Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout102829 DON KEHN 109445 CONNELL 102511 LAFARGE - CONTRACT - BID - 6045 ASPHALT SUPPLY (3)SERVICES AGREEMENT
THIS AGREEMENT made and entered into the day and year set forth below by and between
THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter referred to as the
"City" and Don Kehn Construction, Inc., hereinafter referred to as "Service Provider".
WITNESSETH:
In consideration of the mutual covenants and obligations herein expressed, it is agreed by
and between the parties hereto as follows:
1. Scope of Services. The Service Provider agrees to provide services in accordance
with the scope of services attached hereto as Exhibit "A", consisting of three (3) pages and
incorporated herein by this reference.
2. Contract Period. This Agreement shall commence upon signing, and shall continue
in full force and effect until May 4, 2008, unless sooner terminated as herein provided. In addition,
at the option of the City, the Agreement may be extended for additional one year periods not to
exceed four (4) additional one year periods. Renewals and pricing changes shall be negotiated by
and agreed to by both parties. The Denver Boulder Greeley CPIU published by the Colorado State
Planning and Budget Office will be used as a guide. Written notice of renewal shall be provided to
the Service Provider and mailed no later than ninety (90) days prior to contract end.
3. Delay. If either party is prevented in whole or in part from performing its obligations
by unforeseeable causes beyond its reasonable control and without its fault or negligence, then the
party so prevented shall be excused from whatever performance is prevented by such cause. To
the extent that the performance is actually prevented, the Service Provider must provide written
notice to the City of such condition within fifteen (15) days from the onset of such condition.
4. Early Termination by City/Notice. Notwithstanding the time periods contained herein,
the City may terminate this Agreement at any time without cause by providing written notice of
termination to the Service Provider. Such notice shall be delivered at least fifteen (15) days prior to
the termination date contained in said notice unless otherwise agreed in writing by the parties. All
SA 09/01 /06
EXHIBIT B
BID SCHEDULE
MW ITEM E7> TM uw
No. DESCRIPTKM CU1ATi M PFMC6
40820 H8P G ading SX 3,000 Ton (S 42. 5.0 perTon
76 PG 5a-28 MOW
403.30 HBP Grading S 24,000 Ton 42.04 ) per Ton
100 FG d8VIM Binder
4OS-36 HBP Grading S 20,000 Ton 47.30 ) per Ton
100 PG 9428 $Under
40340 HBP Graving SG 63,0W Tan (s. 39:20 ) per Ton
1 g0 PG 58-28 B1nWr
Plank Name
SA 09/01/06
10
EXHIBIT C
INSURANCE REQUIREMENTS
1. The Service Provider will provide, from insurance companies acceptable to the City, the
insurance coverage designated hereinafter and pay all costs. Before commencing work under this
bid, the Service Provider shall furnish the City with certificates of insurance showing the type,
amount, class of operations covered, effective dates and date of expiration of policies, and
containing substantially the following statement:
"The insurance evidenced by this Certificate will not be cancelled or materially altered,
except after ten (10) days written notice has been received by the City of Fort Collins."
In case of the breach of any provision of the Insurance Requirements, the City, at its option, may
take out and maintain, at the expense of the Service Provider, such insurance as the City may deem
proper and may deduct the cost of such insurance from any monies which may be due or become
due the Service Provider under this Agreement. The City, its officers, agents and employees shall
be named as additional insureds on the Service Provider's general liability and automobile liability
insurance policies for any claims arising out of work performed under this Agreement.
2. Insurance coverages shall be as follows:
A. Workers' Compensation & Employer's Liability. The Service Provider shall maintain
during the life of this Agreement for all of the Service Provider's employees engaged in work
performed under this agreement:
Workers' Compensation insurance with statutory limits as required by
Colorado law.
Employer's Liability insurance with limits of $100,000 per accident, $500,000
disease aggregate, and $100,000 disease each employee.
B. Commercial General & Vehicle Liability. The Service Provider shall maintain during
the life of this Agreement such commercial general liability and automobile liability insurance
as will provide coverage for damage claims of personal injury, including accidental death, as
well as for claims for property damage, which may arise directly or indirectly from the
performance of work under this Agreement. Coverage for property damage shall be on a
"broad form" basis. The amount of insurance for each coverage, Commercial General and
Vehicle, shall not be less than $500,000 combined single limits for bodily injury and property
damage.
