suretyship obligations of the Company (unless otherwise specified in the
power of attorney itself); and such signature and seal when so used shall have the same force and effect as though
manually affixed.
RESOLVED FURTHER, that all previous resolutions of the Board of Directors concerning powers of attorney and
attomeys-in-fact remain in full force and effect; that all forms of powers of attorney previously or in the future
approved by the Board of Directors, including, but not limited to, so called "fax or facsimile powers of attorney",
where the entire power of attorney is a facsimile, remain in full force and effect; and that one form of a power of
attorney may be attached to one bond (for example, the form for which this resolution is a part may be attached to a
bid bond), and another form of power of attorney may be attached to another bond (for example, a fax power of
attorney may be attached to the final bond for a project for which the different form of power was attached to the bid
bond) without affecting the validity of either power of attorney or bond.
IN WITNESS WHEREOF, Contractors Bonding and Insurance Company has caused these presents to be signed by its president and
secretary, and its corporate seal to be hereunto affixed this 13th day of May, 2004.
)on Sir n, resi ent
Attest: K. Kirk Eland, Secretary
State of Washington
County of King
On May 13, 2004 before me, Brenda J. Scott Notary Public, personally appeared Don Sirkin and R K*k Elaqti te;sonaily kiaown to me
to be the persons whose names are subscribed to the within instrument, and acknowledged to me aftAt{heyeklicutedthe 46'c in their
authorized capacities and that by their signatures the entity upon behalf of which they acted exectrV. &.instrument.
WITNESS my hand and official seal. � Ofor,
i•
Brenda J. Scott, Notary Public
V�'(�On�,w�wo'-�,i�1~
�Itti OR WASM' �a
SECTION 00630
CERTIFICATE OF INSURANCE
CONTRACTOR shall insert his own standard form for Certificate of Insurance.
7/96 Section 00630 Page 1
FEB. 6.1UU/ 4.11PM�-—CULUKAUU-BW MUKANU Y/M111i1 Nu. 11)
AC,in, t.EK 10CA�'i e ur umsiu i Y miuRANCE
r. I PwJwrrn
pli2yZ007
P01103 Tt 70 2 3-OII24 FAX 970 267-2231
Colorado BM Imaurance Agency, Inc.
LOTS M Rorsetooth Rd, Ste I0B
Fort Collins, CD 80526
THM CERTIFICATE Id ISSUED AS A MATTER Of FORMATION
ONLY AND CONFERS NO ROM UPON THE CET%
HOLDER e M CCEERTIFICATE DOES NOT AMENQ, E%TEND
OR
INSURERB AFRMING COVERAGE
NAIC 0
nlsul� , nc.
DBA, Vogel Concrete
6330 S. Collego Ava.
Fort Collins, CO 8052S
W=,% Auto Olnlers insurance
"
MVA= a
+aeuRs«
r+•UR•Ra
R•URBRT:
THE Poua88 OF MURUM USTE0 BELOW HAVE OEM OUND TO THE NMRED NAMEVABOVE POR THE POLICY PERIOD INDrATIA NOTwtnwr^wm
ANY REO{JIIAMM. TERM OR CONDITION OF ANY CONTRAO TDO�R MOR DOCUMENT WITH RESPECT TO V*IJM THIB CER71PMr4TE MAY BE Joe= OR
P +O U� AAKTTHE II►H 1.888E AFFORDEDN MAY HAVE YKBP� RQDIICao s P CW1tg� BUBJECTTO ALL THE 7sRMB. EXGt u81ONS AND OONDITIONb OF eUCH
rneepomRAtws
FOLIDYMMM
A
611101 LUAI1am
•OMMe mLmM mLrAm
04MAKWO OQWUR
0 7 7
0 7
momoobuUmm
•
officumw.Z
• 300
Nowwwwwwwo
• s
P@*Pft&MNP1AW
• 1
94�111LAbORBi1R!
• 000
QMAfeREOATlLWAML!•Pel•
>
PRODUOT•_COMWA"
0 2,0009
A
AInOY000iU ARKM
AwAUfO
Ayi3ONR AUiO•
ip�IR®AUTb6
al HNSDALYM
x „o,,DwM,mA,JIOB
TBD
7 7
0 7/1006
eorouuM.T
s
1 000
mum"
•
Rom"
•
•NRAOOHA•NrY
ANYAM
-
AUfO W:Y.MACW001T
•
OTN•A'n1AN SNA00
Auro oNLr A•O
•
�
SIMSUM200"UAILM
omm ri CLAW M WE
OEDUOIRI!<
um mR
0=9000RIUM
M
At80pEQl11E
•
•
NOAWOMMAM
�AeReR � ourNe
!L E1VC AOCM]�rT
•
ri DasnsE• a
•
aLDI•G1.8-PouoYLIMIn
1
ardor
oIWRPfiDt OFOPEAA:7DII5I�OCATIGq i VAf•D1A8IT•40L11•IDN• ATbT1OEf fl10C1019i®RlEPl41•.}MNIB
City of Fort Collins
Aemninngg Dgmrtmnt
attnl ]ohn Stephen
PO sox 580
Fort Collins, C0 64S22-0590
ACORD as (91ID1108)
I 110AMMDAHTHMNW,THEN I MNNUMMMUniwt0iAY0RTOW&
omewormmomroTNSOwwwArmNolesRwwaoroTHsum,
MY7T PawRieo NnealoH R•rHIP •HAtL M•naes Ro oIILIOATgNOR uAeertT
CORPORATION it88
FEB. 6. 2007- 02PM COLORADO-BW INSURANCE 9702672231 10. 125--p.
IMPORTANT
If the Cardfi nts holder is sn ADDITIONAL INSURED, the pollcy(tas) must be endorsed. A statement
an this mffloats does not Confer figha to the amMkzm trotder in Ileu of such endomement(s).
If SUBROGATION IS WANED, subject to the tonne and conditions of the policy, oertshr polldaf may
mqule an andorsernent A dolament on INS cartlflods doss not confer fights to the cer8licete
holder in ileu of such endonwnent*
Ttw OarCtiostaof Insurmce an the revenge side of this form does not constitute a oanW between
the issuing insurer(t), audnt*d repreaer►f dve orproducer, and the oerttiicate holler, nor does It
aMmuitively or nege6vely amend, extend or dW the ocvetW o forded by the poWn ttsted thereon.
ACORD 25 (2001108)
SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: CITY OF FORT COLLINS
(OWNER)
DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE: 6034 Concrete Street
Maintenance Project -East Mountain Avenue
PROJECT OR SPECIFIED PART SHALL LOCATION: Fort Collins, Colorado
INCLUDE:
OWNER: City of Fort Collins
CONTRACTOR:
CONTRACT DATE:
The Work performed under this contract has been inspected by authorized
representatives of the OWNER, CONTRACTOR, and the ENGINEER and the project (or
specified part of the project, as indicated above) is hereby declared to be
substantially completed on the above date.
A tentative list of items to be completed or corrected is appended hereto.
This list may not be exhaustive, and the failure to include an item on it does
not alter the responsibility of the CONTRACTOR to complete all the Work in
accordance with the Contract Documents.
ENGINEER AUTHORIZED REPRESENTATIVE DATE
The CONTRACTOR accepts the above Certificate of Substantial Completion and
agrees to complete and correct the items on the tentative list within the time
indicated.
By:
CONTRACTOR AUTHORIZED REPRESENTATIVE DATE
The OWNER accepts the project or specified area of the project as
substantially complete and will assume full possession of the project or
specified area of the project at 12:01 a.m., on The
responsibility for heat, utilities, security, and insurance under the Contract
Documents shall be as set forth under "Remarks" below.
CITY OF FORT COLLINS, COLORADO By:
OWNER AUTHORIZED REPRESENTATIVE DATE
u�l
7/96 Section 00635 Page 1
SECTION 00640
CERTIFICATE OF FINAL ACCEPTANCE
TO: Vogel Concrete, Inc.
Gentlemen:
You are hereby notified that on the day of
Fort Collins, Colorado, has accepted
for the City of Fort Collins project, 6034
Project -East Mountain Avenue.
20
20_, the City of
the Work completed by
Concrete Street Maintenance
A check is attached hereto in the amount of $
Payment for all Work done, subject to the terms of the
which are dated
as Final
Contract Documents
In conformance with the Contract Documents for this project, your obligations
and guarantees will continue for the specified time from the following
date:
Sincerely,
OWNER: Citv of Fort Collins
By:
Title:
ATTEST:
Title:
7/96 Section 00640 Page 1
SECTION 00650
LIEN WAIVER RELEASE
(CONTRACTOR)
TO: City of Fort Collins, Colorado (OWNER)
FROM: Vogel Concrete, Inc. (CONTRACTOR)
PROJECT: 6034 Concrete Street Maintenance Project -East Mountain Avenue
1. The CONTRACTOR acknowledges having received payment, except retainage
from the OWNER for all work, labor, skill and material furnished,
delivered and performed by the CONTRACTOR for the OWNER or for anyone in
the construction, design, improvement, alteration, addition or repair of
the above described project.
2. In consideration of such payment and other good and valuable
consideration, the receipt and adequacy of which are hereby acknowledged,
the CONTRACTOR voluntarily waives all rights, claims and liens, including
but not limited to, mechanic's liens, Miller Act claims (40 U.S.C.A. 270
a and b), stop notices, equitable liens and labor and material bond
rights which the .CONTRACTOR may now or may afterward have, claim or
assert for all and any work, labor, skill or materials furnished,
delivered or performed for the construction, design, improvement,
alteration, addition or repair of the above described project, against
the OWNER or its officers, agents, employees or assigns, against any fund
of or in the possession or control of the OWNER, against the project or
against all land and the buildings on and appurtenances to the land
improved by the project.
3. The CONTRACTOR affirms that all work, labor and materials, furnished,
delivered or performed to or for the construction, design, improvement,
alteration, addition or repair of the project were furnished, delivered
or performed by the CONTRACTOR or its agents, employees, and servants, or
by and through the CONTRACTOR by various Subcontractors or materialmen or
their agents, employees and servants and further affirms the same have
been paid in full and have released in full any and all existing or
possible future mechanic's liens or rights or claims against the project
or any funds in the OWNER'S possession or control concerning the project
or against the OWNER or its officers, agents, employees or assigns
arising out of the project.
4. The CONTRACTOR agrees to defend and hold harmless the OWNER, the lender,
if any, and the Surety on the project against and from any claim
hereinafter made by the CONTRACTOR'S Subcontractors, materialmen,
employees, servants, agents or assigns against the project or against the
7/96 Section 00650 Page 1
OWNER or its officers, employees, agents or assigns arising out of the
project for all loss, damage and costs, including reasonable attorneys
fees, incurred as a result of such claims.
5. The parties acknowledge that the description of the project set forth
above constitutes and adequate description of the property and
improvements to which this Lien Waiver Release pertains. It is further
acknowledged that this Lien Waiver Release is for the benefit of and may
be relied upon by the OWNER, the lender, if any, and Surety on any labor
and material bonds for the project.
Signed this day of , 20
CONTRACTOR: Vogel Concrete, Inc.
By:
Title:
ATTEST:
Secretary
STATE OF COLORADO )
) ss.
COUNTY OF LARIMER )
Subscribed and sworn to before me this day of
20_, by
Witness my hand and official seal.
My Commission Expires:
Notary Public
7/96 Section 00650 Page 2
0
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
Concrete Street Maintenance Project
East Mountain Avenue
BID NO.6034
PURCHASING DIVISION
215 NORTH MASON STREET, 2ND FLOOR, FORT COLLINS
February 26, 2007 — 3:00 P.M. (OUR CLOCK)
SECTION 00660
CONSENT OF SURETY
TO: City of Fort Collins, Colorado
(hereinafter referred to as the "OWNER")
CONTRACTOR: Vogel Concrete, Inc.
PROJECT: 6034 Concrete Street Maintenance Project -East Mountain
Avenue
CONTRACT DATE:
In accordance with the provisions of the Contract between the
OWNER and the CONTRACTOR as indicated above, for
(Surety)
on bond of
hereby approves of the Final Payment to the CONTRACTOR, and
agrees that Final Payment to the CONTRACTOR shall not relieve the
Surety Company of any of its obligations to the OWNER, as set
forth in the said Surety Company's Bond.
IN WITNESS WHEREOF, the Surety Company has hereunto set its hand
this day of ,
(Surety Company)
By
ATTACH: Power of Attorney and Certificate of Authority of
Attorney(s)-in-Fact.
7/96 Section 00650 Page 3
SECTION 00670
APPLICATION FOR EXEMPTION CERTIFICATE
DR 0172 (12NB)
COLORADO DEPARTMENT OF REVENUE
DENVERCO6d2B1 (305)232-2416 CONTRACTOR APPUCATION
FOR
EXEMPTION CERTIFICATE
PursuafdtoStatute
Section 39 M114(1xa)QW DO NOT WRITE IN THIS SPACE
The exemption certificate for which you area pplying crust be used only fort he purpose of purchasing construction and building
materials forth e exempt project described below. This exemption does not include Orapply tothe purchase or rental of equip Merl,
supplies, and materials which are purchased, rented, or consumed by the contractor and which do not become part of the structure,
highway, road, street, or other public works awlnad and used by the exempt organization.
Arry unauthorized use oft he exemption certificatewilI result in revocation of your exemption certificate and other penalties provided
by law.
Aseparate certificate is required for each contract.
Subcontractors will not be issued Certificates of Exemption by the Department of Revenue. It is the responsibility of the prime
contractor to issue certificates to each ofthe subcontractors, (See reverse side).
FAILURE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED.
egctratioriAccouY No.(to beassgnedbyD
erod
0170-750 (999) $0.00
89 -
�* ywyyyl A
CCNITRAtTOR1NFOPMAT1ON1
ner,
Trade name
er, pa or corporate name
Mailing address (City, State.Zip).
Uontact Herson
-Mail address.
FederalEmployer's Identficalion Number.
Bid amount foryour contract.
az um er.
Business teleplone rumber.
ore o .1"Miding tax amount number
of 4s�n
V MPT(ONINFORMATM
cc�ant �(itingpwtel ertitnstba2ttw-hed.�rtis
{ 3c n1ngplas
Name of exempt organization (as shown on contract)
empl organize on s number.
98 -
Address of exempt organlzahon (City, State,Zip)
rmclpal contact at exempt organization:
Rincipal contacts telephone number.
Physical location of projectsia (give actual address men applicable antl Clues and/or County ties) where project Is located)
Scraduletl Mofth Jay Year
Estimated Month ay Year
oonstmaion start date:
wmpletion data
I declare under penalty of perjury in the second degree that the statements made m this application are true and
complete to the best of my knowledge.
Signature of owner, partner or corporate officer
true o corporate officer.
te.
UV Pau I YYRI I L CCLV YY I nio Laae.
Section 00670 Page 1
Special Notice
Contractors who have completed this application in the past, please note the following changes in procedure
The Department will no longer issue individual Certificates of exam ption to subcontractors. Only prime contrac-
tors will receive a Contractor's Exemption Certificate on exempt projects.
Upon receipt of the Certificate, the prime contractor should make a copy for each subcontractor involved in the
project and complete it by filling in the subcontractor's name and address and signing it.
The original Certificate should always be retained by the prime contractor. Copies of all Certificates that the
prime contractor issued to subcontractors should be kept at the prime contractor's place of business for a
minimum of three years and be available for inspection in the event of an audit.
Once an 89# has been assigned to you, please use the next five numbers following it for any applications
submitted for future projects. This should be your permanent number. For instance, if you were assigned 89-
12345-0001, every application submitted thereafter should contain 89-12345 on the application. The succeed-
ing numbers will be issued by the Department of Revenue. DO NOT enter what you believe to be the next in
sequence as this may delay processing of your application.
Section 00670 Page 2
SECTION 00700
GENERAL CONDITIONS
GENERAL CONDITIONS
CONSTRUCTION CONTRACT
Thew GENERAL CONDMONS have been developed by using the
STANDARD GENERAL CONDMONS OF THE CONSTRUCTION
CON7TRACT prepared by the Engineers Jouit Contract Documents
Committee, KIMCNIo l9lo-8 (I 990 Edition), as a hise Changes to
that document are shmn by underlining text that has been added and
striking through text that has been deleted.
F.JCDC CIENERAI. CONDITIONS 1910-9 (19% EDITION)
WITH CITY OF FORT" COLLINS MODIFICATIONS (REV 9/99)
,Article or Paragraph
Number &TIlle
TABLF OF CONTEWS OF GFNF-,RAI. COMMONS
Page Article or Paragraph
Number Number &Title
DErrnrrlc .. ....... . ... ...... _-_ 11
I'l
Addenda._ . ....... ............ ... ... _
_ .. . - 1
L2
Agreement ..........................................1
1.3
Application for Payment ..........
_ �l
14
Ashestas ... ........ ... .... ......
..
1.5
Bid
1.6
Bidding Document". .. ....
1,7
Bidding Requirements . ..... ....
igBondi.................................................1
19
Change Order._ ...
L1(1
Contmet Documents, .........................1131
Contract Pricc__
1.12
Contract Times.. ...
1,13
CONTRACTOR_ ......... ............ ..
1.14
dfecnve ... __ ....... _ ...... ....... .........
1,15
Drawings_......_._
1,16
Eflective Date of the Agreement... ..
.... 1
1.17
EINGINTER ............ __ - ' ' " "
I
118
ENG[NELICs Consultant . ....
...
111)
Field Ordcr, ...... __ .......
1.20
General Requirements ...... .........
1.21
Hazardous Waste..........._...
I ___- a
Laws and Regulations. Laws or
Regulations.. .... ......... ..
I22.b
Legal holidays_ .. ................. ......
2
1,23
Liens ..........
1,24
Milestone
1.25
Notice of Award .......
1.20
Notice to Procced ............... ....
...
1.27
M NER
2
1,28
Partial Utilization_,....._......._..__....-..2
1.29
PCBS ................... ........................
.
130
Petroleum ....... ----_---_
1.31
Protect..___
132a
Radioactive Material ... ......................
'
1,112,11
Regular Working Hcwq,,, ... ..........
2
1.33
Resident Priliect Representafive,_.
_ 12
134
Samples _ '_ ........ .......... .. .. ....
..
L35
Shop Drawings.,...._._....._.._-_._..._....2
1.36
Specifications.....................................
2
1.37
Subcontractor,
1.39
Substantial Completion.-,..-_,.,_.,,.,_„
_ 2
1.39
Supplementary Conditions._
2
1.46
Supplier
141
Underground Facilit ies_ ..... .....
1,42
Unit Price Work ..................................
....3
1,43
Work
144
Work Change Directive_,_._____ _
1.45
Written Amendment ............ __ ....
Page
Number
2. pRELI%-UNARY JvLATTERS ....... ......... ...... .......
3
2.1
Delivery ofBonds., ... ....... ...... ....
_ _3
2-2
Copies of Documents .. ....................
1
13
Commencement Of Contract
, rmics; Notice to Proceed
2.4
Starting the work . . . . ........ ...............
3
5-2,7
Before Starting Construction,
CONTRACTORs Responsibility.
to Report;Preliminary Schedilcs,
Delivery Of Certificates of
Insurance
3-4
'.8
Reconstruction Conferenctz ... ......
2.9
initially Acceptable Schedules,_,_._.._
4
CONTRACT DOCUMENTS: INTENT,
A\*',Nrl)IN(;, REUSE .............. .. . .....
4
3. 1-12
Intent.,._..... ...... .................
4
33
Reference to Standards and Speci-
fications of Technical Socicftes;
Reporting and Resolving Dis-
crepancies
4-5
4
Intent of Certain Terms or
Adjectives .....................................
5
3.5
Amending Contract Documents.. .....
5
3,6
Supplementing Contract
Documents
3.7
Reuse of Documents, ......
AVAILARII-1-1 Y OF LANDS,
SUBSUPFACE AND PHYSICAL CONIXTION&
REFERENCE POINTS ,, .............. ....... ... ...
5
4.1
-Availability of Lands.. _ _ . ..... .......
5-6
4, ^
Subsurface and Physical
Conditions
6
4.2.1
Reports and Drawings ., ... ..........
.... 6
422
Lim tied Reliance by CO\I'RAC-
TOR Authorized; Technical
Data ... .....
6
4.23
Notice of Differing Sutisurface
or Physical Conditions ..................
P
4,24
F4GINi7.FR's Rev iew ........
4 '5
Possible Contract Documents
Change. ..... ...... . . 11 -
. 6
4.16
Possible Price and Times
Adjustments., ..... ..... ... . .....
. (-7
43
Physical Conditions --Underground
Facilities ... . .. . I ..........................
_7
43.1
Shown or Indicated
7
433
Not Shovvri or Indicated .... ......
. 7
4.4
Rf crencc Points, , I I I . I . I 1—
7
w CITY OF FORT COMIN'S MODIFICA71ON'S (REV 9!99)
Article or Paragraph Page Article or Paragraph page
Number & Title Number Number &'title Number
5.
6.
4.5 Asbestos. PCBs, Petroleum,
Hazardous Waste or
Radioactive AAaterml....................7-8
K)NDS AND INSURANCE .................................
8
5A-5.2
Performance, Payment and Other
Bonds...... _ ...... ._............
.
5.3
Licensed Sureties and Insurers:
Certificates of Insurance,,-,_. _: _.,......
8
i4l
C ON-rRAC1'OR's Liability
fnsurancc............. _..........................
9
5.5
OWNER'sLiability Insurance, _..__.....9
5.6
Property Insurance...
5.7
Boiler and Machinery or Addi-
I tonal Property Insurance.,.- .............10
5.8
Notice ofCanccllation Prousion_._..,.,
10
5.9
CON'TRACTOR'sResponsibility,
for Deductible Amounts
to
5,10
Other Special Insurancr __......10
5.11
Waiver ofRights._,......._.........-_,_.11
5.12S-E3
Receipt and Application of
Insurance Proceeds ...... ........ .... .„lti-11
5.14
Acceptanec of Bonds and Insu-
ance; Option. to Replace. ......__1..._..
11
5.15
Partial Utilization --Property
Insurance..,........_.._._..._.._..._......!
