HomeMy WebLinkAbout202421 CUTLER REPAVING - CONTRACT - BID - 5502 HOT IN PLACE RECYLCING (2)SPECIFICATIONS AND
CONTRACT DOCUMENTS FOR
HOT -IN -PLACE RECYCLING PROJECT
BID NO. 5502
City of Fort Collins
JULY 2001
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 cf
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,
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 .1 Certificate of Substantial Completion
7.2.2Certificate of Final Acceptance
7.2.3 Lien Waiver Releases
7.2.4 Consent of Surety
7 2.SApplication for Exemption Certificate
10/97
Section 00520 Page 4
7.2.6Application for Payment
7.3 Drawings, None
7.4'. Addenda -Numbers" to inclusive.
7.5. ,,The Contract Documents also include all written amendments and
documents ainer_ding, modifying, or supplementing the Contract Documents pur
to paragraphs 3.5 and 3.6 of the General Conditions.
7.6. There are no Contract Documents other than those listed)
incorporated by reference in this Article 7. The Contract Documents may onli
amended,�mo`dified or supplemented as provided in paragraphs 3.5 and 3.6 of
General Conditions'.
ARTICLE 8. MISCELLANEOUS
or
be
the
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 ca 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.
8.3. 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.
10/97 Section 00520 Page 5
r
6
OWNER: CITY O�FFORT COLLINS CONTRACTOR: Cutler Repaving, Inc.
By'
QDf % - 4,; By: ("s,
N F. JOHVASCHEACH, CITY MANAGER
�
BY:
T CB, O'NEILL II, CPPO
� I ECTOR OF PURCHASING Title: �2EX1DE�lT
AND R,I,S' GE ENT E .��
��� Date. i-la-0 1 4 ,• }: C���� ►�.
4.,,.v,�.., (CORPORATE SEAL), a p Y
`� �y
If Attest
Attest f �.
y Clerk
rA; Addressi�for giving notices: Address for giving notices:"
I x 9a 1 E, a I T?' ST.
)�?P" O. Box sao I/-
Fort Collins, CO 80522 LAu. kcNtE} k�s 66oq&- y417
LICENSE NO.:
Approved as to Form
Assistant City Attorney
10/97 Section 00520 Page 6
SECTION 00530
NOTICE TO PROCEED
Description of Work: HOT -IN -PLACE RECYCLING, BID ##5502
To:
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
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
By:
Title:
7/96 Section 00530 Page 1
;�
1
SECTION OO600
BONDS AND CERTIFICATES
00610Performance Bond
00615Payment Bond
00630 Certificate of Insurance
00635 Certificate of Substantial Completion
00640Certificate of Final Acceptance
00650Lien Waiver Release "CONTRACTOR)
00660 Consent of Surety
00670 Application for Exemption Certificate
No Text
U
SECTION 00610
PERFORMANCE BOND
Bond No. 37BCSAB5800
KNOW ALL MEN BY THESE PRESENTS: that
(F• ) Cutler Repaving, Inc.
irm
(Address) 921 F 27th ice. KS 66046
(an Individual), (a Partnership), (a Corporation), hereinafter referred to as the
"Principal" and
(Firm) Hartford Fire Insurance Company
(Address) 690 Asylum Ave. Hartford, CT 06115
hereinafter referred to as "the Surety", are held and firmly bound unto City of
Fort Collins.,.300 Laporte Ave, Fort Collins. Colorado 80522 a (Municipal
One Huridr'e l-- t nThree T�housandr NineeHun�redo as the "OWNER", in the penal sum of
Nine n 1l oL 00 ($16�,909 20) 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 5th day of July
2001, a copy of which is hereto attached and made a part hereof for the
performance of The City of Fort Collins project HOT -IN -PLACE RECYCLING; BID
#5502.
NOW, THEREFORE, if the Principal shall well, truly and faithfully perform fits
duties, all the undertakings, covenants, terns, 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 whichi the
OWNER may incur in making good any default then this obligation shall,:b"e;,void;
otherwise to remain in full force and effect. y"•1F
IT
le�w F'
7/96
Y�
•f
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 tc 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 four (4) counterparts, each
one of which shall be deemed an original, this 11th day of July
20 01.
IN SENCE OF:
(Corporate Seal)
IN PRESENCE OF:
IN PRESENCE OF
Principal Cutler
Repaving, Inc.
Lie
I�� rrt nV i9�5� if�
Title
921 E. 27th, Lawrence, KS 66046';`4�°°i
(Address)
�(Rr
Other Partners
nV
�-
y kal;'
By .
Surety RartfordnFiree Insurance Company
By: 6wl-e1cv(x �02b y
Barbara Talty, Attorney -in -Fact
By: 5201 Johnson Dr #500, Mission, KS 66205
(Address)
Fate of Bond must not be prior to date of Agreement.
is Partnership, all partners should execute Bond.
If CONTRACTOR
Section 00610 Page 2
HARTFORD FIRE INSURANCE COMPANY
Hartford, Connecticut
POWER OF ATTORNEY
Know all men by these Presents, That HARTFORD FIRE INSURANCE COMPANY, a corporation duly organized under the laws of the State of Connecticut,
its principal office in the City of Hartford, County of Hartford, State of Connecticut, does hereby make, constitute and appoint
Gary A Remley, William Schifman, Barbara Talty, Deborah McClendon, LaVonne Engeman
Of
Mission, Kansas
having
its true and lawful Attorney(s)-in-Fact, with full power and authority to each of said Attomey(s) in -Fact, in their separate capacity if more than one is named above, to sign. execute
and acknowledge any and all bonds and undertakings and other writings obligatory in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of
persons holding places of public or pnvate trust, guaranteeing the performance of contracts other than insurance policies, guaranteeing the performance of insurance contracts where
surety bonds are accepted by states and municipalities, and executing or guaranteeing bonds and uncertakings required or permitted in all actions or proceedings or by law allowed,
and to bind HARTFORD FIRE INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof
were signed by an Executive Officerlof HARTFORD FIRE INSURANCE COMPANY and sealed and attested by one other of such Officers, and hereby ratifies and confirms all that its
said Attomey(s)-in-Fact may do in pursuance hereof
This Power of Attomey is granted under and by authority of the By -Laws of HARTFORD FIRE INSURANCE COMPANY, ("the Company') as amended by the Board of Dire
meeting duly called and held on May 131" 1999, as follows
ARTICLE IV
SECTION 7 The President or any Vice President or Assistant Vice -President, acting with any Secretary or Assistant Secretary shall have power and authority to
execute and attach the seal of the l Company to bonds and undertakings, recongmzances, contracts, of indemnity and other writings obligatory in the nature thereof,
instruments so signed and executed, with or without the common seal, shall be valid and binding upon the Company
I
SECTION 8 The President or any Vice -President or any Assistant Vice President acting with any Secretary or Assistant Secretary, shall have power and au
appoint, for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, one or more resident Vice Presidents.