In the event any work is performed by a subcontractor, the Service Provider shall be
responsible for any liability directly or indirectly arising out of the work performed under this
Agreement by a subcontractor, which liability is not covered by the subcontractor's
insurance.
SA 09/01 /06
11
ACORD- CERTIFICATE OF LIABILITY INSURANCE �royo °"Y"Y'
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION
HRH of Colorado ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
720 South Colorado Boulevard ALTER
THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
ALTER THE COVER -".GE AFFORDED BY THE POLICIES BELOW.
Suite 60ON
Denver, CO 80246 INSURERS AFFORDING COVERAGE NAIC #
INSURED INSURER A: Travelers Indemnity Company 25658
Don Kehn Construction, Inc. INSURER B: Travelers Property Casualty Company 36161
6550 SCR5 INSURERQ Pin nacol Assurance 10780
Fort Collins, CO 80528 INSURER D:
INSURER E:
COVERAGES
THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING
ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAYBE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSK
LTR
An
TYPE OF INSURANCE
POLICY NUMBER
LIE (M IDOr E
POLICYM DATE MMIO T10N
LIMITS
A
GENERAL LIABILITY
161ES893IND06
11/01/06
11/01/07
EACH OCCURRENCE
$1000000
X COMMERCIAL GENERAL LIABILITY
DAMAGE RENTEDIE
1300 OOO
CLAIMS MADE N OCCUR
NAI#
MED EXP (Any one person)
s$ 000
PERSONAL S ADV INJURY
$1 00O 000
CG D2 46
(08/05)
GENERAL AGGREGATE
s2000,000
GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS-COMP/OP AGG
s2000000
POLICY FX PRO X LOC
B
AUTOMOBILE
LIABILITY
ANY AUTO
..... _....
161E8893TIL06
.... . _
11/01/06
11/01/07
COMBINED SINGLE LIMIT
(Es accident) .,...
s1,000,000 _
X
BODILY INJURY
(Per Person)
$.
ALL OWNED AUTOS
SCHEDULED AUTOS
._, _ _.. ._....
__..
__. ...
.....
X
BODILY INJURY
(I sr accident)
$
HIRED AUTOS
NON -OWNED AUTOS
X
X
PROPERTY DAMAGE
(Per acadmt)
$
Ltd Pollution
GARAGE UABIUTYI i •. -ic
AUTO ONLY - EA ACCIDENT
$
OTHER THAN EA ACC
s
ANY AUTO
$
AUTO ONLY: AGG
B
EXCESSIUMBRELLA LIABILITY
161 E8893TIL06
11/01/06
11/01/07
EACH OCCURRENCE
s2.000.000
X OCCUR CLAIMS MADE
AGGREGATE
s2,000.000
s
$
DEDUCTIBLE
$
X RETENTION $10000
C
WORKERS COMPENSATION AND
2093950
10/01/06
10/01/07
X WC STATU- OTH-
EMPLOYERS' LIABILITY
ANY PROPRIETOR/PARTNER/EXECUTIVE
E.L. EACH ACGOENT
s500 000
E.L. DISEASE - EA EMPLOYEE
$500 000
OFRCERINEMBER EXCLUDED?
If desaIbe under
SPECIA PROVISIONS below
E.L. DISEASE - POLICY LIMIT
$500 000
OTHER
DESCRIPTION OF OPERATIONS LOCATIONS VEHICLES/ EXCLUSIONS ADDED BY ENDORSEMENT /SPECIAL PROVISIONS
Project Description: 6045 Asphalt Supply
The following are Additional Insureds as respects General Liability only
if required by written contract and coverage applies only as respects
(See Attached Descriptions)
YGrl l lr-1VM I G f1VLVGR
VMPIMOLLM I IV W
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
City of Fort Collins
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30! DAYS WRITTEN
Administrative Services
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
Purchasing Division
IMPOSE NO OBLIGATION OF-_IABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
PO Box 580
REPRESENTATIVES.
Fort Collins, CO 80522-0580
AUTHORIZED REPRESENTATIVE
i . n .. .At-
iUwnw L9 (LVV true) -1 Or 3 Rb0Zroullmoulll3 SMSTT W AI.VKN uunrvIrtM I nm TI60
IMPORTANT
If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement
on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may
require an endorsement. A statement on this certificate does not confer rights to the certificate
holder in lieu of such endorsement(s).
DISCLAIMER
The Certificate of Insurance on the reverse side of this form does not constitute a contract between
the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it
affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon.