1
C'ONTRACI'OR'S REESPONSIBILITIES ...............11
6,1-6.2 Supervision and Superintendence, ,,,,,,11
63-6.5 Labor klaterials and Equipment,, 11-12
0.6
Progress Schedule .................. ._.........12
6.7
Substitutes and 'Or -Equal' Items,
CO-NITR 1CTOWs Expense;
Substitute Construction
Methods or Procedures;
ENGINEER's Evaluation
12-13
6.MA t
Concerning Subcontractors.
Suppliers and Others.
Waiver of Rights....__................13-14
6,12
Patent Fees and Royaltics,,,,,,,,,,,,,,,,,,
14
6.13
Permits_...._...._.__..__.....-._ ., .
_..14
6.14
Laws and Regulations,
114
6.15
Taus......_,,......_.............._.......,.14-15
6.16
Use of Remises._.........._,._. .......
.....15
6,17
Site Cleanliness .................................
15
6.18
Safe Structural Loading_ ........
15
6.14
Record Documents
15
6,20
Safety and Protection . _ _
15-16
621
Safety Representative_._........._........la
6.221
Hazard Communication Programs„_
,16
623
Emergencies.._. ..... _.. ..............,_.16
6.24
Shop Drawings and Samplej..............16
6.25
Submittal Proceedures: CON-
.
TRACTOks Review Prior
to Shop Drawing or Sample
Submittal_..........,_...._..._..........16
f� 26
Shop Drawing & Sample Submit-
tals Review by ENGINEER, .,,16-17
6.27
Responsibility for Variatio is
From Contract DocumenLk_ ...
..... 17
6.28
Related Work Performed Prior
to ENGINEER's Review and
Approval of Required
Submittuls...,. .... I........................17
6.29
Continuing the Work ...
....17
6.30
CO1 T'RACTOWs General
Warranty and Guarantee,,
6,31-633
Indemnification _.... _.. _..
17-18
6.34
Survival or obligation s18
7. OTIllRW'ORI
.,. _._.. .........is
7.1-7.3
Related Work atSite ....... .._._._..IS
T4
Coordinatirnt
18
8, OWN'F:R'S RESPONSIBILITIES ......................
_ j 8
8.1
Communications to CON-
TRACTOR.,...._......__ __._.__..18
82
Replacement of ENO MER,,.._IS
83
Furnish Data andPay Promptly
When thu.._.........__..................IB
8.4
Lands and Easements; Reports
and'resis....._..___._._._
-18-19
8.5
Insurance- ..................... ......
8.6
Change On€ers..I...... ._...___._......E9
83
Inspections, Tests and
.Approvals..._..............................19
SS
Stop or Suspend Work;
'terminate COIL r€LACI'OR's
Services, ............. _..,......., . _...
_....19
8.9
Limitations on OWNER'S
Responsibilities_ ............. _...
_.. _..19
8.10
Asbestos, PCBs, Petroleum,
Hazardous Waste or
Radioactive Material .
.19
8. I 1
Evidence of Finance]
Arrangements_ .... ...._.............I9
9. ENGINEER'S STATUS D UNG
COIfiSTRIdCTION -- _--
- _ 19
9-1
OWNER's Representative
19
9'
Visits to Site ............ ......_.....__,,..19
9.1
Prgiect Representative,, e, ...... _..19-21
9.4
Clarifications and Interpre-
tations, ... .........
21
9.5
1Authoi'ized Variations in Wxk.,......
21
iH LJCDC LW?.`MAL C70NDITIONS 19141.811"' E AMON]
wl CITY OF FORT COLLINS MOtaFICATIOMS (REV 91'N1
Article or Nragmph Page Article or Paragraph page
Number &- Title Number Number & Title Number
9.6
Rejecting Dkctjve Work ......... .. 11
-'_1
13.8-13.9
Uncovering Work at ENGI-
9 7-9.9
Shop Drawings, Change Orders
NEER's Request .............. ___27-28
and payments .........................
'**"*"
21
13,10
0WrNER May Stop the Work, ..........
28
9,10
Determinaticris for Unit Prices
21-22
1,111
Correction or Removal of
9,119.12
Decisiorr; on Disputes: HNGI-
1%fecfive Nklork.___ ..........
_'s
NEER as Initial Interpreter.,,,
22-
13,12
Correction Period .... ........
.. ,28
9.13
Limitations on ENGINEER's
1111
Acceptance ofDe .Refive Work,
28
Authority and Responsibilifics-1122-23
1114
CANINTM X4Hy Correct Defective
Wark.. . ...... -- . ........ ........
- 28-29
CHANGES IN THE WORK
23
10.1
Olk-WHR's Ordered Change ................23
14
PAYMENTS TO COM'RACTOR AND
10.2
Claim far Adjustment..__._............._.23
COMPLETION............,,.......... ........
... 29
10.3
Work Not Required by Contract
141
Schedule ofValues ...
Documents
23
14.2
Application for Progress
10.4
Change Orders, ................ ... .......
2-1
Paym ent'.. , . ....... ..... _
10.5
Notification of Surety
23
143
CONTRACI OR!s Warrantv of
Title........ ............... ...............
_29
(IIANGF OF CONTRAM' PRICE
' 2
144-14,7
on-, for
Review of Application -,fen
11,1-113
Contract Pri ce, Claim fir
Progress Paymenis., . ........
-19-30
Adjustm ent, Value of
14.8-14.9
Substantial Completion ..................
30
the Work....-_...... .... ..... .. ....
23-24
14,10
Partial Utilization
.30-31
11.4
Cost of the Work .... .. .... -
-.4 -25
'4
14 11
Final
31
IL5
Exclusions to Cog of the Work--,-,.....
25
14,12
Final Application for Payment_.....
..... 31
IL6
CONTPACTOR's Fee
25
14,1-,-14,14
Final Payment and Acceptancit-
',.31
11.7
Cost Records .. ........
�.245
14,15
Waiver of Claims
11.8
Cash Pdlowances
11,9
Unit Price Work.,
2(-)
Is
SUISPEMIM Of WORK AND
TERMINATION
. ......
CILALNGE OF CONTRACT UMES
,16
15A
OWNER May Suspend Work.
__31
121
('farm for Adjustim ent'.
26
15'- If, 4
OWN FR may *rcrm mate.
32-
11.2
Time of the Essence
15.5
CONTRACTOR May Stop
11.3
Delays Beyond CONTRACTORs
Work or Terminate, ... .... .......
32-33
Control
26-27
12.4
Delays Beyond OAN-FR's and
16.
DISPUM. RF.SOJJMON ..................................33
CONITRACTOR's Control................27
17,
\4K'P',I,I.ANE0J
-33
TESTS AND
TNSPECTIONS, CORRECTION,
17.1
Giving Notice_..._,,., ... ...
33
REMOVAL OR ACCEPTANCE OF
17.2
Computation of Times ....
DEFEC'7711'
WORK ....
27
173
Notice, of Chain-
33
131
Notice of T)Lfeas ......
27
174
Cumulative Remedi . ........
112
Aecess; to the Work.
27
17.5
Professional Fees and Court
_33
133
Tests and Inspections;
Costs Included
CO'N'TRACTOR's Ctioperau on,..
... _27
17.6
Applicable State Laws .. . ....
33-34
13.4
OWNLR!s Responsibilities,
Intentionally
left blank__ ............
...
35
Independent Testing Laboratory
227
135
COXTRj'%CT0Xs
F-%MIT GC .A:
(Optional)
Responsibilities
.27
Dispute Resolution -Agreement
GC -Al
136-13,7
Covering Work Prior to Inspec-
161-16.6
Arbitration,
GCAltion.
Testing or Approval..._.........
27
16.7
Mediation- 1- . ....GC
-Al
L1C'1X'CENMAL CONDITIONS 1910-8 09W1 I-IXtIoNj
W CITY OF FORT COU". MODIFJCATTONSWA' 9'99)
INDEX TO GENERAL CONDITIONS
City of Fort Collins modifications to the General Conditionq of the Construction Contract are not shown in this index
Article or Paragraph
Number
kccept; ince of —
Bonds and Insurancq, ........
......... ... 5.14
defective Work . ..... ___111,41,
11,5, 13,13
final
9.12, 14,15
Insurance ............
... 5,14
other Work, by CONTRACTOR
73
Substitutes and "Or -Equal" Items
... 7 1
Work by OWNER ........
5, 6,30, 6.134
Access to the --
Lands, OWNER and CONTRACTOR
responsibilities. . .....
_ ...... .... 4A
site, related Work-,
..........72
Work, . .........................................13.2,
13,14, 14,9
Acts or Omissions, Acts and Omissions—
CONT R-ACTOR
9,133
E 'R
6.210, 9.13.3
OWNER..___._
6.20,8.9
Addenda --definition of (also see
definition of Specificaticns)__-(L6
Y_ 1. 10, 6, 11)), IA
Additional Property Insurances.,,,., ...
7
Adjustments --
Contract Nice or Contract
Times_._.. _1.5,3.5.
4,L 43.2. 4.5.2.
4, 9.5_ lo? 10A,
1, 12, 14.8, 15A
progress schedule,
6,6
Agreement --
definition of
"All -Risk" Insurance. poliI;v form
Allowances, Cash ....... _._1 , ,
'1] 8
Amendinp Contract Documents._.._
. ....... ...... . 3.5
Amendment, Written --
in general.- _ I- 10, 1.45,
3-5, 5 10, .5,12, 6.6.2
k8,21, 6.19, 10. 1, 10.4, 11 .2
......................12.1.
13 112, 14,7.2
Appeal, OWNER or CONTRACTOR
intent to.___ ......... .. ... . 9.10,9.11, t0.4, 16,2, 16,5
,Application for Payment --
definition ol* I ........ ..........
....... ........... _13
ENGINEER'% Rc%ponsibility....................
........... 9
final payment__ .... 1.14, 9135. 14 12-14 15
in general _ . . _ 18,
5.6A, 9.10. 15,5
progress paymcnt..
J 4.1-14,7
reviewof'.
14A-14.7
Arbitration
6, 1- 10 6
Asbestos_
c In im s pursuan t thereto'.. ........
S. 4.53
CONTRACTOR authorized to stop Work. 41.52
definition of,
Article or Paragraph
Num her
OWNER respanqibi lily for
4.5.1, K III
possible price and times change_..,..__._..____
41.5.2
Authorized Variations in Work, ........
3.6, 6,25. 6.27, 93
Availability of Lands.
4.1, 8 4
Award, Notice of - -defined . ..... .
. ... .......... ... 125
Before Starting Construction......,_ .....
2.5-28
Bid --definition of 13
(I'l, 1,10, 23, 33,
4,2,uA, 6.11 11.4-3. 11,91)
Bidding Documents —definition
of
_.1,6(6_It2)
Bidding Requirements —definition
Of ........................................
(IA. 4.16.2)
Bonds—
acceptance of
additional bonds
11.4.5.9
Cost of the Work.._.-______........-.._
.............. _11.5A
defirni ion of.
_1.8
deliveryof ...................................................
1, 5 1
final Application for Nyment,
14
general .......
L 11), 5.1-53, 5 . 13,
14.76
Performance, NvInent and Other .....
_ ..... .. .. 5,1-52
Bonds and Insurance --in general
Builder's risk 'all-risk' policy form-..
5,62
Cancellation Provisions, Insurance.....
5 4.11, 5-8, 5,15
Cash A1lovrances
ILN
Certificate of Substantial Completion
1,38, 6.30,23,
14.8, 14.10
Certificates of Inspection. ............... ..
9.13A. 13.5, 14A2
Certificates of Insurance ..... ---- 2-7,
53, 5,4,11, 5413,
1 .... 1I.I.- ... I I � � 1 5.6-5, 5,8,
5-14, 9.13.4, 14,12
Change, in Contract Price --
Cash Allowances
claim for price
adjustment, 4.2.6.
4.5, 5.15, 6,8.1 9.4
I I _- 9,5, 9.11, 10.2,
10 5. IL2, 13.9,
........... I ... I ' 13,13, 13,14,
14,7, 15.1, 15.5
CONTRACTOR's fee .....
............ 116
Cost of the Work
11.4-113
Exclusions .........................
JL5
Cost Records
IL7
in general ... _1 19, 1,44, 9,11,
10A.2, 1043, 11
Lunip Sum Nuairg............................
...... ...... 11,3,2
Notification of Surety_-..--._...,
M-5
Scope of,._,..___ .. __ ............
v.3-10.4
Testing and Inspection,
Uncovering the Work ................
....... . . .... 13.9
11A1VQUNEKAL COND1110MI110-8 0WILD1110NI
W CITY OF FORT COLLINS MODInCAMM 4REN'91997
Unit Price Work. 11.9
Article or Paragraph
Number
Value of
11.3
Change in Contract Times --
Claim for times adju&tmcnj.__,.4.1,
4,16, 4 51 5,15,
6.8.2, 9.4, 9.5. 9,11.
10.2. 10.5. 12. 1.
11111111.11I.A19, 13,13, 13
14, 14.7. t5A, 15.5
Contractual time lim its...,.,,_ . ...
...... ... 122
Delays bevand COINTRACTOWs
Delays beyond OWNH.R's and
CK)NTRACTORs control
12.4
Scope of change......._.........,_...-_
Change Orders --
Acceptance ofDqfec17ve Work,,
13.13
Amending Contract Documents,........_
..........__3.3
Cash Allowances
II.N
Change of Contract Price,'
I I
Changeof Contract Times
11
Changes in the Work_ � . . ..
...... ...... '10
CONTRAM OWs fee ..........
116
Cost of the Wotk
_1 1,4-11,7
Cost Recordsl..
d4truitionor, 11.1111.1.11 ..... .
................. 1,9
emergencies. _........-_... .... __ ........
....... _ .... _613
TNGTNT-,ERsrespmsibility._ _98,104,
11,2, 12A
execution of . ........... ... __ ...........
... ____ ..... 10A
Indemnifiction ' _ .... ....... __6,12, 6,16, 631-633
Insurance, Bonds and
5.10, 5,13,10.5
(AVNIER may terminate,,.,..--- ..
....... _1 5, 2-15A
OWNEks Responsibility.,......._.____...__
&610.4
Physical Conditions —
Subsurface and, .... .......
......
Underground Facilities,............_
............._4 3,1
RecadDocuments
Scope of Change..,_ ............ .....
. ............. 103.10A
Substitutes,._,..._............_ ........
..... 67.3, 6.8?
Unit Price Work-.._..__1 ......
. 11111_1 11.9
value of Work, covered by ..... ..........
........ 11.3
Changes in the Work, , , _., . ,
....... ... .... jo
Notification of surety'
10.3
OXVNERs and CONTRACTOR'S
resporrsibilities-............................
Right to an adjustment._ ... .....................
Scope of change ....... ...........
__](0-10A
Claims --
against CONTRACTOR..,..____.......................
against ENGINEER ............ ... .............
.. .... �6.32
against OWNFR_
Change of Contract Price,...._ ..................
.. ...........
9A, 1 L2
Change of Contract Times ..........................
9,4,111
C0\TRACT0Rs_ _........4, T 1,
9A, 9,5, 9.11, 10.2,
... ............. 11 '21 11,9,
111, 13.9,14 R,
.15.1. 15.5,17.3
vi
CONTRACTOWs Fee J 1A
Article or Paragraph
Number
CON'TRACT01Vs liability,,,-,,.... 5A, 6, 1 _21 & 16, 6,31
Cost of the Work_., � .......... ........
1 4, 11.5
Decisions on Djsputej- ...
11, 9,12
Dispute Resolution_,,,......,., .
_ . 16,11
Dispute Resolution Agreement..........,:.,_..
... 161-166
ENGINEER as initial interpretor
__9.11
Lump Sum Pricing_ .... ......... .. ......
....... j 1-12
Notice of
17.3
OWNFRI s ......... 9-4, 9.5, 9,11,
10.2, 11.1 11,9
. .. ..... 11L 13.R 13,13,1114,17.3
01AINMIR's liability. �., . ., ... . 11 111-.1.11.
... 11 11
OWNE;R may refuse to make payment........_...-_..14.7
Profmionat Fees and Court Costs
Included---__ ... ..........
request for formal decision or),., ... .....................
911
Substitute Items-
Time Extension,. .... .. ..... ......... ------
...... 121
Time requirements " " " *
-. 11 0.11. 12.1
Unit Price Work.. .. ..
11.931
Value of
.. ...Final ''P'yainn"c'"t ........... ....
* ... J�13
Waiver 4 on __J4,14,14.15
Work Change Directive
written notice required. L" 12.1
Clarifications and Interpretations,,,,,,,
3.6.3.9.4. 9,11
Clean Site
.... (317
Codes of Technical Society, Organization
or Association
Commencement of Contract 'I mics
Communications --
general . .................. ........ _ ..........
6.2. 6.9.2. S.1
Hazard Communication Programs, .......
_ ....... .. _622
c,orripletion..
Final Application for Payment.........................14.12
Final Inspecuon.
14AI
Final Payment and Acceptance, ...... ..
....
Partial (JUILZatiOn,
14.10
Substantial Completionn_ . ...... ___L38,
14.8-14.9
Waiver of Claims ........................
1415
Computation of Times_._....... . ........
17,2-1-17.2.2
Concerning Subcontractors, Suppliers
and Others
6.8-6.11
Conferences --
initially acceptable schedules
19
precortstructioq.............
Conflict, Error, Ambiguity, Discrepancy_
CONTRACTOR to [Zerx-wt. .. . .....
25, 3.3?
Construction. before starting by
CONTRACTOR
2.5-27
Construction Machinery, Equipment, etc, .....
......
Continuing the Work ........ ............. .............
_6,29. 10A
Contract Documents --
Amen di ng.......... ................ ........
Bonds .....
5.1
LX-7,IX'GENERAL CONDITIONS
191o.9 (199(l 13)[1`10N)
as CITY OF, FORT COLUMS MODIFICATIONS (REV 9!"i
CONTRACT DOCUMENTS TABLE OF CONTENTS
Section Pages
BID INFORMATION
00020 Notice Inviting Bids 00020-1 - 00020-2
00100 Instruction to Bidders 00100-1 - 00100-9
00300 Bid Form 00300-1 - 00300-3
00400 Supplements to Bid Forms 00400-1
00410 Bid Bond 00410-1 - 00410-2
00420 Statements of Bidders Qualifications 00420-1 - 00420-3
00430 Schedule of Major Subcontractors 00430-1
CONTRACT DOCUMENTS
00500 Agreement Forms 00500-1
00510 Notice of Award 00510-0
00520 Agreement 00520-1 - 00520-6
00530 Notice to Proceed 00530-1
00600 Bonds and Certificates
00600-1
00610 Performance Bond
00610-1 - 00610-2
00615 Payment Bond
00615-1 - 00615-2
00630 Certificate of Insurance
00630-1
00635 Certificate of Substantial Completion
00635-1
00640 Certificate of Final Acceptance
00640-1
00650 Lien Waiver Release(Contractor)
00650-1 - 00650-2
00660 Consent of Surety
00660-1
00670 Application for Exemption Certificate
00670-1 - 00670-2
CONDITIONS OF THE CONTRACT
00700 General Conditions 00700-1 - 00700-34
Exhibit GC -A GC -Al - GC-A2
00800 Supplementary Conditions 00800-1 - 00800-2
00900 Addenda, Modifications, and Payment 00900-1
00950 Contract Change Order 00950-1 - 00950-2
00960 Application for Payment 00960-1 - 00960-4
SPECIFICATIONS
Cash Allowances 11.R
Article or Paragraph
Number
Change of Contract Price ....................................
I I
Change of C`,ontract Times.-,__...._ ..........
2
Changes in the u'orl;----_..........................10A-103
check and verify_ .... _... ..................
Clarifications and
Interpretations.__.............._....3?. 3-6, 94, 9,11
definition of,,...._.._ ................ ..
................
. _..1..10
ENGINEER as initial interprcter of,
9,11
ENGINEER as O1 `NER's reprewntative,
gavrerul3
Insurance,., _..
-_ 53
Intent ..._....__ ................................ .
3.1-3.4
minor variations in the Work .._...... .........
3.ti
0%VN'ER's responsilvlity to famish data
Ok%NFR's responsibility to make
prompt ps}went............... _......... 8.3, 144,
14,13
precedence ......
L 333
Record D)ocumenis
6' 19
Reference to Standards and Specifications
of Technical Societies...................................33
Related Work, ........ .............. ........................
7.2
Repotting and Resolving Discrepancies-,,,,_
? 5, 33
Reuseof,,..,_......_.__._._..........._.._.._.._....._..
3,7
Supplementing ,,..... _............ ............ _..............
3.6
Termination of ENGIINTEER's Employment,..,....
R 2
Unit Price 1}'ork..........._..................................11.9
variations....................._,---,,,-,,,,,,,,,,,3.6,
623, 6,27
Visits to Site,FsNGINEER's_____-.-_.._.._.__._.Q2
Contract Price —
adjustment of,_ ........... 3.5, 4.1, 9.4. 10.3.
i 1.2-11.3
Change of, _._............ ............._ .............
.......... .
.11
Decision on Disputes............................._.,.......0.
i 1
definition of .................................._.........-......
] II
Contract Timrs--
adjustm ent of .......... ...... _ . _3.5, 4. I.9.4, 10.3. 12
Change o1.............
12.1-12.4
Commencement of
2.3
definition of...
CONTRACTOR --
Acceptance of insurance ._..__..... ....__......>.14
Communications.,,_,.,,,,,,_, ....................
i 2.6.9,2
Continue Work ......... .......... .... .,._.,...
621k 10,4
coordination and scheduling ... ....._._...._.........b.9.2
definition ot.....................................................1.13
Limited Reliance on Technical
Data Authorized..._..__..........___..._ ........4.2.2
May Stop Work or Terminate......_.....................15.5
provide site access to others,_,,,,,,,_,_,,.
7?, 132
Safety and Protection_ ............ ... 9.3 1.2, 6.16, 6.18,
............. ......................... 6.21-6.23,
7.2, 132
Shop Drawing; and Sample Review
Prior to Submittal ....................................._,
6. Z,
vii
Stop Work. requirements.........
C ONTRACTOR's--
Article or Paragraph
Number
Compensation..... _......._.11.1-11.2
Continuing Obligation-....................................14-15
Drjective Work ......... . . ... .... -- 9.6, 13.1413.14
Duty to correct defective Work .......... ..............13.I
t
Duty to Report --
Changes in the Work caused by
P.mergency........ _......... _. _........_ .........
6.23
Del-ecis in Work of Others,,,,,, „................