Assistant Secretaries and Attorneys-m-Fact and at any time to remove any such resident Vice -President, resident Assistant Secretary, or Attomey-in-Fact, and revoke the p
authonty given to him
Resolved, that the signatures of such Officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by
and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so exec
certified by facsimile signatures and fI acsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached
i
In Witness Whereof, HARTFORD FIRE INSURANCE COMPANY has caused these presents to be signed by its Assistant Vice -President, and its corporate s
hereto affixed, duly attested by Its Assistant Secretary, this 14th day of May, 1999
HARTFORD FIRE INSURANCE COMPANY
�ceiCk
* °
�'JFA1E�
/ weel—
Paul A Bergenholtz ) Assistant Secretary Robert L Post, Assistant Vice President
STATE OF CONNECTICUT
COUNTY OF HARTFORD ss. Hartford
On this 14th day of May, A D 1999, before me personally came Robert L Post, to me known, who being by me duly sworn, did depose and say that he resides in the
Hartford, State of Connecticut, that he is the Assistant Vice -President of HARTFORD FIRE INSURANCE COMPANY, the corporation described in and which executed
instrument, that he knows the seal of the said corporation, that the seal affixed to the said instrument is such corporate seal, that it was so affixed by order of the Board of C
said corporation and that he signed his name thereto by like order
a>ti aor 1��
G Jean H Wozmak
Notary Public
CERTIFICATE My Commission Expires June 30, 2004
I, the undersigned, Assistant Vice President of HARTFORD FIRE
POWER OF ATTORNEY remains m,full force and hasfnot been
COMPANY, set forth in the Power of Attorney, are now in force
+i,
Signed and sealed at the City of Hartford
e
rJ �%JSt
lyil@8"�^
Form 5-4054.2 Printed in U S A rya Fl"t
INSURANCE COMPANY, a Conneinicut Corporation, DO HEREBY CERTIFY that the foregoing and
revoked, and furthermore, that Article IV, Sections 7 and 8 of the By -Laws of HARTFORD FIRE INS(
Dated the 11 th day of July 2001
* °
J Dennis Lane, Assistant Vice President
tors at a
;ign and
nd such
honty to
resident
wer and
icsimile,
ited and
al to be
unty of
above
:tors of
No Text
9
t
SECTION 00615
PAYMENT BOND
Bond No. 37BCSAB5800
KNOW ALL MEN BY THESE PRESENTS: that
(Firm) Cutler Repaving, Inc.
(Address)921 E. 27th, Lawrence, KS 66046
(an Individual), (a Partnership), (a Corporation), hereinafter referred to
"Principal" and —
(Firm)
Hartford Fire Insurance Company
(Address) 690
lum Ave., Hartford, CT 06115
the
hereinafter referred to as "the Surety", are held and firmly bound unto the City
of Fort Collins, 300 Laporte Ave.. Fort Collins, Colorado 80522 a (Municipal
Corporation hereinafter referred to as the OWNER", in the penal sum of
One Hundred Sixty hree Thousand Nine Hundred
Nine �. in lawful money of the United States, for
the payment of which 'sum we 1 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 5th day of July
2001, a copy of which is hereto attached and made a part hereof for the
performance of The City of Fort Collins project, HOT -IN -PLACE RECYCLING; BID
#5502.
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 such 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,fiill force
and effect.
7/96
;s
Section 00615 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 four (4) counterparts, each
one of which shall be deemed an original, this 11th day of July
2 001
IN PRESENCE TOFF'
I
(Corporate Seal)
IN PRESENCE OF:
IN PRESENCE OF:
l
Principal Cutler Repaving, Inc.
By:
FARE.S J 1)EArr
(Title)
921 E. 27th, Lawrence, KS 66046
(Address)
Other Partners
n
a ' B, gt
`
4 1 t
Surety Hartford Firne Insurance Company
t By: �G` d/��
Barbara Talty, Attorney -in -Fact
By: 5201 Johnson Dr 41500, Mission, KS 66205
(Address)
to of Bond must not be prior to date of Agreement. If CONTRACTOR
` is Partnership, all partners should execute Bond.
d
Section 00615 Page 2
HARTFORD FIRE INSURANCE COMPANY
Hartford, Connecticut
POWER OF ATTORNEY
Know all men by these Presents, That HARTFORD FIRE INSURANCE COMPANY, a corporation duly organized under the laws of the State of Connecticut
its principal office in the City of Hartford, County of Hartford State of Connecticut does hereby make, constitute and appoint
having
Gary A Remley, William Schifinan, Barbara Tatty, Deborah McClendon, LaVonne Engeman
Of
Mission, Kansas
its true and lawful Attorney(s)-in-Fact, with full power and authority to each of said Attomey(s)-in-Fact, in their separate capacity if more than one is named above, to sign execute
and acknowledge any and all bonds and undertakings and other writings obligatory in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of
persons holding places of public or private trust guaranteeing the performance of contracts other than insurance policies, guaranteeing the performance of insurance contracts where
surety bonds are accepted by states and municipalities, and executing or guaranteeing bands and undertakings required or permitted in ail actions or proceedings or by law allowed
and to bind HARTFORD FIRE INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof
were signed by an Executive Officer of HARTFORD FIRE INSURANCE COMPANY and sealed and attested by one other of such Officers, and hereby ratifies and confirms all that its
said Attorney(s)-in-Fact may do in pursuance hereof
This Power of Attorney is granted under and by authority of the By -Laws of HARTFORD FIRE INSURANCE COMPANY, (`the Company") as amended by the Board of Directors at a
meeting duly called and held on May 13'" 1999, as follows
ARTICLE IV
SECTION 7 The President or any Vice President or Assistant Vice -President acting with any Secretary or Assistant Secretary shall have power and authority to sign and
execute and attach the seal of the Company to bonds and undertakings, recongrnzances contracts of indemnity and other writings obligatory in the nature thereof and such
instruments so signed and executed, with or without the common seal shall be valid and binding upon the Company
SECTION 8 The President or any Vice -President or any Assistant Vice President acting with any Secretary or Assistant Secretary shall have power and authority to
appoint, for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof one or more resident Vice Presidents resident
Assistant Secretaries and Attomeys-m-Fact and at any time to remove any such resident Vice -President resident Assistant Secretary or Attomey-m-Fact, and revoke the power and
authority given to him
Resolved, that the signatures of such Officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile,
and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and
certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached
In Witness Whereof HARTFORD FIRE INSURANCE COMPANY has caused these presents to be signed by its Assistant Vice -President and its corporate seal to be
hereto affixed duly attested by its Assistant Secretary this 14th day of May, 1999
HARTFORD FIRE INSURANCE COMPANY
FIRE
(J
Paul A Bergenholtz, Assistant Secretary Robert L Post, Assistant Vice President
STATE OF CONNECTICUT
SS. Hartford
COUNTY OF HARTFORD I
On this 14th day of May A D 1999, before me personally came Robert L Post, to me known, who being by me duly swum, did depose and say that he resides in the County of
Hartford, State of Connecticut, that he is the Assistant Vice -President of HARTFORD FIRE INSURANCE COMPANY, the corporation described in and which executed the I above
instrument, that he knows the seal of the said corporation, that the seal affixed to the said instrument is such corporate seal, that it was so affixed by order of the Board of Directors of
said corporation and that he signed his name thereto by like order
xotiwr f �/
Jean H Wozmak
Notary Public
CERTIFICATE My Commission Expires June 30, 2004
I, the undersigned, Assistant Vice Presidentof aHARTFORD FIRE INSURANCE COMPANY, a Connecticut Corporation, DO HEREBY CERTIFY that the foregoing and attached
POWER OF ATTORNEY remains mtfull force and has not been revoked, and furthermore, that Article IV, Sections 7 and 8 of the By -Laws of HARTFORD FIRE INSURANCE
COMPANY set forth in the Power of Attomey are�now in force
Signed and sealed at the,City of JHartford Dated the 11 th day of July 2001
J Dennis Lane, Assistant Vice President
i
wS,
Form S-4054-2 Printed in U S A
No Text
SECTION 00630
CERTIFICATE OF INSURANCE
CONTRACTOR shall insert his own standard form for Certificate of Insurance.
s.