ACORD 25-S (2001108) 2 of 3 #S5275611M501113
DESCRIPTIONS (Continued from Page 1`)
work performed by the Insured for the Additional Insureds.
All coverage terms, conditions and exclusions of the policy apply.
Additional Insureds: City of Fort Collins
The Additional Insured endorsement which is referenced above under "Type
of Insurance -General Liability" is attached.
• The following cancellation conditions always apply:
-10 days for non-payment of premium
- If policy shown, 10 days for Workers' Compensation for fraud;
material misrepresentation; non-payment of premium; other reasons
approved by the Commissioner of Insurance
�r.r ,err ..rrl J VI J *017i/.7V 11MOUI I la
COMMERCIAL GENERAL LIABILITY
THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY
BLANKET ADDITIONAL INSURED
(CONTRACTORS)
This endorsement modifies.insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
1, WHO 13 AN INSURED — (Section II) is amended
to include any person or organization that you
agree In a "written contract requiring insurance"
to Include as an additional Insured on this Cover-
age Part, but;
a) Only with respect to liability for "bodily Injury",
"property damage" or "personal injury"; and
b) If, and only to the extent that, the Injury or
damage Is caused by acts or omissions of
you or your subcontractor In the performanoe
of "your work" to which the "written contract
requiring insurance" applies, The person or
organization does not qualify as an additional
insured with respect to the Independent acts
or omissions of such person or organization.
Z. The insurance provided. to the additional Insured
by this endorsement.ts limited as follows;
aj: In the: event that the Limits of Insurance of
this Coverage Part shown In the Declarations
exceed :the limits of liability required by the
"written contract requiring Insurance", the in-
surance provided to the additional insured
shall be limited to the limits of liability re-
quired by that "written contract requiring In-
surance", This endorsement shall not in-
crease the limits of insurance described in
Section III — Limits Of Insurance.
b) The Insurance provided to the additional in-
sured does not apply to "bodily injury", "prop
erty damage" or "personal injury" arising out
of the rendering of, or failure to render, any
professional architectural, engineering or sur-
veying servlcee, including;
1. The preparing, approving, or failing to
prepare or approve, maps, shop draw-
ings, opinions, reports, surveys, field or-
ders or change orders, or the preparing,
approving, or failing to prepare or ap-
prove, drawings and specifications; and
ii, Supervisory, inspection, architectural or
engineering activities,
c) The Insurance provided to the additional In-
sured does not apply to "bodily injury" or
"Property damage" caused by "your work'
and Included In the "products -completed op-
erations hazard" unless the "written contract
requiring insurance" specifically requires you
to provide such coverage for that additional.
Insured, and then tho Insurance provided to
the additional Insured applies only to such
"bodily injury" or "property damage" that oc-
ours beforo the end' of the period of time for
which the "written contract requiring insur-
ance" requires you to provide suoh coverage
or the and of the policy period, whichever is
earlier,
3.. The insurance provlded to the additional Insured:
by this endorsement is excess raver any valid and
oollectibie "other insurance", whether'pdmary;"
excess, contingent or on any other'basls; that' iv,
available to the additional Insured .for a loss we
cover under this Qndorsement, -However;.tf:'the:
"written contract requiring insurance" specifically
requires that this insurance apply on a primary
basis or a primary and non-contributory basis,
this insurance Is primary to 'other insurance"
available to the additional insured which cover's
that person or organization as a named insured
for such loss, and we will not share with that
"other insurance", But the insurance provided to
the additional insured by this endorsement still is
excess over any valid and collectible 'other in-
surance", whether primary, excesa, contingent or
on any other basis, that is available to the addi-
tional Insured when that person or organization is
an additional insured under such 'other insur-
ance".
4, As a condition of coverage provided to the
additional insured by this endorsement;
a) The additional insured must give us written
notice as soon as practicable of an "occur-
rence" or an offense Which may result In a
claim. To the extent possible, such notice
should include;
CG D2 46:BB:4$,;: , ® 2005 The St-:Paul,TravelersCompanies, Inc. -Fage`1 of 2
notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to
the following addresses:
City:
City of Fort Collins
Attn: Purchasing
PO Box 580
Fort Collins, CO 80522
Service Provider:
Don Kehn Construction, Inc.