1.3
Differing conditions..................._.____._._.4.2,3
Discrepancy° in Dkwuments2.51 3.3
^_, 614.2
Underground Facilities not indicated..,_,-_,,,4.3.2
E•mergencies.._._.._. . __..........._..t
23
Equipment and Maehinerg Rental, Cost
of the Work ................ ........1
................ ..
L4.5.3
Fee --Cost Plus11.4.5.6, 11.5.1,
...............
I1.6
General Warranty and Guarantor ... ..................
630
Hazard Communication Programs ...................6.2?
Indemnification .... _ __ . 6 12 6.16.6.31-6.33
Inspection of the Work ................................
73, 134
Labor, Materials and Equipment„,-„-,-„..._
,,6345
Laws and Regulations, Compliance by,,
__ 6.14.1
Liability Insurance, ...... -............. ___ _,.....
.... ;A
Notice of Intent to Appeal ......... .......... ......9,10,
10.4
obligation to perform and complete
theWork....................................................6.30
Patent Fees and Royalties, paid for by,,,,,,,,,,,,,,6.1_^
Performance and Other Pons ................................
5.1
Permits, obtained and paid for by..._.._,..__..
, . ti.13
Profess Schedule, 2.5, 2.9.6.6,
_..._..._.._____.................F.29, 10.4, 15.21
Request for formal decisionon disputes-,- ........
_-9.11
Responsibilitics--
Changesin the Work ......_.._...,___.._..._.
10.1
Concerning Subcontractors, Suppliers
and Others., .........
6,5411
Continuing the Work_ . ... ........... .... .....b
29, 10.4
CONTRACTOR's expense ..........................
ti.7 1
CO.NTRACTOR's General Wirranty
and Guarantee_ ................ . ..................
6,30
CONDRACTOR's review prior to Shop
Drawing or Sample submittal_, .......
6.25
Coordinmicn ofWork._.._......... _.._.,......_-
6.92
Emergencies ...................... .......................
ti.23
ENGIhTFR's evaluation, Substitutes
or "Or -Equal" Items .........
..6.7.3
For Acts and Omissions
of Others...._ .. .................... 6.9.1-69.?. 9.13
for deductible amounts,insurance _,,..
general..._...................................6, 7:2,
7.3, &9
Hazardous Communication Programs,,,._.,.,
6-22
Indemnification ................................. ..
6.31-6.33
",'W QLMV -TXAt. CO-YDtl ONS IWO-a 1I990 LDMONm
w� CITY OF FORT COMANS MODIFICATION'& iRFV 9i99i
Labor, Materials and Equipment.... � , 16.3-63
Laws and Regulation-.. .... .. 6,14
Liability Insurance_... •........... 5.4
Article or Paragraph
Number
Notice of variation from Contract
Documents
Potent Fees and Royalties...... . .....
Permits,--, ......... ........ _ .............................613
Progress Schedule..,...._...........__.._.............6.6
Record Documents,_..__., I—. _ � ........
related Work performed prior to
ENGINEEks approval of required
submittals
safe structural loading ............ ............
6.18
Safety and Protection—.
7.2, 112
Safety Representative
6.21
_ Scheduling the Work ..... .. ...... I .......
Shop Drawings and Samples.._._._.__..._...
6.24
Shop Drawings and Samples Review
by �GLNMR .... .... . .. . .. ....
6.26
Site Cleanliness
6.17
Submittal procedures .... .......
6- 2-5
Substitute Construction Methods
and Procedures
6,72
Substitutes and 'Or -Equal" Items ...............
ATI
Superintendence, ..........
... 6.2
Supervision-.._---
Survival of Ohligatiorrs. ...
.... __634
Taxes
(,, 15
'rests and Inspections
115
To kePort
Use of Premises_ .......... 16-6.1&
6.30.2.4
Review Prior to Shop Drawing or
Sample Submittal ... .....................................6.25
............
6.15
Right to adjustment for changes in the Wor�;_
_ 10 2
right to claim____-..,_,. a, 71, 9A, 9,5, 9-11,
10.2,11,2,
11.912.1. 13.9, WX 15.1.
15.5. I7 3
Safety and Protecttort,..." -1-11116.20-6:2
T2. 13,2
Safety Represenuati I ve ........... ....... ......
...... 21
Shop Drawings and Samples ' Subm ittals .....
6,24-6,28
Special Consultants
11,44
Substitute Construction Methods and Procedures 6,7
Substitutes and 'Or -Equal" Items,
Expense............... ...... ................... 6.7.1,
6,7,2
Subcontractors, Suppliers and Others.._.,._,,
6,8-6,11
Supervision and Superintendenct,_,,._..61,
6.2, 6,21
Taxes, Payment by.
Use of Premises
Warranties and guarantees.- ..........
O.5. 6.30
Warranty of"fitle . .. .....
143
lVritten Notice Required--
CONTRACTOR stop Work or terminate .......
�15_5
Reports of Differing Subsurface
and Physical Conditions .... ................
Z, 3
Substantial Cunipletion ......... .. .
...... 14.8
Mil
CONTRACTORS --other, 7
Contractual Liabilitv Insurance 54.10
Contractual Time Limits
Article or Paragraph
Number
Coordination—
CONTRACTORs responsibility .. ..........
6.9,2
Copies of Documents
Correction Period..._ .1111__ ........
..... ...... 13.12
Correction, Removal or Acceptance
of Defechre Work_
in general., , .... ___ ................... � 10A, 1.
1110,13-14
Acceptance of Defective Work..........................13A3
Correction or Removal of
Defecirre Work
13.11
Correction Period. ......
.... 13.12
OWNT,R May Correct Dqfechve Work . �
� ... .... . 13.14
OIV,%TFR May Stop Work .............................13.10
Ccm_
of Tests and Inspections_ ... ...... ......
..... 134
Records] 1.7
Cost of the Work --
Bonds and insurance, additionaj ... ..........
j 1,4,5.9
Cash Discounts ..............................................11A2
CONTRA('. I OR's Fee
11.6
Employee Expenses......
Exclusions to
11.5
Geiren1IIA-11,5
Home office and overhead expenses....................11.5
Lossesanddamages...............................li_4.5,6
Materials and equipment,.
11 4_2
Minor expenses,
1.4.5. N
Payroll costs on changes.
11, 4, 1
performed by Subcontractors,........... .......
11,43
Records 11 .7
Rentals if construction equipment
and machinery_.......-_ .....
. 11 11 4.53 1
Royalty payments, permits and
license fees
11.4.5. 5
Site office and temporary facilities,.-, _.,........
1145.2
Special Consultants. CONTRACTOR's .............
1144
Supplemental ... ... .............. .. .. ........
11.4.,;
Taxeg related to the Work
11 4.5 4
Tests and
13A
Trade Discounts ,_ ..............
.... .. 11.4.2
Utilities, fuel and sanitary facilities. .... .....
__1 I4.5,7
Work after regular hours.,-,-- ..............
...... IlAJ
Covering Work
Cumulative Remedics
17 4-175
Cutting, fitting and patching . .. .......... ......
. 7.2
Data, to be furnished by OWNFR
83
hay -definition of...... . ..... .
Decisions on Disputes ....................................
.. ... ....... .
9. 11, Q 12
defective Work -
Acceptance of, . ..........
MA.1,13.13
LX'1X!4L1ENEKAL CONDITIONS 1919.8 tj99c, MXjjoNj
WOTY01' FORT CCqJJNSM.ODaF1CAT1ONS (RF.V9,99)
Correction or Removal of 10A.1, 13.11
Correction Period 13. 12-
in general-- 13. 143, 14.11
Article or Paragraph
Number
Obw�nation by HNGMFR ... .......
..... 9,2
OWNER May Stop Work....,..,,_ ...............
.... 13,lo
Prompt Notice of Defects . .........
.... 13A
Rejecting ............. ................
. � '9_6
U noovering the Work ........
------ .... 13.8
Definitions
I
Delays 4,1,6.20,
.' ...................... � 123-12.4
Delimy of Bonds— ................. .._._._........,...........'A
Delivery of certificates of insurance
1 ',7
Determinations for Unit
9.10
Differing Subsurface or Physical Conditions —
Notice of
4.23
FNGINIEFR's Review .....................................
............ . ......
....... 4�24
Possible Contract Documents Change . .........
4 2 5
Possible Price and Times Adjustments .....
Discrepancies-Rcporting
and Resolving 2,5. 3.3.2,
6,14,2
Dispute Resolution—
Agreement.........._ ..... ...... ......
Arbitration.... ... ..........
general 16
Mediation.,,,__.._-......
16.6
Dispute Resolution Agreement ..... .
16,1-16.6
Disputes, Decisions liw ENGMEER
9. 11-9. r-
Documents—
Copies of
12
Record6.19
Reuse of_....... .... .... . . ....
3.7
Drawings--d0finition of ........... ...... ..
J, 15
Fase n i c n ts
41
Effective date of Agreement definition
j, 16
Emergencies.,._. ........ .. ... ...
6,23
ENGINMER—
us initial interpreter on disputes, ..... .......
9A 1 -9. 12
definition of,-, I ... .......1.17
Limitations on authority and responsibilities
..... 913
Replacement of,.._,,
Resident Project Reprcscntative.,,.,.
ENGINEERs Consultant definition of
,93
1,18
ENUINEEks--
authority and responsibility, limitations (ml,.,, --- 9,13
Authorized Variation, in the Work
9,5
Change Orders, responsibility for
_ 1 - 7,
10, it, 12
Clarifications and Interpretations,--
3.63, 9A
Decisions on Disputes;_. . ...........-..9.11
J.12
dsfectire Work, notice of .. . . ... .....
Evaluation of Substitute items .... .....
6.73
Liability
-, ._...I——._ ............................
9-12
Notice Work is Acceptable...--,_ _.. _ ...........
14,13
Observations........... ....... i,30-1,
92
OWNER's Ropric%entative 9.1
Payment-, to the CONTRACTOR,
Responsibility foe-- .... .... ... ..... . 9.% 14
Recommendation of Payment .... ....... .14,4, 14-13
Article or Paragraph
Number
Responsibilities --Limitations on,. . . ..
..... 9.11-9,13
Review of Reports on Differing Subsurface
anti Physical Conditions——
4-2 4
Shop Drawings and Samples, review
responsibility
6.26
Status During C(ruitruction.-
authorized variations in the Work
Clarifications and Interpretations
...... 94
Decisions an Disputes........... ..........
1-9.12
Determinations on Unit Price
9-10
HNGIN[EER as Initial Interpreter ......
ENGrNFER's Responsibilities .......
Limitations on RNGINEFR's Authority
and Responsibilities .....................
... .. 9,13
01MINIER's Representative_..., .. . .. .
. .......... .. 91
Project Representative......__._..._
, .......... 9.3
Rejecting Deftwive Vkork......... ......
......
Shop Drawings, Change Orders
and Pavirients
9,7-9.9
visits to Site,,........._....._...__.-_-..____
R,
Unit Rice determinations
9.10
Visits to Site .......
91
Written consent required ..............................
...............
2, 9A
Equipment, Labor, Nfitterials and.- ....
....... 6,3-6, 5
Fq uipm ent rental, Cost of the Work.
I _ „ 11,4.5.3
Equivalent Materials and Equipment.....,..
_ _....... ... e,7
error or omissions
633
Evidence of Financial Arrangements., ......
............ 8AI
Explorations of physical conditions ... ...............
Fee, CONTRACTORs—Costs plus ."
Field Order—
definition of..,...
1.19
issued by ENGINEER,__........_._.... .
3.6,1. 9.5
Final Application for Payment,,,
14,12
Final Inspection............. .............................
34,11
Final Piyment
and Acceptance
'llovnces
13-14 14
Prior to, for cash i
I 1.8
General Provisions
17.3-17A
General Requirements —
definition of
principal references 6,6A,6.6-67,0,24
Giving Notice
Guarantee of Work —by CONTRACTOR,
6 ' 30, 14.12
Hazard Communication Programs..._
61
hazardous Waste --
......
definition of
general . .... ...... ...... ........
A5
OWNF,R's responsibility for - ....
............ 8 11)
L'X,W (UNItAL C7(J1"71()NSJ91()-8f1990 ED1110N)
W: (ITY OF FORT COLLINS MurAni7AT7C)N1.% jRFV 2f,99)
Indemnification....._- , ,
6 121 616, 631-6-33
Initially Acceptable Schedules..
I
.. _ ...... 2,9
Inspection—
Certificates of--._„-..,._-.,-...._......
9.13,4. 13.5, 14.12
Final
Article or Paragraph
Num ber
Special- required byl-NIGUNMER
9.6
Tests and Approval.,_,_,,,,_,,,,,,,,,,,,,,,, 7, 13.3-13A
Insurance —
Acceptance of. by OWNER
Additional, required by changes
in the Work,
Before staring the Work_
Dunds and --in general '
Cancellation Provisions..,..,_-.........._.._._-.__..
5.8
Certificates of 2 7, 5, 5,3, 5.4,11,
5.4,13,
.......... ....... 5,13, 5,14� 9
13 4, 14,12
cninpleQ operations
5A 13
CONTRACTOR's Liability
5 4
CONTRACTORs objection to coverage,.,...,
5.14
Contractual Liabilitv
5 4,10
deductible amounts, CONTRACTOR's
rcspmisibiI1tv.1_.......... .........................5.9
Final Application for Payment, .....
14,11-
Licensed Insurers
5.3
Notice requirements, material changes ........
5.8. 10.5
Option to Replace, ... .....
_ >. 14
other special insurances .. ...... ... ___ ............
5,P)
OWNER as fiduciary for insureds ...
OWNER's Liability
04lINIER's Responsibility --- ....... .......
8,5
Partial Utilization, Property Insurance-_, -, .....
__5. Is
protvrt), .............. ------
Receipt and Application of Insurance
Proceeds..............................................
5.12-5.13
Special Insurance_.._. ..... . __ _ .......
Waiver of Rights ....... ....... .........
Intent of Contract Dcxumenis . .. .. ...... ....
3.1-3.4
Interpretations and Clarifications.....-....._.. ......
3 63, 9.4
Invt-aigations offibysical condi I] (In
4, 2
Labor, Mincrials and Equipment ........... . ...........
6 3-6 3
Lands --
and Easements
Availability of......,.,... _....... ......
1,L 8.4
Reports and Tests - ... .............. _
__ .....
Laws and Regulations --Laws or Regulations--
Bonds
Chances in the Work
Contract Documents
CUNTRACTOR's Res;ponsd5jlities__,
_61 14
Correction Period. defective Work ....................13.12
Cost of the Work-, taxes. . ........... .........
14.5,4
definition of
1.22
gcncml6 14
Indemnification
X
6.31-633
Insurance 53
Precedence...._.. 11, 33.3
Reference to
Safety and Protectioii" 6.20, 112
Subcontractors, Suppliers and Others --- __6,8411
Article or Paragraph
Num her
Tests and Inspections.,..,, _ ............ .........
115
Use of Premises
16
Visits to sfte.,.
9"
Liahilitv Insurance_
CONTRAC- O)Vs I r ...............................................
.. �A
OWNEWs
Licensed Sureties and Insurers
53
Liens --
Application for Progress Payment, ..........
. 14-2
CONTRAM'OR's Warranty of Title.-_--. ,
, _ 143
Final Application for Payment ..... ............ .......
114,12-
definition of
1.21
Waiver of Claims....... ...............
14,15
Limitations on ENGINEER's authority' and
responsibilities__._...._913
Limited Reliance by CONTRACTOR
Authorized......... .......1......,
41-
Maintenance and Operating Manuals --
Final Application for Payment. .......... ... ......
14.12
Manuals (of others') --
Precedence. _. , __ , __ . __
3 331
Reference to in Contract Tkauments., .... ...........
33.1
Materials and equipment --
furnished by CONTRAC'MR,
63
not incorpuratcd in Work
14.2
Materials or equipment--equivalent-1 ... ........
6.7
Mediation (Optional)..__.__._ ... .......
_16,7
Milestones --definition of ........................................1.24
Misccllareous--
Computation of Times
T2
Cumulative Remedies.
_1 7.4
Giving Notice__.-„_,,,,,,
...... 17.1
-Notice of Claun
Ptotemoonal Fees and Court Costs Included
17.5
Multi -prime contracts,-_......___. . ...... ...............
7
Not Shown or Indicated.,
43,
Notice of --
Acceptability of Project
14, 13
Award, definition of .... .......
Claim ......................1.7.3
Defects,131
Dif[cring Subsurface or Physical Conditions_
4,2 3
riving _ ___ _ ............
Tests and Inspections 133
Vartatuoik Shop Drawing and Sample,, ............. ¢.27
Notice to Procced.-
definition of ..... .... ................... * .... .. ..... I .,6
_ giving of I
EX'IX.'GENLKAL CONDITIONS 1910.8 (IM' EDITION)
W" CTTY Or FORT MUM MODIFICATION'S (REV 9-99)
Notification to Surety.
10.5
Observations, byHNGINEER
* .2 6,30,9
Occupancy of the Work ...................5.15,
6.30.2.4. 14. 10
Ornissions or acts by CONTRACTOR„__. _........ 0.9, 913
Open Peril policy form, Insurance__...
--------- 5-6.2
Option to Replace .............................................
... _5, 14
Article or paragraph
Number
"Or Equal" Items__ .. .. ............ ...... - ........ .. __
........ 6.7
Other work 7
Overtime Work --prohibition of.__.._.............__..__..63
OWN V R-.
Acceptance ofdefiective Work..........................
13,13
appoint an ENGINEER,_,,,._....._ ......... ...
1.1118,2
as fiduciary . .. ...... .. . .... ........
5,11-5 13
Availability of Land;, responsibility,__ .
.. ... 4.1
definition of ...... ................ ... ..... .........
_1,27
data, furnish
8_3
May Correct Defective Work .........................
I ' 3,14
May refuse to make payment„_,,._., -- ..........
� 11.4,7
May Stop the Work ..... ...... ...... .......
13 10
May Suspend Work,
Terminate , , . _ - ....... _&S, 13,10,
t5,1-15A
Payment. make prompt .... __ .... __ ... , 83, 14A,
14,13
performance of other work
7.1
permits and licenses- require.mrnt,sl-.,,,.,,.,,..,,-,,
6,13
purchased insurance requirements
-
CAVNERs--
Acceptance of the Work, .. .... _,_63(Cs
Change Orders, obligation to execute-, ........
8,6, 1 (14
Communications................................................5.1
Coordination of the Work
7A
DispuLes, request for decision,,,.,,_. ........
__9, I I
Inspections, tests and approvals....__.._....,
8.7. 13A
Liability Insurance...__._......__ . ...... .......
Notice; of Defect
Representative--During Construction,
E-NGINHER's Saatws
Responsibilities—
Asbestos, PCBs, Petroleum. hazardous
Waste or Radioactive Material
8,10
Change Orders ... ...... .......................
8.6
Changes in the Work , .. .
.... _10A
communications
8.1
CONTF-ACTORs responsibilities.................
8,9
evidence of financial arrangements .... _ .......
I.S.11
inspections, tests and approvals ..... ._
_8 7
insurance ......................................................
lands and easements'..
... 8A
prompt payment by.
83
replacement of ENGINEER....._.- .............
-8—,
reports and tests......,_.,.._....,.., _ .
I ... I 8 4
stop or suspend Work ..... .... ....... 8,8, 13,10, 13 1
15.1
terminate COTN'TRACTORs
services, ........ ...... ........
9.8, 1 j1
separate representative at sit...............................r9.3
testing, independent
use or occupancy
of the Work-......,_.......
written consent or approval
14.10
required ................. .... _ .............. _9.1, 63, 114
LAIV CWNIRAL CONDnicws iqio-s o", L'orrioN)
w! C'TT)'OF FORT COLONS MODMCK170M 4RFV 9?"1
Article or Paragraph
Number
written notice requited .........
..... 7-1, 9,4, 9. 11,
. ........... 112, 119, 14,7, 154
PCBs --
definition of
general,,.,,, .... ......
...... -43
OWNER's responsibility fur, ......
..... .8.10
Partial Utifization--
definition
general 6.30.2.4, 14,10
Property Insurance .....
5 15
[latent Fetesand Royalti"..
Payment Bonds . . .... .. .-------
.............
Payments, Recommendation of ...
14 4-14 7, 14.13
Payments to CONTRACTOR and Completion—
,kpplicaticar for ProgressPayments . .....
.......
CONI"RACTOR's XVarrarrivol"I'the
Final Application for%waInk .........................)4.12
Final Inspection....... ......
4 11
Final Payment and kccepimrice.., ____14
13-14 14
general ...... ........ . ... ........
_83, 14
Partial Iftiltzation..,
14.10
Retarnage..........................................................142
Review of Applications for
Progress Paym ents ----
----- 14.4-147
prompt payment
$3
Schedule of Values
Substantial Completion
148-149
Waiver of Claims_ ...........
........... 1415
when payments due....__......................
14A, 1413
withholding payment
14.7
Performance Bends,._
Perm its
6.13
Petroleum --
definition of... .......... ............
......... ).31r
general........ ...........................................4
5
O"AWER's responsibility for_ ...........
. ....... 8.10
Physical Conditions --
Drawings of, in or relating to, . .....
4-11-2
FNGTNFFR's review .......
42A
existing structures
.4.2.2
Notice of Differing Subsurface or... ...........
.
Possible Contract Documents Change ....
4. 15
Possible Price and Times Adjustments, .....
........ 4,16
Reports and Drawings ......... .. ...... ____
...... 4.2,1
Subsurface and,...__ ............ .. ...... .
4. 2
Subsurface Conditions
4. 2 L]
Technical Data, Limited Reliance b)
CONTRACTOR Authorized
4. 2, 2
Underground Facilities --
genera l ............. .. I ...........
..... 43,
Not Shown or Indicled
Protection of......... ..... _ ............. ..........
43,6-20
X11
.Article or paragraph
Num her
Shown or Indicated ..... . .. ...
4.3.1
Technical Dids
4.2,21
Preconstruction Conference
2.8
Preliminary Matters
111-clim inary Schedule.%,, ......... ........
Premises. Use of
Price, Change of Contract,
Price, Contract --definition
Progress Payment, ;kplilications for..,. _.. ....
......... 142
Progress I'aymentrctainage, ... - ................
__ - 142
Progress schedule, CONITRACTORs .....