ACORD CERTIFICATE OF LIABILITY" INSURANCE UTLR-1 7/CSR LE DATE07/ DIll/0)
1
PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION I
ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE
Schifman, Remley & Assoc., Inc HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR
5201 Johnson Drive, Suite 500 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW
Mission KS 66205
Phone:913-831-1777 Fax:913-831-4730
INSURERS AFFORDING COVERAGE
INSURED �e t 6 INSURERA The Hartford
l� 1 INSURERB Twin City Fire Insurance CO.
Cutler Repaving, Inc. INSURERC
921 E 27th Street NISURERD
Lawrence KS 66046
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 CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR
MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH
POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS
NRJ
ILTR
TYPE OF INSURANCE
POLICY NUMBER
POLICY E
DATE MM/DDIYY
PDATEYMMIDD Y)
LIMITS
A
rNERAL LIABILITY
COMMERCIAL GENERAL LIABILITY
CLAIMS MADE �OCCUR
$2000 Prop Damage
37CSEQT0430
08/01/00
08/01/01
EACH OCCURRENCE
$1,000, 000
FIREDAMAGE(Anyonefire)
$300,000
MED EXP (Any one person)
$ 10,000I
PERSONAL B ADV INJURY
$1,000,000
Deductible
GENERAL AGGREGATE
$ 2, 000, 000
GENT AGGREGATE LIMIT APPLIES PER
X PRO LOC POLICY
JECT
PRODUCTS - COMP/OP AGG
S21000,000
B
AUTOMOBILE
LIABILITY
ANY AUTO
ALL O W NED AUTOS
SCHEDULED AUTOS
HIREDAUTOS
NON -OWNED AUTOS
37UENQT0431
08/01/00
08/01/01
COMBINED SINGLE LIMIT
(Ea accident)
$ 1, 000,
000
X
BODILY INJURY
(Per person)
$
BODILY INJURY
(Per accident)
$
PROPERTY DAMAGE
(Per accident)
$
GARAGE LIABILITY
ANY AUTO
AUTO ONLY- EA ACCIDENT
$
OTHER THAN EA ACC
AUTO ONLY AGG
$
$
EXCESS LIABILITY
OCCUR CLAIMS MADE
DEDUCTIBLE
RETENTION $
EACH OCCURRENCE
$
AGGREGATE
$
$
$
$
B
WORKERS COMPENSATION AND
EMPLOYERS'LIABILITY
37WBQT0429
08/01/00
08/01/01
TORY LIMITS I I ER
EL EACH ACCIDENT
$ 500000
EL DISEASE - EA EMPLOYE
$ 500000
EL DISEASE -POLICY LIMIT
$ 500000
OTHER
DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS
*except 10 days for non payment of premium: Project: Hot -in -Place Recycling
Project Bid #5502
GtK I II-ICAI t HULUtK N I ADDITIONAL INSURED, INSURER LETTER CANCELLATION
FORTCOI SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION
DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL _3 0 * DAYS WRITTEN
NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL
City Of Fort Collins
PO Box 580 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR
256 W. Mountain Avenue REPRESENTATIVES
Ft Collins CO 80522-0580 AU H RIZF§D REPYESENTArLI r-\ n
ACORD 25S (7/97)
� • -N•,
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 25S (7/97)
r
SE&ION 00330
BID SCHEDULE
City of Fort Collins Hot -In -Place Recycling Project
Bid No 5502 - 2001 Renewal
Item Na
Description
Unit Cost
Unit
Quantity
Cost
40501
Hot -In -Place Recycling
S 140
SY
100203
S 140,294 20
40502
Rejuvenating Agent
$ 150
Gallon
10020
S
15,030 00
21001
Adjust Valve Box
S 6500
Each
39
S
2,47000
21002
Adjust and Replace Top Section of Valve Box
S 40000
Each
0
S
21003
Adjust Valve Box with Ring
S 65 00
Each
0
S
21004
Adjust Valve Box with Screw Type Adjustable Riser
S 6500
Each
0
S
21005
Adjust Manhole with Ring
S 12500
Each
49
S 6,12500
TOTAL COST S I63,909.20
One Hundred Sixty
Three Thousand Nine Hundred Nine Dollars and Twentv Cents
4L9 Signed �Y Address
� D o
Company li��%%uTLEQ �EPAVIWIG We
Check One
Individual Doing Business in Company Name
Corporation
Partnership
Phone/Fax
9e21 E. e-2 ' Y ST.
LAWg6AJCE ) s G6oyG- L/,9/7
�85-S�I3 -Isar! / 843-39ya
No Text
SECTION 00635
CERTIFICATE OF SUBSTANTIAL COMPLETION
TO: CITY OF FORT COLLINS
(OWNER)
DATE OF SUBSTANTIAL COMPLETION: PROJECT TITLE:
HOT-IN-PLP_CE RECYCLING; BID #5502
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
The OWNER accepts the project or specified area of the project as substan-
tially 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
REMARKS:
AUTHORIZED REPRESENTATIVE
7/96 Section 00635 Page 1
No Text
SECTION 00S40
CERTIFICATE OF FINAL ACCEPTANCE
TO:
Gentlemen:
0
You are hereby notified that on the _ day of , 20_, the City of
Fort Collins, Colorado, has accepted the Work completed by
for the City of Fort Collins project, HOT -IN -PLACE
RECYCLING; BID #5502. A check is attached hereto in the amount of $
as Final Payment for all Work done, subject to the terms of the Contrac�
Documents which are dated
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:
AATTEST:
Title:
7/9G Section 00640 Page 1
No Text
C
SECTION 00650
LIEN WAIVER RELEASE
(CONTRACTOR)
TO: City of Fort Collins, Colorado (OWNER)
(CONTRACTOR)
HOT -IN -PLACE RECYCLING, BID ##5502
1. The CONTRACTOR acknowledges having received payment, except retainage f rom
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 considerat
the receipt and adequacy of which are hereby acknowledged, the CONTRA
voluntarily waives all rights, claims and liens, including but not lin
to, mechanic's liens, Miller Act claims (40 U.S.C.A. 270 a and b),
notices, equitable liens and labor and material bond rights which
CONTRACTOR may now or may afterward have, claim or assert for all and
work, labor, skill or materials furnished, delivered or performed for
construction, design, improvement, alteration, addition or repair of
above described project, against the OWNER or its officers, age
employees or assigns, against any fund of or in the possession or con
of the OWNER, against the project or against all land and the buildinc_
and appurtenances to the land improved by the project.
3
4
The CONTRACTOR affirms that all work, labor and materials, furnisl
delivered or performed to or for the construction, design, improvemE
alteration, addition or repair of the project were furnished, deliverer
performed by the CONTRACTOR or its agents, employees, and servants, ox
and through the CONTRACTOR by various Subcontractors or materialmen
their agents, employees and servants and further affirms the same have Y
paid in full and have released in full any and all existing or poss9
future mechanic's liens or rights or claims against the project or
funds in the OWNER'S possession or control concerning the project
against the OWNER or its officers, agents, employees or assigns arising
of the project.
The CONTRACTOR agrees to defend and hold harmless the OWNER, the
any, and the Surety on the project against and from any claim h
made by the CONTRACTOR'S Subcontractors, materialmen, employees,
ted
top
the
any
the
the
ts,
rol
on
nt,
. or
by
or
een
ble
any
or
out
lender,) if
agents or assigns against the project or against the OWNER or its off
m
Section 00650 Page 1
ter
ts,
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
ATTEST:
Secretary
STATE OF COLORADO
day of
CONTRACTOR
By:
Title:
)ss.
COUNTY OF LARIMER )
Subscribed and sworn to before me this
20 , by
Witness my hand and official seal.