6550 South County Road 5
Fort Collins, CO 80528
In the event of early termination by the City, the Service Provider shall be paid for services rendered
to the date of termination, subject only to the satisfactory performance of the Service Provider's
obligations under this Agreement. Such payment shall be the Service Provider's sole right and
remedy for such termination.
5. Contract Sum. The City shall pay the Service provider for the performance of this
Contract, subject to additions and deletions provided herein, per the attached Exhibit "B", consisting
of one (1) page, and incorporated herein by this reference.
6. City Representative. The City will designate, prior to commencement of the work, its
representative who shall make, within the scope of his or her authority, all necessary and proper
decisions with reference to the services provided under this agreement. All requests concerning this
agreement shall be directed to the City Representative.
7. Independent Service provider. The services to be performed by Service Provider are
those of an independent service provider and not of an employee of the City of Fort Collins. The
City shall not be responsible for withholding any portion of Service Provider's compensation
hereunder for the payment of FICA, Workmen's Compensation or other taxes or benefits or for any
other purpose.
8. Personal Services. It is understood that the City enters into the Agreement based on
the special abilities of the Service Provider and that this Agreement shall be considered as an
agreement for personal services. Accordingly, the Service Provider shall neither assign any
responsibilities nor delegate any duties arising under the Agreement without the prior written
consent of the City.
SA 09/01 /06 2
9. Acceptance Not Waiver. The City's approval or acceptance of, or payment for any of
the services shall not be construed to operate as a waiver of any rights or benefits provided to the
City under this Agreement or cause of action arising out of performance of this Agreement.
10. Warran .
(a) Service Provider warrants that all work performed hereunder shall be
performed with the highest degree of competence and care in accordance
with accepted standards for work of a similar nature.
(b) Unless otherwise provided in the Agreement, all materials and equipment
incorporated into any work shall be new and, where not specified, of the most
suitable grade of their respective kinds for their intended use, and all
workmanship shall be acceptable to City.
(c) Service Provider warrants all equipment, materials, labor and other work,
provided under this Agreement, except City -furnished materials, equipment
and labor, against defects and nonconformances in design, materials and
workmanship/workwomanship for a period beginning with the start of the
work and ending twelve (12) months from and after final acceptance under
the Agreement, regardless whether the same were furnished or performed by
Service Provider or by any of its subcontractors of any tier. Upon receipt of
written notice from City of any such defect or nonconformances, the affected
item or part thereof shall be redesigned, repaired or replaced by Service
Provider in a manner and at a time acceptable to City.
11. Default. Each and every term and condition hereof shall be deemed to be a material
element of this Agreement. In the event either party should fail or refuse to perform according to the
terms of this agreement, such party may be declared in default thereof.
12. Remedies. In the event a party has been declared in default, such defaulting party
shall be allowed a period of ten (10) days within which to cure said default. In the event the default
remains uncorrected, the party declaring default may elect to (a) terminate the Agreement and seek
damages; (b) treat the Agreement as continuing and require specific performance; or (c) avail
himself of any other remedy at law or equity. If the non -defaulting party commences legal or
equitable actions against the defaulting party, the defaulting party shall be liable to the non -
defaulting party for the non -defaulting parry's reasonable attorney fees and costs incurred because
of the default..
SA 09/01 /06 3
13. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire
agreement between the parties and shall be binding upon said parties, their officers, employees,
agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal
representatives, successors and assigns of said parties.
14. Indemnity/Insurance. a. The Service Provider agrees to indemnify and save
harmless the City, its officers, agents and employees against and from any and all actions, suits,
claims, demands or liability of any character whatsoever brought or asserted for injuries to or death
of any person or persons, or damages to property arising out of, result from or occurring in
connection with the performance of any service hereunder.
b. The Service Provider shall take all necessary precautions in performing the work
hereunder to prevent injury'to persons and property.
c. Without limiting any of the Service Provider's obligations hereunder, the Service Provider
shall provide and maintain insurance coverage naming the City as an additional insured under this
Agreement of the type and with the limits specified within Exhibit C, consisting of one (1) page,
attached hereto and incorporated herein by this reference. The Service Provider before
commencing services hereunder, shall deliver to the City's Director of Purchasing and Risk
Management, P. O. Box 580 Fort Collins, Colorado 80522 one copy of a certificate evidencing the
insurance coverage required from an insurance company acceptable to the City.
15. Entire Agreement. This Agreement, along with all Exhibits and other documents
incorporated herein, shall constitute the entire Agreement of the parties. Covenants or
representations not contained in this Agreement shall not be binding on the parties.