18, 19,
- .... 1.'. 6.6. 6.2Sk 10.4,
15.2.1
Project --definition of
1.31
Project Representative—
ENGINEERs Status During Construction._,.,,
931
Project Representative, Resident --definition of
I I
33
prompt payment by OWNFR ......................................83
Property I nsurance--
Additicrial
genwraB.6-i.l()
Partial Utilization 5.
15, 14 M2
receipt and application of proceeds-,..... __5J2-*i
13
Protection, Safety and,,,,,,,,,,,,,,,,,,,,,„.,,,,, ...... fi,20_621,
13.2
Punch list . ..........
1411
Radioactive Nlaterial_
defintiun of,, ...... ............. ........
132
OWNKR's responsibility for ..............................
lo
Recommendation of Paymcn.................14.4, . 14 5, 14.13
Record Documents 6,19, 1412
Records, procedures for maintaining„-,,,,,,,...._....._
.. 2.8
Reference Points.._..........,_. .. ... ..... . .
4.4
Reference to Standards and Specifications
of Technical Societies
13
Regulations, Laws and (or) ......................................6.14
RqrectingDefeefiveWork...... . ....
..... . _9,6
Related Work --
at Site ......... ..... .... .......
7.1-7.3
Performed Prior to Shop Drawings
and Samples submittals review .............
6, 28
Remedies, cumulative...___..._ ....... _ .......
�174, ITS
Removal or Correction ofl)efectrve Work., ._
_ _13,11
rental agreements, OWNER approval required,_
11,4.5.3
replacement of ENGINEER by OWNER_ ......
8.2
Reporting and Resolving
Discrepancies .... ........... .............2.5,33.2,
6 14.2
Repeats--
and Drawings_..._, ......
4.21
and Tests. OW NER's responsibility,,..-. _.
8A
Resident and Project Representative --
definition of ...
1111-1-11-.1- ... __ .....
I I
33
provision for ......... ...... .............. ......... ........... _:9_1
LX_1X* (11-NEk AL VOINDI 11ONS 1910 4 4 1990 EDITION)
Vi CITY OF FORT COUINS MODIFICATIONS (REV W99)
Article or Paragraph
Number
Resident Superintendent, CO-N'rICACrOWs.l..,,.,,,.,.,,,6-2
Responsibilities—
CONTRACTORs-in general ..................... ........... . 6
ENGINEEICs-ingencral,....
Limitations cat........ ......... ........._.__._.9.13
OIANIE,Rs-in
Reiamage........... ....... .........
..... 142
Rcusc of Docurnents
17
Review IT CONTRACTOR: Shop Drawings
and Samples Prior to Submittal,__ ....
............... 6.25
Review of Applications for
Progress Pity-ments'...
Right to an adjustment
Rights of Way
4.1
Royalties, Patent Fees and .......................................6
...... * . ..... .....
* ............. ... 612
Safe Structural Loading.........
.......
Safety —
and Protection, ........
4.12, 6.16, 6.18,
.... .. 620.6.21,
x.1 1, T2, 112
general.. ...... _ ...... ... __ ..........
_.6.20-6.23
Representative, CONTRACTOR's......................G.21
Samples--
definition of-1.1-111111
1.34
general ........ 11 ---
6.24.6.28
Review by CONTRACTOR. ....
...... _6 25
Review by EN(;INFHR___ ...
... 626,6,27
related Work
submittal of
6-24.2
submittal procedures
6.25
Schedule of progress.._--
_6, 2.8-2.0, 6.6,
10A, 15.2 1
Schedule of Shop Drawing and Sample
Submittals,..._ .. ............ 6, 2, R-2 9, 45,24-6.28
Schedule of Values .16,18-2-9,
14.1
Schedules—
AdhcrvnccIo................
Adjusting.._......,.....__............_ ..........
.......... . <.6
Change of Contract Times .....
........ 10.4
Initially Acceptable
19
Preliminary.. ........ .. . .....
26
Scope of Changes..,.__,........ ...... .....
-------- J03-10.4
Subsurface Conditions
Shop Drawings —
and Samples, gcneral................................
4-6 28
Change Orders 8, Applications for
Pa}mcnts, and,
7-9,9
definition of
1.35
FNCTINEHR's approval of
.... . ... 116, 2
:
ENGINEER's responsibility
for rcvrcw. .............. ...........
. ..9,7, 6.24-6, 28
related Work
6.28
review procedure................................
2 x, 6.24-6.2-8
Article or I'aragraph
Number umber
submittal required....._ ... ........... ...........
_6.224 1
Submittal Procedures
6.25
use toapprove substitutions
6.73
S S hown or Indicated
Site Access
13,2
Site Cleanliness
Site, Visits lo—
b% ENGINEER
9.2, 13.2
byothers. _..
.special causes of loss' Policy form,
insurance
definition
Specifications—
defination of. ..........
..
of Technical Societiesreference to
3-3,1
precede nce.................. ..............
13
Standards and Specifications
of Technical Societies
33
Starting Construction. &-fore. ... ....
...... 15-18
Starting the Work.._ _.. . ... .
2A
"top or Suspend Work —
by CONTRACTOR
....... , 5
in, OWNFR
13-16, 15,1
Storage of materials and equipment .......... ......
_41. 7_2
Structural Loading. Safety_._ .... ...
Subcontrartow—
Concerning................................................
84 11
definition of„,,,,,,,,,,,,,,,,,,, .......
...... J.37
delays
12.3
waiver of rights,...._,......_., ........
....... o. I I
Subcontractors --in general ..........................
.....
6.8-6.11
Subcontracts —required provisions.,-,._J�. 11,
6,11, 11,43
Subm juals—
Applications for Payment.,..,..._.. ....
....... 14-1
Maintenance and Operation Manuals
14,1:
Procedures,,,,..,-, ...............
Prowess Schedules
16. 2.9
Samples .... .............................
.................
6.24-&28
Schedule of Values ...........
.....................................2.0,
..... * , ""
2.0, 14,1
Schedule of Shop ra
Drawings and Samples
Submissions__......._..
2.6, 2.8-219
Shop Diawings,.—I-1-1-1— ........ ..........
6.24-6.28
Substantial Completion —
certification or ......... ..... 6. 30.23, 14,8-14,9
definition of
1.38
Substitute Construction Methods or Procedures 6 7,2
Substitutes and "Or Equal" Items_
_63
CONTRACTOR's Expense.,... ....... ................
.....6.7.1.3
HNGINIHEWs Evaluation
73
"Or -Equal`.
Substitute Construction Methods
LAW OUNIXAL CUINDHIONS 1911)-3j199)E1)llI0N)
WC1TY OF FORT COLLINS MODIFICATIONS IRFV9o99)
.Article or Paragraph
Number
,x Procedures......,,..,. .................
... 6,7. 2
Substitute Items............_.... — ..........
117,1,2
Subsurface and Physical Conditions --
Drawings of, in or relatrig to
.. .... 4.2,11
ENGINEIER's Review
general.........._.....
4.1
Limited Reliance by CONTRACTOR
Authorized.
4.12
Notice of Differing Subsurface cr
Physical Conditions,, ........ ...... .............
Physical Conditions_ ........ ....
... .. .. 4.212
Possible Contract Doutunents Change-,
. .........
Possible Price andTimes Adjustments,....
.......42.6
Reports and Drawings . ... .........
........ .. 4.11
Subsurface and
Subsurface Conditions at the Site
42.1.1
Technical Data. ........
Supervision—
CONTR-ACTOR's responsibility,
61
OWNER shall not supervise ................................89
FNGfNFFR shall not supervise ................92,
9.13--
Superintendence. ....
6.2
Superintendent. CONTRACTOks resident
.... .. ...... _ 6,2
Supplemental costs.._...._........_...._......._.......,.,
1 L4,5
Supplementary Conditions --
definition of ... .............. ........
;39
principal references tq........... .....
I . 18, 12, 17,
4,2. 43, 5.1, 5.3,
5,4. 5,6-5,9,
. ..... 5.11 , 6. S. 6.13, 7.4, N.
I 1, 9.3, 9.10
Supplementing Contract ct Dov-urn enus. -
...... ..... 16
Supplier --
definitionOf......................................................1.40
principal references. to,,,.,,._, 3,7, 65, 6,94
11, 6.21),
6.24, 9.1.3, 14,12
Waiver of Rights, ... ....... � ........ .........
Surety —
consent to final payment ....... ......
I14.12 - 14,14
FNGfNFF,R has no duty tq, .... .......... .
.... .... 9.1-
Notification of 101,
10.5, 15.2
qualification of.,-__.__....._ - --- ---
SA-5 3
Survival of Obligations_ ..... .. ........... .....
.. .... 6.34
Suspend Work. OWNER May. _ ... . ..... ...
13. 1 o. 15.1
Suspension of Work, and Termination-,__...,,_
........ .. I
CONMACTOR May Stop Work
or Terminate
15 5
OWN Ek May Suspend Wcrk
15A
OWNER May Terminate— . ........
15.2-15.4
Taxes --Payment h%, CONTRACTOR-- ..... .............
15
Technical Data --
,6
Limited Reliance by CONTRACTOR,,,,,,,,,,,,,,,,
4.2,2
Possible Price mid Times Ac1ju%tmem4 .....
... 4,2,6
Reports of Differing Subsurfacc and
Physical Conditions.... .....
x1v
Temporary construction facilities 4 1
Article or Paragraph
Number
Termination_
by CONTkAC'FOR
...... 155
hV OWNI; R
15 1-15,4
of ENG1NHER5 employinent,..,
.. ....... 8.2
Suspension of Work-in general..._...._
..... ... ....... JS
Terms and .Adjectives....,... _....
34
Tests and Inspection ---
Access to the Work, by others
......... .
CON"I RACTOR's rem-Anisibditim ..
. ..................13.5
cost of 114
covering Work prior to
.. ..... 116-13.7
Laws and Regulations fur')..........
........ . .......... 13.5
'.notice of Defects. . ----- .
...... 13,1
OWNFR May Stop Work......._...__.,
OWNFR's independent testing ..........................13A
special, required by kN(;lNI:kR ......
1111-1-1 9 6
timely notice required,,.,,.,..-
...........134
Uncovering the Work, at ENGM�ER,s
request,- .... .
..... 13,8-119
Times—
Adjusting...... ......... .........
.................. 6.6
Change of Contract
11
Computation of
17.2
Contract Times--defiration
1.12
day
172-2
Milestones.....................................
..
Requirements—
.... .......
appeals ..... ...... ...... ... ..
..... .. .... . 9,10, 16
clarifications,
claims and disputes-_„_............
9.11, 111. 12
Commencement of Contract Times,_.._,_.,__._.
23
Preconstructi on Conference. ...
8
st,bedules ......................................
. .. ............
16,29,06
Starting
tarting tiic'1`
2A
Title, Warranty of,
......... 14.3
Uncovering Work . ........
" 13.8-13.9
Underground Facilities- Physical Conditions—
definition of . ......... * . ........ ........ ..
............ 1,41
;not Shown or Indicated
43.2
protection of....,
43. 620
Shown or Indicated
Chit Price Work--
clitins
119.3
definition of
generall 19, 14 1, 14 4;
U'nit Prices. -
general 113.1
Determination for--..--- .....
to
Use of Premises
6 18, 6.3(j,24
Utility o%mers ............................6.13,
................... 6 13,
6 20, 71-7.3, 112
Utilization, Partial___....__.... -1,28, 5.15,
6-30.2.4, 14.10
Value of the Work ...................................................
113
Values, Schedule of, , � ........ . ..... .
2116, 2.8-2.9. 14,1
EX'LX'(1ENEK At. CONDITIONS 19ho-8 (1990 11,311-10N)
W OTY OF FORT (-'C)11,TNSMODIFICATIC)N% (REV 9,99)
Variations in Work --Minor
Authorized, ....... ...... 6,25, 6,27, 9.5
Article or Paragraph
Number
Visits to Site. -by ENGDIEER....................................
9,2
Waiver of Claims --on I'mal Payment
14,15
Waiver of Rights by insured partic5_ .........
11. 6.11
Warranty and Guarantee. General --by
C(_')NTR,AC'TOR I I . I I - 1. 1. . _. 1. 1 1 ..........
6_30
Warranty of Title, CONTRACTOR's ........
__ ...... '14 3
Work_
Access to
112
byothers ...............................................................
Changes in the ..... ------
........... ........ 10
Continuing the,, _.. _ ... ....
6 29
CONTRACTOR May Stop Work
or Terminate_ .... ... .....
.......... ...... 15.5
Coordination of
Cost of the
definition of
43
neglected by CO.NTRACTOR, .........................1.3.14
other Work
OWNER May Stop Work
OWNER May Suspend Work,, ..........
_ .... J3.10,151
Related, Work at Site ...................
...... ... 71-73
Starting the,..._.._
24
Stopping by CONTRACTOR
15. S
Stopping bg OWINER ....... ........
Variation and deviation authorized,
minor ,,36
Work Change Directive —
claims pursuant to . ..............
........... ..... jU
definition
principal references ..............
3.5.3,10.1-10.2
Written Amendm ent
definition of .............. ......
.145
principal references tq,, ... 1, 10,
3-5, 5, 10,1 i 11,
......... G 6. 2, 6 8.2
619, 10.1, 10A,
1. 1.. 11 1- 12- 1,
1312. _1 14,7 2
Written Clarifications and
Interprelations_._,.._.__ .. ..... . '
3.6.3. 9.4. 9.11
Written Notice Required —
by CONTRACTOR ............................7,
1, 9,10-9, 11,
164, 11,2, 12A
17YOWNER ...... 11,
104, 11.2. 13.14
xv EJCW (4WERAL CO'"IRN5P141.8 i1WtUj)jjj()Nj
WY 011'(T FORT COLONS MODIFICATIONS IRFV 9!991
(This page left blank intentionally)
xvi LXAxC GENERAL MNIXTIONS 191o-s )I996 Ew rtON�
w CITY OP PORT COLD S MODIFICATIONS (REV 9199)
SECTION 00020
INVITATION TO BID
07/2001 Section 00020 Page 2
GENERAL CONDMONS
ARTICLE 1-DFRNITIONS
Wherever used in these General Conditions or in the other
Contract D ocumeNs the following terns have the
meanings indicated which are applicable to buth the
singular and plural thercof.
i I Addenda --Written or graphic instruments issued
prior to the opening of Bids which clarify, correct or
change the Bidding Requirements or the ('owner
Documents.
1.'__ Agreemew—The written contract between OWNER
and COia'fRACDOR covering the Work to be performed;
other Ctmtract lkeumcnts are attached to the Agreement
and mace a part thereof as provided therein.
1.3 41)plicanon for Payment—T he form accepted by
ENG1NFER which is to he used by (7ONTRIC'TOR in
requesting progress or final payments and which is to he
accompanied by, such supporting documentation as is
required by the C'nnract. Documents,
14, Asbestos —Am' material that contains more than one
percent ashestos and is friable nr is releasing asbestos fibers
into the air above current action levels established by the
United States Occupational Safety and 1-lealth
Administration.
1 Bid —The offer or proposal of the bidder submitted
on the prescribed fonts setting firth the prides for the Work
to be performed.
16_ Bidding DocumerMv—The advertisement or
invitation to Bid, instructions to bidders, the Bid form, and
the proposed Contract Documents (including all Addenda
issued prior to receipt of Bids).
1.7. Riddurg Reyuimments—The advertisement or
invitation to Bid instruction to bidders, and the Bid form.
18 Bonny —Performance and Payment bonds and other
instruments of security.
1.9 Change Omer —A document recommended by
ENGINEER, which its signed l+y CONTRACTOR anal
OW'NEK and authorizes an addition, deletion or revision in
the Work, or an adjustment in the Contract Price or the
Contract Times, issued on or after the Effective Date of the
Agreement.
1.10, Contract Docnmeras—The Ageement, Addenda
(which pertain to the Contract Documents),
CON1'RAt"1'OR's Bid (including documentation
accompanying the Bid and any post Bid do:umemation
submitted prior to the Notice of Award) when attached as
an exhibit to the Agreement, the Notice to Procetxf, the
Borals these General Conditions, the Supplementan
Conditums, the Specifications and the Drawings as the
EK W9OENFR AL CON1LTIONS 191(4 (1990 b ditim)
wtj CITY OF FORT COLLLN'S MODn7C ATIONS (REV 4,120 n
same are more specifically identified in the :Agreement.
together with all Written Amendments, Change Orders,
Work Change Directives Field Orders and ENGINEERS
written interpretations and clarifications issuul pursuant to
paragraphs 3.5, 3.6.1 and 3.6.3 on or alter the Effective
Mte of the Agreement. Shop Drawing submittals
approved purmant to paragraphs 626 and a=7 and the
reports and drawings referred to in paragraphs 4.7.1 and
4.2.2 are not Conrad Documents.
1.11. Contract Price —The moneys payable by
OWNER to CONTRACTOR for completion of the Work
in accordance with the Contract Documents as stated in
the Agreement (subject to the provisions of
paragraph 11.9.1 in the case of Unit Mk ce Work).
1.11 Contract limes —The numbers of days or the
dates stated in the Agreement' it) to achieve Substantial
Completion, and (ii)tc complete the Work so that it is
ready for final payment as evidenced by I-NOMFER's
written recommendation of final paymert in accordance
with paragraph 14.13.
1.13. COAfMACTUR--The person. firm or corporation
with whom OWNER has entered into the Agreement.
1,14_ defeenve—An adjective which when modifying
the word Work refers to Work that is unsatisfactory, faulty
or deficient in that it does not conform to the Contract
Lkxarments, or does not meet the requirements of any
inspection, reference standard, test or approval referred to
in the Contract Documenm or has been damaged prior to
ENG12NEEWs recommendation of final payment (unless
responsibility for the protection thereof has been assumed
tw OW'NER at Substantial Completion in accordance with
paragraph 14 R or 14.10).
1.15. Diamngs—The drawings which show the scope,
extent and character of the Work to be furnished and
performed by CONTRACTOR and which have been
prepared or approved by ENGINEER and are referred to
in the Contract Documents. Shop drawings are not
Drawings as so defined.
1_16 Eftcrive Date of the Agreement —The date
indicated in the Agreement on which it becomes effective,
but if no such date is indicated it means the date on which
the Agreement is signed and delivered by the last of the
two parties to sign and deliver.
1 17_ EhOINMR—The perxm, firm or corporation
named as such in the Agreement.
1.18. EUGLLEER's Cwnsndlant—A person. firm or
corporation having a ctmmiLh with ENGINEER to furnish
services as ENGINEER'S independent professional
associate or consultant with respect to the Project aril who
is identified as such in the Supplementary Conditions.
1-19- Field Order —A written Order issued by
ENGIINEER which orders minor changes in the Work in
accordance with paragraph 9.5 but which does nor involve
a change in the Contract Prior or the Contract Times.
120. General Regairearents—Sections of Division 1 of
the Specifications.
L21 Hazardous Wane —The term Hazardous Waste shall
have the meaning provided in Section JfXA of the Solid
Waste llispcwal Act (42 USC Section 6903) as amended
from time to time.
1.22.a_ Laws and Regulations,- Laws or Regulations. —Any
and all applicable laws, rules, regulations, ordmarcm
comes and orders of any and all governmental bootie,
agencies, authorities and courts having jurisdlit2ron
i 22 b Legal Hohdms shall be those holidays observed
by the City of Fort Collins.
113, Liens —Liens, charges, security interests or
encumbrances upon real prnpetu or personal property.
124. Ji lesion -:A principal event specified in the
Contract Documents relating to an intermediate completion
date or time prior to Substantial Completion of all the
Work.
1 25. Notice of Award —A written notice hn- OWNER to
the apparent successful bidder sating thatupon compliance
t4, the apparent succ:,--�sful bidder with the conditions
precedent enumerated therein, within the time specified.
OWTNMR will sign and deliver the Agreement_
1.26. Notice to Proceed --A written mince given by
OWNER to CONURACTOR (with a copy to ENGINEER)
fixing the date on which the Contract Times will
commence to run and on which CONTRACTOR shall start
to perform CONTRACTOR'S obligations under the
Contract Documents
T 27, t?UXER—The public body or authority,
corporation, aw, )ciauon, firm or person with whom
CONTRACTOR has entered into the .*ecmcnt and for
whom the Work is to be provided.
1.-28. Partial Urilizarjom Use by OWN- M. of a
substantially completed part of the Work for the purpose
for which it is intended for a related purpose) prior to
Substantial Completion of all the Work.
1.29. PCHa—Polychlorinated hiphenyls.
1..30. Petroleun--Petroleum, including crude oil or raw
fraction thereof which is liquid at standard conditions of
temperature and pressure (60 degrees Fahrenheit and
14.7 pounds per square inch absolute), such as oil,
petroleum, fuel oiL oil sludge. oil refuse. gasoline, kerosene
and oil mixed with other no n-ilazardius Wastes and crude
oils.
1.31. Project —The total construction of which the Work
to be provided under the Contract Documents may be the
whole. or a part as indicated elsewhere in the Contract
Documents.
I.32.a. Radiorntnw,ifaterial—Source. special nuclear. or
kwprodua material as defined by the Atomic Hnergy .Ad:[ of
F'id'1?CL3E?v'F.�tAI, GCe-WI31710'�:: lY lUS (199a �AEig11
ww-QTY OF FORT COLW Say MODI ICATftTVS rREV 4,2WO)
1954 (42 LTSC Section 2011 et seq) as amended from
time to time.
1321hRegular K'oridne Hours --Regular wdrkine, hours
are defined as 7tlCaam to 6:CK1t _unlc§a otherwise
specified in the General Requirements
1.33. Residua Pmlect Representative --The authorized
representative of ENGIIv=1 who may be assigned to the
site or am part thereof.
134. Samples —Physical examples of materials,
equipment, or workmanship that are representative of
some portion of the Work and which establish the
standards by which such portion of the Work will be
Judged
155. Shop Drawings —All drawings, diagrams,
illusuations, scledules and other data or information
which are specifically prepared or assembled by or for
CONTRACTOR and submitted by CO\'TRACTOR to
illustrate some portion of the Work.
136. Specification —Those portions of the Contract
Documents consisting of written technical descriptions of
materials, equipment, construction systems, standards and
workmanship as applied to the Work and certain
administrative derails applicable thereto.