My Commission Expires:
7/96
20
day of
Notary Public
Section 00650 Page 2
r.
In
SECTION 00660
CONSENT OF SURETY
TO: City of Fort Collins,.Colorado
(hereinafter referred to as the "OWNER")
HOT -IN -PLACE RECYCLING; BID #5502
r DATE: _
cordance with the provisions of the Contract between the OWNER and
ACTOR as indicated above, for
- on hon
(Sul ety)
the
3 of
hereby approves of the Final Payment to the CONTRACTOR, and agrees that Fi
Payment to the CONTRACTOR shall not relieve the surety Company of any of
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
of
(Surety Company)
By.
ATTACH: Power of Attorney and Certificate of Authority of Attorneys) -in -Fe
7)
E.
Section 00660 Page 1
its
day
ct.
No Text
SECTION 00670
APPLICATION FOR EXEMPTION CERTIFICATE
ert State certificate here.
u
No Text
DR 0172 (12196)
COLORADOIDEPARTMENT OF REVENUE
DENVER COi 80261
(303)232-2416
CONTRACTOR APPLICATIO
FOR
EXEMP..iON L
TJ
Pursuant to Statute i
Section 39-26.114(1)(a)(M)
DO NOT WRITE IN THIS S
The exemption certrflcate for which you are applying must be used only for the purpose of purchasing construction and building
materials for the exempt project descnbed below This exemption does not include or apply to the purchase or rental of equip'ment,
supplies, and materals which are purchased, rented, or consumed by the contractor and which do not become a part
of the
structure, highway, road, street, or other public works owned and used by the exempt organization.
Any u Iauthorized use of the exemption certrflcate will resultin revocation of your exemption certificate and other penalties provided
by law.
A separate certificate is required for each contract
Subcol Tractors 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 of the subcontractors. (See reverse side )
FAILURE TO ACCURATELY COMPLETE ALL BOXES WILL CAUSE THE APPLICATION TO BE DENIED.
Registration/Account No (to be assigned by DOR)
Period
1
0170 (999) $0.00
89 -
t-_G.lCY3n..5✓,ii''N,^�1'
Y Y m ,/'� g'�/�,, v1'�'i. \S i,
a-4S !iti
�i:�R➢Y14�:9,IeY*.ir;`''k..'...fi'ntc�i3s:aI'o':
yM
r
.4./9>ti�;i wa iY 'IP1'RM 1, Il Gov i( Fop' I' ' f.Ll nib,
G,Ln S.s
�� IiXYi�NMS+'n Tn� � y `.F
r,li c b tinfj'�`7'C,ki,.'�°ib"°4i�f1�'i��wT'.�ii�"-�11
yprr;�1, v 'dr Y^rGe 4i'��J.11v_ :, u{n, Abi-a't2E 5,1,' �ai^rr TaJ'9iy �'fw a.4 t'75 �a�is-,n"i-t3j '!n P"x"'
Trade name/DBA
Owner, partner, or corporate name
Mailing address (City, State, Zip)*
Contact Person
E-Mail address:
Federal Employer's Identification Number
Bid amount for your contract.
Fax number
Business telephone number
j
Colorado withholding tax account number
"( �„ i��i:oion 0, g6.7HlMl mn.at� aEwg-�^"'4{a'k 45iVe'gzh1sWWti^^„ InYYo i'Yh!' enRc1STi�siiiracv+twni i3 p 4L.yU"i�'..d*., •}
��'I
Yr�Nryry� •ryry��y�' •f��}
tjFAt�i4';Y�^'.Z'w`/f4a�me+A'�lael;:'k '��x �na.rvtGj:�ii�iQrRi�n�t$I�nC1A.YC���f:{w'+�)111`f3tiil:�����lQ.�wi�i li."11::�Q;+�iiG1i+��W.tb�,
1`.Nu •W7 t}/Y$tr1 Pa ��un`rr
Name of 'I xempt organization (as shown on contract) Exempt argan¢aflon's number.
98 -
Address
f exempt organization (City, State, Zip).
Pnncipai'Icontact at exempt organization:
Pnncipal contact's telepnone number -
Physical Ilocabon of project site (give actual address when applicable and Cities and/or County (ies) where project is located)
Scheduled Month Day Year
Estimated Month Day Year
construction start date
completion date,
a N.`S'`= a r" �, iS.�. ��+' Ya';. :'.?':. ,�1r ' - Y"'..L - ,>.� h, . S-••"xim5j 5: ;fn'e -r,�,rirxvy <tr i ,,; it ^, r.�`'.,i� '.
in,�i-':_;6
trX 3 ni��"�YS, �/� F�S i��' �/`13{ �ia\ VJ yHub 1r 'F- •,'fin �'H L' &.�^ i'`.��T 51ti{,, i\^r�'''�uM14V/en Y,YIi !.i
�i;,,,.i Pt
'
1
Y,Y"
\�y1Sy�'�y�(( I ratr'e
4 � ',xl".7��a P.,';.r eJn .m,"•9'4'�«; ei, :;r „ii`aJJ^o: of ' I'i�fl +;"!];k fd 6', o.n'S ,F{{if4J�'�tp '; '. C , ;G tri�'.da ,A ,. J� +itr5�.m. ��u,- twl �4 }" w:`
�i,^C-nc+R,krif�iV"vu '*+f: �i»�;?iiraa4 lC),EiiH.x"tfn 't,a f,larod¢k�ITK�2r�J4ri
3h7
.k ry..,�r ,,�7:�`.i447i. r,5kia...r „hN-r ..mul2.iwr•R'^.IN,4}'L�-.'71iJ Jl
';J ; Nr,. .t•- vtX>fa'i6 rk;� r nY x./: i �,�' 1` \...� rn. , ;9:
I decla jevunder penalty of perjury In the second degree that the statements made /n this application are true and
complete to #fie best of my knowledge.
Signature
pf owner, partner or corporate officer.
TiNe of corporate officer.
Date.
MI1 t UtLOW TFt15
0
SECTION 00900
ADDENDA, MODIFICATIONS AND PAYMENT
00950Contract Change Order
00960Application for Payment
g/<
�14
b.
1.
2.
3.
4.
SECTION 00950
CHANGE ORDER NO.
TITLE: HOT -IN -PLACE RECYCLING; BID ##5502
VTRACTOX:
)JECT NUMBER:
3CRIPTION:
Reason for change:
Description of Change:
Change in Contract Cost
Change in Contract Time:
ORIGINAL CONTRACT COST $ .00
TOTAL APPROVED CHANGE ORDER 0.00
TOTAL PENDING CHANGE ORDER 0.00
TOTAL THIS CHANGE ORDER 0.00
TOTAL % OF THIS CHANGE ORDER
TOTAL C.O.o OF ORIGNINAL CONTRACT
ADJUSTED CONTRACT COST $ 0.00
(Assuming all change orders approved)
ACCEPTED BY: DATE:
Contractor's Representative
C,
cc
PTED BY:
Project Manager
4ED BY:
Title:
IED BY:
Title:
7ED BY:
Purchasing Agent over $30,000
City Clerk Contractor
Project File Architect
Engineer Purchasing
199
DATE:
DATE.
DATE:
DATE:
Section 00950 Page 1
�' d
��
i
f
Ins
9/
ert pages 1 - 4
Section 00960
Application for Payment
TI
10
§
@
,
k
§}\
/
7 2 /
•
.
)
§
�
\
§
�
)
.
;.e
a
§
•
�
}
__}f !
e3!}
«
!
�
�
�
(
\
�
q
\
± ]
&
±
3�
!
!
!
/
A§ !