16. Law/Severability. The laws of the State of Colorado shall govern the construction
interpretation, execution and enforcement of this Agreement. In the event any provision of this
Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such
holding shall not invalidate or render unenforceable any other provision of this Agreement.
SA 09/01 /06 4
17. Prohibition Against Employing Illegal Aliens. This paragraph shall apply to all
Contractors whose performance of work under this Agreement does not involve the delivery of a
specific end product other than reports that are merely incidental to the performance of said work.
Pursuant to Section 8-17.5-101, C.R.S., et. seq.; Contractor represents and agrees that:
A. As of the date of this Agreement:
1. Contractor does not knowingly employ or contract with an illegal alien; and
Contractor has participated or attempted to participate in the basic pilot
employment verification program created in Public Law 208, 104th
Congress, as amended, and expanded in Public Law 156, 108th
Congress, as amended, administered by the United States Department of
Homeland Security (the "Basic Pilot Program") in order to verify that
Contractor does not employ any illegal aliens.
B. Contractor shall not knowingly employ or contract with an illegal alien to
perform works under this Agreement or enter into a contract with a
subcontractor that fails to certify to Contractor that the subcontractor shall not
knowingly employ or contract with an illegal alien to perform work under this
Agreement.
C. Contractor shall continue to apply to participate in the Basic Pilot Program and
shall in writing verify same every three (3) calendar months thereafter, until
Contractor is accepted or the public contract for services has been completed,
whichever is earlier. The requirements of this section shall not be required or
effective if the Basic Pilot Program is discontinued.
D. Contractor is prohibited from using Basic Pilot Program procedures to
undertake pre -employment screening of job applicants while this Agreement is
being performed.
E. If Contractor obtains actual knowledge that a subcontractor performing work
under this Agreement knowingly employs or contracts with an illegal alien,
Contractor shall:
Notify such subcontractor and the City within three days that Contractor
has actual knowledge that the subcontractor is employing or contracting
with an illegal alien; and
Terminate the subcontract with the subcontractor if within three days of
receiving the notice required pursuant to this section the subcontractor
does not cease employing or contracting with the illegal alien; except that
Contractor shall not terminate the contract with the subcontractor if during
such three days the subcontractor provides information to establish that
SA 09/01 /06
the subcontractor has not knowingly employed or contracted with an illegal
alien.
F. Contractor shall comply with any reasonable request by the Colorado
Department of Labor and Employment (the "Department") made in the course
of an investigation that the Department undertakes or is undertaking pursuant
to the authority established in Subsection 8-17.5-102 (5), C.R.S.
G. If Contractor violates any provision of this Agreement pertaining to the duties
imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this
Agreement. If this Agreement is so terminated, Contractor shall be liable for
actual and consequential damages to the City arising out of Contractor's
violation of Subsection 8-17.5-102, C.R.S.
H. The City will notify the Office of the Secretary of State if Contractor violates this
provision of this Agreement and the City terminates the Agreement for such
breach.
CITY OF FORT COLLINS, COLORADO
a municipal corporation
Jams . O'Neill II, CPPO, FNIGP
DiredWr of Purchasing and Risk Management
Date:
Don Kahn Construction, Inc.
By: Qe�Abj—
PRINT NAME
v« Py-e-5
CORPORATE PRESIDENT OR VICE PRESIDENT
Date: S - ) - 0 "1
(Corporate Seal)
RP RAT . CRETARY
SA 09/01 /06
EXHIBIT A
The Colorado Division of Transportation "Standard Specification for Road and Bridge Construction"
2005, including all Supplemental Specifications, as well as the currentversion of the Larimer County
Urban Area Street Standards are made part of this contract by this reference, except as revised
herein, and hereby adopted as the minimum Standard Specification of compliance for this contract.
Quantities are estimates only and will be used for bidding and award purposes only. The City
reserves the right to award to more than one Contractor. The City reserves the right to award on
cost per ton plus lowest transportation costs to the job and availability of material. Any substandard
asphalt product may be rejected by the City. Contractor must have silo storage capabilities of a
minimum of 300 ton.
The awarded Contractor must supply asphalt as requested by the City departments on demand,
when a 12 hour notice is given. This applies to pickups Monday through Saturday and occasionally
at night. City crews shall not be kept waiting for loading of asphalt for a period longer than fifteen
(15) minutes and should alternate when loading if Contractors trucks are waiting. The transportation
adjustment factor will consider tons/mile to compensate for shipping costs associated with asphalt
plants located outside the Fort Collins city limits.