137. Subcontractor ---An individual, fine or corporation
having a directcontract with CONTRACTOR or with any
other Subcontractor for the performance of a part of the
Work at the site.
138_ Suhsianrial Completion --The Work (or a
specified part thereof) has progressed to the point where,
in the opinion of ENGINEER as evidenced by
ENGL=RS definitive certificate of Substantial
Completion, it is sulliciently complete, in accordance with
the Contract Documents, so that the Work (or specified
part) can be utilized for the purposes for which it is
intended, or if nu such certificate is issued, when the
Wcdc is complete and ready for final payment as
evidenced by F.NGT T.F11's written recommendation of
final payment in accordance urnh paragraph 14,13, The
teams "substantially complete" and "substantially
completed' as apphid to all or part of the Work refer to
Subsumtial Completion thereof
1.39. Srlpplementary Conditions —The part of the
Contract Documents which amends nr supplements these
General Conditions
1Ao0 Supplier —A manufacturer. fabricator, supplier,
distributor, matcrialman or vendor having a direct contract
with CONTRACTOR or with am' Subcontractor to
furnish materials or equipment to bi incorporated in the
Work by CO\'TRACTOR or any Subcontractor.
1.41. undergratord Facduies—All pipelines, conduits,
ducts, cabIt& wiles, manholes, vaults, tucks, tunnels or
other such facilities or attachmerus, and any cncasencnts
containing such facilities which have been installed
undemound to furnish any of the following services or
materials: electricity, gases, swain. liquid petroleum
products, telephone or tither communications, cable
televisaan, sewage and drainage removal, traffic or other
controlsygernns or Water.
1.42 Unit Price Fl ork—Wok to be paid for on the hasis
of unit prim.
1,43, WoA—The emire completed construction or the
various separately identifiable ppaarts thereof required to be
furnished Under the Ctntmct Documents. Work includes
and is the result of performing or furnishing labor and
furnishing and incorporating materials and equipment into
the construction, and performing or furnishing services and
furnishitag documents, all as required by the Contract
Vociments.
1-44, 11,brk Change Direcare—A wnuen directive to
CONTRACTOR, issued m or after the Effective Date of
the Agreement and signed by OWNER and recommended
by ENGINEER. ordering an addition, deletion or revision
in the Work-, or responding to differing or unforeseen
physical conditions; under which the Work is to be
perfomed as provided in paragraph4-2 or 4.3 or to
emergencies under paragmph6.23. A Work Change
Directive will not change the Contract Price or the Contract
Time_%, but is evidence that the parties expect that the
change directed or docurnenwd by a Work Change
Directive will be. incorporated in a subsequently issued
Change Order following negotiations by the parties as to its
effect, if any, on the contract Price or Coxrnct Times as
provided in paragraph Ut2
145. 1Siitten Amentriem---A written amendment of the
Contract Documents, signed by 01t`NER. and
CONTRACTOR on or after the Effective Date of the
Agreanem and normally dealing with the rn eng veering
or namtec}vital rather than strictly construction -related
aspects of the Contract. Documents.
ARTICLE 2—PREL Al1NARY MATTERS
Delivery of Bootle:
21 When CONTRACTOR delivers the executed
Agreements to MINTER_ CONTRACTOR shall also
deliver to OWINMR such Bonds as IXINTRACTOR may
be required to furnish in accordance with pruagraph 5.1.
Copies of Documents:
22 OW?NTER shall furnish to CONTRACTOR up to ten
copies (unless otherwise specified in the Supplementary
Conditions) of the Contract Documents as are reasonably
near for the execution of the Work. AdcGuoraal cupies
will be furnished, upon request, at the oust of reproduction.
Commencement of Contract Time: Notice to Proceed
'_a. The Contract Times will cornmencc to rim an the
thirtieth day alter the I Tfeetfve Date of the .Agreement or,
WOCOFNFRALCOINDMOM I910-8(lP"w ,Mim)
w? CITY OF FOR'[ COLLIM MODn7CAIIONS (KLV 4R(ala)
if a Notice to Proceed is given, on the day indicated in the
Notice to .Proceed. A Notice to Proceed may be given at
any time within thirty days after the Effective Date of the
Agreementt t_ _ .. ;11 la *e 9;;O . WA T"es
of Bid-cpenmg-or-the-thirtieth day after-tWFffective-Date
of the-: reanett whiefuwer-date isearlw-,
Starting the Aori1r:
2 4. CONTRACTOR shall start to perform the Work
on the date when the Contract Times commerce to run,
but rx1 Work shall be done at the site prior to the date on
which the Contract Times commerce to run
NeforeNfarting Construction:
2.5. Before undertaking each pan of the Work,
CONTRACTOR shall carefully study and coanpare the
Commet Documents and check and verify pertinent
figures shown thereon and all applicable Geld
measurements. CONTRACTOR shall promptly repot in
writing to ENGINEER any Inflict, error, ambiguity or
discrepancy which CONINTRAMUR may discover and
shall obtain a Written interpretation or clarification from
FNGTNFFR belbre proceeding with any Work affected
thereby; however, CONTRACT OR shall not be liable to
OW MR or FN'MM F.FR fix failure to report any conflict,
error, ambiguity or discrepancy in the Contract
Doeumcn% unless CONTRACTOR knew or reasonably
should have known thereof
2.6, Within ten days after the Effective Date of the
.Agreement (unless of cr-wi. a specified in the General
Rcquuernems), CONTRACTOR shall submit to
ENGIIv'EER for review:
26-1_ a preliminary progress schedule indicating
the times (numbers of days or [late%) for starting and
completing the various stages of tlts Work, including
any Nfilestones specified in the Contract Document&,
16,2, a preliminary schedule of Shop Drawing and
Sample submittals which will list each required
submittal and the times for submitting, reviewing and
processing such submival;
2.6.11 In no ease will a schedule Ix
acceptable which allows less than, 21 calendar
days for each review by Engineer.
2.6.3. A preliminary schedule of values for all of
the Work which will include quamities and prices of
items aggregating the Contract Price and will
subdivide the Work into component parts in sufficient
detail to serve as the base for progress payments
during construction. Such prices will include an
appropriate amount of overhead and profit applicable
to each item of Work.
2.T Before am Wort: at the site is slaved.
CONTRACTOR ii�il OWNIP, shall each deliver to the
Other OW T with copies to
adept...... in if , _ IiNGIMtl-}t,
certificates of insurance (and other evidence of insurance
rro�c t ly retluast requested by OWNER) which
CONTRACTOR-emd is required
to purchase and maintain in accordance with
paragraphs 545..6and 5-T
PrecnndrAidian Conference:
'_.$_ Within twenty days after the Contract Times start to
run, but before amp Ni`ork at the site is started a conference
attended by CONTRACTOR, ENGINEER and others as
appropriate will he held to establish a working
understanding among the parties as to the Work and to
discuss the schedules referred to in parigraph 2.6,
procedures for handling Shop Drawings and other
submittals procr_ssing Applications for Payment and
maintaining required records.
lnitiallr Acceptable Scheduler:
2.9 unless otherwise provided in the Contract
Documents, at-leaett s-befcae:sabatsston-oaf-the-f+rst
Applisatietrfar-Pub}�aant hefnrg an � soy cork m the site 1>zains,
a confcrcnoc attended by CONTRACTOR, ENGENFFER
and others as sppwpAate dv'Ylgna[ed Ica OWN`F,R, will be
held to review for acceptability to F NG 1Nl1ER as provided
below the schedules submiacd in accordance with
parnmph2.6, and Division l__- Genend—Requirements,
CON-1 RACTOR shall have an additional tom days tU make
corrections and adjustmems and to complete anal resubmit
the schedules. No progress payment shall he made to
CONTRACTOR until the schedules are submitted to aid
acceptable to Ik'QGIAtEE:ft as provided below. The
progress schedule will he acceptable to ENCI\FER as
providing an ordcrh progression of the Work to
completion within am specified Milestones and the
Contract Times, but such acceptance will neither impose on
2NOINliER resfamsibdity for the sequencing, scheduling
or progress of the Work nor interfere with or relieve
CONTRACTOR from Ct�NTR1CTORs full
responsibility therefor. CONTR.ACTOR's schedule of
Shop Dmwutmgg and Sample submissions will be acceptable
to FNCTNEER as providing a workable arrangement few
reviewing and processing the required submittals
CONTRACTOR's schedule of values will be acceptable to
E:NODMER as to font arch substance.
ARTICLE 3--COv7&ACT DOCUMENTS: INTENT,
AMENDiNG, RFINF..
Intent:
3.1 _ The Contract Documents comprise the entire
agreement between OWNER acid CONTRACTOR
concerning the Work, The Contract Documents are
complementary_ what is called for tw one is as binding as if
called fer by all. The Contract Documents will be
construed in accordance with the law of the place of the
Project.
3.1 It is the intent of the Contract Documents to
F.)ODC GF h`t7iA, C6"A7177d)'� I4lait t1490 Ehtinimi
cat STY OF 6d)aT CULLI [v5 ht CJtri7(dAIlDNS fft[Y# ^aaa)
describe a functionally complete Project (or part thereol)
to be constructed in accord aree with the Contract
Documents, Arty' Work, materials of equipment that may
reasonably be inferred from the Contract Documents or
from prevailing custum or trade usage as being required to
produce the interaded result will be hirnished and
performed whether or not specifically called for. When
words or phrases which have a well-known technical or
construction imiustry or trade meaning are used to
describe WLYL, materials or equipment, such words or
phrases shall be interpreted in accordance with that
meaning. Clarifications and interpretations of the Contract
Documerves shall be issued tn, ENGINEER as provided in
paragraph 9.4.
33. Reference to .iUndards and bilrecifdeations of
Technical Societies,- Reparting and Resolving
Discrgiancies
3.3.1- Reference to standard%, specifications,
macaw% or codes of am, technical society, organization
or association, or to the Laws or Regulations of any
governmental authority, whether such reference be
speaifie or he implication, shall mean the latest
standard, specification, manual, code or taws or
Regulations in effect at the time of opening of Bids (or,
on the Effective Date of the Agreement if there were
no Aids), except as may he otherwise specifically
stated at the Contract Documents.
3.3.2 If, during the performarxe of the Work,
CONTRACTOR discovers any conflict, error,
ambiguity or discrepancy within the Contract
Documents or Itetwccn the Comma Documents and
any provision of any such Law or Regulation
applicable to the performance of the Work or of any
such standard, specification, manual or code or of any
instruction of any Suppler referred to in paragraph 6.5,
CONTRACTOR shall report it to r;NGrNT.ER in
writing at once, and, CONTRACTOR shall not
proceed with the Work affected thereby (except in an
cmergency as authorized by paragraph 6.23) until an
amendment or supplement to the Contract Documents
has been issued by one of the methods indicated in
paragraph 3.5 or 3.6. provided however, that
CONTRACTOR shall not be liable to ONVNE R or
FNGINT-ER for failure to report any such conflict,
error, ambiguity or discrepancy unless
CONTRACTOR knew or reasonably should have
known thereof
3.3.3. Except as otherwise specifically stated in the
Contract Documents or as may be provided by
amendment or supplement thereto issued by one of the
methods indicated in paragraph 3.5 or 3.6, the
provisions of the Contract Documents shall take
precedence in resolving any conflict, error. ambiguity
or discrepancy between the provisions of the Contract
Documents and:
3.3.3.1, the provisions of any such standard
specification, manual, code or instruction (whether
or not specifically incorporated by reference in the
Contract Documents), or
3.3.3.2, the provisions of any such Laws or
Regulations applicable to the performance of the
Work (unless such an interpretation of the
Provisions of. the Contract Documents would result
in violation of such Law or Rc6ulation).
No provision of any such standard, specification, manual,
code or instruction shall be effective to change the duties
and responsibilities of OWNER, CONTRACTOR or
FNGINFER, or any of their suhentmctrs, consultants
agents or employees from those sea forth in the Contract
Documents. nor shall it be effective to assign to OWNMR,
FNGINFER or any of FNGI7N'FFR's Consultants, agents or
employces any dun• or authority to supervise at direct the
furnishing or performance of the Work or any duty or
authority to undertake responsibility inconsistent with the
provisiom of paragraph 4-13 or any other provision of the
Contract Documents,
3A. Whenever in the Contract Documents the terms "as
ordered'. "as directed"_ "as required", "as allowed". "as
approved" or terms of like effect or import are used, or the,
adjectives "reasonable" "suitable", "acceptable", "proper"
or "satisfacury" or adjectives of litre ctYect or import are
used to describe a requirement, direction, review or
judgment of ENGI'NMFR as to the W"esk, itis intended that
such requiremem, direction, review or judgment will b
solely to evaluate, in genemi, the completed Work for
compliance with the requirements of and information in the
Contract Documents and conformance with the design
concept of the completed Project as a functioning whole as
shown or indicated in the Contract Documents (unless there
is a specific statement indicting otherwise)_ The use of
any such tern or adjective shall no be effective to assign to
ENGINT-ER any duty or authority to supervise or direct the
furnishing or performance of the Work or any duty or
authority to undertake responsibility contrary to the
provisions of paragraph 9.13 or any other provision of the
Contract Documents.
Amending and Sapptameatmg Contract Documents
3.5. The Contract Documents may be amended to
provide for additions, deletions and revisions in the W"ork
or to modify the terms and conditions thereof in one or
more of the following ways:
3.5.1. a fomral Written Amendmen6
3.5.2. a Change Order (puusuant to paragraph 10.4),
or
EX7 otktiRAt. C.rownln oral 1910411990 Edilian)
w:' CITY OF FQai cxna.t NS nicxxrtwtrloNS udy anann
3.53. a Work Change Directive (pursuant to
paragraph 10.1)
3-6, In addition the requirements of the Caramel
Documents may be supplemented, and minor variations
and deviations in the Work may be authorized, in one or
more of the following ways:
3.6.1. A Field Order (pursuant to paragraph 9,51
3.6?. LNGLN'EMs approval of a Shop hawing or
Sample (pursuant to paragraphs 6.26 and 6.27). or
3.6.3. E.NGI N'EER's written interpretation or
clarification (Pursuant to pamgnplh 9.4)-
Reuse ofDocumenb:
33. CONTRACTOR, and am Subcontractor or
Supplier or other person or organiratiom performing or
furnishing any of t}ne Work under a direct or indirect
contract with OWNER (i) shall not have or acquire am,
title to or awncrship rights in any of the Drawings,
Specifications or other documents (or copies of any
thereof) prepared by or bearing the seal of ENGINEER or
FNGINFER's Cortsuham, and (oi) shall not reuse am• of
such Drawings, Specifications, other documents or copies
on extensions of the Project or any other project without
won written consent of OWINTER and ENGINEERand specific
written verification[ or adaptation by F>1CiINFF.R_
ARTICLE 4-AVAILABILITY OF LANDS;
St;t35t1RFA(.'E AND MYSiCAL CONDITIONS;
RF.FF.RFNCF, POINTS
:lhrait ebiXity oflanm
4.1. OWNER shall furnish. as indicated in the contract
Docwnenb, the lands upon which the Rork is to be
performed, rights -of -way and easements for access
thereto, and such other lands which are designated for the
use of CONTRACTOR Upon-reasonattle written request,
ti�'�i'Z�I]Sc�.usnl�i,RivsTC4'RTS'ICn "l'CRC�um�ici
s#atcvneM-of r nchial legal title and legal desari Rion -of the
lands-upon---which--the-Work-is-to-be--performed and
OWNER's interestthereinas necessary for giving notice
of or filing- a nifthame's hen -again% such -lands --in
OWNER "it identify any encumbrances or restrictions
not of general application bat specifically related to use of
lambs so furnished with which CONTRACTOR will have
to comply in performing the Work. Easements for
permanent structures or permanent chantzes in existing
facilities will be obtained and paid for by OWNER, unless
otherwise provided in the Contract Documents. If
CONTRACTOR and OWNER are unable to agree rat
entitlement to or the amount or extent of any adjustments
in the Contract Price or the Contract Times as a resuh of
any delay in OXVNHR's furnishing these lands, rights -of -
way or easearerits. CONTRACTOR may make a claim
therefor as provided in Articles I and 12.
CONTRACTOR shall provide for all additional lands and
access thereto that may be required for temporary
construction facilities or storage of materials and
equipment
4.1 %batrface and Physical Cond itionrs.-
4 2 1 Reports and Drawings: Reference is made to
the Supplementary Conditions for identification of.
4.2—IA Subsurface Condidom. Tla= reports of
cxpkomtions and tests of subsurface conditions at or
contiguous to the site that have been utilized by,
E UINTEER in preparing the Contract Documents;
and
4.2.1.2, Physical Cimdilfons: 'rho w dmvivings of
physical conditions in or relating to existing surface
or subssrfatx structures at or contiguous to the site
(except I inierground Facilities) that have been
utilized by E+it LNTER in preparing the Contract
Documents.
4.22. limited Reliance by CON'IR4(.'7C)R ;authorized.'
Technical Data: C ONTItACTOR may rely upon the
general accuracy of the "technical data" coninne i in such
reports and drawings, but such reports and drawings are not
Contract Documents. Such "technical data" is identified in
the Supplementary Conditions. Except for such reliance on
such "techniel data% CONTRACTOR may not rely upon
ormakeam•claim against ()WNER.ENGINK Roranyof
EN( NEF,R`s Consulttints with respect to:
422.1, the completeness of such reports and
drawings for CONTfRAC'TOR's purposes,
including, but not limited to, any aspects of the
means, methods, techniques, sequences and
procedures of construction to be employed by
CONTRACTOR and sateoy precautions and
programs incident thereto, or
4.2.2.2. other data, intenprdaticats, opinioru
and information contained in such reports or shown
or indicated in such drawings, or
42,13_ any CONITPAC1TOR vacapretation of
or conclusion drawn from any "technical data" or
arty such data, interpretations, opinions or
information.
433_ Notice (if Differing Subsaface ar Plgcuoal
Candfdars: If COKI RACTOR believes that any
subsurface or physical condition at Cr contiguous to the one
that is uneuvered or revealed either.
4?,3.1. is of such a nature as to establish that
any 'technical dam" on which CONTRACTOR is
entitled to rely as provided in paragraphs 4.^_.1 and
4.2,2 is materially inaccurate. or
4.133. is of such a nature as to mqune a
change in the Contract I)ocumcros, or
1233, differs materially from that shown or
EK M UENURAL CONUX11 OhS 191" (19W Edtimi
w, CITY OF FLIRT COLLI.*JS MMI;ICAI-10 dM tRLI' 4J (it*I
indicated in the Contract Documents, or
4.2.3.4. is of an unusual nature. and differs
materially from conditions ordinarily encountered
and generally recognized as inherent in work of
the chamcter provided for in the Contract
Docum ents: then
CONTRACTOR shall, f*umpt4y immediately after
becoming aware thereof and before further disturbing
conditions affected therein• or performing any Work in
connection therewith (except in an emergency as
permitted by pamnnaph 623), notify OWNfiR and
ENGINEER in wnttng about such condition.
CONTRACTOR shall not further disturb such conditions
or perform any Work in cmmcction therewith (except as
aforesaid) until receipt of written order to do su.
4.2.4. ENUI EM's Review: LNU NEER will
promptly review the pcninent conditions, determine the
nccostty of ObtTTER's obtaining additional exploration or
tests with respect thereto and advise MNER in writing
(with a copy to CONTRACTOR) of ENGfNEEWs,
findings and conclusions.
4.2_5, Possible Contract Doctamenbs Change: If
IiN('aiNEI, R concludes that a change in the C'ommet
i)ocwnents is required as a result ofa condition that meets
one or more of the categories in paragraph 4.2. 3, a Work
Change Directive or a Change Order will be issued as
provided in Article10 to reflect and document the
consequences of such change.
4.2.6. Passible Price and Tunes .4c*u.Wwnts: An
equitable adiusmnem in the Contract price or in the
Contract Times, or both, will be allowed to the extent that
the existence of such uncovered or revealed condition
causes an increase or decrease in CONTRACTOR's tut
of, or time required for performance of the Work.. subject,
however„ to the following:
4.2.6.1. such condition must meet any one or
more of the categories described in
pamgmhps 4,2.3.1 through 2-3.4, mclusive:
4.2.62, a change in the Contract Douments
pursuant to paragraph 4:25 will not be an
automatic authorization of nor a condition
precedent to entitlement to any such adjustment;
42.6.3. with respect to Work that is paid for
on a Lint Price Basis. any adjustment in Contract
Price will be. subject w the provisions of
paragraphs 9,10 and 119. and
4.2.6.4. CONT RACTO"R shall not be entitled
to any adjustment in the Contract price or Times
if,
4 164.1 CO_NTRACTOI2 knew of
the existence of such conditions at the
time CONTRAC`fOR made a final
commitment to OWNER in respect of
Contract Trice and Contract Times by the
submission of a bid or becoming bound
under a negotiated contract', or
T_.6.4.2-
the existence of such
condition could reasonably have been
disca,ered or revealed as a result of any
examinatim investigation, exploration,
test or study of the site and contiguous
areas required by the Bidding
Requirements or Contract Documents to be
conducted by or for CONTRACTOR prior
to CONTRACTOR's making such final
commitment', or
42 Cz4.3. CC)ATRACI'OR failed to
give the written notice within the time and
as required by paragraph 4.2.3.
If OWNER and CONTRACIOR rue unable to agree on
entitlement to or as to the amount or length of any such
equitable adjustment in the Contract Ruse or Contract
Times, a claim may be made therefor as provided in
:articles I i and 12. However, Ott' SI R, F; G[NEF.R and
ENGINI-+,R's Consultants shall no he liable to
CONTRACTOR for any claims, costs, losses or damages
sustained by CONTRACTOR on or in connection with any
other project or anticipated project.
