Loading...
HomeMy WebLinkAbout272067 WLH CONSTRUCTION - CONTRACT - CONTRACT - MINOR BRIDGE REPAIR MINOR STREETS 13318 2204994SERVICES 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 WLH Construction Company, hereinafter referred to as "Service Provider". W ITNESSETH: 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) page, and incorporated herein by this reference. 2. Time of Commencement and Completion of Services. The services to be performed pursuant to this Agreement shall be initiated upon receipt of Notice to Proceed. Services shall be completed no later than thirty (30) calendar days after Notice to Proceed is issued. Time is of the essence. Any extensions of the time limit set forth above must be agreed upon in a writing signed by the parties. 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 notices provided under this Agreement shall be effective when mailed, postage prepaid and sent to the following addresses: SA 10/01 EXHIBIT C Construction Company 6686 S Lafayette St. Centennial, Co. 80121 PHONE 303-347-8655 Fax 720-489-3900 QUOTATION To, Mar"derson City of Fort Collins 215 North Mason Street, 2" floor P n BOX ;480 Fort Coffins, Co W522-M Phone: 970-221-6605 fax: 970-221-6707 PROJECT: Minor Bridge Repair B11) DATE: 6/24/02 Items: Revised bid item lisr Item 202 desert lion Pavement removal Unit SY Unit cost 11.00 Est 120 Item cost 1320 206 Struct excavation CY 18.00 145 2610 304 509 AMbase course Anchor Plates CY EA 32.00 135.00 130 50 4160 6750 601 Core drill concrete L>± 110.00 50 5500 602 Rebar dowells EA 60,00 100 6000 618 626 Post tensioned bars Mobilization EA FA 596.00 - 5000.00 25 — 1 14900 5000 Total 46,240 1%30Wncb wmmuous worx. tfNve must wait for paving then we will charge an additional mobilization. Also, all three bridges may be worked on at the same time. This price is based on using plates made with 6x_3 tubing must be used add S 6,520.50 to the plate price. Exclusions: Bond Terms net 30 days, Bond if required at Permits not included. Quotation is valid for 30 days. If solid plates 1.4% Warren Harrison / / r WLH Construction Company Accepted date E E d CITY OF FORT COLLINS MINOR BRIDGE REPAIR VICINITY MAP SYL KU CITY OF FORT COLLINS, COLORADO ENGINEERING AND STORMIIATER DIVISION D,B I DJ8 BY: GENERAL NOTES I. ALL WDRN SWJ.L BE GONE ACCORDING TO 1HE SfBNPABD FOR -RICO ND BRIM (Yf CT DEPARMENf OF TTWTSPOIEG OF THE APPLICABLE TD THE PpOJECfTWN. SM1E OF COLORADO, 1999 2. APPLIED r4Dj LOADS AND FAJETHIOIlA10: LOADS WERE N0T CgbTDERED UI ANALYLNG THE SlRI1CTUpE FOR STABILITY DIXENG THE CONSTRUCTION SQGE6. 7EE CONTTNCTOR IS REMPOMBLE FOR BRACING AND SHORING AS REWIRED DURING CONSTRucnom 3. UTILITIES ARE NOT SHOWN. THE CDNRtAT IS RESPONSIBLE FOR MAKING HIS OWN DETERMIN410N AS lO THE TYPE AND LOCATXXI OF UNDERGRgXdO UTnL DC AS LLAY BE NECESSARY TO AVOID DAMAGE THIDN C. 7NE CONTRACTOR 9F CONTACT 11E IlI1LRY NOIIFICAIXIN CENTER OF COLORADO AT 1-BOO-922-1997 AT LEAST 2 DAYS (NOT INCWDRTG THE DAY OF NORFlCATION) PRIOR TO ANY EXCAVATION OF OTHER EARTHWORK, 4. THE SCOPE OF WORK FOR THS PROJECT INCLUDES PAVEMENT RTB.1(IVN-. EXCAVA7RRI• BACRFlLUNG. ARE