§
a
a
§�
SECTION 00500
AGREEMENT FORMS
00510Notice of Award
00520Agreement
00530Notice to Proceed
V
----------_- -- --
r
j
L
u
d
ox8S88&SS88SSSoSSgs8SSS8SSSS888Ss
e
C
<
» N H M N N N N N N N N M N N N N H A N N yy
z
�
w
�
U
0
3
�
S88SSS88S8S88888888888$8888888888
8
0
0 0 0 0 0 o a o 0 0 o e a a o c o 0 0 0 o c o o a o 0 o a o 0 o c
w
6
E �
,s
�
$SSSSS€8SSS88S$S8S8$5888$$�8$5888
S
N N N H M N N N M N H N N N N N N N N N N N N M M M H N N
M p N M
6 �
s;
U �
�
.a
�
$88$8S8$SSoBSo$88S88SS$S8$S$S8$$$
$
g
c o 0 o c o 0 o a o 0 0 0 o a o 0 0 0 0 o c o 0 0 0 0 0 0 o c c o
0
9
a
o
-
U
U
v
G
p�
�^3 88SSSS$8SSS8S8S S 8
E❑ M o p b d o a>>»» 0 0 0 0 o p
�.v�F N1w NNNµNN NNNµ µ N
`a
e N M N N N N µ N N N N N N N M N N
6
O
U p
y
� 8888S8S$$SSSS$S 8 8
O 6 C 0 0 0 O g O 0 0 O p q p M O
4 M N M N M N N M N µ N N N M N N
S
n
U
O
p p p p p p p p p p p p oo p
,s OSSS888S$S�8S8C 8 8
O O O O O O g O 0 0 G 0 0 0 0 0 O O
e M N M N µ M N N N µ N N µ N N N N
t
n
3
58888888885888$ 8 $
000>oopoobp0000 c o
N N N N NM N N N N M M N N N M M
.T�
tl
Kl
9, .I
=__-____=___=_=__-_
A H N N ✓I H H �9 y� M �rT �l VT I1 n1 H H N H H
T
v G
T
a
-
- G H
C
0
S
0
H
�1
b
1-1
1 HOT -IN -PLACE RECYCLING PROJECT
NERAL REQUIREMENTS INDEX
1010
Summary of Work
General Reqs 1-2
1040
Coordination
General Reqs 3-4
1310
Construction Schedules
General Reqs 5-6
1330
Survey Data
General Reqs 7
1340
Shop Drawings
General Reqs 8-10
1410
Testing
General Reqs 11-12
1510
Temporary Utilities
General Reqs 13
1560
Temporary Controls
General Reqs 14-15
1700
Contract Closeout
General Regsl 16
1800
Method of Measurement and Basis of Payment
General Reqs 117
s
In
01010
Y OF WORK
1 DESCRIPTION OF WORK
This work shall consist of rehabilitating the existing surface layer of existing asphalt F
designed equipment in a simultaneous multi step process of heating, scarifying, applying
agent, and thoroughly re -mixing and re -shaping the old asphalt surface, and then placu
mix bituminous pavement. A single machine that heats, scarifies, recycles, and spreads
continuous pass shall be used.
This work shall be performed in Fort Collins on Horsetooth Road, from College A
and in Loveland on North Taft Avenue between West 29'h Street and West 371s S
between Monroe and Madison Avenues
Protection and Restoration
1. Replace to equal or better conditions all items removed and replaced or damaged(
all areas disturbed to match surrounding surface conditions Also see tree prob
Construction Hours
7emem with specially
i asphalt rejuvenating
an overlay of new hot
gin material all in one
to Timberline Road,
and on East 1" Street
construction. Restore
standards
Construction hours, except for emergencies, shall be linuted to 7 00 a in to 6 00 p in., Monday through
Fnday, 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
En gineer, 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
fin field engineering and inspection shall be $50 00 per hour
NOTICES TO PRIVATE OWNERS AND AUTHORITIES
Notify private owners of adjacent property, utilities, irrigation canal, and affected governmental agencies when
prosecution of the Work may affect them
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 winch would affect their daily operation.
E. Rick Richter will be the ENGINEER (Project Engineer/Manager) for the City of Fort
will be the ENGINEER (Project Engineer/Manager) for the City of Loveland
Rick Richter 970-221-6798
Tom Knostman 970-962-2559
F Names and telephone numbers of affected agencies and utilities in the area are
convenience.
General Reqs - 1 of 13
Tom Kaostman
below for Contractor's
Cd
UTILITIES
Water.
City of Fort Collins, Colorado
970-221-6681, Meter Shop 970-221-6759
Fort Collins - Loveland Water District
I�
970-226-3104
City of Loveland Water and Power, Colorado
Scott Ballinger/Kathleen Porter 9970-962-3561
Storm Sewer
City of Fort Collins, Colorado
970-221-6589
City of Loveland Stormwater Utility, Kevin Gingery
970-962-3571
Sanitary Sewer-
City of Fort Collins, Colorado
970-221-6681
City of Loveland Water and Power, Colorado
ScottBallmger 9970-962-3561
Electrical
City of Fort Collins, Colorado
970-482-5922,970-221-8553
City of Loveland Water and Power, Colorado
Kathleen Porter 9970-962-3561
Gas
Public Service Company of Colorado
j
970-482-5922,970-221-8553
Telephone
U S West Communications
970-4, 84-0300, 970-226-6310
Traffic Operations
City of Ft. Collins, Colorado
970-221-6603
City of Loveland, Colorado
Bill Hange, 970-962-2528
Cable Television AT&T
970-493-7400
*Ut lity Locates Under One -call System
1-800-922-1987
General Reqs - 2 of 13
Occupational Safety and Health Administration
(OSHA) 844-3061
Poudre Fire Authority
Non -Emergency 970-221-6581
Emergency. 911
City of Fort Collins Police Department
Non -Emergency 970-221-6550
Emergency 911
US Postal Service - Judith Robertson 970-225-4111
land Fire
Non -Emergency, 970-962-2741
Emergency- 911
.and Police
Non -Emergency 970-667-2151
Emergency 911
END OF SECTION
General Reqs - 3 of 13
Lartmer County
Ambulance
Poudre
Department
970-221-7177
Hospital
,y 970-484-1227
Emergency � 911
Transportation
Transfort• 970-221-6620
Traffic Engineering: 970-221-6608
e
SECTION 01040
COORDINATION
1 I GENERAL CONTRACTOR RESPONSIBILITIES
j 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
B. 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
14 CONFERENCES
A A Pre -construction Conference will be held prior to the start of construction.
1 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
j 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
15 PROGRESS MEETINGS
A. Contractor and Engineer's Project Representatives shall schedule and hold regular progress meetings at least
weekly and at other tunes as requested by the Engineer or required by the progress of the Work.
B Attendance shall include
i Contractor and Superintendent.
2, Owner's Representatives.