4.3, Physical Cond&tions—Vndergmund Facilities:
4.:3..11 Shown or1n,*cate& The information and data
shown or indicated in the Contract Documents with
respect to existing Underground Facilities at or
contiguoms to the site is based on information and data
furnished to OWNER or FNOTNF,F,R by the owners of
such Underground Facilities or by others. Unless it is
otherwise expressly provided in the Supplementary
Conditions:
4.3.1.1. OWNER and ENGINEER gall not be
responsible for the accuracy or completeness of any
such information or data, and
4.3.12_ The cost of all of the following will be
included in the Contract Rice and CONTRACTOR
shall have full responsibility for. (i) reviewing and
checking all such information and data, (ii) locating
all Underground Facilities shown or indicated in the
Contract Documems fiu) coordination of the 14rork
with t}x: owners of such Underground Facilities
during construction, and (iv) the safety and
protection of all such Underground Facilities as
provided in paragraph 6.20 and repairing any
damage thereto resulting from the Work,
4.3.2. rArot Shown or Indicated: If an Underground
Facility is uncovered or revealed at or contiguous to
the site which was not shown or indicated in the
Contract Documents. CONTRACTOR shall. promptly
immediately aher becoming aware thereof and before
further disturbing conditions affected therein w
perfuming any Work in connection therewith (except
in an emergency as required by paragraph6.23).
identify the owner of such tmdderground Facility and
EKT)CC.FN'E-RAI, CONIXT1ONS 1916-8 (19%E;d him)
w! C71Y OF FOICT (XXLttw3 M011ltnCATIONS (REV 4F10(*J)
give written notice to that owner and to OWNER and
ENGINEER E,NGIINTEER will promptly review the
Underground Facility and determine the extent. if
any, to which a change is required in the Con nict
Documents to reflect and document the consequences
of the existence of the Underground Facility. if
LNGLNEER concludes that a cham3e in the Contract
Documents is required, a Work Change Directive err a
Charge Order will be issued as provided in Article Ill
to reflect and document such consequerrxs. Duruig
such time, CONTRACTOR shall be respumiblc for
the safety and protection of such Underground
Facility as provided in pamgraph6.20.
CONTRACTOR shall may be allowed an increase in
the Contract Nice or an extensinn of the Commet
Times, or hoth, to the extent that they arc attributable
to the existence of any Underground Facility that was
not shrnvn or indicated in the Contract lkncuments
and that CONTRACfOR did not know of and could
not reasonably have been cxpceted to he aware of or
to have anticipated. If OWNER arid CONTRACTOR
are unable to agree on entitlement to or the amount or
length of any such acljusanem in Contract Price or
Contract Times, MNTRAC'OR may make a claim
therefor as provided in Articles 1 l and 12. However,
OWNER, ENGINEER and ENGr.NTFFR's
Consultants shall not he liable to CONiRA(7f OR for
any claims, costs, losses or damages incurred or
sustained by CONTRACTOR on or in correction
with any o t er project or anticipated proict
Reference Paints:
4A. OWNF.tZ shall provide engineering surveys to
establish reference points for construction which in
I;NGIAIEER's judgment are necessary to enable
CONTRACTOR to proceed with the Work.
CON7TRaCTOR shall be responsible for laying out the
Work, shall protect and preserve the established reference
points and shall make no changes or relocations without
the prior written approval of OWNER CONTRACTOR
shall report to ENGINEER whenever any reference point
is lost or dwroyed or requires relocation because of
necessary changes in grades or locations, and shall be
responsible for the accurate replacement or relocation of
such reference points by professionally qualified
personnel.
4.5. Asbeaus, PCBs, Petruleam. llazardons Waste or
Radioactive Material:
4.5.1. 01lr IER shall be responsible for any
Asbestos. PC:as. Petroleum, Hazardous Waste or
Radioactive Material uncovered or revealed at the site
which was not shown or indicated in DmwirW or
Specifications or identified in the Contract
Documents to he within the wore of the Work and.
which may present a substantial danger to persons or
property exposed thereto in connection with the Work
at tlhe site. OWNER shall not he responsible for any
such materials brought to the site by
CONTRACTOR, Suhcrntractom Suppliers or
anyone else for whom CONTRACTOR is
responstble.
4 2. -C( N—TRAC ORshall immediately. { )-dop all
in GORNA.36M with W0hhHMFd0W%6WVJi1,iE%
a 'tt pmagraph h ^ � hind E i) __. a. 9
such notice -in-wittan- OWNFiR.-shall w mpd.v
ccroult- with -ElvGNE R-cencvrning-thr-neecssay-for
k,AV'NIyR to-retama-qualified cKpon to -evaluate --such
COINTRAC-TORS-not be ragnired{o reatme Work
in-e awRn lion +vith-stela-haaodeus-�-in-any
any -required -Permits related, thereto -and -deliueed--to
thatsttckat)nditanPrardonywffeexni area-is-��r-hasl>tea
COMYRAC IOR -cannot -ug w-as. to..ttrititleateni to -or
LYowie-is-agreed-{-X1l=Ft-A(.'-E"1-to--be--restnned;
aidter Patti ma.' i rmtded-tn
A aim
45-3--4f-a€ter-reoeila of %ueh- special -wnAeFi4W*0e
f' N- TPA(70R does ant- Wee -W-resume- t-wtn'Jc
conditions; then C)W N;W may -order -such portion of
dews
agree the amount or extent -of an
�04*%el Nee OF C-09`111PROITIMeS
--ifig 41JA P941011 Of tile Wadi, the
either party may make a -clears thteretir-as pr vkk is
ic:tes- 11 and 12 sttt�rdeteieti
poriton--of the -Work -Performed -by--OWN`ER's--own
foraesor others -in -accordance with Article 7.
4§ med '� hws-aad
Regulydn _{}NNRZ mil-inderrmifp and hold
harmless CONTRACTOR, - - 5uboontractors;
officers, directors....empkwees ._._agents, ---ether
ounstdtants- and -.utn+txaracrcas-4-tach arid, any -of
them from and against allelaims:-carats: -losses and
damages-orisut --out- of or- resulting frwu- such
m% loss -or damage is -attributable tobodilyinjury.
shell -obligate
own negligence.
�i,a ;-_�.h�.aysiarrs<af�utrue���:3-tax
er-uyealedmthe-site-
toe lx cel.�x�tL caNutntaN� tuts s rtvsa t.+ivati
uv CI FY OF FOR F CULLI NS MOt)rr4C.ATIOINS (REV dR(j{a)
ARTICLE 5-DO^iDS AIND INSURANCE
Performance. Pa3ment and Other Bvnds,
5.1. CONTRACTOR shall furnish Performance and
Payment Bonds, each in an amount at least equal to the
Contract Price as security for the faithful performance and
payment of all CONTRA('rMs oblyatwins wxkr the
Comma rXxvinems These Bonds shall remain in effect
at least [nail one year after the date when final payment
becomes due, except as provided otherwise by Laws or
Regulations or by the Contract bocumems.
CONTRACTOR shalt also famish such other Honda as
are required by the Supplementary Conditions. All Bonds
shall be is the form prescribed by the Contract Documents
except as prrn-ided otherwise by laws or Regulations and
shall be excc-uted by such sureties as are named in the
current list of 'Companies Holding (77cnificates of
Authority as Acceptable Sureties on Federal Bonds and as
Acceptable Remstmirig Companies" as published in
Circular 570 (amended) by the Audit Staff, Bureau of
Government Financial Operations, U.S. Treastv),
l)vparmtent. All Bonds signed by an agent must be
accompanied In, a cLi tified copy of such agent's authority
to act
5:2. If the surety on any Bond furnished by
COivTRACfOR is declared a tyenk-rapt or Incomes
insolvent or its right to do business is terminated in any
.state where any part of the Project is located or it ecascs to
meet the requirements of paragraph 5.1, CONTRACTOR
shall within tat days thereafter suhAimte another Hood
and surety, both of wluch mast be acceptable to OWNIFIZ.
U. Licensed ."sureties and Insurers; Certificates of
Lasarmice.
53.1. M Bonds and itsumnce required by the
Contract Documents to be purchased and maintained
by OWNER or CONTRACTOR shall be obtained
from surety or insurance companies that are duly,
licensed or authorized in the jurisdiction in which the
Project is located to issue Bonds or insurance policies
for One limits and coverages so required. Such surety
and insurance companies shall also meet such
additional requirements and qualifications as may be
provided in the Supplementary C'tutditicros.
53.2 CONTRACTOR shall deliver to OW TER,
with copies; to each additional inured identified in the
Supplementan Conditions- certificates of insurance
(and other evidence of insures requested by
OkkNMR or any other additional insured) which
CON"TRACTOR is required to purchase and maintain
in accordance with pamgraph 5.4. CANNER: shall
wkWonal .insured-identifted_m the Supplementary
erii4vnce-a�rF�-riya�lied-ka-6E:'� FGxlavfiL-�ltow any other ack4itionst! matmed), which 03ANHR is
CONTR,ICTOR's Liability Insamnm
54 CONTRACTOR shall purchase aril maintain such
liability and other insurance as is appropriate for the Work
being performed and fumshed and as will provide
protection from claims set forth below which may arm out
of or result Fran CO\7RA(7TOR's performance and
furnishing of the Work and CONTRACTOR's other
obligations under the Contract Documents• whether it is to
be performed or finished by CONTRACTOR am
Subcontractor or Supplier, or by anyone directly o
indirectly employed In- any of them to perform or famish
any of the WorL or by anyone for whose acts am of them
may, be liable:
5.4.1. claims under workerscompensation disability
benefits and other similar employee benefit acts;
5.42. claims for damages because of bodily injury,
occupational siod mess or disease, or death of
CONTRACfOR's employee
5.4.3. claims for damages because of bodily injury,
sickness or disease, or death of any person other than
CONTRACrOR's employees;
44 c4aaas-.ft)r..damages insured--by-cusuimaiy
vidtreetly- Mated -to the. PmpM}.rneat enf-atch.pevwm- r.hy
Othff Feesm.
5A i claims Far damages, other than to the Work
itselk because of injury to or destruction of tangible
property wherever located, including loss of use
resulting therefrom; and
5.4.6. claims for damages because of bodily injury or
death of any person or property damage arising out of
the ownership, maintenance or use of any motor
vehicle,
The policies of insurance sir required by this paragraph 5 4
to be purchased -arid maintained shall,
i.4.7. with respect to insurance required M=
paragraphs 5.4.3 through 5.4.6 inclusive and 5 4,�•
include as additional insureds (subject to aiw-
eostottary exclusion in respect of professioal
liability), 01i'NER. ENUINEEIL ENULNEER's
Consu)tants and any other persons or emiues idenifted
in the Supplementary Conditions. all of whom shall be
listed as additional insureds, and include coverage for
the respective officers and employees of all such
additional insureds;
5.4.8. include the specific coverages and be written
for not less than the limits of liability provided in the
Supplementary Conditions or required by' Laws or
Regulations, whichever is greatcr;
5.4.9. include completed operations insurance;
t:xax at>n•Eit,�t, ru?«tu�ott�s tyro-s t tvae F,artean
w� can° ar roar cot.0 n� xtcaatlacnricr �s nttv.tncxxn
54.10. include contractual bability insurance
covering CONTRAC7016; indemnity obligations
under paragraphs 6.12, 6.16 and 631 through 6.13;
5 4.11 contain a provision or endorsement that the
coicrage afforded will not be cancelled, materially
changed or renewal refused until at least thirty days'
prior written notice has been given to 01A iMR and
CONTRACTOR and to eat-h other additional insured
identified in the Supplementary Conditions to whon
a certificate of insurance has been issued ('and the
certificates of insurance furnished by the
CONTRACTOR pursuant to paragraph 5 3.'_ will so
prm`ide);
5.4.12. remain in effect at least until final payment
and at all times thereafter when CONTRACI OR may
be correcting. removing or replacing &fcctivc Work
in accordance with paragraph 13.12; and
5 4.13, with respect to completed operatums
insurance, and any, insurance coverage written on a
claims -made basis, remain in effect for at least two
years after final payment (and CONTRACTOR shall
furnish OWNER and each other additional insured
idenified in the Supplementary Conditions to whom
a certificate of insurance has been issued evidence
satisfactory to Ot><NT-R and any such additional
insured of continuation of such insurance at final
payment and one year thereafter),
OTFATY's Liability Insurance.
5.5. in addition to insurance required to he provided
b, CONTRACTOR under paragraph5A, OWINER at
6W\+,'R's option, may purchase and maintain at
OkNNER's expense O1%0'13 's own liability insurance as
will protect OW'NMR. amunst claims which may, arise from
operations under the Contract Documents,
I3xrperzT Insurance:
5A--Unfess-otherwise-provided-in-the-Supplamenwry
Conditions. OW; UR- shall- purchase and-matiamn
prengenti'ienxur
ot}' ilx. full-replm.znt+ent..ctr'a -the€eof {wlyeut... to such
deckaotible--- amounts —as - may beprcwtdod__ in the
Supplementary (Arilitions .or required byLawsand
Regulations) --Thus insurance shall:
5.6.1.---awlude _the.. umeresis-- of -OWNER.
entities -identfied-in the Supplementary -Conditions;
each of whom is deemed tor have im m' urabk-interest
arulshnfl- -he -listed us-rat-usure+d armacktiticttatl-irmred.
5.62.- be written on -a Builder's Risk "all risfo"- or
aft pe>il Of
shall -at- kttitiE-dune+lulu-irwvrsner-f�kysi�vl-aau�-our
coverage: theft:vandidisav-, and- malicious --mischief:
ffifthquakie, rellapse, debris rtmoval, demolitie
W,Ocasienad by anfiffeeffient of Laws VFW Regulotiensz
damage, and mah 06W M
WMAGally Fa4uired by Lhe 8 appi inaffiliff! Giffiehil ow.
5- ' AA-inulwile- cxpenses -incurred in the repair -or
=10= but ocit
0118iROOFS M
architects),
or in another loosti(M that
64;44ER pFi0F W b0i-B—Ij =i=re =Oilin wram"
been
ineluded in qn.Oppliefttiem fer 14kymeat fecemaierAe
IV �_' " aid
5.6._Ss be moinuumd, tit effect--until-final-payment-is
made unless etherm
(AXNIR "47,:7!!t
-;'W Mail thirty dna4 WAtten A�ie rAaf additional
insurahnee4iiis—been
.qqiod
�4 OWNFR she!! -------- --- -Meh boiler
as may Iie -required -by- the Suplilementary Condations or
whieh will melud�rhe infefejjs�q
AA, Nlkk,
cued -any -other par.%om or entities
identified ai the Su"'emanimy Conditions, eanh of whom
ts deemed to have aft imumble interest said shall be listed as
Iffi4n5lifed-6�
5.9, Adl the paheies of insufanee (and 0w eefVXh*1es-tf
QtWF &-deRGe theme_�, Faquired to W ptm�hnsad an
in atiamned ky OW:NER- in
ftnd- 7 will e0nmun it
ooverage afforded will not be cancelled or miiiarmlk
changed or feranval refused until at -least -thirty -cats! -prior
written- noucc -has - been givente - - - OWNER -and
I I -eqsh ------
whom a certificate -of insurance lvmbetm issued and will
contain waiver provisions in -accordance with
59 OWNER shall not I& rc.sjxmmbIc for purchasing
and maintaining any property insurance to protect the
interests of CONTkXCT0R, SubQm*=tors or others in
tdcutified-in the Supplementary Conditions. The risk of
loss Vithin quoh w1maified dedi�uLl
QH!
siich -Icis&-and-if any of -them, wishis properlyinsixance
coverage withm the, limits of -such -amounts, each may
1wrobase and -maintain -it at thtpurchiuier'N own expense.
144. in writting that -If CONTRACI vtiw
be tntawiw"
queh i"gur"nee, and the 00.91
GUNTRACT-014 by appizopfiat
OrAof or U'raten
EX70C UFNEXAL CONDIWYNN 19104 0990 EdRiau
nthw; CUIN OF FOR r COLLINS X101hI1ICNI IONS (REV 44'2009)
commenoement-of the -Work ?A4he-5ae,,-QWNMR-AaU-in
Yffitffl�- %&Yie C4_4;TPkA(4GR W4WtIWF OF PAK .91101
ivirame has been pFaeured by OWNER.
54tt, -OWNER and CONTRACTOR it t 16A all
Sk
CONTRACT
OwNik and (4piTR.WTOR waive all
H#jjiM1 CRah (4116F an FtHipffilil'0 3—='
diFeatafn, ampk�,@ffi a I .. . �Fmd
of of fesulting- 1"I
any of the PW4&-GPve*ed lv,-Wejl-{�lieivd Aov
athef pFopany igstimnse appheable L9 the We4i and,
H ftdiluinn, waive fill such 14glIN HgHiftl
4NI"!A
Constiltaritsund all -other persors-or entities identified
Gonditions to 6e listed
qawedaunti:a rd!�G!
Ww's -and damagm fa 4C�01,0 the ohove
Pm;!Y
malkerg suab waiver le preeeeds of
Wastee ff Ahepwise
payable under any policy so mied
54 1.1 !A bddn!Kii, A'a'Vef; al Fk@,hai
agan.st CONTRACTAM,.... Suboc"tractoril
officers; --directors, employees and ftgeyfis of any of
ovem,for
of use or other consequential loss emending
beyond direct physical loss or daimige to
ansingota-017-or resulting from fire cir other Peril.
whether or not intstatil by OWNER, and
5 11, _11- - loss oi -,damage-to the --completed
resulting from fire or other insured,Wd covered
during partial utilization —pursuant.. to
paragraph I4.14). after -Substantial Completion
pursuant to peragraph,14,9,w afier final payment
Puma int to punigniph 144.41
dtis
Pat fan.S 40 the effeet that
in dw fferg of Payment of off sauh laiss, damaloe
SECTION 00020
INVITATION TO BID
Date: February 5, 2007
Sealed Bids will be received by the City of Fort Collins (hereinafter referred
to as OWNER), at the office of the Purchasing Division, 3:00 P.M., our clock,
on February 26, 2007, for the Concrete Street Maintenance Project -East
Mountain Avenue; BID NO. 6034. If delivered, they are to be delivered to 215
North Mason Street, 2nd Floor, Fort Collins, Colorado, 80524. If mailed, the
mailing address is P. O. Box 580, Fort Collins, CO 80522-0580.
At said place and time, and promptly thereafter, all Bids that have been duly
received will be publicly opened and read aloud.
The Contract Documents provide for the construction of Bid 6034 Concrete
Street Maintenance Project -East Mountain Avenue. This work shall consist of
the removal and/or installation of concrete curbs, gutters, sidewalks, drive
approaches, inlets, concrete pavement and pedestrian access ramps and
placement of temporary asphalt patching adjacent to new concrete on East
Mountain Avenue in the City of Fort Collins. Related traffic control is also
included.
All Bids must be in accordance with the Contract Documents on file with The
City of Fort Collins, 215 North Mason St., 2nd floor, Fort Collins, Colorado
80524.
Contract Documents will be available February 5, 2007.
A prebid conference and job walk with representatives of prospective Bidders
will be held at 2:00, on February 14, 2007, at 215 N. Mason Conference Room 1B
in Fort Collins.
07/2001 Section 00020 Page 1
r�everv-a�itest-anvof-C.fJT1TR:'1CTQR SuI>�nttm:totr,;
Receipt and Applica6an of Insurance Proceeds,'
5.12. Any insured loss under the policies or insurance
required by paragraphs 5.6 and 5 7 will be adjusted with
OWNER and made payable to OWNER as fiduciary fur the
insureds, as their interests may appear. subject to the
requirements of any applicable mortgage clause and of
paragraph 5.13. OWNER shall deposit in a separate
account am, monev so received and shall distribute it in
accordarxe with such agreement as the parties in interest
may reach. If no ether special agreement is reached the
damagcd Work shalt he repaired or replaced, the morieys so
received applied on account thereof and the Work and the
cost thereof covered In• an appropriate Change Order or
Written Amendment,
5.13. CANER as fiduciary shall have power to adjust
and settle any loss with the insurers unless one of the
parties in interest shall object in writing within fifteen days
after the occurrence of loss to OWNER's exercise of this
power. If such objection be made. OWNER as f ductary
shall make settlemera with the: insurers in accordance with
such agreement as the parties in interest may reach If no
such agreement among the parties in interest is reacheed,
OAAWEiR as fiduciary shall adjust and settle the, loss with
the insurers ..,,,.d-;f F0 M FO a :N e by
interest;- O NkR-as--faiuciary... shall -pve....bsnd Eery the
Acceptance of Ronde and Insurance; (onion to Replace:
514 If
OWNER has any =ti in to the coverage afforded by or
other prawisions of the Bortcls ear insurance required to be
purchased and maintained by the otheF --- pinny
CONTRACTOR in accordance with ?Article S on the basis
of nonconformance with the Contract Documents, the
ot?jeer bite party OW:N'ER will
ncuity_CON'TR.ACOR in writing within ten fifteen daps
after receipt delnt�� of the certificates (or other evidence
requested) to 0XVI I]I( as required by paragraph 2.7.
MVJ
provide-tc3-the
other such -additional -information -in -respect -serf -insurance
provided at; the zither May .-reasonably-, request,-, If either
party does not purchase or maintain all of the Bonds and
uisuran ct- required it -such -party err'-- the- -..C.cttrtrast
pmu»te
writing -of sttGh failure taytircdinx psicr tcr{he A urt of the
Wadi -
or remedy, theotherparty may tIft't ki, olitain-etluivaknt
Boinds cr imairanw4o protectsuch-otlw partv'a interests at
the -expense -of -Hie- party -who -was,requned to provide -such
Contract price accordingly
Partial L'dlization-Property insurance:
5.15. If OWNTER finds it necessary to occupy or use a
portion or portions of the Work prior in Substantial
recur cttt�rxu, Ox>tNnarnOpn�; tsto-x t t raw F.ctiiim i
W cant OF FORT cruet MrnnHCA noxS MEV aauoma
Completion of all the Work, such use or occupancy may
be accomplished in accordance with pamppaph I4.1O
provided that no such use or occupancy shall commence
before the insurers providing, the property insurance have
acknowledged notice thereof and in writing effected any
charges in coverage necessitated thereby. The insurers
providirg the property insurance shall consent by
endorsement on the policy or policies, but the property
insurance shalt rax be cancelled or permitted to lapse on
account of any such partial use or occupancy.
ARTICLE 6-CONTRACTOR'S
RESPOINSIBII.ITIES
Supenvrdon and.Superintendence:
6.1- CONfRACI'OR shall supervise, inspect and
direct the Work competently and efficiently, devoting
such attention thereto and applying. such skills and
expertise as may be necessary to perform the Work in
accordance with the Comtmct Documents
CONTRACTOR shall be solely responsible for the mcans,
methods, techniques, sequences and procedures of
construction, but CX)N1"fit-.q(`I'OR. shall no he responsible
for the negligence of ethers in the design or specification
of a specific meatus, method, technique, sequence or
procedure of construction which is shown or indicated in
and expressly required by the Contract Doctiments.