DRIWNG THROUGH THE CULVERT BACNWAIIS, DRIWNG AND EPDXY GROUTING W CITY ON PERhIM BLE DEVELOP A PKOSING TO THE CNY FOR INDEX OF SHEETS SHEET I. GENERAL NOTES SHEET 2. OVERLAND TRAIL MODE SHEET 3. PROSPECT RCAD BRNOE SHEET 4. DRAKE ROAD SRWE MINOR BRIDGE REPAIR GENERAL NOTES 1 E O VALLEY I CANAL PLAN µES NJIG Of1Mik]NA. AS 166iMY. 91WL E KLIIID N 1HE NyC BACKFILL W/ CLASS 6 BASE COURSE TO 10- FROM FINISHED GRADE TYP. EACH END. . ' - /6 x 1'-ID• ___________ ____________________ DRILL AND EPDXY 3• GROUT Y 2 PER ANCHORAGE 1 �. 1•/ EPDxY J I CO ED P/T BARe 3•I CORE HOLE 1 EXCAVATION PLATE UNIT ANCHORAGE 15'-6• •-0 •_6 •j EXISTING Aft N2 BOX CULVERT n 12• 13'-D• tY ELEVATION KTs LLYIgU' tILtT DATE CITY OF FORT COLLINS, COLORADO ENGINEERING AND STORMRATER DIVISION VANES 5'-0• 16'-6• % 15 ANCHORAGE DETAIL fG1LL` t 'Ir - t'-P ANCHORAGE PLATES SHALL BE PRIME PANTED OR GALVAN® DJB I DJB BY: 56'-4• C/EDGE OF ROADWAY LEAVE EXISTING CURB AND GUTTER INTACT /2'-5• ASPH./FILL ON 1'-2" CON- BIAS :rN i'-B• �g % i'-10• ttP. BRILL AND E1'O%Y GROUT 2 PER ANCHORAGE ANCHORAGE E EXISTING �.E �.) REINFORCING G ENCOUNTERED, MOV E 3• AND DRILL AGAIN. TYPICAL SECTION µTi 19CNL «� DESIGN DATA AASNTO, 16TM EpfON, AND CURRENT INTERIMS. LNE LOAD: AASHO HB20-M DEAD LOAD: ASSUMES 300 LBS. PER SO. FT. FOR ASPHALT AND FILL EXISTING REINFORCED CONCRETE (ASSUMED STRENGTH); 13 PLATE QYPJ CLASS B CONCRETE fc - 3000 PSI EXISTING REINFORCING STEEL (ASSUMED STRENCDI} Fy- 10 kW REINFORCING STEEL:: Fy-60 ka ANCHORAGE PLATES: Fy - 50 kei. MSHTO M-223 (ASM A-572) EPDXY COATED POST -TENSION (P/T) BAR DATA: (DYWIDAG OR EQUAL) f. a 150 ki JACKING STRESS = 75X fs = 1125 WI ANCHOR SET - 3/32• 1•0 BAR AREA - 0.65 h2 PJACK - 95.6 k TOTAL LOSSES - 22 W FINAL STRESS - 20.5 bi P (FBW) - 76.9 k OVERLAND TRAIL BRIDGE REPAIR DETAILS 2 g PLAN KTS IUIf. MG �A! BE RIiD VIIM IN1FR �NM MNgbL SNVL� B CKFILL W/ CUSS 6 815E COURSE TO 10- FROM FINISHED GRADE TYP. EACH END. TYP.L 1-0 EPDXY 41 PLATE 1 COATED P/T W �j 3-0 CORE ANCHORAGE K' O.C. ;� ,._6 EXISTING BOX CULVERT A#I 12'-1' CL ELEVATION M.TY 1dIlIP NMIH —115 X 1'-B- DRILL AND EPDXY GROUT m 2 PER ^� ANCHORAGE _ 0 3'�__15'-O' o I EXCAVATION A/2 LIAR CITY OF FORT COLLINS, COLORADO ENGINEERING AND STORMWATER DIVISION L Y -2 A -O G/EDGE OF ROAD 23'-11- GRAVEL/C 7'-6- GONC. SW. GONG. SW. G. OF EXISTING ROADWAY 1'-10 );- LEAVE EXISTING CURB (1'-11- AND GUTTER INTACT ON SKEW)' i 2- ASPHALT ON 1'-0- CONIC. SUB .. ANCHORAGE � PLATE ,....) I I I CULVE GRILL AND EPDXY GROUT 1'-6- 2 PER ANCHORAGE IF EXSDNG TYP. REINFORCING S ENCOUNTERED. MOW 3- AND DRILL AGAN. X 12-X 2'-0- PIA 64 X61 PLATE AND NUT BY P/T SUPPLIER ------------ ANCHORAGE DETAIL ANCHORAGE PLATES SHALL BE PRWE PAINTED OR GALVANIZED IED BY: IDRAWN BY. APPROVED BY: TYPICAL SECTION KT8 IWOK.M6T DESIGN DATA 1-7 - AASHTO. 