3. Engineer and Resident Project Representatrve
4 Traffic Control Supervisor
5 Others as may be requested by Contractor, Engineer or Owner
General Reqs - 4 of 13
v
lYlimmum agenda shall include
1 Review of work progress since last meeting
2 Ide:ntification and discussion of problems affecting progress
3 Review of any pending change orders
4. Revision of Construction Schedule as appropriate.
The Engineer and Contractor shall agree to weekly quantities at the progress meetings. The weekly qu
sheets shall be signed by both parties These quantity sheets, when signed, shall be final and shall be the
for the monthly progress estimates This process ensures accurate monthly project pay estimates,
END OF SECTION
General Reqs - 5 of 13
W
f
Cr
SECTION 01310
CONSTRUCTION SCHEDULES
11 GENERAL
A. The contractor shall prepare a detailed schedule of all construction operations, showing start and end dates 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 matenais
12 FORiviAT 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
I. 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
14 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 occumng since previous submission
i
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
15 OWNER'S RESPONSIBILITY
General Reqs - 6 of 13
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
It is not to be construed as relieving Contractor from any responsibility to determine the means, methods;
techmclues, sequences and procedures of construction as provided in the General Conditions
END OF SECTION
General Reqs - 7 of 13
M
SECTION 01410
TESTING
11 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 wor's
B. All materials or equipment proposed to be used maybe tested at anytime 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,
y ` 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
12 OWNER'S RESPONSIBILITIES
A. Owner shall be responsible for and shall pay all costs in connection with testing for the following
1 Tests not called for by the Specifications of materials delivered to the site but deemed necessary by Owner
13 CONTRACTOR'S RESPONSIBMITIES
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
1. 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 rmmmum call out charges or stand by 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 perfornung an operation that would require testing
IJ 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 Reqs - 8 of 13
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 Supenntendent
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.
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 daily
END OF SECTION
General Reqs - 9 of 13
e
to
SECTION 01510
TEMPORARY UTILITIES
1 i 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 maybe obtained through the Water Utility Meter Shop at 221-6759
2 Unnecessary waste of water will not be tolerated
D Furnish necessary water trucks, pipes, hoses, nozzles, and tools and perform all necessary labor
12 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 new to the greatest practical extent.
END OF SECTION
General Reqs - 10 of 13
4
;CTION 01560
EIIPORARY CONTROLS
1 NOISE CONTROL
Take reasonable measures to avoid unnecessary noise when construction activities are being performed in
populated areas.
Construction machinery and velucles 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
Cease operation of all machinery and velucles between the hours of 6 00 p in and 7 00 a in
2 DUST CONTROL
Dusty matenals in piles or in transit shall be covered when necessary to prevent blowing
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 Cherrucal dust suppressant shall not be injurious to eerstmg 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
L5 TRAFFIC CONTROL
A Maintain traffic control in accordance with the "Manual of Uniform Traffic Control Devices" (NIUTCD), the City
of Fort Collins' "Work Area Traffic Control Handbook", and the City of Fort Collins' "Design Criteria and
Standards for Streets", Part 2, General Requirements, Subsection 14, "Barricades Warning Signs, Signal Lights"
In the event of a conflict between the MUTCD criteria and the City's criteria, the City's criteria shall govern
B. For the City of Loveland, Maintain traffic control in accordance with the "Manual of Uniform Traffic Control
Devices" (MUTCD) The contractor shall subnut a traffic control plan to the Traffic Department (Bill Hange,
970/962-2528) a mrrumum of 2 weeks in advance of construction The contractor and any traffic control sub-
contractor shall be prepared to discuss the plan with the owner at the pre -bid meeting
16 HAUL ROUTES
The Engineer reserves the nght 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 pavement whose condition would be significantly damaged by heavy loads
END OF SECTION
General Reqs - 11 of 13
SECTION 01700
! CONTRACT CLOSEOUT
I I 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 Iabor, 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
END OF SECTION
General Reqs - 12 of 13
�l
01800
OF MEASUREMENT AND BASIS OF PAYMENT
1 DEFECTIVE WORK
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.
:19 '.CIN
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 pries bid for the various items of Work.
Pries shall include all costs in connection with the proper and successful completion of the Work, including
furnishmg all materials, equipment and tools, and performing ail labor and supervision to fully complete the
Work.
Unit pries shall govern over extensions of sums
Unit prices shall not be subject to renegotiation
ESTRMATED QUANTITIES
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
Contractor agrees that he will make no claim for damages, anticipated profits, or otherwise on account of any
dLfference between the amount of Work actually performed and materials actually furnished and the estimated
amount therefor
END OF SECTION
General Reqs - 13 of 13
No Text
M
)N 02000
CT SPECIFICATIONS
The Colorado Division of Highways "Standard Specifications for Road and Bridge Construction", 1999, (hereafter
referred to as the "Standard Specifications") are made apart 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 confhct with any of the provisions of -the preceding Sections, the preceding Sections
shall govern.
LNDEX OF REVISIONS
SECTION
105 Inspection of Work
105 Maintenance During Construction
107 Protection and Restoration of Property and Landscaping
log Limitaton of Operation
210 Adjust Manholes, Valve Boxes, Meter Boxes
405 Heating and Scarifying Treatment
SECTION 00520
AGREEMENT
THIS AGREEMENT is dated as of the Sth day of July in the year of 2001 and shall
be effective on the date this AGREEMENT is signed by the City.
The City of Fort Collins (hereinafter called OWNER) and
Cutler Repaving, Inc. (hereinafter called CONTRACTOR)
OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set
forth, agree as follows.
ARTICLE 1. AGREEMENT RENEWAL & WORK
1.1. Renewal. This Agreement is a renewal of the Agreement entered into
between the parties on the 31s` day of May, 2000, entitled Specifications and
contract Documents for HOT -IN -PLACE RECYCLING; BID #5502, City of Fort Collins
(hereinafter called The 2001 CONTRACT)and all portions of the 2001 contract
incorporated into this Agreement by reference herein shall be read and
interpreted as if the same were attached hereto. This renewal is authorized
pursuant to Article 3.1 Contract Period, of the 2001 CONTRACT. This Agreement
shall be effective on the date this Agreement is signed by the City, and shall
continue in full force and effect until March 31, 2002; unless sooner terminated
as provided by the Contract Documents. At OWNER's option, this Agreement may be
extended for one (1) additional one-year period
ARTICLE 2. ENGINEER
The Project has been designed by City of Fort Collins Engineering Department, 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 Contract Period. This Agreement shall commence when this contract is
signed by the City, and shall continue in full force until March 31, 2002, unless
sooner terminated as herein provided. In addition at the option of the City, the
agreement may be extended for an additional one year period not to exceed one (1)
additional one year period. Pricing changes, if any, shall be negotiated by and
agreed to by both parties in writing.
3.2 The Work shall be Substantially Complete within 17 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
10/97 Section 00520 Page 1
a
40
A
REWISION OF SECTION 105
LNSPECTION OF WORK
Secuon 105 of the Standard Specifications is hereby- revised as follows
Subsection 105.11 shall include the following.