CONTRACTOR shall he responsible to see that the
completed Work complies accurately with the Contract
Documcnts.
62 CONTRACTOR shall keep on the W'w-k at all
times during its progress a competent resident
superintendent, who shall not be replaced without written
notice to OWINTR and I:NGINEIR ewept under
extraordinary circumstances, The superintendent will be
COI NTRACTOWs represcinative at the site and shall have
authority to act err behalf of CONTRACTOR. All
atmmunioaticros to the supprrrrintender shall he as binding.
as if'given to CMZTRACTOR.
Labor, Alateruth and Equipment.
6.3 CONTRACTOR shall provide competent,
suitably qualified personnel to survey, lay out and
construct the Mork as required by the Contract
D ocumems. CONTRACTOR. shall at all times maintain
good discipline and order at the site. Except as otherwise
required for the safety on protection of persons or the
Work or property at the site or adjacent thereto. and
except as otherwise indicated in the Contract Documents,
all Work at the site shall be performed during regular
working hours and CONTRACTOR will not permit
overtime work or the performance of Work on Saturday,
Sunday or am• legal holiday without OWNER's written
consent given aftcr prior carmen notice to ENGINEER.
C Nf T R shall submit re uest% to kbe
no less than_48 hours in advance of any Work- .tnhc
performed on Saturday. Bindery. Hulidays a outside the
Regular AA'orlcim Hours.
6.4, Unless otherwise specified in the General
Requirements, CONTRACTOR Mall furruish and assume
full responsibility for all materials, equipment labor.
trarrspxtatitn, eonstruction equipment. and machinery,
tools, appliances fuel. paver, light, heat, telcphoe, µcater,
sanitary facilities, temporary facilities and all other
facilities and incidentals necessary for the furnishing,
performance, t"aV, start-up and completion of the W A
641 Purchasira_ Resfirictions CONTRACTOR
must comply with the City's nmchasira restrictions. A
aim of the resolutions are available for review in the
offices of the Wrchuasipg ard_,Kisk ?vlsm i rmtnt
Division or the City Clerks office.
6.4.2. Cement Rcstrictiom' City of Fart _Collins
Resolution 91-] 21 recce lees that suonliers,_.an i producers
of cement or products; contamma cement to certify that
the uumtcat was not mask in cement kihns that t uu�n
hazardous waste. as.a. fuel,
65. All materials and equipment shall be of goof
quality and new, except as otherwise provided in the
Contract Documents All warranties and guarantees
specifically called for by the Specifications shall ingTessly
run to the benefit of OW7NTER If required by ENCT N"EER,
CONTRA('1'OR Mail furnish satisfactoy evidence
(including repans of required tests) as to the kind and
quahh• of materials and equipment. All materials and
equipment shall be applied, installed, conriml, erected,
usecim
cleaned and conditioned in accordance with
instructions of the applicable Supplier, exccpt as otherwise
provided in the Contract Docum nts.
Pn,grecs Scs§edule:
6.6. CONTRACTOR shall adhere to the progress
schedule established in accordance with paragraph 2.9 as it
may be adjusted from time to time as provided helow:
6.6.1. CONTRACTOR stall submit to fiNCiNIER
for acceptance (to the extent indicated in
pnragmph 2 9) proposed adjustments in the progress
schedule that will not change the Contract Times fa
Milestones) Such adjustments will conform generally
to the progress schedule then in effect and additionally
will comply with any provisions of the General
Requirements applicable thereto.
6.6.2. Proposed adjustments in the progress schedule
that will change the Contract Times for Milestones)
shall be submitted in accordance with the requirements
of paritmaph 12.1 Such adjustments may only be
made by a Change Order or Written A nendmemt in
accordance with Article 12.
6.7. Subariruresand "Ur -Equal" lams:
6.7.1. Whenever an item of material or equipment is
specified or described in the Contract Documents by
using the name of a proprietary item or the munc of a
particular Supplier, the specification or description is
intended to es9ablish the type, function and quality
required. unless the specification or desenpucin
FXDC CtE'. cep KA1, rXINntXTIONS 1910-8 (1994 UMMI
12 w.Ct17Y OF FORT COLUM MODt19CATIOPIs OUN V24004
contains or is followed by words reading that no like,
equivalent or "or -equal' item or no suhstitutiun is
permitted, other items of material o equipment or
material or equipment of other Suppliers may he
accepted by ENGINEER under the following
circumsmtuxs:
6.71 1 'r)r-Equal"; If in EN(J1NIMM's sole
discretion an item of material or equipment
propel by CONTRACTOR is functitmanv
equal to that named and sufficiently similar so that
nu chan6v in related Fork will be required, it may
be considered by ENGINEER as an "oreqtal'
item, in which case review and approval of the
proposed item may, in ENGNKHR.'s sole
discretion. he accomplished without compliance
with some or all of the requirements for
acceptance of proposed suhsututc awns.
6.7.1.1. Subjrilate hems: If in E.NGCNEERs. sole
discretion an item of material or equipment
proposed by CONTRACTOR does not qualify as
an 'or -equal" item under subparagraph 6.7.1.1, it
will be considered a proposed substitute item..
('C)l\TRACTOR shall submit sufficient
information as provided below to allow
E'NGNE'ER to de4 rem tree that the item of material
nr equipment proposed is essentially equivalent to
that named and an acceptable substitute therefor.
The procedurt for review by the ENGLTN-EER will
include the following as supplemented in the
General Requirements and as fiNGINEAR may
decide is appropriate under the circumstances.
Requests for review, of proposed substitute items
of material or equipment will not be accepted by
F,NCrIN&ER from anvone other than
CONTRACTOR If CON7RACTOR wishes to
furnish or use a substitute item of material or
equipment, CONTRACTOR shall first make
written application to Edv'GIN=. - for acceptance
thereo[ certifying that the proposed substitute will
perform adequately the functions and achieve the
results called for by the gencral design, be similar
in substance to that specified and he suited to the
same use as that specified The application will
state the extent if any, ro µ•loch the evaluation
and acceptance of the proposed substitute will
prejudice CONTRrACTOR's achievement of
Substantial Completion on time, whether or not
acceptance of the substitute for use in the Work
will require a change in any of the Contract
Documents (oar in the previsions of any other
direct contract with OkkNER for work on the
Project) to adapt the design to the proposed
substitute and whether or raat imsntponnion or use
of the substitute in correction with the Work is
subject to payment of any license fee or royalty.
All variations of the proposed substitute Dorn that
specified will be identified in the application and
available mauitamoe repair and replacement
service will be indicated The application will
also contain an itemized estimate of all costs or
credits that will result directly or indirectly from
acceptance of such substitute. including costs of
redesign and claims of other contmetors affected
by the resulting change, all of which will be
_-C� )NTR.�CTOR sLrl.dl..,1wfcxm ram, less than., ?0
considered by M,=NTEIR in evaluating the
percent of the Work , ith its our faces_(thtl is.
proposed substitute, ENGINEER may require
without subsxmttactinO. The 2Ct pert rsri reggirement
COINrTRACTOR w furnish additional data about
shall he understood to refer to the Work the value of
the proposed substitute,
which toW Is not less than ',.y3,percent 9f the Can act
Price-
6.7.1.3. C0iti7R4CT0R's Cxpwrse: All data to be
provided It., CONTRACTOR in support of any
6.82. If --the -Supplementary---Conditions Ii, itklin
proposed 'or -equal" ca substitute item will be at
Documents require the idrntity of certain
COIN FF-ACTOR's etpmense.
Subcontractors, Suppliers or other persons or
organizations (including those who are to furnish the
632. Substinrie Cortslruction Methods or
principal items of materials ca equipment) to be
Procedures: If a specific means, method, technique,
submitted to OWNER in,advsneeof-the-specifed
sequence or procedure of construction is shown a
date prior to the Effective Date of the Agreement for
indicated in and expressly required by the Contract
acceptance h1v OWNER and EMGl 3ihR--end-4f
Documents CUNTRAC"TOR may faninh or utilize a
`...'".,
substitute means, method. technique. sequence or
procedure of construction acceptable to ENGINEER.
Ott+NER's or ENGINEER's acceptance (either in
CONTRACTOR shrill submit sufficient information to
writing or by lining to make written vlrjection thereto
allow ENGINEER, in ENGINHiles sole discretion, to
by the date indicated for acceptance or objection in
determine that the substitute proposed is equivalent to
the bidding documents or the Contract Documents) of
that expressly called for by the Contract Documents-
1-he procedure for review' by ENGINEER will be
anizxtidrt--:xs-iderK31'ied-tney--kie--revoided fit --the
similar to that provided m subparagraph 6.7.1 2.
6,7 3. Fngineer!s F.vahurtion: FNGP-IF .R will he
BeeallhIMO
allowed a reasonable time within which to evaluate
adtttsttd- tint-tit%r-i»-#he oast-osatsid red -by<
each proposal or submittal made pursuant to
sueb sulamutnon and--an-nppraprmate f1nnge--Order
paragraphs 6.7.12 and 6.7.2. 04GINTER will be the
t, ill
sole iudgd, of ace"bility. No "o'-equal" or
constitute a condition Of YtR' fJOntrStt CCglSRfnp; d1C
sultsumte will Ix ordered, installed ormtilmd without
use of the named subcontractors surmliers or other
ENGINHER's prior written acceptance which will be
person sr amz!t cm m the Work unless. pm tx
evidenced by either a Change Order or an approved
w1 ttten approval is obtanr d Dinar OWNER aynd
Shop Drawing. OWN7iR may require
ENGINEER. No acceptance by OW EIZ or
CONTRACTOR to runtish at CONCRACTOR'%
FNGMTFR of any such %hoamracux, Supplies or
eepxrze a special IIdbrmance guarantee or other
other person or organization shall constitute a waiver
surety with respect to any "or -equal" or substitute-
of any right of OWNER or ENGINEER to reject
G�FGR,v'EGR will record time required by
defective Work.
F2tiGrNT,,E R and TNG NFFR's Consultants in
evaluating substitutes proposed or submitted by
6.9,
CONTRACTOR pursuant: to paragraphs 6.7 1 2 and
6.7.2 and in making changes in the Contract
6.9.1. CONTRACTOR shall be fully responsible to
Documents for in the provisions of any other direct
()WNTR and ENGINEER for all acts and o rmissimr,
contract with OWNER for wok on the Project)
of the Subcontractors, Suppliers and other persons
occasioned thereby. .Whether or no ENGINEER
and organizations performing or furnishing any of the
accepts a substitute item w proposed or submitted by
Work under a direct or indirect contract with
CONTRACTOR- CUNTRACfOR shall reimburse
COlN"1'R'FCTOR Just as CONTRACTOR is
OltTTR for the charges of ENGINEER and
responsible for CONTRACTOR's own acts and
GINEER's Consultants for evaluating each web
onissioms. Nothing in the Contract Documents shall
proposed substitute item.
create for the tenwft of any such Subcontractor.
Supplier or other person or organization any
.8. Concerning Subcontractors. Supptioaand
contractual relationship between OWNER a
Others:
LNGINI ER and any such Subcontractor. Supplier or
otter person or or anizatt.GA nor shall it cteme any
6.8.1 _ CONTICACTOR shall not employ any
obligation on the pail of OWNER or ENGINEER to
Subcontractor, Supplier or other person or orgruuzauon
pay or to see to the payment of any moneys due any
(including those acceptable to OWNER and
such Subc cmtractor, Supplier or other person or
EN,GINs'EER as indicated in paragraph 6.8.2), whether
organization except as may otherwise be required by
mivally or as a substitute. against whom OWNER or
Laws and Regulations. OWNER or ENGINEER may
L'GATER may have reasonable objection
furnish to am, subcontracts supplier orother nersori
CONTRACTOR shall not be required to employ M'
or sgari ration eViomu of amodmts dad tv
Subcontractor, Su licr or cutter person or orgamzation
C ON fRAC I OR in accordance_....__ with.
-
to furnish or perform any of the Work against whom
COIvTRAC TUFT S " analid au for Favment"
C O TRACTOR has reasanahle objection_
EX W QENFA At, CONLYTI ONS tote-F i1Y90 E64m1
13
we CITY OF FORT CY)LUNS MODn7CA11ONS (REV 9aa0am
6.9.2. CONTRACTOR shall be solely responsible
fox scheduling and coordinating the Work of
Subcontractors. Suppliers and otter persons and
orgara2utions performing or furnishing any of the
Work under a direct or indirect contract with
CONT'RAC_TOR. C)MfRACTOR shall require all
Subcontractors, Suppliers and such other persons and
organimtione performing or furnishing any of the
Work to communicate with the ENGINEER through
CONTRACTOR.
6.10, The divisions and sections 4 the Specifications and
the identifications of any Drawings dolt not control
CONTRACTOR in chv cling the Work among
Subcontractors or Suppliers or delineating the Work to be
performed by, any specific trade.
6_11. All Work performed for CONTRACTOR by a
Subcontractor or Supplier will be pursuing to an
appn riau agrcament between CONTRACTOR and the
Subcortraclor or Supplier which specifically binds the
Subcontractor or Supplier to the applicable terms and
conditions of the Contract Doeumens for the benefit of
O WI :R and ENGNF.FR. 14lmnever-aru-saehh-aeraetnant
CONTRACTOR and -the -.Subcontractor or Supplier will
fsN441 14 ik )1 mjlsvhslsR ; C: rrahi imt and--all.-...otter
Field , .
the-*crk 11 Fhe-ihtcwers-cat-any -suds-pohcfes, require
ef
sepan- r-f.T'rp.1r•r/tit ,.; 1f _6: L�
Patent Feex and Rc"I ies:
6.12. CONTRrAC"fOI2 shall pay all license fees and
royalties and assume all costs incident to the use in the
performance of the Work or the incorporation in the Work
of any invention, design, proem, product or device which
is the subject of patent rights or copyrights held by others.
on, If a particular inventidesign, process, product or device
is specified in the Contact Documents for use in the
Performance of the Work and if to the actual knowledge of
OXVNER or ENGINEER its use is subject to patent rights
or copyright calling for the payment of iry license, fee or
royalty to others, the existence of such rights stall he
disclosed by OA§ati`E;R in the Contract Documents. To the
fullest ealent permitted by Laws and Regulations,
CONTRACTOR shall inalemnify and hold barrel=
(AN NUZ, ENGNM-R. ENGIN ER's Consultants and the
officers, directors, employees, agents and other consultants
of each and any of them from and agaimn all claims, costs,
losses and damages arising out of or resulting from any
infringemennt of patent rights or copyrights incident to the
use in the perfommnce of the Work or resulting from the
incorporation in the Work of any invention, design.
process, product or device not specified in the Contract
Documents,
14 i:JQ[X'Ub'tSF,'ntrSt, C(SAq]t71DAS 1910-8 gvya!?ditiwn
wr nt-- OF Ftriacsnarnry tet©utnttCarttoNs (KLV 4,,'20f*)
Permits:
6.13. unless otherwise provided in the Supplementary
Conditions. CONTRACTOR stall obtain and pay for all
construction permits and licenses, OWNER shall assist
CONTRACTOR, when necessary. in obtaining such
permits and lieaacs. CONTRACTOR shall pay all
governmental charges and inspection tees necessary fix
the prosecution of the Work, which are applicable at the
time of opening of Elitls, crr, if there are no Bids, on the
Effective Date of the %groament. CONTRACTOR shall
pay all charges of utility miners for connections to the
Work. and OWNER shall pay all charges of such utility
owners for capital costs related thereto such as plant
investment fees.
6,14. LatsandRegaladans
6.14,1. CONTRACTOR shall give all notices and
comply, with all Laws and Regulations applicahle to
furmsl mg and performance of the Work. Except
where otherwise expressly required by applicable
laws and Regulations,. neither OWr;hR. nor
KNCUNHER shall he responsfhle for monitoring
CONTRACTOR's compliance with any latvs or
Regulations.
6.14.2. 1f C.ON'TRACTOR performs any Work
knowing or having reason to know that it is contrary
m Laws oa Regulations, CONTRACTOR shall bear
all claims, costs.. loc,es and damages caused by,
arising out of or resulting thacfrom; however, it shall
not be CONTRACTOR's primary responsibility to
make certain that the Specifications and Drawings are
in accordance with Laws and Regulations, but this
shall not relieve CONTRACTOR of
CONTRAC.TOR's obligations under paragraph 3.3,2.
Tares
6.15. CONTRACTOR shall pay all sales, consumer,
use and other similar taxes required to be paid by
CONTRACTOR in accordance with t1R laws and
Regulations of the place of the Project which are
applicable during, the performance of the Work,
6 P; 1. OWNER is exempt font Colorado Stara and
_._
la d, aalgs and use taxes o n — materials , to, be
perna ently incorpotrsted imo the project. Said taxes
shall not be hncauded in the Contract Prier
\ddress_
Colorado Department of Revenue
State Capital Annex
1375 Sherman Street
Denver Colorado—l3Q261
Sales and Use Taxes for the State of Colorado
fionnal Trarupnrtudon District (RTD) arttl re-r o t
Colorado counties are collected by the State of
Colorado and are included in the Ccrtiftcalion of
Exemption.
All MMlicable Sales and Use Tames tirxludmpa ' e
collected taxes). on any items other than construction
and buildixL materials tihysicalh�incord alto the
project are m he paid Fxc)lti I k4C nd ark u
be included in atmroanate bill items
lire ofPrendser
6.16. CONTRACTOR shall confine construction
equipment, the storage of materials and equipment and nix
operations of workers to the site and land and areas
identified in and permitted by the Contract Documents and
other land and areas permitted by laws and Regulations,
rights -of -way, permits and casements, and shall not
unreasonably encumber the premises with construction
equiTuncm or other materials or equipment.
CONTRACTOR shall assume full responsibility Ioany
damage to any such land or area, or to the owner err
occupant thcrco€ or of any adjacent land or areas, resulting
from the performance of the Work. Should are claim be
made to any suds owner or occupant becauw; of the
performance of the Work. CONTRACTOR shall promptly
settle with such other pzany by negotiation or otherwise
resolve the claim by arbitration or other dispute resolution
proceeding or at late_ CONTRACTOR shall, to the fullest
extent permitted by Laws. and Regulations, indemnify and
hold harmless OW`*ER, ENO =, —R, LNGLMM's
Consultant and anyone directly or indirectly employed by
any of them from and against all claims, costs losses and
damages arising out of or resulting from arty claim or
action. legal or equitable, trcuak by any such owner or
occupant against OWNER LN( INEL;R or am other pant'
indemnified hereunder to the extent caused by tr baste!
upon CONTRACTOR's performance of the Work
6.17 During the progress of the Work, CONTRACTOR
shall keep the premises free from accumulations of waste
materials, rubbish and other debris resulting from the
Work. At the completion of the Work CONTRACTOR
shall remove all waste materials, rubbish and debris from
and about the premises as well as all tools, appliances,
construction equipment and machinery and surplus
materials. CONTRACTOR "I leave the site clam and
ready for occupancy by OWNER ai Substantial
Completion of the Work. CONTRACTOR, shall rest re to
origintd condition all property not designated for aleration
by the Contract Tkeuments.
6,1 S. CONTRACTOR shall not load nor permit any part
of any structure to be loaded in an), munrwr that will
endanger the structure, nor shall CONTRACTOR subject
any part of the Work or adjacent property to stresses or
pressures that wil I cndanaer it.
Record Documenirr
EKAYCG LNE1GAt. COMMMONS 191a-8 099e Ecitim)
w1 CITY OF SORT Cx LU M MOPnTCA110NS tRLk'' gn_oxan
6,19. CONTRACTOR shall maintain in a safe place at
the site one record copy of all Dmwings, Specifcations,
Addenda, Written Amendments, Change Orders, Work
Change. Directives, Field Orders and written
interpretations and clarifications (issued pursuant to
parasmph 4.q) in good order and annotated to show all
changes made during construction. These record
documents together with all approved Samples alai a
counterpart of al approved Shop Drawings will be
available to FNGINEER for reference. Upon completion
of the Work, and prior to release of C=1 oavirem_ these
record documents, Samples and Shop Drawings will be
delivered to ENGiNEER for OWNER
Safetr and k'roreedon -
6 X CONRACTOR shall be responsible for
initiating, maintaining and supervising all safely
precautions ark programs in connection with the l coo .
CONTRACTOR shall take all necessary precautions tir
the safety all and shall provide the necessary protection to
prevent damage, injury or lass to,
6.10.1. all persons on the Work site or who maybe
affected by the Work;
6.20 2 all the Work and materials and equipment to
lx incorporated therein, whether in storage on or off
the site; and
6.203, other property at the site or adjacent thereto,
including trees, shrubs, lawns, walks, pavcmcnts,
roadways, structures, utilities and Underground
Facilities net designated air removal, relocation or
replacement in the course of construction.
CONTRACTOR shall comply with all applicable taws
and Regulations of any public body having jurisdiction for
safety of persons or prolwmty or to protect them from
dame, injury or loss; and shall erect and maintain all
necessary safeguards for such safety and protection.
CONTRACTOR shall notify owners of adjacent property
and of Linde ound Facilities and utility owners when
prosecution of dnc War- may affect them, and shall
cooperate with them in the protection- removal, relocation
and replacement of their property. All damage- injury or
loss to any properry referred to in paragraphs 6.20t2 or
6.20.3 caused, drectty or indirectiv. in whole or in part, by
CONTRACTOR, am Subc trxdar, Supplier or any
other person or organization directly or inndirect}v
employed by any of them to perform or Cumish any of the
Work or anyone forwhose acts any of them may be liable,
shall be remedied by COITRACaOR {except damage or
loss attributable to & fault of Drawings cr Specifications
or to the acts or omissions of OWNER or ENGINEER. or
EIvGMER's Ccxtsultant or anyone employed by, arry of
them or anyone for whose actss any, of them may be liable.
and not attributable, directly or indirectly. in whale a in
part, to the fault or negligence of CONTRACTOR or any
-Subcontractor, Supplier or other person or organization
directly or indirectly employed by any of them).