The City may require testing of the work, including materials, products, processes and equipment.
The costs for tests not required elsewhere by these specifications shall be paid by the City where
such tests show compliance with the Contract Documents; otherwise the costs shall be paid by the
Contractor.
Any products, materials and equipment condemned or rejected by the City or it's authorized
inspector because of nonconformity with the Contract Documents may be removed or reduced in
price as provided in the Standard Specifications. Any costs to remove and replace non -conforming
materials, shall be borne by the Contractor.
The City, and authorized government agents, and their representatives shall at all times be provided
safe access to the Contractors asphalt plant; and the Contractor shall provide facilities for such
access and for inspection.
BID 6045 Asphalt Supply
SA 09/01 /06
7
SPECIFICATIONS
The Colorado Department 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 the Contract by this reference,
except as revised herein, and are hereby adopted as the minimum Standard Specifications of
Compliance for this project.
Section 401 of the Standard Specifications is hereby revised as follows:
• The following paragraph shall be deleted from Subsection 401.02 of the Standard
Specifications:
(ax4) "A sufficient quantity of each aggregate, mineral filler, reclaimed material,
and additive for the required Laboratory tests."
• Subsection 401.02 is hereby revised to include the following:
Requests made in writing by the Contractor for changes in the job mix formula will be
considered by the Engineer. A job mix formula shall be determined by the Contractor and
submitted to the Engineer for approval a minimum of one week prior to the beginning of
construction for each proposed change. The Contractor shall provide the Engineer with a
report from an independent testing laboratory acceptable to the Engineer. The report shall
state the Superpave properties, optimum oil content, job mix formula and recommended
mixing and placing temperatures. The costs for all job mix formulas shall be the
responsibility of the Contractor.
If the Contractor uses more than three (3) job mix formulas for a type of plant mix pavement
used, the City may charge the Contractor for testing and evaluation of the mix designs,
including the costs for calibration.
Mix design verification testing shall be the responsibility of the Contractor. A minimum of
one verification per mix design or one per 10,000 ton of mix used shall be provided to
confirm oil content, gradation, air voids, VMA, and stability.
Section 403 of the Standard Specifications Is hereby revised as follows:
• Subsection 403.01 is revised to include the following:
This work shall consist of supplying HBP to the City of Fort Collins. This material shall be
picked up by The City of Fort Collins at the suppliers plant site. The materiel shall include
Grading SX, Grading S, and Grading SG Hot Bituminous Pavement, according to the current
Colorado Department of Transportation Design Criteria and the Larimer County Urban Area
Street Standards or as specified hear -in.
• Subsection 403.02 is revised to include the following:
Laboratory Mix Design - SHRP Mix, Grading S, SX, SG - The mix design shall be
prepared by an independent laboratory acceptable to the Engineer. The criterion for the mix
SA 09/01 /06
8
design is as follows:
o Designed according to most recent set of SUPERPAVE Specifications available at
the time
o A request made in writing by the Contractor for changes in the job mix formula will be
considered by the Engineer.
o The design mix for Grading S, SX, and SG shall conform to the current Larimer
County Urban Area Street Standards and the following:
m
r,
"I all
Minimum Dry Split Tensile I CPL 5109 I 205 (30) I 205 (30) ` 205 (30)
Strength, kPa (psi) Method B I
Grade of Asphalt Cement I J PG PG 64-28 I -28 PG 58-28 f PG 58-28
Voids in the Mineral Aggregate I CP 48 I (a) I (a) I (a)
(VMA) % minimum
Voids Filled with Asphalt I I (a) I (a) I (a)
(VFA) % Al MS-2
(a) Current CDOT Design Criteria
• Subsection 403.05 is revised to include the following:
The accepted quantities will be paid for at the contract unit price for each of the pay items
listed below:
Pay Item
Unit
403.20
HBP Grading SX 75 PG 58-28 Binder
Ton
403.30
HBP Grading S100 PG 58-28 Binder
Ton
403.35
HBP Grading S100 PG 64-28 Binder
Ton
403.40
HBP Grading SG100 PG 58-28 Binder
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 providing
Hot Bituminous materials, complete, as specified in these specifications, and as directed by
the Engineer.
SA 09101 /06
9