The Contractor shall keep the Engineer informed of lus fiture construction operations to facilitate sche&
of requirec inspection, measuring for pay quantities, and sampling The Contractor shall notify the Engii
a minimum of 24 hours in advance of starting any construction operation that will require inspect
measuring; for pay quantities, or sampling. Failure of the Contractor to provide such nonce will relieve
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
contract as prescribed. Work and materials not meeting specifications shall be corrected and unsuitable we
or materials may be rejected, notwithstanding that such work or materials have been previously inspected
the Engineer or that payment therefore has been included in the progress estimate
Project Specifications - Page 1 of 10
L
REVISION OF SECTION 105
MAINTENANCE DURING CONSTRUCTION
Section 105 of the Standard Specifications is hereby revised as follows
;I
� Subsection 105 14 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
uncleared 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
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 cleanup equipment shall be approved by the Engineer pnor 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 2 of 10
3
REVISION OF SECTION 107
PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE
Section 107 of the Standard Specifications is hereby revised as follows
S absection 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 responsibihtrp, pursuant thereto, to ascertain the location of sucli
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; Engineer
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 Mork, 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 i
facilities shall be considered incidental to the work being done and shall not be measured and paid for'
separately
Project Specifications - Page 3 of 10
a
REVISION OF SECTION 108
LIMITATION OF OPERATION
Section 108 of the Standard Specifications is hereby revised as follows
Subsection 108 04 shall include the following
The work shall be completed within the following calendar months
JAM
FEB
MAR
APR
MAY
JUN
JUL
AUG
SEP
OCT
I NOV
DEC
s �a �ID xaa
It is the intent of this project to be completed within seventeen (17) consecutive working days after work
commences for the City of Fort Collins
Delays and extensions of time will be in accordance with the General Conditions, Article 12, "Change of
Contract Tunes '
The work shallbe completed according to the General Conditions, Article 2 3, "Commencement of Contract
Times," and within this calendar time frame
Project Specifications - Page 4 of 10
REVISION OF SECTION 210
ADJUST MANEOLES, VALVE BOXES, METER BOXES
Section 210 of the Standard Specifications is hereby revised as follows -
Subsection 210 02 is revised to include the following
Prior to beginning any construction on existing streets that will receive reconstruction and/or overlay, the Contractor
shall mark on the cuib and gutter with paint the Iocation of all existing structures, These markings shall be maintained
by the Contractor urtil 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
a i
All structures shall be adjusted to be 1/8" to 5/8" below the pavement
The Engineer shall deterinme the method of adjustment for each structure Rings and risers shall be provided by the
City Valve boxes shall be adjusted by one of the following methods
Adjust by removing the existing pavement (concrete or asphalt), adjusting the valve by
turning it to the proper grade, mien ing the existing asphalt by cutting vertical edges, then
spreading and mechanically compacting bituminous material This item will be measured
and paid for separately under "Adjust Valve Box "
If the valve box cannot be turned up or can be turned up, but not sufficiently to achieve the
proper grade or if the top section of valve box is in poor condition, the Contractor shall
excavate around the top section of the valve box, and remove and replace the top section
with a longer section. The excavation shall then be back filled with Non -Shenk backfill,
or other approved material, to the top of subgrade, and then material of the same grade and
quality as the adjacent pavement shall be placed A mix design for Non -Shrink back fill
shall be subrnitted and approved prior to starting work These items shall be measured and
paid for separately under "Adjust and Replace Top Section of Valve Box " Bituminous
material and the top sections will be provided by the City.
Non -Shank backfill -- also called Flowable Fill or Unshnnkable Fill -- shall be a Portland
Cement Concrete Mix. The cement shall conform to the Standard Specifications for
Portland Cement, ASTM C 150-85, Type UII The minimum 24 hour strength shall be 10
psi and the mwamum 28 day strength, 60 psi. The maximum aggregate size shall be one
inch (I") The minimum slump shall be six inches (6") and the maximum, eight inches
(8") The non -shrink backfill shall be consolidated with a mechanical vibrator.
Adjust with adjusting rings or Screw Type Adjustable Risers These items will be measured
and paid for under "Adjust Valve Box with Ring" or "Adjust Valve Box with Screw Type
Adjustable Riser," parts provided by the City
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.
Adjusting rings for valve boxes shall be of the type manufactured by the Tyler Manufacturing Company or
an approved equal.
Valve Box Top Section, Screw Type Adjustable Risers, and Extensions shall be of the type manufactured by
the Tyler Manufacturing Company, 6850 or 6860 Series, as approved by the Engineer.
Project Specifications - Page 5 of 10
9
L
REVISION OF SECTION 210
ADJUST NL&NHOLES, VALVE BOXES, METER BOXES
Manholes shall be adjusted with adjusting rings This item will be measured and paid for separatelv under "Adjust
Manhole with Ring" Rungs shall be provided by the City
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/reinstalled by the Contractor, as directed by the Engineer
The Contractor shall be responsible for immediately cleaning out all construction materials that may fall into manholes,
valve bores, 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) 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
Payment will be made under
Pay Item
Pay Umt
21001
Adjust Valve Box
Each
21002
Adjust and Replace Top Section of Valve Box
Each
210 03
Adjust Valve Box with Ring
Each
21004
Adjust Valve Box with Screw Type Adjustable Riser
Each
21005
Adjust Manhole With Ring
Each
The above pay items 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, as shown on the plans, as
specified in these specifications, and as directed by the Engineer
Project Specifications - Page 6 of 10
I
REVISION OF SECTION 405
HEATING AND SCARIFYING TREATMENT
Section 405 of the Standard Specifications is hereby deleted for this project and replaced with the following
DESCRIPTION
This work shall consist of rehabilitating the existing surface layer of existing asphalt pavement Rehabilitation shall
be done with specially designed equipment in a simultaneous multi step process of heating, scarifying, applying an
asphalt rejuvenating agent, and thoroughly re-nuxing and re -shaping the old asphalt surface, and then placing ani
overlay of new hot crux bituminous pavement in compliance with the lines, grades, thickness and typical cross sections
shown on the plans or established by the Engineer The work shall include compacting the rehabilitated surface
NOTE. This work shall be performed with a single machine that heats, scarifies, rejuvenates, and spreads virgin]
imitenal all in one continuous pass Additional pre -heaters maybe utilized to achieve specified depth and temperature
True Bays delineated by median curb will not be included in this project.
Signal Loops will be lowered to a mimmum depth of 6 inches prior to construction under separate contract
Taper planing will be provided prior to construction under separate contract
MATERIALS
Asphalt rejuvenating agent used to restore the existing pavement shall be approved by the Engineer prior to use, and
shall conform to Section 702.04 and revisions thereto A manufacturer's certification shall be submitted for each load
of rejuvenating agent delivered to the project
The Contractor shall be responsible for taking sufficient cores, a muumum of 10 various locations representing the
entire project in each city, to determine the bitumen content, absolute viscosity and penetration of the bitumen in the
tap 1" of the pavement The Contractor shall utilize this data to establish the type and amount of rejuvenating additive l
The recommended amount, with the test data and core locations, shall be submitted with the rejuvenate crux design
to the Engineer 30 days prior to construction for approval Rejuvenating agent will be paid by the gallon of actual field
measured quantities Costs associated with producing the mix design will not be measured or paid for separately, but
will be considered incidental to the work
Grading CX hot nux bituminous material will be provided by the City, including haul to the project, under separate
contract
EQUIPMENT
The Contractor shall specify in the bid proposal the type of egmpment intended for use on this project The equipment
shall be on the project in operating condition a rmmmum of 24 hours before beginning operations to allow for
evaluation by the Engineer The Engineer reserves the tight to reject equipment deemed not sortable for the intended
purpose at no additional cost to the City.
The recycling equipment shall meet the following requirements.
Repaver Equipment
The equipment for this work shall be a self-contained, self-propelled, automated unit capable of heating,
scarifying (or milling), mixing, redistributing, and leveling the existing asphalt pavement to the specified
Project Specifications - Page 7 of 10
d
a
W
REVISION OF SECTION 405
HEATING AND SCARIFYING TREATMENT
depth of one (1) inch, all in a single pass
It shall have a means of automatically applying an asphalt rejuvenating agent at a uniform rate as shown on
the plans or as directed by the Engineer It shall be capable of applying a one (1) inch new hot roux
bituminous pavement layer over the hot, partially compacted recycled mixture.
Heating Unit
This unit shall be hooded to prevent damage to adjacent property and plant growth, including trees and
shrubs It shall be capable of heating the pavement surface to a temperature lugh enough to allow
scarification to the required depth without breaking aggregate particles or charring the pavement surface
Scarifying or ivirllmg Units
The scarifiers or rotary millers shall be able to penetrate the pavement surface to a rmmmum depth of one (1)
inch m one pass Scanners or hullers shall be equipped with separate, automatic height adjustments wluch
allow clearance over manholes and other obstructions.