CONTRAC`I'OR's duties and responsibilities for the safety
and protection of the Work shall continue until such time
as all the Work is completed and }3 M NEER has issued a
notice to OWINTR and CONTRACTOR in accordance
with paragraph 14 13 that the Work is acceptable (except as
oherwise expressly provided in connection with
Substantial Completion),
6.21. SaftReprerentaift-e:
CONTRACTOR shall designate a qualified and
experienced safety representative at the site whose duties
and responsibilities shall be the prevention of accidents and
the maintaining and supervising of safety precautions and
ppr(agmms
HazardCmmumnicarion Progmiris:
6.22, CONTRACTOR shall be responsible for
cxmodinating any exchange of material safety data sheets or
other hazard communication information required to be
made available to or exchhunged between or among;
employers at the site in accordance with laws or
Regulations.
Fmergencies:
6,23. In emergencies affecting the safety or protection of
persons or the Work: or property at the site or adjacent
thereto, CONTRACTOR, witho r special instruction or
authoi ration from OWNIFR or FNGI NTFR, is obligated to
as to prevent threatened damage, injury or loss.
CONTRACTOR shall give ENGiNFER prompt written
notice if CONTRALM'OR. believes that any significant
changes in the Work or variations from the Contract
Documents have been caused thereby. If ENGLNHER
determines that a change in the Contract Documents is
required because of the action taken by CONTRACTOR in
response to such an emergency, a Work Change Directive
or Change Coder will he issued to document the
consequences of such action
6.24. Shop DrwwingsandSamples:
6,24.1. CONTRACTOR shall submit Shop Dmwingcs
to ENGINEER for review and approval in accordance
with the accepted schedule of Shop Drawings and
Sample submittals (see paragraph 2.9). All submittals
will be identified as ENGINEER may require and in
the number of copies specified in the General
Requirements. The data shown on the Shop Drawings
will be complete with respect to quantities,
dimensions, specified performance and design criteria,
materials and similar data to show ENCUNEFR the
materials and equipment CONTRACTOR proposes to
provide and to enable ENGINEER to review the
information fur the limited purposes required by
pardgraph 6.26.
6.24.2. CONTRACTOR shall also suhmit Samples to
EtiGINEER for review and approval in accodance
with said accepted schedule of Shop Drawings and
Sample submittals Each Sample will be identified
clearly as to material, Supplier. pertinent data such as
catalog numbers and the use for which intended and
otberwisc as M�GINIEER may require to enable
ENGINERR to review the submittal for the limited
EJComCUENFRAL CONCX'noN5191"(1", H@timl 16
w.(ITh OF FCAtr (X)LUMN MOUII4CATIOIJS(Rli4d,2ai10n
purposes required by pamp~ftpphfi.26. The numbers
of each Sample to be submitted will be as specified in
the Specifications.
6.25, SaaimiaYat Proceraans.
6.ai. Befoe submitting each Shop Drawing or
Sample, CONTRACTOR droll have determined and
verified:
6.2+.1.1, all field measurement& quantities,
dimensions. specified performance criteria,
installation requirements, materials, catalog
numbers and sunilar information with respect
thereto,
6,25A Z all materials with respect to intended
use, fabrication, shi rig, handling, storage,
assembly and installation pertuinmg to the
performance of the Work. and
.l3_ all information relative to
C(>N'TRAT(C?R's sole responsilalities in respect
of means methods techniques, sequences and
procedures of construction and safety precautions
and programs incident thereto.
CONTRACTOR shall also have reviewed and
coordinated each Shop Drawing or Sample with other
Shop Drawings and Samples and with the
requirements of the Work and the Contmet
Documents.
615.1 Each submittal w711 bear a stamp or specific
written indication that CONTRACTOR has satisfied
CONTRACTOR's obligations under the Contract
Documents with respect to CONTRACTOWs review
and approval of that submittal.
6.2�3. At the time of each submission.
CONTRACTOR shall give LNGIa UZ specific
written notice of such variations, if any, that the Shop
Drawing or Sample submitted may have from the
requirements of the Contract FAvtmiems: such notice
to be in a written communication separate from the
submittal, and, in addition, shall cause a specific
notation to be made on each Shop Drawing and
Sample submitted to ENGINEER for review and
approval of each such variation
6.26. ENGINfif:R will review and approve Shop
Drawings and Samples in accordance with the schedule of
Shop Drawings and Sample submittals accepted by
FRGfNEFR as required by paragraph 2.9, ENGI;itEER's
review and approval will be oily to determine if the items
covered by the submittals will, after installation or
incorporation in the Work, confirm to the information
given in the Contract Documents and be compatible with
the design concept of the completed project as a
functioning whole as indicated by the Contract
Documents. ENGINEEWs review and approval will rut
extend to means, methods, techniques, sequences or
procedures of construction (except where a particular
means, method, technique, sequence or procedure of
construction is specifically and expressly called for by the
Contract Documers) or to safety precautions or programs
incident thereto. The review and approval of a separate
item as such will not indicate approval of the assembly in
which the item functions. CONTRACTOR shall make
corrections required by ENGINEER, and shall return the
required number of corrected copies of Shop Drawings and
submit as required new Samples for review and approval.
CONTRACTOR shall direct specific attention in writing to
revisiom other than the coredt ins called for by
ENGINEER of previous submittals.
6.27. FNGI.NFFR's review and approval of Shop
Drawings or Samples shall not relieve CONTRACTOR
trout responsibility for any variation from the requirements
of the Contract Documents unless CONTRACTOR Ins in
writing called ENGLNEIRs attention to each such
variation at the time of submission as required by
pumgmaph 6.25.3 and ENGINEER has given written
approval of each such variation by a specific written
notation thereof incorporated in or accompanying the Shop
Drawing or Sample approval; nor will any approval by
FNGINh]3R relieve CONTRACTOR from Wonsibility
for complying with the requirements of paragraph 6.25.1.
628, Where a Shop Drawing or Sample is required IT,
the Contract Documents or the schedule of Shop Drawing
and Sample submissions accepted by FNGINF.F.R as
required by paragraph 2 0, any related Work performed
prior in ENGI N`EER's review and approval of the pertinent
sularmal will be at the sole exlenac and responsibility of
CONTRACTOR_
Confining the Work:
6.29. CONTRACTOR shall carry an the Work and
adhere to the progress schedule during all disputes or
distka cements with OWNER. No Work shall be delayed or
postpxmed pending resolution of am, disputes or
disagreements, except as permitted by paragraph 15.5 or as
OWNLR and CONTRrCTOR may otherwise agree In
writing.
630. C0hTR4C7'0R's General 1Garrangv and
Guarantee.
6.30-1. CO N`TRACTO.R warm nts and guarantees to
OIANM ENGINEER and ENGP TE-ERk Consultants
that all Work will be in accordance with the Contract
Documents and will not be kfeetive-
CONTRAC.TOR's warranty and fnnamntee hereunder
excludes defects or damage caused by:
6.30.1.1. abuse, modification or improper
maintenance or operation by persons other than
CONTRACTOR, Subcontractors or Suppliers; or
630.1.2. normal weer and tear under nonfat
usage.
6.30.2. CONTRACTORS obligation to perform and
complete the Work in accordance with the Contract
Documents shall be absolute. Note of the following
will constitute an acceptance of Wnrk that is not in
(;KW OEN AL, CONIA'[10M 1910.8 0990 t chumi
W f CITY OF FC&T OOLU M MOMFICATIONS {RLy 4IRKK)i
accordance with the Contact Documents or a release
of CONTRACTOR's obligation to perform the IIIork
in accordance with the Contract Documents:
6.30.2.1. observations by ENGINEER;
630..2. recommendation of any progress or
fatal payment by E I NTMR;
6303the issuance of a certificate of
KQL�ial Completion or any payment by
OWNER to CONTRACTOR under the Contract
Documens;
6.30.2.4_ use or occupancy of the Work or any
part thereof by OWN FR;
630,23, any acceptance by OWNFR or any
failure to do so:
6302.6. any review and approval of a Shop
Drawing or Sample submittal or the issuance of a
notice of acceptability by ENC?INF'ER pursuant
to paragraph 14.13;
630.2.7. any inspection, test or approval by
rthcrs; or
63018. any correction of defective Work. by
OWNnFR
lndem etification:
631. To the fullest extent permitted by Laws and
Regulations„ CONTRACTOR shall indemnify and hold
harmless OW"N`ER, ENGUMIR. INGINCERs
Consultants and the officers, directors, employees, agents
and other consultants of each and any of them from and
against all Maims costs, losses and damages (including,
but not limited to, all firs and charges of cngmcers,
architects attorneys and other professionals and all court
or arbitration or other dispute resolution costs) caused by,
1111" out of or resulting from the performance of the
Wov provided that any such claim, cost, loss or damage:
(i) is attributable to bodily injury, sickness. disease or
death, or to injury to or destruction of tangible property
(other than the Work itself), including the loss of use
resulting therefrom, and (ia) is caused in whole or in part
by any negligent act or omission of CONTRACTOR, any
Subcontractor, any Supplier, any perscni or organization
directly or indirectly employed I y am, of them to perform
or furnish any of the Iilork or anyone for whose acts any
of them may be liable, regardless of whether or not caused
in part by any negligence or unission of a person or entity
indemnified hereunder or whether liability is imposed
upon such imkmnified party by Laws and Regulations
regardless of the negligence of any audit person or entity.
6.32. In any and all claims against Ott°NER or
I IGINEER or any of their respective consultants, agents,
olEmrs, directors or employees by any employee (or the
survivor or personal represcmativc of such employee) of
CONTRACTOR. am Subcontractor, any Supplier. any
person or organimtirm directly or indirectly employed by
17
any of them to perform or furnish any of the Work or
anvow for whose acts any or them may be liable, the
in"nification obligation under paragraph 6.31 shall not
be limited in any way by any limitation on the amount or
type of damages, compensation or liatefits payable by or
for CONTRACTOR or any such Subcontractor, Supplier or
other person or organization under workers° compensation
acts, disability benefit acts or other employee benefit acts
6.33. The indemnification obligation of
CONTRACTOR under paragraph 6,31 shall not extend to
the liability of ENGINEER and ENGINEER's Corsu wras.
officers, directors, employees or agents caused by the
professional negligence, errors or amssio s of any of them.
3un11vd ofObligaYioas
634 All representations indemnifications warranties
and guarmrices made in required by or given in accordance
with the Contract Documents, as well as all antinuing
obligations indicated in the Contract Documents, will
survive final payment, completion and acceptance of the
Work and iermiuni tionor completion of the Agreement,
ARTICLE 7--OTHM XV01RK
Related Wm*- at Site:
71 OWNER may perform other work related to the
Project at the site by OUNTER's (»vn forces or let other
direct contracts therefor which shall contain General
Conditions similar to these, or have other work performed
by utility owners. If the fact that such other work is to be
performed was not noted in the Contract Documents, then:
6) written notice thereof will be given to CONTRACTOR
prior to starting any such other work and
(ii) CONTRACTOR map make a claim therefor as
prodded in Articles I I and 12 if CONTRACTOR believes
that such performance will involve additional expense to
CONTRACTOR or requires additional time and the patties
are unable to agree as to the amount or extent thereof
72 CO.IvTRACTOR shall afford each other contractor
who is a party to wch a dtrett coaract and each utility
owner (and 0XVNERL if OWNER is performing the
additional work with OWN M- 's employees) proper and
safe access to the site and a reasonable opportunity for the
introduction and storage of materials and equipmera and
the execution of such other work and shall properly connect
and coordinate the Work with theirs Unless otherwise
provided in the Contract Documerim CONTRACTOR
shall d, all cutting, fitting and pmchrTT of the Work that
may be required to make its several putts come together
properly and integnte with such other work.
CON -TRACTOR shall not endanger any work of others ln+
Cutting. exouvating or otherwise alteri» s their work aril
will only cut or alter their work: with the writien consent of
ENGINEER m d the others whose work will be affected.
The duties and respansihihtias of CONTRACTOR under
this paragraph are for the benefit of such utility owners and
other extractors to the extent that there are comparable
Ix ExuCGr;3 acAV.cz�»t7rno'wS1919S[i9wi Emaan
w' QTY OF FORT COLLINS MOUa7Cd11ONS MEL• 4.2re7a1
provisions for the benefit of CONTRACTOR in said
direct contracts between OWNER and such utility owners
and other contractors
73. If the proper execution or results of any part of
00N'1'RACfOR's Work depends upon work performed
by others under this Article 7. CONTRACTOR shall
inspect such other work and promptly repot to
ENGINEER in writing any delays, defects or deficiencies
in such other work that render it unavailable or unsuitable
for the proper executtort and results of CONTRACTOR's
Work. CONTRACTOR's failure so to report will
constitute an acceptance of such other work as fit and
proper for integration with CONTRACTOR's Work
kept for latent or norapparem defects and deficiencies
in such other work.
Coordnatiaa:
7.4_ If OWNER contracts with others for the
performance of otha work on the Project at the site, the
following will he set forth in Supplementary Canditions�
7.4.1the person, firm or corporation who will have
authority and responsibility for coordination of the
activities among the varmus prime contractors will he
identified:
74,12 the specific matters to be covered by such
authority and responsibility will be itemized. and
743 the extent of such authority and
responsibilities will be provided.
t3nlcsss otherwise provided in the Supplementary
fo>uktinms, OWNER shall have sole authority and
responsibility in respect of such coordination
ARTICLE 8-OWNER'S RESPOY'SfMUTIFS
S-l. Except as othenvise provided its these General
Conditions, OWNER shall issue all Lommunieatios to
CONTRACTOR trough ENGINEER.
8.2 In case of termination of the employment of
ENGINEER- O1k'NER :shill appoint an engineer against
Whom C011k4ftACTOR makes no reasonable abiectiai;
whose status under the Contract Documents shall be that
of the former ENGrNMER
83_ OWNER shall furnish the data required of
OWNER under the Contract Documents promptly and
shill make payments to CONTRACTOR promptly when
they are due as provided in paragraphs 14.4 and 14,13.
8.4. OWNER's duties in respect of providing lands
and easements and providing engineering surveys to
establish reference points are set forth in paragraphs 4.1
aril 4.4. Paragraph 4.2 refers to OW'NEWs identifying
and making available to CONTRACTOR copies of
reports of cxplarations and tests of subsurface conditions
at the site and drawings of physical conditions in existing
structures at or contiguous to the site that have been utilized
by ENGINTIM in preparing the Contract Documents-
forth in paragraphs 5.5 chi axtgit
& F>. OWNTR is obligated to execute Change Orders as
indicated in paragraph 10.4.
S_7_ OWNNER.'s responsibility in respect of certain
irnspectiorts, tests and approvals is set forth in
paragraph f 3A-
S.8 in connection with OWNFR's right to strip Work or
!aupend W yak, see paragr%*% 13,10 and 151
Paragraph 15,2 deals with OWNER's right to terminate
services of CCJ? IXAC-FOR under certain circumstances,
S.9_ The OWR R shall not supervise, direct or have
comral or authority over. nor be responsible for,
CONTRACTOR's means, methods, techniques, sequences
or procedures of construction or the safety precautions and
programs incident thereto, or for any failure of
CONURACTOR to canply with [aws and Regulations
applicable nt the furnishing or pedbrimance of the Wok.
OWNIiR will not be respnsible for CONTRACTOR'S
failure to perform or furnish the Work in accordance with
the Contract Documents,
b ltl-._.._L3L4Y#�.lC•'.s..responsibility-* respect -of..undisclosed
reasioname r -donee "— a"eiifn
arrangetuents have beet....ntade to --satisfy-- OW'NIER's
Obligations undaY 'ie-Ofyl iaor oe"M nts, 'T.+?:.n.- S
respensrbffrtq in - -respect -thereof will be as,em forth -in the
Supplementary Conditions.
ARTICLE. 9--ENGTX .ER'S STATUS DURING
CONSTRUCTION
09'WER's Representatme:
9-1. ENGIMMR will be ON,NT-_R's representative
during the construction period. 'fire duties and
responsibilities and the limitations of authority of
ENGINFER as 01VNER's representative during;
construction are set forth in the Contract Ihwuments and
shall not be "aided without written consent of OWNER
and ENGINEER.
I isits to Site:
a'_. ENGINEER will make visits to the site at intervals
appropriate to the various sages of construction as
ENGI EER deems necessary in order to observe as an
experienced and qualified design professional the progress
eat ctxaR.v,cro*wttoN5191a,,a9aoloomt
wf CITY OF FORT C4?LUNIS moi n cKiT \s(kn,,2taa)i
that has been made and the quality of the various aspects
of CONITRACTOWs executed Work. Based on
information obtained during such visits and observatitna
ENG1 .M- will endeavor for the baterk of OkVNF.R to
determine, in general, if the Work is proceeding in
accordance with the Contract Documents. ENGINEER
will not be required to make exhaustive or continuous or,
site inspections to check the quality or quantity of the
tVA, ENGINL•ER's efforts will be directed toward
providing for OWNER a greater degree of oodidence that
the completed Work will conform generally to the
ConlrAdt Documents. On the bums of such visits and or,
site obsm anons, ENGINFER will keep OUNER
informed of the progress of the )Pork and will endeavor to
guard OWNWR against ahfzotive Work FNGfNf.I-,R's
visits and on -site observations arc subject to all the
limitations on ENGINEEW3 authority and responsibility
set forth in paragraph 9.13, and pazticularly, but without
limitation during or as a result of ENGINIEER's on -site
visits or observations of CONTRAC OR's Work -
ENGINEER will not supervise. direct, control or have
authority over or be responsible for CONTRACI.OR's
means, methods, techniques, sequences or procedures of
construction, or the safety precautions and programs
incident thereto, or for anv failure of CONTRACTOR to
amply with Laws and Regulation% applicable to the
furnishing or performance of the Work.
Project Representatity
93. if OWNER and ENGINEER agree, ENGINFER
will furnish a Resident Project Representative to assist
ENGEslEER. in providing more continuous observation of
the Work- The responsibilities and authority and
limitations thereon of any such Resident Project
Representative and assistants will be as provided in
paragraphs93 and 9.13 and •- the S•liplai eiaiiFy
Conditions of these General Conditions. If 01NMER
desi test another representative or agent to represent.
Oli.'ER at the site who is not ENGLhEER's Consultant,
agent or employee, the respomibihties and authority and
limitations thereon of such other person will be as
provided in Iarataph 9.3
of these General Conditions If the ENGTNF,FIZ furnishes
a Resident F'rnaect Reprzsentanve{RM or other
assistants, or if the OWNER designates a Representative
9L newaa41 as nrovickd in_.d,<•Lrngttq�Yi 9 3 ot..tht Gestural
Comlingns, these Representntives shall. have the authority
and limitations as provided in Toragraph 913 of the
General Cwxl lions attd shall he stew Yn the followi_atjg:
Ja 1 The RepB;2"tives clealin s in mallets
pcMainita> to iltc cn.stte work will in eenenil. he with
the ENG.INEFR apd CQN IK_AQTOR_ But, the
Rrpresentaattve wall kcep_ the ,GII?v'ER ,properly
advised about such matters. The Representative's
dailint_s with subcontractors will only be thnnah or
with the _ full knv%, w and Approval _ of the
C:OATTkACTQR_
oar" Duties and Rowrigbilities.RctresMWjiv
will;.
93 2 t Schedules - Review the Ifomess
19
schedule " other sdxdqles grc aMd Ily the
_p_ __ _
CONTRACTOR , Md consult with _the
EN GLNEER coiccrnina acceptability.
2.3,' �2CogLcrencqs_ITA Meetma- - &erLd
incefina with the CONTRACTOR such as
prCconstruction conferences, progress meebap
and other tob conferences and virevore and
circulate copies of minutes of meetings,
9-3.2.3. Liaison
9.3,131 Serve as HNGINEWS liaison
;With CONTRACTOR working lirincip-afl
through ('{)NTPACTOR'S superintendent to
asug ft QDNI RA(71L)R in urndetstandtg
the Contract Documents,
9,12.3.2. Assist in obtaminiz from OWNER
additional - details„_ nr vjfcv on %.r.hen
exccutiun of the Work
9,3.2.33- Achise the ENGINEER and
CONTRACTOR of the commencement of
any Work requiring a Sim Dmir� or
%amnle submission if the submission has not
hem aMmved by the ENKA NP.);R
9-3.' 4 ReTivw90k.",prk, RejNijop of Defective
Wtork. Insiv-vtions and'fesm -
93,14. 1 Conduct on -site observations of
ifW progress toassistjjte ftndbNEEk
in determining that the Work is proceeding in
accordance with the (xintract bowncnis
93.2.4.3._, kownipaRy visiting irispemrs
representingpublic or otlwr_agencies hav
�
juri.-Aliction over the Proiect. record the results
inspections and remit to the
L!_N0_TeT_W
931^ i - - 11nieTretat-pon, , , _of.... , Contract
Documents. ENGINMR when
,_ Report_ tq_
clarificatiorts anti imenvimions of the Contract
Iupqinerils. are pee'ded- and. -_ _transmit I to
WNTRAC-l'OR clarification and inicaretain
of the Canuact Documents as issued by the
9-3.2.6 Modifications. Consider and
evaluate CONTRAM'OR'S stm2estions for
20 EXI)CM.WMAL COM)MOMN 191" (I"M E(htiakt
W CI FY OF [;ORTWLU.-,3BIODIFICA-nOM%(KLN4!20(JU)
moifird
", —mt—I
rqxrt _Q hew recommendations to ENGVTM
to CON TRACTOR
rNGINrFER.
9.3.2.7. RL=&.
93 2 7, 1, Pecord nim
addresses and
telephone„ -hple nunihm of all
CO:\TRACTOI25. . . suLcon �ag .. and
major suppliers -of equippent and materials,
9,3,- llReports,
93191 � Finnish INOINEER Ivrio*
reports,. as required,, of the Ire grst; of the
Work- and pfthe, cp_\-r,kACT0,WS
compliappe _with the pr9gms-schedule and
schedule of shop _ Dr dwing and sample
9-1-2,8Z' (7cinsuh with - ING INJETR in
advance of scheduling major tests,
Juigw g7%or start ofym PtjqqTha?Zs of the
W0rL
93ZS3. Draft Provesed Change Or&
and Work Diective Charge,,, ot"mmg
backup on' xnd k ' � E ' NGIINTEM ChHnLe
annin-M T
9,31, 8 4. Repot munediatch, to
INGINTER and 0ANTR the occu_n7a_a�of
any accident.
9.1,19. blyjperA Eggiijists. &evir& applippi
axnipltanu
milt tine establishedgpeedure for their
submission and forward with recommendation to