1GTH EDRIDN. AND CURRENT INTERIMS LIVE LOAD: ASHTO HS20-44 ,p— DEAD LOAD. ASSUMES 24 LDS. PER S0. FT. FOR ASPHALT DWING REINFORCED CONCRETE (ASSUMED STRENGTH). '-X Sj% 11j PLATE (TYP.) CLASS B CONCRETE: fc - 3000 P51 2-A HOLE - EXSRF& REINFORCING STEEL (ASSUMED STRENGRI} FY-40 W REINFORCING STEEL; FY- 60 kW �— ANCHORAGE PLATE& - FY - 50 kai. AASHTO M-223 (ASTM A-572) EPDXY COATED POST -TENSION (P/T) BAR DATA. (DYWIDAG OR EOU ) - rs - 750 ked 44CIONG STRESS - 70X F. - 105 kW ANCHOR SET - 3/32- - I•r THREAD BAR AREA - 0.85 Dd RACK - BB.2 k TOTAL LOSSES - 22 kei FINAL. STRESS - 03.0 kai - P (FPO.) - 70.55 k DJ8 D PROSPECT ROAD BRIDGE DAIS CHEp(ED BY: DATE: I.T.S. 15-23-02 . I REPAIR DETAIIS 3 PLEASA VALLEY VALLEY WIIQANAL NORTH I I I I I �j 0 o CL OF EXISTING ROMWAY WEST DRAKE RD. (ASPHALT)'m----------' I 4' -- — wrANooTTE DR, — M I I o s EXISTING CULVERT MIYXw/ IRCF AS6 - PLAN x1z xnPl 4xt eE rum wrm wTKA aFM1pgN:, As ram, swat LE xnum x TK Waxc E SACKHLL W/ CLASS 6 BASE COURSE TO 10" FROM -FINISHED GRADE TYP. EACH END. - a; — F n — ------ __ 3____________________ m 2 AN ,•JA EPJII,.. COATED P/T BAR c 3'0 CORE HOLE PULE 06, O.C. I EXCAVATION ANCHORAGE LIMIT 16•-6. •—A _6. Al2 i A1#1 o - 12" 16'-1" CL 12' 5 ELEVATION xTS _ - IOCAIN WYIIM J i CITY OF FORT COLLINS, COLORADO ENGINEERING AND STORMIIATER DIVISION 1'_0" 0 N DJe I D,B 69'-2" C/C IN FU OF EXISTING ROADWAY i LEAVE EXISTITER CURB AND GUtTER IMAAT 2 1/2"0 PIPES EXISTING ANCHORAGE �g X 2'-T' BOX CULVERT PLATE (TYP.) TYP. DRILL AND EPDXY GROUT 2 PER MCHORAGF IF EXISTING REINFORCING IS ENCOUNTERED. MOVE 3" AND DRILL AGAN. TYPICAL SECTION M.TS Lauam 0W K 12'% 2'-0" PLAT` 64 X61 PLATE AND NM NT P/T SUPPLIER ANCHORAGE DETAIL CNE f rR' � 1'O ANCHORAGE PLATES SHALL BE PRIME PANTED OR GAVANIZED BY.. af e'— CONC. DESIGN DATA I! PLATE (TYP.) AASHTO. 1STH EDMOK AND CURRENT INTERIMS. LIVE LCAD' AASHTO H520-44 DEAD LOAD: ASSIINES 72 LBS PER 50. FT. FOR ASPHALT EXISTING REINFORCED CDIICRETE (ASSUMED STROMIJ); CUSS B CONCRETE rc - 300D PSI EXISTING REINFORCING STEEL (ASSUMED STRENGTH); - Fy-QkM REINFORCING STEEL FY I W W ANCHORAGE PIATES FY - 50 W. AASMO M-M3 (ASTM A-572) EPDXY COATED POST -TENSION (P/T) BAR DATA ("DAG OR EQUAL) V- . ISO wi JACKING STRESS - 75X is - I I wi ANCHOR SET - 3/32" 1'0 THREAD BAR AREA - 0G5 1n2 PJACK - 95.6 It TOTAL LOSSES - 22 IW FINAL STRESS - 905 W P (FINAL) - 75.9 k ' DRAKE ROAD BRIDGE I EET REPAIR DETAILS 4 City: City of Fort Collins, Purchasing P.O. Box 580 Ft. Collins, CO 80522 Service Provider: WLH Construction Company 6686 S. Lafayette St. Centennial, CO 80121 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, the sum of Forty-six Thousand Two Hundred Forty Dollars ($46,240.00), the Cost Breakdown is attached as Exhibit "C". 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. 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 SA 10/01 2 the City under this Agreement or cause of action arising out of performance of this Agreement. 10. Warranty. (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 party's reasonable attorney fees and costs incurred because of the default. 