Rejuvenating Agent Applicator
This system shall automatically add rejuvenating agent to the scarified material at a uniform rate as approved
by the Engineer The application rate shall be synchronized with the machine's forward speed to maintain
a tolerance within 5% of the specified rate The Contractor shall provide detailed information regarding
calibration witlun six months of the beginning of the project.
Conveying System
This system shall consist of a receiving hopper and conveying system to collect and transport new hot mix
i bituminous pavement material to the finishing unit.
i
Recycling Unit
This unit shall consist of a system which rruxes, distributes, and levels the scarified material over the width
being processed to produce a uniform cross-section, grade and texture of recycled material.
Finishing Unit
Rollers
This unit shall have automatic screed controls to produce a surface conforming to that shown on the plans or
as directed by the Engineer The unit shall be capable of producing a uniform slope, grade and texture.
Rollers shall conform to Section 401 and revisions thereto
Project Specifications - Page 8 of 10
r
M
v
REVISION OF SECTION 405
HEATING AND SCARIFYING TREATMENT
CONSTRUCTION REQUIREMENTS
Immediately before pavement recycling, the pavement to be treated shall be brcomed or otherwise cleaned of all loose)
particles, trash, debris, earth or other deleterious materials. All weeds in the gutter line shall be removed.
The Contractor shall use all means necessary to prevent the spread of dust and debris during the performance of the)
work The Contractor shall be responsible for protecting the area adjacent to the work from heat damage If damage,
occurs, the Contractor shall replace all damaged areas, landscape, curb, parked vehicles, overhead lines, etc , at no cost
to the City Where equipment comes into contact with tree branches and other plant material, the contractor shall,
exercise suitable caution to avoid damage to all trees, shrubs, and other plant material All trimming shall be'
performed under the direction of the Engineer or City Forester
The Contractor shall provide fire fighting equipment, which will not be measured or paid for separately, but shall be,
considered incidental to the work.
The heating shall be sufficient to soften the pavement to the extent that it can be scanfied or nulled to a depth of one
(1) inch, Heating shall be done in a manner that will assure uniform softening and will not char the asphalt.
To provide a welded longitudinal joint, the standing edge of the adloamng asphalt pavement shall be fully heated to
a width at least 2 inches beyond the width to be scanfied and rejuvenated. When a pass is made adjacent to a
previously placed mat, the longitudinal seam shall extend at Ieast 4 inches into the previously placed mat.
Immediately following heating, the pavement surface shall be scanfied or mulled to the specified depth. The scarified,
material shall have a temperature between 225' and 265' F, unless otherwise directed by the Engineer. The material
shall be leveled, mixed and treated with a rejuvenating agent The application rate shall be as shown on the plans or
as approved by the Engineer Application rate for the rejuvenating agent may be adjusted as necessary to maintain a
uniform tmxture
New hot max bituminous pavement material shall be added to the reclaimed nuxture by the following method.
The reclaimed material shall be gathered by a leveling device and spread to ,a uniform depth over the width being
pi ocessed. After ai is placed, and while it still has a residual temperature of at least 190 ° F, a one (1) inch layer of newt
hot biturrunous pavement matenal shall be placed over it Grading CX hot max bituminous material will be provided)
by the City, including haul to the project, under separate contract.
Compaction equipment shall be of sufficient type and size to compact the surface course to the required density
Due to varying properties of the existing asphalt pavement, the Following adjustments shall be made if required ands
as directed by the Engineer.
• Depth of scarification may be vaned.
• Application rate for rejuvenating agent or other asphaltic niatenal may be adjusted as necessary to!,
maintain a uniform mixture.
• Application rate for new hot max bituminous pavement (pounds per square yard) may be adjusted)
io maintain the design depth of combined recycled and new hot bituminous pavement.
The Contractor shall place temporary pavement marking tape on the newly overlaid roadway for the purpose off
temporary delineation. The temporary pavement marking tape shall be placed daily, on the former ahgnment off
previously existing; centerline and lane line striping, on the area paved. The Contractor shall be responsible to ensure
Project Specifications - Page 9 of 10
r
J
with the General Conditions within 30 calendar days after substantial completion.
3.3. Liquidated Damaaes. 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.
1) Substantial Completion:
One Thousand Dollars ($1,000 00) for each calendar day or fraction
thereof that expires after the seventeen (17) working day period for
Substantial Completion of the Work until the Work is Substantially
Complete.
2) Final Acceptance:
After Substantial Completion, One Thousand Dollars ( 000 00) for
each calendar day or fraction thereof that expires after the thirty
(30) calendar 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: ($163,909.20), One
Hundred Sixty-three Thousand Nine Hundred Nine Dollars and Twenty cents, 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.
10/97 Section 00520 Page 2
I
0.
46
REVISION OF SECTION 405
HEATING AND SCARIFYING TREATMENT
accurate placement of the temporary pavement marking tape Tape shall be reflective and uniform in color to the
existing striping color they are replacing. The Contractor shall place the temporary pavement marking tape in two
(2) foot steps, at twenty foot (20') maximum spacing The cost of temporary pavement marking tape and installation
shall not be measured or paid for separately, but shall be included in the cost of the Work. Temporary pavement
marking tape shall be submitted for approval by the Engineer prior to construction
TRAFFIC CONTROL
City of Loveland. Traffic Control for the City of Loveland shall be provided by the Contractor in accordance
with MUTCD Specific information regarding traffic control requirements may be obtained
from Bill Hange, City of Loveland, Traffic Department, 970-962-2528
City of Fort Collins. Traffic Control will be provided by the City of Fort Collins Streets Department under
separate contract Extensive coordination between the Contractor and the Streets
Department is required The Contractor shall meet with the TCS a minimum of seven (7)
days prior to construction to coordinate the traffic control necessary to complete the project
In the event the project is delayed, the Contractor is required to notify the TCS a mrmmuin
of 24 hours prior to starting work again
All work shall be performed between the hours of 7 00 a in and 6 00 p in , weekdays, or as directed by the City Traffic
Department.
MANHOLES AND WATER VALVES
Manholes & valves shall be adjusted immediately following the paving operation, using rings provided by the City,
as described in Revision of Section 210, Adjust Manholes, Valve Boxes, Meter Boxes enclosed herein
WEATHER LIMITATIONS
Weather limitations for work on this item shall be a aunimum of 50' F, and rising
METHOD OF MEASUREMENT
Heating and scarifying treatment will be measured by the square yard completed and accepted.
Rejuvenating Agent will be measured by the gallon of actual material used in place
BASIS OF PAYMENT
The accepted quantities of pavement recycling will be paid at the contract unit price per square yard Payment shall
include cleaning the existing pavement surface, heating, scarifying, redistributing, leveling, placing and compacting
bituminous pavement Asphalt rejuvenating agent will be paid for by the gallon used in place
Payment will be made under
Pay Item Unit
405 01 Hot -In -Place Recycling Square Yard
405 02 Rejuvenating Agent Gallon
Project Specifications - Page 10 of 10
OF
r
d
'SECTION 02500
QUANTITY ESTIMATE
City of Fort Collins Hot -In -Place Recycling Project
Bid No 5502 - 2001 Renewal
40501
21a 01
21005
Location
Hot -In -Place
adjust Valve Box
Adjust Manhole with
Recycling
Ring
Lemay Avenue - Prospect Road to
Horsetooth Avenue
68226
30
39
Horsetooth Road - College
Avenue to Shields Street
31977
8
10
Totals - 10=3 38 49
it
li
i i'
I
C,
a
��
*
.
',j
��
� I
� I
��
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. 90% 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
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 95% 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
10/97
Section 00520 Page 3