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, SA 10/01 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 B, 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 10/01 4 17. Special Provisions. Drawings relating to the services to be performed pursuant to this Agreement are deemed Contract Documents and are incorporated herein by this reference and identified as the following: Minor Bridge Repair General Notes, Overland Trail Bridge Repair Details, Prospect Road Bridge Repair Details, Drake Road Bridge Repair Details. CITY OF FORT COLLINS, COLORADO a municipal corporation By: � Q. 14.4,0 John F. Fischbach ity Manager By. Jams V. O'Neill II, CPPO, FNIGP Dire6taf of Purchasing and Risk Management TEST: Date: % ZI C 1p 7 ` City Clerk APPR E]JA FORM: Assistant Ci y Attorney WLH /Construction Com ny By: ���� -1,L2A2i2,0L1 `✓so/Zs2 tsaX� PRINT NAME �1- 7au; -!s CORPORATE PRESIDENT OR VICE PRESIDENT Date: -74-0-7 (Corporate Seal) SA 10/01 EXHIBIT A Project Special Provisions The following specifications from the 1999 CDOT Standard Specifications for Road and Bridge Construction apply to the City of Fort. Collins Minor Bridge Repair project. • Section 202 - Removal of Structures and Obstructions (Pavement Removal) • Section 206 — Excavation and Backfill for Structures (Structure Excavation), including the scarifying of the excavation bottom to a depth of 6 inches and compacting with moisture and density control. The excavation bottom shall be compacted to a density of not less than 95% of maximum density determined in accordance with AASHTO T 180. • Section 304 — Aggregate Base Course (Class 6). ABC Class 6 will not be measured, but will be the quantities designated in the contract. • Section 509 — Steel Structures (Anchorage Plates) • Section 601 — Structural Concrete (Core Drill Concrete, 3" dia) • Section 602 — Reinforcing Steel, includes drilling holes for and epoxy grouting of the reinforcing steel. • Section 618 — Prestressed Concrete (Post -Tensioned Bars), including the installation of grout in the concrete core holes after post -tensioned bars have been installed. This also includes all hardware and equipment necessary for a completed installation except for the anchorage plates paid for in Section 509. • Section 626 - Mobilization NOTES: Pavement removal limits are estimated on the plans and will be determined in the field. The City of Fort Collins will provide the following work items for the project. • Traffic control • Asphalt pavement patching • Pavement striping • Quality control testing Please refer to the attached drawings, pages 1 — 4. SA 10/01 7 Minor Bridge Repair — work scope changes 1. Trench width on each side of the structure will be 3 feet. 2. Contractor can work on multiple structures at the same time. 3. Anchor plate modifications proposed by the contractor and approved by the City will replace the 2" steel plates shown on the plans. 4. Revised bid item list provided by the contractor will be the basis for project quantities. .JUN-24-02 MON 02:51 PM CITY/FT COLLINS, PURCHAS Jun-24-02 05:23A wlh construction SL FAX NO, 970 2216707 72.0 489 3900 !O^ Z7'aZ_ i',41"e I-Z b P. 03/03 4101rr K 'PQOPoS rs D r 7 ��Ll3rk/Z�.t�� SA,? Tb420 --Ha. SGoY P.03 EXHIBIT B INSURANCE REQUIREMENTS 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: 1. Workers' Compensation insurance with statutory limits as required by Colorado law. 2. 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 10/01